Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2004-1801 Temp. Reso. #10498 July 6, 2004 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2004-15"P 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 iLiant 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. 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 25th day of August, 2004. I_1t20NO MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. l E SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUMWTALAB DIST 3: V/M SULTANOF DIST 4: COMM. ROBERTS [-I 1 Purchasing and Contracts Division March 26, 2004 City of Tamarac "Committed to Excellence ... Always" EXHIBIT 1 TR 10468 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 hftp://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 City of Tamarac P,.irchasirxa & 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. 11. 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(W-tamarac.org. 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. of Tamarac ��' Purchasing & Gcrtracts Dr✓i;z are �— ---- .--._..-... _..---. .......................... ._.__... _................ INSTRUCTIONS TO OFFERORS STANDARD TERMS AND CONDITIONS 104�� 1. 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, Offemi's Qualifications Statement, Non -Collusive Affidavit, Certified Resolution, Vendor Drug -Free Workplace, Offeror's Proposal, Proposal Security and Specifications, if any, and the proposed Contract Documents (including all Addenda issued prior to opening of Proposals). 1.6. "Contractor" - the individual(s) or firm(s) to whom the award is made and who executes the Contract Documents. 2. SPECIAL CONDITIONS Any and all Special Conditions that may vary from the General Conditions shall have precedence. 3. 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. N of Tamarac Pur,hasirq 3 Contracts Givisian 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 ......... _.......... ..1.1.1 4 Ciry of Tam�:,,.-- 4 �4a ..................._._.....,....._. _._._._._..._.,Purchasing & Contracts Division �`. .......... 10. 12. 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. 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. 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. 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 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 A of Tamarac �� Parchasirq & contracts 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 returned. 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. City of Tamar)(- ar'..........__.._.._...................................._............_..._....._ .._..............._00'� ............_..._.............................._.._........_................._............".................._=....._......._._................'ar,,'s Divi ian ityryurc :assipg & Cantr........ ................ ....- ... ..._...._... 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. City of Tamarac �{ %, pa!'C � ,sin & c ntracts 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 o/ Tamarac T�9 G Purcl,a ir7a & Contracts CrvrsicP 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. AC' of Tarral-ac Por�ci7asi�7g & Contracts Division _._..._........._...._................._..._.........__.....I._.........................._.............................._......................................................_.........._......_........_ 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 Offerors) 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 i f 9 w!fY of T inai;. 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. City of Tamarac Purchasing & C-:;ntracts Division e. - I. I. -- - - 11.1 - I. - -- -1 ..' ....... .... - 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 City of 7-1malrac V. A. SCOPE OF PROPOSAL 14 C. Porchasu;a & Contracts Division STATEMENT OF WORK 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. SERVICES TO BE PROVIDED 1. 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. MINIMUM REQUIREMENTS 1. 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 Purrl7a3i11g & Contracts Division L1 maintenance, and preparation of standard and/or custom reports, as requested or required by City. CONTRACTOR RESPONSIBILITIES 1. 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. 7. 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 of Tair,&i ac Purchasing & Contracts Civision ---------... _..............._........_......_..._..._-....__._...._......._.._..............._..Y..�._-..__._.._....---.............._....-.... .................._........___._._...._...-----.._...._................ . -...._............_................--....-_._......__...-- 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 Y2 x 11 page. E. RESPONSIBILITIES OF THE CITY OF TAMARAC 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. 15 of Tamarac r Ftrrc?using & Contracts Divisinr7 1� - ---_...................�,_��l"------.....-._.._..........._........ _......... _.__._-...... 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. Vill. EVALUATION OF PROPOSALS A. Evaluation Method and Criteria A Selection/Negotiation Committee has been appointed by the City Manager and will be responsible for selecting the most qualified firm and then negotiating a contract. The Proposers with the highest -ranked submittals may be asked to make a detailed presentation of their product/service to the Evaluation and Selection Committee. 16 of T.�rraar,:i �y�, Pr,,rcl?asirrg Contracts Division _....__.........._...._......_......_....._........_...._....-...._..__....... - - .._.__.._._.__._._.... --- _.... ........... _........... --.... 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: Qualifications a. Verification of availability of qualified personnel. 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. 2. Technical a. Understanding of the requirements. b. Approach. C. Technical soundness of the proposal. d. Proposed scope of work. 3. Financial a. Cost Effectiveness. b. Reasonableness of proposed price. C. Evidence of insurance and/or bonding. 4. 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 & Crr.•t=:acts Oivision 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. is oIF t a�oPm Purchasing and Contracts Division City of Tamarac "Committed to Excellence... Always" 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: /i�i:cz�acs i�z.c�Ct'� r�:c.►-t �:.. SIGNATURE: `` :.�_____ DATE:"` 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tomaroc.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) 724-2406 ■ 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: $335.00 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. SIGNATURE: 2 DATE:, _ !_��04L4� cOf 1: Pzirchasii:(g CallfraL'iS aiViS;u� PROPOSAL FORM RFP 04-14R MEDICAL BILLING SERVICES PROPOSAL PRICE 1. Flat Fee Percentage of 7.0% % to administer billing and collections tt 2. Flat Rate of $ 150.00 per month for Medicaid. ($e,--- 5e-c�,& 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. y�F 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 ❑ PARTNERSHIPO CORPORATION 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 P assaro anemsclaims.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 1 on Ceftirirafiuft 7f T`11naraC -,. • r't1�';:hds111J Coiu actr, Oivison OFFEROWS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 NW 88"' Avenue Tamarac, Florida 33321 Advanced Data Processing, Inc. Company: Check One Contact Name: Donald Passaro . .. .... ... a Corporation Address: 520 NW 165th Street, Suite 201 ❑Partnership City, State, Zip Miami, Florida 33169 305-459 0652 Telephone No. Individual Fax No, 305-521 0777 Other 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Offeror is: 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: October2002 b) State of Incorporation: DelawareM-.- c) President's name:-. Doug 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 ,,,.____, ration orpo....... .._.__..__..-....�.. Pape 1 of 5 Offc: of s Qtla1ihC 0t1(W SG�teme:nt & c or rr ! c Div sic�rr 3. If Offeror is an individual or a partnership, answer the following., a) Date of organization: N/A 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 years_ a) Under what other former names has your organization operated? None 7. Indicate registration, license numbers or certificate numbers for the businesses or Professions, which are the subject of this Sid. 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 doc ument for a copy of ADPI's occupational license and for a PY_...._--------__._—_ .............._.____._.. co _o ADPI 's license to do business in Florida. 6. Have you personally inspected the site of the proposed work? E]YES ❑ 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 N/A- No Pre -proposal Conference was held in relation to this RFP. [x—] Page 2 of 5 C,raliftatier, Statr meat c4;1 & Division 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 () owners, individuals or representatives of owners with the most knowledge of wor3k 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 ... ....... Lee County- David Kainrad 14752 Six Mile Cypress Pkwy, Ft. Myers, FL 33912 239-335-1614 Br yjW County A Fosburr. 10ftS Fl9rida Ave.. Rockledae, FL 32955 321-663-2056 1 1 experience 13. 1 e pertinenn of the ey individuals 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, LILP. Suite 3100, Promenade 11, 1230 Peachtree Street, N.E. . ....... ...... ------- A!!anta, GA 30309-3592 16. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Offeror's business and indicate the percentage owned of each such business and/or individual: 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 .. ..... ... ... p1ge 3 rif 5 City,f 1aimarac 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? EYES FINO 23. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). P19t9 4 of 5 Offefor's Qoah,'j�,,31,,otj Stalon)c-I)f -City of Tarn ar tr; .__ _ ..._ __,..m_. I• _.._ .._.-__.,- W. �r"'urchasrrn.� � r r�rrlra to ��rvrson 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 State of Florida County of Miami -Dade ACKNOWLEDGEMENT OFFEROR'S QUALIFICATION STATEMENT On this the 27th day of April 20 D-4- , before me, the undersigned Notary Public of the State of Florida, personally appeared Donald Passaro (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NO RVF)(JBftLIC,STAT OF LO A NOTARY PUBLIC r''rr,a- ..�. t._r�. ,. SEAL OF OFFICE:>-,;`��;; ;r+„ M !`,l}/�� I rs :3j (Name of Notary Public: Print Stamp, or Type as Commissioned) X Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or DID NOT take an oath 'age 5 of 5 - Offetcr s Q(talification �taterr>errt UEk...- VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 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 polo contenders 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 off ( my-rrPt bVr,6c �r�rn Gil y of rarn.ar oc ' 'trr n i rrrr� d Cortr r tti 7ivrsrori _ \ . ...-... _ ......... 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: By' ,- Witness ru Donald Passaro Witness Printed Name Vice President- Client Relations Title Flnue 7 o/ 2 NGn-%afh.rsivc Affidavit Ar� C'h'y of Toimwac .. .. . ....... .. ..... . . ........ ... .. . . ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of Miami -Dade On this the 27th day of April 1 2004 , before me, the undersigned Notary Public of the State of Florida, personally appeared Donald Passaro and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. Ry D,&.-,-vl M. liartun�AOTARY VUBLIC, STATE OF FLUAIDA NOTARY PUBLIC SEAL OF OFFICE: ,- i7t (Name of Notary Public: Print, Stamp, or Type as Commissioned) P(Personally known to me, or 11 Produced identification: (Type of Identification Produced) 11 DID take an oath, or CdDID NOT take an oath Page 2 of 2 Nan-Collusivo Affic f,--?vit 7/6/2004 MEDICAL BILLING RFP 04-14R Committee Evaluation Totals Proposer's Name: Advanced il.iant Data Proc. MedBlll 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 Manage ent 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 Udrive/2004 Bids/04-14R/04-14R Proposal Evaluation Worksheet.xls PROPOSAL EVALUATION City of Tamarac 0 Purchasing and Contracts Division AGREEMENT BETWEEN THE CITY OF TAMARAC AND ADVANCED DATA PROCESSING, INC. 1� 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. City of Tamarac Purchasing and Contracts Division 3) Insurance 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, City of Tamarac P0 —urchasing 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. Sec ti n 7 Revision Accepted by: Initials _ Date-tl-� 8) Non -Discrimination (Doug Shamon) 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. City of Tamarac 11) Assignment and Subcontracting 0 Purchasing 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 165t" 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. 4 of Tamarac 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 r 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: a Marion Swenson, CIVIC City Clerk d 3LO/®y..-- .....-- - Date CITY OF TAMARAC 40 Schreiber, Mayor Date Jeffrey L. MilleF, City Manager �-1')'<1oq Date Date ell &.Raft, Vty Qtt, hey -j')/ sufficiency: ATTEST: Advanced Data Processing, Inc. Company ame (Cofporate Secretary) Sig6afdre 61 President Greg Elliot Type/Print Name of Corporate Secy (CORPORATE SEAL) Doug Shamon Type/Print Name of President _July 13, IoN Date T I M i,rri a tc; Pw h acing Land C ona .r acl, D vi<;ir;r. ..... CORPORATE ACKNOWLEDGEMENT :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. t-� WITNESS my hand and official seal this ay of T t14 , 2004. gASdioature of Notary Public DarrylM.Hartung State of Florid at Large �COIr1A15SZAA i i)IiI�S / 14il-es gone 17, 2006 AtIa'a13C RondLng Cc., Inc 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. 7. Client#: 15220 . ADVADAT ACORDT. CERTIFICATE OF LIABILITY INSURANCE DATE(MWDD/YYYY) PRODU10/10/03 Wach - ER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION achovia Insurance Services � C \! ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 4401 Northside Pkwy Suite 400 C iT y � 't, rf''M t ti i t� IypLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Atlanta, GA 30327-3078 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 770 850-0050 3 (SCOT 15 INSURERS AFFORDING COVERAGE NAIC # INSURED ADPI Holding, Inc. I I.s ERA: FCCI Insurance Company Advanced Data Processing, Inc. ► «�/ �� ``' ti� I I J ER B: Illinois Union Insurance Company �'I INSURER C: 520 NW 165th Street Road; Suite 201 INSURER D: Miami, FL 33169-6303 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLII ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH' MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _TR INSR TYPE OF INSURANCE POLICY NUMBER POLI Y EFFECTIVE P L Y EXPIRATIC TE M/DD/YYDATE MM/DD/YY A X GENERA LIaBr ITY CPP00019C5 110110103 10/10/04 COMMERCIAL GENERAL LIABILITY CLAIMS MADE FE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JE T LOC A AUTOMOBILE LIABILITY CA0002425 10/10/03 10/10/04 ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS WndW X HIRED AUTOS X NON -OWNED AUTOS 000 0f R! r X Hired Card PD $100 Comp. Deductibles $250 Call GARAGE LIABILITY ANY AUTO %�'1$�b A LIABILITY �J UMB00001097 10/10/04 [EZXCESS/UMBRELLA OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $$1000O A WORKERS COMPENSATION AND 001 WCO2A51763 10/10/03 10/10/04 EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below B OTHER Errors & BM120009844 10/10/03 10/10/04 Omissions DESCRIPTION OF OPERATIONS/ LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS TE City of Tamarac Attn: Jeffrey L. Miller, City of Manager 7525 N.W. 88th Avenue Tamarac, FL 33321 ACORD 25 (2001/08) 1 of 2 #S173187/M173156 ;Y PERIOD INDICATED, NOTWITHSTANDING 'HIS CERTIFICATE MAY BE ISSUED OR EXCLUSIONS AND CONDITIONS OF SUCH LIMITS EACH OCCURRENCE $1 DDD 000 DAMAGE TO RENTED ncel $100 ODO MED EXP (Any one person) $5 000 PERSONAL & ADV INJURY $1 000 000 GENERAL AGGREGATE $Z 00O 000 PRODUCTS - COMP/OP AGG $2 000 000 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 BODILY INJURY $ (Per person) BODILY INJURY $ (Per accident) PROPERTY DAMAGE $ (Per accident) AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ $ AUTO ONLY: AGG EACH OCCURRENCE $2 DOD 000 AGGREGATE $2 00D ODD $ $ WC STATU- I OTH- I.ImIT,i E.L. EACH ACCIDENT _- $500,000 E.L. DISEASE - EA EMPLOYEE $500,000 E.L. DISEASE • POLICY LIMIT $500,000 Limit: $2,000,000 Retention: $25,000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL _ a DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR AU HORIZED REPRESENTATIVE I MJJ 0 ACORD CORPORATION 1988 v-4 f ,,� il'URio0A