Loading...
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.