Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2015-068TR12669 August 26, 2015 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2015 - A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA APPROVING THE AGREEMENT EXTENSION WITH ADVANCED DATA PROCESSING, INC. (DBA INTERMEDIX) AND AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE THE AGREEMENT EXTENSION FOR A PERIOD FROM JULY 1, 2015 THROUGH AUGUST 31, 2016, NUNC PRO TUNC TO PROVIDE FOR THE ADMINISTRATION, PROCESSING AND RECEIPT OF PAYMENTS ASSOCIATED WITH TRANSPORTING EMERGENCY MEDICAL SERVICE (EMS) PATIENTS ON BEHALF OF THE CITY OF TAMARAC FIRE RESCUE DEPARTMENT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Tamarac Fire Rescue is required to provide basic and advanced life support services to the citizens and visitors of the City of Tamarac and to properly invoice and collect fees from the patients who utilize these services; and WHEREAS, Tamarac Fire Rescue transports an estimated 8,000 patients per year, which generates an average of approximately $1.9 million in gross revenue annually; and WHEREAS, the City awarded RFP 04-14R to Advanced Data Processing, Inc. (ADPI) under Resolution R-2004-180, renewed two subsequent extensions under Resolution R-2007-106, and R-2009-132, and executed an amendment under Resolution R-2010-81 awarding two (2) automatic one (1) year renewal extensions as long as the City determined the Agreement pricing remained advantageous to the City, copies of which are included herein as Exhibit A, Exhibit B Exhibit C and Exhibit D respectively; and TR 12669 August 26, 2015 Page 2 WHEREAS, ADPI has consistently performed to the City's standards, and the staff has recognized that changing providers would likely cause a disruption of medical billing services; and WHEREAS, ADPI has offered to maintain the current advantageous pricing for the period effective July 1, 2015 through August 31, 2016; and WHEREAS, during this extension period, the City staff will conduct a marketplace review to compare fees and services among other medical billing agencies providing services to Florida government entities, in order to determine if it will be in the best interest of the City of Tamarac to continue contacting with ADPI beyond this extension period; and WHEREAS, ADPI has signed a letter authorizing approval to extend the current ADPI Agreement with the City of Tamarac for the period effective July 1, 2015 through August 31, 2016, attached hereto as Exhibit E; and WHEREAS the Fire Chief, Director of Financial Services and Purchasing and Contracts Manager have determined that it is in the best interest of the City to continue the existing relationship with ADPI for the period effective July 1, 2015 through August 31, 2016; and WHEREAS, it is the recommendation of the Fire Chief, Director of Financial Services and the Purchasing and Contracts Manager that the City Commission of TR 12669 August 26, 2015 Page 3 the City of Tamarac approve and execute an Agreement Extension with ADPI for the period effective July 1, 2015 through August 31, 2016, nunc pro tune; and WHEREAS, the City Commission of the City of Tamarac deems it to be in the best interest of the citizens and residents of the City of Tamarac to approve and execute the Agreement Extension with ADPI. NOW, THEREFORE, BE IT RESOLVED BY THE CITY 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 the Agreement Extension Letter (Exhibit E) with Advanced Data Processing, Inc. with an effective date of July 1, 2015 until August 31, 2016, nunc pro tune, to provide administration, processing and receipt of payments associated with transporting Emergency Medical Service (EMS) patients on behalf of the City of Tamarac Fire Rescue Department. SECTION 3: That all Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. TR 12669 August 26, 2015 Page 4 SECTION 4: 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 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of r � ^. 2015. HARRY DRESSLER, MAYOR ATTEST: ATRICIA TEUF , WC CITY CLERK RECORD OF COMMISSION VOTE: MAYOR DRESSLER n DIST 1: VICE MAYOR BUSHNELL l DIST 2: COMM. GOMEZ DIST 3: COMM. GLASSER DIST 4: COMM. PLACKO I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM f �AVOEL S. dbREN CITY ATTORNEY �► intermedix July 2, 2015 Keith Glatz- Purchasing and Contracts Managers City of Tamarac City Hall Room 108 7525 NW 88 Ave Tamarac, FL 33321 Dear Mr. Glatz: Advanced Data Processing, Inc. (d/b/a Intermedix) requests to extend our current Agreement for Rescue Ambulance Billing and Realted Professional Services with the City of Tamarac, originally entered into July 1, 2010 through June 30, 2013 with two (2) additional one (1) year terms at the end of the initial term. The Agreement shall, upon your signature below, have an effective date of July 1, 2015 through August 31, 2016. Sincerely, Brad Williams VP & CAO cc: Darryl Hartung, Vice President Accepted by City of Tamarac Title: Date: www internedix.corn 888-971-2250 6431 M. Federal Highway, Suite 1000 Fort Lauderdale. FL 33308 eke 1 Temp. Reso. #10498 July 6, 2004 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2004-JK A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD RFP 04-14R, "MEDICAL BILLING SERVICES" AND TO EXECUTE AN AGREEMENT WITH ADVANCED DATA PROCESSING, INC.TO PROVIDE ADMINISTRATION, PROCESSING AND COLLECTION OF THE COSTS OF TRANSPORTING EMS PATIENTS ON BEHALF OF THE CITY OF TAMARAC FIRE RESCUE DEPARTMENT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Tamarac Fire Rescue is required to provide basic and advanced life support services to the citizens and visitors of the City of Tamarac and to properly invoice and collect fees from the patients who utilize these services; and WHEREAS, Tamarac Fire Rescue transports an estimated 6,000 patients per year, which generates an average of approximately $1.6 million in gross revenue annually; and WHEREAS, the existing contract with Advanced Data Processing, Inc. for medical billing services will expire on September 30, 2004 with no additional renewals available; and WHEREAS, the complexity and accounting requirements of providing these services require the City to formally solicit competitive sealed proposals; and WHEREAS, the City publicly advertised RFP 04-14R, "Medical Billing Services" in the Sun -Sentinel on March 21 and March 28, 2004, a copy of said RFP is attached as Exhibit 1; and WHEREAS, proposals were solicited from seven (7) vendors and two (2) proposals Temp. Reso. #10498 July 6, 2004 Page 2 were received from Advanced Data Processing, Inc. and Uant Medbill, Inc.; and WHEREAS, the proposals were evaluated by a Selection and Evaluation Committee consisting of the Assistant Fire Chief, EMS Chief, Controller, and Management Analyst to determine responsiveness to the City's specifications; and WHEREAS, Advanced Data Processing, Inc_ was determined to be the highest ranked, most responsive and responsible vendor based upon the criteria established in the RFP, as evidenced by Exhibit 2; and WHEREAS, Advanced Data Processing, Inc. will charge the City seven percent (7%) of the monthly collections for non -Medicaid accounts, a flat rate of $150.00 per month for Medicaid accounts and $1.00 per transport to meet HIPAA requirements; and WHEREAS, Advanced Data Processing, Inc. has agreed to the terms and conditions of RFP 04-14R and has executed the City's Agreement, as evidenced by Exhibit 3; and WHEREAS, it is the recommendation of the Fire Chief and Purchasing and Contracts Manager that RFP 04-14R be awarded to and an agreement executed with Advanced Data Processing, Inc.; for a three (3) year term effective October 1, 2004 through September 30, 2007 with two (2) additional two-year renewals, for a total contract term not to exceed seven (7) years; and WHEREAS, the City Commission deems it to be in the best interest of the citizens and residents of the City of Tamarac to award RFP 04-14R, "Medical Billing Services" and to execute an agreement with Advanced Data Processing, Inc., to provide administration, processing and collection of the costs of transporting EMS patients on behalf of the City of Tamarac Fire Rescue Department. Temp. Reso. #10498 July 6, 2004 Page 3 NOW, THEREFORE, BE IT RESOLVED BY THE CITY 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 upon adoption hereof. SECTION 2: the appropriate City officials are hereby authorized to award RFP 04- 14R, "Medical Billing Services" and to execute an agreement with Advanced Data Processing, Inc. to provide administration, processing and collection of the costs of transporting EMS patients on behalf of the City of Tamarac Fire Rescue Department. SECTION 3: All resolutions or parts of resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. SECTION 4: 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. 1 Temp. Reso. #10498 July 6, 2004 Page 4 SECTION 5: This Resolution shall become effective immediately upon its passage and adoption_ PASSED, ADOPTED AND APPROVED this 25 h day of August, 2004. ATTEST: r� MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. MITCHELL S. KkAFT CITY ATTORNEY ' E SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TAL DIST S: V/M SULTANOF DIST 4: COMM. ROBERTS 1 1 u `y f TAMgp City of Tamarac "Committed to Excellence... Always" Purchasing and EXHIBIT 1 Contracts Division TR 10468 March 26, 2004 REQUEST FOR PROPOSALS RFP 04-14R ALL QUALIFIED PROPOSERS: RFP NO. 04-14R Sealed Proposals, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until 4:00 PM local time, Wednesday, April 28, 2004 for: MEDICAL BILLING SERVICES The City is soliciting proposals on behalf of the Tamarac Fire Rescue Department to obtain the services of a qualified firm for the administration, processing and collection of the costs of transporting Emergency Medical Services (EMS) patients. Sealed Proposals must be received and time stamped in the Purchasing Office, either by mail or hand delivery, on or before the date and time referenced above, Any Proposals received after 4:00 p.m. on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the Proposer. Official time will be measured by the time stamp in the Purchasing Office. City reserves the right to reject any or all Proposals, to waive any informalities or irregularities in any Proposals received, to re -advertise for Proposals, to award in whole or in part to one or more Proposers, 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//Dept/fin/purch/solicitations.html. For inquiries, contact the Purchasing Office at (954) 724-2450. Keith K. Glatz, CPPO Purchasing and Contracts Manager Publish Sun -Sentinel: Sunday 3/21 and 3/28/2004 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724.2408 ■ www,tamarac.org Equal Opportunity Employer of Tamarac & Contracts Division REQUEST FOR PROPOSALS RFP 04-14R MEDICAL BILLING SERVICES I. INTRODUCTION The City is soliciting proposals on behalf of the Tamarac Fire Rescue Department to obtain the services of a qualified firm to administer, process and collect the costs of transporting Emergency Medical Services (EMS) patients. II. INFORMATION For information pertaining to this Request for Proposals (RFP), contact Purchasing at (954) 724-2450 or Assistant Fire Chief Paul Forsberg at (954) 724-2528. Such contact shall be for clarification purposes only. Material changes, if any, to the scope of services or proposal procedures will be transmitted only by written addendum. It is preferred that all questions be submitted in writing, either via fax or email. Fax questions to (954) 724-2408 or email to purchasing tamarac.orq. III. SCHEDULE OF EVENTS The schedule of events related to this Request for Proposals shall be as follows: RFP Document issued March 22, 2004 Deadline for Receipt of Proposals April 28, 2004 Evaluation of Proposals May 10, 2004 Presentations by Short-listed Proposers (if applicable) May 25, 2004 Final Ranking of Firms May 28, 2004 Anticipated Award by Commission June 23, 2004 All dates are tentative. City reserves the right to change scheduled dates. IV. GENERAL TERMS AND CONDITIONS These General Terms and Conditions apply to all offers made to the City of Tamarac by all prospective Proposers, including but not limited to, Requests for Quotes, Requests for Proposal and Requests for Bid. As such the words "bid", "proposal' and "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. City of Tamarac 1. PA 3. rurcHa5i+�g & Gorn.acf. G____ n INSTRUCTIONS TO OFFERORS STANDARD TERMS AND CONDITIONS RFP 04-14R DEFINED TERMS Terms used in these Instructions to Offerors are defined as follows: 1.1. "Offeror"- one who submits a Proposal in response to a solicitation, as distinct from a Sub -Offeror, who submits a Proposal to the Offeror. 1.2. "Proposer''- one who submits a Proposal in response to a solicitation. The terms "Offeror" and "Proposer" are used interchangeably and have the same meaning. 1.3. "Successful Offeror" - the qualified, responsible and responsive Offeror to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 1.4. "City" - the City of Tamarac, a municipal corporation of the State of Florida. 1.5. "Proposal Documents" - the Request for Proposals, Instructions to Offerors, Offerors 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). 1.6. "Contractor" - the individual(s) or firm(s) to whom the award is made and who executes the Contract Documents. SPECIAL CONDITIONS Any and all Special Conditions that may vary from the General Conditions shall have precedence. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 3.1. Before submitting a Proposal, each Offeror must visit the site (if applicable) to familiarize himself with the facilities and equipment that may in any manner affect cost or performance of the 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 Offeror's 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. 3.2. 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); familiarized himself 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. of Tamarac Pur(.ha.sinq & contracts Civision 4. SCOPE OF WORK 4.1. 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. 4.2. 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. 5. INTERPRETATIONS AND ADDENDA If the Offeror is in doubt as to the meaning of any of the Proposal Documents, believes that the General Conditions, Special Conditions and/or Technical Specifications contain errors, contradictions or obvious omissions, or has any questions concerning the information contained in the RFP documents, the Offeror shall submit a written request to the Purchasing Office for interpretation or clarification. Such request must reference RFP name and number, and should be received by the Purchasing Office at least ten (10) calendar days prior to the Proposal opening date. Questions received less than ten (10) calendar days prior to the Proposal opening may not be answered. Interpretations or clarifications in response to such questions will be issued in the form of a written addendum transmitted via either fax or email to all parties recorded by the Purchasing Office as having received the Proposal Documents. The issuance of a written addendum shall be the only official method whereby such an interpretation or clarification will be made. 6. COSTS AND COMPENSATION 6.1. Costs and compensation shall be shown in both unit prices and extensions whenever applicable. In the event of discrepancies existing between unit prices and extensions or totals, the unit prices shall govern. 6.2. All costs and compensation shall remain firm and fixed for acceptance for 60 calendar days after the day of the Proposal opening. 6.3. 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. 7. NON -COLLUSIVE AFFIDAVIT Each Offeror shall complete the Non -Collusive Affidavit form and shall submit the form with their Proposal. City considers the failure of the Offeror to submit this document to be a major irregularity, and may be cause for rejection of the Proposal. 8. PUBLIC ENTITY CRIMES In accordance with Florida Statutes 287.133 2 a : A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or City of Tama ., - Purchasing & Contracts Division repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Florida Statutes §287.017 for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. 9. CONFLICT OF INTEREST The award of any contract hereunder is subject to the provisions of Chapter 112, Florida Statutes. Offerors must disclose with their Proposal the name of any officer, director, partner, proprietor, associate or agent who is also an officer or employee of City or any of its agencies. Further, all Offerors must disclose the name of any officer or employee of City who owns, directly or indirectly, an interest of five percent (5%) or more in the Offeror's firm or any of its branches or affiliate companies. 10. PERFORMANCE BONDS AND INSURANCE Upon award of a contract, the Successful Offeror, as required within the scope of the solicitation, may be required to submit performance bonds and/or payment bonds. Offeror shall provide certificates of insurance in the manner, form and amount(s) specified. 11. SUMMARY OF DOCUMENTS TO BE SUBMITTED WITH PROPOSALS The following is a summary of documents to be submitted by each Offeror: a. Proposal b. Certification Form C. Certified Resolution Form (or firm's own Corporate Resolution) d. Offeror's Qualifications Statement Form e. Vendor Drug Free Workplace Form f. Non -Collusive Affidavit Form g. Proof of applicable insurance 12. SUBMISSION OF PROPOSALS 12.1. Proposals must be typed or printed in ink. Use of erasable ink is not permitted. All corrections to prices made by the Offeror must be initialed. 12.2. Proposals must contain a manual signature of a corporate officer or designee with the proven authority to bind the firm in matters of this nature. The address and telephone number for any communications regarding the Proposal must be included. 12.3. Proposals shall contain an acknowledgment of receipt of all addenda. 12.4. Proposals by corporations must be executed in the corporation's legal name by the President or other corporate officer, accompanied by evidence of authority to sign. Evidence of authority shall be provided on the enclosed Certified Resolution form, or by the company's own Corporate Resolution. 5 of Tamarac �� Por chz rrq 3 �ortracts Division 12.5. Proposals by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature. 12.6. Proposals shall be submitted to the Purchasing Office on or before the time indicated in the Request for Proposals. Proposals shall be submitted in a sealed envelope (faxed proposals will not be accepted under any circumstances). The envelope should be clearly marked on the exterior with the applicable solicitation name and number. The envelope should state the name and address of the Offeror and should be include all documents as specified in the Request for Proposals. Purchasing and Contracts Division staff is not responsible for the premature opening of a Proposal that is not properly addressed and identified. 12.7. In accordance with Florida Statutes, Chapter §119.07(1)(a) and except as may be provided by other applicable state and federal law, the Request for Proposals and the responses thereto are in the public domain. However, Proposers are requested to specifically identify in the submitted Proposal any financial information considered confidential and/or proprietary which may be considered exempt under Florida Statute §119.07(t). 12.8. All Proposals received from Offerors in response to the Request for Proposals will become the property of City and will not be retumed. In the event of Contract award, all documentation produced as part of the Contract shall become the exclusive property of City. 12.9. The Proposer preparing a submittal in response to this RFP shall bear all expenses associated with its preparation. The Proposer shall prepare a submittal. with the understanding that no claim for reimbursement shall be submitted to the City for the expense of proposal preparation and/or presentation. 13. MODIFICATION AND WITHDRAWAL OF PROPOSALS 13.1. Proposals may be modified or withdrawn by a duly executed document signed by a corporate officer or other employee with designated signature authority. Evidence of such authority must accompany the request for withdrawal or modification. The request must be delivered to the Purchasing Office at any time prior to the deadline for submitting Proposals. Withdrawal of a Proposal will not prejudice the rights of an Offeror to submit a new Proposal prior to the Proposal opening date and time. No Proposal may be withdrawn or modified after the date of proposal opening has passed. 13.2. If, within twenty-four (24) hours after Proposals are opened, any Offeror files a duly signed, written notice with the Purchasing Office, and within five (5) calendar days thereafter demonstrates to the reasonable satisfaction of City, by clear and convincing evidence, that there was a material and substantial mistake in the preparation of its Proposal, or that the mistake is clearly evident on the face of the Proposal, but the intended correct Proposal is not similarly evident, Offeror may withdraw its Proposal and any bid security will be returned. Thereafter, the Offeror will be disqualified from further bidding on the subject Contract. V +yam City of Tamar- c r. Di L! 8 lf7C& contracts Division t 14. REJECTION OF PROPOSALS 14.1. To the extent permitted by applicable state and federal laws and regulations, City reserves the right to reject any and all Proposals, to waive any and all informalities not involving price, time or changes in the work with the Successful Offeror, and to disregard all nonconforming, non -responsive, unbalanced or conditional Proposals. Proposals will be considered irregular and may be rejected if they show serious omissions, alterations in form, additions not called for, conditions or unauthorized alterations, or irregularities of any kind. 14.2. City reserves the right to reject the Proposal of any Offeror if City believes that it would not be in its best interest of to make an award to that Offeror, whether because the Proposal is not responsive, the Offeror is unqualified, of doubtful financial ability, or fails to meet any other pertinent criteria established by City within the scope of the solicitation. 15. QUALIFICATIONS OF PROPOSERS 15.1. Each Offeror shall complete the Offeror's Qualifications Statement and submit the form with the Proposal. Failure to submit the Offeror's Qualifications Statement and the documents required thereunder may constitute grounds for rejection of the Proposal. 15.2. As a part of the Proposal evaluation process, City may conduct a background check which may include a records check by the Broward Sheriffs Office. Offeror's submission of a Proposal constitutes acknowledgement of the process and consent to such investigation. 15.3. No proposal shall be accepted from, nor will any contract be awarded to, any person who is in arrears to City for any debt or contract, who is a defaulter, as surety or otherwise, of any obligation to City, or who is deemed irresponsible for unreliable by City. City will be the sole judge of said determination. 15.4. City reserves the right to make a pre -award inspection of the Offeror's facilities and equipment prior to award of Contract. 15.5. Employees of the Proposer shall at all times be under its sole direction and not an employee or agent of the City. The Proposer shall supply competent and physically capable employees. The City may require the Proposer to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Proposer shall be responsible to the City for the acts and omissions of all employees working under its directions. 16. INSURANCE 16.1. Offeror agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Offeror, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. of Tamarac ._.... Ptir h-_ r. 8 G ,r.uact„ Division 16.2. Offeror shall obtain at Offeror's expense all necessary insurance in such form and amount as required.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. 16.3. 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. 16.4. The following are required types and minimum limits of insurance coverage, which the Offeror agrees to maintain during the term of this contract: Line of Business/ Coverage Commercial General Liability Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Occurrence Aggregate $1,000,000 $1,000,000 Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Statutory Liability 16.5. The City reserves the right to require higher limits depending upon the scope of work under this Agreement. 16.6. Neither Offeror nor any Sub -Offeror shall commence work under this contract until they have obtained all 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. 16.7. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and shall be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation.. 16.8. 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. City oI Tamarac P rr, r 70 8 C:ar.trac.s Gr risrorr 16.9. 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. 16.10. 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 for Professional Liability. 16.11. 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. 17. INDEMNIFICATION 17.1. To the fullest extent permitted by laws and regulations, Successful Offeror shall indemnify, defend, save and hold harmless the City, its officers, elected officials, agents and employees from any and all claims, damages, losses, liabilities and expenses, direct, indirect, consequential or inconsequential, arising out of or alleged to have arisen out of the products, goods or services furnished by, or the operations of, the Successful Offeror or its subcontractors, agents, officers, employees or independent contractors pursuant to the Contract, specifically including, but not limited to, those caused by or arising out of the following conditions: 17.1.1 any act, omission or default of the Successful Offeror and/or its subcontractors, agents, servants or employees in the provision of the goods and/or services under the Contract; 17.2.1 any and all bodily injuries, sickness, disease or death; 17.3.1 injury to or destruction of tangible property, including the loss of use resulting therefrom; 17.4.1 the use of any improper materials; 17.5.1 a defective condition in any goods provided pursuant to the Contract, whether patent or latent; 17.6.1 the violation of any federal, state, county or municipal laws, ordinances or regulations by Successful Offeror, its subcontractors, agents, servants, independent contractors or employees; 17.7.1 the breach or alleged breach by Successful Offeror of any term, warranty or guarantee of the Contract. 17.2. The Successful Offeror shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. w of i ainatac F Purc;hasir7c & Contracts Division 17.3. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Successful Offeror under the indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 18. WARRANTIES 18.1. Successful Offeror warrants to City that the consummation of the work provided for in the Contract documents will not result in the breach of any term or provision of, or constitute a default under any indenture, mortgage, contract, or agreement to which Successful Offeror is a party. 18.2. Successful Offeror warrants to City that it is not insolvent, it is not in bankruptcy proceedings or receivership, nor is it engaged in or threatened with any litigation, arbitration or other legal or administrative proceedings or investigations of any kind which would have an adverse effect on its ability to perform its obligations under the Contract. 18.3. 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. 18.4. All warranties made by Successful Offeror together with service warranties and guarantees shall run to City and the successors and assigns of City. 19. NON-DISCRIMINATION AND EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, the Successful Offeror shall not discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin. The Successful Offeror will take affirmative action to ensure that employees are treated during employment, without regard to their race, creed, color, or national original. Such action must include, but not be limited to, the following: employment, upgrading; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Successful Offeror(s) shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. 20. TAXES Successful Offeror shall pay all applicable sales, consumer use and other similar taxes required by law. 21. 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. 10 9 Gitv o(Tarnar;:� P;;rr.',asrr,g & Contract: Ji0sion 22. TERMINATION FOR CAUSE AND DEFAULT 22.1. in the event Successful Offeror shall default in any of the terms, obligations, restrictions or conditions in any of the Proposal documents, City shall give written notice by certified mail, return receipt requested to Successful Offeror of the default and that such default shall be corrected, or the actions taken to correct such default, shall be commenced within seven (7) calendar days thereof. In the event Successful Offeror has failed to correct the conditions of default or the default is not remedied to the satisfaction and approval of City, City shall have all legal remedies available to it, including, but not limited to termination of the Contract, in which case Successful Offeror shall be liable for all procurement or re -procurement costs, and any and all damages permitted by law arising from the default and breach of the Contract. 22.2. Failure on the part of the Proposer to comply with the conditions, terms, specifications and requirements of the RFP shall be just cause for the cancellation of the RFP award. The City may, by written notice to the Proposer, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of non-performance. 23. TERMINATION FOR CONVENIENCE OF CITY Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to Successful Offeror, City may without cause and without prejudice to any other right or remedy, terminate the agreement for City's convenience whenever City determines that such termination is in the best interests of City. Where the agreement is terminated for the convenience of City, the notice of termination to Successful Offeror must state that the Contract is being terminated for the convenience of City under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, Successful Offeror shall promptly discontinue all work and, to the extent indicated on the notice of termination, shall terminate all outstanding subcontracts and purchase orders as they relate to the terminated portion of the Contract, shall refrain from placing further orders and/or contracting with subcontractors, and shall complete any continued portions of the work. 24. AUDIT RIGHTS City reserves the right to audit the records of Successful Offeror, relating to this contract, at any time during the term of the Contract, and for a period of three (3) years after completion of contract. If required by City, Successful Offeror shall agree to submit to an audit by an independent Certified Public Accountant selected by City. Successful Offeror shall allow City to examine and review the records of Successful Offeror at any and all times during normal business hours during the term of the Contract. 25. ASSIGNMENT 25.1. Successful Offeror shall not assign, transfer or subject the Contractor its rights, title, interests or obligations therein without City's prior written approval. of Tamarac PwT.i�asing & G:ntracts Division 25.2. Violation of the terms of this paragraph shall constitute a breach of the Contract by Successful Offeror and City may, at its discretion, cancel the Contract. All rights, title, interest and obligations of Successful Offeror shall thereupon cease and terminate. GOVERNING LAW: THE LAWS OF THE STATE OF FLORIDA SHALL GOVERN THIS CONTRACT. VENUE SHALL BE BROWARD COUNTY, FLORIDA. 12 9 of Tar aiac1. Porchas:na & Contracts Division , V. STATEMENT OF WORK A. SCOPE OF PROPOSAL The purpose of this Request for Proposals.is to obtain the services of a qualified firm to administrate the task of processing, invoicing and collecting the costs for transporting Emergency Medical Service (EMS) patients on behalf of the City of Tamarac Fire Rescue Department, in conformity with the requirements contained herein. 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, and bills for medical services rendered by the Fire Rescue Department. Annual transports are estimated to exceed 5,900 per year. Charges have been established for Advanced Life Support Transport, Basic Life Support Transport, mileage and civil assists. The Fire Rescue Department is projecting this fee structure to result in greater than $2 million in annual gross billings. During the past three years, collections from Medicaid have been approximately 2% of total collections. B. SERVICES TO BE PROVIDED Invoice patient and/or other third party responsible for payment of services rendered in accordance with time frames as stated herein. 2. Collection and generation of any and all insurance forms, filings and record maintenance. 3. Provide HIPAA privacy practices requirements to all patients transported. 4. Provide and administer a compliance program to ensure compliance with all State and Federal regulations. 5. Provide the City's Finance Department with all monthly finance, billing and receivable reports as stated herein. 6. Provide a Customer Service Representative to assist patients and/or other third party payors in all billing inquiries in a timely fashion as specified herein. 7. Conduct any follow up required to obtain the necessary insurance information to process invoices for payment. C. MINIMUM REQUIREMENTS Successful Proposer shall accept hard copy or electronically transmitted information. 2. Successful Proposer shall be responsible for invoicing, collection, and generation of any and all insurance forms, insurance filings, records 13 City of Tamarac Ptirchasing & Contracts Division maintenance, and preparation of standard and/or custom reports, as requested or required by City. D. CONTRACTOR RESPONSIBILITIES When preparing invoices, the Successful Proposer shall include the following information on every invoice: a. Account number. b. Invoice number and date. C. Name of transported patient. d. Name of responsible party, if different from patient. e. Complete patient address. f. Date of transport. g. Location of transport (address or location patient was transported from). h. Destination of transport (hospital or other facility). i. Detailed cost of transport by line item. j. Incident number ("Run" number provided by Tamarac Fire Rescue). 2. The invoice will also contain a message stating "This is an invoice for services provided by the City of Tamarac". Sample invoices should be included with proposals. 3. All invoicing and reporting systems shall be computerized. Provide computer operating system information, hardware configuration and software used. 4. Mail invoices to patients within five (5) days of receipt of patient information from Tamarac Fire Rescue. This mailing shall include a pre-printed return payment envelope, with the payment address specified by the City of Tamarac. 5. Second notices shall be sent to patient, in the event of non -response to initial invoice, at thirty-five day intervals. Third notices shall be sent at sixty-five day intervals. Provide samples of second and third notices. 6. Provide Electronic Claims Processing for Medicare and Medicaid. i. Mail or electronically process applicable insurance forms to third party payors as required or requested by the patient. Either method shall include information on where to send payments to City of Tamarac. 8. Post all payments as received by the City's bank through the lock box. 9. Invoice the City on a monthly basis for services rendered based on flat fee for Medicaid and percentage of other fees collected, as indicated on Price Proposal page included herein. 10. Respond promptly to all patient requests and inquiries, whether written or verbal. 14 E. of Tatna/u purchasing & contracts civision ------------ ....__._..._. ----- _..._...__.... -----.....__...—. i 11. Comply with all applicable Federal, state and local laws as they apply to the services being provided, such as, but not limited to, the Federal Debit Collection Practices Law. This further includes all requirements to maintain confidentiality for all medical and patient information as referenced in state and local laws, ordinances and/or regulations. 12. Negotiate and arrange modified payment schedules for those individuals unable to pay the full amount at time of initial billing. 13. Maintain any and all documentation, records and patient information in a safe and secure manner that will allow inspection and audit by the City of Tamarac or its agents upon proper notification and within the scope of the awarded Contract. 14. Provide the City with a report of all accounts past due more than 180 days (except where a modified payment schedule has been arranged), including all pertinent facts regarding said accounts. Accounts past due for more than one year may be withdrawn from the Successful Proposer and returned to the City of Tamarac for further collection. 15. Verify, correct and maintain accurate billing address information for all transported patients 16. Maintain a working arrangement with all of the Tamarac Fire Rescue - serviced hospitals wherein said hospitals provide copies of patient run sheets for each transport to their respective facilities. 17. Include a citizen satisfaction survey and a return, self-addressed, postage paid envelope with each invoiced mailed. This survey shall be no more than one 8'h x 11 page. RESPONSIBILITIES OF THE CITY OF TAMARAC 1. The City of Tamarac will provide the necessary patient information to the Successful Proposer on a weekly basis, for all transported patients within the specified time frame. 2. The City of Tamarac will comply with all Federal, State and local laws, rules and regulations as applicable to the contracted services. 3. The City of Tamarac will agree to use the Successful Proposer exclusively for the services specified herein as long as the contract term is current and in force. 4. The City of Tamarac will make every effort to obtain the proper billing address for all billable patients prior to forwarding said information to the Successful Proposer. :'5 of Tamarac Purchasing d Contracts Division F. DELIVERABLES 1. Distribution of Charges and Collections — This report will track the changes, payments and financial class mix of all patients for a given month. Provide sample. 2. Aged Receivable Report — This report will have outstanding invoices sorted by date with amounts for thirty days, sixty days and ninety days. This report will provide totals for these categories. 3. New Charges Alpha Listing— This report lists all invoices alphabetically by patient name or responsible payor. Provide sample. 4. Monthly Payment Listing - This report lists payment, bad checks, charge offs, write offs and refunds posted to each patient's account. Provide sample 5. Check Edit Listing - This report lists all patients due refunds as a result of overpayment of account. Provide sample. 6. Additional reports as required or requested by City. G. PERFORMANCE SCHEDULE 1. Pricing should reflect costs for services during the initial three (3) year contract term, from October 1, 2004 to September 30, 2007. The Price Proposal should reflect the total costs for all services and should detail the different fees for each service. 2. The Proposer shall include sample invoices and the messages that will be used on 35- and 65-day notices as part of the submittal. All invoice and notice text, layout, color of ink and paper stock is subject to approval by City. VII. PROPOSAL SELECTION The City Manager will appoint an Evaluation and Selection Committee to review Proposals. The City reserves the right to select the Proposer who represents the best value, and to accept or reject any proposal submitted in response to this solicitation. The City's Evaluation and Selection Committee will act in what they consider to be the best interest of the City and its residents. Price shall not be the sole determining factor for selection, as indicated in the following section. VIII. EVALUATION OF PROPOSALS A. Evaluation Method and Criteria A Selection/Negotiation Committee has been appointed by the City Manager and will be responsible for selecting the most qualified firm and then negotiating a contract. The Proposers with the highest -ranked submittals may be asked to make a detailed presentation of their product/service to the Evaluation and Selection Committee. 16 s ofTamarc:c Purchasing ContractsDivision All Proposers are advised that in the event of receipt of an adequate number of Proposals which in the opinion of the Evaluation Committee require no clarification and/or supplementary information, such Proposals may be evaluated without discussion. Hence, proposals should be initially submitted on the most complete and favorable terms which Proposers are capable of offering to the City. After presentations, firms will be assigned a final score, with the highest -ranked firm moving forward to the negotiation phase. Upon successful negotiation, a recommendation for award will be considered by the City Commission. No work on this project shall proceed without written authorization from the City of Tamarac. The City reserves the right to enter into contract negotiations with the selected Proposer. If the City and the selected Proposer cannot negotiate a successful contract, the City may terminate such negotiations and begin negotiations with the next selected Proposer. No Proposer shall have any rights against the City arising from such negotiations. The City's evaluation criteria may include, but shall not be limited to, the following: 1. Qualifications a. Verification of availability of qualified personnel. K 3. 4. b. Verification of availability of equipment. C. Ability to meet set standards. d. Expertise of staff. e. Qualifications of the firm. f. Experience. g. References from other municipalities providing similar services. Technical a. Understanding of the requirements. b. Approach. C. Technical soundness of the proposal. d. Proposed scope of work. Financial a. Cost Effectiveness. b. Reasonableness of proposed price. C. Evidence of insurance and/or bonding. Other a. Location of firm (within Tri-County area of Miami -Dade, Broward and Palm Beach Counties). b. Previous contracting experience with the City, if any. C. Performance under past contracts with the City, if any. 17 City of Tamarac Purchasing & rrrt acts Division __ ­­ ­1 � . ........ � ­_­.­­­­._._­ ­­ e __ _­ I......-I B. Weighted Criteria Points will be assigned to each proposal based on the following weighted criteria, CRITERIA MAXIMUM POINTS 1. Expertise/Qualifications 20 points 2. Experience in Stated Criteria/Medical Billing 20 points 3. Governmental/Municipal Experience 25 points 4. Technology and Equipment Availability 10 points 5. Collection Philosophy 10 points 6. Price 10 points 7. Location — Office within the Tri-County Area 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. C. PRESENTATIONS The short-listed Proposers may be requested to make presentations to the Committee. The City may require additional information after evaluation of the submittals, and Proposers agree to furnish such information upon the City's request. D. RIGHT TO REJECT PROPOSALS To the extent permitted by applicable state and federal laws and regulations, City reserves the right to reject any and all Proposals, to waive any and all informalities not involving price, time or changes in the work, and to disregard all nonconforming, non- responsive, unbalanced or conditional Proposals. Proposals will be considered irregular and may be rejected if they show serious omissions, alterations in form, additions not called for, conditions, unauthorized alterations, or irregularities of any kind. City reserves the right to reject any Proposal if City believes that it would not be in its best interest to make an award to a particular Proposer, either because the Proposal is not responsive, the Proposer is unqualified, of doubtful financial ability, or fails to meet any other pertinent criteria established by City within the scope of this solicitation. 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. 7s City of Tamarac R I "Committed to Excellence... Always" Purchasing and Contracts Division ADDENDUM NO. 1 REQUEST FOR PROPOSALS RFP 04.14R MEDICAL BILLING SERVICES DATE OF ADDENDUM: APRIL 20, 2004 ALL POTENTIAL PROPOSERS: PLEASE NOTE: Please include five (5) copies of your Proposal in addition to an Original submittal. All other terms and conditions remain the same as of this date. This addendum should be signed and returned with your Proposal. NAME OF PROPOSER: SIGNATURE: `` :. — DATE: 7525 NW Bath Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 ■ www,tomarac.org Equal Opportunity Employer Purchasing and Contracts Division City of Tamarac "Committed to Excellence... Always" ADDENDUM NO. 2 REQUEST FOR PROPOSALS RFP 04-14R MEDICAL BILLING SERVICES DATE OF ADDENDUM: APRIL 27, 2004 ALL POTENTIAL PROPOSERS: PLEASE NOTE: The Due Date for Proposal submissions has been extended until Tuesday, May 4, 2004, at 4:00 P.M. local time. The following questions have been submitted for clarification. The clarifications are shown in bold faced type. 1. Please provide the number of Billable Transports (calls) for each of the past two (2) years. September 2001-August 2002 — 5,490 billable transports September 2002-August 2003 — 5,893 billable transports 2. Please provide GROSS CHARGES and COLLECTIONS (RECEIPTS) for the past two (2) years. (Estimates): September 2001-August 2002 — $1,745,399.00 gross and $1,496,003.00 collected to date. September 2002-August 2003 -- $2,087,191.00 gross and $1,444,860.00 collected to date. 3. Please provide the current Payor mix (by percentage if available). (i.e.Medicare/Medicaid/Private Ins./Self Pays) The following are approximate values; however, each month's values change as revenues are added and subtracted in each category. 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 w www.tomarac.org Equal Opportunity Employer City of Tamarac Purchasing & Contracts Division Self pay: 3.5% Medicaid: 2% Medicare: 34.5% Insurance: 60% Total: 100% 4. Please provide a listing of your current rates (fees) charged. (i.e. ALS/BLS/Oxygen/Mileage/IV/Medications) BLS: $310.00 ALS: $336.00 Per mile: $7.00 Non -emergency patient assist fee (after 3 such assists in a six month period) - $50.00 No charge for Oxygen, IV Meds, etc. There is a new fee proposal for FY05, not yet passed. The rates for this period, however, are anticipated to be as follows: BLS: $360.00 ALS1: $400.00 ALS2: $500.00 Mileage: $7.25 All other terms and conditions of this Request for Proposals remain the same as of this date. This addendum should be signed and returned with your Proposal. NAME OF PROPOSER: SIGNATURE: DATE:_ ILL ofTar3.41 01, Pu chasir & +.Cntrrcis PROPOSAL FORM RFP 04-14R MEDICAL BILLING SERVICES PROPOSAL PRICE 1. Flat Fee Percentage of 7.0°/---—r-- % to administer billing and collections iesS -(,nox' GtE?�;¢ ` 2�C��w+c�►tifk 2. Flat Rate of $ 150.00 per month for Medicaid. �je� iC.tit `L PAR-T F '' a �7f7� C5c -fe r Gc1 "J1je+e ri, i t1 SUBMITTED BY: Advanced Data Processing, Inc. Company Name: Address: 520 NW 165th Street, Suite 201 City: Miami State: FL zip: 33169 Telephone:305-459-0652 FAX: 305-521-0777 Email: dpassaro@emsclaims.com NOTE: To be considered eligible for award, one (1) original copy of this proposal form must be submitted with the Proposal. NO BID INDICATION (IF "NO BID" IS OFFERED): Please indicate reason(s) why a Proposal is not being submitted at this time. -------------- --- - 19 --- I. rR C h T:3;71Ji(: ' (it(„7151111f � i.+,t7I$Cl^ rnlvl;icrt CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the items)/service(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below, INDIVIDUAL PARTNERSHIP11 CORPORATION i'J OTHER If "Other", Explain Authorized Signature Vice President- Client Relations Title Advanced Data Processing, Inc. Company Name 520 NW 165th Street, Suite 201 Address Miami, Florida 33169 City/State/Zip dpassaro@emsclaims.com Contact Email address Donald Passaro Name (Printed Or Typed) 22-3875190 Federal Employer I.D./Social Security No. 305-459-0652 Telephone 305-521-0777 Fax Number Donald Passaro Contact Person _............ Page I or C�7�lrir.Orion f T11r,:3rac _`:_'�Y_ o(; rar::hasrng 3 C_rntract", !7rv,znn OFFEROR'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 NW 88"' Avenue Tamarac, Florida 33321 Advanced Data Processing, Inc. Company: Check One .�. Contact Name. 49nald-Passaro � Corporation Address: 520 NW 165th Street, Suite 201 _ -___--__-._ ,._�___. __ _ __T ~ Partnership City, State, Zip Miami, Florida 33169 305-459-0652 Individual Telephone No- Fax No, 305-521-0777 00ther 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Offeror is: Advanced Data Processing, Inc. The address of the principal place of business is: 520 NW 165th Street, Suite 201 Miami, Florida 33169 2. If Offeror is a corporation, answer the following: a) Date of Incorporation: October 2002 b) State of Incorporation: Delaware c) President's name:_. Doug Sharron d) Vice President's name: Don Passaro e) Secretary's name: Greg Elliot f) Treasurer's name: Doug Shamon g) Name and address of Resident Agent: CT corporation .............. Pane 1 of 5 4ffc-nr s Q401ifirWRY1 SGateme:nf C: tr, r ;'an+.�rar; i' r''urchasrr (I Z cor rtr s Division 3. If Offeror is an individual or a partnership, answer the following'. a) Date of organization: N!'°_____._____�_ b) Name, address and ownership units of all partners: c) State whether general or limited partnership: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals. - N/A 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. N/A 6. How many years has your organization been in business under its present business name? _ 20 a) Under what other former names has your organization operated? None 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. Occupational License Number 137178-0 Miami -Dade County, Florida Please refer to Part H. Attachments of this document fo . _. - ...._ f - c ocument for a copy of ADPI's occupational license and for a copy of ADPI :s license to do business in Florida_ 8. Have you personally inspected the site of the proposed work? El YES F-1 NO 9. Do you have a complete set of documents, including drawings and addenda? EYES NO 10. Did you attend the Pre -Proposal Conference if any such conference was held? YES NO NIA- No Pre -proposal Conference was held in relation to this RFP. X Page 2 of C,rali 2tinr St -'.A- ent CdyO/T?II 319C' -....._ . ..__ .....__ ._ (; O� f'Gl,rnasul3 '4 Contract," Jlvisian - - 11. Have you ever failed to complete any work awarded to you? If so, state when, where and why: No. 12. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). Name Address Telephone City of Tamarac- Chief Paul Forsberg 6000 Hiatus Road, Tamarac, FL 33321 954-724-2436 Palm Beach County- Captain John Wilson 50 S Military Trail #101, WPB, FL 33415 561-616-6800 LeeCounty- David Kainrad 14752 Six Mile Cypress Pkwy, Ft. Myers, FL 33912 239-335-1614 Br v d County- An Fosburr, 104 S Flpri a Ave.. Rockledge, FL 32955 321-663-2056 13. Cis the pertinent experience of the key In lvlduals of your organization (continue on insert sheet, if necessary). Please refer to Part B: Staff Credentials of the ADPI proposal for qualitfication of all employees. You may also refer to the resumes that have been included in the Attachments section of this _ —~ document. 14. State the name of the individual who will have personal supervision of the work: Darryl Hartung 15. State the name and address of attorney, if any, for the business of the Offeror Smith Gambrell and Russell, LLP. Suite 3100, Promenade Il, 1230 Peachtree Street, N.E. _Atlanta, GA 30309-3592 16. State the names and addresses of all businesses and/or individuals who n an interest of more than five percent (5/0) of the Offerors business and indicate the percentage owned of each such business and/or individual: ADPI Holdings, Inc. owns 100% of Advanced Data Processing, Inc. 17. State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: None Pic e 3 n{ 5 - ....-. _.. _.._.._.. C�flerzr'sQ-1ification Statamenf City of 7_,-,imar,3c & Contrails ----------- 18. State the name of Surety Company Which will be providing the bond, and name and address of agent: N/A No Surety Bond was required. ...... .... ............... 19. Bank References: Bank Address Telephone Merrill Lynch 45 William Street, Suite 100, Wellesley, MA 02481 800-201-9509 - Wachovia Bank NC 8502, PO Box 563966, Charlotte, NC 28262-3966 704-427-7199 -- - ------- — ------------- 20. Attach a financial statement including Offeror's latest balance sheet and income statement showing the following items: **Please see the back pocket of the proposal. a) Current Assets (e.g., cash,.joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): b) Net Fixed Assets c) Other Assets d) Current Liabilities (e-g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). e) Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings): 21. State the name of the firm preparing the financial statement and date thereof: Miller, Ray, Healey and Houser Date: 12/31/2003 22. Is this financial statement for the identical organization named on page one? Fx7YES F NO 23. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e,g., parent -subsidiary). ---------- ------ ---- P3, ,7e 4 Of 5 Orferor s Qoafiff3h'oo City of T an, ai •-ic ?;urfrasirlg & nntre is �rvrs:i n _ The Offeror acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by owner in awarding the contract and such information is warranted by Offeror to be true, The discovery of any omission or misstatement that materially affects the Offeror's qualifications to perform under the contract shall cause the owner to reject the proposal, and if after the award, to cancel and terminate the award and/or contract. Signature �-----~---...---._--__._ ACKNOWLEDGEMENT OFFEROR'S QUALIFICATION STATEMENT State of Florida County of Miami -Dade On this the 27th day of April 20 i- , before me, the undersigned Notary Public of the State of Florida, personally appeared Donald Passaro (Name(s) of individual(s) who appeared before notary) and whose name(s) islare Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NO RY BLIC, STAT4OFLO NOTARY PUBLIC �""'" r�' SEAL OF OFFICE: Vic � �; "= _', ": ,, � ��o-V C M 44A T ua t�s Ba z"* t -"• - .• . 1-. (Name of Notary Public: Print, Stamp, or Type as Commissioned) V Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or DID NOT take an oath Page 5 of 5 Olferz rs :?u3lifir, ikon Statement �rn C ; o/ rj.:+,,9r. �c R �ur.aias lid c� Coi l ac fs ?iwlv;.i VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 267.087, 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: 1. 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. 2. 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. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. 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. 6, 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 <:: ify that this form complies fully with the above requirements. _ Advanced Data Processing, Inc. Au horized Signature Company Name Page 7 of 1 Drug -Free IV.,,kJ,iac•0 C.t/(n rarr araC \ - rn,.cn� rr'igdCorhaCh �rvrvon NON -COLLUSIVE AFFIDAVIT State of Florida } )ss. County of Miami -Dade ) Donald Passaro being first duly sworn, deposes and says that: 1. He/she is the Officer- Vice President (Owner, Partner, Officer, Representative or Agent) of Advanced Data Processing, Inc, -,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. Signe sealed and delivered in the presence of: Witness Witness Donald Passaro Printed Name Vice President- Client Relations Title Pave I of 2 Ncn-%u,lrrsrvc Af rrl rpit �0 r rrr hn" r 4 ,� '?;rtr1! "� Divrsxrn 1 ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of Miami -Dade On this the 27th day of April , 2004 , before me, the undersigned Notary Public of the State of Florida, personally appeared Donald Passaro (Name(s) of individual(s) who appeared before notary) and 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. 1. �r��yl M. H=— j_un ..NOTARY NOTARY PUBLIC SEAL OF OFFfCE: ' c �;K� E: l= Tune 17E (Name of Notary Public: Print, Stamp, or Type as Commissioned) Personally known to me, or ❑ Produced identification: (Type of Identification Produced) O DID take an oath, or (DID NOT take an oath Page 2 of 2 Ncm-Collusive A9iclavit 7/6/2004 MEDICAL BILLING RFP 04-14R Committee Evaluation Totals Proposer's Name: Advanced iLiant Data Proc. MedBill No Conflict of Interest No No Adhered to the Instructions Yes Yes Expertise/Qualifications (20 points) Assistant Fire Chief 20 18 EMS Chief 20 18 Controller 20 15 Management Analyst 20 15 Experience in Stated Criteria (20 points) Assistant Fire Chief 20 18 EMS Chief 20 15 Controller 20 15 Management Analyst 20 20 Governmental/Municipal Experience (25 points) Assistant Fire Chief 25 20 EMS Chief 25 20 Controller 25 20 Management Analyst 25 25 Technology and Equipment Availability (10 points) Assistant Fire Chief 10 10 EMS Chief 10 10 Controller 10 10 Management Analyst 10 10 Collection Philosophy (10 points) Assistant Fire Chief 10 7 EMS Chief 10 10 Controller 10 7 Management Analyst 10 10 Price (10 points) Assistant Fire Chief 8 8 EMS Chief 8 10 Controller 6 7 Management Analyst 5 10 Location (Tri-County Area) (5 points) Assistant Fire Chief 5 1 EMS Chief 5 0 Controller 5 0 Management Analyst 5 0 TOTAL PROPOSAL POINTS Assistant Fire Chief 98 82 EMS Chief 98 83 Controller 96 74 Management Analyst 95 90 387 329 TOTAL PROPOSAL RANKING Assistant Fire Chief 1 2 EMS Chief 1 2 Controller 1 2 Management Analyst 1 2 FINAL RANK 1 2 EXHIBIT 2 TR 10468 Uddve/2004 Bids/04-14R/04-14R Proposal Evaluation Worksheet.xls PROPOSAL EVALUATION of Tamarac AGREEMENT BETWEEN THE CITY OF TAMARAC AND and Contracts Division ADVANCED DATA PROCESSING, INC. THIS AGREEMENT is made and entered into this day of 2004 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 Advanced Data Processing, Inc., a Delaware corporation with principal offices located at 520 NW 165t" Street, Suite 201, Miami FL 33169 (the "Contractor") to provide for the administration, processing and receipt of payments associated with transporting Emergency Medical Service (EMS) patients on behalf of the City of Tamarac Fire Rescue Department. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, conditions of Request for Proposals (RFP) 04-14R `Medical Billing Services!', (General Terms and Conditions, Instructions to Offerors, and Statement of Work), all addenda issued prior to, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. 2) The Work The Contractor shall perform all work for the City required by the contract documents as set forth below: a) Contractor shall furnish all labor, materials, and equipment necessary to administer, process, and receive payments associated with transporting EMS patients as specified in RFP 04-14R. b) Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. c) Contractor 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. d) Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. f of Tamarac 3) Insurance and Contracts Division Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4) Contract Term The contract term begins October 1, 2004 and shall continue for a three (3) year period, with two (2) additional two-year renewal terms based upon satisfactory performance and mutual agreement of both parties. The entire term of the contract shall not exceed seven (7) years. 5) Contract Sum The contract sum shall be a flat fee percentage of seven percent (7%) of collections of non -Medicaid accounts computed by incident month, plus $150.00 per month for Medicaid accounts billed. Costs are less a "Lock -box" credit of $200.00 per month. Price includes but is not limited to all materials, postage and phone costs. Contractor retains the right to pass on to City any significant postage increase; said increase being determined by any increase in the cost of first class postage by the U.S. Postal Service. Costs also include $1.00 charge per transport at current transport level for optional mailing of HIPAA Privacy Notices sent with initial invoice of all transported/billed patients. 6) Payments The City shall pay the Contractor monthly for Work performed as outlined in the Statement of Work and upon receipt of an approved invoice. 7) Indemnification To the fullest extent permitted by laws and regulations, Contractor shall indemnify, defend, save and hold harmless the City, its officers, elected officials, agents and employees from any and all claims, damages, losses, liabilities and expenses, direct, indirect, consequential or inconsequential, arising out of or alleged to have arisen out of the products, goods or services furnished by, or the operations of, Contractor or its subcontractors, agents, officers, employees or independent contractors pursuant to the Contract, specifically including, of Tamarac Purchasing and Contracts Division but not limited to, those caused by or arising out of the following conditions: (a) any act, omission or default of the Contractor and/or its subcontractors, agents, servants or employees in the provision of the goods and/or services under the Contract; (b) any and all bodily injuries, sickness, disease or death; (c) injury to or destruction of tangible property, including the loss of use resulting therefrom; (d) the use of any improper materials; (e) a defective condition in any goods provided pursuant to the Contract, whether patent or latent; (f) the violation of any federal, state, county or municipal laws, ordinances or regulations by Contractor, its subcontractors, agents, servants, independent contractors or employees; (g) the breach or alleged breach by Contractor of any term, warranty or guarantee of the Contract. The Contractor 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. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. Sear n 7 Revision Accepted by: Initials Date 8) Non -Discrimination (Doug Sharnon) The Contractor agrees that it shall not discriminate against any of its employees or applicants for employment because of their age, handicap, race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non-discrimination. The Contractor further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 9) Independent Contractor Contractor is an independent Contractor under this Agreement. Personal services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the Contractor. 10) Administrative Delegation To the extent necessary to fulfill its billing efforts under the Agreement, Contractor is authorized to sign in an administrative capacity for the City the following types of standard forms and correspondences only. probate filing; letters to patients or their representatives verifying that an account is paid in full; forms verifying the tax-exempt status of the City; and insurance filings and related forms. The Contractor has no authority to sign any document that imposes liability upon the City of Tamarac. of Tamarac 11) Assignment and Subcontracting and Contracts Division Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the City. 12) 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, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR Brad Williams Vice President — Finance Advanced Data Processing Inc. 520 NW 165th Street, Suite 201 Miami FL 33169 PH: 305-459-0658 13) Termination This Agreement may be terminated by City or Contractor for cause, or by the City for convenience, upon thirty (30) calendar days of written notice by the terminating party to the other party, in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the City against loss pertaining to this termination. Default by Contractor: In the event Contractor shall default in any of the terms, obligations, restrictions or conditions in any of the Proposal documents, City shall give written notice of default to Contractor by certified mail, return receipt requested, and such default shall be corrected, or the actions to begin correction of said default, shall commence within thirty (30) calendar days of the date of said notice. 14) Uncontrollable Forces Neither the City nor Contractor 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. r of Tamarac MM Purchasing and Contracts Division 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 non -performing party. It includes, but is not limited to fire, flood, earthquakes, storms lightning, epidemic, war, riot, civil disturbance, sabotage, terrorism and governmental actions. Neither party shall, however, be excused from performance if non-performance is due to forces that are preventable, removable, or remediable nor which the non -performing party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The non -performing 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. 15) 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. 16) 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. 17) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 18) 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. 19) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. 5 !�- of ' 31''�::Dr;-g+': .� r.7,�7Lt E177i7 (3i1{i ��Ulit,n,40,!� 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 Advanced Data Processing, Inc., signing by and through its President, duly authorized to execute same. ATTEST: :% Marion Swensoh, CIVIC City Clerk �(13A10Y Date CITY OF TAMARAC 496 Schreiber, Mayor Date C Jeffrey L. Miller, City Manager Date Date 9 nd Iqg'al sufficiency: ATTEST: AdvLA,--� - anced Data Processing, Inc. Company am 'r (Ccffporate Secretary) Sig6afdre 61 President Greg Elliot Type/Print Name of Corporate Secy. Doug Shamon Type/Print Name of President Daly 13, 10N (CORPORATE SEAL) Date _.._.._ ............ CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA :SS COUNTY OFI�in.A'n 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 Doug Shamon, President of Advanced Data Processing, Inc., a Delaware 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 �1 �' , 2004. j 11 )v• 21'=s- ow/ Sigfiature of Notary Public i D.arrylM.Har�g State of Florid at Large Gem Commission #k DDI265-06 r ^� A a: 1kPuzs June 27, 2Q06 �(A�k�t ` T(�% U ,.a ru Bonded Th Atlantic Bcnd;ngCo„Wc. 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. Client#• 15220 ADV ADAT ACOR& CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 10/10/03 PRODUCER Wachovia Insurance Services RECE.IVEL" THIS CERTIFICATE 13 ISSUED AS A MATTER OF INFORMATION QN LYAND CONFERS NO RIGHTS UPON THE CERTIFICATE 4401 Northside Pkwy Suits 400 CITY (,! i,'-`'.�j 11,1 i-JIWLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Atlanta, GA 30327-3078 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ((jj INSURERS AFFORDING COVERAGE NAIC 8 770 850-0050 3 MUT 15 P� INSURED ADPI Holding, Inc. I I f ).s RA: FCCI Insurance Company Illinois Union Insurance Advanced Data Processing, Inc. ► � Y ER B: Company XI INSURER C: 520 NW 165th Street Road; Suite 201 INSURERD: Miami, FL 33169-6303 INSURER E: nnveown�� i — rvu�,iCa yr irvaurakNLt Us I tU tlt:LUW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR N R TYPE OF INSURANCE POLICY NUMBER P ATE Y EFFECTIVE (MuMnArvi POLICY EXPIRATION UMRS A X CENERAL UAetUTY COMMERCIAL GENERAL LIABILITY CLAIMS MADE D OCCUR CPP0001 S65 10/10/03 10/10/04 EACH OCCURRENCE $1 000 000 DAMAGE TO RENTED n MED EXP (Any one person) S10Q QQQ $5 000 PERSONAL & ADV INJURY $1 000 0OO GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY 7PRO- JECT LOC PRODUCTS - COMP/OP AGG $2 000 000 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIREDAUTOS NON -OWNED AUTOS Hired Card PD CA0002425 I*S of Re $100 Comp. $250 Coll 10/10/03 /�,.� [J / 10/10/04 ' 0 COMBINED SINGLE LIMrr (Ea accident) $1,000,000 BODILY INJURY (Per p Person) $ X BODILY INJURY (Per accident) $ X X PROPERTY DAMAGE (Peraccident) $ Deductibles A A B GARAGE LIABILITY ANY AUTO EXCESS/UMBRELLA LIABILITY X OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $$10 Q00 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNERIEXECUTIVE OFFICEWMEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below OTHER Errors & Omissions waAUTO UMB00001097 001 WCO2AS1763 BM120009844 10/10/04 10/10/04 10 0/0/04 ONLY- EA ACCIDENT S OTHER THAN EA ACC IS AUTO ONLY: AGG EACH OCCURRENCE S $2 00Q 000 10/10/03 10/10/03 AGGREGATE s2.000.000 a S WC STATU- OTH- _LIMITS E.L. EACH ACCIDENT S $500 000 E.L. DISEASE - EA EMPLOYEE $500,000 E.L. DISEASE - POLICY LIMIT Limit: $2,000,000 Retention: $25,000 s500.000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS TE HOLDER CANCELLATION City of Tamarac Attn: Jeffrey L. Miller, City of Manager 7525 N.W. 88th Avenue Tamarac, FL 33321 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL _-AD— DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO $O SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR AU HORQED REPRESENTATIVE ff ACORD 25 (2001/08) 1 of 2 #S173187JM173156 MJJ 0 ACORD CORPORATION 1988 No Text Temp. Reso. #11237 June 21, 2007 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2007-1,Q-(,:2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE THE FIRST RENEWAL OPTION AGREEMENT WITH ADVANCED DATA PROCESSING, INC. TO PROVIDE FOR THE ADMINISTRATION, PROCESSING AND RECEIPT OF PAYMENTS ASSOCIATED WITH TRANSPORTING EMERGENCY MEDICAL SERVICE (EMS) PATIENTS ON BEHALF OF THE CITY OF TAMARAC FIRE RESCUE DEPARTMENT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Tamarac Fire Rescue is required to provide basic and advanced life support services to the citizens and visitors of the City of Tamarac and to properly invoice and collect fees from the patients who utilize these services; and WHEREAS, Tamarac Fire Rescue transports an estimated 6,200 patients per year, which generates an average of approximately $1.8 million in gross revenue annually; and WHEREAS, as a result of Request for Proposal, RFP 04-14R, the City Commission approved Resolution R-2004-180, a copy of which is on file with the City Clerk's Office, awarding a contract to Advanced Data Processing, Inc. for medical billing services; and WHEREAS, the existing contract will expire on September 30, 2007; and WHEREAS the existing contract contains a provision for two additional two (2) year renewal options; and WHEREAS the City wishes to exercise the first two (2) year renewal option to the Agreement; and Temp. Reso. #11237 June 21, 2007 Page 2 WHEREAS, Advanced Data Processing, Inc. has agreed to the terms and conditions of the first renewal option, as evidenced by Agreement Amendment #1, attached hereto as Exhibit 1; and WHEREAS, it is the recommendation of the Fire Chief and the Purchasing and Contracts Manager to execute Agreement Amendment #1 (Exhibit 1) with Advanced Data Processing, Inc. for a two (2) year term effective October 1, 2007 through September 30, 2009, with one (1) additional two-year renewal option remaining, for a total renewal contract term not to exceed four (4) years; and WHEREAS, the City Commission deems it to be in the best interest of the citizens and residents of the City of Tamarac to execute a renewal agreement with Advanced Data Processing, Inc. NOW, THEREFORE, BE IT RESOLVED BY THE CITY 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 upon adoption hereof. SECTION 2: the appropriate City officials are hereby authorized to execute Agreement Amendment #1 (Exhibit 1) between the City of Tamarac and Advanced Data Processing, Inc. to provide administration, processing and receipt of payments associated with transporting Emergency Medical Service (EMS) patients on behalf of the City of Tamarac Fire Rescue Department. SECTION 3: That all Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: 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. 1 1 F Temp. Reso. #11237 June 21, 2007 Page 3 SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 10A day of JL) , 2007. ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. *TH ANSBAUM-TALASISCO MAYOR RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO DIST 1: COMM. PORTNER DIST 2: COMM. ATKINS-GRAD DIST 3: V/M SULTANOF DIST 4: COMM. DRESSLER f mc' !: ing Division AGREEMENT AMENDMENT #1 BETWEEN THE CITY OF TAMARAC AND ADVANCED DATA PROCESSING, INC. The City of Tamarac, a municipal corporation, with principal offices located at 7525 NW 88th Avenue, Tamarac FL 33321 (CITY), and Advanced Data Processing, Inc., a Delaware corporation with principal offices located at 520 NW 165th Street, Suite 201, Miami FL 33169 (the "Contractor") agree to amend the original Agreement dated August 25, 2004 to provide for the administration, processing and receipt of payments associated with transporting Emergency Medical Service (EMS) patients on behalf of the City of Tamarac Fire Rescue Department as follows: Per the terms of Section 4, Contract Term, of the original Agreement dated August 25, 2004, the City and Advanced Data Processing, Inc., exercise the first renewal option for the term October 1, 2007 — September 30, 2009. Upon completion of this term, the CITY and Contractor reserve the right to exercise one (1) additional two (2) year renewal option based upon satisfactory performance and agreement of both parties. All other provisions of the original agreement remain in effect as written. Remainder of Page Intentionally Blank U:\RENEWAL AMENDS & ADDENDA\ADP Renewals\Advanced Dato Processing Renewal 20U7.doc r of Tarp afac• Pinch,-gsrnq 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 Advanced Data Processing, Inc., signing by and through its President, duly authorized to execute same. ATTEST: Marion Swenson MC City Clerk ; DSte " �.. ATTEST: (Corporate Secretary) Type/Print Name of Corporate Secy. CITY OF TAMARAC y A�YAWVI&�- ,4 eth Flans aum-Talabisco, Mayor J D tI(, Jeffrey bMilr6r, City Manager -)I I (o D to as t6/formpnd legal sufficiency: ADVANCED DATA PROCESSING, INC. Company Name r / ---2 j ?� � Sig rature o resident Doug Shaman Type/Print Name of President Jur%e- le, zoo-7 Date U:\RENEWAL AMENDS & ADDENDA\ADP Renewals\Advanced Data Processing Renewal 2007.doc 0 € f Tarrt�)t�ar, Purd? rsirary ano Contrgfs Division CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA :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 Doug Shamon, President of Advanced Data Processing, Inc., a Delaware 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. /?-w WITNESS my hand and official seal this(, / day of Fyn e 2007. Signature of Notary Public State of Florida at Large Glid-Y . 6�rdh e-r Print, Type or Stamp Way PuOrw °M � - Swe at Fbdth Name of Notary Public Corrr+"M Expires Mw t2, 2= Conrrrssb IDD429111 I Er Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or ❑ DID NOT take an oath. 1 TR11687 September 4, 2009 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2009 -/3 2-- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE THE SECOND RENEWAL OPTION AGREEMENT WITH ADVANCED DATA PROCESSING, INC. (ADPI) TO PROVIDE FOR THE ADMINISTRATION, PROCESSING AND RECEIPT OF PAYMENTS ASSOCIATED WITH TRANSPORTING EMERGENCY MEDICAL SERVICE (EMS) PATIENTS ON BEHALF OF THE CITY OF TAMARAC FIRE RESCUE DEPARTMENT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Tamarac Fire Rescue is required to provide basic and advanced life support services to the citizens and visitors of the City of Tamarac and to properly invoice and collect fees from the patients who utilize these services; and WHEREAS, Tamarac Fire Rescue transports an estimated 6,200 patients per year, which generates an average of approximately $1.85 million in gross revenue annually; and WHEREAS, as a result of Request for Proposal, RFP 04-14R, the City Commission approved Resolution R-2004-180 and renewal Resolution R-2007-106 (copies are on file with the City Clerk's Office) awarding an initial and first renewal contract to Advanced Data Processing, Inc. for medical billing services; and WHEREAS, the existing contract will expire on September 30, 2009; and WHEREAS the existing contract contains a provision for one additional two (2) year renewal option; and WHEREAS the City wishes to exercise the second two (2) year renewal option to the Agreement; and TR11687 September 4, 2009 Page 2 WHEREAS, Advanced Data Processing, Inc. has agreed to the terms and conditions of the first renewal option, as evidenced by Agreement Amendment #2, attached hereto as Exhibit A; and WHEREAS, it is the recommendation of the Interim Fire Chief and the Purchasing and Contracts Manager to execute Agreement Amendment #2 with ADPI for a two (2) year term effective October 1, 2009 through September 30, 2011; and WHEREAS, the City Commission deems it to be in the best interest of the citizens and residents of the City of Tamarac to execute a renewal agreement with Advanced Data Processing, Inc. NOW, THEREFORE, BE IT RESOLVED BY THE CITY 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 upon adoption hereof. SECTION 2: the appropriate City officials are hereby authorized to execute Agreement Amendment #2 (Exhibit A) between the City of Tamarac and Advanced Data Processing, Inc. to provide administration, processing and receipt of payments associated with transporting Emergency Medical Service (EMS) patients on behalf of the City of Tamarac Fire Rescue Department. SECTION 3: That all Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: 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. TR11687 September 4, 2009 Page 3 SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 3 day of JJ,?y-� - , 2009. ATTEST: i MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. MUEL S. GOFtN CITY ATTOR EY 1 BETH FLAN BAUM- ALABISCO MAYOR RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALASISCO DIST 1: COMM BUSHNELL DIST 2: VM ATKINS-GRAD— DIST 3: COMM. GLASSER DIST 4: COMM. DRESSLER _— VIA FEDERAL EXPRESS September 2, 2009 Mr. Keith K. Glatz, CPPO Purchasing and Contract Manager 7525 N.W. 88t" Avenue Tamarac, Florida 33321-2401 intermedix 6451 N. Federal Highway Suite 1002 Ft. Lauderdale, FL 33308 Re: Agreement Amendment #2 between the City of Tamarac and Advanced Data Processing, Inc. Dear Mr. Glatz: Enclosed please find two copies of the above referenced Amendment along with a Certificate of Insurance. Once signed by your City officials, please send a fully executed copy to my attention for our file. Yours truly, Cindy Gardner Assistant to the President Enclosures (2) Phone 954.308,8700 Fax 954.308.8725 City of Tamarac Purchasing Division AGREEMENT AMENDMENT 92 BETWEEN THE CITY OF TAMARAC AND ADVANCED DATA PROCESSING, INC The City of Tamarac, a municipal corporation, with principal offices located at 7525 NW 88th Avenue, Tamarac FL 33321 (CITY), and Advanced Data Processing, Inc., a Delaware corporation with principal offices located at 520 NW 165th Street, Suite 201, Miami FL 33169 (the "Contractor") agree to amend the original Agreement dated August 25, 2004 to provide for the administration, processing and receipt of payments associated with transporting Emergency Medical Service (EMS) patients on behalf of the City of Tamarac Fire Rescue Department as follows: The corporate name of Advanced Data Processing, Inc. shall be amended to reflect a name change to Advanced Data Processing, Inc. — Intermedix. Per the terms of Section 4, Contract Term, of the original Agreement dated August 25, 2004, the City and Advanced Data Processing, Inc., exercise the second renewal option for the term October 1, 2009 -- September 30, 2011. All other provisions of the original agreement remain in effect as written. Remainder of Page Intentionally Blank C:\Documents and Settings\keithg\Local Settings\Temporary Internet Files\Content_Outlook\P5N7YTMC\Advanced Data Processing Renewal 2009.doc City of Tamarac Purchasing 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 Advanced Data Processing, Inc., signing by and through its President, duly authorized to execute same. ATTEST: Marion Swenson, CIVIC City Clerk Date ATTEST: (Corporate Secretary) Greg-Eim &-a d w, I I, a m S Type/Print Name of Corporate Secy. (CORPORATE SEAL) CITY OF TA RAC Beth Flansbaum- a abisco, Kayor Date Jeffre , Mai-- r, City Manager S'�X�rn+ bL�/t-,, .23 , off- d 0 Date Apprqvqd as to fo and legal sufficiency: Sam I S. or ity Attorney gAa/n7 Date ADVANCED DATA PROCESSING, INC. Comp/any Name — <;�:2� Sign re of President Doug Shamon Type/Print Name of President Sep4evn�er 1, ;zUtiH Date CADocuments and Settings\keithg\Local Settings\Temporary Internet Files\Content.Outlook\P5N7YTMC\Advanced Data Processing Renewal 2009.doc City of Tamarac Purchasing Division CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA //22 :SS COUNTY OF I3r0todl-d 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 Doug Shamon, President of Advanced Data Processing, Inc., a Delaware 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. / 5f WITNESS my hand and official seal this. day 2Q09. Z Notary Public State of Florida Cindy R Gardner My Commission DD879720 Expires OS/12/2013 Sign ure of Notary Public State of Florida at Large Oindy R. 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. ACORM CERTIFICATE OF LIABILITY INSURANCE osoi/09D"YYY' PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Wells Fargo Insurance Services USA, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 4401 NOrthside Pk Suite 400 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR wy+ ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Atlanta, GA 30327-3078 770 850-0050 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURERA: St Paul Fire & Marine Insurance Co 24767 MCI Holdings, LLC INSURERS: The Standard Fire Insurance Company 19070 Advanced Data Processing, Inc. INSURER C 6451 North Federal Highway, Suite 1002 INSURER D: Fort Lauderdale, FL 33308 INSURER E: P`PIVCOAf:FC THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES- AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLAR MMPDO TION TM LIMITS A GENERAL LIABILITY TE06804556 06/30/09 06/30MO EACH OCCURRENCE $1 000 000 DAMAGE TO RENTEDncal $250000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE a OCCUR MED EXP (Any one person) $10 000 PERSONAL & ADV INJURY $1 000 000 GENERAL AGGREGATE s2,000.000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2 00O 000 PRO- RO-ECT F1 LOC POLICY 7 A AUTOMOBILE X LIABILITY ANY AUTO TE06804556 06/30/09 06/30110 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ X X HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG A EXCESSIUMBRELLA LIABILITY TE06804556 06/30109 06/30/10 EACH OCCURRENCE $5 000 000 X OCCUR O CLAIMS MADE AGGREGATE $5 000 000 $ DEDUCTIBLE 1XI $ RETENTION $10 000 B WORKERS COMPENSATION AND HCUB324OM13609 06/30/09 06/30/10 STAa)U- O R X AMP EMPLOYERS' LIASILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT s500 000 E.L. DISEASE- EA EMPLOYEE $500,000 OFFICER/MEMBER EXCLUDED? ff s, describe under SPECIAL PROVISIONS below E-L. DISEASE - POLICY LIMIT $500 000 OTHER DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS If required by written agreement for the Named Insured's work, the City of Tamarac Is included as an additional insured under the general liability insurance. MULUr-K City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321-2401 LID ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10._ DAYS WRITTEN :E TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL iE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR AU OR D REPRESENTA' 7?�O ACORD 25 (2001/08)1 of 2 #S1511553/M7492141 ESE01 a ACORD CORPORATION 1998 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, not does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. AGUKU za-s (iuovos) 2 of 2 #S15115531M1492141 TR11839 June 8, 2010 Revision #1 —June 16, 2010 Revision #2 — June 16, 2010 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2010 -_D__1 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA APPROVING THE AMENDMENT AGREEMENT WITH ADVANCED DATA PROCESSING, INC. (DBA INTERMEDIX) AND AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE THE AMENDMENT AGREEMENT TO PROVIDE FOR THE ADMINISTRATION, PROCESSING AND RECEIPT OF PAYMENTS ASSOCIATED WITH TRANSPORTING EMERGENCY MEDICAL SERVICE (EMS) PATIENTS ON BEHALF OF THE CITY OF TAMARAC FIRE RESCUE DEPARTMENT; PROVIDING FOR CONFLICTS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Tamarac Fire Rescue is required to provide basic and advanced life support services to the citizens and visitors of the City of Tamarac and to properly invoice and collect fees from the patients who utilize these services; and WHEREAS, Tamarac Fire Rescue transports an estimated 6,200 patients per year, which generates an average of approximately $1.85 million in gross revenue annually; and WHEREAS, as a result of Request for Proposal, RFP 04-14R, the City Commission approved Resolution R-2004-180, Resolution R-2007-106, and Resolution R-2009-132, copies of which are on file with the City Clerk's Office, awarding an initial and two renewal contracts to Advanced Data Processing, Inc. for medical billing services; and WHEREAS, the second renewal (R-2009-132) of the existing contract will expire on September 30, 2011; and WHEREAS the City wishes to exercise an Amendment Agreement to replace TR11839 June 8, 2010 Revision #1 —June 16, 2010 Revision #2 -- June 16, 2010 Page 2 the current second, two (2) year renewal option to the original Agreement; and WHEREAS, Advanced Data Processing, Inc. has proposed changes to the terms and conditions of the current contract, providing an overall cost savings to the City and maintaining their performance, as evidenced by the Amendment Agreement, attached hereto as Exhibit A; and WHEREAS, it is the recommendation of the Fire Chief, Director of Finance and the Purchasing and Contracts Manager that the City Commission of the City of Tamarac approve and execute an Amendment Agreement (Exhibit A) with Advanced Data Processing, Inc. for a three (3) year term effective July 1, 2010 through June 30, 2013; and WHEREAS, the City Commission of the City of Tamarac deems it to be in the best interest of the citizens and residents of the City of Tamarac to approve and execute the Amendment Agreement with Advanced Data Processing, Inc. NOW, THEREFORE, BE IT RESOLVED BY THE CITY 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 upon adoption hereof. SECTION 2: The City Commission of the City of Tamarac hereby approves the Amendment Agreement with Advanced Data Processing, Inc. SECTION 3: The appropriate City officials are hereby authorized to execute an Amendment Agreement (Exhibit A) between the City of Tamarac and Advanced Data Processing, Inc. to provide administration, processing and receipt of payments associated with transporting Emergency Medical Service (EMS) patients on behalf TR11839 June 8, 2010 Revision #1 — June 16, 2010 Revision #2 -- June 16, 2010 Page 3 of the City of Tamarac Fire Rescue Department. SECTION 4: That all Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of-y'-R' 2010. ... r-l'y BETH TALABIS O; MAYOR ATTEST: RECORD OF COMMISSION VOI f.� MARION S NSON C MAYOR TALABISCO L %Vj•` CITY CLERK DIST 1: COMM. BUSHNE� DIST 2: COMM. ATKINS-GRAD DIST 3: COMM.GLASSER DIST 4: VM. DRESSLER I HEREBY CERTIFY that I have approved this RESOLUTION as to form. n CT—tt— fSAMUEL S. GOREN CITY ATTORNEY AGREEMENT BETWEEN CITY OF TAMARAC AND ADVANCED DATA PROCESSING, INC. (dba Intermedix) FOR RESCUE AMBULANCE BILLING AND RELATED PROFESSIONAL SERVICES THIS AGREEMENT ("AGREEMENT") is made and entered into this 2 4 of June, 2010 by and between the City of Tamarac, a political subdivision of the State of Florida, with principal offices located at 7525 NW 88' Avenue, Tamarac, FL 33321 ("CITY") and Advanced Data Processing, Inc. (dba Intermedix), a Delaware Corporation with principal offices located at 6451 North Federal Highway, Suite 1002, Fort Lauderdale, Florida 33308 ("CONTRACTOR"). RECITALS WHEREAS, CITY provides emergency medical services, including ambulance transport ("EMS") for residents and visitors in its jurisdiction, and charges for such services; and WHEREAS, CONTRACTOR provides billing, collection and related consulting services and equipment ("Contractor Services") for municipalities and other providers of EMS; and WHEREAS, the parties hereto now wish to enter into an agreement, pursuant to which the CONTRACTOR will render those professional services in connection with said project as defined in CONTRACTOR'S Agreement and hereinafter provided; AGREEMENT NOW THEREFORE, the parties hereto agree as follows: 1. ENGAGEMENT OF CONTRACTOR. During the term of this Agreement, except for accounts referred to a collection agency as provided herein, CONTRACTOR shall be exclusively responsible for the billing and collection of all charges and fees resulting from the delivery of EMS by CITY ("EMS Services"), including but not limited to all charges and fees to private insurers, Medicare, Medicaid, other governmental programs, individual patients and their responsible parties (collectively, "Payors") and; 2. SCOPE OF SERVICES. CONTRACTOR shall perform and carry out Contractor Services for EMS Services as specifically described in "EXHIBIT A — Scope of Services", which is attached hereto and incorporated herein by this reference. CITY reserves the right to request changes in the Scope of Services within CONTRACTOR's capabilities, which changes shall be implemented upon mutual written agreement of the parties specifying such changes and any change in compensation attributable thereto. 3. TERM. This AGREEMENT shall be effective for a three (3) year period from July 1, 2010 through June 30, 2013, unless terminated as provided in Section 12 below. This AGREEMENT CONTRACT FOR RESCUE AMBULANCE PAGE 'I AND RELATED PROFESSIONAL SERVICES shall renew automatically for two (2) additional one (1) year terms at the end of the initial term and each subsequent renewal term unless terminated as provided in Section 12 below. All terms and conditions hereof shall remain in full force and effect during any renewal term unless this Agreement is amended in writing. 4. COMPENSATION AND METHOD OF PAYMENT. 4.01. The CONTRACTOR shall be paid by CITY a monthly amount representing fees for CONTRACTOR's Services computed as follows: For EMS Services; (a) Five and Seventy-five one hundredths percent (5.75%) of all monies for non - Medicaid accounts collected by CONTRACTOR for EMS provided by CITY less refunds ("Net Collections"), plus (b) Eleven dollars ($11.00) per Florida Medicaid account, whether or not such account is ultimately paid by Florida Medicaid, plus (c) Seventy-five one -hundredths dollar ($0.75) per HIPAA-compliant Notice of Privacy Practices sent to patients as more specifically described in the Scope of Services (Exhibit A Scope of Services -EMS). Contractor reserves the right to increase these fees upon thirty (30) days written notice to CITY if postage is increased by the United States Postal Service, but only in an amount necessary to cover additional postage costs. Such increase shall not require agreement or consent by CITY. 4.02. CONTRACTOR shall submit the monthly invoices for fees for Contractor Services to City of Tamarac Fire -Rescue ATTN: Fire Rescue Administration, 6000 Hiatus Road, Tamarac, FL 33321. CITY shall issue a check for the amount invoiced, less any disputed amounts, within thirty (30) days of receipt of such invoice. In the event CITY disputes any part of the invoiced amounts, such dispute shall be raised in writing to CONTRACTOR within such thirty (30) day period or the invoice shall conclusively be deemed to be accurate and correct. CONTRACTOR shall respond to any such notice of dispute within thirty (30) days of receipt thereof. Any overdue amounts which are not the subject of a good faith notice of dispute shall accrue interest at the rate of twelve percent (12%) per annum. 4.03. If the Contractor Services being provided under this Agreement include CONTRACTOR collecting on behalf of CITY the charges and fees owed by third parties (e.g. insurers, Medicare, Medicaid, and other governmental programs, individual patients and their responsible parties) with respect to the delivery of EMS by CITY, then all amounts so collected by CONTRACTOR shall be deposited into a lockbox established by CONTRACTOR. CONTRACTOR agrees that it will be solely responsible for the cost of any and all lock -box and/or remote deposit services. CITY, should it elect to participate in any credit card acceptance program, agrees to assume and be responsible for all costs associated with such program. All other costs incurred by CONTRACTOR in the performance of Contractor Services as specified herein (including, but not limited to postage, materials, communications and phone costs and other operating costs) shall be assumed by CONTRACTOR. CONTRACT FOR RESCUE AMBULANCE PAGE 2 AND RELATED PROFESSIONAL SERVICES 5. SYSTEM ACCESS AND SUPPORT. 5.01 Access to IMX Billing System. CONTRACTOR's access to the hosted IMX billing system shall be subject to and in accordance with the terms of "EXHIBIT B - Web Hosting Agreement". 5.02 Customer Support and Training. Customer support and training will be provided subject to and in accordance with the terms of "EXHIBIT A — Scope of Services". 6. INDEPENDENT CONTRACTORS. CONTRACTOR is an independent contractor of CITY and not an employee or agent of CITY with the following exception: To the extent necessary to fulfill its billing and collection efforts under this AGREEMENT, CONTRACTOR is authorized to sign in an administrative capaCity for CITY the following types of standard forms and correspondence only: probate filings; letters to patients or their representatives verifying that an account is paid in full; forms verifying the tax-exempt status of CITY; and insurance filings and related forms. The CONTRACTOR has no authority to sign any document that imposes any additional liability on CITY. CONTRACTOR shall retain full control over the employment, direction, compensation and discharge of all persons assisting in the performance of Contractor Services. CONTRACTOR shall be fully responsible for all matters relating to payment of its employees, including compliance with Social Security, withholding tax and all other laws and regulations governing such matters. CONTRACTOR shall be responsible for its own acts and those of its agents and employees during the term of this AGREEMENT. 7. INDEMNIFICATION. CONTRACTOR shall indemnify and hold CITY harmless from any and all claims, damages, losses and expenses, including but not limited to reasonable attorney fees and costs at both the trial court and appellate levels, arising out of third party claims, but only if and to the extent caused directly and proximately by the willful misconduct or the negligent acts or omissions of CONTRACTOR or its employees, agents, representatives, consultants, or its subcontractors with respect to the performance of the Contractor Services under this Agreement. 8. LIMITATION ON LIABILITY. Notwithstanding anything contained in this agreement to the contrary, (i) in no event shall CONTRACTOR be liable to CITY for any special, indirect, incidental, punitive or consequential damages (including lost profits) even if advised of the possibility of such damages, and (ii) CONTRACTOR' total cumulative liability will be limited to the sum of the fees and compensation actually received by CONTRACTOR pursuant to this agreement during the twelve (12) months immediately preceding the event giving rise to the liability. The foregoing limitations apply to all liabilities and damages in any way arising out of this agreement, or CONTRACTOR's performance or nonperformance thereunder, whether based on breach of contract, warranty, tort, product liability, strict liability, or any other theory of liability. In connection with any purchase, licensing, or sale of products, contractor disclaims all express and implied warranties, including, but not limited to, the implied warranties of title, merchantability and fitness for a particular purpose. This section 8 shall survive the expiration or termination of this agreement. This limitation on liability shall not apply to the third party claims for which CONTRACTOR is required to indemnify CITY as set forth in section 7 above. CONTRACT FOR RESCUE AMBULANCE PAGE 3 AND RELATED PROFESSIONAL SERVICES 9. INSURANCE. CONTRACTOR shall procure and maintain for the duration of the AGREEMENT, the following insurance coverage: 1) Workers' Compensation Insurance in compliance with the applicable state and federal laws; 2) General Liability insurance in an amount no less than $1,000,000 per occurrence; 3) Coverage for business interruption, destruction of data processing equipment and media, liabilities affecting accounts receivable, and valuable documents in an amount no less than $100,000 aggregate; and 4) Liability coverage for all vehicles whether owned, hired or used in the amount of $500,000. For all coverages: each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to CITY. Contractor shall furnish CITY with certificates of insurance and with original endorsements effecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by CITY before work commences. CITY reserves the right to require complete, certified copies of all required insurance policies at any time. 10. CONFIDENTIALITY AND NON -SOLICITATION. 10.01 Agreement Content. The terms and conditions of this AGREEMENT are confidential and neither party shall release any of the terms hereof to any third party without the prior written consent of the other party, except to the extent necessary to comply with law (including Florida Public Records Law as set forth in Chapter 119, Florida Statutes), the valid order of a court of competent jurisdiction, or the valid order or requirement of a governmental agency. Notwithstanding the foregoing, either party may, without the prior written consent of the other party, disclose the existence of a contractual relationship between the parties. 10.02 Intellectual Property. CITY agrees that the equipment, computer hardware and software, billing and collection processing, and other related systems and equipment are the property and trade secrets of CONTRACTOR, and that CITY will not release any information regarding such trade secrets to any third party without the prior written consent of CONTRACTOR. CITY further agrees that, in connection with the use of certain data entry devices, CITY may gain access to the intellectual property of third parties. CITY understands and agrees that it may be required to enter into agreements with respect to such intellectual property in order to use such equipment. CITY agrees to enter into such arrangements at CONTRACTOR's request. CONTRACT FOR RESCUE AMBULANCE PAGE 4 AND RELATED PROFESSIONAL SERVICES 10.03 Non -Solicitation. For the term of this Agreement and for one (1) year after its termination, CITY shall not employ or hire any employee or former employee of CONTRACTOR who, pursuant to this Agreement, has had any contact with employees or representatives of CITY or has worked on CITY's accounts, without the prior written consent of CONTRACTOR. 11. ACCESS TO DOCUMENTS. The parties agree that during and after the term of this Agreement, each party shall have access to any and all documents, records, disks, and electronic data produced in the performance of this AGREEMENT and in the possession of the other party, as necessary to defend such party in litigation or to respond to investigations initiated by third parties, or for other legitimate business reasons. 12. ATTACHMENTS. The following named attachments are made an integral part of this AGREEMENT: (a) Scope of Services -EMS (Exhibit A attached hereto and made a part hereof); (b) Web Hosting Agreement (Exhibit B attached hereto and made a part hereof); (c) Business Associate Agreement (Exhibit C attached hereto and made a part hereof) 13. TERMINATION, 13.01 Events Triggering Termination. This Agreement shall be subject to termination under the following conditions. (a) Either CITY or CONTRACTOR may terminate this Agreement without cause upon three (3) months prior written notice to the other party. (b) If CONTRACTOR fails to materially perform any obligation required hereunder, and such default continues for thirty (30) calendar days after written notice from CITY specifying the nature and extent of the failure to materially perform such obligation, this Agreement shall terminate upon the expiration of said thirty (30) calendar day period. (c) If CITY fails to materially perform any obligation required hereunder, and such default continues for thirty (30) calendar days after written notice from CONTRACTOR specifying the nature and extent of the failure to materially perform such obligation, this Agreement shall terminate upon the expiration of said thirty (30) calendar day period. (d) Unless otherwise agreed upon by the parties, if CITY or CONTRACTOR shall apply for or consent to the appointment of a petition in bankruptcy, make a general assignment for the benefit of creditors, file a petition or answer seeking reorganization or arrangement with creditors, or take advantage of any insolvency, or if any order, judgment, or decree shall be entered by any court of competent jurisdiction on the application of a creditor or otherwise adjudicating either Party bankrupt or approving a petition seeking reorganization of either Party or appointment of a receiver, trustee or liquidator of either Party or all or a substantial part of its assets, this Agreement shall terminate automatically and immediately. 13.02 Rights Upon Termination. If this Agreement is terminated for any reason, including, without limitation, the breach of this Agreement by any Party, CONTRACTOR shall be CONTRACT FOR RESCUE AMBULANCE PAGE 5 AND RELATED PROFESSIONAL SERVICES entitled to recover when due and payable hereunder, all amounts owed to CONTRACTOR hereunder accrued but unpaid as of the date of termination. Following termination of this Agreement, for a period of ninety (90) days, CONTRACTOR, at its sole discretion and upon written notice to CITY of its election to do so, may continue its billing and collection efforts as to those accounts referred to CONTRACTOR prior to the effective date of termination, subject to the terms and conditions of this Agreement, for the fee set forth in Section 4.01 above. At the end of the foregoing period, CONTRACTOR shall return all records to CITY in the format requested by CITY, including CD, DVD, external hard drive, etc. and shall cooperate in the transition of the billing and collection services; provided, however, that CONTRACTOR may keep any copies of records in accordance with applicable law. For cases of default, the CONTRACTOR shall be given opportunity to cure the default within the allotted period following such written notice. In the event the acts constituting default are a violation of law, CONTRACTOR shall be subject to immediate termination of Agreement. The expiration or termination of this Agreement, for whatever reason, will not discharge or relieve either party from any obligation which accrued prior to such expiration or termination, will not relieve either party that has breached this Agreement from liability for damages resulting from such breach and will not destroy or diminish the binding force and effect of any of the provisions of this Agreement that expressly, or by reasonable implication, come into or continue in effect on or after expiration or termination hereof. 14. UNCONTROLLABLE FORCES. Except for CITY's obligation to pay, when due, the fees and compensation owed to CONTRACTOR, neither CITY nor CONTRACTOR 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 non -performing party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, terrorism and governmental actions. Neither party shall, however, be excused from performance if non-performance is due to forces that are preventable, removable, or remediable nor which the non -performing party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The non -performing 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. 15. JURISDICTION and VENUE. All questions pertaining to the validity and interpretations of this AGREEMENT shall be determined in accordance with the laws of Florida. Subject to the foregoing arbitration provisions, any legal action by either party against the other concerning this AGREEMENT shall be filed in Broward County, which shall be deemed proper jurisdiction and venue for the action. 16. REPRESENTATIONS. CITY and CONTRACTOR agree that this AGREEMENT constitutes a legal, valid and binding obligation for each party, enforceable against such party in accordance with its terms (subject always to applicable bankruptcy, insolvency, receivership and other similar laws relating to or affecting the enforcement of creditor's rights generally and CONTRACT FOR RESCUE AMBULANCE PAGE 6 AND RELATED PROFESSIONAL. SERVICES to general principles of equity). Further, CONTRACTOR and CITY warrant and represent to each other: that each (i) is duly formed and organized and validly existing under the laws of the jurisdiction of its formation, (ii) is properly qualified to do business and is in good standing under the laws of each jurisdiction in which it does business, (iii) has all necessary corporate or similar power and authority to execute and deliver this Addendum and to consummate the transaction contemplated hereby; and that this AGREEMENT, its execution and the fulfillment and compliance with the terms and conditions hereof, do not violate or conflict with any provision of or result in any breach of or default under any (i) organizational documents of each party, (ii) law or judicial, award, or similar decree, or (iii) agreement, to which CITY or CONTRACTOR, for CONTRACTOR's representations and warranties, or CITY, for CITY's representations and warranties, are bound. 17. EXPORT LAWS. CITY shall comply with all then current export laws and regulations of the U.S. Government and the government of the country in which CITY receives delivery of the Licensed Software which pertain to the Licensed Software. 18. ASSIGNMENT OF AGREEMENT. Except to a parent, subsidiary, or affiliate, CONTRACTOR shall not sell, transfer, assign this AGREEMENT, or of its right, title or interest therein, without the express prior written consent of CITY. 19. NOTICES. Any notice given or required to be given under this Agreement shall be in writing and shall be addressed to the parties hereto at the addresses set out below. Any such notices shall be deemed to have been given (i) if mailed, then three (3) days following the date such notice is placed in the United States mail in a postage paid wrapper, registered or certified with return receipt requested, addressed to the appropriate party at the address set forth above for such Party, or to the last address provided in writing to the other party by the addressee, or (ii) if by any other method, when actually received. Either party may change its address for the purpose of this Agreement by notice in writing to the other party in accordance herewith, To CITY: City of Tamarac ATTN: Fire Rescue Department 6000 Hiatus Road Tamarac, FL 33321 To the CONTRACTOR: Brad Williams Vice President, Finance Advanced Data Processing, Inc. 6451 North Federal Highway, Suite 1002 Fort Lauderdale, Florida 33308 CONTRACT FOR RESCUE AMBULANCE PAGE 7 AND RELATED PROFESSIONAL SERVICES 20. SEVERABILITY. Should any part, term or provision of this AGREEMENT be by the courts decided to be illegal or in conflict with any applicable law, the validity of the remaining portions or provisions shall not be affected thereby. 21. ENTIRE AGREEMENT. This AGREEMENT contains the entire agreement between the parties. CONTRACTOR represents that in entering into this AGREEMENT it has not relied on any previous oral and/or implied representations, inducements or understandings of any kind or nature. This Agreement may be amended only in writing signed by the parties. 22. ATTORNEYS FEES_ Should either party institute any action or procedure to enforce this Agreement or any provision hereof, or for damages by reason of any alleged breach of this Agreement or of any provision hereof, or for a declaration of rights hereunder (including, without limitation, arbitration), the prevailing party in any such action or proceeding shall be entitled to receive from the other party all costs and expenses, including without limitation reasonable attorneys' fees, incurred by the prevailing party in connection with such action or proceeding. CONTRACT FOR RESCUE AMBULANCE PAGE 8 AND RELATED PROFESSIONAL SERVICES IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its Principal, duly authorized to execute same. CITY OF TAMARAC Beth Flans ba im-Talabisco, Mayor Date ATTEST: Jeffrey L. Mil r Ci Manager fvtarwn _wenson, Date: 7 1 iz . N1 Date " (CORPORATE SEAL) STATE OF FLORIDA BROWARD COUNTY Approved as to form and legal sufficiency: IV Samuel S. Goren, City Attorney CONTRACTOR: Advanced Data Processing, Inc. A Delaware Corporation oug Shamon, President BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared Doug Shamon, as President of Advanced Data Processing, Inc., a Delaware corporation, and acknowledged execution of the foregoing AGREEMENT for the use and purposes mentioned in it and that the instrument is the act and deed of the Contractor. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at 14�r-dalc in the State and City aforesaid on .Tu l9 , 2010 Notary Pub State Florida My Co mi sion expires. 5I I /3 CONTRACT FOR RESCUE AMBULANCE AND RELATED PROFESSIONAL SERVICES R Notary Public State of Florida Cindy R Gardner My Commission DD879720 Expires 05/1212013 PAGE 9 Exhibit A Scope of Services -EMS Base Services and Obligations: A. CONTRACTOR shall provide complete medical billing and accounts receivable management services for CITY as described below. CONTRACTOR shall: 1. Prepare and submit all initial claims and bills for CITY promptly upon receipt thereof, and prepare and submit all secondary claims and bills promptly after identification of the need to submit a secondary claim. 2. Assist CITY in identifying all necessary documentation in order to process and bill the accounts. 3. Direct all payments to a lockbox or bank account designated by CITY, to which CITY alone will have signature authority. 4. Pursue appeals of denials, partial denials and rejections when deemed appropriate by CONTRACTOR. 5. Respond to and follow up with all Payors and respond to all messages or inquiries from a Payor. 6. Provide appropriate storage and data back-up for all records pertaining to CITY's bills and collections hereunder, accessible to CITY at all reasonable times. 7. Maintain records of all services performed and all financial transactions. 8. Meet, as needed, with representatives of CITY to discuss results, problems and recommendations. 9. Provide any CITY -designated collection agency with the data necessary for collection services to be performed when an account is referred to such agency. 10. Ensure that all required documentation and agreements with Payors (e.g. Medicare, Medicaid, Champus, etc.) are filed and maintained and that CITY is kept apprised of important changes to industry regulations. 11. Provide reasonably necessary training periodically, as requested by CITY, to CITY's emergency medical personnel regarding the gathering of the necessary information and proper completion of run tickets. 12. Utilize up-to-date knowledge and information with regard to coding requirements and standards, to compliance with applicable federal, state and local regulations. 13. Reconcile the number of transports processed with those received 14. Provide a designated liaison for patient and other Payor concerns. CONTRACT FOR RESCUE AMBULANCE PAGE10 AND RELATED PROFESSIONAL SERVICES 15. Provide a toll free telephone number for patients and other Payors to be answered as designated by CITY. 16. Facilitate proper security of confidential information and proper shredding of all disposed materials containing such information. 17. Establish arrangements with hospitals to obtain/verify patient insurance and contact information. 18. Respond to any CITY or Payor inquiry or questions promptly 19. Maintain appropriate accounting procedures for reconciling all deposits, receivables, billings, patient accounts, adjustments and refunds. 20. Provide access to CITY for all requested information in order for CITY to perform appropriate and periodic audits. Reasonable notice will be given to CONTRACTOR for any planned audit and will be conducted during normal business hours of CONTRACTOR 21. Provide timely comprehensive reports in a mutually agreed upon format facilitating all required aspects of monitoring, evaluating, auditing and managing the services provided. 22. Process refund requests and provide CITY with documentation substantiating each refund requested. 23. Red Flag Rules - Intermedix acknowledges its obligations as your Business Associate under the requirements of the Identity Theft Red Flag Rules promulgated under the Fair and Accurate Credit Transactions Act of 2003 ("Red Flag Rules") found in 16 C.F.R. Part 681. In accordance with these obligations, we agree: • to ensure that our activities are conducted in accordance with reasonable policies and procedures designed to help detect, prevent, and mitigate the risk of identity theft; • to have in place policies, procedures, and training to help detect relevant Red Flags that may arise in the performance of services on your behalf; • that we will use reasonable efforts to help ensure that any agent or third party who performs services on our behalf in connection with your accounts, including a subcontractor, agrees to implement reasonable policies, procedures, and training designed to help detect, prevent, and mitigate the risk of identity theft; and • to alert you to any red flag incident of which we become aware and the steps we take to mitigate any potential security compromise that may have occurred, and provide a report of any threat of identity theft as a result of the incident. B. Specific Scope Compliance: 1. Assign billing patient numbers providing cross-reference to CITY's assigned transport numbers. 2. Maintain responsibility for obtaining missing or incomplete insurance information. 3. Provide accurate coding of medical claims based on information provided by CITY. CONTRACT FOR RESCUE AMBULANCE PAGE11 AND RELATED PROFESSIONAL SERVICES 4. Make recommendations for fee schedule changes and regularly advise CITY on changes in statutes and industry regulations. 5. Negotiate and arrange modified payment schedules for individuals unable to pay full amount when billed. 6. Retain all accounts for a minimum of twelve (12) months (unless otherwise specified by mutual agreement) and after (12) months turn over accounts for which no collection has been made (unless insurance payment is pending) to an agency designated by CITY. Notwithstanding the foregoing, no account shall be turned over for collection without CITY's consent. 7. Provide for facilities to permit real-time read only electronic look -up access by CITY to CONTRACTOR'S system to obtain patient data and billing information. 8. Maintain records in an electronic format that is readily accessible by CITY personnel and that meets all federal and state requirements for maintaining patient medical records. 9. Maintain daily deposit control sheets and original documentation 10. Create, implement and comply with a Compliance Plan consistent with the Compliance Program Guidance for Third Party Medical Billing Companies 63 FR 70138; (December 18, 1998) promulgated by the Office of Inspector General of the Department of Health and Human Services (OIG). 11. Provide HIPAA Privacy Notices to transported, billed patients as an insert into the initial billing notice mailed to these patients. C. CITY's Responsibilities and Obligations: 1. From each patient CITY who receives EMS from CITY ("Patient"), CITY shall use its best efforts to obtain and forward the following information ("Information") to CONTRACTOR: • The Patient's full name and date of birth • The mailing address (including Zip Code) and telephone number of the Patient or other party responsible for payment ("Guarantor") • The Patient's social security number • The name and address of the Patient's health insurance carrier, name of policyholder or primary covered party, and any applicable group and ID numbers • The auto insurance carrier's address and/or agent's name and phone number if an automobile is involved • The employer's name, address and Workers Compensation Insurance information if the incident is work related CONTRACT FOR RESCUE AMBULANCE PAGE 12 AND RELATED PROFESSIONAL SERVICES • The Patient's Medicare or Medicaid HIC numbers if applicable • The Patient's or other responsible parry's signed payment authorization and release of medical authorization form or other documentation sufficient to comply with applicable signature requirements • The call times, transporting unit, and crew members with their license level, i.e. EMT-B, EMT -I, or EMT-P • Odometer readings such that loaded miles may be calculated. • Any other information that CONTRACTOR may reasonably require to bill the Patient or other Payor. 2. CITY warrants that all information provided to CONTRACTOR shall be accurate and complete, to the best of its knowledge. CONTRACTOR shall have no obligation to verify the accuracy of such information, and CITY shall be solely responsible for such accuracy. CITY agrees to indemnify CONTRACTOR, its agents, and employees from any and all liabilities and costs, including reasonable attorneys' fees, resulting from (a) any inaccurate or misleading information provided to CONTRACTOR that results in the actual or alleged submission of a false or fraudulent claim or (b) any other actual or alleged violation of local, state or federal laws, including but not limited laws applicable to Medicare, Medicaid or any other public or private Payor or enforcement agency. 3. CITY will provide CONTRACTOR with necessary documents required by third parties to allow for the electronic filing of claims by CONTRACTOR on CITY's behalf. 4. CITY will provide CONTRACTOR with its approved billing policies and procedures, including fee schedules and collection protocols. CITY will be responsible for engaging any third party collection service for uncollectible accounts after CONTRACTOR has exhausted its collection efforts. 5. CITY will timely process refunds identified by CONTRACTOR for account overpayments. 6. CITY will cooperate with CONTRACTOR in all matters to ensure proper compliance with laws and regulations. 7. CITY will assure that all of its personnel involved in the delivery of EMS hold the licensure or certification required to perform such services, and are not excluded persons listed on the OIG exclusion list. CONTRACT FOR RESCUE AMBULANCE PAGE13 AND RELATED PROFESSIONAL SERVICES Exhibit B Web Hosting Agreement 1. License. CONTRACTOR grants to CITY a limited, non-exclusive and non -transferable license: (i) to access and use the CONTRACTOR'S proprietary IMX billing system software (the "Software") in executable code format via Internet connection to CONTRACTOR's hosting facility solely in support of the billing and collection with respect to the CITY's EMS services; and (ii) to use any associated end -user documentation provided by CONTRACTOR (the "Documentation") in support of CITY's authorized use of the Software. Except as expressly permitted herein, no express or implied license is granted to CITY to use, receive, reproduce, copy, market, sell, distribute, license, sublicense, lease, timeshare, or rent the Software or any component thereof. No modification of, or preparation of derivative works based on the Software or Documentation is permitted. CITY shall not disassemble, decompile, decrypt or reverse engineer the Software or in any way attempt to discover or reproduce source code for the Software, or any portion thereof. CITY shall not develop or license any third party programs, applications, tools or other products which interface or interact with the Software without the prior written consent of CONTRACTOR. CITY agrees not to remove the copyright, trade secret or other proprietary protection legends or notices which appear on or in the Software. The Software may incorporate software under license from a third party. If the third party requires CITY's notification of such use through an End User License Agreement ("EULA"), CONTRACTOR will provide such notification to CITY. In order to use the Software, CITY agrees to be bound by all EULA(s) provided at the time of delivery whether by hardcopy or displayed upon installation or use of the Software. CITY's use of the Software subsequent to such notice(s) shall constitute CITY's acceptance of the EULA(s). 2. Hosting of Application. CONTRACTOR shall establish and maintain a production version of the Software for CITY's use, including any necessary physical links to the Internet via an Internet service provider or through a direct Internet connection. The Software shall reside on a server or cluster of servers which are physically located at CONTRACTOR' place of business or at a third -party site that meet or exceed the following service level requirements: (i) 5 megabits connectivity with redundant connections to multiple tier-1 backbone providers (XO Communications and Time Warner Telecommunications) (ii) Dual Intel Xeon Processors; (iii) fault tolerant storage; (iv) and 24/7 site and server monitoring. The Software may reside on a server used for the applications of other CONTRACTOR customers. As of the date of this Agreement, the Software resides at a cluster of servers that are physically located in highly secure high-tech data centers in Austin, Texas and Houston, Texas. 3. Application Maintenance. CONTRACTOR shall maintain the Software so that it is available for access by CITY. CONTRACTOR shall implement commercially reasonable procedures regarding application management, load balancing, back-up, recovery, file and disk space utilization management, and data security to ensure that the most recent version of the Software resides on the server or may be reinstalled without undue delay. The Software shall be capable of continuous operation 99.9% of the time, other than for interruptions due to service maintenance and upgrades, system failure, system back-up and recovery and for causes beyond CONTRACTOR's reasonable control. CONTRACTOR will ensured the availability of qualified engineers around the clock, ready to intervene should the need arises 365 days per year and 24 hours a day. 4. Internet Access. CITY shall be responsible for providing its own Internet access, and in no event shall CITY be provided with direct access (by modem or otherwise) to the Software server, other than access that is available to third parties generally through the Internet. The CONTRACT FOR RESCUE AMBULANCE AND FIRE BILLING PAGE 14 AND RELATED PROFESSIONAL SERVICES parties acknowledge that, since the Internet is neither owned nor controlled by any one entity, CONTRACTOR makes no guarantee that any given user will be able to access the Software at any given time. There are no assurances that access will be available at all times and uninterrupted, and CONTRACTOR shall not be liable to CITY for its inability to access the Software. S. Limitation of Access to Software. CITY's right to access and use the Software will vary depending upon the scope of the Contractor Services being provided by CONTRACTOR. By way of example, if CONTRACTOR is responsible for inputting CITY's data, CITY's access to the Software will not include the ability to input, delete, or otherwise change such data. Moreover, access to data shall be limited to the employees, representatives and agents of CONTRACTOR and the authorized personnel of CITY. A complete and signed access form for each of CITY's personnel authorized to access the Software must be submitted to and approved by CONTRACTOR. 6. Statistical Reporting. Statistical and financial data reports will be available on the Software at all times that the Software is available. The format and content of the statistical data will be established and defined by CONTRACTOR and such reports may be added, modified or deleted without notice to CITY. Notwithstanding the foregoing, CITY may request that specific, custom reports be made available to it at an additional charge to be negotiated between CONTRACTOR and CITY. 7. Acknowledgement with Respect to Reports. With respect to each report generated by the Software, CITY acknowledges and agrees: (a) Such report represents a "snapshot" of a moment in time, and, as such, the snapshot may not be accurate with respect to financial results on the whole. (b) The underlying data may be subject to correction from time -to -time, which may change the results of the report or its interpretation. (c) The data represented in the report constitutes only a limited portion of all data available regarding CITY's business. Accordingly, any particular report may not accurately represent the CITY's then -current or future financial condition. 8. Security. CITY acknowledges that it is solely responsible for providing security software, including without limitation, firewalls and similar applications, to prevent unauthorized access to its computer systems. CONTRACTOR shall use commercially reasonable efforts to maintain the security of the Software, but shall not be responsible for the CITY's loss or dissemination of passwords or other breaches beyond CONTRACTOR's reasonable control. 9. Data protection. CONTRACTOR addresses customer privacy issues very seriously. CONTRACTOR agrees that it will not use or make available any personally identifiable information other than administering the client's account and collecting usage statistics in order to improve CONTRACTOR's products and service specifications. During the term of this Agreement and after termination or expiration of this Agreement, CONTRACTOR will not in any way transfer to any third party or use in direct or indirect competition with CITY any information or data posted by or for the benefit of CITY on CONTRACTOR's website and acknowledges that all such information is confidential ("Confidential Information"), Confidential Information includes, but is not limited to, the terms and conditions of this Agreement, technical information, price lists, data and business plans. Confidential Information is the exclusive property of the disclosing party and may be used by the receiving party solely in the performance of its obligations under this Agreement. CONTRACTOR acknowledges that its handling of CONTRACT FOR RESCUE AMBULANCE AND FIRE BILLING PAGE 15 AND RELATED PROFESSIONAL SERVICES information on behalf of client is or may be subject to federal, state or local laws, rules, regulation and restrictions regarding the privacy of consumer information. CONTRACTOR agrees to comply with all of such laws, rules, regulations and restrictions at its sole cost and expense. This Confidential Information section and all obligations contained therein will survive any termination or expiration of this Agreement. 10. Service disruption caused by customer actions. Although through there are limitations on the manipulation of critical server configuration files, server settings, etc., a customer is allowed, CONTRACTOR shall not be liable for service outages caused by direct customer actions. 11. Supplemental Indemnification (a) To the extent permitted by law and subject to the limited waiver of sovereign immunity set forth in s. 768,28, F.S., CITY shall indemnify, hold.harmless and, at CONTRACTOR's request, defend CONTRACTOR, and its directors, officers, and employees, from and against any liabilities, claims, actions, damages, losses, costs and expenses (including court costs and reasonable fees of attorneys), brought by third parties against CONTRACTOR arising out of or resulting from CITY's infringement of such third party's intellectual property rights. (b) CONTRACTOR shall indemnify, hold harmless and, at CITY's request and upon CONTRACTOR's written agreement, defend CITY, and its directors, officers, and employees, from and against any liabilities, claims, actions, damages, losses, costs and expenses (including court costs and reasonable fees of attorneys), brought by third parties against CITY arising out of or resulting from CONTRACTOR's infringement of such third party's intellectual property rights. (c) CONTRACTOR's solutions are designed and hosted with the utmost consideration for data privacy concerns, adhering to federal and state guidelines and industry best practices, providing audit trails and notifications of all system transactions. CONTRACTOR maintains adequate professional liability insurance and will provide CITY with a Certificate of Insurance for such. In no event shall Licensor or its licensors or suppliers pay for incidental, indirect, special, or consequential damages, even if they have been advised of or should have foreseen, the possibility of such damages beyond the values as maintained in the professional liability insurance. (d) Both parties shall promptly notify each other in writing. Either party may, at its sole discretion and expense, participate in the defense of any claim or action and any negotiations for settlement. No settlement which may adversely affect either party's rights or obligations shall be made without either party's prior written approval CONTRACT FOR RESCUE AMBULANCE AND FIRE BILLING PAGE 16 AND RELATED PROFESSIONAL SERVICES Exhibit C Business Associate Agreement This Business Associate Agreement ("Agreement") is between City of Tamarac ("Covered Entity") and ADPI-Intermedix ("Associate") and is effective as of the date this entire Agreement is executed (the "Effective Date"). WHEREAS, the Agreement requires Associate to have access to and/or to collect or create Protected Health Information ("PHI") in order to carry out Associate's functions on behalf of Covered Entity; WHEREAS, Covered Entity and Associate intend to protect the privacy and provide for the security of PHI disclosed by Covered Entity to Associate or collected and created by Associate pursuant to the Agreement in compliance with the Health Insurance Portability and Accountability Act of 1996, Public Law 104-191 ("HIPAA") and the regulations promulgated thereunder, including, without limitation, the regulations codified at 45 CFR Parts 160 and 164 ("HIPAA Regulations"), and other applicable laws, in each case, as amended from time to time; and WHEREAS, the HIPAA Regulations require Covered Entity to enter into an agreement with Associate containing certain requirements with respect to the use and disclosure of PHI and which are contained in this Agreement. NOW, THREFORE, in consideration of the mutual promises contained herein and the exchange of information pursuant to this Agreement, the parties agree as follows: 1. Definitions Capitalized terms used herein without definition shall have the meanings as ascribed thereto in the HIPAA Regulations. 2. Obligations of Associate a. Permitted Uses and Disclosures. Associate shall not use or disclose PHI except for the purpose of performing Associate's obligations under the Agreement and as permitted under the Agreement or as required By Law. Further, Associate shall not use PHI in any matter that would constitute a violation of the HIPAA Regulations or other applicable federal or state law if so used by Covered Entity, except that Associate may use PHI (i) for the proper management and administration of Associate; (ii) to carryout the legal responsibilities of Associate; or (iii) for Data Aggregation purposes involving one or more Affiliate Entity (as defined herein) of Covered Entity for the Health Care Operations of Covered Entity. For purposes of this Agreement, "Affiliate Entity" shall mean an individual or corporation, partnership or other legal entity that controls, is controlled by or under common control with Covered Entity. b. Appropriate Safeguards. Associate shall implement administrative, physical, and technical safeguards that (i) reasonably and appropriately protect the confidentially, integrity, and availability of electronic PHI that it creates, receives, maintains or transmits on behalf of Covered Entity, and (ii) prevent the use or disclosure of PHI other than as contemplated by the Agreement and this Business Associate Agreement. Associate shall maintain a comprehensive written information privacy and security program that CONTRACT FOR RESCUE AMBULANCE AND FIRE BILLING PAGE 17 AND RELATED PROFESSIONAL SERVICES includes administrative, physical, and technical safeguard appropriate to the size and complexity of the Associate's operations and the nature and scope of its activities. Use and disclosure of de -identified PHI is not permitted by this Agreement without the prior written consent of Covered Entity. C. Duty to Mitigate. Associate agrees to mitigate, to the extent practicable, any harmful effect that is known to Associate of a use or disclosure of PHI by Associate in violation of the requirements of this Agreement. d. Reporting of Security Incident and/or Improper Use or Disclosure. Associate shall report to Covered Entity, by telephone, a Security Incident any use and/or disclosure of PHI other than as provided for by the Agreement within a reasonable time of becoming aware of such Security Incident and/or use or disclosure (but not later than 12 hours thereafter), in accordance with the notice provisions set forth herein. Such notice shall take (i) prompt action to cure any such deficiencies as reasonably requested by Covered Entity, and (ii) any action pertaining to such Security Incident and/or unauthorized disclosure required by applicable federal and state laws and regulations. e. Associate's Agents. To the extent that Associate uses one or more subcontractors or agents to provide services under the Agreement, and such subcontractors or agents receive or have access to PHI, Associate shall sign an agreement with such subcontractors or agents containing in substantially the same provisions as this Agreement (the "Subcontractors Agreement") and further identifying Covered Entity as -a third party beneficiary with rights of enforcement and indemnification from such subcontractors or agents in the event of any violation of the Subcontractors Agreement. Associate shall implement and maintain sanctions against agents and subcontractors that violate such restrictions. f. Access to PHI. Within 10 days of receipt of a request, Associate shall make PHI maintained in a Designated Record Set available to Covered Entity or, as directed by Covered Entity, to an individual to enable Covered Entity to fulfill its obligations under Section 164.524 of the HIPAA Regulations. In the event that any individual request access to PHI directly from Associate, Associate shall forward such request to Covered Entity. A denial of access to requested PHI should not be made without the prior written consent of Covered Entity. g. Agreement of PHI. Associate shall incorporate any amendment to PHI maintained in a Designated Record Set that Covered Entity directs or agrees to, within 10 days of receipt of a request therefore by Covered Entity or an individual to enable Covered Entity to fulfill its obligations under Section 164.526 of the HIPAA Regulations. If any individual request an amendment of PHI directly from Associate, Associate must notify Covered Entity in writing within five days of the request. A denial of amendment of PHI maintained by Associate or its agents or subcontractors shall not be made without the prior written consent of Covered Entity. h. Accounting Rights. Within 10 days of notice by Covered Entity of a request for an accounting of disclosure of PHI, Associate and its agents or subcontractors shall make available to Covered Entity the information required to provide an accounting of disclosures to enable Covered Entity to fulfill its obligations under Section 164,528 of the HIPAA Regulations. In accordance with the HIPAA Regulation, Associate shall not include in such an accounting those disclosures made: (i) to carry out treatment, payment or health care operations, as provided in Section 164.502 of the HIPAA CONTRACT FOR RESCUE AMBULANCE AND FIRE BILLING PAGE 18 AND RELATED PROFESSIONAL SERVICES Regulations; (ii) to individuals of PHI about them as provided in Section 164.502 of the HIPAA Regulations; (iii) pursuant to an authorization as provided in section 164,508 of the HIPAA Regulation; (iv) to persons involved in the individual's care or other notification purposes as provided in Section 164.510 of the HIPAA Regulations; (v) for national security or intelligence purposes as provided in Section 164.512 (k)(2) of the HIPAA Regulations; or (vi) to correctional institutions or law enforcement officials as provided in Section 164.512 (k)(5) of the HIPAA Regulations. Associate agrees to implement a process that allows for an accounting of disclosures of PHI to be collected and maintained by Associate and its agents or subcontractors. Further, Associate agrees that upon termination or expiration of the Agreement, Associate shall provide to Covered Entity an accounting of all such disclosures made since the compliance date of the HIPAA Regulations. At a minimum, such information shall include: (i) the date of disclosure; (ii) the name of the entity or person who received PHI and, if known, the address of the entity of the person; (iii) a brief description of PHI disclosed; and (iv) a brief statement of purpose of the disclosure that reasonably informs the individual of the basis for the disclosure or a copy of the written request for disclosure. In the event that the request for an accounting is delivered directly to Associate or its agents or subcontractors, Associate shall, within five days of a request, forward it to Covered Entity in writing. It shall be Associate's responsibility to prepare, and Covered Entity's responsibility to deliver, any such accounting requested. Associate shall not disclose any PHI, except in accordance with this Agreement. i. Governmental Access to Records. Associate shall make its internal practices, books and records relating to the use and disclosure of PHI available to the Secretary of the U.S. Department of Health and Human Services (the "Secretary") for purposes of determining Covered Entity's compliance with the HIPAA Regulations. Notwithstanding the forgoing, no attorney -client, accountant -client or other legal privilege shall be deemed waived by Covered Entity or Associate by virtue of this section. Except to the extent prohibited by law, Associate agrees to notify Covered Entity of all requests served upon Associate for information or documented by or on behalf of the secretary. Associate shall provide to Covered Entity a copy of any PHI that Associate provide to the Secretary concurrently with providing such PHI to the Secretary. 1• Minimum Necessary. Associate (and its agents or subcontractors) shall only, request, use and disclose the minimum amount of PHI necessary to accomplish the purpose of the request, use or disclosure. k. Data Ownership. Associate acknowledges that Associate has no ownership rights with respect to the PHI. 1. Associate's Insurance. Associate shall obtain and maintain, during the term of the Agreement, reasonable liability insurance covering claims based on any violation by Associate of the terms of this Agreement, if such insurance is reasonably available. A copy of such policy or a certificate evidencing such policy shall be provided to Covered Entity upon request. m. Audits; Inspection and Enforcement. Within 10 days of a written request by Covered Entity, Associate and its agents or subcontractors shall allow Covered Entity to conduct a reasonable inspection of the facilities, systems, books, records, agreements, policies and procedures relating to the use or disclosure of PHI pursuant to this Agreement for the purpose of determining whether Associate has complied with this Agreement; provided, however, that (i) Associate and Covered Entity shall mutually CONTRACT FOR RESCUE AMBULANCE AND FIRE BILLING PAGE 19 AND RELATED PROFESSIONAL SERVICES agree in advance upon the scope, timing and location of such an inspection; (ii) Covered Entity shall protect the confidentially of all confidential and proprietary information of Associate to which Covered Entity has access during the course of such inspection; and (iii) Covered Entity shall execute a nondisclosure agreement, upon terms mutually agreed upon by the parties, if requested by Associate. The fact that Covered entity inspects, or fails to inspect, or has the right to inspect, Associate facilities, systems, books, records, agreement, policies, and procedures does not relieve Associate of its responsibility to comply with his Agreement, nor does Covered Entity's (i) failure to detect or (ii) detection, but failure to notify Associate or require Associate's remediation of any unsatisfactory practices, constitute acceptance of such practices or a waiver of Covered Entity's enforcement rights under this Agreement. n. State Privacy Laws. Associate shall comply with state laws to extent that such state privacy laws are not preempted by HIPAA. 3. Termination a. Breach. A breach or violation by Associate of any provision of this Agreement, as determined by Covered Entity, shall constitute a breach of this Agreement and shall provided grounds for immediate termination of the Agreement by Covered entity under the Agreement. b. Reasonable Steps to Cure Breach. If covered entity knows of a pattern of activity or practice of Associate that constitutes a material breach or violation of the Associate's obligations under the provisions of this Agreement and elects not to first terminate the Agreement pursuant to Section3.a., then Covered Entity may take reasonable steps to cure such breach or end such violation, as applicable. If Covered Entity's efforts to cure such breach or end such violation are unsuccessful (in the sole judgment of Covered Entity), Covered entity shall either (i) terminate the Agreement, if feasible or (ii) if termination of the Agreement is not feasible, Covered Entity shall report Associate's breach or violation to the Secretary. C. Judicial or Administrative Proceedings. Covered Entity may terminate the Agreement, effective immediately, if (i) Associate is named as a defendant in a criminal proceeding for an offense related to healthcare or (ii) a finding or stipulation that Associate has violated any standard or requirement of any law or regulation relating to healthcare is made in any administrative or civil proceeding in which Associate has been joined. d. Effect of Termination. Upon termination of the Agreement for any reason, Associate shall either return or destroy all PHI, as requested by Covered Entity, that Associate or its agents or subcontractors still maintain in any form, and shall retain no copies of such PHI. If Covered Entity requests that Associate return PHI, such PHI shall be returned in a mutually agreed upon format and timeframe, at no additional charge to Covered Entity. If return or destruction is not feasible, Associate shall continue to extend the protections of this Agreement to such information, and limit further uses and disclosures of such PHI to those purposes that make the return or destruction of such PHI not feasible. If associate is to destroy the PHI, Associate shall certify in writing to Covered Entity that such PHI has been destroyed. 4. Indemnity CONTRACT FOR RESCUE AMBULANCE AND FIRE BILLING PAGE ZO AND RELATED PROFESSIONAL SERVICES Associate hereby agrees to indemnify and hold harmless Covered Entity its affiliates, and their respective officers, directors, shareholders, employees and agents from and against any and all liability, loss, fines, penalties, damage, claims or causes of action and expenses associated therewith (including, without limitation, court costs and attorney's fees) caused directly and indirectly by Associate's breach of its obligation under this Agreement. Covered Entity may enforce Associate's obligations hereunder by seeking equitable relief, without bond, which remedy shall be nonexclusive. 5. Disclaimer Covered entity makes no warranty or representation that compliance by Associate with this Agreement, HIPAA or the HIPAA Regulations will be adequate or satisfactory for Associate's own purposes. Associate is solely responsible for all decisions made by Associate regarding the safeguarding of PHI. 6. Certification To the extent that Covered Entity determines it is necessary in order to comply with Covered Entity's legal obligations pursuant to HIPAA relating to certification of its security practices, Covered Entity or its authorized agents or contractors, may, at Covered Entity's expense, examine Associate's facilities, systems, procedures and records as may be necessary for such agents or contractors to certify to Covered Entity the extent to which Associate's security safeguards comply with HIPAA, the HIPAA Regulations. 7. Amendment The parties acknowledge that state and federal laws relating to data security and privacy are rapidly evolving and that amendment of this Agreement may be required to provide for procedures to ensure compliance with such developments. The parties specifically agree to take such action as is necessary to implement the standards and requirements of HIPAA, the HIPAA Regulations and other applicable laws relating to the security or confidentially of PHI. The parties understand and agree that Covered Entity must receive satisfactory written assurance from Associate that Associate will adequately safeguard all PHI. Upon the request of Covered Entity, Associate agrees to promptly enter into negotiation concerning the terms of an amendment to this Agreement embodying written assurance consistent with the standards and requirements of HIPAA, the HIPAA Regulations or other applicable laws. Covered Entity may terminate the Agreement upon 30 days written notice in the event (i) Associate does not promptly enter into negotiations to amend this Agreement when requested by Covered Entity pursuant to this Section 7 or (ii) Associate does not enter into an amendment to this Agreement providing assurances regarding the safeguarding of PHI that Covered Entity, in its sole discretion, deems sufficient to satisfy the standards and requirements of HIPAA and the HIPAA Regulations. 8. Assistance in Litigation or Administrative Proceedings Associate shall make itself, and any subcontractors, employees or agents assisting Associate in the performance of its obligations under this Agreement, available to Covered Entity, to testify as witnesses, or otherwise, in the event of litigation or administrative proceedings being commenced against Covered Entity, its directors, officers or employees based upon a claimed violation of HIPAA, the HIPAA Regulations or other laws relating to security and privacy, except where Associate or its subcontractor, employee or agent is a named adverse party. CONTRACT FOR RESCUE AMBULANCE AND FIRE BILLING PAGE 21 AND RELATED PROFESSIONAL SERVICES 9. No Third Party Beneficiaries Nothing express or implied in the Agreement is intended to confer, nor shall anything herein confer, upon any person other than Covered Entity, Associate and their respective successors or assigns, any rights, remedies, obligations, or liabilities whatsoever. 10. Effect on Agreement Except to the extent inconsistent with this Agreement, all other terms of the Agreement shall remain in force and in effect. 11. Survival The provisions of this Agreement shall survive the termination or expiration of the Agreement. 12. Interpretation The provisions of this Agreement shall prevail over any provisions in the Agreement that may conflict or appear inconsistent with any provision in this Amendment. This Agreement shall be interpreted s broadly as necessary to implement and comply with HIPAA and the HIPAA Regulation. The parties agree that any ambiguity in this Agreement shall be resolved in favor of a meaning that complies and is consistent with HIPAA and the HIPAA Regulations. 13, Governing Law This Business Associate Agreement shall be construed in accordance with the laws of the State of Florida. 14. Notices All notices required or permitted under this Business Associate Agreement shall be in writing (except as otherwise required by Section 2.d.) and sent to the other party as directed below or as otherwise directed by either party, from time to time, by written notice to the other. All such notices shall be deemed validly given upon receipt of such notice by certified mail, postage prepaid, facsimile transmission (solely with respect to notification pursuant to Section 2_d.) or personal or courier delivery: If Covered Entity: City of Tamarac ATTN: Fire Rescue Department 6000 Hiatus Road Tamarac, FL 33321 If to Associate: ADPI-Intermedix 6451 N Federal Highway, Suite 1002 Ft. Lauderdale, FI 33308 Attn: Joe McCloskey Telephone no: 954-308-8714 Facsimile no: 305-521-0785 CONTRACT FOR RESCUE AMBULANCE AND FIRE BILLING PAGE 22 AND RELATED PROFESSIONAL SERVICES