HomeMy WebLinkAboutCity of Tamarac Resolution R-2016-089TR 12837
August 9, 2016
Page 1
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. 2016- 99
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA; TO EXECUTE AN
AGREEMENT WITH MENENDEZ MD & BROOKS MD PA,
FOR EMERGENCY MEDICAL SERVICES DIRECTION
AND SUPERVISION OF THE TAMARAC FIRE RESCUE
MEDICAL SERVICES, FOR AN INITIAL TERM OF THREE
(3) YEARS AT A COST OF THIRTY-NINE THOUSAND
DOLLARS ($39,000) ANNUALLY; THE AGREEMENT
SHALL COMMENCE UPON CITY EXECUTION OF THIS
AGREEMENT; PROVIDING FOR TWO (2) ADDITIONAL
TWO (2) YEAR RENEWAL OPTIONS; AUTHORIZING THE
CITY MANAGER TO EXECUTE SUBSEQUENT TWO (2)
YEAR RENEWAL OPTIONS; PROVIDING FOR
CONFLICTS; PROVIDING FOR SEVERABILITY; AND
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, Florida Administrative Code 64J-1 requires agencies providing
Advanced Life Support (ALS) services to have a Medical Director; and
WHEREAS, the City of Tamarac Fire Rescue Department requires 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 64J-
1,Florida Administrative Code; and
WHEREAS, the City of Tamarac and Dr. Jerry Brooks originally entered into an
agreement on February 11, 2016 to provide medical direction oversight due to the
unexpected death of Dr. El Sanadi and with expiration date of June 10, 2016; and
WHEREAS, an extension to the agreement with Dr. Jerry Brooks was executed
to expire September 8, 2016 as the City's Request for Proposal #16-10R (backup 1)
TR12837
August 9, 2016
Page 2
process was underway and which closed on May 4, 2016; and
WHEREAS, the Evaluation Committee evaluated all proposals submitted, and it
was determined that all of the proposals received and the protocols proposed did not
meet the requirements for the City of Tamarac resulting in all proposals being rejected
and classified as non -responsive; and
WHEREAS, the Tamarac Fire Rescue Department's only acceptable protocols
are those protocols currently being utilized by Menendez MD & Brooks MD PA under
the City's temporary agreement; and
WHEREAS, City staff in conjunction with the City Attorney's office determined
that due to the sole source protocol requirement by Tamarac Fire Rescue attached
hereto as Exhibit I", Menendez MD & Brooks MD PA., be allowed to re -submit a sole
source proposal available on file in the Office of City Clerk (backup 2) under Tamarac
Procurement Code Section 6-148(b) (3) based on the copyrighted protocol, which is the
only acceptable protocol to the Tamarac Fire Rescue Department; and
WHEREAS, the City has negotiated an agreement based on the sole source
proposal submitted by Menendez MD & Brooks MD PA, and to remain consistent with
existing procedures and practices utilized by the Fire rescue Department; and
WHEREAS, the Fire Chief and Purchasing and Contracts Manager have
determined that is in the best interest of the City to execute an agreement with
Menendez MD & Brooks MD PA for emergency medical services direction and
supervision to Tamarac Fire Rescue at a sum of thirty-nine thousand dollars ($39,000)
annually, for an initial term of the three (3) years with two (2) additional two-year
TR 12837
August 9, 2016
Page 3
renewal terms based upon satisfactory performance and mutual agreement of both
parties commencing upon execution of the agreement attached hereto as Exhibit "2";
and
WHEREAS, available funds exist in the Fire Rescue Fund for said purpose; 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 approve and execute an agreement with
Menendez MD & Brooks MD PA for the emergency medical services direction and
supervision of the Tamarac Fire Rescue Department at a cost of thirty-nine ($39,000)
thousand dollars annually for an initial term of the three (3) year agreement with two (2)
additional two-year renewal terms based upon satisfactory performance and mutual
agreement of both parties commencing upon execution of the 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. The Exhibits attached hereto are incorporated herein and made a specific
part hereof.
SECTION 2: The appropriate City Officials are hereby authorized to approve and
execute an agreement with Menendez MD & Brooks MD PA for emergency medical
services direction and supervision of the Tamarac Fire Rescue Department at a cost of
thirty-nine thousand dollars ($39,000) annually for an initial term of three (3) year
TR 12837
August 9, 2016
Page 4
agreement, with two (2) additional two-year renewal terms based upon satisfactory
performance and mutual agreement of both parties commencing upon execution of the
agreement attached hereto as Exhibit "2".
SECTION 3: The City Manager is hereby authorized to approve and execute up
to two (2) subsequent two (2) renewal options as provided for in the Agreement.
SECTION 4: Funds have been included in the FY17 proposed budget in the
appropriate account of Professional Services.
SECTION 5: All Resolutions or parts of Resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
SECTION-6- 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 affect the validity of the remaining portions or applications of this
Resolution.
SECTION 7: This Resolution shall become effective immediately upon its
passage and adoption.
n
1
1
�1
TR12837
August 9, 2016
Page 5
PASSED, ADOPTED AND APPROVED this c day of , 2016.
ATTEST:
6�
l
PATRICIA A. TEUFEL, CM
CITY CLERK 6
-,*1\� `0F !TAM ///'%
w ESTABLISHED 4
. ; 1963 : O
SEAL : ®�;
0-41
I HEREBY CERTIFY that
I have approved this
RESOLUTION as to form.
v4dA. Alov'v 'q1Lqjj
SAMOEL S. GO E
CITY ATTORNEY
ARRY DRESSLER, MAYOR
RECORD OF COMMISSION VOTE:
MAYOR DRESSLER
DIST 1: COMM. BUSHNELL
DIST 2: COMM. GOMEZ
DIST 3: V/M GLASSER
DIST 4: COMM. PLACKO
IN210 1 0 1 V
Publish Date:
Pre -Proposal Conference:
NOTE 3 1 ffo=
All Questions Due:
111figunm
Proposal Due and Opening Date:
Where to Deliver Bid
City • Tamarac
7525 NW 88th Ave
Room 108
Tamarac, FL 33321-2401
City of Tamarac
Purchasing & Contracts Division
7525 NW 88 th Avenue
Room 108
(954) 597-3570
For
.'ire Rescue Department
s 1 ,
# z I I -AM N 61 #
Date: April 13, 2016
ALL QUALIFIED PROPOSERS:
Sealed Proposals, addressed to the Buyer of the City of Tamarac, Broward County,
Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac,
Florida 33321-2401 until 3:00 PM local time, Wednesday, May 4, 2016 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 3:00 p.m. on said date shall 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, or take 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
http://www.tamarac.org/bids.aspx. For all inquiries, contact the Purchasing Office via e-
mail at Andrew. RozwadowskiCcD-tamarac.org or (954) 597-3569.
Andrew J. Rozwadowski
Senior Procurement Specialist
Publish Sun -Sentinel: April 13, 2016
7525 N.W. 88th Avenue I Tamarac, Flodda 33321-2401 I P: 954.597.3570 I F: 954.597.3565
EQUAL OPPORTUNITY EWLOYER
STANDARD TERMS AND CONDITIONS
Our Vision and Mission
Our Vision: The City of Tamarac, our community of
choice -- leading the nation in quality of life through safe
neighborhoods, a vibrant economy, exceptional customer
service and recognized excellence.
Our Mission: We Are "Committed to Excellence. . .
Always" It is our job to foster and create an environment
that
Responds to the Customer
Creates and Innovates
Works as a Team
Achieves Results, and
Makes a Difference
In the fulfillment of our vision and mission, as stewards of
the public trust, we value vision, integrity, efficiency and
quality service.
Our vendors are truly partners in meeting these
commitments to the community, and in support of that
vision and mission, we are committed to ensuring that
qualified, competitive vendors who share our
commitment to quality, efficiency, teamwork and
customer service are employed to provide goods and
services to the City. Our vendors are expected to deliver
high quality products and efficient service that is provided
on time and as ordered, in a manner that improves the
overall value of the services that the City provides to its
residents. In addition, we expect our vendors to work
with the City as a team, and exhibit the highest level of
integrity when dealing with any office or department of
the City.
Diligence in the execution of the requirements of this
proposal will ultimately contribute to the overall quality of
services provided to the entire community. The City is
searching for a firm who will exemplify these ideals in the
execution of their work, and the successful firm will be
measured against the performance standards outlined in
this bid invitation.
AUTHORITY AND GENERAL TERMS AND
CONDITIONS
1.1 It is the intent of the City to award the proposal
to the responsive proposer providing a response which is
most advantageous to the City. This proposal is issued
pursuant to, and governed by the laws of the State of
Florida, Article VII "Financial Procedures", Section 7.11,
"Requirements for Public Bidding, of the City of Tamarac
Charter; and Chapter 6 "Finance and Taxation", Article V,
the Tamarac Procurement Code.
RFP 4 t -; 0 - hledica, Dimctor For ,:.;re- Rescue
1.2 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 "offer" 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.
Any and all special conditions in this RFP or any sample
agreement document that may be in variance or conflict
with these General Terms and Conditions shall have
precedence over these General Terms and Conditions. If
no changes or deletions to General Conditions are made in
the Special Conditions, then the General Terms and
Conditions shall prevail in their entirety.
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
Clay of Tamar ac Purchasing & Contracts Division
4.
5.
the Special Conditions and/or Scope of Work
outlined in this proposal, the Special Conditions
and/or the Scope of Work shall prevail.
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 6.
work; must consider federal, 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.
OMISSION OF DETAILS / VARIANCES AND 7.
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 8.
product(s) as specified.
PPP # `/ -"0 R- lxledical Director For Fire Rescue
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.
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,
or prior to the deadline specified in the "Schedule
of Events" provided herein. Questions received
less than ten (10) calendar days prior to the
Proposal opening, or the deadline specified by the
"Schedule of Events" herein, whichever is sooner,
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.
COSTS AND COMPENSATION
7.1. Costs and compensation shall be shown
in both unit prices and extensions
whenever applicable, and expressed in
U.S. Dollars. 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.
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.
PRICES, PAYMENTS, DISCOUNTS &
ELECTRONIC PAYMENTS
CitYof ;rr� r �;
rr, . , x,..,,.,
Purchasing Contracts Division
to submit this document may be cause for
8.1 Firm Pricina: Prices shall be fixed and
rejection of the Proposal.
firm to the extent required under Special
Conditions. In the absence of a 10.
PUBLIC ENTITY CRIMES
reference in the Special Conditions,
In accordance with Florida Statutes M7133
prices shall be fixed and firm for a period
j2) gh A person or affiliate who has been placed
of sixty (60) calendar days, or ninety (90)
on the convicted vendor list following a
calendar days when the contract must
conviction for public entity crime may not submit
be approved by another agency.
a bid on a contract to provide any goods or
Payment will be made only after receipt
services to a public entity, may not submit a bid
and acceptance of materials/services.
on a contract with a public entity for the
Cash discounts may be offered for
construction or repair of a public building or
prompt payment; however, such
public work, may not submit bids on leases of
discounts shall not be considered in
real property to public entity, may not be
determining the lowest net cost for bid
awarded or perform work as a contractor,
evaluation.
supplier, subcontractor, or consultant under a
contract with any public entity, and may not
8.2 Prompt Payment Discounts: Where
transact business with any public entity in
applicable, offeror is encouraged to
excess of the threshold amount provided in
provide prompt payment. If no payment
Florida Statutes §287.017 for Category Two, for
discount is offered, the discount shall
a period of 36 months from the date of being
assume net 30 days. Payment is
placed on the convicted vendor list.
deemed made on the date of the
mailing of the check. All payments 11.
CONFLICT OF INTEREST
shall be governed by the Local
The award of any contract hereunder is subject to
Government Prompt Payment Act, F.S.
the provisions of Chapter 112, Florida Statutes.
Chapter 218.
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,
IMPORTANT NOTE* ******
all Offerors must disclose the name of any officer
or employee of City who owns, directly or
8.3 Payments by Electronic Funds
indirectly, an interest of five percent (5%) or more
Transfer: ALL payments by the City
in the Offeror's firm or any of its branches or
will be made by Direct Deposit
affiliate companies. Furthermore, bidder shall not
(ACH) via electronic funds transfer
enter into any employment relationship with any
No paper checks will be issued after
individual or firm that creates a potential conflict
that date. Vendors must register for
of interest, or may present an opportunity for the
direct deposit with the City prior to
inappropriate sharing of inside information or
receiving any payments by
proprietary information related to this bid.
providing a "City of Tamarac
Consent for Direct Deposit" form 12.
PERFORMANCE BONDS AND INSURANCE
(ACH Form) to the City's Financial
Services Accounting Division. The
Upon award of a contract, the Successful Offeror,
form may be accessed on the City of
as required within the scope of the solicitation,
Tamarac web -site at
may be required to submit performance bonds
http://www.tamarac.orn/index.asi)x?
and/or payment bonds. Offeror shall provide
NID=622. Please contact the
Purchasing & Contracts Division at
certificates of insurance in the manner, form and
the number shown on this
amount(s) specified.
solicitation document herein as the 13.
SUMMARY OF DOCUMENTS TO BE
first point of contact for more
information.
SUBMITTED WITH PROPOSALS
The following is a summary of documents
9. NON -COLLUSIVE AFFIDAVIT
required to be submitted for this proposal.
Each Offeror shall complete the Non -Collusive
Failure to include a technical proposal, cost
Affidavit form and shall submit the form with their
proposal, bid surety (if required below), or any
Proposal. City considers the failure of the Offeror
other document that, by its omission, may
prejudice the rights of other respondents, may
City of Tamaiac
purcj?asing & Contiacts Division
result in immediate rejection of your proposal.
signed by a partner, whose title must
Other forms or documents which, by their nature
appear under the signature.
do not impact price or the Offeror's cost of doing
business should accompany the Proposal; but
14.7
Proposals shall be submitted to the
must be provided within three (3) business days
Purchasing Office on or before the time
of the City's request to be considered
indicated in the Request for Proposals.
responsive.
Proposals shall be submitted in a sealed
13.1 Technical Proposal & Work Plan
envelope (faxed proposals will not be
13.2 Cost Proposal (See "Proposal Form" herein)
accepted under any circumstances). The
envelope should be clearly marked on
13.3 Project schedule which includes a
the exterior with the applicable
breakdown of estimated hours to be
solicitation name and number. The
worked by each of your project team
envelope should state the name and
members
address of the Offeror and should be
13.4 Certification Forms
include all documents as specified in the
13.5 Offeror's Qualifications Statement Form &
Request for Proposals. Purchasing and
References
Contracts Division staff is not
13.6 Vendor Drug Free Workplace Form
responsible for the premature opening of
13.7 Non -Collusive Affidavit Form
a Proposal that is not properly
13.8 Proof of applicable insurance.
addressed and identified.
13.9 Listing of any Sub -consultants or
Subcontractors to be utilized.
14.8
In accordance with Florida Statutes,
13.10 The City reserves the right to request the
Chapter §119.07(1) (a) and except as
most recently completed audited financial
may be provided by other applicable
statement, or other approved
state and federal law, the Request for
documentation to verify financial viability.
Proposals and the responses thereto are
14. SUBMISSION OF PROPOSALS
in the public domain. However,
14.1 Proposals must be typed or printed in
Proposers are requested to specifically
ink. Use of erasable ink is not permitted.
identify in the submitted Proposal any
All corrections to prices made by the
financial information considered
Offeror should be initialed.
confidential and/or proprietary which
14.2 All proposals shall be submitted in the
may be considered exempt under
English language, and pricing expressed
Florida Statute §119.07(t).
in U.S. Dollars.
14.3 Proposals must contain a manual
14.9
All Proposals received from Offerors in
signature of a corporate officer or
response to the Request for Proposals
designee with the proven authority to
will become the property of City and will
bind the firm in matters of this nature.
The address and telephone number for
not be returned. In the event of Contract
any communications regarding the
award, all documentation produced as
Proposal must be included.
part of the Contract shall become the
exclusive property of City.
14.4 Proposals shall contain an acknowledgment
of receipt of all addenda.
14.10
The Proposer preparing a submittal in
14.5 Proposals by corporations must be
response to this RFP shall bear all
executed in the corporation's legal name
expenses associated with its
preparation. The Proposer shall
by the President or other corporate
prepare a submittal with the
officer, accompanied by evidence of
understanding that no claim for
authority to sign. Evidence of authority
reimbursement shall be submitted to
shall be provided on the enclosed
the City for the expense of proposal
Certified Resolution form, or by the
preparation and/or presentation.
company's own Corporate Resolution.
14.6 Proposals by partnerships must be
14.11
Electronic Media Submission: The City
executed in the partnership name and
may require that machine readable
RFP # 18-10 - dNledr;a1 Drre;c:tor For Fule Fi'escu
Willy : Isifrll#c3(;
PL#,r:/7`aSing ton Ce'ink,`'acts DI'ViSiOrl
information and data, including computer
was a material and substantial mistake
assisted drafting designs (AutoCAD files)
in the preparation of its Proposal, or that
be provided by the proposing firm as a
the mistake is clearly evident on the face
part of its submittal. The proposing firm
of the Proposal, but the intended correct
shall not be liable for claims or losses
Proposal is not similarly evident, Offeror
arising out of, or connected with,
may withdraw its Proposal and any bid
modification by the City, or anyone
security will be returned. Thereafter, the
authorized by the City, decline of
Offeror will be disqualified from further
accuracy or readability of data due to
bidding on the subject Contract.
storage or obsolescence of equipment or
16.
software, any use by the City or anyone
REJECTION OF PROPOSALS
authorized by the City, of such data for
16.1 To the extent permitted by applicable
additions to projects except as
state and federal laws and regulations,
authorized in writing by the proposing
City reserves the right to reject any and
firm.
all Proposals, to waive any and all
14.12 The City reserves the right to charge a
informalities not involving price, time or
non-refundable fee for the purchase of a
changes in the work with the Successful
solicitation document, and / or for project
Offeror, and to disregard all
plans related to the solicitation. Such
nonconforming, non -responsive,
requirement will be specified on the
unbalanced or conditional Proposals.
cover page of this document if it is
Proposals will be considered irregular
applicable to this solicitation. Payment of
and may be rejected if they show serious
such fee to the City shall be required in
omissions, alterations in form, additions
order for a bidder to be considered for
not called for, conditions or unauthorized
the award of an agreement as a result of
alterations, or irregularities of any kind,
this solicitation.
16.2 City reserves the right to reject the
Proposal of any Offeror if City believes
that it would not be in its best interest of
15. MODIFICATION AND WITHDRAWAL OF
to make an award to that Offeror,
PROPOSALS
whether because the Proposal is not
15.1 Proposals may be modified or withdrawn
responsive, the Offeror is unqualified, of
by a duly executed document signed by
doubtful financial ability, or fails to meet
a corporate officer or other employee
any other pertinent criteria established
with designated signature authority.
by City within the scope of the
Evidence of such authority must
solicitation.
accompany the request for withdrawal or 17.
QUALIFICATIONS OF PROPOSERS
modification. The request must be
delivered to the Purchasing Office at any
17.1 Proposals will be considered from firms
time prior to the deadline for submitting
normal) engaged in
Y en a g providing the
Proposals. Withdrawal of a Proposal will
service requested. The proposing Firm
not prejudice the rights of an Offeror to
must demonstrate adequate experience,
submit a new Proposal prior to the
organization, facilities, equipment and
Proposal opening date and time.
personnel to ensure prompt and efficient
service to the City of Tamarac. The City
15.2 If, within twenty-four (24) hours after
of Tamarac will determine whether the
Proposals are opened, any Offeror files
evidence of ability to perform is
a duly signed, written notice with the
satisfactory and reserves the right to
Purchasing Office, and within five (5)
reject proposals where evidence
calendar days thereafter demonstrates
submitted, or investigation and
to the reasonable satisfaction of City, by
evaluation, indicates inability of a firm to
and convincing evidence, that there
perform.
t'-� gcle;ar
iS,I"`P # _16-10 R- i}edicC i Dir 'cj� ,iCrFr ,„ .. Fire
i y f 7 rrr r< c - - purcl7asjrtg & Contracts Division
17.2 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.
17.3 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
Sheriff's Office. Proposer's submission
Of a proposal constitutes
acknowledgement of and consent to
such investigation. City shall be the
sole judge in determining Proposer's
qualifications.
17.4 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.
17.5 The City reserves the right, before
recommending any award, to inspect the
facilities, equipment and organization or
to take any other action necessary to
determine ability to perform in
accordance with the specifications,
terms and conditions.
17.6 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.
18. INSURANCE
18.1 Offeror agrees to, in the performance
of work and services under this
RFP tt = -` 0 R- Medical Director For Fire, Rd,,SCcF•�,'
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.
18.2 Offeror shall obtain at Offeror's
expense all necessary insurance in
such form and amount as required by
this proposal or by the City's Risk
Manager before beginning work under
this Agreement. Offeror shall maintain
such insurance in full force and effect
during the life of this Agreement.
Offeror shall provide to the City's Risk
Manager current certificates of all
insurance required under this section
prior to beginning any work under this
Agreement.
18.3 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.
18.4 The following are required types and
minimum limits of insurance coverage,
which the Offeror agrees to maintain
during the term of this contract:
18.5 Limits
Insuranna, Rarinlraments
Line of Business/ Coverage
Occurrence
Aggregate
Medical Malpractice Liability
$ 1,000,0D0.00
$ 2,000,000.00
Commercial General Liability Including:
Premisesioperations
Contractual Liability
Personal Injury
$ 1,000,000.00
$2,000,000.00
Explosion, Collapse, Underground Hazard
ProductsfCompleted Operations
Broad Form Property Damage
Cross Liability and Severability of Interest Clause
Automobile Liability Workers' Compensation
$1,000,000.00
8 Employer's Liability
Statutory
$ 2,000,000.00
The City reserves the right to require higher
limits depending upon the scope of work under
this Agreement.
18.6 Neither Offeror nor any Sub -Offeror
shall commence work under this
contract until they have obtained all
of 7"wn amcc
18.7
18.9
18.10
18.11
insurance required under this section
and have supplied the City with
evidence of such coverage 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.
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.
The Offeror's liability insurance policies
shall be endorsed to add the City of
Tamarac as an "additional insured".
The Offeror's Workers' Compensation
carrier will provide a Waiver of
Subrogation to the City.
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.
If the Offeror is to provide professional
services under this Agreement, the
Offeror must provide the City with
evidence of Professional Liability
insurance with, at a minimum, a limit of
$1,000,000 per occurrence and in the
aggregate. "Claims -Made" forms are
acceptable only for Professional
Liability.
The Successful Offeror agrees to
perform the work under the Contract as
an independent contractor, and not as
a subcontractor, agent or employee of
City. 20.
19. INDEMNIFICATION
19.1 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
RF"P # 1 -10 R- MedicaDuector For Fire h's:>coe
Porch asin-1 & Contracts Division
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.
19.2 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.
19.3 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.
19.4 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.
INDEPENDENT CONTRACTOR
An Agreement resulting from this solicitation
does not create an employee/employer
relationship between the Parties. It is the intent
of the Parties that the Contractor is an
independent contractor under this Agreement
and not the City's employee for any purposes,
including but not limited to, the application of the
Fair Labor Standards Act minimum wage and
overtime payments, Federal Insurance
Contribution Act, the Social Security Act, the
Federal Unemployment Tax Act, the provisions
of the Internal Revenue Code, the State
City of TsPYJ"lc"dmc Purcltashng & Contracts tDl'vi sh,,)n
21
22.
Worker's Compensation Act, and the State
Unemployment Insurance law. The Contractor
shall retain sole and absolute discretion in the
judgment of the manner and means of carrying
out Contractor's activities and responsibilities
hereunder provided, further that administrative
procedures applicable to services rendered
under any potential Agreement shall be those of
Contractor, which policies of Contractor shall not
conflict with City, State, or United States
policies, rules or regulations relating to the use
of Contractor's funds provided for herein. The
Contractor agrees that it is a separate and 23
independent enterprise from the City, that it had
full opportunity to find other business, that it has
made its own investment in its business, and
that it will utilize a high level of skill necessary to
perform the work. Any potential Agreement shall
not be construed as creating any joint
employment relationship between the
Contractor and the City and the City will not be
liable for any obligation incurred by Contractor,
including but not limited to unpaid minimum
wages and/or overtime premiums.
DELIVERIES
Any item requiring delivery by the Offeror or 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 Y4.
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.
WARRANTIES
22.1 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 25.
provision of, or constitute a default under
any indenture, mortgage, contract, or
agreement to which Successful Offeror
is a party.
22.2 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 26.
investigations of any kind which would
have an adverse effect on its ability to
RF -- 16-10 R- Medical Director Fot Fr& Rescue
perform its obligations under the
Contract.
22.3 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.
22.4 All warranties made by Successful
Offeror together with service warranties
and guarantees shall run to City and the
successors and assigns of City.
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.
COPYRIGHTS OR PATENT RIGHTS
The Offeror warrants 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.
SAFETY STANDARDS
The Proposer warrants that the product(s)
supplied to the City shall conform in all respects to
the standards set forth in the Occupational Safety
and Health Act of 1970 as amended, and shall be
in compliance with Chapter 442, Florida Statutes
as well as any industry standards, if applicable.
Any toxic substance listed in Section 38F-41.03 of
the Florida Administrative Code delivered as a
result of this order must be accompanied by a
completed Material Safety Data Sheet (MSDS).
INSPECTION
The City shall have the right to inspect any
"City of Temarac Purchasing & Contracts Di vision
27.
28.
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.
NON-DISCRIMINATION AND EQUAL
OPPORTUNITY EMPLOYMENT
During the performance of the Contract, the
Consultant and its sub -consultants shall not
discriminate against any employee or applicant
for employment because of race, color, sex
including pregnancy, religion, age, national
origin, marital status, political affiliation, familial
status, sexual orientation, gender identity and
expression, or disability if qualified. The
Consultant will take affirmative action to ensure
that employees and those of its sub -consultants
are treated during employment, without regard
to their race, color, sex including pregnancy,
religion, age, national origin, marital status,
political affiliation, familial status, sexual
orientation, gender identity or expression, or
disability if qualified. 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 Consultant and its sub -
consultants shall agree to post in conspicuous
places, available to its employees and
applicants for employment, notices to be
provided by the contracting officer setting forth
the provisions of this nondiscrimination clause.
The Consultant further agrees that he/she will
ensure that all sub -consultants, if any, will be
made aware of and will comply with this 29-
nondiscrimination clause.
CLARIFICATION & ADDENDA
Where there appears to be variances or
conflicts between the General Terms and 30.
Conditions and the Special Conditions and/or
Detailed Specifications outlined in this bid, the
Special Conditions and/or the Detailed
Specifications shall prevail.
The Proposer shall examine all proposal
documents and shall judge all matters relating to
the adequacy and accuracy of such documents.
If, upon review, any material errors in
specifications are found, the Proposer shall 31
contact the Purchasing Office immediately. Any
inquires, suggestions, requests concerning
clarification, or requests for additional
information shall be submitted in writing to the
Purchasing and Contracts Manager.
The City of Tamarac reserves the right to
amend this bid prior to the Proposal due date
indicated by written addenda. Written addenda
shall serve as the sole means of clarification.
The City shall not be responsible for oral
interpretations given by any City employee or its
representative.
SPECIAL NOTE -- Addendums will
only be issued electronically through the
City's web -site. Vendors will be notified of
the availability of new solicitations and
addendums via e-mail or text message (per
the vendor's choice). It is essential that all
vendors receiving a bid or proposal either
download the document from the City's web -
site, or register as a plan holder. All bidders
/ proposers must visit
http:/Iwww.tamarac.org/bids.aspx, and select
the "NOTIFY ME" icon. This action will take
the bidder/proposer to the "Notify Me" page.
Once on the "Notify Me" page, enter the
appropriate e-mail address to which
notifications of solicitations and addendums
should be sent. Bidders and proposers may
also request notification by text message at
this time. Upon completion of this process,
a confirming e-mail will be sent to the
individual who registered. You must click on
the link provided to confirm registration for
solicitation documents and addendums.
Regardless of the means of transmission of
an Addendum it is the responsibility of the
bidder or proposer to Insure that they have
received all addendums issued for a
solicitation prior to submitting a response.
TAXES
Successful Offeror shall pay all applicable sales,
consumer use and other similar taxes required by
law.
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.
PERFORMANCE
Failure on the part of the Offeror to comply with
City of Tamamc Purchasing & Contracts D�visiop
the conditions, terms, specifications and
to such public records on the same terms
requirements of the bid shall be just cause for
and conditions that the City would provide
cancellation of the proposal award. The City may,
the records and at a cost that does not
by written notice to the Proposal, terminate the
exceed that provided in chapter 119, Fla.
contract for failure to perform. The date of
Stat., or as otherwise provided by law;
termination shall be stated in the notice. The City
shall be the sole judge of nonperformance.
35.1.3 Ensure that public records
32. TERMINATION FOR CAUSE AND DEFAULT
that are exempt or that are confidential and
exempt from public record requirements are
In addition to all other remedies available to the
not disclosed except as authorized by law;
and
City, this Agreement shall be subject to
cancellation by the City for cause, should the
35Meet all requirements for
Successful Offeror neglect or fail to perform or
retaining public records and transfer to the
observe any of the terms, provisions, conditions,
City, at no cost, all public records in
or requirements herein contained, if such
possession of the contractor upon
neglect or failure shall continue for a period of
termination of the contract and destroy any
thirty (30) days after receipt by of written notice
duplicate public records that are exempt or
of such neglect or failure.
confidential and exempt. All records stored
33. TERMINATION FOR CONVENIENCE OF CITY
electronically must be provided to the City
in a format that is compatible with the
This Agreement may be terminated by the City
information technology systems of the
for convenience, upon seven (7) days of written
agency.
notice by the City to the Successful Offeror for
such termination in which event the Successful
35.2 The failure of Contractor to
Offeror shall be paid its compensation for
comply with the provisions set forth in
services performed to termination date,
this Article shall constitute a Default
including services reasonably related to
and Breach of this Agreement and the
termination. In the event that the Successful
City shall enforce any available
Offeror abandons this Agreement or causes it to
contract remedies in force including
be terminated, the Successful Offeror shall
termination of the Agreement.
indemnify the city against loss pertaining to this
termination.
35.3 During the term of the contract,
the Contractor shall maintain all books,
34. FUNDING OUT
reports and records in accordance with
This agreement shall remain in full force and
generally accepted accounting practices
effect only as long as the expenditures provided
and standards for records directly related
for in the Agreement have been appropriated by
to this contract. The form of all records
the City Commission of the City of Tamarac in
and reports shall be subject to the
the annual budget for each fiscal year of this
approval of the City's Auditor. The
Agreement, and is subject to termination based
Contractor agrees to make available to
on lack of funding.
the City's Auditor, during normal
business hours and in Broward, Dade or
35. RECORDS / AUDITS
Palm Beach Counties, all books of
account, reports and records relating to
35.1 The City of Tamarac is a public agency
this contract.
subject to Chapter 119, Florida Statutes.
The Contractor shall comply with Florida's 36.
ASSIGNMENT
Public Records Law. Specifically, the
Contractor shall:
36.1 Successful Offeror shall not assign, transfer
or subject the Contract or its rights, title,
35.1.1 Keep and maintain public
interests or obligations therein without City's
records that ordinarily and necessarily
prior written approval.
would be required by the City in order to
perform the service;
36.2 Violation of the terms of this paragraph
shall constitute a breach of the
35.1.2 Provide the public with access
Contract by Successful Offeror and
P # 1 _1 R- Medic of Direc:tor For Fire Rescue
10
City of Tzarra< iac Purchasing & Contracts Division
City may, at its discretion, cancel the
and resulting contract. Prices shall be F.O.B.
Contract. All rights, title, interest and
Destination to the requesting agency.
obligations of Successful Offeror shall
1.
UNBALANCED PROPOSAL PRICING
thereupon cease and terminate.
When a unit price proposed has variable or
37. EMPLOYEES
estimated quantities, and the proposal shows
evidence of unbalanced proposal pricing, such
37.1 Employees of the successful Contractor
proposal may be rejected.
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
2
INFORMATION REQUESTS AFTER DUE DATE
capable employees. The City may require the
Pursuant to Florida Statute Chapter 119, Section
Contractor to remove an employee it deems
071 (1), sealed bids or proposals received by an
careless, incompetent, insubordinate or otherwise
agency pursuant to invitations to bid or requests
objectionable. Bidder shall be responsible to the
for proposals are exempt from the provisions of
City for the acts and omissions of all employees
subsection (1) and s. 24(a), Art. I of the State
working under its directions.
Constitution until such time as the agency
provides notice of a decision or intended decision
37.2 Unauthorized Aliens: The
pursuant to F.S. §119.071(1) (b) (2), or within 30
employment of unauthorized aliens by
days after bid/proposal opening, whichever is
any Contractor is considered a
earlier.
violation of Section 274A (e) of the
Immigration and Nationality Act. If the
3.
OWNERSHIP OF PRELIMINARY AND FINAL
Contractor knowingly employs
RECORDS
unauthorized aliens, such violation
All preliminary and final documentation and
shall be cause for unilateral
records shall become and remain the sole
cancellation of any contract resulting
property of the City. The awarded firm shall
from this RFP. This applies to any
maintain original documents thereof for its
sub -contractors used by the Contractor
records and for its future professional endeavors
as well
and provide reproducible copies to the City. In
the event of termination of the agreement the
38. TAXES
proposing firm shall cease work and deliver to
The City of Tamarac is exempt from all Federal,
the City all documents (including reports and all
State, and Local taxes. An exemption certificate
other data and material prepared or obtained by
will be provided where applicable upon request.
the awarded firm in connection with the project),
including all documents bearing the professional
39. GOVERNING LAW:
seal of the firm. The City shall, upon delivery of
The laws of the State of Florida shall govern this
the aforesaid documents, pay the firm and the
Agreement. Venue shall be Broward County,
firm shall accept as full payment for its services
Florida.
thereunder, a sum of money equal to the
40. FORM AGREEMENT DOCUMENT
percentage of the work done by the firm and
The City may attach as a part of this solicitation, a
accepted as satisfactory to the City.
Form Agreement document. Proposers shall be
4.
BUDGETARY CONSTRAINTS
responsible for complying with all of the terms and
In the event the City is required to reduce
conditions of the Form Agreement document if
contract costs due to budgetary constraints, all
included herein, except where variant or
conflicting language may be included in any
services specified in this document may be
Special Conditions contained herein. Proposers
subject to a permanent or temporary reduction
shall note any deviation or variance with the Form
in budget. In such an event, the total cost for
Agreement document at the time of bid
the affected service shall be reduced as
submission.
required. The Contractor shall also be provided
with a minimum 30-day notice prior to any such
41. OTHER GOVERNMENTAL ENTITIES
reduction in budget.
If a Proposer is awarded a contract as a result of
5.
CONTINGENT FEES PROHIBITED
this RFP, Proposer will, if Proposer has sufficient
The proposing firm must warrant that it has not
capacity or quantities available, provide to other
employed or retained a company or person,
governmental agencies, so requesting, the
other than a bona fide employee, contractor or
products or services awarded in accordance with
subcontractor, working in its employ, to solicit or
the terms and conditions of the Invitation for Bid
secure a contract with the City, and that it has
RFP . , 16-10 -env?-::.'dic a:` DiYi'i.tar For Fire, klesc e
11
City of Tan,raac Purd?asin ontracts Division
not paid or agreed to pay any person, company,
corporation, individual or firm other than a bona
fide employee, contractor or sub -consultant,
working in its employ, any fee, commission,
percentage, gift or other consideration
contingent upon or resulting from the award or
making of a contract with the City.
6. PROHIBITION AGAINST LOBBYING
During the solicitation of any bid or proposal,
any firm and its agents, officers or employees
who intend to submit, or who have submitted,
bids or proposals shall not lobby, either
individually or collectively, any City Commission
members, candidates for City Commission or
any employee of the City. Contact should only
be made through regularly scheduled
Commission meetings, or meetings scheduled
through the Purchasing and Contracts Division
for purposes of obtaining additional or clarifying
information. Any action, including meals,
invitations, gifts or gratuities by a submitting
firm, its officers, agents, or employees shall be
within the purview of this prohibition and shall
result in the immediate disqualification of that
firm from further consideration.
During a formal solicitation process, contact with
personnel of the City of Tamarac other than the
Purchasing and Contracts Manager or
designated representative regarding any such
solicitation may be grounds for elimination from
the selection process. (Reference: Tamarac
Procurement Code Section 6-156.)
Remainder of Page Intentionally Blank
PF ; 6-10 '.- fe is # irectar Fa: Fitt, Rescue
12
itY of 7"amai ac Pay, r,hAsir= ; & Conbacts Divisi0rr
REQUEST FOR PROPOSALS
RFP # 16-10 R
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.
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.
II. INFORMATION
For information pertaining to this Request for Proposals (RFP), contact Purchasing (954) 597-
3570. 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 and submitted via e-mail to
Andrew. Rozwadowskiatamarac.orq
Ill. SCHEDULE OF EVENTS
The schedule of events related to this Request for Proposals shall be as follows:
RFP Document issued
Vendor Questions Due
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
April 13, 2016
April 27, 2016
May 4, 2016
May 5-9, 2016
May 14, 2016
May 16, 2016
May 18, 2016
May 25, 2016
All dates are tentative. City reserves the right to change scheduled dates.
13
VI. 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 64J-1, 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 6,500 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:
1. The provider will comply with all components of State of Florida Administrative
Rule 64J-1.004 and Florida Statute Chapter 401.
2. Serve as a patient advocate in the City of Tamarac EMS system.
3. Set and ensure compliance with patient care standards including
communications standards and medical protocols.
4. Develop and implement protocols and standing orders under which the pre -
hospital care provider functions.
5. Identify treatment modalities for the inclusion into medical treatment protocols.
Develop and implement an agenda for the provision of current medical direction.
6. Evaluate and provide feedback on new or existing EMS technologies for the
inclusion into the system.
7. Ensure the appropriateness of initial qualifications of pre -hospital personnel
involved in patient care.
8. Ensure that the qualifications of pre -hospital personnel involved in patient care
are maintained on an ongoing basis through education, testing, 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.
9. Set and/or approve medical standards for individuals at a higher level of patient
care responsibility (e.g. Captains', Lieutenants', or "specialty" paramedics). 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.
RFP tt 16-10 '- Medir,<;?/ frector For Fire escu(-,,
14
City of Tamarac Purchasing & Contracts Division
10. Develop and implement an effective quality improvement program for continuous
system and patient care improvement.
11. 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.
12. Attend 75% of the Broward County Association of Fire Chiefs 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, and maintain regular contact with ED
directors. Attend the all trauma CQI meetings where a Tamarac Fire Rescue incident is
on the agenda Attend and actively participate in at least 75% of the monthly Tamarac
Fire Rescue CQI meetings. Report to the Professional Standards Division Chief the
results of the meetings.
13. 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.
14. Support the coordination of activities such as automatic aid, disaster planning
and management, hazardous materials response, stroke and cardiac alerts.
15. Promulgate public education and information on the prevention of emergencies.
16. Maintain knowledge levels appropriate for an EMS Medical Director through
continued education as required in 64J-1 F.A.C.
17. Provide for a Medical Director "off-line" coverage when unavailable. These
arrangements will be made by the Medical Director and made known to Tamarac Fire -
Rescue EMS staff officers (e.g. EMS Division, Assistant Chief -Operations, etc.) at least
24 hours in advance. The expectation is that a formal relationship exists between the
provider and the covering physician and that the City of Tamarac approves of the
coverage.
18. Develop policies and protocols to keep Tamarac Fire -Rescue as a Premier
provider of out -of -hospital medical care.
C. MINIMUM REQUIREMENTS
1. The provider will comply with all components of State of Florida Administrative
Rule 64J-1.004 and Florida Statute Chapter 401.
2. State of Florida license to practice medicine or osteopathy.
3. 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 in a fire -rescue based system. Hold an
ACLS Provider card or equivalent. Provider certificate for ACLS is required. Provider
certificates in ATLS or ITLS / PHTLS and PALS / PEPP is preferred.
4. 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.
RFP 4 16-10 R- Nlt�dfi`cai Dirpector Fri? Firs R scoe
15
City cif Twnarac Purchasing & Cootracts Division
5. Familiarity with the design and operation of EMS systems.
6. Experience and/or training in the pre -hospital care of acutely ill or injured
patients.
7. Experience and/or training in medical direction of pre -hospital emergency units.
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 (EMD).
12. Working knowledge of local mass casualty and disaster plans.
13. Working knowledge of treatment of patients involving hazardous materials.
14. Recent (within the past 12 months) or active participation in the €D management
of the acutely ill or iniured patient in an emergency department setting is required. Board
Certified in emergency medicine and/or broad based clinical medical specialty with
experience in pre -hospital care required.
15. Board Certification in Emergency Medicine (American Board of Emergency
Medicine or American Board of Osteopathic Emergency Medicine) is preferred.
D. CONTRACTOR RESPONSIBILITIES
1. 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 (CQI) 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 64J-1 FAC.
PFP # 16_ 0 P- Medical Director For Fire Rescae
16
of 7 z?mai is
Purchasing & i;_xdracts Dwlslbrr
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.
• EMTs, Paramedics (All Department members)
• Field Training Officers (Captain Level) and their designees.
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 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 not meet training standards.
11. Provide insight into 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. Advice 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 conduct quarterly training meetings of the EMS supervisory staff
as well as meeting of fire -rescue personnel based on a monthly CQI topic or other current
relevant EMS issue that may affect TFR operations.
15. The Medical Director will regularly attend State EMS Advisory Council meetings
(minimum of two (2) per year) to provide for the interests of the Tamarac Fire -Rescue
Department.
16. Compliance with all aspects of Rule 64J-1, FAC and other applicable laws and rules
governing the provision of pre -hospital EMS in a fire -rescue based system.
17. Serve, on an as -needed basis, as an advocate for and a liaison between the department,
a hospital, and the City of Tamarac's Infectious Disease medical expert when a member of
Tamarac Fire Rescue encounters an infectious disease exposure
E. RESPONSIBILITIES OF THE CITY OF TAMARAC
The Tamarac Fire -Rescue EMS system has an obligation to provide the Medical Director with the
resources and authority commensurate with the responsibilities outlined above including:
Compensation for the time required.
2. Necessary material and personnel resources. For example, clerical assistance will be
17
City of %imaracc _ Purchasing & Contracts Dwision
made available for department -related memoranda, training handouts, etc.
3. A written agreement that delineates the Medical Director's authority and responsibilities
and the EMS systems obligations.
F. DELIVERABLES
Provide specific plan as outlined above.
2. The proposer must identify the proposed protocols they would use the
methodology that would be used to update said protocols, and that they attest they are
in compliance with Section 24 of the Standard Terms and Conditions regarding
copyrights.
3. A Continuity of Operations Plan that would address how medical direction
coverage will be available when the primary medical director is not available.
4. Additional reports as required or requested by City.
G. PERFORMANCE SCHEDULE
This Agreement shall be effective for three (3) years from award, 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.
V. 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.
VI. EVALUATION OF PROPOSALS
A. EVALUATION METHOD AND CRITERIA
A Selection/Negotiation Committee will be appointed by the City Manager and will be responsible
for selecting the most qualified firm. The Proposers with the highest -ranked submittals may be
short-listed, and may be asked to make a detailed presentation of their product/service to the
Evaluation and Selection Committee.
After presentations, firms will be assigned a final score, with the highest -ranked firm proposer
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.
P # 1 -1 0 R- Mprirc4l Dimcicr For Fire Rescvp,
18
of Tamarac
Purchasing & Contract,,; 7 ivisian
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:
Compliance with Request for Proposals (Mandatory]. This refers to the adherence to
all conditions and requirements of the Request for Proposals.
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:
This refers to the exact type and nature of the offeror's proposed services and how they
accomplish the objectives of the project, as well as the ability to rapidly respond to the
City's needs, as defined in the Evaluation Criteria set forth.
a. Quality of Response: (up to 5 points)
• Attention to detail and presentation of proposal.
Services to be provided (up to 50 points)
• Specific experience on similar projects (especially those completed in the
State of Florida.
• General Experience
• Experience of the physician with previous fire rescue based EMS
systems. (Experience should be clearly identified and described).
• Recent, current, and projected workloads of the physician.
4. Qualifications of the Proposer/Expertise (up to 20 points)
Offeror's capability in all respects to perform fully the contract requirements, and the
tenacity, perseverance, experience, integrity, and reliability which will assure good faith
performance, as well as satisfactory reference verification. This criteria includes:
a. Evaluation of staff's background in managing the work of a medical director
b. Evaluation of the proposer's organization, support and experience in similar
projects.
c. Does the expertise meet pFojest proposal minimum requirements?
dt Specific experiences in providing medical director to a fire rescue based EMS
system.
e. Number of qualified personnel available for the project.
f. Dependence on outside Contractors to accomplish the project.
RFf'# 76- 0 R- I edki/ Dir€::tor For Fhe. rev==sove
19
City of Tamara(,, Purchasing & Contracts Division
g. Availability of in-house expertise for other disciplines.
h. Preference of ATLS or ITLS/PHTLS and/or PALS/PEPP
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.
c. Schedule.
6. References & Price Proposal: (up to 10 points)
a. The proposer's past performance on projects on similar scope and size
including references.
b. Evaluation of the Medical Director's Price Proposal Form
c. Proposer may include a separate detailed fee schedule for additional services
not covered directly by the Scope of Work herein. However, a separate Fee
Schedule for additional services is not required to be submitted with Proposal.
7. Recommended requirements: (up to 5 points)
a. Board Certified in Emergency Medicine.
b. Active clinical practice of emergency medicine.
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:
1. 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 single responsive and responsible Offeror whose
aggregate proposal is determined to be the most advantageous to the City for all items proposed,
taking into consideration price and the evaluation criteria set forth herein below. While the City of
Tamarac desires to accept the Proposal as a whole, the City reserves the right to award any
component thereof separately 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 I MAXIMUM
POINTS
RFP # 16-10 R- Ailedic,<a/ Dire for For Fire, Resci,,,,e
20
City of Tamara(, Purc'hasing & contracts, Division
1
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
s
Project Understanding
15 points
6
References and Price Proposal 1
10 points
7
Recommended Requirements 1
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 Evaluation
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. Hence, proposals should be
initially submitted incorporating the most complete and favorable terms which Proposer is 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, the 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.
21
City of Tamarac _..._ Purchasing & Contracts C. wisibr=
IX. PROPOSAL COPIES
Return One (1) Original and six (6) copies, as well as a PDF copy on a USB Flash Drive or CD. in an
envelope marked with your firm's name and "RFP 16-10 R, Medical Services Director" to the City of
Tamarac, Purchasing & Contracts Division, 7525 NW 88h Avenue, Tamarac, Florida 33321, Attention:
Andrew J. Rozwadowski, Senior Procurement Specialist
Any addenda shall 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.
Remainder of Page Intentionally Blank
RFP # 1 -'10 P- [tledk,,W Director For Fins,Rescue
22
lilty of %arrrizrarc Purchasing & Contracts Division
PROPOSALFORM
RFP # 16-10 R
Medical Services Director
NOT TO EXCEED COST OF:
$ Annually
Full Contract term is three (3) years.
SUBMITTED BY:
Company Name:
Officer/Name of Individual Authorized to submit:
Address:
City:
Telephone: FAX:
Email:
State:
Zip:
NOTE: To be considered eligible for award, one (1) original copy of this Proposal Form must be
submitted with the Proposal. Proposers must Use this Cost Proposal Form.
Payment by Electronic Funds Transfer: Vendors may now receive payments by direct
deposit via electronic funds transfer instead of by paper check. Vendors are strongly
encouraged to register to receive all payments by direct deposit. Access the City of Tamarac
web -site at http://www.tamarac.org/city-departments/financial-services/purchasing/register-for-
direct-deposit-payment.aspx
NO BID INDICATION (IF "NO BID" IS OFFERED):
Please indicate reason(s) why a Proposal is not being submitted at this time.
R FP # , 6-10 R- hledic; jl Director Foi fire Rescr,,,e
23
City of i"am ar cac, _ Purchasing & ont" cts Division
COMPANY NAME: (Please Print):
Phone:
Fax:
BEFORE SUBMITTING YOUR PROPOSAL, MAKE SURE YOU...
❑ 1. Carefully read the General Terms & Conditions, Special Conditions and the General
Requirements.
❑ 2. Provide representative samples of past work/publications printed by your firm.
❑ 3 Include a Schedule of Prices as requested on the Proposal Form included herein.
❑ 4 References as requested herein.
❑ 5. Fill out and sign the Non -Collusive Affidavit and have it properly notarized.
❑ 6. Sign the Certification page. Failure to do so will result in your Bid being deemed non-
responsive.
❑ 7. Fill out the Offeror's Qualification Statement and Reference Form.
❑ 8 Sign the Vendor Drug Free Workplace Form.
❑ 9 Fill out the List of Sub -Contractors or Subcontractors, if applicable.
❑ 10 Fill out and sign the Certified Resolution.
❑ 11 Include all necessary Financial Statements requested.
❑ 12 Include proof of insurance.
❑ 13 Provide any additional documentation requested within the Proposal Document.
❑ 14 Submit ONE (1) Original AND six (6) copies as well as a PDF copy on a USB Flash Drive
or CD as requested in the Proposal Instructions. Clearly mark the sealed container with
the PROPOSAL NUMBER AND PROPOSAL NAME on the outside of the package.
Make sure your Proposal is submitted PRIOR to the deadline.
Late Proposals will not be accepted.
Failure to provide the requested attachments may result in your proposal
being deemed non -responsive.
THIS SHOULD BE THE FIRST PAGE OF YOUR PROPOSAL.
24
& Contracts Division
REFERENCES
Please list government agencies and/or private firms with whom you have done business during the last five
years:
Your Company Name
Address
City State Zip
Phone/Fax
E-mail
Agency/Firm Name:
Address
City State Zip
Phone/Fax
Contact Name
Agency/Firm Name:
Address
City State Zip
Phone/Fax
Contact Name
Agency/Firm Name:
Address
City State Zip
Phone/Fax
Contact Name
Agency/Firm Name:
Address
City State Zip
Phone/Fax
Contact Name
Agency/Firm Name:
Address
City State Zip
Phone/Fax
Contact Name
f=tFP # 76-10 R- Medx., l Dimclor f o, Fire Rp�scv6,
25
City of Tamarac Purchasing & ontiacts Division
CERTIFICATION
THIS DOCUMENT MUST BE SUBMITTED WITH THE PROPOSAL
We (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to
Bid. We (1) certify that we(I) have read the entire document, including the Scope of Work,
Additional Requirements, Supplemental Attachments, Instructions to Proposers, Terms and
Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire
Request for Proposals.
SUBMITTED TO: City of Tamarac
Purchasing and Contracts Manager
7525 NW 88th Avenue
Tamarac, Florida 33321
Indicate which type of organization below:
INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION ❑ OTHER ❑
If "Other', Explain:
Authorized Signature Company Name
Typed/Printed Name
Telephone
Fax
Email address for above signer (if any)
Address
, State, ZIP
Federal Tax ID Number
26
City of Ta.mat (iC Purchasing & Contiacts Division
CERTIFIED RESOLUTION
1, (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 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 (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 the following 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) By:
Secretary
Corporate Title
NOTE:
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.
RF 1` 16-10 R- Medical Driector For Fire Rescue
27
City of T,,.i dC rac
& Coat. acts Divl'S Qr;
PROPOSER'S QUALIFICATION STATEMENT
The Proposer, under oath certifies to the truth and correctness of all statements and of all answers to
questions made hereinafter:
If Proposer is a corporation, answer the following:
a) Date of Incorporation: State of Incorporation:
Z If Proposer is operating under a fictitious name, submit evidence of compliance with the Florida
Fictitious Name Statute.
3. How many years has your organization been in business under its present business name?
a) Under what other former names has your organization operated?
4. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if
necessary).
5. State the name of the individual who will serve as the primary contact for the City:
6. State the names and addresses of all businesses and/or individuals who own an interest of more
than five percent (5%) of the Proposer's business and indicate the percentage owned of each such
business and/or individual:
7. Has your company ever declared bankruptcy? Yes ❑ No ❑
If yes, explain:
8. Have you ever received a contract or a purchase order from the City of Tamarac or other
governmental entity? Yes ❑ No ❑ If yes, explain: (date, service/project, bid title etc.)
9. Have you ever received a complaint on a contract or bid awarded to you by any governmental
entity? Yes ❑ No ❑ If yes, explains:
10. Have you ever been debarred or suspended from doing business with any governmental entity?
Yes ❑ No ❑ If yes, explains:
RFP # 1 -10 R- Medical DJ,1F,t,t(,)r Fw Fite Rescue
28
of Tamarac
Contracts Division
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
r,- 4 16-10 R- AIedica, Dite l ar For Fire R ,scoe;.,
29
of Tamarac
ACKNOWLEDGEMENT
OFFEROR'S QUALIFICATION STATEMENT
State of
County of
Contracts Division
On this the day of , 20_, before me,
the undersigned Notary Public of the State of Florida, personally appeared
(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:
❑ DID take an oath, or
❑ DID NOT take an oath
' # 1 -10 R- Medical Directorror }Wire Pe8cue
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)
30
of Tamarac
NON -COLLUSIVE AFFIDAVIT
State of
)ss.
County of )
t oniracts Division
says that: being first duly sworn deposes and
1. He/she is the (Owner, Partner, Officer,
Representative or Agent) of the Offeror
that has submitted the attached Proposal;
2. He/she is fully informed respecting the preparation and contents of the attached
Proposal and of all pertinent circumstances respecting such Proposal;
3. Such Proposal is genuine and is not a collusive or sham Proposal;
4. 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;
5. 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 presence of:
By
Witness
Witness Printed Name
Title
F FF1 # 1 -` 0 R_ Medical L34ec:.tor For Fire F?e sctoe
31
of Tamarac
ACKNOWLEDGMENT
NON -COLLUSIVE AFFIDAVIT
State of Florida
County of
On this the day of , 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, STATE OF FLORIDA
NOTARY PUBLIC
SEAL OF OFFICE:
❑ DID take an oath, or ❑ DID NOT take an oath
i -' r - Medira. rrectw- For dire Rescue
(Name of Notary Public: Print,
Stamp, or Type as Commissioned)
❑ Personally known to me, or
❑ Produced identification:
(Type of Identification Produced)
32
City of. Tamarac
........... .. ........... _ ............. turf s r ; _& Contracts Divisior,
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:
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.
1. 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.
2. Give each employee engaged in providing the commodities or contractual services that
are under bid a copy of the statement specified in subsection (1).
3. 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 than five (5) days after each conviction.
4. 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.
5. 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
RFP # 16- 10 R- fvle is �i r'.' irec,tor For fire R0sC e.
33
tarty r Tamarac r ara ...._ Pr rchasrrt & Contracts D I sfisr3
............._ ... _..... ......_ .......
SAMPLE FORM 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
Consultant agree as follows:
1) The Contract Documents
The Contract Documents consist of this Agreement, Request for Proposal # 16-10 R —
Medical Services Director For Fire Rescue, 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 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
2) The Work
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:
2.1 Consultant shall furnish all labor, materials, and equipment necessary provide
Services as a Medical Services Director.
2.2 Serve as a patient advocate in the City of Tamarac EMS system.
2.3 Set and ensure compliance with patient care standards including
communications standards and medical protocols.
2.4 Develop and implement protocols and standing orders under which the pre -
hospital care provider functions.
2.5 Identify treatment modalities for the inclusion into medical treatment protocols.
Develop and implement an agenda for the provision of current medical direction.
FP # 16-10 R- Medical Director ctor' For Rm Roscoe
34
City of ....... ............ ._._. ................._ .................. ... .. .... .....—...... ....... t rc sire & Contracts iwsion
........_.- ........
2.6 Evaluate and provide feedback on new or existing EMS technologies for the
inclusion into the system.
2.7 Ensure the appropriateness of initial qualifications of pre -hospital personnel
involved in patient care.
2.8 Ensure that the qualifications of pre -hospital personnel involved in patient care
are maintained on an ongoing basis through education, 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.
2.9 Set and/or approve medical standards for individuals at a higher level of patient
care responsibility (e.g. Captains', Lieutenants', or "specialty" paramedics).
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.
2.10 Develop and implement an effective quality improvement program for continuous
system and patient care improvement.
2.11 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.
2.12 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 the results of the meetings to the Chief
responsible for EMS.
2.13 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.
2.14 Support the coordination of activities such as automatic aid, disaster planning
and management, hazardous materials response, stroke and cardiac alerts.
2.15 Promulgate public education and information on the prevention of emergencies.
2.16 Maintain knowledge levels appropriate for an EMS Medical Director through
continued education as required in 64J-1 F.A.C.
2.17 Provide for a Medical Director "off-line" coverage when unavailable. These
arrangements will be made by the Medical Director and made known to Tamarac
Fire -Rescue EMS staff officers (e.g. EMS Division, Assistant Chief -Operations,
etc.) at least 24 hours in advance.
RFP # 16-10 - Meffi^aI tit ee?er r er £sire tie s� uer
35
of Tamarac
Contracts Division
2.18 Develop policies and protocols to keep Tamarac Fire -Rescue as a primary
provider of out -of -hospital medical care.
2.19 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.
2.20 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 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 Consultant will ensure that all sub -Consultants comply
with the above guidelines and will retain all necessary insurance in force
throughout the terms 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.
3.3. The following are required types and minimum limits of insurance coverage,
which the Consultant agrees to maintain during the term of this contract:
,RFC' # ? 6-1O R- Rinscu
36
City of Tgan�arac F rrchasing & Contracts Division
Insurance
Line of - . -
,J I - -
—Conwrierciall General Liability including
CordractualUaNfity
Personal Injurv,
00111 1
01
Explosion, Collapse, Underground Hmard:
Broad Form Property Dam4e,
Automobile Liability Workers' Compensation
m�00ls1 0
Employer's a
Statutory c
2,:0 K00000
4) Term
The work to be performed under this Agreement shall be commenced after City
execution of this Agreement. This contract shall be in effect for an initial period of three
(3) years, with two (2) additional two-year renewal terms based upon satisfactory
performance and mutual agreement of both parties
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
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.
Indemnification
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
FF # ? 6-' 0 R- Medica Direck-. r. For Fire, Rns,,,u
37
of Tamarac Purchasinrr & contracts DMsion
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 -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 Consultant in the performance of the Work; or c). liens, claims or
actions made by the Consultant 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 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.
7.1 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
During the performance of the Contract, the Consultant 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
disability if qualified. The Consultant 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 if qualified. 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 Consultant 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 Consultant 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 Consultant
This Agreement does not create an employee/employer relationship between the
RFP#16-10R-Itrled,'z^aIlaire;cMrFor Fire, Rn;;r,,ue
38
City � f Tarnarac........ urrh s4)g & Contrasts Division
Parties. It is the intent of the Parties that the Consultant is an independent Consultant
under this Agreement and not the City's employee for any purposes, including but not
limited to, the application of the Fair Labor Standards Act minimum wage and overtime
payments, Federal Insurance Contribution Act, the Social Security Act, the Federal
Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's
Compensation Act, and the State Unemployment Insurance law. The Consultant shall
retain sole and absolute discretion in the judgment of the manner and means of carrying
out Consultant's activities and responsibilities hereunder provided, further that
administrative procedures applicable to services rendered under this Agreement shall be
those of Consultant, which policies of Consultant shall not conflict with City, State, or
United States policies, rules or regulations relating to the use of Consultant's funds
provided for herein. The Consultant agrees that it is a separate and independent
enterprise from the City, that it had full opportunity to find other business, that it has
made its own investment in its business, and that it will utilize a high level of skill
necessary to perform the work. This Agreement shall not be construed as creating any
joint employment relationship between the Consultant and the City and the City will not
be liable for any obligation incurred by Consultant, including but not limited to unpaid
minimum wages and/or overtime premiums.
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 following address:
Goren, Cherof, Doody & Ezrol, P.A.
3099 East Commercial Blvd., Suite 200
Fort Lauderdale, FL 33308
CONSULTANT
39
City rf 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 City to Consultant
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 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 Uncontrollable Forces
13.1 Neither the City nor Consultant shall be considered to be in default of this
Agreement if delays in or failure of performance shall be due to Uncontrollable
Forces, the effect of which, by the exercise of reasonable diligence, the non-
performing party could not avoid. The term Uncontrollable Forces shall mean any
event which results in the prevention or delay of performance by a party of its
obligations under this Agreement and which is beyond the reasonable control of
the nonperforming party. It includes, but is not limited to fire, flood, earthquakes,
storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and
governmental actions.
13.2 Neither party shall, however, be excused from performance if nonperformance is
due to forces, which are preventable, removable, or remediable, and which the
nonperforming party could have, with the exercise of reasonable diligence,
prevented, removed, or remedied with reasonable dispatch. The nonperforming
party shall, within a reasonable time of being prevented or delayed from
performance by an uncontrollable force, give written notice to the other party
describing the circumstances and uncontrollable forces preventing continued
performance of the obligations of this Agreement.
14 Agreement Subject to Funding
This agreement shall remain in full force and effect only as long as the expenditures
RFP # ? 6- t O - h f��irai f)i. ct �r F �r 1 irr Re ;raga
40
of Tamarac
& Contracts Division
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.
15 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.
16 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.
17 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.
18 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 assert such a presumption in any proceedings or disputes connected with,
arising out of, or involving this Agreement.
19) PUBLIC RECORDS CUSTODIAN
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING
RFP # 16-10 R- Meffical Dir cror ForPro Rnsc€.rep
41
! jy of Tamarac r013'err
TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC
RECORDS AT:
CITY CLERK
7525 NW 88TH AVENUE
ROOM 101
TAMARAC, FL 33321
(954) 597-3505
CITYCLERK@TAMARAC.ORG
Remainder of Page Intentionally Blank
F'aFP 4 16-9 - l}✓ dic ai Dirr;c for For Fine, Rescue
42
{,rPy .. Tamarac
f rrchas Contracts Division
.......... .............. ................
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 by Brooks, Jerry T. MD, duly
authorized to execute same.
CITY OF TAMARAC
Harry Dressler, Mayor
Date
ATTEST: Michael C. Cernech, City Manager
Patricia A. Teufel, CIVIC Date. -
City Clerk
Date Approved as to form and legal sufficiency:
Samuel S. Goren
ATTEST:
Company Name
(Corporate Secretary) Signature of President/Owner
Type/Print Name of Corporate Secy. Type/Print Name of President/Owner
(CORPORATE SEAL) Date
..
RFC' # ? 6-10 - , f c ir: 1 rror,,fnr For Fire, Roscue
43
City o, 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 , 20_•
Signature of Notary Public
State of Florida at Large
Print, Type or Stamp
Name of Notary Public
❑ Personally known to me or
❑ Produced Identification
Type of I.D. Produced
❑ DID take an oath, or
❑ DID NOT take an oath.
16-1 v R- Medical Director For err..,, Rescue
44
of Tamarac
APPENDIX A PRICING SCHEDULE
Contracts Division
RFP # 16- PO R- t effical Director For Firo Pesf;Ue
45
TR#12837 — EXHIBIT 1
SOLE SOURCE JUSTIFICATION
To Be Submitted With All Requisitions For Sole Source Purchases above $2,500.
POLICY: A contract may be awarded for a supply, service, or construction item without competition when the Purchasing and
Contracts Manager determines in writing that there is only one economically feasible source for the required supply, service, or
construction item, or when requirements for standardization, warranty, geographic and territorial restrictions, or other factors create a
situation where competition is either not feasible or practicable. A City Department requesting sole source procurement of $2,500 or
greater, must submit a written request to the Purchasing and Contracts Manager for approval, which must be accompanied by a written
justification signed by the department head. Sole source requests in excess of $65,000 will require City Commission approval.
(Tamarac Procurement Code Section 6-148(b)) Please attach additional written documentation as required to justify this request.
Note: It is a felony to knowingly circumvent a competitive process for commodities or services
Pntiv snecifvin a sole source. Florida Statute 838.22 2.
Date August 9, 2016 Department Fire Department
Vendor Name Menendez MD & Brooks MD PA, Boca Raton, FL 33433.
Item or Service Being Purchased Medical Director services
Requisition Number TR#12837
PLEASE CHECK THE CATEGORY APPROPRIATE TO THIS PURCHASE (Additional pages should be included for
detailed Justification comments):
X one•of-a-kind
The commodity or service has no competitive product (one -of -a -kind) AND IS AVAILABLE FROM ONLY ONE VENDOR,
_ No Substitute
A component or replacement part has no substitute AND CAN BE OBTAINED FROM ONLY ONE VENDOR.
_ Compatibility
Compatibility is the overriding consideration AND THE ITEM/SERVICE CAN BE OBTAINED FROM ONLY ONE VENDOR.
_ Delivery Date
The ability of ONLY ONE VENDOR to meet a necessary delivery date.
_ Follow-up Service
ONLY ONE VENDOR is able to make on -call repairs at a particular location.
Emergency
Urgent need or the item or service does not permit soliciting competitive bids, as in cases of emergencies, disasters, etc.
Monopoly or Geographic Protected Territory
A monopoly exists as in the case of the U. S. Post Office, Florida Power & Light, Sun -Sentinel, Broward County and so on; or the product
or service is provided by only one dealer due to a geographic territory assignment by product manufacturer or service originator.
Requested By DC Steve Stillwell Date Au ust 9, 2016
Dept. Head Signature
Chief Mike Burton Date August 9, 2016
August 9, 2016
PURCHASING APPROVAL Date
5
mma"I"qlam
Menendez MD & Brooks IUD RA
May 3, 2016
No Text
Menendez MD & Brooks MD PA
Benny Menendez, MD
7169 Via Firenze
Boca Raton, Florida 33433
Phone: (561) 386-5051
E-Mail: Drbmenendez@aol.com
April 28, 2016
Fire Chief Mike Burton
Fire Rescue Department
6000 Hiatus Road
Tamarac, FL 33321
Dear Fire Chief Burton:
Dr. Brooks and I are honored to be considered for Medical Director of the City of
Tamarac Fire Rescue Services. We are respectfully submitting a proposal to serve the
City of Tamarac under the business name of Menendez MD & Brooks MD PA.
We are both board certified emergency physicians and are Medical Directors for a Level
One and Level Two Trauma Center. We have had the pleasure of assisting with the EMS
agencies that Dr. Nabil El Sanadi served as Medical Director for More than 12 years. The
focus of his, and now our service, has always been public service, clinical excellence and
superior patient outcomes.
Our Mission of "Delivering 100%, 100% of the Time" and your Mission of being
"Committed to Excellence Always" are perfectly aligned. Our Vision of providing
Excellence in Service, cultivating a Collaborative Team. Approach, and ensuring the
Delivery of Innovative Therapies with Measurable Outcomes will complement the City
of Tamarac's Vision. We will work with you and your team to earn the citizens' trust
through the delivery of compassionate, cutting -edge clinical care.
Dr. Brooks and I have served in several roles while working closely with Fire/EMS
personnel, including:
• Medical Director for Broward Health Medical Center's (BHMC) ED
• Chair of the Broward County Medical Association's EMS Committee
Mass Gatherings E.,y .,:� A I A Marathon, Tortuga Music Festival, Air and Sea Show
Mass Casualty events in conjunction with the EOC for Hurricane Wilma
• instrumental in the Collaborative Development with Foil Lauderdale Fire Rescue
for the following Programs at BHMC
- Comprehensive STROKE Program at BIIMC
- induced Hypothermia Program with BHMC
- STEMI Program at BHMC
• Establish an ED Clinical Rotation Program at BHMC for EMS personnel
• Assistant Clinical Professor of Medicine for Nova Southeastern University's
Medical School
• Assistant Clinical Professor of Medicine for Florida International University's
Medical School
We will dedicate the time needed to keep your EMS services at the forefront of
delivering clinical excellence. My current position as the ED Medical Director for
Broward Health Medical Center and Dr. Brooks as Chief Medical Officer of Emergency
Medicine for Broward Health allows us both the flexibility to dedicate the necessary time
to collaborate with you and your leadership team. This will include monthly Continuous
Quality Improvement (CQI) Meetings, ride -along time and regional and national
meetings.
Should either Dr. Brooks, or myself, need to be out-of-town, the other physician will be
working with you to ensure continuity of service. This situation will always be discussed
and preapproved by you or your designee.
If Dr. Brooks and I are fortunate enough to be chosen as the Medical Director for the City
of Tamarac, we will work with you and your leadership team to continuously raise the
level of service we deliver to the citizens and visitors of Tamarac.
Should you have any questions, please contact me at (561) 386-5051.
Respectfully,
Benny Menendez, MD, FAAEM
No Text
Tamarac Fire Rescue Proposal
RFP 16-10 R
Medical Direction Services
V'{. STATEMENT OF WORK
B. SERVICES TO BE PROVIDED (Pages 14-15)
As the Medical Director of the City of Tamarac EMS, we will work in concert with the EMS
leadership to maximize the potential for EXCELLENCE of services to the citizens and visitors of
the City of Tamarac. We will work closely in the hospital (as receiving physicians) and in the
field to continually improve and refine the skills of our paramedics and EMTs. Our goal will be
to achieve local, regional, and national recognition as "outstanding" clinical care givers, who are
on the cutting edge of life saving skills and knowledge.
We will work with the Fire Rescue Department's leadership in the delivery of emergency care to
ensure optimal preparedness in the event of a mass causality incident or weapons of mass
destruction event.
The following is a detailed outline of our plan to meet and exceed your expectations:
131. We will comply with all components of the State of Florida Administrative Rule 64J-1.004
and Florida Statute Chapter 401.
132. We will be staunch advocates for all of the citizens and visitors of the City of Tamarac and
the patients transported by Tamarac EMS.
B3. We will ensure compliance with patient care standards including communications
standards and current medical protocols.
B4. We will develop a process to maintain the protocols so that we continually incorporate the
latest evidence -based medicine to remain on the cutting -edge of pre -hospital care. We will
review and approve the training and re -certification of skills for all EMTs and Paramedics to
ensure that the entire team is performing at the highest level of the department standards.
Submitted By: Menendez MD & Brooks MD PA
68. We shall ensure that the qualifications are maintained for all pre -hospital personnel. We
will accomplish this through ongoing education, tes_ tip accreditation and credentia ing. In
addition, we will perform periodic validation of skill and proficiency for all personnel including
entry level medical training and credentialing of pre -hospital personnel based on local and
recognized national standards to insure excellent patient care; especially clinical knowledge and
psychomotor skills.
B9. We will also set and approve medical standards for individuals at a higher level of patient
care responsibility (.. Captains, Lieutenants, or "specialty" paramedics). Also for all pre -
hospital providers, we shall maintain official gulhotity 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.
B10. In concert with the Fire Chief and his staff, I will institute a departmental Quality
Assurance/Quality Improvement program, which includes a methodology for Continuous
Quality Improvement (CQI) according to 64J.
We will provide the highest standard of care for the citizens and visitors of Tamarac by:
• Reviewing all Sentinel Events
• Reviewing run records (and if necessary: Dispatch Reports,
Emergency Department Records, Law Enforcement Reports)
• Reviewing variances from protocols or standards of care and
classifying them as justifiable or unjustifiable
• EMS personnel interviews and pre -deployment testing
These activities may guide recommendations for:
• Specialized education
• Continuing education
• Corrective action
• Protocol modifications
We will work closely with the Fire Chief, and/or his designee, to insure that all monies
allocated for 121ning are used optimally with the ultimate goal of providing "the best care for
each and every patient."
The Fire Chief or his designee will be notified of the QA/QI activities on a monthly basis.
Minutes will be generated to reflect these activities.
We will support and encourage EMS providers to participate in and conduct RESEARCH, to
develop new science and knowledge.
Submitted By: Menendez MD & Brooks MD PA
Medical Director Grants - We will issue one $1,000.00 grant annually to Tamarac
paramedic/firefighters for the pursuit of knowledge, innovation, research and clinical
excellence.
811. We will provide a monthly forum for evaluation and possible application of new therapies
based on review of current evidence based pre -hospital and emergency medicine literature.
We will work closely with the Fire Chief, and or his designee, to pre -approve and authorize CEU
Training to maximize the potential of each and every EMS provider.
Monthly Emergency Medicine Grand Rounds at Broward Health Medical Center will continue to
be open for all EMS personnel. They may choose to attend this one -hour educational session
and receive CEUs. This monthly educational event will allow co -mingling of all emergency
providers including in -hospital registered nurses, physicians and EMS so that collegiality and
open dialogue can continue to be promoted between the in -hospital and out -of -hospital
providers.
We will provide an Erovider rotation at Broward Health Medical Center ED. This will
expose the EMS provider to the operation of a Level One Trauma Center and Comprehensive
Stroke Center.
612. We will attend at least 80 of the BrowardCounty Associatl2n of Fire Chiefs E
subcommittee meeting and provide feedback to the Tamarac Fire Department leadership. We
will also be a liaison with the medical community by working with hospitals, emergency
departments, physicians, other pre -hospital providers/agencies and nursing facilities.
We will continue to provide liaison services as requested by the Fire -Rescue Leadership and the
City to all agencies that Tamarac interacts with, including (but not limited to):
• Plantation, Florida Medical Center
• Broward Health
• Adjacent Cities that provide mutual aide
• Hospitals located within the primary and secondary services
perimeters
* Broward County Medical Association
• Broward County Government
• Broward County Trauma Agency
* Broward County EMS Agency Forums
We will attend and actively participate in all of the trauma CQI meetings where a Tamarac Fire
Rescue incident is on the agenda. We will attend and actively participate in all of the monthly
Tamarac Fire Rescue CQI meetings. We will maintain regular contact with ED directors. We will
report to the Professional Standards Division Chief the results of the meetings.
Submitted By: Menendez MD & Brooks MD PA
813. We will continually interact with state, regional and local EMS authorities to ensure
standards, needs and ree uirements are Met so that resource allocation and utilization is
optimized.
B14. We will support the coordination of activities such as automatic aid, disaster planning and
management, hazardous materials response, stroke and cardiac alerts.
1315. We will work with the Department to promulgate public education and information
focused on the prevention of emergencies.
616. We shall maintain knowledge levels appropriate for an EMS Medical Director through continuing
education to meet and exceed the requirements of 64J-1 FAC.
We will be responsible for maintaining our current certification/qualifications.
B17. We will provide an "off-line" Medical Director coverage. We cannot imagine a situation
where would be out of telephone range at the same time. We will work with the Fire Chief,
and/or his designee at least 24-hours in advance of the situation occurring. We will insure that
a formal relationship with us and the covering physician and that the City of Tamarac approves
of the coverage.
818. We will develop policies and protocols to insure that Tamarac Fire -Rescue personnel are
premier providers in out -of -hospital medical care.
Submitted By: Menendez MD & Brooks MD PA
VI. STATEMENT OF WORK
C. MINIMUM REQUIREMENTS (Pages 15-16)
C1. We will comply with all components of the State of Florida Administrative Rule 64.1-1.004
and Florida Statute Chapter 401.
C2. We have, and will maintain in good standing, a State of Florida medical license to practice
medicine.
C3. We are both practicing board certified emergency medicine physicians with Medical
Director appointments at local Trauma Centers.
We have in depth experience with pre -hospital care in a fire rescue based system. We have
been the assisting the former Medical Director, Dr. Nabil El Sanadi, with the City of Fort
Lauderdale since 2005 and Broward Sheriff's office since 2007.
We hold Provider certificates in ACLS, ATLS and PALS.
C4. As practicing Emergency medicine physicians, we hold DEA licenses; and a DEA license for
each municipality we currently provide Medical Direction.
C5. We are familiar with the design and operation of EMS systems as we have been assisting
with the City of Fort Lauderdale and BSO since 2005 and 2007 respectively.
C6. We perform clinical duties as emergency physicians at Broward Health Medical Center and
Broward Health North, we regularly care for the critically ill and injured. We also train pre -
hospital providers real-time when caring for the acutely ill and injured patients.
C7. We are currently rovidir the medical direction for the City of Fort Lauderdale, Broward
Sheriff's Office Fire Rescue Services and the City of Sunrise. Additionally, we have been
involved in the development of protocols that the aforementioned agencies operate under.
C8. We have each participated in training and instructing paramedics in the ED and when
laroviding medical coverage for. Miami Dol bins and Florida Panthers.
C9. We have been running EMS Quality Improvement meetings when the former Medical
Director had been unavailable to attend.
C10. We have and maintain a working knowledge of EMS laws and regulations both State of
Florida and also applicable Federal laws and regulations.
C11. As Medical Directors for Trauma Centers we are knowledgeable on the local Emergency
Medicine Dispatcher (EMD) and communications.
Submitted By: Menendez MD & Brooks MD PA
C12. We have participated on a regular basis in local and regional disaster drills which allows
me intimate working knowledge of local mass casualty disaster plans. We worked closely with
the EOC personnel, EMS and local hospitals during hurricane Wilma; we have also served as the
medical director for the A1A Marathon; Tortuga Music Festival; Air and Sea Shows; Pro Bowl at
Sun Life Stadium; Super Bowls at Sun Life Stadium; and other events where "mutual -aid" was
necessary.
C13. We have worked with two regional HAZ-MAT teams (Ft. Lauderdale and BSO) and have
cared for patients in our Trauma Centers that have been exposed to hazardous materials and
toxic chemicals.
C14. We are active in participating in the management of the acutely ill or injured patient in an
ED setting. Board Certified in emergency medicine and/or broad based clinical medical
specialty with experience in pre -hospital care required,
CIS, We are both Board Certified in Emergency Medicine,
Submitted By: Menendez MD & Brooks MD FA
VI. STATEMENT OF WORK
D. MEDICAL DIRECTOR RESPONSIBILITIES (Pages 16-17)
D1. We will accept the responsibility for having authority over all aspects of patient care. We
shall sutaervise ant! accent direct responsbilty for the medical performance of the paramedics
and EMTs working for the City of Tamarac.
D2. We will recommend certification, recertification and ,decertificationY if necessary, of pre -
hospital personnel to the appropriate certifying agency.
D3. We shall establish, implement, revise, and authorize system -wide protocols, policies,
and procedures for all patient care activities from dispatch through triage, treatment and
transport.
D4. We will establish an on -going Continuous Quality Improvement (CQI) process, in
conjunction with the Fire Chief, or his designee, to ensure compliance with protocol by
selecting, on a monthly basis, specific review criteria for evaluation. The minutes of the CQI
meeting will be recorded and submitted on a monthly basis. ,Actionable items will be
forwarded to the Fire Chief immediately.
D5. We shall develop and implement a patient care quality improvement system to assess
the medical performance of paramedics and EMTs. We will audit the performance of personnei
by use of quality assurance programs which will include but not be limited to a prompt review
of run reports, direct observation and comparlsoo of performance standards for drugs;
ettt�tamerrt systemarotocol and procedures. We shall be responsible for participating in
quality assurance programs developed by the department. The quality improvement program
we implement, shall meet all standards required in Chapter 64J-1 FAC.
D6. We will assist Fire Rescue administration in establishing the criteria for the level of
emergency response. (E.g.EMT, paramedic, equipment, and preventive care programs etc.)
Di. We will, assist Fire Rescue administration establish criteria for determining patient
destination and transportation needs.
D8. We shall require education and testing to the level of proficiency, expected and approved
for the following personnel within the EMS system:
a) All department EMTs and paramedics
b) All field training officers (Captain Level) and their designees
D9. We will, in conjunction with Fire administration, participate in the implementation and
supervision of an effective quality improvement program. We will have access to all relevant
records needed to accomplish this task, according to and in comp -fiance with a, plicpble laws
and standards (HIPPA, 401.425).
Submitted By: Menendez MD & Brooks MD PA
D10. if necessary, we shall remove a paramedic from medical care duties for due cause, using
an appropriate review and appeals mechanism in compliance with the Tamarac Fire
Department's rules and policies. We accept the responsibility and authority to limit the patient
care activities of those EMT's and paramedics who deviate from established standards or do
not meet training standards.
D11. We shall participate in setting/approving hiring standards for personnel involved in
patient care and evaluation of probationary personnel prior to regular assignment. We will
meet and evaluate firefighter recruits on a quarterly basis during the probationary period and
provide a final assessment of the individual prior to upgrading them to regular status.
D12. We will advise Fire administration regarding standards for equipment used in patient
care.
We shall work closely with the Fire Chief, and/or his designee, to make recommendations as
needed on:
Policies
• Supplies
• Medical equipment
• Medications
• Other issues as indicated
D13. We will participate regularly in scheduled local, regional, state and national level EMS
conferences and meetings.
D14. We will conduct quarterly training meetings of the EMS supervisory staff as well as
meeting of fire rescue personnel based on a monthly CQI topic or other current relevant EMS
issues that may affect Tamarac Fire Rescue operations. We will issue CEOs to providers for
attending these meetings.
We will meet with each of the operational shifts (A, B and C) as needed.
We will personally meet with each operational shift as needed for the purposes of medical consultation,
planning, education and quality assurance. The meetings will be scheduled in advance for the day or
evening. We wili also ride ith EM ersonnel conducting a review of different incidents wherein
service is rendered.
We will meet at anAl with the administrative or EMS leadership to address urgent or
emergent issues. These activities include Continuous Quality Improvement (CQI) and other
necessary meetings such a:
Countywide Trauma CQI
• EMS Council
• Broward County Medical Association's EMS Subcommittee
Submitted By: Menendez MD & Brooks MD PA
D15. We will regularly attend State EMS Advisory Council meetings (minimum of two per year)
to represent the interests of the Tamarac Fire Rescue Department.
D16. We shall comply with all aspects of Rule 64.1-1, FAC and other applicable laws and rules
governing the provision of pre -hospital EMS in afire rescue based system.
D17. We will §!grve, on an as -needed basis , . � as an advocate for and a liaison between the
degartment, a bgsgital and the Cily of Tamaraes Infectious Disease medical ex ert when'a
member of TarnaLac Fire Rescue encounters an infectious disease exposure.
Submitted By: Menendez MD & Brooks MD PA
VI. STATEMENT OF WORK
F. DELIVERABLES (Page 18)
F1. It is our commitment to work with the City of Tamarac and your EMS system to insure that
all expectations are met, if not exceeded. This is a partnership whereby we want to see
everyone succeed and all expectations surpassed.
Collaborative Work Plan with the Medical Director and T marac Fire Rescue
• 24/7 on call with back-up occurring with Drs. Menendez and Brooks
• Annual $1,000.00 Medical Director Grant issued for Research and Education
• Medical Director will be personally, and directly, involved with all EMS staff body fluid
exposures, injuries etc.
• Proactively involved with the Florida Department of Health and the evaluation of
procedures for possible epidemic diseases.
Training, Evaluation and Quality Discipline
• Year-round EMS rotations at BHMC (Provides unique insight into the importance of the
clinical expertise delivered by "the boots on the ground" and the direct impact it has on
patient outcomes.
- Provides exposure to a busy Level 1 Trauma Center
- Provides exposure to a busy STEMi — Comprehensive Stroke Center
Monthly Review of Student Performance
- Monthly evaluation of Policies and Protocols
- Monthly evaluation of medical equipment
- Monthly evaluation of medications
Monthly Grand Rounds at BHMC with CEUs issued
- Monthly meeting with Fire Chief to provide and discuss training opportunities
- Monthly review of Trauma Quality Cases
• Provide integration between EMS providers, training centers and hospitals
Monthly Evaluations Trgining and Disci line throw C l
• Including
- Sentinel Events
- Run Reports and hospital records
- Deviation from Protocols or Stroke Care
- Specialized education and training
- Corrective Action Plan agreed upon
- Modification of Protocols
- Continual education assignments
Submitted By: Menendez MD & Brooks MD PA
F2. We will co tinue to use the Joint EMS Pro cols with the City of Tamarac Fire Rescue. The
Joint EMS Protocols were founded by Dr. Nabil El Sanadi. He formed a Workgroup comprised of
management and "the boots on the ground" from the City of Fort Lauderdale, City of Tamarac
and Sunrise Fire Rescue Services. The website is www.JointEMSPr.qtgcol.com.
Our Vision:
The Combined Protocol Workgroup will strive to develop in perpetuity, the Knowledge, Skills
and Abilities to become the premier pre -hospital care providers locally, regionally, nationally
and internationally.
Our Mission:
To create a process where innovation and leadership flourish while remaining on the cutting
edge of the art and science of prehospital medical care.
Our Values:
+� Maintain an atmosphere of open and frank communication that is intellectually honest
and inclusive.
• Respect the "chain of command" for each agency.
• Value teamwork as the foundation for growth and education.
• Maximize efficiencies wherever available.
• Embrace diversity as core to our professional development.
• Exercise "creative brilliance" through simplicity.
These Protocols are based on accepted science from the following acclaimed science -based
organizations as well as the cutting edge science being released.
• American College of Surgeons
- ATLS
• American Heart Association
- Advanced Cardiovascular Life Support (ACLS)
- Basic Cardiovascular Life Support (BCLS)
- Pediatric Advanced Life Support (PALS)
* American Stroke Association
- Stroke Guidelines
* National Association of Emergency Medical Technicians
- Prehospita) Trauma Life Support (PHTLS)
The methodology that i- usg_d tg u date the 2r9tocols will remain the same. Given that these
ro ocols are online we are able to update them real-time. Once a proposed protocol
change/addition has been agreed upon, the change to the website is made and a memorandum
communicating the specific change can be communicated to the field in concert with training,
should that be required. This enables us to include the emerging science that is proven to
positively impact outcomes.
Submitted By: Menendez MD & Brooks MD P.A.
Process:
• Recommendations to update any aspect of the protocol may come from the medical
director, Fire Chief, fire rescue leadership and special attention will be given to
recommendations coming from the paramedic in the field.
• The recommendation is brought before the Continuous Quality Improvement
Committee (CQI) and presented with the research and documentation behind this
recommendation.
• If the recommendation is accepted by the CQI Committee; the change/addition is
presented to the Information Technology Webmaster and the change is made to the
online protocols.
• Once the protocol change/addition has been completed it is reviewed by the medical
director and the Fire Chief before it is approved to appear in the official online protocol.
• A memorandum is also released to the field notifying them of the official change.
We attest that the Joint EMS Protocols are in compliance with Section 24 of the Standard Terms
and ggnditiops regarding copyrights.
F3. The Continuity of Operations Plan for medical director coverage should the primary medical
director not be available. Menendez MD & Brooks MD PA was formed with the intent of
approaching our agencies as a team. We are both Board Certified Emergency Medicine
Doctors. We oversee a Level One Trauma Center and a level Two Trauma Center. We will work
together and attend many of the same meetings to insure that your fire service leadership has
full confidence in our working knowledge of their agency, the command staff, and personnel in
the field.
Process;
• Tamarac Fire Rescue will have a primary medical director on call 24/7.
• In the event that the primary medical director is going to be unavailable via phone, the
Fire Chief will be notified and the other physician will assume the medical director role.
• All notifications will occur with at least a 24 hour notice of the impending adjustment.
(Should an unforeseen emergency occur, which does not allow a 24 advance notice, the
call will be made to the Fire Chief with an explanation and notification provided by the
primary medical director.
• The other medical director will contact the Fire Chief to insure that Continuity of
Operations is in effect. The Fire Chief will determine how they want to communicate
the change to the leadership team and field.
• The Fire Chief, command staff and any other individual they deem necessary will have
both doctors' cell phone, home phone and hospital ED direct number.
F4. We will provide any report that is required, or requested, by the City.
Submitted By: Menendez MD & Brooks MD PA
No Text
Gity of Tamarac Purchasing & Cbnt acts Division
PROPOSALFORM
RFP # 16-10 R
Medical Services Director
NO TO EXCEED COST OF:
$,. Annually
Full Contract term is three (3) years.
SUBMITTED BY:
Company Name:
Officer/Name of Individual Authorized to submit: °� 2
Address: r R EZe
City:t3C-k p N State: � L Zip: 3
Telephone: 1" 06- 50971 FAX: - 1-347
Email: me tueam k . rh
NOTE: To be considered eligible for award, one (1) original copy of this Proposal Form must be
submitted with the Proposal. Proposers must Use this Cost Proposal Form.
Payment by Electronic Funds Transfer: Vendors may now receive payments by direct
deposit via electronic funds transfer instead of by paper check. Vendors are strongly
encouraged to register to receive all payments by direct deposit. Access the City of Tamarac
web -site at http://www.tamarac.org/city-departments/financial-services/purchasing/register-for-
direct-deposit-payment.aspx
NO BID INDICATION (IF "NO BID" IS OFFERED):
Please indicate reason(s) why a Proposal is not being submitted at this time.
RFP o 1 S-10 R- Medical Director For Fire Rescue
23
No Text
City of Tamarac Purchasing & Contracts Division
CERTIFICATION
We (1), the undersigned, hereby agree to furnish the item(s)lservice(s) described in the Invitation to
Bid. We (1) certify that we(I) have read the entire document, including the Scope of Work,
Additional Requirements, Supplemental Attachments, Instructions to Proposers, Terms and
Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire
Request for Proposals.
SUBMITTED TO: City of Tamarac
Purchasing and Contracts Manager
7525 NW 88t' Avenue
Tamarac, Florida 33321
Indicate which type of organization below:
INDIVIDUAL ❑ PARTNERSHIPj< CORPORATION ❑ OTHER ❑
If " er, , Explain;
0. A4c° z.- rA ,
uthorized Company Name
TypedtP Inted Name Address
P� 3
Telephone Cite, State, ZIP
Fax Federal Tax ID Number
d 6 MeojeJe Aro
I address for above signer (if any)
S'FP # 76-10 R- Medical Director For Fire. Rescue.
P41
IRS DE WARTMENT OF THE TREASURY
INTERNAL REVENUE SERVICE
CINCINNA I OH 45999-0023
MEN END EZ MD & BROOKS MD PA
% BENNY MENENDEZ
7169 VIA FIRENZE
BOCA RATON, FL 33433
Date of this notice: 03-23-2016
Employer identification Number:
81-1931819
Form. SS-4
Number of this notice: CP 575 A
For assistance you may call us at:
1-800-829-4933
IF YOU WRITE, ATTACH THE
STUB AT THE END OF THIS NOTICE.
WE ASSIGNED YOU AN EMPLOYER IDENTIFICATION NUMBER
Thank you for applying for an Moyer Identification Number (BIN). we assigned you
BIN 81-1931819. This BIN will identify you, your business accounts, tax returns, and
documents, even if you have no employees. Please keep this notice in your permanent
records.
When filing tart documents, payments, and related correspondence, it is very important
that you use your BIN and Mete name and ss exactly as shun above. Any variation
may cause a delay in processing, result in incorrect information in your account, or even
cause you to be assigned more than one EIN. If the information is not correct as shown
above, please make the correction using the attached tear off stub and return it to us.
Based on the information received from you or your representative, you must file
the following form(s) by the date(s) shown.
Form. 1120
03/15/2017
if you have questions about; the form(s) or the due date(s) shown, you. Can call us at
the phone number or write to us at the address shown at the top of this notice. If you
need help in determining your annual accounting period (tax year), see publication 538
Accounting Periods and Methods.
We assigned you: a tax classification based on information obtained from you or your
representative. it is not a legal determination of your tax classification, and is not
binding on the IRS,. if you want a legal determination of your tax classification, you may
request a private letter ruling from the IRS under the guidelines in Revenue Procedure
2009-1, 2004-1 I.R.R. 1 (or superseding Revenue procedure for the year at issue). Note:
Certain tax classification elections can be requested by filing Form 8632, Entity
Classification Election. See Form 8832 and its instructions for additional information.
IMPORTANT INFORMATION FOR S CORPORATION ZU=ICN:
If you intend to elect to file your return as a small business corporation, an
election to file a Form 1120-S must be :Wade within certain time:frames and the
corporation must meet certain tests. All of this information is included in the
instructions for Form 2553, Election by a SwIl Business COrWration.
City of Tamarac Purchasing & Contr_-,icts Division
REFERENCES
Please list government agencies and/or private firms with whom you have done business during the last five
years:
Your Company Name
Address
City State Zip
Phone/Fax
E-mail
Agency/Firm Name.
Address
City State Zip
Phone/Fax
Contact Name
Agency/Firm Name:
Address
City State Zip
Phone/Fax
Contact Name
Agency/Firm Name:
Address
City State Zip
Phone/Fax
Contact Name
Agency/Firm Name:
Address
City State Zip����
Phone/Fax
Contact Name
Agency/Firm Name:
Address
City State Zip
Phone/Fax
Contact Name
F2FP It 15_ 1d f;- I'Veclical Di acior f-or FireRescue
25
No Text
City of Tamarac Purchasing & Contracts Division
CERTIFIED RESOLUTION
6"xJez (Name), the duly elected Secretary of
rporate 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 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.
VIVI
"IT IS HEREBY RESOLVECI TH T:✓n�Y Meyverz (Name)" the
duly elected S (Title of Officer) of
A,k&eAJn, M b& 13apgs go Worporate 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 SIGNATURE
e _ _ A
Given under my hand and the Seal of the said corporation thisr 'day of § 2019 .
OAVIO KMIELL (SEAL) � - $ et of FWWn By. krl_�Ilel
Secretary C�Nd # FF 1911"1
W Cam. boms Oct 4. 2I(MI.E. --- — — — 019
Corporate Title
NOTE:
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.
RFP # 16-1 J F?- Medical Director For Fire Rescue
27
No Text
City of Tamarac Ptu hasinrg & Contracts Division
PROPOSER'S QUALIFICATION STATEMENT
The Proposer, under oath certifies to the truth and correctness of all statements and of all answers to
questions made hereinafter:
1, If Proposer is a corporation, an r t foDiosnrng:
a) Date of Incorporation: State of Incorporation.. T�
2. If Proposer is operating under a fictitious name, submit evidence of compliance with the Florida
Fictitious Name Statute,
3. How many years has your organization been in business under its present business name? „ ,4 fj WW'O-
a) Under what other former naTes has your organization operated?
4. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if
5.
E)"S
�fWS
State the name of the individual who,will serve as the primary contact for the City:
l0!>0_1VAiti MPrVe t7, (
6. State the narnai's and addresses of'all businesses and/or individuals who own an interest of more
than five percent (5%) of the Proposes business and indicate the percentage owned of each such
business and/or individual
7. Has y ur company ever declared bankruptcy? Yes ❑ Noix
If yes, explain:
& Have you ever received contract or a purchase order from the City of Tamarac or other
governmental entity? YeA No If yes explain: (date, servicelproject, bid title eta)
9, Have you ever re a ved a complaint on a contract or bid awarded to you by any governmental
entity? Yes ❑ No X if yes, explains;
10, Have you ever been debarred or suspended from doing business with any governmental entity?
Yes ❑ No If yes, explains;
RFP # 16-10 R- Meeic•al Director For Fri-e Rescue
28
City of Tamarac _ Purchasr q,§ Contracts Division
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
;copn,
�.. _.. e ._...m_..
e
RFP # 18-1 U R- Medical Director For Fire Fescue
29
. . ............ - . ....... . .... — — - ---- . ......
ACKNOWLEDGEMENT
OFFEROR'S QUALIFICATION STATEMENT
State of 2--
County of
J On this the day of PDC-f 20 before me,
I the undersigned Notary Public of the State of Florida, personally appeared
of individual(s) who appeared before notary)
Whose name(s) is/are Subscribed to within the instrument, and he/shetthey acknowledge that
he/she/they executed it.
WITNESS my hand and official seal,
NOTARY PUBLIC
SEAL OF OFF�--'
LI
DAVID RASHL
Fdft - It* of ]FWMa
Co I $IN 0 FF 89MG
My Comm. Evires Oct 4. 2ol 9
L
13i DID take an oath, or
0 DID NOT take an oath
34
NOTARY PUBLIC, STATE OF FLORIDA
(Name of Notary Public: Print,
Stamp or Type as Commissioned)
0 Personally known to me, or
J9 Produced identification:
(Type of Identification Produced)
Menendez MD & Brooks MD PA
Benny Menendez, MD
7169 Via Firenze
Boca Raton, Florida 33433
Phone: (561) 386-5051
E-Mail: Drbmenendez@aol-com
April 28, 2016
Fire Chief Mike Burton
Fire Rescue Department
6000 Hiatus Road
Tamarac, FL 33321
Dear Fire Chief Burton:
Dr. Brooks and I are honored to be considered for Medical Director of the City of
Tamarac Fire Rescue Services. We are respectfully submitting a proposal to serve the
City of Tamarac under the business name of Menendez MD & Brooks MD PA.
We are both board certified emergency physicians and are Medical Directors for a Level
One and Level Two Trauma Center. We have had the pleasure of assisting with the EMS
agencies that Dr. Nabil El Sanadi served as Medical Director for more than 12 years. The
focus of his, and now our service, has always been public service, clinical excellence and
superior patient outcomes.
Our Mission of "Delivering 100%, 100% of the Time" and your Mission of being
"Committed to Excellence Always" are perfectly aligned. Our Vision of providing
Excellence in Service, cultivating a Collaborative Team Approach, and ensuring the
Delivery of Innovative Therapies with Measurable outcomes will complement the City
of Tamarac's Vision. We will work with you and your team to earn the citizens" trust
through the delivery of compassionate, cutting -edge clinical care.
Dr. Brooks and I have served in several roles while working closely with Fire/EMS
personnel, including:
• Medical Director for Broward Health Medical Center's (BHMC) ED
• Chair of the Broward County Medical Association's EMS Committee
• Mass Gatherings E.g. AIA Marathon, Tortuga Music Festival, Air and Sea Show
• Mass Casualty events in conjunction with the EOC for Hurricane Wilma
• Instrumental in the Collaborative Development with Fort Lauderdale Fire Rescue
for the following Programs at BHN1C
- Comprehensive STROKE Program at BHMC
- Induced Hypotherrnia Program with BTIMC
- STEMI Program at BHMC
• Establish an ED Clinical Rotation Program. at BH.MC for EMS personnel
• Assistant Clinical Professor of Medicine for Nova Southeastern University's
Medical School
• Assistant Clinical Professor of Medicine for Florida International. tiniversity's
Medical. School
We will dedicate the time needed to keep your EMS services at the forefront of
delivering clinical excellence. My current position as the ED Medical Director for
Broward Health Medical Center and Dr. Brooks as Chief Medical Officer of Emergency
Medicine for Broward I lealth allows us both the flexibility to dedicate the necessary time
to collaborate with you and your leadership team.. This will include monthly Continuous
Quality Improvement (CQI) Meetings, ride -along time and regional and national
meetings.
Should either Dr, Brooks, or myself., need to be out-of-town, the other physician will be
working with you to ensure continuity of service. This situation will always be discussed
and preapproved by you or your designee.
If Dr. Brooks and I are fortunate enough to be chosen as the Medical Director for the City
ofTamarac, we will work with you and your leadership team to continuously raise the
level of service we deliver to the citizens and visitors of Tamarac.
Should you have any questions, please contact me at (561) 386-5051.
Respectfully,
Benny Menendez, �MD, VA AV'
, FAAEM
rw
Provider
v L v American
Provider Wart
Aseaciatian«
DR. BENNY MENEN FEZ
T`—W card certifies thet the above ind3'vidual has sucaasstuiiy
completed the cognitive and skills evaluations In accordance
with the curriculum at the American Heart Aaacciatien Advanced
CardiovasciM/144WM l (AC:tS) Program, 06/2017
issue leis recommended Renewal Date
Center Ngmo CMEs t�#1#�,
Pc mpano Brae-t, S. 33069 954.318.608
lnto _
l.ocatio�; _
instructory mThomus W. Banks Jr 0669dJ95061
Name
Holder a
St EJ'i nsrrant^senaMAtxticr+.+ as •cpwbnc.. d4Gt898
This card contains unique security features, to protect against forgery.
�� 90 t 9(16 3!1 f
No Text
I
V
K�
(n
cuco
0-0
Ln
ul
co Z
AvwA C-4
ccl,
E
LU
z
z
LU
Uf 2� L)
a m
Lu :3
C
m
li
Z Z CL
HE
cc
cm
C2
ANN39
jo wu we
ww l"R N64"
VOAO= wmmm -.t
_nt AWAN MOO blooloo
1,#=IA 40 NOISING
H-,I"H 40 Ivdic :(c)Noli Yownwn,
40
To z
aDVd 69t9LVE-Igcj plar3u�aw PUTTvs ql Kuue,l wa sf.
CURRICULUM VITAE
BENNY MENENDEZ, M.D., FAAEM
EMERGENCY MEDICINE
7169 Via Firenze
Boca Raton, FL 33433
EDUCATION:
Undergraduate: University of Puerto Rico
Rio Piedras, Puerto Rico
1980-1,982
South Plains College
Levelland, Texas
1979-1980
Medical School: University of Puerto Rico
School of Medicine
San Juan, Puerto Rico
July 1982- June 1986
Internship: University District Hospital
San Juan, Puerto Rico
Straight Surgical Internship
July 1986- June 1987
University District Hospital
San Juan, Puerto Rico
Second year General Surgery
July 1987- June 1988
University District Hospital
San Juan, Puerto Rico
General Practice- Emergency Department
July 1988 — June 1990
University District Hospital
San Juan, Puerto Rico
Flexible Internship
July 1990- June 1991
Residency: University District Hospital
San Juan, Puerto Rico
Emergency Medicine
July 199 1 - June 1993
EXPERIENCE: Broward Health - Broward Health Medical Center
Fort Lauderdale, .Florida
Chair and Director of Emergency Medicine/Trauma Center
July 2008 - Present
Vice Chair/Assistant Director of Emergency Medicine/Trauma Center
July 1998 - June 2008
Assistant Medical Director of Fort Lauderdale Fire Rescue
2005 - Present
> Directly involved in 5 JCAHO Accreditations
➢ Accreditation of Comprehensive Stroke Center
➢ Trauma Alerts
Medical Malpractice Physician Consultant
> Medical Staff Olympics 1996
> Medical Staff Super Bowl 2007 and 2010
> Medical Staff Miami Dolphin NFL 2008 - Present
)o Medical Staff Florida Panthers NHL 2014 - Present
Y So. Florida Fire Rescue Medical Director's Assoc. 2011- Present
LICENSURE: Florida Medical License #ME0063963
DEA License
CERTIFICATIONS: ACLS/ATLS
Diplomat of the American Board of Emergency Medicine - Exp. 12/2025
American Academy of Emergency Medicine
COMMITTEES: Clinical Assistant Professor (Nova Southeastern University)
Family Medicine Residency Program
Vice Chair of Emergency Department Quality Management
Reengincering Work Group - New Dept. 2000 - 2005 {New ED Building)
Trauma Quality Management
Credentials and Quality Committee
Medical Care Evaluation
Medical Executive Committee
Utilization Committee
ABSTRACTS:
1nqqo§gq.4s.VagculLr Access in the -prehospital Sep.in g: Utilization Patterns in -a Lar e ',M.S. System:
N. El Sanadi., B. Menendez, J. Mansour, D. Stone, ACEP 2012 Research Forum - Denver, CO,
October 2012
(kod—er Bias in Prehosvital Chest Pain Mgnaement Do Female Paramedics Under -treat Female Patients
with Chest Pain?: N. El Sanadi, B. Menendez, ReSS 2011 - Orange County Convention Center,
Orlando, Fl, November 2011
Are the Gender Difference in Systolic and Diastolic Blood PressurefairSY-Qke Patient at �tl'ms—entation
to Paramedics After Calling 91 1,2� N. El Sanadi, B. Menendez, HBPR 2011, Orlando, FL.,
September 2011
Ls in the Preho§pital Setting; Qf'1iza—tiq_n_Pa—ttens—for _Pa� �ep�t R,
!�, �*Ion in
aLgge )rbanE.M.S--SY-s1—eTwN. El Sanadi, B. Menendez, J. Mansour,D. Stone, QCOR 2u1l,
-
Washington, DC, May 2011
Ere y ial , Par edic/Firefighig —Teams: N. El Sanadi, B.
.W Ke Qf Metstbolic S drome In E ate '
Menendez, J. Mansour, American Heart Association Arteriosclerosis, Thrombosis, and Vascular
Biology 2011 Scientific Sessions, Chicago, IL, April 2011
Fingc&rt, �Users �Presgnn Lo Lhe E rgenc —Amp-111
Electrogar&=—hi—c ndis _ _ in o C, Me _y. Dog
N. El Sanadi,, J. Spillane, S. Podolsky, B. Menendez, S. Timerman, L. Darniani, AHA Scientific
Sessions 2002, Illinois, Chicago, November 2002.
PERSONAL DATA:
REFERENCES:
Date of Birth:
Place of Birth:
Raise:
Citizenship:
Marital Status:
Language Proficiency:
Dr. Ivan Puente
Dr. Louis Yogel
Dr. Jerry Brooks
Ms. Robyn Farrington
Mr. Mark Sprada
May 9,1960
Camaguey, Cuba
Puerto Rico
USA
Married — 2 Children
Bilingual —Spanish and English
References for Benny Menendez, MD:
Mark Sprada, MBA, BSN, RN
Chief Executive Officer, Broward Health Medical Center
VP/Corporate Chief Nursing Officer, Broward Health
1600 S. Andrews Avenue
Fort Lauderdale, Florida 33316
Phone: (954) 355-4400
Louis Yogel, MD, FRCS
Chief of Staff
Broward Health Medical Center
1600 S. Andrews Avenue
Fort Lauderdale, Florida 33316
Phone: (954) 355-5615
Ivan Puente, MD, FACS
Director, Division of Trauma Services
Broward Health Medical Center
P.O. Box 480159
Fort Lauderdale, Florida 33348
Phone: (954) 468-5252
Robyn Farrington, RN, 0SN, MBA/HCM
Chief Nursing Officer
Broward Health Medical Center
1600 S. Andrews Avenue
Fort Lauderdale, Florida 33316
Phone: (954) 355-4400
Submitted by: Nabil El Sanadi, MD, MBA, FACFP, FACHE
,yam ffil,
�
II61
April 19, 2016
Chief Mike Burton
Fire Rescue
6000 Hiatus Road
Tamarac, FL 33321
Dear Chief Burton:
it
M
Broward Health Medical Center
Broward Health North
Noward Health Imperial Point
Broward Health Coral Springs
Chris Evers Children's Hospital
Broward Health Weston
Broward Health Community Health Services
Broward Health Physician Group
Broward Health foundation
It is my honor to write this letter of recommendation for Dr. Benny Menendez for your
Department's consideration as Medical Director.
I have worked with Dr. Menendez for nearly 18 years and I have always found him to be calm,
professional, responsive, and approachable.
Further, as a Board Certified Emergency Physician and Medical Director for Broward Health
Medical Center, I find him to be a highly respected clinician, educator and mentor. As you may
know, Broward Health Medical Center is a Statutory Teaching Hospital, with 9 Graduate
Medical Education Programs and a Cardiology Fellowship Program. We maintain clinical
affiliation agreements with 84 schools of higher learning. Dr. Menendez plays an integral role
within our educational programs.
I believe that Dr. Menendez possesses and exceeds all the traits and qualifications to serve your
community.
Please do not hesitate to call me directly at 954-355-5610 should you have any further
questions.
Sincerely,
Mark D. Sprada, MBA, BSN, RN
Chief Executive Officer, Broward Health Medical Center
VP/Corporate Chief Nursing Officer, Broward Health
1600 S Andrews Avenue, Fort Lauderdale, Ft. 33316 954. 355.4400 -t I Browirdi-iealth.car g
CENTER
111" Evart
BROWARD HEALTH`
j� FensHospital
Broward Health Medical Center
Broward Health North
Broward Health imperial Point
Broward Health Coral Springs
Chris Evert enHospitalMED{CAl
Broward Healthwester,
OFFICE OF THE MEDICAL STAFF
Louis R. Yo i, MD Michael A. Morrison, MD
Se
Chief of Staff Vice Chief of Staff
Broward Health Community Health Services
Broward Health Physician Caoup
Broward Health International
Broward Health Urgent Care
SurW Kumar, MD
Secretary/Treasurer of Staff
Rajiv R. Chokshi, MD
immediate Past Chief of Staff
Broward Health Foundation
April 27, 2016
To whom it may concern:
I would like to take this opportunity to endorse Dr. Benny Menendez for the position of Medical Director
for Fire Rescue. I am presently the Chief of Staff of Broward Health Medical Center, a facility as you
know, which works very closely with Fire Rescue. I have known Dr. Menendez for over 20 years,
working closely with him in the emergency room at Broward Health Medical Center. He most recently
has been the head of the emergency room which has given me even more opportunity to interact with
him not only on a clinical basis, but also on an administrative level as well, working with medical staff
leadership. Dr. Menendez is an excellent clinician as well as exhibiting very keen administrative and
leadership skills. He was mentored by Dr. El Sanadi who as you know worked hard to coordinate Fire
Rescue with emergency room services. Dr. Menendez continues that tradition with a passion for patient
care and service to the community.
on a personal level, Dr. Benny Menendez is an amicable individual well respected by his peers. He will
be an asset to Fire Rescue and would certainly have the full support of the medical staff of Broward
Health, Please don't hesitate to contact me for any further input you may need. I enthusiastically
recommend him for this position.
Z
Chief of Staff
Broward Health Medical Center
1600 S. Andrews Avenue, Fort Lauderdale, FL 33316 1 954.355,5615 t I Browardi-lealth.org
TRAUMA AND CRITICAL CARE
ASSOCIATES, P.A.
P.O. Box 480154* Fort Lauderdale, 1"(. 33148-01sq* Pjjotre: q54-468-525" 0 P'ax: 954-5t)8-7990 Wan Puente, NIL), Fk("'S'
Pedro Gonzalez, MD
Nfichael Parra, MD
Joscph Catino, NAD
Ralph Guarneri, MD
john Berne. MD. MCS
Edgar Rodas, N41)
Ron NIkiore, MD
April 27, 2016
Fire Chief Mike Burton
City of Tamarac Fire Department
6000 Hiatus Road
Tamarac, AFL 33321
Dear Chief Burton:
It is with great pleasure that I write this letter of reference on behalf of Benny Menendez, M.D. I have personally known Dr.
Menendez for 22 years. As the Medical Director of the Division of Trauma Services at Broward Health Medical Center, I have
worked very closely with him. I have seen first hand his clinical and administrative skills. First, as an emergency room physician
working the trenches with our trauma team and, then, as the Director of Emergency Medicine at Broward Health Medical Center. A
position that he was hand-picked to fulfill by Nabil El Sanadi, MD when the late doctor became Chief Executive Officer of Broward
Health.
During A these years I have found Dr. Menendez to be a man of impeccable character and endless compassion. He is a tireless
patient advocate with a set of clinical skills that not many physicians can claim. As a leader, he is very well respected by his peers and
appreciated by those he leads. Dr. Menendez is an enthusiastic supporter of Emergency Medical Services and is very experienced in
providing medical direction to our pre -hospital providers.
I have no doubt that as Medical Director for the City of Tamarac Fire Department, Dr. Menendez will bring a seamless continuity of
the exceptional care that you provide and will continue to grow the excellent quality of your services.
Without hesitation I give Dr. Benny Menendez my highest recommendations. if you have any questions, please do not hesitate to
contact me, I w , happy to share my experiences with you.
Ivan PueVte, MD, FAGS
Director, Division of Trauma Services
Broward Health Medical Center
Broward Health Medical Center
Broward Health North
Broward Health imperial Point
Broward Health Coral Springs
Chris Evert Children's Hospital
Broward Health Weston
Browarri Health Community Health Services
B€award Health Physician Group
Broward Health Foundation
April 25, 2016
Fire Chief Mike Burton
Fire Rescue Department
6000 Hiatus Road
Tamarac, FL 33321
Dear Chief Burton.
Dr. Benny Menendez is a member in good standing of Broward Health Medical Center's
physician leadership team and I strongly recommend Dr. Menendez for the position of Medical
Director of Tamarac Fire Rescue. I have personally worked with Dr. Menendez for many years
and find him to be extremely collaborative, supportive of the staff and knowledgeable in the
arena of Emergency Medicine. Dr. Menendez provides education when needed and works well
with all departments to establish processes to improve the care of our patients. Dr. Menendez
is well respected by our staff and all members of the Medical Executive Committee. Broward
Health Medical Center and our patients are very fortunate to have such a committed,
compassionate, solution focused, clinically excellent physician leader on our team.
I strongly believe that Dr. Menendez would be an invaluable asset to Tamarac Fire
Rescue. Please do not hesitate to contact me at (954) 355-5605 if you have any questions.
Sincerely,Y
Robyn Farrington, RN, BSN, MBA/HCM
Chief Nursing Officer
Broward Health Medical Center
1600 S Andrews Avenue, Fort Lauderdale, Ft.. 33316 I 954.355.4400 t I BrowardHealth.org
3
At 1 L S American
Provider Heart
Ae80C(a#IOna
JERRY BROOKS, MD
This card cares that the above Indtvidual has successfully
completed the cognitive and skills ovalustions in:accordance
with the curriculum of the American Heats Association Advanced
Cardiovascular Lis Support (ACLS) Programs.
07/0612015 07/2017 T
;z oms iiecommendad stenewal 3
.=
Heart
PALS Provider
_�
This card certfft� that tits above individual has successfully
cotx4r clod the cognttive and skills na In Acootdands wfth
the ourflouWm of the American Heart Assoclatton Pediatric Advanced
Ufa Support (PALS) Program
kwx Oft Rewmanutdad PAnMW DWO
ire fesslona Medical Educators" FL15376
To wormprorrleded net
info Lake Worth, Florida 33467 800-606423'
course Professional Medical Educators, Inc. We
Loaatlon €�nr� ��Cp� ##
Instructor
Karl Kelienberger 8060 AA4
Molder's m M
��„ t�rrpekeg,r+mo..ardxat`aas,ke,ep►n.ros; y�,�
Peel the
iIIe wallet card off the It over.
shee
nd
Training TC it)
Ger�ter
TC WWW.prornededaw
Info
C:ouM
Lacatiat Pr scin,sal tlttttddcal Fr Iif dtQrrs. Inc.. otfsc
Instructor lnst. ID e
Name rsnrnA.^0nw
Peel the wallet card off the
sheet and fold it over.
Jerry Brooks., MD
is recognized as having success -My completed the
ATLSID Course for Doctors according to the standards
established by the ACS Committee on Trauma.
FAM F"wt IM"k MM MT PI
FACS
Chairperson ACS Chairperson , .1-A Cw= Dired,
ATLS SubCommUtee StataTrOvIacw
Cammaw va T==
Diu GfI"=: 02"MIS Dm cfjbjtjon: 02/"19
LS
M"Coum ft"Ou"M ' f
fjftW*W by ft ACS Cm wjM m TM=g.
Is= I*wQV"aO" &*ftMDMw'OV%2019
FMOM BR* MA MT-P. FACS
/X$ cha"W=' 310aftVioaW
A= WwomAaft COMMff" IM Thum
P-P)—M=tATLS cards am available for a$10 USD ft,
on
JIMANWO�AM& ja
Julet zw4w
Congratulations on , your successful completion of a NAEMT continutino education tour 4el If required Information
was provided, this continuing education activity Is approved by the Continuing Education Coordinating Board for
Emergency Medical SeMces (CECSEMS) for continuing education crecilt,
012020
liRtt f E.pirwon
Rim
Florida TEMS. too.
Coum Medical ffirmur
Cuvrwe Courdinator J OLLPAW06-
Nj I immal Course w Star Cnurse R
6air -� ,VT f
Thti 20"ttlu
mate wlutt%
UUT*
T H is Is To
A C K N 0 W L E 1) G E T HAT
has successfully completed the
Provider Course
sponsored by the N4arional Association of
Fmcmency Medical Technicians.
Flodda TEMS, Inc.
No. 14-NAEMT-FU-0032 assigned 8 CE Hours Basic of Advanced
State Ucense # NREMT #
Tins Spires
BROOKS, JERRY T, MD
TAMARAC FIRE RESCUE
6000 HIATUS RD
TAMARAC, FL 33321-4030-000
GISTRATION THISEXOIRES REGISTRATION FEE CONTROLLED SUBSTANCE REGISTRATION CERTIFICATE
I PAID 1
6054 UNITED STATES OEPAMMEW OF JUSTICE
0731�018 $731
DRUG ENFORCEMENT ADMINISTRATION
WASHINGTON D.C. 20537
,-
SCHEDULES
JT4'ftSIX400 1006 (21 USC 824 ano 056) of ftm C�&FIZECUE I osAof 1070,wod,pv;d#Wt1TUS RD' oAl#*woWftd Gwwsl AvY Mv*k# (w mapend a togialrotbn to m&"UNkWure,
kC, FL 3332+4q3p "W", 4"PO" Or. OxPwt a Ombvftd subgstme,
TRIS CERTIP"TE IS Wr TRAN$fERA&j 0* 0HAME OF
Omepmol, COM011, LOCAT101% OR allsw-" ACTIVITy,
AN* IT 18 Not VAUD AFM TIC gXpIRAnON DATE
CONTROLLED SUBSTANCE REGISTRATION CERTIFICATE
UNITED STATES DEPARTMENT OF JUSTICE
DRUG ENFORCEMENT ADMINISTRATION
WASHINGTON D.C. 20637
DEA REGISTRATION THIS REGISTRATION
NUMBER EXPIRES
FEE
PAID
FB5816054 07-31-2018
$731
SCHEDULES BUSINESS ACTIVfTY
ISSUE DATE
2,2N PRACTITIONER
02-29-20161
3,3N,4,
BROOKS, JERRY T, Mtn
TAMARAC I
6 FIRE RESCUE
FTBROOKS,
6 6 00 HIATUS
000 HIATUS RD
0 1 S f
M C. L
TAMARAC, FL 33321-4030
1-10-r-milmiPo ISNOT TRANSFERABLE ON CHANGE OF OWNERSHIP, CONTROL, LOCATION, OR BUSINESS ACTIVITY,
AND IT IS NOT VALID AFTER THE EXPIRATION DATE.
1
BROOKS, JERRY T, MD
CITY OF SUNRISE FIRE STATION 72
10490 W OAKLAND PARK BLVD
SUNRISE, FL 33351-0000-000
Noll 11111111" 111111111111111111111111111$ i-1T11I'm
716N TNISREMsm-°ION FEE CONTROLLED SUBSTANCE REGISTRATION CERTIFICATE
PAID I UNITED STATES DEPAIUMENT OF JUSTICE
a7�1-2Q1 $731 I DRUG ENFORCEMENT ADMINISTRATION
WASHINGTON D.C. 20337
iCS, J :. T
I ftom S2i met d
FAIR
)F SU FIRE STATION 7?
I1, s+t 1i17D
W OAKLAN kLVD
I
PARIk
ISE, FL 33351«0, 0
p or
I
THIS CERTIFICATE IS NOT TRANSFERABLE ON CHANGE OF
OWNER3HP, I LOCATION (M SUMS3 ACTIVITY,
AND IT Is 10T V' ias�1 *Am
CONTROLLED SUBSTANCE REGISTRATION CERTIFICATE
UNITED STATES DEPARTMENT OF JUSTICE
DRUG ENFORCEMENT ADMINISTRAMON
WASHINGTON O,C, 20637
DEAREGism,TIDN
NUMBER
THIS REGISTRATION FEE
EXPIRES_ PAID
`
P85816080
07-31-2018 $731
SCHEDULES
SUSMS ACTIVITY ISSUE DATE
,r
2,2N,
PRACTITIONER 02-29-2a1
3,3N,4,,
BR , ERR T, MD Sadions 1000 (21 USC Wod
CITY OF SUNRISE FIRE STATION 72 C ot,
10490 W OAKLAND PARK BLVD p the thma rrnlyr. may
SUNRISE, FL 33351-0000 ""od s molwolwo to ft anuft
dhpam.4"worovado coo but
THIS CEFItWICATE IS NOT TRANSFERABLE ON CHANGE OF OWNERSHIP, CONTROL, LOCATION, OR BUSINESS ACTIVITY,
AND IT IS W)T VALID AFTER THE EXPIRATION DATE,
EN
1W80 PAID
# 2l8 $731
BtxNEtlt7tE9 '"r„ AGY'M1TY kAMDA'tE
CNIA.
, PNEF� t)2: 3-2A1
lTY D �t F) IA" 01i 72
$9'(9 W 1 AKtAN(i )? SLVO
iJiVFIt3i, FL 33361-00QQ,.
(
ART
CHANGES I
PROMPTLY
)
CONTROLLED SUL ,CEIREGULATED CHEMICAL
REGISTkA (ION CERTIFICATE
UNITED STATES DEPARTMENT OF JUS77CE
DRUG ENFORCraMENTADMIMSTRATION
VIASHINGTON D.C. 2D637
Sections 304 and 1008 (21 USC 824 and 988) of On
ConWhad Substances Act of 1070, es amended, proVide
tint Ow Momey OWW21 mey revoke of upend a
reptetr"on to manufaMma, dUhibuts, dbyenee, InWoA or
export a omtro8ad wbstanae,
THIS CERTIFICATE 1E NOT TRANIFERARLE ON CHAMW OF
OWWASHIP, CONTROL, LOCATION, OR BULSINEBS ACTIVITY
AND IT 18 NOT VALID AFTER THE EXPIRATION DATE.
WINrr...
REQUESTING MODIFICATIONS TO YOUR
REGISTRATION CERTIFICATE
TO request a thane to your registered name, address, Out dnp
schedule or the drug codes You handle, piece
1, Waft our web alle st doadiverdoamedo),gov . or
2. CNN Our a *mw Set vat Canter at 141100) 022-8639 . or
3. submit your t mM*sj In wd" fo:
Owe Eafau«nent Admintstragon
P.O. Box 28063
Washington, CC 30082
Sea TW& 2t Code of Federal RepulaIlone, Seaton 1301.81
for oompiete natroatlons.
You have been registered to handle the following chemica!ld[ug codes
auqwNvis asp
I)
Moms s SVWOK . AWuAr
twa 4eemttvr moo
W""_
p amn",W "Nu Pun*Awal wp
�# lir Wu 954 POWWO
0
VEA Certilicate
Page I of I
PEE
PAID
OKOOKS, JERRY T MD
23280 Butterfly Palm court
BOCA BATON, FL 33433
860oft 304 and 1008 (21 U-S,C, $24 and 956) of the Cowaled
Subsumes ft of 1970, as fttmded, ptowift that ft Atipmpy
Gorwal may revoke ot =ap"0 a MOW"" to MOMAWAMW,
d1sirbute, dispense, Rnpon or export a co-n1ralled subsiance,
THIS CERTIFICATE 13 NOT TRANSFMSLE ON CMRSE OF
OWNERSHIP, CONTROL, LOCATOR, OR RUBINER ACnWW,
CONTROLLED SUBSTANCE REGISTRATION CERTIFICATE
UNITED STATES DEPARTMENT OF JUSTICE
DRUG ENFORCEMENT ADMINISTRATION
WASHINGTON. D,C, 20637
DEAREGISTRATION MS REGISTRATiON FEE
NL%MR r*11RE0 FWD
[ A830 OS940 07-31-2017 $731
1='#'c , 17 DAYS *0000
2,2K3 PRACTITIONER 06-19-2014
13N,4,5
BROOICS, JLRKY T MIJ
SSS 23280 Butterfly Palm court Sedions XW and 1000 W U.&C a24 and "a) of the
BOCA BATON, FL 33433 Co "died Subtlar"s Act of 1970, its arnanded, provide
that the Attorney Gcnbrvl may revoke or Suspend a
MOMMOOP 10 mOrIU100111" . dill"buto, dlswwa, import or
export a con"Hed 3ubsience.
THIS CERTIFICATE IS NOT TRANS LE ON CHANGE OF OWNFWS—HIP. CONTROL. LOCATION, BUSINESS ACTIVITY, OR VALID
AFTER THE �YPIRATfnw MATT
https://www.deadiversion,usdoj,gov/webforms/PrintCertImage.do 6/19/2014
.01
SVOOW9 SVWOWI J1a213P
mu AwvnNvr .*asp uvneapza
sPl�b 93ej! wo #a e*!ti we I *41
3�. lie low ee4 mgeq P—
Hol. oa lvola9w *tit
\0
�I
tom.:
0
�n
00
11
CURRICULUM MIJAE
JERRY THOMAS BROOKS, M.D., FACEP
PERSO
Address: 23280 Butterfly Palm Ct.
Boca Raton, FL 33433
Place of Birth: Kansas City, MO
Rr �e
High School: Valedictorian
Central High School
Graduating class of 430
May 1973
Kansas City, MO
Pre-Med: Stanford University
Stanford, CA
September 1973 — May 1977
BA — Human Biology
Medical School: Howard College of Medicine
Washington, D.C.
August 1977 — May 1982
Medical Doctor
Internship: Howard University Hospital
Washington, D.C-
July 1982 — June 1983
Emergency Medicine — PGY 1
Residency: Howard University Hospital
Washington, D.C.,
July 1983 —June 1985
Emergency Medicine — PGY 11 — III
Chief Resident, Department of
Emergency Medicine
ORRICULUM VITAE
Jerry Thomas Brooks, M.D., FACEP
Page 2
PRACTICE EXPERIENCE:
June 2015 to Present Broward Health
Chief Medical Officer
Emergency Services
January 2015 to May 2015 Broward Health
Interim Chief Medical Officer
Emergency Services
December 1991 to June 2015 Broward Health North (BHN)
Deerfield Beach, FL
Medical Director and Chief,
Department of Emergency Medicine
July 1991 to December 1991 Broward Health North (BHN)
Deerfield Beach, FL
Attending, Dept, of Emergency Medicine
July 1987 to June 1991 Prince Georges General Hospital
Cheverly, MD
Assistant Medical Director and Attending,
Associate Director of Education,
Department of Emergency Medicine
Director of AHA-PGHC
Biennial ACLS Provider Courses 1987 - 1991
Faculty, Department of Internal Medicine,
Clinical Instructor
Faculty, Uniformed Services
University of the Health Sciences
Medical School, Clinical Instructor
CjjRRICV—LYM VITAE
Jerry Thomas Brooks, M.D., FACEP
Page 3
June 1986 to June 1987 Fairview General Hospital
Cleveland, OH
Attending, Department of Emergency Medicine
Elyria Memorial Hospital
Elyria, OH
Medical Officer, Department of
Emergency Medicine (part-time)
Lutheran Medical Center
Cleveland, OH
Medical Officer, Department of
Emergency Medicine (part-time)
August 1985 to May 1986 Cleveland Metropolitan General Hospital
Cleveland, OH
Attending, Dept. of Emergency Medicine
Case Western Reserve Medical School
Senior Clinical Instructor, Dept. of Surgery
Metro Life Flight
Helicopter and Jet Rescue Service
Physician Team Member — Transport
Northeastern Ohio Regional/Interstate
St. Luke's Hospital
Cleveland, OH
Medial Officer, Dept. of Emergency Medicine
(part time)
November 1984 to July 1985 Howard University Hospital
Washington, D.C.
Medical Officer, Dept, of Emergency Medicine
CERTIFICATIONS: Board Certified — Emergency Medicine
ABEM 1987
Recertified 1997, 2006
LICEN§URE: State of Florida
CURRICULUM VITAE
Jerry Thomas Brooks, M.D., FACEP
Page 4
COMMITTEE MEMBERSHIPS
AND POIIIIQUI:
Fellow, American College of Emergency
Physicians
National Medical Association, Former Member
Howard University Medical Alumni,
Charter Life Member
BCMA, Member
National Museum of African American History
and Culture (NMAAHC), Charter Member
BHN, ChairTnan, Department of Emergency
Medicine Monthly Meetings
BHN, Medical Council, Member
BHN, Medical Review Committee, Member
BHN, Trauma Quality Management Committee,
Member
BHN, Emergency Department Management
Committee, Chairman
BHN, Department of Pathology Quarterly
Meetings, Member
BHN, Utilization Review Committee, Member
BHN, Code Blue Committee, Chair
BHN, Core Measure Committee, Member,
E.D. Champion
Broward Health Committee, Interim Member
BHN, P&T Committee, Interim Chairman
Phoenix/BHN Administrative Committee,
Member
BHN, Stroke Group Committee, Member
BHN, Peer Review Committee, Member
ctj!3gjq"L M MITAE
Jerry Thomas Brooks, M.D., FACEP
Page 5
EMS Associate Medical Director,
Broward County
Broward County Sheriffs Office, EMS Associate
Medical Director Designee
Broward County Regional EMS Committee,
Member
Emergency Medical Service Committee,
Broward County, Member
Credentials & Qualifications Committee
Member, Broward Health North (1992 — 1993,
2011 -present)
Patient Care Committee, Former Member
ED/EMS Monthly Quality Assurance, North
Broward Health Care Consortium
Neurological Science Pathway Committee,
Member
University of Florida College of Medicine,
Preceptor
Deerfield Beach Rotary Club, Member
&MWO
CURRICULUM AIA9
Jerry Thomas Brooks, M.D., FACEP
Page 6
Certification of Appreciation
National Museum of African American History
and Culture — July 2012
Top Phoenix Physician in Patient Satisfaction
(among over 300 physicians), July 2010
Featured "ABC — Channel 10' Salute
BLACK HISTORY MONTH, February 2006
First African -American North Broward Hospital
District (NBHD) Department Chief
NBMC 2006 BLACK HISTORY MONTH,
Key Note Speaker
Certificate of Appreciation,
NBMC Quality Expo 2001
References for Jerry Brooks, ND:
Pauline Grant
President/Chief Executive Officer
Broward Health
1800 N.W. 49t" Street
Suite 110
Fort Lauderdale, Florida 33309
Phone: (954) 473-7100
Dan Westphal, MD
Chief Medical Officer
Broward Health
1800 N.W. 49t" Street
Suite 110
Fort Lauderdale, Florida 33309
Phone: (954) 473-7100
Kevin Fusco
Chief Financial Officer
Broward Health
1800 N.W. 49t" Street
Suite 110
Fort Lauderdale, Florida 33309
Phone: (954) 473-7100
Submitted by: Nabil El Sanadi, MD, MBA, F'ACEP, F ACHE
ATXBROWARD
May 2, 2016
Chief Mike Burton
EMS Fire Rescue
City of Tamarac, FL 33321
Dear Chief Burton:
Broward Health Medical Center
Broward Heaftth North
Broward Health imperial Point
Broward Health COMI SPrirnWS
Chris Evert Child ei s Hospital
Broward Health Weston
Broward Health Conn€nuolty Health Sesuiecs
Broward Health Physician Group
Broward Health International
Broward Health Urgent Care
Broward Health Foundation
It gives me great pleasure to write this letter of support strongly recommending Jerry T. Brooks,
MD, FA,.CEP, .for the Medical Directorship of the EMS Fire Rescue for the City of Tamarac.
Dr. Jerry Brooks has been associated with Broward Health North (formerly North Broward
Medical Center) since 1991. I have had the pleasure of working closely with him over the past
13 years when I was appointed. CEO of Broward Health North and he was the Medical
Director/Chief of Emergency Medicine. In the role of the medical director/Exxtergenc:y
Medicine, we could count on him to be an enthusiastic advocate and caring physician, plus his
willingness to participate in community events and serve on committees made him a valuable
member of our team.
Dr. Brooks is a true professional, has great leadership skills and is well acquainted and
respected by leaders of the community. He currently serves as the Eels Associate Medical
Director for the Broward Sheriff s Office as well as the cities of Sunrise, Tamarac and Fort
Lauderdale.
I am sure that Dr. Brooks will continue to have a positive impact in the community by working
with your EMS Fire and Rescue Team in "Tamarac. if you should have any questions or
requests, please give me a call at 954-473-7040,
Sincerely,
/L" '14�
',O
Pauline Grant, FA.CHE
Interim President/CEO
Broward Health
1800 N.W. 49th Street, Suite 110, Fort. Lauderdale, Ft.. 33309 1 954.473.7000 -t I 954.473.7009 •f 1 BrowardHealth.€org
Broward Health Medical Center
Broward Health North
Broward Health imperial Point
Broward Health Coral Springs
Chris Evert Children's Hospital
Broward Health Weston
Broward Health Community Health Services
Broward Health physician Grout:
Broward Health International
Broward Health urgent. Care
Broward Health Foundation
May 3, 2016
Chief Mike Burton
EMS Fire Rescue
City of Tamarac
RE: Jerry Brooks, MD
Dear Sir,
I am writing this letter in support of Dr. Jerry Brooks. I served as the Chief Operating Officer at
Broward Health North for 12 years and Dr. Brooks was the Medical Director of our Emergency
Department during my tenure. Dr. Brooks provided outstanding leadership in his role,
including serving on many Process Improvement Teams focused on improving care and
service to our patients. Dr. Brooks was also an active member of the Trauma Quality
Committee, interfacing with the other Trauma Service providers as well as local EMS,
providing ongoing feedback to improve patient care both pre -hospital and intra-hospital.
In the last year, I have served as the Broward Health Corporate SVP/COO and have continued
to work with Dr. Brooks as he assumed the Broward Health System Emergency Department
Medical Director role, previously held by Dr. El Sanadi. Dr. Brooks has continued to display his
strong leadership in this role, continuing to focus on what we can do as a system to improve
care to the patient.
As I outlined above, my experiences in working with Dr. Brooks have been nothing but
positive, he is a strong leader with an unwavering commitment to the patient. I firmly believe
that Dr. Jerry Brooks would be an outstanding choice to be the EMS Medical Director for the
City of Tamarac.
If there is any information that you would like or need please feel free to contact me.
Regards,
F
Kevin Fusco, FACHE
SVP/COO
Broward Health
B€'sward Health Medical tenter
Br ow3rd Health North
Broward Health imperial Point
Broward Health Coral Springs
Chris Evert Children's 1-104 t3l
Broward Health Weston
Broward Health CommunitY Health Services
Broward Health Physician Group
Broward Health International
Broward Health Urgent Care
Broward Health Foundation
May 3, 2016
Chief Mike Burton
EMS Fire Rescue
City of Tamarac
RE: Jerry Brooks, MD
Dear Sir,
I am writing this letter in support of Dr. Jerry Brooks, When I practiced pulmonary and
critical care medicine at Broward Health North much of my time was spent in the
emergency room working alongside, Dr. Brooks. He was very knowledgeable, had great
judgment and provided outstanding patient care in that role. I always felt that he was a
real asset to Broward Health and remains so in his current role as CMO of Em are.
As a consummate professional Dr. Brooks has always exhibited the highest standards
of our medical profession. I firmly believe that he was chosen for his current role by the
late Dr. Nabil Ei Sanadi because of his stature and reputation within the ED and medical
community. I cannot think of another physician who would be best fit for the role of EMS
medical director for the City of Tamarac than Dr. Jerry Brooks.
If there is any information that you would like or need please feel free to contact me.
Regards,
Dan M. Westphal,
7iD
1800 N.W. 49th Street, Suite 110, Fort Lauderdale, FL 33309 19>4.473.7000 •t. I 954.473.7009 -f I BrowardHealth.org
No Text
TAMARAC
1 h" IMY � R utir t,
go of Tamarac P hasina & Contracts Division
AFFIDAVIT
State of Flori a
)ss.
un.-
bainmfirstdulyewomdeposesand
says that: I
1. Of�cmr,
Representative or ' the Offeror
that has submitted the attached Proposal;
2. He/she is fully informed respecting the preparation and contents of the attached
Proposal and ufall pertinent circumstances respecting such Proposal;
3. Such Proposal iogenuine and iwnot mcollusive orsham Proposal;
4. Neither the said Offeror nor any of its officere, paMnorm, mwneme, egantm, representatives,
employees or parties in inbenyst, including this effiant. have in any way %oUuded,
conspired, connived or gQmeed, directly or indirectly, with any other [fhenor, firm, or
person to submit a collusive or sham Proposal in connection with the Work for which the
attached Proposal has been submitted; `ortorefrain from bidding |nconnection with such
Work; or have in any manner, directly or indirectly, sought bvagreement orcollusion, or
ownnrnunioation, or conference with any (]ffaror, firm, or person to fix the price or prices
in the attached Proposal orofany other Offeror, or to fin any overhaad, proht, or cost
elements of the pnopmme\ price or the Pnopnee| price of any other {JMenor, or to secure
through any collusion, conspiracy, connivance, or unlawful agreement any advantage
against (Recip|enU.orany person interested |nthe proposed Work;
5. The price orprices quoted in the attached Proposal are fair and proper and are not
tainted by any collusion, conspiracy, connivance, nrunlawful agreement nnthe part nf
the Offeror orany other ofits agento, representatives, oxvnens, employees or pediam in
in0enoat, including this oY5anL
delivered in the presence of:
31
�
=�
rTAMARAC
�qf Tarnarac Purcha ing &-C9e-tr�cLqt�L-Divisi0r?
�
ACKNOWLEDGMENT
NON -COLLUSIVE AFFIDAVIT
State of FIorWQ 1
County of 7and-�d
On this the Ql� day of �,\ 20\ before me, the undersigned Notary Public of
the State of Florida, personaliv appeared
842mHe evelle z. and
j
(Name 1 ividual(s) who appeared before notary)
�(�S)o f Al�
Whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that
he/she/they executed it. Z11 14
WITNESS my hand
and official seal.
NOTAAY PUBLIV,`STATE OF FLORIDA
NOTARY PUBLIC
SEAL OF OFFICE:
LORENA P. TORO
woury PUMIC - 1110 of Florida
7 Commission 0 EE 884171
My Comm. Expires Mar 14, 2017
N" NW IN is 111011011ppw W —
E!rDID take an oath, or C3 DID NOT take an oath
RFP # 16- 10 R- Medical Director For Fire Rescue
32
(Name of Notary Public: Print,
Stamp, or Type as Commissioned)
[3 Personally known to me, or
;0 Produced identification:
(Type of Identification Produced)
No Text
TAAAC
CrtyofTmarac
c„Gontraets Drvirrari
Preference may be given to vendors submitting a certification with their bidiprpposal
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 wits be followed if none of the tied vendors
have a drug*ee workplace program. In order to have a drag -free workplace program, a business shall,
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.
1. 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.
2. Give each employee engaged in providing the commodities or contractual services that
are under bid a copy of the statement specified in subsection (1).
3, 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 contenderre 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 than five (5) days after each conviction.
4. 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.
5. 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 f complies fully with the above requirements.
t#� ltA P°
eAk^%ri-7 Jinnn i Company Name
�r ff 90-10 ' rVlcciical Crrecior For Fi P ROSCue 33 µ
No Text
Menendez MD & Brooks MD PA
Benny Menendez, MD
7169 Via Firenze
Boca Raton, Florida 33433
Phone: (561) 386-5051
E-Mail: Drbmenendez(d aol.com
April 28, 2016
Fire Chief Mike Burton
Fire Rescue Department
6000 Hiatus Road
Tamarac, FL 33321
Dear Fire Chief Burton:
Dr. Brooks and I do not have any employees. Menendez MD & Brooks MD PA is a
registered partnership and will not be employing staff. Therefore, we will be exempt
from any Workers Compensation requirements.
Should you have any questions, please contact me at (561) 386-505 L
Respectfully,
Benny Menendez, MD, FAAEM
No Text
i.nsu-red antoall xthe �terms and conditions of the policy issued by the company
the
State Harm Mutual. Automobile Insurance Company
Does hereby insurer ROSALIND MENENDEZ & BENNY
MENENDEZ
7169 VIA FIREVZE
BOC.A RATON, VL 33433-1044
Lessor as Additional Insured and Loss Payee:
ALLY BANK LEASE TRUST FD BOX 8105 COCKE'YSVILLE MD
21030-$105
Policy Number; G16 5480-CAI--59
Year Make Vehicle Identification Number ('VIN)
2015 MASERATI GHIBLI 43R ZAM57XSAXF1151120
Coverages
Liability Comprehensive Collision Ded
IM/1MAM $500 $500
Effective May`02, 2016, expiring not to exceed thirty (30) days hence
and to become void immediately upon the issuance of a policy in place hereof.
ANY PERSON WHO KNOWINGLY AND WITH INTENT TO DEFRAUD ANY INSURANCE COMPANY
OR OTHER PERSON FTLES AN APPLICATION FOR INSURANCE OR STATEMENT OF CLAIM
CONTAINING ANY MATERIALLY FALSE INFORMATION OR CONCEALS FOR THE PURPOSE OF
MISLEADING, INFORMATION CONCERNING ANY FACT MATERIAL TH8RETO COMMITS A
FRAUDULENT INSURANCE ACT, WHICH IS A CRIME AND SUBJECTS SUCH PERSON TO
CRIMINAL AND CIVIL PENALTIES.
Dace ,
u or a epresti F a ve
CERTIFICATE OF LIABILITY INSURANCE DATE (Mai
03121/i016
THIS CERTIFICATE !$ ISSUED AS A MATTER OF )NFOR NiTiON ONLY AND CONFERS NOR 3HTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT OETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER,
IMPORTANT,, If the Ca tea tlotder: is"an AO NAL INS Eft, tilt i *O*(its) must ands *ot 1 ItfIG14T#flN M WAIVED,;ubj+acz der
the terms and conditions of the policy, certain policisa may require an endorsement. A ataternent on this csrUft&te does not collar rights to the
certificate hoiden In lieu of such endaramuntral.
WoodruffLSawyer b Co. 415-a89rF923
717 17th Street
Suite 1540
NAiC
Denver CO 80202 INSURED Continental CmualtiCom 20443
INaU 8
Phoenix Emergency Medicine of Broward, LLC m
IN RER C
13737 Noel Road ars
Suite 1600
INDICATEM __ __ .. .. ... ....... .. . ..c ,,wWn M"Mcu ^UVVt KKK THE POLICY PERIOD
THSTANDINO ANY REQU1RGMENT, TE - - O CONDt1iOAI OF ANY CONTRACT CERTIFICATE MAY Siff ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDEDOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
BY THE POLICIES DESCRIBED HEREIN 16 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOVM unv uevc ucchi een, ,h— — n„,., — .,... I
LTR TYPE OF WSURA1101
UM
COMaIERCUIL GENERAL LGBNJTY
LIMITS
CtAIAAS-MADE E OCCUR
EACH a
MED EXP
PEdtBONA A ADV'iNAW S
C NL TEURM�i1TAPPUE&PER:
u
COERAI 90ATF S
POLICY Me ❑ LOC
PROOLICTa - AGO
s
AUMMOOkELIABRJTY
UAW _
ANY AUTO
UOMMED SCHEDULED
BOOttV INJURY der pWsp11) a
TOS AAUTOS
NOW
SOMLYINJURY lPereocban0 t
HIRED AUTOS AUTOS
a
UMBRELLAUAB OCCUR
EXCESS CLAIMS -MADE
�..
t3ATE
C&D FT
Rmbwl
A110D EMPLOYERS' LIABILITY Y# N
ANYPR
Bdl0r)AIDED? El NIA
_
E - EACH NI" >l
(MandolwyM
EL. EIISEA. EA BMPLOYE
E.L. tMAIPASP.POLICY La:PY
A Medical Professional Liability
.He�!`�tOYYn/i, ne noea•tnu.r, rw.w�r .sa..�..�. ee :.. ..��_._....
14AZI064387541-12
...:__
03/31/2016 D3/31/2017
'Incident $250,0oo •Agg.S7S0,000
......._......
a Uvly, may of soufasa Ir mere space Is requheq) __........._.____m
To obtain a coverage verification, email a signed authorization form to veriftcationsfemcare com. For claims history requests, fax a signed authorization form to Western
Lltigatlon @713-935-2479. 'The insurance afforded by the described primary policy is subject to the applicable date(s), the terms/conditions/exclusions ofthe poky. The
policy provides coverage for dlnicai/professional services at the named location below on behalf of the above named insured for
Jerry Brooks, MO
Browarl Health North / Emergency Department
201 E Sample Rd
Pompano Beach FL 33064
i
SHOULD ANY OF THE ABOVE DIISCRISED POLICIES BE CANCELLED BEFORE
THE EXPIRATION {FATE THEREOF, NOTICE 1aRLL BE DELIVERED IN
ACCORDANCE KITH THBpOUCYPR0VWWS.,
ACORD 25 (2014/01) The ACORD name and 1000 are registered marks of ACORD
ity of Tamarac v� Purchasing & Contracts Division
AGREEMENT
BETWEEN THE CITY OF TAMARAC
AND
MENENDEZ MD & BROOKS MD PA
4-
THIS AGREEMENT is made and entered into this& day of , 20_LL by and
between the City of Tamarac, a municipal corporation with print: al offices located at 7525 N.W.
88th Ave., Tamarac, FL 33321 (the "CITY") and Menendez MD & Brooks MD, PA, a Florida
corporation with principal offices located at 7169 Via Firenze Boca Raton, FL 33433 (the
"Consultant") to provide for Medical Director Services.
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 consist of this Agreement, the Proposal submitted by
Consultant, dated for Medical Services Director For Fire Rescue, 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.
In the event
2) The Work
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:
2.1 Consultant shall furnish all labor, materials, and equipment necessary provide
Services as a Medical Services Director.
2.2 Serve as a patient advocate in the City of Tamarac EMS system.
2.3 Set and ensure compliance with patient care standards including
communications standards and medical protocols.
2.4 Develop and implement protocols and standing orders under which the pre -
hospital care provider functions.
Medical Director For Fire Rescue
City of Tarrsarac Purchasing & Contracts Division
2.5 Identify treatment modalities for the inclusion into medical treatment protocols.
Develop and implement an agenda for the provision of current medical direction.
2.6 Evaluate and provide feedback on new or existing EMS technologies for the
inclusion into the system.
2.7 Ensure the appropriateness of initial qualifications of pre -hospital personnel
involved in patient care.
2.8 Ensure that the qualifications of pre -hospital personnel involved in patient care
are maintained on an ongoing basis through education, 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.
2.9 Set and/or approve medical standards for individuals at a higher level of patient
care responsibility (e.g. Captains', Lieutenants', or "specialty" paramedics).
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.
2.10 Develop and implement an effective quality improvement program for continuous
system and patient care improvement.
2.11 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.
2.12 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 the results of the meetings to the Chief
responsible for EMS.
2.13 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.
2.14 Support the coordination of activities such as automatic aid, disaster planning
and management, hazardous materials response, stroke and cardiac alerts.
2.15 Promulgate public education and information on the prevention of emergencies.
2.16 Maintain knowledge levels appropriate for an EMS Medical Director through
continued education as required in 64J-1 F.A.C.
2.17 Provide for a Medical Director "off-line" coverage when unavailable. These
Medical Director For Fire Rescue
City of Tamarac Purchasing & Contracts Division
arrangements will be made by the Medical Director and made known to Tamarac
Fire -Rescue EMS staff officers (e.g. EMS Division, Assistant Chief -Operations,
etc.) at least 24 hours in advance.
2.18 Develop policies and protocols to keep Tamarac Fire -Rescue as a primary
provider of out -of -hospital medical care.
2.19 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.
2.20 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 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 Consultant will ensure that all sub -Consultants comply
with the above guidelines and will retain all necessary insurance in force
throughout the terms 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.
3.3. The Offeror's liability insurance policies shall be endorsed to add the City of
Tamarac as an "additional insured". The Offeror's Workers' Compensation carrier
will provide a Waiver of Subrogation to the City. The City shall also be named as
lb' a certificate holder.
3.4. The following are required types and minimum limits of insurance coverage,
which the Consultant agrees to maintain during the term of this contract:
Medical Director For Fire Rescue
of Tamarac
& Contracts Division
Insurance Requirements - Minimums
Line of Business/Coverage
Occurrence
Aggregate
Medical Malpractice Liability
$1,000,000
$1,000,000
Commercial General Liability
$1,000,000 Combined Single Limit or
$1,000,000
$1,000,000
$1,000,000 Combined Single Limit or
Automobile Liability
$1,000,000
$1,000,000
Workers' Compensation
Statutory or State of Florida Workers' Compensation Exemption
$500,000 each accident, each employee (disease), disease (policy limit) {Not required if Workers'
Employers Liability
Compensation is not mandated Statutorily}
4) Term
The work to be performed under this Agreement shall be commenced after City
execution of this Agreement. This contract shall be in effect for an initial period of three
(3) years, with two (2) additional two-year renewal terms based upon satisfactory
performance and mutual agreement of both parties
5. Contract Sum
The Contract Sum for the above work is Thirty Nine Thousand Dollars and Zero
cents ($39,000.00) annually.
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
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.
Indemnification
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,
Medicol Director For Fire Rescue
City of Tamarac Purcha, ng & Contratds Division
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 -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 Consultant in the performance of the Work; or c). liens, claims or
actions made by the Consultant 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 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.
7.1 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
During the performance of the Contract, the Consultant 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
disability if qualified. The Consultant 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 if qualified. 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 Consultant 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 Consultant further agrees that he/she will ensure that
Subcontractors, if any, will be made aware of and will comply with this nondiscrimination
clause.
Medico{Jirector For Fire Rescue
Patchasinq � Contracts Division
9 Independent Consultant
This Agreement does not create an employee/employer relationship between the
Parties. It is the intent of the Parties that the Consultant is an independent Consultant
under this Agreement and not the City's employee for any purposes, including but not
limited to, the application of the Fair Labor Standards Act minimum wage and overtime
payments, Federal Insurance Contribution Act, the Social Security Act, the Federal
Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's
Compensation Act, and the State Unemployment Insurance law. The Consultant shall
retain sole and absolute discretion in the judgment of the manner and means of carrying
out Consultant's activities and responsibilities hereunder provided, further that
administrative procedures applicable to services rendered under this Agreement shall be
those of Consultant, which policies of Consultant shall not conflict with City, State, or
United States policies, rules or regulations relating to the use of Consultant's funds
provided for herein. The Consultant agrees that it is a separate and independent
enterprise from the City, that it had full opportunity to find other business, that it has
made its own investment in its business, and that it will utilize a high level of skill
necessary to perform the work. This Agreement shall not be construed as creating any
joint employment relationship between the Consultant and the City and the City will not
be liable for any obligation incurred by Consultant, including but not limited to unpaid
minimum wages and/or overtime premiums.
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:
C♦lkfA
City Manager
City of Tamarac
7525 N.W. 88th Avenue
Tamarac, FL 33321
With a copy to City Attorney at the following address:
Goren, Cherof, Doody & Ezrol, P.A.
3099 East Commercial Blvd., Suite 200
Fort Lauderdale, FL 33308
Medical Director For Fire Rescue
C,tfy of Tamarac taYChr l2 & Contracts Division
CONSULTANT
Menendez MD & Brooks MD, PA
7169 Via Firenze
Boca Raton FL 33433
ATfN: Benny Menendez, MD
menendezmdbrooksmdpa@aol.com
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 City to Consultant
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 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 Uncontrollable Forces
13.1 Neither the City nor Consultant shall be considered to be in default of this
Agreement if delays in or failure of performance shall be due to Uncontrollable
Forces, the effect of which, by the exercise of reasonable diligence, the non-
performing party could not avoid. The term "Uncontrollable Forces" shall mean any
event which results in the prevention or delay of performance by a party of its
obligations under this Agreement and which is beyond the reasonable control of
the nonperforming party. It includes, but is not limited to fire, flood, earthquakes,
storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and
governmental actions.
13.2 Neither party shall, however, be excused from performance if nonperformance is
due to forces, which are preventable, removable, or remediable, and which the
nonperforming party could have, with the exercise of reasonable diligence,
prevented, removed, or remedied with reasonable dispatch. The nonperforming
party shall, within a reasonable time of being prevented or delayed from
performance by an uncontrollable force, give written notice to the other party
describing the circumstances and uncontrollable forces preventing continued
Medical Director For fire Rescue
QIL-o"Tamarac � Purchasing & Contracts division
performance of the obligations of this Agreement.
14 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.
15 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.
16 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.
17 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.
18 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 assert such a presumption in any proceedings or disputes connected with,
arising out of, or involving this Agreement.
Medico/ Director For Fire Rescue
_Purch�sir7_q & Contracts DivrsOn
19) PUBLIC RECORDS CUSTODIAN
IF THE CONSULTANT HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC
RECORDS AT:
CITY CLERK
7525 NW 88TH AVENUE
ROOM 101
TAMARAC, FL 33321
(954) 597-3505
CITYCLERK@TAMARAC.ORG
Remainder of Page Intentionally Blank
Medical Director For Fire Rescue
City or Tamarac Purchasing & Contracts Division
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 President, duly authorized to
execute same.
OF TA
ca: ESTABLISHED'. < v
_ 1963
®' SEAL
0
A T: ��o CO U N� �`��,
s
/lull%\\\!
Pa ncia A. Teufel, CM
City Clerk
Date
ATTEST:
(Corporate Secretary)
Type/Print Name of Corporate Secy
(CORPORATE SEAL)
I F T MARAC
Harry Dressler,Mayor
Date —
ichael C. Cernech, City Manager
Date:
Approved as to form nd legal sufficiency:
Sa uel S. Goren
�'G(e �zyLl bro�s w> PA
Company Name
'1�0
ignature o i ent `
Benny Menendez. MD
Name Pre ident
Dat
fV'1��i:7t�i!; Il�rz, tt�� f,f; r t; t�e'•:i:rr'
Cit of 'Tamarac Purchasing & Contracts Division
CORPORATE ACKNOWLEDGEMENT
STATE OF FL-
�j�
COUNTY OF I �,�� SS
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 Benny
Menendez MD Vice President, Florida 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 '54k day of A 20L.
o�wo wNtseu Signature of Notary Public
.�Y ° •,,
Maim
L Pubk , stme of 91mia- State of Florida at Large
COMMISSIN # FF 89MG
MY COM- 4*06 Oet 4. 2019
Print, Type or Stamp
Name of Notary Public
❑ Personally known to me or
El Produced Identification
Type of I.D. Produced
�❑ DID take an oath, or
DID NOT take an oath.