Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-99-239Temp. Reso. #8749 September 1, 1999 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-99- 4 3q A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AUTHORIZING THE AWARD OF RFP 99-17R ENTITLED "MEDICAL BILLING SERVICES" TO ADVANCED DATA PROCESSING, INC.; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Fire Department is required to provide life support services to the citizens and visitors of the City of Tamarac and bill patients for these medical services; and WHEREAS, The City of Tamarac publicly advertised RFP 99-17R entitled "Medical Billing Services" in the Sun -Sentinel on May 9th and May 16th, 1999; and WHEREAS, Proposals were solicited from (10) vendors and six (6) proposals were received and evaluated by the Evaluation Committee consisting of the Assistant Fire Chief, Firefighter, Controller, Social Services Coordinator and Senior Buyer to determine responsiveness to the City's specifications and two proposers were requested to make presentations; and WHEREAS, Advanced Data Processing, Inc. was determined to be the most responsive, responsible proposer as per the tabulation attached hereto as Exhibit "A"; and Temp. Reso. #8749 September 1, 1999 Page 2 WHEREAS, The term of RFP 99-17R is for the period beginning October 1, 1999 through September 30, 2002 with the ability to extend the award for two subsequent one year periods, not to exceed a total award period of five (5) years; and WHEREAS, it is the recommendation of the Fire Chief and Purchasing and Contracts Manager that the billing of patients transported by the City of Tamarac Fire Department be awarded to Advanced Data Processing, Inc.; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents to authorize the award of RFP 99-17R entitled "Medical Billing Services" to Advanced Data Processing, Inc., for the purpose of billing patients transported by the City of Tamarac Fire Department. 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: RFP 99-17R entitled "Medical Billing Services" is hereby awarded to Advanced Data Processing, Inc. for the period beginning October 1, 1999 through September 30, 2002 with the ability to extend the award for two subsequent one year periods, not to exceed a total award period of five (5) years; and SECTION 3: All resolutions or parts of resolutions in conflict herewith are HEREBY Ll G 1 Temp. Reso. #8749 September 1, 1999 Page 3 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. SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this aaday of 1104"44, 1999. ATTEST: da4�0'r CAROL GO CMC/AAE CITY CLER, I HEREBY CERTIFY that I ve approved this RESOLUTION as to form. MITCHELL S. KRAFT City Attorney w J SCHREIBER Mayor RECORD OF COMMISSION MAYOR SCHREIBER DIST 1: COMM. PORTNER_„� DIST 2: V/M MISHKIN DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS STANDARD FORM OF AGREEMENT THIS AGREEMENT is entered into on ►it 1999, between the City of Tamarac, a municipal corporation with principal offices located at 7525 NW 881h Avenue, Tamarac, Florida 33321 (hereinafter "City") and, Advanced Data Processing, a Florida corporation with principal offices located at, 520 NW 165th Street, Miami, Florida 33169 (hereinafter "Contractor) WITNESSETH: The CITY and the CONTRACTOR in consideration of the mutual covenants hereinafter set forth, agree as follows: 1. The undersigned CONTRACTOR hereby represents that it has carefully examined the Proposal Specifications and all Contract documents, and will perform the contractual requirements pursuant to all covenants and conditions. The CONTRACTOR agrees to comply with the requirements of the specifications contained in the Request for Proposal. 2. The CONTRACTOR, as evidenced by the execution of this contract, acknowledges that it has examined the physical characteristics of the job requirements. The CONTRACTOR further acknowledges that the proposal price of a Flat Fee Percentage of 7.00% to administer billing and collections and Flat Rate of $150.00 per month for Medicaid, includes all costs and expenses and is the total compensation required to be paid by the CITY for the satisfactory completion of the contract requirements. 3. The contract between the CITY and the CONTRACTOR include the following documents which are attached hereto and incorporated herein by reference of the following: CONTRACT DOCUMENT/S 40 Request for Proposal, Instructions to Bidders, General Terms and Conditions, Insurance Requirements, Special Conditions Specifications Proposal Form Proposal Signature Form Statement of No Bid Variations Certification Proposer's Qualification Statement References Drug Free Workplace Certification Addenda numbers 1 to 2 , inclusive, and Any Modifications, including Change Orders, duly delivered after execution of this Agreement. 4. This Agreement shall be for a term of three (3) years beginning on October 1, 1999 and ending on September 30, 2002, and may be renewed in writing for two (2) additional one (1) year terms. 5. 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 Jeffrey L. Miller City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to the City Attorney at the same address. CONTRACTOR Paul J. Franzelas (Name of Contractor) Vice President (Title of named above) Advanced Data Processing (Name of Company) 520 NW 165`h Street (Address) Suite 201 (Address) Miami, Florida 33169,^(City, State, ZIP) 0 6. The CONTRACTOR shall not, without prior written consent of the CITY, assign any portion of its interest under this contract and, specifically, the CONTRACTOR shall not assign any moneys due or to become due without the prior written consent of the CITY. 7. CONTRACTOR represents and warrants that the computer system used to cant' out the obligations set forth in this Agreement ("the System"), and all interfaces to the System, including, but not limited to, interfaces with other systems and data entry interface for the System, are Year 2000 compliant. Year 2000 compliant means information technology that accurately processes date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries and the years 1999 and 2000 and leap year calculations. Year 2000 compliant also means that the Year 2000 compliant information technology, when used in combination with other information technology, shall accurately process date/time data when other information technology exchanges date/time data with it. This warranty shall survive the expiration or termination of this Agreement. 8. CONTRACTOR agrees to indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) including but not limited to, loss of life, bodily or personal injury, or property damage, and loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the failure of CONTRACTOR's System to be Year 2000 compliant. 9. The CITY and the CONTRACTOR each binds themselves, their partners, successors, assigns and legal representatives to the other party hereto in respect to all covenants, agreements and obligations contained in the contract documents. 10. The contract documents constitute the entire agreement between the CITY and the CONTRACTOR and may only be altered, amended or repealed by a 0 duly executed written instrument. 11. This Agreement shall be governed by the laws of the State of Florida as are now • and hereinafter in force. The venue for actions arising out of this Agreement is fixed in Broward County, Florida. IN WITNESS WHEREOF, the parties hereto have executed this Agreement, the day and year first above written. ATTEST' CITY F TAM RAC, FLORIDA By. Carol Gold, AAE/ C e Schreiber, Mayor City Clerk Ap o ed s For Bye` Jeffrey L. M�� City Manager Mit e I S. Kra .City Attorney WITNESS: CONTRACTOR: By_ (Print or Type Name) (Print or Type Name and Title) (Print or Type Name) 0 CORPORATE ACKNOWLEDGEMENT STATE OF COUNTY OF. G The foregoing instrument was acknowledged before me thisr day of 1999 by (L� 'vL tJ Zia \ !yS(name of _ officer or agent, title of officer or agent) of kcL\j`P,v LA CQ- (name of corporation acknowledging), a A Ck (state or place of incorporation) corporation, on behalf of the corporation. He is personally known to me identification and did (did not) take an oath. 0 (type of identification) as Si ature of N ary Publi State of Florida f Pripf, Type or Stamp Name of Notary Public 4,,'p1Y P&B<n CV�E tTs oN�C fCA820S z EXPIRES FEB 19, 2002 C aoNDEDTHRU p� :,-}ANTIC BONDING CO., INC- REQUEST FOR PROPOSAL. RFP # 99-17R MEDICAL BILLING FOR THE FIRE DEPARTMENT FINANCE DEPARTMENT PURCHASING DIVISION CITY OF TAMARAC 7525 NW 88TH AVENUE TAMARAC, FLORIDA 33321-2401 C7 L r� u • City of Tamarac Finance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Website: www.tamarac.org April 26, 1999 RFP NO. 99-17R REQUEST FOR PROPOSALS MEDICAL BILLING SERVICES The City of Tamarac, Florida, hereinafter referred to as CITY, will receive sealed Proposals at the Purchasing and Contracts Office, City Hall, 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401, for furnishing the following: MEDICAL BILLING SERVICES Sealed proposals must be received and time stamped in by the Purchasing and Contracts Office, either by mail or hand delivery, no later than 2:00 p.m. local time on June 2, 1999. Any proposal received after this time will be returned unopened. Proposal packages containing specifications and proposal requirements will be available for review and may be obtained from the Purchasing and Contracts Office at the above address. For inquiries, contact the Purchasing and Contracts Office at (954) 724-2450. The 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 offerors, or take any other such actions that may be deemed to be in the best interests of the CITY. Senior Buyer Publish: Sunday, 5/09/99 & 5/16/99 Equal Opportunity Emoloyer REQUEST FOR PROPOSALS FOR MEDICAL BILLING SERVICES RFP NO: 99-17R I. INTRODUCTION The City Of Tamarac (City) is issuing a Request for Proposal (RFP) to obtain the services of a qualified firm to provide a price agreement for the purpose of billing patients transported by the Fire Department. II. INFORMATION For information pertaining to this Request for Proposal (RFP), contact either the City's Senior Buyer, Anne Lodato at (954) 724-2443 or Assistant Fire Chief, Paul Forsberg at (954) 724-2436. Such contact shall be for clarification purposes only. Material changes, if any, to the scope of services, or proposal procedures will only be transmitted by written addendum. It is preferred that all questions be submitted in writing. Questions should be directed to the City of Tamarac Purchasing Division, 7525 N.W. 88t' Avenue, Tamarac, FL 33321-2401, Attention Anne Lodato, Senior Buyer. Fax (954) 724- 2408. III. SCHEDULE OF EVENTS The schedule of events, relative to the procurement shall be as follows: RFP Available to Vendors 05/10/99 Deadline for Receipts of Proposals 06/02/99 Evaluation of Proposals 06/03/99 -- 06/16/99 Notify Shortlisted Proposers of Interviews 06/21/99 Interviews with Shortlisted Proposers 07/06/99 Complete Ranking of Firms 07/09/99 Anticipated Award by Commission 08/18/99 All dates are tentative. CITY reserves the right to delay scheduled dates. 2 0 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 Request for Quotes, Request for Proposal and Request for Bid. As such the words "bid" and "proposal" are used inter- changeably in reference to all offers submitted by prospective bidders. 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. 1. SUBMISSION OF THE PROPOSAL: The Proposer is directed to deliver sealed proposals to the Purchasing Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, ON: JUNE 2, 1999, BEFORE: 2:00 p.m. At this time the Proposals will be opened, the names of all Proposers will be announced. All proposals shall be confidential pursuant to the Florida Statutes, Chapter 119, entitled Public Records 119.07 (3)(m). All Proposers and their representatives are invited to attend. The Proposer must show the RFP number, RFP name, time and date of the RFP opening on the outside of the sealed RFP package. Delivery of the sealed proposals to the Purchasing Office on or before the above date is solely and strictly the responsibility of the Proposer. Late Proposals will be returned unopened to the Proposer. It is the Proposer's responsibility to read and understand the requirements of this RFP. Unless otherwise specified the Proposer must use the proposal form fumished in the bid packet. Proposers are required to state exactly what they intend to furnish to the City via this Solicitation and must indicate any variances to the terms, conditions and specifications of this bid, no matter how slight. If variations are not stated in the proposal, it shall be construed that the Bidder's proposal fully complies with all conditions identified in this bid. The Proposer shall submit one ORIGINAL and 5 copies of the proposal. The ORIGINAL bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All quotations must be typewritten or filled in with pen and ink. The Proposer must initial proposals having erasures or corrections in ink. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for sixty days from the date of the bid opening unless otherwise stated by the City. 2. WITHDRAWAL OF PROPOSAL: Any Proposer may withdraw its proposal prior to the indicated opening time. The request for withdrawal must be submitted in writing to the Purchasing Office. 3. PERFORMANCE: Failure on the part of the Proposer to comply with the conditions, terms, specifications and requirement 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 0 3 for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 0 4. DEFAULT: In the event that the Proposer defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Proposer or other source during the remaining term of the contract. Under this arrangement the City will charge the Proposer any excess cost occasioned or incurred thereby and shall apply to any RFP bond required. 5. TERMINATION FOR CONVENIENCE OF CITY: Upon not less than thirty (30) calendar days written notice delivered by certified mail, return receipt requested, to the Proposer, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Proposer must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Proposer shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub -contracts except as they may be necessary, and complete any continued portions of the work. hall not transfer or assign the performance required b 6. ASSIGNMENT: The Proposers g p q Y this RFP without the prior written consent of the City. Any award issued pursuant to this RFP and monies that may become due hereunder are not assignable except with prior written approval of the City. 7. EMPLOYEES: 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. 8. TAXES: The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 9. COLLUSION: The Proposer, by affixing its signature to this proposal, certifies that its proposal is made without previous understanding, agreement, or connection either with any previous firms or corporations offering a Proposal for the same items, or with the City. The Proposer also certifies that its proposal is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. 0 4 10. PUBLIC ENTITY CRIMES: In accordance with Florida State .Statute 287.133 (2)(a): A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or 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 Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 11. RFP PREPARATION EXPENSE: The Proposer preparing a RFP in response to this proposal shall bear all expenses associated with its preparation. The Proposer shall prepare a RFP with the understanding that no claim for reimbursement shall be submitted to the City for the expense of RFP preparation and/or presentation. 12. SELECTION/NEGOTIATION PROCESS: 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 vendors with the top scoring proposals will be asked to make a detailed presentation of their product/service to the evaluation team. The top - scoring vendor in this process will be selected to implement their product. 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. Each firm should submit documents that provide evidence of capability to provide the services required for the committees' review for short listing purposes. The short listed firms will then be contacted via telephone and a follow-up letter to prepare for a presentation to the committee so that a final firm can be selected. The committee will then attempt to negotiate an agreement, which can be recommended to the Tamarac City Commission for award. 13.OMISSION OF DETAILS: Omission of any essential details from these specifications will not relieve the Proposer of supplying such services as specified. 14. INSURANCE REQUIREMENTS: Bidder 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 Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. 0 5 Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. The following are required_types and minimum limits of insurance coverage which the Bidder agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Commercial General Liability $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 Workers' Compensation & Employer's Liability Statutory Aggregate $1,000,000 $1,000,000 The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder nor any subcontractor 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 Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. �J • All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self -insured retention. If the Bidder is to provide professional services under this Agreement, the Bidder 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 insurance. GOVERNING LAW: INTERESTED VENDORS WILL AGREE THAT THE LAWS OF THE STATE OF FLORIDA SHALL GOVERN CONTRACTS. VENUE WILL BE BROWARD COUNTY. 15. INDEMNIFICATION: The Proposer shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) including but not limited to, loss of life, bodily or personal injury, or property damage, and loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Proposer or his Subcontractors, agents, officers, employees or independent contractors, excepting only such claims, suits, actions, damages, liability and expenses solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. 16. RECORDS/AUDITS: The Contractor shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day or the contract term. 17. CLARIFICATION TO TERMS AND CONDITIONS: Where there appears to be variances or conflicts between the General Terms and Conditions and Special Conditions outlined in this RFP, the Special Conditions shall prevail. 7 The Proposer shall examine all RFP documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information shall be submitted in writing to the City . of Tamarac Purchasing Office. The City shall not be responsible for oral interpretations given by any City employee or its representative. An award of bid will not be effective until 72 hours after the adoption by City Commission. The City shall issue a written Addendum if substantial changes, which impact the submission of the RFPs, are required. A copy of such addenda will be mailed or distributed via facsimile transmission to each Proposer receiving the proposal. V. SPECIAL CONDITIONS & GENERAL INFORMATION A. WORK OBJECTIVE It is the intent of the City of Tamarac to establish a price agreement for the purpose of billing patients transported by the Fire Department. The City of Tamarac, Florida provides Basic Life Support (BLS) and Advancement Life Support (ALS) services to the citizens and visitors of Tamarac and bills for medical services rendered by the Fire Department. The contract for the current billing company expires September 30, 1999 and the City wishes to enter into another agreement. Approximately 5,000 transports are projected to occur during the City's Fiscal Year 2000. Charges have been established for Advance Life Support Transport, Basic Life Support Transport, mileage and civil assists. The Fire Department is projecting this fee structure to result in approximately $1,500,000 in annual gross billings. During the past three years, collections from Medicaid have run at approximately 2.1 % of the total collections. B. SCOPE OF WORK • Invoice patient, and/or other third party, responsible for payment of services rendered in accordance with time frames as stated herein. Responsible for collection and generation of any and all insurance forms, filings and record maintenance. • Provide the City of Tamarac's Finance Department with all monthly finance, billing and receivable reports as stated herein. • Provide a Customer Service Representative to assist patients and/or other third party payees in all billing inquiries in a timely fashion as specified herein. • Conduct any follow up required to obtain the necessary insurance information to 8 0 process invoice for payments. VI. RESPONDING TO THE REQUEST FOR PROPOSAL A. PURPOSE OF THE PROPOSAL The purpose of the Proposal is to obtain the services of a qualified firm to provide a price agreement for the purpose of billing patients transported by the Fire Department of the City of Tamarac in conformity with the requirements of this request for proposals. As such, the substance of proposals will carry more weight than their form or manner of presentation. The Proposal should demonstrate the qualifications and services of the proposer. The Proposer should address all the points outlined in the request for proposals. The Proposal should be prepared simply and economically, providing a straight forward, concise description of the Proposers capabilities to satisfy the requirements of the request for proposals. B. REQUIREMENTS OF THE PROPOSAL SPECIFICATIONS The following requirements are the minimum specifications the City will require: A. The Vendor shall accept hard copy or electronic information pertaining to patients/payers billing documentation from the City, of all patients transported by the City of Tamarac Fire Department. B. The Vendor shall be responsible for the invoicing, collection, and generation of any and all insurance forms, filings, record maintenance and reports. C. It shall be the responsibility of the Vendor to provide: 1. Account number 2. Invoice number 3. Invoice date 4. Name of Patient 5. Name of responsible person if different from patient 6. Complete address 7. Date of transport 8. Cost of transport including cost breakdown 9. Incident number D. The invoice will also contain a message stating "This is an invoice for services provided by the City of Tamarac". Sample invoices shall be provided. 0 9 E. All invoicing and reporting systems shall be computerized. F. Mail bills/invoice forms to patients within five (5) days of receipt of the patient information. This is to include return envelope and address specified by the City of Tamarac. G. The Vendor shall be responsible for sending second notices at thirty-five days and third notices at sixty-five days. H. Provide Electronic Claims Processing for Medicare and Medicaid. I. Mail proper insurance forms or electronic process to third party payer as required or requested by the patient. (This is to include envelope and address specified by the City of Tamarac). J. Post all payments as received by the City's bank through the lock box. K. Agrees to invoice the City on a monthly basis for services rendered based on: 1. Flat fee for Medicaid and; 2. Percent of other fees collected. L. Respond to all patients requests and inquiries, either written or verbal. M. 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 related in state and local laws or rules and regulations. N. Agrees to negotiate and arrange modified payment schedules for those individuals unable to pay the full amount when billed. O. Will 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. P. Agrees to provide the City with a listing of all accounts past due 180 days or more (except where a modified payout schedule has been arranged), including all pertinent facts regarding the accounts. Accounts due one year or more may be withdrawn from the awarded proposer and returned to the City of Tamarac for further collection efforts. Q. Agrees to provide and furnish all material and personnel required for the performance of the agreement. 10 0 R. Agrees to make every effort to locate and correct any incorrect billing address for billable patients. S. Agrees to maintain a working arrangement with all of the Tamarac Fire Department serviced hospitals and request that hospitals provide a copy of patient run sheets or be provided with demographic and insurance information. T. Agrees to include in the invoice mailing a citizen satisfaction survey and a return, self-addressed and postage paid envelope. Said survey is expected to be no more than one page in length and of a size not to exceed 8-1/2" X 11". U. Contract to be for an initial period of 3 years and renewable for 2 additional years at the City's discretion. RESPONSIBILITIES OF THE CITY OF TAMARAC: A. The City of Tamarac will provide the necessary patient information to the awarded proposer on a weekly basis for those patients that have been transported by the Fire Department. B. The City of Tamarac will comply with all Federal, State and local laws, rules and regulations as applicable to the services being contracted for. C. The City of Tamarac will agree to use the successful firm for all medical billings exclusively for the service specified herein as long as the contract agreements is in force. D. The City of Tamarac will make every effort to obtain the proper billing address for all billable patients prior to forwarding to the firm. WORK PRODUCTS REQUIRED A. Distribution of Char es and Collections -- This report will track the changes, payments and financial class mix of all patients for a given month. (Provide sample of this report) B. 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. C. New Charges Alpha Listing — This report lists all invoices alphabetically by patient name or responsible payer. (Provide sample of this report) D. Monthly Payment Listing_- This report lists payment, bad checks, charge offs, write offs and refunds posted to each patient's account. (Provide sample of this report) 0 11 E. Check Edit L_isting - This report lists all patients due refunds as a result of overpayment of account. (Provide sample of this report) F. And any mutually agreed upon additional reports as may be required. PERFORMANCE SCHEDULE Fees schedule should reflect service from October 1, 1999 to September 30, 2000. The fees quoted should reflect the total costs for all services to be provided and be of such detail to show the different fees for services provided. The proposer shall include sample bill forms and the messages that will be used on each successive bill mailed, as a part of the response. All text, format and color of printing and stock subject to approval by the City of Tamarac. Billings should be at intervals of initial billing, 35 and 65 days. C. PROPOSAL SELECTION The City Manager will appoint an evaluation committee in connection with the City's Request for Proposals for a qualified firm to provide a price agreement for the purpose of billing patients transported by the Fire Department. The City of Tamarac reserves the right to select the vendor proposal, which represents the best value to its citizens, and to accept and 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 the citizens of the City. It is the intent of the City to complete this project on a fixed price contract to the maximum extent possible. Price shall not be the sole determining factor for selection, as indicated in the following Section D "Evaluation of Proposals". D. EVALUATION OF PROPOSALS Evaluation Method and Criteria The City will evaluate proposals and will select the proposer that meets the best interests of the City. The City shall be the sole judge of its own best interests, the proposals and the resulting negotiated agreement. The City's decisions will be final. The City's evaluation criteria may include but shall not be limited to consideration of the following: 12 0 Qualifications: • Verification of availability of qualified personnel • Verification of availability of equipment • Ability to meet set standards Qualifications: • Expertise of human resources • Qualifications of the firm • Experience • References from other municipalities providing similar services Technical: • Understanding of the problem Technical soundness of proposal • Scope of Work Financial: • Cost Effectiveness • Reasonableness of proposed price • Evidence of insurance and/or bonding Other: • Location of Firm • Previous contracting experience with the City • Performance under past contracts with the City WEIGHTED CRITERIA The following criteria and weights shall be utilized in the evaluation of the proposals: CRITERIA WEIGHT Personnel Expertise/Qualifications 20% Experience in Stated Criteria/Medical Billing 20% Governmental/Municipal Experience Performance under cost contracts 25% Technology and Equipment Availability 10% Collection Philosophy 10% Location — Office within the Tri-County Area 5% Price 10% 13 These weighted criteria are provided to assist the proposers in the allocation of their time and efforts during the submission process. The criteria also guides the Evaluation Committee during the short -listing and final ranking of proposers by establishing a general framework for those deliberations. Short listed proposals will be selected for an interview prior to a recommendation being presented to the City Commission. As the best interest of the CITY may require, the right is reserved to reject any and all proposals or waive any minor irregularity or technicality in proposals received. Proposers are cautioned to make no assumptions unless their proposal has been evaluated as being responsive. Staff recommendations will be presented to the City Commission for award. Additional information may be required of the vendor during the review and selection process to clarify the vendor's presented information. E. ORAL PRESENTATIONS The highest ranking Proposers may be invited to give an oral presentation. The City may require additional information and Proposers agree to furnish such information. The City reserves the right to award the contract to the Proposer who will best serve the interest of the City. The City reserves the right, based on its deliberations and in its opinion, to accept or reject any or all proposals. The City also reserves the right to waive minor irregularities or variations to the specifications and in the proposal process. . F. RIGHT TO REJECT PROPOSALS Submission of a proposal indicates acceptance by the firm of the conditions contained in the request for proposals unless clearly and specifically noted in the proposal submitted and confirmed in the contract between the City of Tamarac and the firm selected. The City of Tamarac reserves the right without prejudice to reject any or all proposals. G. QUESTIONS ABOUT THE RFP Questions regarding the project or the proposal process shall be directed in writing to Anne Lodato, Senior Buyer, City of Tamarac, 7525 NW 88th Avenue, Tamarac, FL 33321 or by fax at (954) 724-2408. INQUIRIES - Inquiries concerning clarification of this request for proposal and the subject of the request for proposals must be made to: Anne Lodato, Senior Buyer 7525 NW 88"' Avenue Tamarac, Florida 33321-2401 14 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. • 0 15 PROPOSAL SUBMISSION FORM RFP 99-17R REQUEST FOR PROPOSALS FOR MEDICAL BILLING SERVICES PROPOSAL PRICE r� Flat Fee Percentage of 70 % to administer billing and collections Flat Rate of $ 160 a per month for Medicaid. SUBMITTED BY: Company Name: pD ATA T;�-OCEsSWG «�- Address: J 2© !4-"3 . ";"!cfT cav k'rE 2.0 ( City: Nkt AJ '-% State: ..FL- . Telephone: c:N* - 2-28® FAX:.(3°'5) <345 - 6692- Zip: 33 (64�3) NOTE: To be considered eligible for award, one (1) ORIGINAL COPY OF THIS PROPOSAL SUBMISSION FORM must be submitted with the Bidders' proposal. NO BID INDICATION (IF "NO BID" IS OFFERED): Please indicate reason(s) why a Proposal is not being submitted at this time. Return this Form to avoid removal of Bidder from the City of Tamarac's vendor listing. • 16 0 PROPOSAL CERTIFICATION FORM The undersigned hereby confirms that: 1. He/she is a duly authorized agent of the Company submitting the proposal; 2. He/she has read the General Terms and Conditions, and the Special Conditions which were made available to the Proposer in conjunction with the RFP and fully understands and accepts these terms unless specific variations have been expressly listed on the Proposal Form; 3. The Proposer will accept any awards made to it as a result of the Invitation for a minimum of sixty (60) calendar days following the date and time of the bid opening. BY: �+ DATE: -7 93 Iq MANUAL SIGN TURE 6 F AGENT �ay L- Fj;_-AM7-E.LAS TYPED/PRINTED NAME OF AGENT VICES TITLE OF AGENT NOTE: Proposals without the manual signature of an authorized agent of the Proposer shall be deemed non -responsive and ineligible for award. 0 17 PROPOSAL VARIANCE FORM Company Name: A>yAl4 En DATA RocFssrtilG0 - Variations: The Proposer shall identify all variations and exceptions taken to the General Terms and Conditions, and Special Conditions in the space provided below; provided, however, that such variations are not expressly prohibited in the RFP documents. For each variation listed, reference the applicable section of the RFP document. If no variations are listed here, it is understood that the Proposal fully complies with all terms and conditions. It is further understood that such variations may be cause for determining that the Proposal is non -responsive and ineligible for award: Section Variance Section Variance Attach additional sheets if necessary. /Vd'09 V WAAI'[XS. 1YorED • 18 0 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 & Contracts Manager) ADDRESS: 7525 N.W. 88th Avenue Tamarac, Florida 33321 CIRCLE ONE SUBMITTED BY: Cor oratio NAME: AnvAMr-ro ]�:)ArA F:Zoc .;srqG Partnership ADDRESS: 54W NW 165 5L De tat Mfr L!!!r' PL-53169 Individual PRINCIPAL OFFICE:. 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 Offer is: Adv`ce� Da:(a The address of the principal place of business is: 5� 1,iC� I� Sfr"4 �►. ►,16L 2. If Offeror is a corporation, answer the following: a. Date of Incorporation: % I - 0 ? y b. State of Incorporation: kl- Lo _�\�+\ C. President's Name: FP-A^juLAs d. Vice President's Name: �'Auc. Fv-&xzF_LAs e. Secretary's Name: \v-3 to �t�MZ�\a f. Treasurer's Name: �ANkA g. Name and address of Resident Agent: 19 3. If Offeror is an individual or a partnership, answer the following: a. Date of Organization: b. Name, address, and ownership units of all partners: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? 15 ear5 a. Under what other former names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why? 140 20 0 9. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representative of owners with the most knowledged of work which you have performed or goods you have provided, and to which you refer (government owners are preferred as references). See p-�es iLIQ (Name) JAddress (Phone number (Name) Address (Phone number) (Name) fLjdress(Phone number 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). 11. State the name of the individual who will have personal supervision of the work: TAUL. Fowm 1s , YicC.VRES THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS 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 CONTACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE WARD ANJOR ONTRACT. (Si" na ure) 0 21 ACKNOWLEDGMENT State of Florid County of v On this the �of day of , 199, before me, the undersigned Notary Public f the tat Florid person II ap eared aX ( ame(s) of individ I(s) rvho appeared before notary) whose name(s) is/are Subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: ft Y,`�n Kimberly Jo Haskew j. .* My Commission CC602962 n Expires January 4.2001 1 rf'rf or !\p 44 N TAR( P LIC, STATE OF FLORIDA o1 sae (Name of Not4y Public: Print, Stamp, Or Type as Commissioned.) Personally known to me, or Produced identification: �1 efe SE - (Type of Identification Produced DID take an oath, �NO take an oath. OPTIONAL INFORMATION s: Number of Signatures Notarized: Type of Document: Number of Page C� 22 0 REFERENCES Please list name of government agency or private firm(s) with whom you have done business within the past five years: *Agency/Firm Name: r Set�_- Address City/State/Zip Phone: Fax: Contact Agency/Firm Name: Address City/State/Zip Phone: Fax: Contact Agency/Firm Name: Address * City/State/Zip Phone: Fax: Contact Agency/Firm Name: Address City/State/Zip Phone: Fax: Contact Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact- Agency/Firm Name: Address- City/State/Zip Phone: Fax: Contact: YOUR COMPANY NAME AvvAtxEt) DMA ADDRESS 52n ►Jt� tGS�k Str�e� Sfic 2a1 NX o_v_,_Z 17 33(65' PHONE: ors �15 2-2-SC) • 23 FAX: 3C0S 5 - 6692- Clty of Temarac EMS 2 June. 1999 r,<<r.,� i 1'rf� 'ri i :( (ram � Fr-jF:l l fII, The following are a list of pertinent client references for which we perform extremely similar services to those requested by City of Tamarac. We encourage you to check every one of our references. Please note that collection percentages vary on the basis of area demographics. Also please note our collection stats are a true measure of collection level going back to the original bill -month. Where " is denoted, collection rate is for city/county where by ordinance residents are liable for insurance only and are not balance billed. Metro -Dade County Fire Department 6000 S.W. 87th Avenue Miami, Florida Mr. Roy Ratsky, CPA; Revenue Accountant 305-716-7709 716-7715 fax January '92 — finalizing currently (and) May '81 thru August '85. Brevard County 2725 St Johns Street, Bldg D Melbourne, Florida 32940 Ann Fosburr, Finance Mgr 407-633-2056 633-2057 fax May '96 - current City of Tampa 808 Zack Street Tampa, Florida 33602 Chief Bruce Savage 813-274.7005 274-7026 fax May '95 - current City of Boca Raton 2333 W. Glades Road Boca Raton, Florida 33431 Chief Bruce Silk 561-367-6722 367-6750 fax January '95 - current Palm Beach County 50 Military Trail, Suite 100 West Palm Beach, Florida 33415 Chief Michael Arena 561-233-0010 233-0029 fax April '98 - current City of Jacksonville City Hall, Room 500 220 East Bay Street Jacksonville, Florida 33415 Mitchell Perin, Accounting Division 904-630-2929 630-4796 fax October '98 - current Section A Page 10 City of Tamarac EMS 2 June..1999 City of Miami Beach 2300 Pine Tree Road • Miami Beach, Florida 33140 Chief Bruce Silk 305-673-7120 673-7881 fax October '94 - current City of Miami Fire Rescue 1121 N.W. 7th Street Miami, Florida 33136 Chief Juan Mestes 305-416-1653 416-1683 fax January '93 - current (and) December '86 thru March '90. City of Pompano Beach P.O. Drawer 1300 Pompano Beach, Florida Chief James Bentley 954-786-4510 786-4347 fax March 1994 - current City of Oakland Park 2100 N.W. 39th Street Oakland Park, Florida 33309 Chief James Henson 954-497-4100 497-4107 fax March 1994 - current City of Lauderdale Lakes 3461 N.W. 43rd Avenue - is Lauderdale Lakes, Florida 33319 Chief Cosimo Ricciardi/Cmdr Jeff Rohrer 954 731-8544 714-9035 October '95 - current �J J City of Lauderhill 1900 N.W. 561" Avenue Lauderhill, Florida 33313 Chief Ed Curran 954-730-2950 730-2955 October '96 - current City of Plantation 550 N.W. 65th Avenue Plantation, Florida 33317 Chief Bob Pudney 954-797-2150 797-2136 fax October '96 - current City of Coral Springs 2801 Coral Springs Drive Coral Springs, Florida 33065 Chief Vincent Locurto 954-346-1393 346-1387 fax October '96 - current Section A Page 11 City of Tamarac EMS 2 June,' 1999 City of Tamarac 7501 N.W. 88th Avenue Tamarac, Florida 33321 Chief Jim Budzinski 954-724-2436 724-2438 fax October '96 - current Town of Pembroke Park 3150 S.W. 52 Avenue Pembroke Park, Florida 33023 Irwin Lehmann 954-966-4600 966-5186 fax January '97 - current City of North Lauderdale 7700 Hampton Blvd. North Lauderdale, Florida 33068 Chief Turpel 954-720-4315 October '98 - current Town of Davie 6591 Orange Drive Davie, Florida 33314 Chief Joseph Rivero 954-797-1092 October '98 - current • • Section A Page 12 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 effects 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 which 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 certify that this form complies fully with the above requirements. r: HpyAw-ate ,ATd, T�zossss(A)6 VAt"horHized Si nature Company's Name 0 24 R`° City Of Tamarac • a"yu-upar[ment, rurchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Website: www.tamarac.org May 26, 1999 ADDENDUM #1 RFP NO.99-17R This addendum and the following information addresses the questions that have arisen from several proposers. The following are the requested clarifications to the proposal package. MEDICAL BILLING SERVICES RFP NO. 99-17R 1. Who is our current contractor? Advanced Data Processing. 2. Are they compensated based on a percentage of collections or a flat fee per account? Yes, on a percentage of collections and for Medicaid on a flat fee account. per 3. What is the current compensation rate? 7% and $150.00 for Medicaid monthly. 4. Is the fire department billing for ambulancetransports s. 5. Are you transporting both BLS (basic life supportand ALS (advanced su 7 Yes. pport) . 6. What is/or what do you intend to establish as a rate structure? $310. 00 for transportation, $25. 00 for oxygen, $7. 00 per mile, and $50. 00 for civil assistance. 7. Are there charges for any incidentals other than transport and mileage? No. 8. What is, or what is expected to be, the mix of your transports? Approximately 36% Medicare, 2% Medicaid, 3% self or uninsured and 58% insured. Approximately 70% of transports are ALS and 30% are BLS. 9. What is your current collection rate? Approximately 82% of the gross. 10. How do you intend to compensate the contractor for Medicaid cross over payments from Medicare? Please submit any ideas that you may have in your Proposal. 11. Are these payments included in the flat rate for Medicaid or are they to be paid as a percentage of collections? They are currently included. 12. Does the city, or does it intend to, make special arrangements with patients to discount bills for hardship, pro rata settlements for lawsuits, or any other writeoffs not required by state or federal regulations? There are current city policies in place. 13. Are any transports not billed? No. 14. Do you bill city employees on duty, or off duty, or their family members? Yes. i Equal Opportunity Employer ADDENDUM #1 MEDICAL BILLING SERVICES RFP NO.99-17R 15. Do you bill the indigent? Yes. 16. Will the city receive all payments and supply the vendor with copies of the payments and explanation of benefits? Yes. All other requirements shall remain as specified in the original bid request. If you have any questions, please call the Purchasing Office at (954) 724-2450. Anne Lodato Senior Buyer Please sign and include this page as part of your proposal submittal. �41Auh'.ri.el Signature C� Company Name c ZJZJ 1u:43a Advanced Data Pracessine 305-945-6692 City of Tamarac t-lnance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Webslte: www.tamarac.org June 1, 1999 ADDENDUM #2 RFP NO.99-17R This addendum changes or clarifies information contained in the following Request for Proposal: MEDICAL BILLING SERVICES RFP No. 99-17R C ] Bid Opening Date — The RFP opening has been changed to the following: Wednesday, June 9"', 1999 at 2:00 PM. 0 Please make sure your RFP is submitted prior to the deadline. Late Bids will not be accepted. All other requirements shall remain as specified in the original bid request. If you have any questions, please call the Purchasing Office at (954) 724-2450. "4 se Anne Lodato Senior Buyer Please sign and include this page as part of your RFP submittal. 1�j � �� ��2�n n-'n Ll�a k cc<-�--s\ -f - --N C Authorized Signature Company Name • Equal Opportunity Employer