HomeMy WebLinkAbout1996 10 14 Consent Item B
COMMISSION AGENDA
ITEM
B
REGULAR
CONSENT X
INFORMATIONAL
Meeting
MGR~;U/DEPT ~0
Authorization I
October 14, 1996
REQUEST: Fire Department requesting authorization to enter into a service agreement
for Billing Services for the Emergency Medical Transport System.
PURPOSE: The purpose of this Commission item is to gain Commission authority to
discontinue the Billing Services provided by EMTS Corporation, and to request
authorization for the City Manager to enter into a service agreement with Medical
Compliance, Inc. for Billing Services for the Emergency Medical Transport System
at a cost of 5.5% of the collected amount.
CONSIDERATIONS:
After several months with the current Medical Transport Billing Services provider
EMTS Corporation, Muncy, Pennsylvania, the following problems have occurred
prompting the need for a service change.
1. The Billing Company is located in Pennsylvania, fees are charged for long
distance calls to both patients and the City from their office in Pennsylvania to Winter
Springs.
2. Postage is charged to the City for all claims that are mailed i.e. insurance
companies, Medicare, Medicaid, patients, etc.. Also the City pays postage for the run
reports we send to their office.
3. The Fire Department is responsible for receipts of payment and generating an
account database for reconciliation of accounts. This causes unnecessary work that would
be provided by the new Billing Service provider.
October 14, 1996
Consent Agenda Item "B"
Page 2
4. Payments for services are based on fees per transport, the new providers
compensation is based upon collected revenue without additional fees such as postage,
long distance charges, and monthly service fees.
This proposed new service provider is needed to invoice the responsible party for
Emergency Medical Transport of the patient to the Hospital by the Winter Springs Fire
Department. The agreement will allow Medical Compliance, Inc. (Billing Center),
Orlando, Florida, on behalf of the City of Winter Springs to bill the established transport
fee of$184.63. The City of Winter Springs shall pay to the Billing Center for services a
rate of 5.5% of the collected amount.
Bids for this service were publicized and were opened on February 12, 1996
under Bid # 19~96 of the City of Altamonte Springs, Florida. The City Commission of
the City of Altamonte Springs, Florida approved an award recommendation at their
meeting on Tuesday, February 20, 1996. The vendor, Medical Compliance, Inc., was
awarded the bid for the amount of 5.5% of the amount of the medical transport bills
collected.
Medical Compliance, Inc. has agreed to convey the prices, terms, and conditions
of their bid with the City of Altamonte Springs, to the City of Winter Springs, as outlined
in the General Specifications for Bid No. 19-96, Medical Transport Billing and
Collection Services.
The Cities of Altamonte Springs, Longwood, and Winter Park currently utilize
Medical Compliance, Inc. for billing services.
The City Attorney has approved the Service Agreement between the City of
Winter Springs and Medical Compliance, Inc. as to form and legality.
October 14, 1996
Consent Agenda Item "B"
Page 3
The following information are items that are outlined in the service agreement
including services, compensation, and term of agreement.
Claims Processing Services:
1. Billing Center will pick up all claims information from the City of Winter Springs
Fire Chief or his designee on a weekly basis, unless other arrangements have been
made and agreed upon by both parties.
2. Billing Center will electronically process and submit the City's claims to the
corresponding insurance companies and provide a computer generated report
verifying their receipt by the insurance companies. City shall owe compensation to
Billing Center only for primary claims, and shall not be responsible or liable for
additional compensation to the Billing Center for secondary claims.
3. Billing Center shall supply the City monthly reports which shall contain Electronic
Verification Reports, Patient Aging, Accounts Receivable Report, Practice
Analysis Reports, Insurance Analysis Reports, Insurance documentation consisting
of follow up, patient documentation on calls and collections and any other
information available concerning the claims filed during the month preceding the
monthly report.
4. Billing Center will deposit collected funds into the City's bank account within two
days of receipt of same. Billing Center shall provide City with validated deposit
slips on a weekly basis. City shall provide Billing Center with pre-printed deposit
slips.
Compensation:
1. City shall pay to Billing Center for the services described the per claim rate of
5.5% of the collected amount. This rate shall be in effect for twelve (12) months
from the date hereof with an option for extension for up to four (4) additional
years. The invoices are to be billed on a monthly basis.
October 14, 1996
Consent Agenda Item "B"
Page 4
Term of Agreement:
1. This agreement shall be for a term of one (1) year provided however that it may be
terminated by the City upon submission of a thirty (30) days written notice to
Billing Center.
2. The City shall have the option to extend this Agreement for up to four (4)
additional years.
3. The City agrees to a thirty (30) day trial period during which the right to terminate
this agreement shall be waived.
FUNDING:
This service is budgeted in the current fiscal year in the Fire Department,
Medical Transport Services budget, line code (# 53410) at a projected expense of $7,410.
The following Table represents a Cost and Revenue analysis comparing the existing and
proposed Service Providers.
BILLING COST (9 Months)
EMTS
MEDICAL COMPLIANCE
Contract Cost
$4,510.00 $3,656.00
$405.00 $0
$360.00 $0
$5,275.00 $3,656.00
Postage
Long Distance Calls
TOTALS
REVENUE COLLECTION
1st Three Months
Percentage %
65%
80% ".
Dollars $
$18,001.00
$22,156.00 11
11 Based upon revenue collection experience in Altamonte Springs.
October 14, 1996
Consent Agenda Item "B"
Page 5
RECOMMENDATION:
It is recommended that the City Manager be authorized to enter into a service
agreement with Medical Compliance, Inc. for Billing Services for the Emergency
Medical Transport System at a cost of 5.5% of the collected amount.
IMPLEMENTATION SCHEDULE:
The agreement would be executed upon approval.
A TTAcBMENTS:
1. City of Altamonte Springs Bid Award Package, Bid No. 19-96
2. Electronic Claims Submission Service Agreement
COMMISSION ACTION:
CITY OF AL T AMONTE SPRINGS
PAGE:
225 NEWBURYPORT AVENUE
ALTAMONTE SPRINGS, FLORIDA 32701-3697
Telephone # 407/830-3870
Fax # 407/830-4421
PURCHASE ORDER
,I
P.o: NO.: 0381 2,3
DATE: 4 /1. 9 /9 G
W: MEDICAL COMPLIANCE INC
'1221 LEE RD #210
ORLANDO FL 32810
SHIPW: CITY OF ALTAMONTE SPRINGS
FINANCE/ACCOUNTING
,CITY HALL '
225'NEWBURYPORT AVENUE
ALTAMONTE SPRINGS FL
. . 327013697
,.:~!tVENOORNot~~1ilX
,'J:.' ~ ..', . . " . . ~ _.".
1012532,
2/28/97 NAN A
. .{pj::~;, ~";:~~::';; ,\;; QUOTED :BYjYel'Jd6r)'~~~~~~~~~.f,~<<.;~tt ::~~,~~~t~~)"l~;J;;~;:~~ BUYEI3, (CitY);:::'~f~{;0;,k'~j:;,:~.:::'4~t:~J:'~:;:;:;;}REQUISIT1()NED' BY (DeptlDiv) ~,:;:; .;~':',,:
" ::;::-"..~;;,{~~9:'FRE(GHJ,;)f-~~~~~;f;~~~~~~bNI~Qt:::N~:;:~~~~' !~~~tl~I~qco9N~(N.9.~(~:-;:;.,:~ ',;~.ti='ROJ~pti;~\(}: ";?t.~rf EQ:NO:~Jf~~~; '~BE<l'ifA1Er~
1
9800.00
EA
932 060 C0424) 1
MEDICAL TRANSPORT "
BILLINGAND COLLECTION SERVICES
PO AMOUNT BASED ON: '
1482 TRANSPORTS X $200 PER TRAN PORT =
$296,400 X 60% COLLECTION RATE'- . ' '
$1771840 X .055 COLLECTION FEE ERCENT
$978 .20 'COLLECTION FEE AMOUNT
I
1. 0000 I
I
I
98,00 ~ 0.0
REM,ARKS :
A. IN ACCORDANCE WITH ITB NO. 19- 6
B. ATTACHED TO THIS PO IS YOUR NO ICE
AND AN ORIGINAL AGREEMENT
I
TOTAL 1
OF. CONTR CT
9800.00
L
I
I
______l_____
CONDlnONS - READ CAREFULLY
1 - The right is reserved to cancel this order if not filled within lhe contract time. if specified.
2 - The conditions of this order are not to be modified by any verbal understanding.
3 - Acceptance of this order includes Acceptance of all terms. prices. delivery instructions.
specificalions and conditions staled.
4 - INVOICES AND PACKAGES MUST BEAR THIS ORDER NUMBER.
S - THE CITY ASSUMES NO RESPONSIBILITY FOR GOODS DELIVERED WITHOUT
THE AUTHORITY OF A PROPERLY EXECUTED PURCHASE ORDER.
6 - PLEASE FORWARD ALL INVOICES TO "REQUISITIONED BY" DEPARTMENT.
7 - See reverse for additional conditions.
FlORIDA TAX EXEMPTION NO. 69-01-034044-54C
FEDERAL 10 NO. 59-6000263
~~
_._n,_ ____~
ORIGINAL
ATTACHMENT 1
NOTICE OF CONTRACT
City of Altamonte Springs, Florida
Date of Contract: April 1, 1996
CC Approval Date: Februarv 20, 1996
Term of Contract: March 1, 1996 to Februarv 28, 1997
(may be renewed for four additional one year periods)
Department: Finance
Division: Accountinq
Vendor Name:
Medical Compliance, Inc.
Vendor Address: 1221 Lee Road suite 210
Orlando FL 32810
Vendor Number: 1012532
.'
,.ACCOUNTn #
.,PROJECT. . #
. . . ... . . .
. .. . . - .
'DESCRIPTION::,
'" ... ,.... .I,::.::::....::....j::;,
......, .... "..
.. .. . . . . . . . . .
.. :,:,::::,;:
:'::;.:.:::::.::;:::::'"::;"::::::.::::::::'
iii
.'
16006045263031
Medical Transport Billing and
Collection Services
Fee Is ~ased On Amount Of Medical
Transport Bills Collected
5.5%
TOTAL I
5.5% I
~_(-..l \~~ ~ >-- 1-/0 /'7 ~ 9 G
~ Barbara Kiser, Purchasing Agent
C-0424
Contract Number
ITB NO. 19-96
Bid Number
ELECTRONIC CLAIMS SUBMISSION SERVICE AGREEMENT
This Electronic Claims Submission Service Agreement ("Agreement") is entered
into this I~ W day of APRIL. ,1996, by and between Medical Compliance, Inc.
("Billing Centerll), a Florida corporation, and the City of Altamonte Springs, Florida
CICityll) , a Florida municipal corporation.
WIT N E SSE T H:
WHEREAS, City is desirous of retaining Billing Center to process and submit City's
claims for ambulance services to insurance companies; and
WHEREAS, Billing Center for compensation and consideration set forth in this
Agr~ement will process, submit and collect funds owing City for ambulance services;
and
WHEREAS, Billing Center agrees to abide by and comply with all covenants set
forth herein and with all applicable Florida law,
NOW, THEREFORE, the parties do agree as follows:
1. Claims Processinq Services.
1 .1 Billing Center will pick up all claims information from the City of
Altamonte Springs Fire Chief or his designee on a weekly basis, unless other
arrangements have been made and agreed upon by both parties.
1.2 Billing Center will electronically process -and submit the City's claims
to the corresponding insurance companies and provide a computer-generated report
verifying their receipt by the insurance companies. City shall owe compensation to
Billing Center only for primary claims, and shall not be responsible or liable for additional
compensation to Billing Center for secondary claims.
1.3 Billing Center shall supply the City monthly reports which shall contain
Electronic Verification Reports, Patient Aging, Accounts Receivable Reports, Practice
Analysis Reports, Insurance Analysis Reports, Insurance documentation consisting of
follow up, patient documentation on calls and collections and any and all other
information available concerning the claims filed during the month preceding the monthly
report.
1.4 Billing Center will deposit collected funds into the City's bank account
within two days of receipt of same. Billing Center shall provide City with validated
deposit slips on a weekly basis. City shall provide Bilting Center with pre-printed deposit
slips.
KE: March 13. 199O C:\WPS1\D\AS\BIWNG.AGT
1
2. Compensation.
2.1 City shall pay to Billing Center for the services described in section (1)
herein the per claim rate of 5.5% of the collected amount. This rate shall be in effect for
twelve (12) months from the date hereof with an option for extension for up to four (4)
additional years. The invoices are to be billed on a monthly basis.
3. Term of Aqreement.
3.1 This agreement shall be for a term of one (1) year provided however
that it may be terminated by the City upon the submission of thirty (30) days written
notice to Billing Center.
3.2 The City shall have the option to extend this Agreement for up to four
(4) additional years.
3.3 The City agrees to a thirty (30) day trial period during which the right
to terminate this Agreement shall be waived.
4. Code of Ethics and Debt Collection Practices.
4.1 Billing Center maintains and operates under a "Code of Ethics" to
insure the integrity and confidentiality of City and patients. A copy of this code is
attached hereto and incorporated herein by reference.
4.2 Billing Center covenants and agrees that it shall comply with, keep and
following the guidelines, laws and regulations set forth in Chapter 559, Florida Statutes,
and that it shall not violate Florida Statues 9559.72 prohibiting certain practices in
collecting consumer debts nor violate any other provisions of the Florida Statutes
concerning consumer or commercial collection. Billing Center warrants that it is aware
of and fully knowledgeable of the laws regarding collection practices set forth in Florida
Statutes Chapter 559 'and warrants that it shall at all times remain knowledgeable of the
laws set forth therein and any amendments thereto.
4.3 The violation by Billing Center of either the Code of Ethics or any
provision of Florida Statutes Chapter 559 shall be grounds for City's immediate,
termination of this Agreement upon Billing Center's receipt of notice from City without
the thirty (30) day waiting period.
5. Indemnification.
5.1 The City of Altamonte Springs, its officers and employees shall not be
deemed to assume any liability for the acts, omissions, and negligence of Billir-lg Center,
its officers and employees. Billing Center shall indemnify and hold the City and its
officers and employees harmless from any and all liability, claims, causes of action, costs
KE: March 13. 1996 C:\WP51\D\AS\BIWNG.AGT
2
or expenses either direct or indirect including attorneys fees incurred as a result of or
arising under this Agreement or the provision of services hereunder.
6. Insurance.
6.1 Billing Center shall be responsible for maintaining a general liability
insurance policy covering all actions taken by Billing Center in connection with either its
duties under this Agreement or its relationship with the City of Altamonte Springs. The
general liability policy shall have a minimum coverage of One Million Dollars
($1,000,000.00) per occurrence and One Million Dollars ($1,000,000.00) aggregate.
Billing Center shall name City as an additional insured on all insurance policies obtained.
Billing Center shall provide to City a Certificate of Insurance on the aforementioned
policy immediately upon execution of this Agreement.
. 7. Assianabilitv. This Agreement is not assignable by either party.
8. Severabilitv: Florida Law. If any part of this Agreement is adjudged invalid, all
other parts herein shall remain valid and enforceable. Florida law shall govern this Lease
Agreement.
IN WITNESS WHEREOF, the parties hereto have signed by their duly authorized
officers as of the day and year set forth above.
CITY OF ALTAMONTE SPRINGS, FLORIDA
uut~
KE: March 13, 19ge C:\WP51 \DIAS\BIWNGAGT
3
!;~!~!~I!:]t.JlIIl~IIJ"Afl1.,I!~!!~WJ"I~F{~2m1~N .
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICES BELOW.
COMPANIES AFFORDING COVERAGE
. .....~\ 1'''\,;-\..
POE AND BROWN INC
2600 LAKE LUCIEN #100
MAITLAND FL 32751
COMPANY
A
HARTFORD INS OF THE SOUTHEAST
INSURED
COMPANY _
B an1415~
COMPANY /o)"~ ~ 19&.-
1221 LEE RD STE 210 C I~ :\1110 '^ ~~\
ORLANDO FL 32810 COMPANY I'~ PURCH .~v;) ~
1:5:::', .;:: ,.:,' ..<::::, :".' D ~ ""'",. A::'I/V", ~
:99:Y~M9,:~~:::f:"t::H~f?~:?:::tmII:~::::'?::IIIIII:i::tt'I::::~:mmmt:Iff:::::~:Hm?::f::::f:::"ttm:~:t:fff:t:':IU:::'::u::m':t:::::U::UUUI:t'IiU:::'I:t:III::::II:tt:::I::::::::j::::t::t:::::::::::::::U:::::iJw:mUUUI::!l;W.::,\f;:"M:}V'/:"::~}I%W
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED'Idi0YE FOR THE PO Y PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT W~,ec::t. - WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS S' ."U THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
MEDICAL COMPLIANCE INC
co
Lm
TYPE OF INSURANCE
POUCY NUMBER
POUCY EFFECTlVI! "OUCY E:lf'mAnON
DATE (MMJDDIYY) DATE (MMJDDIYYI
UMrTS
~ OENERAL UABIUTY 2 1 S BAES 0 15 3
-
X COMMERCIAL GENERAL UABILITY
1 CLAIMS MACE 00 OCCUR
OWNER'S & CONTRACTOR'S PROT
-
-
2/27/96
2/27797
GENERAL AGGREGATE S
PRODUCTS COMPIOP AGG .2 , 0 0 0 , 0 0 0
PERSONAL & ACV INJURY S 1 , 0 0 0 , 0 0 0
EACH OCCURRENCE S
FIRE DAMAGE (Any one ftrel S 3 0 0 , 0 0 0
MED EXP (Any one person) S 1 0 , 0 0 0
1,000,000
COMBINED SINGLE LIMIT .
~ AUTOMOBlU!UABIUTY 21SBAES0153
-
I- ANY AUTO
I-- AU. OWNED AUTOS
I- SCHEDULED AUTOS
~ HIRED AUTOS
~ NON.OWNED AUTOS
2/27/96
2/27/97
BODILY INJURY
{Pe, pel30nl
.
BODILY INJURY
(Per ecehlenl)
.
PROPERTY DAMAGE S
~AOE UABIUTY
_ ANY AUTO
-
EXCESS UABIUTY
I UMBRELlA FORM
'\ Oll-lER ~AN UMBREUA FORM
WORKERS COMPENSAnON AND
EMPLOYERS'UABIUTY
AUTO ONLY EA ACCIDENT S
OTl-iER Tl-iAN AUTO ONLY:
EACH ACCIDENT S
AGGREGATE S
EACH OCCURRENCE S
.
AGGREGATE
s
.
THE PROPRIETOR!
PARTNER~XECunvE
OFFICERS ARE:
OTHER
RINCL
EXCl
I STATUTORY LIMITS
EACH ACCIDENT .
DISEASE POUCY UMIT S
DISEASE EACH EMPlOYEE S
---.. -. -r-...n....'..,noILU~IIU"'WY~peclAL ITEMS
THOSE U$UAL TO INSUREDS OPERATION, CERTIFICATE HOLDER IS ALSO ADDITIONAL
INSURED.
L' b~)9-c..;G
SHOULD AMY OP 11tE ABOVE DESCRIBED POUCIES BE CANCEUED BEFORE THE
CITY OF ALTAMONTE SPRINGS
UPIlATlON DATB THEREO'. nil! ISSUINQ COMPANY Will. ENDEAVOR TO MAil
l.Q.... DAYS WRrTnN NOnCI! TO na; CmT1F1CATI! HOLDER NAMED TO na; LEFT,
BUT FALlIRI! TO MAL SUCH NOnCE SHAU. IMPOSE NO OBUQATlON OR UABUTY
ALTAMONTE SPRINGSFL 32710 OP ANY KIND UIIQt THE COfolPANY, C'8 AOENTS Ofl REPREm,rAT1VES.
AuntOR~ RUR M\~~~ \-1~~..~~~
A~6~i'#/~~1~:i?raidr:::::m::m:::t::::::::mt::::::m:m:::j:::m:ml,j::l,j:j:::j,}::::::}::m::::::::::::::::::;:;:;:;::t::::n:::n::::::::::::::j:::::::tfr":W:':':::m:::,~::,:,:m':::;'2'm:itW:fu;%=::0r::::1t:fu':~:'rmm:::~'m,t:?t:;g:A'e6nb:':':C~~OA:^flbN':'::':fiti3
225 NEWBURYPORT AVENUE
INTER
OFFICE
MEMORANDUM
City of AItamonte Springs, Florida
DATE:
February 14, 1996
Phillip D. Penland
City Manager
TO:
VIA:
M<;1rk B. D7Bord t~~lY)
F~nance D~rector -..
FROM: Barbara Kiser ~
Purchasing Agent /
~
SUBJECT: Commission Agenda Item - February 2Q, 1996
BID AWARD
BID NO: 19-96
MEDICAL TRANSPORT BILLING AND. COLLECTION SERVICES
Certificate of Advertisement has been received. Bids were
distributed to twenty-four (24) vendors. Bid responses were
received from six (6) vendors and five (5) "No Bids" were received.
Bids were opened and publicly read aloud on February 12, 1996. Bid
amounts have been duly recorded on the Bid Tabulation (copy
attached) .
The bid called for offers to secure billing and collection
services for Fire Rescue Medical Transportation Fees in conjunction
with the City's needs on an as needed when needed basis.
Bids were reviewed by myself for conformance to the general
specifications. All bids, except Medical compliance, Inc. and CSB
Audit & Billing Services, were found to be complete and responsive.
These two firms failed to provide an additional copy of their bid
submittal, which is a minor technicality that the City has reserved
the right to waive.
Bids were reviewed by Stan Human, EMS Manager, for conformance
to the technical requirements of this bid. After a review of the
bids, he has determined that Medical Compliance, Inc. qualifies as
the lowest responsible bidder. Thus, it is recommended that an
award be made to Medical Compliance, Inc. in the bid amount of 5.5%
of the amount of the medical transport bills collected.
I have reviewed the recommendation memo (copy attached) and am
in concurrence ~with this recommendation.
Recommendation: That the City Commission award Bid No: 19-96
to Medical Compliance, Inc. in the bid amount of 5.5%of the amount
of the medical transport bill s collected.
cc: Bid File (WP51\BIDS\96\ITB1996)
ITB/RFP Tabulation File
Correspondence File
__u InItIIlfII, .....~~?a-q~
Jim Poulalion, Deputy Finance Director
Windy Maloof, Sr Buyer
BID
TAB U L A.T 1,;0 N
City of Altamonte Springs, Florida
Bid No.: 19-96
Date: Februarv 12. 1996
Title: MEDICAL TRANSPORT BILLING AND COLLECTION SERVICES
BIDDERS
NAME AND
ADDRESS
page 1 of 2
BID/PROPOSAL INFORMATION
TOTAL BASE BID
OTHER BID INFORMATION
MEDICAL COMPLIANCE, INC.
1221 Lee Road Ste 210
Orlando FL 32810
Contact: Julie Schuster
5.5%
ADDEN #1: Yes
COPY OF BID: No
REFERENCES: Yes
BIDDER ORGANIZATION: Yes
BIDDER HISTORY: Yes
ADVANCED DATA PROCESSING, INC.
520 NW 165th Street Ste 201
Miami FL 33169
Contact: Paul Franzelas
7%
ADDEN #1: Yes
COPY OF BID: Yes
REFERENCES: Yes
BIDDER ORGANIZATION: Yes
BIDDER HISTORY: Yes
FLORIDA REGIONAL EMERGENCY SVC
US Highway 441
Eustis FL 32726
Contact: Seth Ellis
8% or
7% Plus
Postage
ADDEN #1: Yes
COPY OF BID: Yes
REFERENCES: Yes
BIDDER ORGANIZATION: Yes
BIDDER HISTORY: Yes
~: C'SB -AUDIT & BILLING SERVICES
202 N Federal Highway
Lake Worth FL 33460
Contact: Ron Rode
8%
ADDEN #1: Yes
COPY OF BID: No
REFERENCES: Yes
BIDDER ORGANIZATION: Yes
BIDDER HISTORY: Yes
. -~ MEDICAL BILLING
208 W University Drive
Arlington Heights IL 60004
Contact: Patrick Mannix
10%
ADDEN #1: Yes
COPY OF BID: Yes
REFERENCES: Yes
BIDDER ORGANIZATION: Yes
BIDDER HISTORY: Yes
_Trof'f Present:
Barbara Kiser, Procurement Div Mgr
Pat Wainright, City Clerk
Phillip Penland, City Manager
Steve Gaston, Deputy Fire Chief
Stan Human, EMS Manager
II
Vendors Present:
See Bid Sign In Sheet
Attached w/ITB #17-96
".
.---- Tentative City Commission award date is 7:00 p.m., Tuesday, February 20, 1996. Call the
:~~!~~~~~==~ Information Line (407/830-3878) for status of Intent To Award Recommendation.
~ '. \ . . ,',;,i ~ .
BID
TAB ULA TION
City of Altamonte Springs, Florida
.'., No.: 19-96
Date: Februarv 12. 1996
l'itle: MEDICAL TRANSPORT BILLING AND COLLECTION SERVICES
page, 2 of 2
BIDDERS BID/PROPOSAL INFORMATION
" NAME AND
ADDRESS TOTAL BASE BID OTHER BID INFORMATION
CERTIFIED AMBULANCE GROUP 11% ADDEN #1: Yes
920 Cromwell Avenue COPY OF BID: No
Rocky Hill. CT 06067 REFERENCES: Yes
Contact: Chris Gentile BIDDER ORGANIZATION': Yes
BIDDER HISTORY: Yes
"NO BID" RECEIVED FROM:
1. Liberty Collection Bureau
2. Equifax Risk Mgmt Svcs
3 . Van Ru Credit Corp
4. Ketron, Div of Bionetics
5. Municipal Services Bureau
;e:~
"
INTER
OFFICE
MEMORANDUM
City of Altamonte Springs, Florida
DATE:
February 14, 1996
TO:
Phillip D. Penland
City Manager
VIA: Mark B. DeBord M8>O
Finance Director ---
FROM: Barbara Kiser ~~
Purchasing Agen~'
SUBJECT: Commission Agenda Item - February 20, 1996
BID AWARD
BID NO: 19-96
MEDICAL TRANSPORT BILLING AND COLLECTION SERVICES
Certificate of Advertisement has been received. Bids were
distributed to twenty-four (24) vendors. Bid responses were
received from six (6) vendors and five (5) "No Bids" were received.
Bids were opened and publicly read aloud on February 12, 1996. Bid
amounts have been duly recorded on the Bid Tabulation (copy
attached). .
The bid called for offers to secure billing and collection
services for Fire Rescue Medical Transportation Fees in conjunction
with the City's needs on an as needed when needed basis. .
Bids were reviewed by myself for conformance to the general
specifications. All bids, except Medical Compliance, Inc~ and CSB
Audit & Billing Services, were found to be complete and responsive.
These two firms failed to provide an additional copy of their bid
submittal, which is a minor technicality that the City has reserved
the right to waive.
Bids were reviewed by Stan Human, EMS Manager, for conformance
to the technical requirements of this bid. After a review of the
bids, he has determined that Medical Compliance, Inc. qualifies as
the lowest responsible bidder. Thus, it is recommended that an
award be made to Medical Compliance, Inc. in the bid amount of 5.5%
of the amount of the medical transport bills collected.
I have reviewed the recommendation memo (copy attached) and am
in concurrence with this recommendation. ~
APPROVED BY, - -
(~ITY' MANAGER:
')ATE:
#8ft
CITY OF AL T AMONTE SPRINGS
225 NEWBURYPORT AVENUE
ALTAMONTE SPRINGS, FLORIDA 32701.3697
February 14, 1996
Julie Schuster
Medical Compliance, Inc.
1221 Lee Road, Ste 210
Orlando, FL 32810
re: CONTRACT DOCUMENTS
ITS NO: 19-96
MEDICAL ~RANSPOR~ BILLING AND COLLEC~ION SERVICES
Dear Ms. Schuster,
The City.of Altamonte opened and publicly read aloud the bids received for
the above bid on February 12, 1996.
The City Commission approved an award recommendation at their meeting on
Tuesday, February 20, 1996:
Vendor Name
Amount
Medical Compliance, Inc.
5.5% of the amount of the
medical transport bills
collected
Jim Poulalion, Deputy Finance Director, will be contacting you within ten
(10) calendar days, to negotiate the terms and conditions of the agreement. To
streamline the process, it is recommended that you bring in a sample agreement
that you have utilized in the past. The agreement will require approval by the
City Attorney. Once the agreement has been finalized, five (5) original sets
will need to be signed by both parties.
Prior to any of the services commencing, a contract must be fully executed
by both parties, a Certificate of Insurance received and approved and a Purchase
Order issued by the Purchasing Division. All invoices, if required by the
agreement, are to reflect the Purchase Order number on the invoice~ No payments
may be made without a properly executed purchase order
--
Sincerely,
~~, ~-"-\ ~
Barbara Kiser
Procurement Division Manager
cc: Bid File (WP51\BIDS\96\ITB1996)
Correspondence File
~ -11Io.. ~""".an._""'1a. ......ft.-o--..~
Jim Poulalion, Deputy Finance Director
Windy Maloof, Purchasing Agent
· WE ARE PEOPLE WHO CARE ABOUT PEoolE ..
CITY OF AL T AMONTE SPRINGS
225 NEWBURYPORT AVENUE
ALTAMONTE SPRINGS. FLORIDA 32701.3697
March 29, 1996
Julie Schuster
Medical Compliance, Inc.
1221 Lee Road, Ste 210
Orlando, FL 32810
re:CONTRACT DOCUMENTS
ITB NO: 19-96
MEDICAL TRANSPORT BILLING AND COLLECTION SERVICES
Dear Ms. Schuster,
Attached are five (5) original sets of the agreement negotiated
between your firm; Jim Poulalion, Deputy Finance Director and Mary
L. Sneed, City Attorney/Fowler, Barice & Feeney. Please sign and
return all five (5) sets.
One (1) original set will be returned to you, with a Notice of
Contract, and a Purchase Order issued by the Purchasing Division.
All invoices are to reflect the Purchase Order number on the
invoice. No payments may be made without a properly executed
purchase order
Sincerely,
\::)
~~
Barbara Kiser
Procurement Division Manager
cc: Bid File (WP51\BIDS\96\ITB1996)
Correspondence File
Stan Human, EMS Manager .
Jim Poulalion, Deputy Finance Director
Windy Maloof, Purchasing Agent
· WE ARE PEOPLE WHO CARE A50IJT PEOPLE .
INVITATION TO BID
Bid No. 19-96
City of Altamonte Springs
PURCHASING DIVISION
City Hall, Room 128
225 Newburyport Avenue
Altamonte Springs FL 32701 -3697
Monday
02/12/96
Opening Date: 11:00 a.m.
Business Phone: 407/830-3886 or 830-3870
Bid/Proposallnformation line: 407/830-3878
Fax Phone: 407/830-4421
THIS IS NOT
AN ORDER
FOB Point: N/A
Terms of Payment: net 30 days upon deliverv and acceotance
The City Shall Receive Shipment Within nla
Purchase Order.
From Date Vendor Receives Official
Bid must be received at City Hall,
Purchasing Division, Room 128 before
Time: 11 :00 a.m. on 02/12/96
:-
Bids will be immediately opened after
the bid due date and time. You are
invited to be present.
Signed~n. lo.n\~
- Barbara Kiser,Purchasing Agent
Stltl of Florid. Tu Exemption Number i.:
89-oI-034044-64C
Date
/1J,Q~o9~
SECTION
Legal Advertisement
Letter from Purchasing Agent
Bidding Instructions, Terms & Conditions
General Specifications
Insurance Requirements Specifications
Special Conditions
Technical Specifications
Attachment A - EMS Report Form
Proposal Bid Form
List of References Form
"No Bidll Response Form
PAGE
LA - 1
LTR - 1
BITC - 1
GS - 1
IS - 1
SC - 1
TS - 1
A - 1
PBF - 1
R - 1
NBF - 1
~
LEGAL ADVERTISEMENT
NOTICE IS HEREBY GIVEN that the City of Altamonte Springs,
Florida will receive separate sealed' bides) for the item(s) as
listed below. Bid(s) must be received prior to the appointed
advertised due date and time (local time), in the Purchasing
Division, Room 128, City Hall, 225 Newburyport Avenue, Altamonte
Springs, Florida 32701.
The following bides) will be publicly opened and read aloud
immediately following the below appointed due date and time in the
Commission Chambers Room at City Hall.
*****************************************************************
Bid No. Bid Title Ooeninq Time & Date
19-96
MEDICAL TRANSPORT BILLING AND
COLLECTION SERVICES
Monday
02/12/96
11:00 a.m.
Purpose: The purpose of the ITB is to establish a contract for the
purchase of billing and collection of Fire Rescue Medical
Transportation Fees in conjunction with the City's needs on an as
needed when needed basis.
*****************************************************************
Bid Documents, including specifications and proper Proposal
Bid forms are available, at no cost, in the Office of the
Purchasing Division, 225 Newburyport Avenue, Altamonte Springs,
Florida, 32701, (407) 830-3878 (Mailbox #6), unless otherwise
noted. It is mandatory that interested bidders request directly
from the Purchasing Division' only the bid documents prior to
submission of a bid.
The City of Altamonte Springs reserves the right to accept or
reject any or all bids, with or without cause, to waive
technicalities, or to accept the bid which, in its judgement, best
serves the interest of the city.
Persons are advised if they wish to appeal any meeting or
decision made concerning this bid, they will need a record of the
proceeding, and for such purpose, they may need to ensure that a
verbatim record of the proceedings is made, which record includes
the testimony and evidence upon which the appeal is to be made, per
Chapter 80-150, Laws of Florida. The City does not provide this
verbatim record. Persons with disabilities needing assistance to
participate in any of these proceedings should contact the City
Clerk Department ADA Coordinator 48 hours in advance of the meeting
at 407/263-3780 (VOICE/TOO).
~
CITY OF ALTAMONTE SPRINGS
/s/ Barbara Kiser
Purchasing Agent
Publish two (2) times -------------------- January 24 & 28, 1996
LA - 1
CITY OF AL T AMONTE SPRINGS
225 NEWBURYPORT AVENUE
ALTAMONTE SPRINGS. FLORIDA 32701-3697
January 24, 1996
Dear Interested Bidder:
On behalf of the City of Altamonte Springs, I would like to take
this opportunity to invite your firm to submit a bid for: .
*******************************************************
BID NO: 19-96
MEDICAL TRANSPORT BILLING AND COLLECTION SERVICES
********************************************************
Enclosed are the Invitation to Bid (ITB) documents for your review
and consideration.
To ensure that your bid is not inadvertently opened before proper
time, please utilize the attached blue Bid Return Envelope. In the
absence of the envelope, please indicate on the lower left hand
corner of your envelope:
Bid Number..... 19-96
Due............ 11:00 a.m.
Monday
02/12/96
It is a pleasure to be able to send you this bid for your
consideration and hope that you can offer the city a bid.
Sincerely,
.~~~
Barbara Kiser, PPB
Purchasing Agent
LTR - 1
i.;:;'\" .:..::::'.::<::::....:yBli5i3iNG .i&sij/RUell?liIN:S~'::::::.';; .. ......;;;...;..;:;:; ,:.;.:..:...:....
;:i:;...i.:::..:.::.:.....:..i:ii:!.:.:i::j::ii;EiM1~-:Af{!)A..{4fJNttl:lL{(2;W:~.:..;...:::..:..;;::I:I!:II:i:llil:::11/::1 Iii I il::lllllilllllll::IIIIIIIIIIIIIIIII.:l1jll !II .III!:IIII
MEDICAL'TKiNs~J~;i~fd~~~~Z[~3fl~~!I"~i~i;!1
1 SUBMISSION OF BIDS
1.1 Bids and modifications thereof shall be enclosed in a
sealed envelope, with the Proposal Bid Form, any other
required forms, and each accompanying sheet on which an
entry has been made by the bidder. Sealed envelope shall
be mailed or delivered to the Purchasing Division only
with the name and address of the bidder, the due date and
time, and the invitation number on the face of the
envelope.
1.2 It is the bidders responsibility to assure that the bid
is properly addressed or delivered to the purchasing
Division Only.
1.2.1
Mail To:
Purchasing Division
CITY OF ALTAMONTE SPRINGS
225 Newburyport Avenue
Altamonte Springs FL 32701-3697
1.2.2
Hand Delivery To:
Purchasing Division
City Hall Building, Room 128
Municipal Complex
CITY OF ALTAMONTE SPRINGS
225 Newburyport Avenue
'Altamonte Springs FL 32701-3697
It is the bidders sole responsibility to allow for any
delays including, but not limited to: post office delays
(such as heavy mail due to holidays), weather, traffic,
parking, and locating the Purchasing Division.
1.3 For purposes of this bid, the official local time that
bids are due shall be the time as recorded on the clock
in the Purchasing Division. Bids must be received before
the official local due date and time.
1. 4 Bids will be received and officially recorded as received
in the Purchasing Division ONLY.
BITC - 1
1.5
To ease and facilitate handling, the attached
Return Envelope has been provided for your use.
this Bid Return Envelope will insure
identification and handlinqof your Bid.
blue Bid
Usage of
proper
1.6 Bids received after the due date and time shall be
disqualified as late bids and will not be recorded as a
responding bidder. Bids" received after the bid opening
will be returned to the bidder unopened.
1.7 Telegraphic bids will not be considered.
1. 8 The bidder represents that the article (s) to be furnished
under this Invitation to Bid is (are) new and unused ,
unless specifically so stated, and that the quality has
not deteriorated so as to impair its usefulness.
1.9 The Proposal Bid Form is a mandatory form to ease bid
tabulation and analysis; however, it can be accompanied
by additional supportive forms. An officer or
representative who has official authorization to sign
bids MUST sign the Proposal Bid Form. An unsigned bid
is not a valid offer (one of the essential elements of a
binding contract) therefore, failure to sign in the space
provided on the Proposal Bid Form will result in the bid
being considered non-responsive and the bid rejected. It
is not a minor technicality which the City can reserve
the right to waive.
1.10 Do not return the entire bid package. Only the Proposal
Bid Form, any other required forms, and each accompanying
sheet on which an entry has been made by the bidder need
be returned in the sealed envelope.
1.11 To facilitate the evaluation process, the bid submittal
should include one complete original bid submittal set
(including Proposal Bid Form and all other information
submitted with the bid) plus one (1) complete duplicate.
2 "NO BIDS"
2.1 In the event you elect not to bid, respond by returning
the "No Bid" Response Form.
2.2 "No Bids" must be returned by the advertised bid due date
and time (see Paragraph 1.3 above) to be qualified as a
responding bidder. "No Bids" received after the bid due
date and time will be returned to the bidder unopened.
2.3 "No Bids" must be submitted, enclosed in a sealed
envelope, with the name and address of the bidder, the
BITC - 2
due date and time, the invitation number, and "No Bid"
marked on the face of the envelope. To ease and
facilitate handling, the attached blue Bid Return
Envelope has been provid~d.'for your use. Usage of this
envelope and indicating "No Bid" on the envelope will
ensure proper identification of your "No Bid".
2.4 Only the "No Bid" Response Form needs to be returned in
the sealed envelope.
3 PREPARATION OF BIDS
3.1 Bidders are expected to examine this bid form, attached
drawings, specifications, if any, and all instructions.
Failure to do so will be at the bidder's risk.
3.2 All prices and notations must be in ink or type written.
No erasure permitted. Mistakes may be crossed out and
corrections typed adj acent and must be initialed and
dated in ink by person signing quotation. All quotations
must be signed with the firm name and by a responsible
officer or employee. Obligations assumed by such
signature must be fulfilled.
3.3 Each bidder shall furnish the information required on the
Proposal Bid Form and each accompanying sheet thereof on
which he makes an entry. Bids submitted on any other
format shall be disqualified.
3.4 Unit price for each unit bid shall be shown and such
price shall include packing, unless otherwise specified.
A total shall be entered in the amount column for each
item bid. In case of discrepancy between a unit price
and extended price, the unit prices will be presumed to
be correct.
4 EXCEPTIONS TAKEN TO SPECIFICATIONS
4.1 In the event you elect to bid, but must take exceptions
to the bid specifications, the bidder shall be required
to make a notation by the particular specification he can
not meet the minimum requirement.
4.2 Notation shall be in the form of marking through the
particular specification taking exception to and
indicated the true specification of the item either on
the same page the specification is listed or on company
letterhead.
~
4.3 Only those pages that the bidder is taking exception to
the specifications need be returned with the Bid Proposal
Form.
BITC - 3
5 WITHDRAWAL OR CORRECTION OF BIDS
5.1 Prior to bid due date and time a bid may be withdrawn or
corrected only upon proper identification being presented
by the person who has signed the bid. Proper
identification shall be in the form of a drivers license
with a picture on it and a business card that is the same
as the person and company submitting a bid.
5.2 After the bid due date and time, a bidder cannot withdraw
or correct a bid.
6 CONTRACT PERSON CONCERNING INQUIRIES OF THIS BID
6.1 Inquiries concerning this bid, whether technical or
general in nature, must be addressed in writing on
company letterhead to:
Barbara Kiser, Purchasing Agent
City of Altamonte Springs
225 Newburyport Avenue
Altamonte Springs, FL 32701
Fax Phone #: 407/830-4421
6.2 These inquires must be received in the Purchasing
Division seven (7) working days prior to the bid due date
and time, in order to provide adequate response time to
queries and issue an addendum, if necessary.
6.3 Questions concerning the technical specifications shall
be forwarded by this office to the appropriate requesting
department/division. Bidders are not to contact the
requesting department/division directly unless explicitly
authorized by this office.
7 ADDENDUM
7.1 All interpretations and supplemental instructions will be
in the form of written addenda to the bid documents
which, if issued, will be mailed to all prospective
bidders (at their respective addresses furnished for such
purposes) not later than five (5) calendar days or faxed
no later than twenty-four (24) hours prior to the due
date and time.
7.2 It is the bidders responsibility to assure that he has
received any and all addendum. The bidder should call,
prior to submission of the bid AND twenty-four (24) hours
prior to the bid due date, the Bid/Proposal Information
Line (select Mailbox #5) to that all addendum has been
received.
BITC - 4
7.3 In case any bidder fails to acknowledge receipts of any
such addendum in the space provided on the Proposal Bid
Form, his bid will nevertheless be construed as though
the addendum has been received and acknowledged, and the
submission of the bid will constitute acknowledgement of
the receipt of the addendum.
7.4 Only the interpretation or correction given by the
Purchasing Agent or authorized representative, in
writing, shall be binding, and prospective bidders are
warned that no other source is authorized to give
information concerning, or explaining or interpreting,
the contract documents.
8 BID OPENING
8.1 Immediately following the bid due date and time, a pUblic
bid opening will take place. At the bid opening, when
ever possible, at a minimum, the total base bid amount
(as tabulated by each bidder) of each bid will read
aloud. Other information, such as group bid amounts,
alternate bid amounts, additive bid amounts, delivery
dates, acknowledgement of receipt of required
accompanying supporting bid documents, may be announced
at the bid opening. (Note: Bid amounts announced at the
bid opening are sUbject to change due to math err~rs made
by bidders - see paragraph 3.4 of this section).
8.2 Since the published bid opening place is subj ect to
change, it is recommended that bidders either call
Purchasing or stop by the Purchasing Division prior to
the bid due date and time.
8.3 Persons are advised that, if they decide to appeal any
decision made concerning the award of this bid, they will
need a record of the proceeding, and for such purpose,
they may need to ensure that a verbatim record of the
proceedings is made, which record includes the testimony
and evidence upon which the appeal is to be made.
Persons with disabilities needing assistance to
participate in any of these proceedings should contact
the City Clerk Department ADA Coordinator 48 hours in
advance of the meeting at 407/263-3780 (VOICE/TDD).
9 BID RESULTS/TABULATION
Due to limited staff, time, work load and budget restraints,
city staff will not give bid results over the phone. The bid
results ~ay be obtained by any of the following methods.
9.1 Public Bid Ooeninq
BITC - 5
Bidders are encouraged to attend the public bid opening
to obtain instantaneous bid amounts/tabulation. (Note:
Bid amounts announced are subject to change due to math
errors made by bidders -see paragraph 3.4 of this
section) .
9.2 Bid/Proposal Information Line (407/830-3878)
The next working day after the bid due date and time,
bidders and any other interested party may obtain the bid
results by calling the City's Bid/Proposal Information
line (Phone Number: 407/830-3878, Select Mailbox #7).
The information provided on the recorded message will be
limited to the three (3) apparent lowest bidders only and
will be available for five (5) business days following
the bid due date. (Note: Bid amounts announced are
subject to change due to math errors made by bidders -
see paragraph 3.4 of this section).
9.3 Postinq In city Hall Lobby
Upon verification of accuracy of calculated bid amounts
as submitted by bidders by city staff, a typed Bid
Tabulation will be printed and posted in the City Hall
Lobby. Any requests, by any party that did not submit a
bid, for copies will be charged at the current copy cost
fee plus mailing cost (if requested) .
9.4 Mail
Upon verification of accuracy of calculated bid amounts
as submitted by bidders by City staff, a typed Bid
Tabulation will be printed. The Bid Tabulation will be
mailed, at no charge, to all bidders submitting a bid.
All other interested parties may request copies of the
Bid Tabulation by written request. The written request
must include the bid number, self addressed stamped
envelope, and a check for any copy fees as charged by the
City.
10 USE OF TRADE NAMES
10.1 Specifications used are intended to be open and non-
restrictive. Any reference to brand name shall not be
construed as restricting to that manufacturer, but used
as minimum standard of quality. When no reference or
change is made on the Proposal Bid Form by the bidder, it
is understood that the specific brand named in the bid
shall be furnished by the bidder, If bidding on other
- than the make, model, brand or number as shown and
~ offered as an equal, complete technical information,
specif ications, manufacturer's name and catalog reference
BITe - 6
must be clearly stated on the Proposal Bid Form or
attached letter. Any deviation between brand offered and
brand specified must also be clearly indicated.
10.2 certain items shall be excluded from the above paragraph.
The City has found it effective to standardize on certain
items. Approval has been granted by the City Commission
to standardize on specific items. Proper notation shall
be indicated in the bid for any such items.
11 DELIVERY
11.1 Time of delivery is of the essence in the performance of
the contract, and failure to perform in accordance with
the delivery deadline(s) set forth in the specifications
or any other contract document shall constitute default
under paragraph 13. Unless a written extension is
obtained from the City prior to the delivery deadline(s),
there shall be no excuse for untimely performance. The
granting and duration of extensions shall be subject to
the exclusive discretion of the city.
12 RESERVED RIGHTS OF THE CITY
12.1 The City may accept any item or group of items or any
bid, unless the bidder qualifies his bid by specific
limitations.
12.2 The right is reserved to reject any or all bids.
12.3 The right is reserved to waive technicalities.
13 TAXES
The City is exempt from state and local sales tax~ The City
,of Altamonte Springs, Florida has the following tax exempt
certificates assigned:
13.1 certificate of Registry No. 59-6000263 for tax free
transactions under Chapter 32, Internal Revenue Codes.
13.2 Florida Sales & Use Tax Exemption certificate No. 69-01-
034044-54C (expires 06/17/97).
14 DEFAULT
As a result of bids received under this Invitation, the award
of the contract may be based, in whole or in part, on delivery
and specification factors. Accordingly, should the bidder not
meet the d~livery deadline(s) set forth in~the specifications
or should the bidder fail to perform 'any of the other
provisions of the specifications and/or other contract
BITe - 7
documents, the City may declare the bidder in default and
terminate the whole or any part of the contract. Upon
declaring the bidder in default and terminating the contract
in whole or in part, the city may procure and/or cause to be
delivered the equipment, supplies, or materials specified, or
any substitutions therefor, and the bidder shall be liable to
the City for any excess costs, including but not limited to
any reasonable attorney fees should any element of default be
litigated in court or disputed in such a manner that requires
the services of an attorney, resulting therefrom. Where the
bidder fails to comply with any of the specifications, except
for delivery deadline(s), the city may, in its discretion,
provide the bidder with written notification of its intention
to terminate for default unless prescribed deficiencies are
corrected with a specific period of time. Such notification
shall not constitute a waiver of any of the City's rights and
remedies hereunder.
15 PATENT INDEMNITY
Except as otherwise provided, the successful bidder agrees to
indemnify the City and its officers, agents and employees
against liability, including costs and. expenses for
infringement upon letters patent of the united states arising
out of the performance of this contract or out of the use or
disposal by or for the account of the City of. supplies
furnished or construction work performed hereunder.
16 DISCOUNTS
16.1 Trade and time payments discounts will be considered in
arriving at new prices and in making awards, except that
discounts for payments within less. than 30 days will not
be considered in evaluation of bids. However, offered
discounts will be taken less than 30 days if payment is
made within discount period.
16.2 In connection with any discount offered, time will be
computed from date of delivery and acceptance at
destination, or from the date correct invoice is received
by the Requesting Department, whichever is later.
Payment is deemed to be made, for the purpose of earning
the discount, on the date City check is issued.
17 CERTIFICATE OF INDEPENDENT PRICE DETERMINATION
By submission of this bid, the bidder certifies, and in the
case of a joint bid each party thereto certifies as its own
organization, that in connection with this procurement:
17.1 The prices
independently,
in this bid" have
without competition,
been arrived at
as to any matter
BITC - 8
relating to such prices with any other bidder or with any
competitor.
17.2 Unless otherwise required by law, the prices which have
been quoted in this bid have not been knowingly disclosed
by the bidder and will not knowingly be disclosed by the
bidder prior to opening, directly or indirectly to any
other bidder or to any competitor and
17.3 No attempt has been made or will be made by the bidder to
induce any other person or firm to submit or not submit
a bid for the purpose of restricting competition.
17.4 Bidder warrants the prices set forth herein do not exceed
the prices charged by the bidder under a contract with
the state of Florida Purchasing Division.
17.5 Bidder agrees that supplies/ services furnished under this
quotation, if awarded, shall be covered by the most
favorable warranties, the bidder gives to any customer
for such supplies/services and that rights and remedies
provided herein are in addition to and not limit any
rights offered to the City by any other provision of the
bid award.
18 AWARD OF BID
18.1 Once the city has completed it's evaluation and a
recommendation has been made, the Purchasing Division
shall attempt to notify, in writing, all bidders who
submitted a bid of the City's recommendation for award
prior to the City Commission meeting in which the
recommendation is scheduled to be considered.
18.2 However due to time constraints and the mail service,
bidder may not receive this Intent To Award
Recommendation until after the City commission meeting
has taken place, therefore it shall be the responsibility
of the bidder to call the Bid/Proposal Information line
(407/830-3878, Select Mailbox #8) to receive Intent To
Award Recommendation status.
18.3 If you have and questions regarding the City's evaluation
and Intent To Award Recommendation, they must be received
in writing in the Purchasing Agent's Office by 4:30 p.m.
of the business day prior to the City commission meeting.
Questions or concerns not submitted in writing to the
Purchasing Agent will not be considered at the Commission
meeting.
18.4 The bid, if awarded, will be awarded to that responsible
bidder whose bid will be most advantageous to the City,
BITC - 9
price, compliance with specifications/bidders ability to
perform, prior performance (if any) with the City,
warranty offered, delivery or time of completion,
bidder's financial capability and other factors
considered.
19 SAMPLES
Samples of items, when required, must be furnished free of
expense to the City and if not called for within thirty (30)
days from date of notification to retrieve, same will be
disposed of to the best interest of the City.
20 PUBLIC ENTITY CRIME STATEMENT
In accordance with paragraph (2) (a) of Section 287.133,
Florida Statutes, "A person or affiliate who has been placed
on the convicted vendor list following a conviction for a
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 a 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
Section 287.017, for CATEGORY TWO for a period of 36 months
from the date of being placed on the convicted vendor list."
21 DRUG-FREE WORKPLACE PROGRAM PREFERENCE
21.1 In Accordance with Section 287.087, Florida Statutes,
preference shall 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.
21.2 Established procedures for processing tie bids will be
followed if none of the tied vendors have a drug-free
workplace program.
21.3 In order to have a drug-free workplace program, a
business shall comply with the requirements as
established in the statute. If your business complies
with these requirements and would like to be given
preference, in case of a tie bid/proposal, then the
vendors will be asked to complete a "Drug-Free Workplace
BITC - 10
Program certification Form". Bidder is not required to
complete the form at this time.
22 OBSERVE ABOVE INSTRUCTIONS
Failure to observe any of the above instructions and
conditions may constitute grounds for rejection of your bid.
23 GENERAL AND TECHNICAL SPECIFICATIONS
Priority shall be given to the requirements in the Technical
Specifications section then to the General Specifications of
the bid. Technical Specifications over ride the General
Specifications and the General Specifications shall over ride
the Bidding Instructions, Terms, and Conditions.
24 TIME EXTENSION OF BID
In addition, Board of City Commissioners, Altamonte Springs,
Florida, reserves the option to extend the time period of the
bid, including all terms and conditions of the bid documents.
Such time extension shall be by mutual agreement in writing.
BITC - 11
.. ... '.. ......... ........, ." . .......... -."...... ..,......'..,...,..........'.' '.....'. ,',.....,...... ...............-..,..........'..,..',.............
,i;l:..;i..:..!.i:.j.!!.;i:I';!:i:GENiJfKJfijl..isRECliJjlfg]fITI61~i:!..:.::I!.i:.:I..I!i!I:.:iiii!.!.i:I.I:I:i::::i!:!!i.!!!:.I!:!.I!:!.!i'lil.!i:i::!i'i::::!!!.:.i::i.!
......... '. '.' ','. .. . .' ....:::..~:: ;,':-:::::::;":;.;:::::::::::;::;.:.: :...,.:.;.' ":':., :.;. ';',':'Y',,;,:,:::::: ::;'::'.: ::.:::::>. :.;:;.:::'..:.:,;::;;:;.::;:::;:::::::;.-:::;.. ;':-:';.::::::::::::::::.;::::. :..':~::::: :;.:: :-::;::::,:=::::::::;.::; . ':;::::::::::::::::::::::::::;:;:;:; '-:';'::;:':'.': :.:.:::::....... ",,::::::\{::::::::- '.'.'
.... . .. .. .::.:'.. .... .. .:..;... '. ....::... :.:......;F..{)~:::::.: . .-:::..:.....::..::<.:. .......::...:.:;..:....".<:.. ::;;::;::::;:;;:::::::;;::.:::: .........
.. .. .... ..... ....1JID'N(Y:1996..::...<:. .....:::.,:. ...... .......... ...................
..1,;MEJJ[ ciEkTiiANspo;H;,~ii;i~NG'!xNrid~'1il~TiaQ;;~E!f~~$ii!j';;
1 SCOPE
The City of Altamonte Springs require the purchase of billing
and collection of fire rescue medical transport fees.
2 EFFECTIVENESS AND DURATION
2.1 The agreement(s) resulting from this solicitation shall
be a term contract for the period specified herein.
2.2 The period of agreement shall be for a period of one (1)
year from effective date and may be ~xtended for four (4)
additional twelve month periods provided the bidder will
maintain the same prices, etc., as in the initial one (1)
year contract. Continuation of the contract beyond the
initial period is a City prerogative not a right of the
bidder. This prerogative may be exercised only when such
continuation is clearly in the best interest of the City.
2.3 Either party may cancel this agreement, in whole or in
part, by giving at least 45 days prior notice in writing.
However, the contractor shall not be authorized to
exercise this cancellation option during the first 90
days of the agreement.
3 BID PRICE
3.1 The prices offered in this bid shall remain firm during
the period of the agreement.
3.2 Unless, otherwise stated, the prices shall include all
costs. Price shall be all inclusive with no additional
hidden costs.
3.3 The successful bidder(s) may, at their option, convey
their prices, terms, and conditions to other governmental
agencies within the State of Florida.
4 AVAILABILITY OF FUNDS
The contractual obligations of the City under this agreement
is contingent upon the availability of appropriate funds.
5 QUANTITY ESTIMATES
GS - 1
All quanti ties, if shown in the Proposal Bid Form" are
approximate and no guarantee is made that any materials will
be purchased. The City reserves the right to purchase any,
all, or none of it's requirement~ from bidder(s) awarded the
bid.
6 COMPLIANCE TO LAWS, GUIDELINES, REGULATIONS, ETC.
The successful bidder must comply with all applicable federal,
state and local laws guidelines, regulations, etc. This
includes, but is not necessarily limited to, DOT, OSHA, EPA,
and DEP.
7 ORDERING OF SUPPLIES/SERVICES
Orders for items/services listed in this bid will be
accomplished by an executed signed purchase order from the
Purchasing Division, only. Departments/divisions are not
authorized to commit the city to orders.
8 DELIVERY
All materials/services requested in these specifications shall
be delivered FOB destination. The merchandise/services shall
be delivered to:
not applicable
9 INS 'l'ALLA'l' I O!l
9.1 It ohall be the reopon8ibility of the 8ucceooful
bidder(8) to in8tall the ffiuteriulo in the city de8ignated
otoruge urea locuted ut the delivery uddre88 8tuted
ubove.
9.2 The oucceo8ful bidder(o) ohall u80ume ull
reoponoibilitie8 from the point of origin through the
tranofer off the delivery trualc into the inotullution of
the city'o 8torage location.
10 INVOICING AND PAYMENT
10.1 No payment will be made for materials ordered or services
performed without proper purchase order authorization.
10.2 Payment will be accomplished by submission of invoice, in
duplicate, with Purchase Order number referenced thereon.
Invoices are to be mailed to the attention of the
"Requisition BY" department/ division indicated on the
Purchase Order.
GS - 2
10.3 Payment terms are net 30 days upon delivery and
acceptance.
11 MATERIAL SAFETY DATA SHEETS
Successful bidders shall be required to submit Material Safety
Data Sheets (MSDS) ,in two sets with this bid, and with each
order delivered if the material ordered falls under the Right-
To-Know Act.
12 REFERENCES
12.1 Bidders shall complete and return, with the Proposal Bid
Form, 'a list of at least five (5) client/customer
references including company name, contact person, and
telephone number.
12.2 The List of References form provided in these bid
documents should be used.
12.3 If the bidder already has a pre-printed list of
references, then indicate on the City's List of
References Form "See Attached List". Attach the pre-
printed list to the City's form and submit both with the
Proposal Bid Form.
13 CERTIFICATE OF INSURANCE
See Insurance Requirements Specifications Section
14 TENTATIVE AWARD DATE
The bids submitted will be evaluated after the bid opening and
the award recommendation is tentatively scheduled for
consideration by the City Commission on February 20, 1996.
GS - 3
:i\". ..... '.:::' '.' . ,.:::....:::::. ":"':.: : ,,:"'" .:.:.,:.,:. " ::."':" "',;HH':::::;;"::i\{::,,:....:.::.,.::.:' ))",.:::.
. ,,'," INSUHA:NGE'.RE~l.JIREl\1ENrrS'HSBE@mI<3~mI(i)~S""""
'~w~~', ,\!';;i'..'.0;\il;;:6'?i';:.rfi!;~;;lf~~,~;il:~;,~~j;.(~!!'!j!~!!!!!
H'H H'H , , :::::,::,::-::::::::::.::!-l.ID.",N O,.".,.I~::,: ~6.:.-:.:,:,:,.. " HH' ':. H'HH' H'H' HH'::::::;:::::::::::::::':::::':::;:':" HH' H_
1 Any exceptions to the insurance requirements and limits set
below must be notated as instructed in Paragraph 3 of the
Bidding Instructions Terms and Conditions. '
2 All policies are to be endorsed to include the City of
Altamonte Springs as Additional Insured. In the cancellation
clause of the Certificate of Insurance the words "ENDEAVOR '1'0"
and "BUT FAILURE '1'0 MAIL SUCH NOTICE SHALL IMPOSE NO
OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS
AGENTS OR REPRESENTATIVE" shall be excluded and the number
"30" inserted in the blank space provided before the words
"days prior notice...". All policies are to be considered
primary to City coverages and shall not contain co-insurance
provisions.
3 The successful bidder will be required to provide within ten
(10) days after Notice of Award, to the Purchasing Agent, a
Certificate of Insurance demonstrating that the successful
bidder is carrying sufficient insurance at the established
limits below.
4 Certificate of Insurance shall be reviewed, for determination
of adequate coverage, by the City's Risk Manager.
S Item/Service will not be ordered until certificate has been
received and approve by the Risk Manager.
6 Insurance Requirements for this bid is as follows:
Yes
Yes
Yes
Yes
x
No -L
No
No _-L
No -L
No -L
No -L
No -L
No
Worker's Compensation Limit$Statutorv
Comprehensive General Liability Limit $
Comprehensive Auto Liability Limit $
Builder's Risk (all risk for Limit $
construction cost of the project)
Owners & Contractors Protective Limit $
Professional Liability Limit $
Excess Liability Limit $
.Other:Bond in the amount
of the estimated total
billinq
Yes
Yes
Yes
Yes
x
(NOTE: All limits are per occurrence and must include Bodily Injury
and Property Damage)
IS - 1
. .~: ........... ....... '. .' ... ..' .... " .'.SPEfJIADC3.0NDITIONS". .... .... ...,1:;:""**,,. .....,...
. EOR, ...,. ... ..... ...
.. 'iiiB72rfJi'rJtA'>>spfjii~/lfLi~1il!lh}Jco~E~T:to~'rS..J!l(g~$ilI
1 PURPOSE: TO ESTABLISH A CONTRACT FOR THE CITY
The purpose of this Invitation To Bid is to establish a
contract for the purchase of Billing & Collecting of Fire
Rescue Medical Transport Fees in conjunction with the City's
needs on an as needed when needed basis.
2 TERM OF CONTRACT: TWELVE MONTHS
This contract shall commence on the first calendar day of the
month succeeding approval of the contract by the City
Commissioners, unless otherwise stipulated in the Notice of
Award Letter which is distributed by the City's Procurement
Division; and contingent upon the completion and submittal of
all required bid documents. The contract shall remain in
effect for twelve (12) months and upon completion of the
expressed and/or implied warranty period.
3 OPTION TO RENEW (4) FOUR YEARS (MAINTAIN SAME PRICES)
The prices quoted shall prevail for a one year period from
effective date, at which time City of Altamonte Springs shall
have the option to renew for an additional four (4) years on
a year to year basis provided the bidder will maintain the
same prices, etc., as in the current one year contract.
Continuation of the contract beyond the initial period is a
City prerogative not a right of the bidder. This prerogative
may be exercised only when such continuation is clearly in the
best interest of the city.
NOTE:
SHOULD THE CITY EXERCISE THE OPTION TO RENEW, IT
SHALL BE ONLY FOR THOSE ITEMS ORIGINALLY AWARDED.
4 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT
If the bidder is awarded a contract under this bid
solicitation, the prices proposed by the bidder shall remain
fixed and firm during the term of contract; provided, however,
that the bidder may offer incentive discounts from this fixed
price to the City at any time during the contractual term~
5 METHOD OF PAYMENT: MONTHLY INVOICES
SC - 1
The successful bidder(s) shall submit monthly invoices by the
tenth (lOth) calendar day of each month. These invoices shall
be submitted to the City requesting department (s) indicated on
the official purchase order issued by the Procurement
Division. The invoices shall reflect the appropriate purchase
order number, the service location(s) and the type of service
provided to the City in the prior month.
The successful Bidder must submit the format and text of all
billing invoices for City approval. This includes the initial
invoice and all subsequent reminder invoices.
6 CONTACT PERSONS
For any additional information regarding the specifications
and requirements of this contract, Contact: Procurement
Division Manager, Barbara Kiser at 407/830-3886.
7 ESTIMATED QUANTITIES
Estimates quantities or estimated dollars are provided for
bidder's guidance only. No guarantee is expressed or implied
as to quantities or dollars that will be used during the
contract period. The City is not obligated to place an order
for any given amount subsequent to the award of this bid.
Estimates are based upon the City's actual previous needs and
usage. Said estimates may be used by the City for purposes of
determining the low bidder meeting specifications.
The estimated annual quantity of billable transports during
the initial twelve (12) month contract period and each of the
four (4) one year renewal periods are provided for the
Bidder's guidance only. No guarantee is expressed or implied
as to quantities that will be used during the contract
period(s) .
8 OMISSION FROM THE SPECIFICATIONS
The apparent silence of this specification and any addendum
regarding any details or the omission from the specification
of a detailed description concerning any point shall be
regarded as meaning that only the best commercial practices
are to prevail, and that only materials and workmanship of
first quality are to be used. All interpretations of this
specification shall be made upon the basis of this agreement.
SC - 2
.... .........'..... ......
.-'.. ...... .... .. .... ... ..... ......... , -. ... .. .......
\:::::.,j:j:TIicHNICAL.:SRECIFICATI@NS.:.'....,:..'j:..::"''':'''.'';::::;:::;''';::..:~:..'.'::,::
. .
. . . ~. .
..:fll!l:.~:' "';. .. .... ......:;,:;:;",.
.... .... . .:. BID "i\.TO.:"l: 9' :96.... .....
.. ..... ....... '".', .', ..,;:'J.Y.I ....... . ~ ;.:.::...... ":": .....;...;.. '..........
.. 'MEDICAB:.:::i:RANsPOR'1:Biiii&iJi,!A.NDj(COLLECJiiEl&'.$ER:lrieEB..;.::j;
...... . ..,' ...:..-......... ",'" .... .....; ...... :.;.::. .;....:.:...:...:.;.;...;.:-:.:..............,.;.:.....:..'"';':';':':'>:';';'..
1 ALTAMONTE SPRINGS FIRE RESCUE'S TRANSPORT BUSINESS:
Altamonte Springs Fire Rescue ("Fire") transports individuals
from incident scenes to health care facilities in its
emergency medical transport vehicles. Transported individuals
are charged a transport fee, a mileage fee and an oxygen
administration fee.
2 METHOD OF COLLECTING BILLING INFORMATION:
To facilitate billing, Fire's emergency medical services
personnel attempt to obtain all pertinent information from the
transported individuals and record it on the Altamonte Springs
Fire/Rescue Abbreviated EMS Report (see Attachment A). An
identical or similar report form will be utilized in the
future. The successful Bidder will be given a copy for each
transport covered by this contract. At this time, it is not
practical to download the information from the City's
computers. However, this procedure may be feasible in the
future.
3 BIDDER'S USE OF BILLING INFORMATION:
The successful Bidder will use the collected billing
information as the basis for:
3.1 Billing the transported individual, Medicare, Medicaid,
insurance companies or other appropriate third party
payors for services provided.
3.2 Preparing the required management and financial reports
including information on delinquent accounts.
4 SERVICES TO BE PROVIDED BY SUCCESSFUL BIDDERS:
4.1 Mail in invoice to each transported individual at the
current prevailing rate for transportation services.
4.2 File all insurance claim forms for all patients based
upon information received from the patient or obtained
from the Bidder research done at health care facilities.
TS - 1
Mail (Fire provided) copies of incident reports to
Medicare, Medicaid, insurance companies or third party
payors, when requested, to ~btain payment.
Mail copies of invoices to patients, Medicare, Medicaid,
insurance companies or other third party payors, when
requested.
4.5 Mail a series of fOllow-up invoices to patients, as
necessary.
4.6 Re-file Medicare, Medicaid or insurance claims, as
necessary to obtain payment.
4.7 Record customer payments from lock box collections.
4.8 Prepare monthly management/financial reports.
4.9 Negotiate and agree upon modified payout schedules for
those individuals unable to remit the full amount when
initially billed.
4.10 When a billed account has become past due (defined as: an
account older than the date of transport plus seven (7)
months that has a balance larger than zero), return the
account to the City by providing the City with a. listing
and/or computer file of these past due accounts including
all pertinent facts regarding attempted collection
effort.
However, the City, at its option, may leave selected
accounts with the successful Bidder for a longer period
of time.
4.11 Any other services as agreed to be the parties, in order
to effectively collect transport fees.
5 REQUIRED USE OF ELECTRONIC FILING
The successful Bidder must be currently filing Medicare and
Medicaid Claims electronically and must transmit Medicare
claims via the required National Standard Format (NFS).
6 REQUIRED BILLING RESEARCH AT HOSPITALS
Based upon past history, those billing and collection firms
with the highest collection rates have send their personnel to
hospitals, as necessary, to obtain billing/insurance
information. Therefore, the successful Bidder will be
required to either:
6.1 Send their personnel to hospitals or
TS - 2
6.2 Have the ability to electronically access a hospital's
database.
to obtain all available information to collect an account on
behalf of the city.
7 BIDDER'S REQUIRED NUMBER OF FULL-TIME EMPLOYEES
city of Altamonte Springs Fire Rescue currently transports
about 1,500 patients annually. This number should continue to
increase'in the future. The successful Bidder is required to
have an adequate number of employees necessary to perform
activities related to the billing and collection of medical
bills.
8 BIDDER'S REQUIRED NUMBER OF YEARS IN BUSINESS
-
To ensure that the successful Bidder has proven record of
service and experience, the successful Bidder's company is
required (a) to have been operating as the same business
entity for a minimum of five (5) years and (b) been successful
in the business of billing and collecting fees for medical
related services actively and continuously for a minimum of
five (5) years.
9 BIDDER'S REQUIRED EXPERIENCE WITH BILLING QUANTITIES
Based upon Fire's current volume, the successful Bidder is
required to be currently billing and collecting a minimum of
1,500 original medical related accounts per year for all its
medical related accounts.
10 BIDDER'S REQUIRED MINIMUM PERCENT OF COLLECTION
Each Bidder is required to provide documentation, with the
Proposal Bid Form, that they currently collect a minimum of
sixty percent (60%) on original billed medical related
accounts. '
11 SUCCESSFUL BIDDER'S REQUIRED COLLECTION RATES
The successful Bidder must not only have a historical
collection rate of at least sixty percent (60%) on original
billed medical related accounts as previously described in
paragraph 10 above, but will also be required to maintain
minimum levels of collection rates within certain time
periods.
Specifically, after billing for nine (9) consecutive months
and at all times thereafter, the successful Bidder must have
the following levels of collection rates as described below,
assuming that the initial billing month is month number one:
TS - 3
11.1 As of the last day of month number two, an average of
three percent (3%) or more of all dollars billed in month
number one must have been collected.
11.2 As of the last day of month number three, an average of
twenty-five percent (25%) or more of all dollars billed
in month number one must have been collected.
11.3 As of the last day of month number four, an average of
forty percent (40%) or more of all dollars billed in
month number one must have been collected.
11.4 As of the last day of month number five, an average of
fifty percent (50%) or more of all dollars billed in
month number one must have been collected.
11.5 As of the last day of month number six, an average of
fifty-five percent (55%) or more of all dollars billed in
month number one must have been collected.
11.6 As of the last day of month number seven, an average of
sixty percent (60%) or more of all dollars billed in
month number one must have been collected.
If the successful Bidder fails to maintain the levels above,
they will be given three (3) months to reach the required
levels. If unsuccessful, the City may cancel the contract, as
its option, with sixty days (60) notice to the successful
Bidder.
12 BIDDER'S ORGANIZATION
Each bidder must submit with the Proposal Bid Form:
12.1 A description of their firm's organizational history and
structure and indicate if contracts were previously
awarded by the city.
12.2 A list of all principals, owners or directors.
12.3 The name and resume of the principal contact person for
this Bid and contract.
12.4 A summary listing of all full-time employees classified
by occupational titles and quanti ties. For example,
Vice-Presidents - 1, Accountants - 2, Computer Operators
- 2, Data Entry Clerks - 12.
13 BIDDER HISTORY OF PROVIDING SERVICES
Each Bidder must submit with the Proposal Bid Form:
TS - 4
13.1 A description of their firm's chronological history of
providing billing and collecting services.
13.2 A listing, covering the last three (3) years, of at least
two (2) major clients for whom you have provided billing
and collection services. Include name, address, phone
number and contact person. For each client on this
listing provide:
13.2.1
Quantity and dollar amount of average monthly
billing.
13.3 A description of their firm's billing cycle. Indicate
the number of invoices sent to each account and the
number of days between each invoice. For example, first
reminder notice 30 days after initial invoice or sent for
collection 90 days after initial invoice.
14 BIDDERS PERCENTAGE FEE FOR SERVICES TO BE PROVIDED
The Bidder's fee for services to be provided will be a
percentage of dollars they collect on accounts they bill
during the contract period.
Each Bidder must bid a single PERCENTAGE FEE. This same fee
will be used for EACH CONTRACT YEAR, that is, the initial
twelve (12) month contract period and each of the four (4) one
year renewal contract periods.
Therefore, each Bidder should give consideration to their
possible cost increases during a potential five (5) year
contract period and possible increases in transport fees,
since no price adjustments will be allowed during the renewal
periods.
For consistency, all Bidders will base their bids on the
following estimates' of annual quantities of billable
transports during the initial twelve (12) month contract
period' and each of the four (4) one year renewal contract
periods: Initial 1st Year, 1,482; first renewal year, 1,704;
second renewal ye~r, 1,960; third renewal. year, 2,254; 4th
renewal year 2,592.
15 STATISTICAL DATE FOR BIDDERS
15.1 The current transport fee per City Ordinance is $182.36
for all transports, with $4.75 per mile for transports to
medical facilities outside the City limits.
15.2 Currently, about 32% of patients are transported Advanced
Life Support (ALS) and 66% are transported Basic Life
Support (BLS).
TS - 5
15.3 The city does not have any historical information
regarding collections by payment source (ie: self-pay,
Medicaid, Medicare and from private insurance companies) .
The Bidder should note that the current date is items 15.1
through 15.3 above is for informational purposes only, and the
City makes no representations as to future changes in any of
these items.
16 REQUIRED MANAGEMENT REPORTS
The successful Bidder must provide the City with a series of
reports to show management and financial information. The
following list of reports is the required minimum.
16.1 Collection Statistics:
Show gross billings by date of incident (transport) month
and the related collections to date. Gross billings
should not be reduced for returned mail, bad debts or
authorized write-offs. The required format would have a
minimum of four columns as follows:
16.1.1
16.1.2
16.1.3
16.1.4
Transport month.
Gross billed in transport month.
Total collected in transport month.
Percent collected. (16.1. 2 + 16.1.3).
16.2 Insurance Report:
Shows the portion of actual collections and the accounts
receivable, detailed by self, Medicaid, Medicare and
private insurance.
16.3 Monthly Payment Report:
Lists the payments posted to the accounts receivable in
lock box batch deposit order during the month. The
report must show the fOllowing information, as a minimum.
16.3.1
16.3.2
16.3.3
16.3.4
16.3.5
16.3.6
Patient number.
Patient name.
Patient complete address.
Payment amount and type.
Batch total on each lock box batch #.
Grand total of all monthly payments.
16.4 Monthly Collection Summary:
Lists the monthly payments in 16.3 above by original
transport month. The columns will be:
TS - 6
16.4.1
16.4.2
Incident Month
Collected this Month
16.5 Total Billinqs by Incident Month:
Lists the cumulative number of gross billings for each
incident (transport) month.
16.6 Accounts Receivable:
Shows the amount owed by all transported patients at the
end of the month. The format will be:
16.6.1
16.6.2
16.6.3
16.6.4
Gross Billings since inception.
Less: Payments since inception.
Less: Fire approved adjustments and write-
offs since inception.
Ending balance of accounts receivable.
16.7 Adiustments and Write-Offs:
Lists the detail of 16.6.3 above. The report must show:
16.7.1
16.7.2
16.7.3
16.7.4
Patient number.
Patient name.
Adjustment or write-off amount.
The cumulative total for 16.7.3.
16.8 Billinq Report:
16.8.1
16.8.2
16.8.3
16.8.4
16.8.5
16.8.6
Patient number.
Patient name.
Patient Address.
Incident date.
Amount billed.
The monthly total of 16.8.5.
Additionally, this report must summarize the monthly
billing activity as follows:
16.8.7
16.8.8
16.8.9
16.8.10
16.8.11
Number of ALS billings and amount billed.
Number of BLS billings and amount billed.
Number of mileage billing and amount billed.
Number of oxygen billings and amount billed.
Other categories, as necessary; number of
billings and amount billed.
16.9 Payment Percentaqes:
Shows what percentage of patients have made a payment.
Column headings should be:
TS - 7
16.9.1
16.9.2
16.9.3
16.9.4
16.9.5
Transport month and year.
Total patients transported in 16.9.1.
Number not making-a payment.
Number making a payment.
Percent making a payment (16.9.4 + 16.9.2).
16.10
Refund Listinq:
Lists accounts requiring a refund due to overpayment.
This report must show:
16.10.1
16.10.2
16.10.3
16.10.4
16.10.5
16.10.6
16.10.7
Patient number.
Patient name.
Patient Address.
Incident date.
Amount originally billed.
Total amount(s) paid on the account detailed
by date, amount and related lockbox batch
number.
Refund amount.
16.11
Credit Balance Report:
Lists all accounts having a credit balance at the end of
the month. This report would show:
16.11.1
16.11. 2
16.11.3
16.11.4
16.12
Patient number.
Patient name.
Incident date.
Credit balance amount.
Number of Davs between Incident Date and Billinq
Date:
Lists all incidents billed during the month (as shown on
the Billing Report 16.8, above) and the number of days
between the incident date and the first billing date.
The report would show:
16.12.1
16.12.2
16.12.3
16.12.4
16.12.5
Patient number.
Patient name.
Incident date.
First billing date.
Number of days between (16.12.3 and 16.12.4)
This report would be sorted by Rescue unit number and
show subtotals and averages for 16.12.5 above.
17 LOCK BOX ACCOUNT FOR PAYMENT
The City will establish a Lock Box Agreement to facilitate
receipt and deposit of payments on customer's accounts. The
TS - 8
successful Bidder will receive copies of all payment documents
necessary to post collections to customer accounts. All costs
associated with the Lock Box Account will be paid for by the
City.
TS - 9
. ,
.. ..." .. .
.. ,."'" ".
A:TTACHMENTH'A' '..
. . :..:.::::.::. .. ... , ...... .:.:El2~.. ....:::::;.;);}::r:;;::::y::::;.:::::::;::::::::;iiJ::;::;':::}:(::::r" ......
'..::;...:;::::::\.:;' .:.......... . .. '. ::,::':'::::::'::::;::::JJ.ID.t':i.Q.~}.l!!.7g.~:::::}::::::::::::::{:}}:::){{::::::::.:::::}t::: ..:....
:.::.::MEDIOjf!!/?IR.ANSE.ORt'BILLIN.G.)A]:{1)..;;:~()tjffJ{~/Alfjl:tiJJ'~pFB:~t~~~.:.:::::.::.:.
':':"';'.';';'>.'';. ..
See Attached -
Altamonte Springs Fire/Rescue
Abbreviated EMS Report
(Copy Of Two Part NCR Form
With Printing On Front And Back)
A - 1
A!tamonte Springs Fire/Rescue Abbreviated EMS Report
*.
Run #
*
Date
*
Unit
Agency 59
EKG Only D
*
--Incident Location
Assisting Agency #
* .
PM/EMT (print)
#
*
Name
*
Age
*
0.0.8.
*
Address
*
CiW Resident Yes No
*
Phone #
Sex M F
Race
Kg
* Chief Complaint/Presentation
lime lime
Ajrway (patent/obstructed) P 0 rale P 0 rate
Circulation (carotid/radial) C R rate C R rate
Blood Pressure
Consciousness A V P U A V P U
Pupils
Skin
Medications
Allergies
* Pertinent Hx
* Treatment: ALS BLS Time Dose Route Initiated By
Trauma Information
Time of Injury
Date of Injury
Mechanism
Injury site/type
Alert Criteria
Veh Deformity
Safety Devices
*Medical Facility Transported To:
Social Security #
o Florida Hospital Altamonte
o Florida Hospital Orlando
o Florida Hospital Apopka
o South Seminole Community Hospital
o Orlando Regional Medical Center
o Other
Medicare #
Guardian (Patient Under 16)
Pvt MD
ERMD
Medicaid #
]
* Insurance Carrier
Phone #
Pa11ent Siana1ure on Reverse Side
Policy #
* Needed for 8illina
Flre/R9!lcue . White
HOlcl1al . Yellow
"
. ,,'r;.'
Patienl Authorization
/ hereby guaranlee paymenl for Ambulance Transport and any supplies and/or equipment used by lite City of Allamonte
Springs Fire-Rescue. / understand tltat Ambulance Transportation may t:i.flI. be covered in some i;a;.:: !:y :::y Insurance,
Medicare. Medical Assistance or Medicaid and / agree (0 pay for any 110llcovereiservice, procedure and/or supplies.
/ autltorize any Itolder of medical or otlter informatioll about me to release to tlte Social Security Administration or its
intemlediaries or carriers, or any private insurance company any informalionlleededfor litis or a related medical claim. I
pennil a copy of tlris authorization to be used in place of the original and requesl paymenl of medical insurance benefits to
tlte party who accepts assignment. I personally guarantee paymenl of any charges nol covered by heallll care benefits.
. Prilll pati~nl name:
Signa lure
EKG Stripes)
'" i !
I
:
t,;.
I
1 \ i
!
j !
;:, ~ l ~-_. '. ....- ."_... . ~-"" -. -..-.-
,
, I
\.
"
...-...-.--.... ....
.. ;
.:~.
'.
(Revised //96)
: "
.}:)n:.;;~r~: .~
. .
. ....::::::;:;:;:;:;;: .:.:j::::.,,:::':j.!!:i::'.::i.:{RRvRosjfj);:!f/Bljj:-':EfJRU;'::.i'i.! ::::::;.::'::::;:;::;:;;::';.;':::::;'.::";:;.;:;::.:.'::?::;::';'
. ... . . .. '. ..... ',' ...'...'............,........ ....-.......--.............. ... ..... .. ....................................,.......... ...... ...
':..':. ..:.::: .. ... ...:.' ..:::'}f:Clfi.;;i;:..'::,,:;:;:!;.:..;:C<:.. . ':.;::::(::::;.:??/::::::: .:;::;:;::::,::::::;:'.
.:.":':.:..:?;~:::::::..::::........::::..::. BliJ'iJi!!~~:!:1?;96: .:.:..;:.... ..:..::<::. ..: ....:.::::;:.;::.;:,::;:::.:::.....::::..:::::::<::::::::::!:
To: Purchasing Agent
City Hall, Room #128
CITY OF ALTAMONTE SPRINGS
225 Newburyport Avenue
Altamonte Springs, FL 32701
The undersigned hereby declares that after carefully examining
the specifications for:
*******************************************************
BID NO: 19-96
MEDICAL TRANSPORT BILLING AND COLLECTION SERVICES
*******************************************************
am fully aware of all conditions affecting such work/items, for
which bids were advertised to be returned by 11:00 a.m., Monday,
February 12, 1996, does hereby submit the following bid for
completion of said work/item.
Total bid price for MEDICAL TRANSPORT BILLING AND COLLECTION
SERVICES per specifications is as follows:
The Bidder's fee for service to be provided will be a
percentage of dollars collected on accounts billed during
each contract period.
Percentage Fixed Fees of' Collected Amount:
FOR THIS BID TO BE CONSIDERED VALID
IT IS MANDATORY THAT THE BID BE SIGNED
IN THE SPACE PROVIDED BELOW
%
The Bidder hereby acknowledges receipt of the following
Addenda, if any:
No.
No.
No.
Dated
Dated
Dated
Attached, as requested in paragraph 1
Instructions, Terms and Conditions, is one
submittal (including Proposal Bid Form
information submitted with the bid).
(check one)
of the Bidding
copy of the bid
and all other
yes no
PBF - 1
, '
Attached, as required in paragraph 12 of the General
Specifications , is the List of References. yes
no (check one)
As required in the Technical Specifications, each bidder
must submit with this Proposal Bid Form the following:
1. BIDDER'S ORGANIZATION
a. A description of their firm's
organizational history and structure and
indicate if contracts were previously
awarded by the city.
b. A list of all princi~~ls, owners or
directors.
c. The name and resume of the principal
contact person for this Bid and contract.
d. A summary listing of all full-time employees
classified by occupational titles and quantities.
For example, Vice-Presidents - l, Accountants - 2,
Computer Operators - 2, Data Entry Clerks - 12.
2. BIDDER HISTORY OF PROVIDING SERVICES
a. A description of their firm's chronological history
of providing billing and collecting services.
b. A listing, covering the last three (3)
years, of at least two (2) major clients
for whom you have provided billing and
collection services. Include name,
address, phone number and contact person.
For each client on this listing provide:
Quanti ty and dollar amount of average
monthly billing.
d. A description of their firm's billing
cycle. Indicate the number of invoices
sent to each account and the number of
days between each invoice. For example,
first reminder notice 30 days after
initial invoice or sent for collection 90
days after initial invoice.
The City reserves the right to accept any or all bids, to
waive informalities, and to reject all or any part of any bid as
they may deem to be in the best interest of the City.
PBF - 2
. ..
This Proposal Bid Form is a mandatory form to ease bid
tabulation and analysis; however, it can be accompanied by
additional supportive forms. An of~iger or representative who has
official authorization to sign bids ~ST sign this Proposal Bid
Form. Failure to sign in the space provided below will result in
the bid being rejected.
Bids not received by advertised due date and time (see Bidding
Instruction Terms and Conditions Section, Paragraph 1.3) will be
returned to sender unopened.
Company Name
Officer's Name & Title (Print)
Signature of Officer/Rep
Business Address
City/State/Zip
Mailing Address
,City/state/Zip
Business Telephone
Fax Telephone
PBF - 3
, ,
',... '.", ........~. ...... ' .
.........."......... .
.................. .",
....................... '"
........-... ...... . .
..................". ...
.................. ,....
................... .
tiism";"0Et..i{EEERE&<3ES:':': :':':'.::':'::.::\::"?',:,:::::.:i:':r.\:::::::::::::::'::'::;':;.,':::..:.:
'.:' . . "'. ,...,....:.,..:,., .,,:..:....,......,...:..F,...,.., O............R...........,:',:,:,c.:,:.~..~. - .:,,:........',..........,...:,...:,:.,..:..,:,......:..:..:.:.. . d": .... ..,.......:..,.,.::.,':,:.:.:.'":....,:.....:..,,..,.....:..::...... .: ..:.:.::.:,:.I';:;::.::.:.....:::;... . :::: ::
, ..........;::::::.:.:....-;.;.:.:-:-:.;.;-:.:.....;.;.:.;:;:::::::
. .. '. '.' """'::};:BID.::NQ;';~~~96T;:'::;.:::::::,,: ., ..:..:.::::.::;........,......::....:::'::(i:::::::::::;;::;:::;:;;;:m::;:;. ,.
...............,..
.................
....... . ........
........ ........
",., ... .....- ,-,
-.. ........--
......
. ... .....
.......................
"::':::::;::::::'::::>:'::::;';:::;:::;';'::':...
..................... . '.
.....'........................................... .
.:.:....:...:.;.;.:.:.;...:.;.;.:.:.:.;.:..:-:-.......
..........:...;....::<:..::..:.:~::::::::.:.:
:>'{'::?'::':'::' :
As per the General Specifications Section, below is a list of at
least five (5) client/customer references including company name,
contact person, and. telephone number. (Note: only list those
clients/customers in which a similar type of equipment/product or
scope of work/service was provided)
1. Company Name:
Address:
Bus Phone:
Contact Person:
2. Company Name:
Address:
Bus Phone:
Contact Person:
3. Company Name:
Address:
Bus Phone:
Contact Person:
4. Company Name:
Address:
Bus Phone:
Contact Person:
5.
Company Name:
Address:
Bus Phone:
Contact Person:
.' .
6. Company Name:
Address:
Bus Phone:
Contact Person:
RETURN THIS FORM WITH THE PROPOSAL BID FORM
R - 1
......:::;:::.j:::.:.:::::::::::i,..tfilo)::/fjl/).W.iRF}Sil.ONSE/::j(:eiRtiJu::::,,:::;"::'::::';':::-:i:::':':::j:i::j:::'::::::';::::::/:::'::";
..::............:.:..::::'::.::':':..'.::.....:......:.:.....:.:.;.;..:.::::;+::::::.::.::;i;::.:::.j!...:..::j'::::::~.b.:::~.::.':li.i1i..':;;:.::!li:::ii;;:;I:.::1/:i'I'::!!:!:I!.:I.I::!!:':!:::;:'::!:/:I:::"::,:':!:ilI1:11:!ll:::./::!:i!:::;:..::,:j::I,,.'::'I:.:.I..::.::I.I.':.:..II.l.I..i::ll:I:I::::'::I':::;::.:::::.:'.1::':
................... ;.;.;.;.:.:.:.;,;,;.,.;.;.;.;.;.:.;.;.;.;.".
. ....:.:.:..,...:..,:::.:.:.:.......... ....\iBID::i\.TO./l.. 9:91::::. .. ........................\.:.:...:.:.:.:.:.:.;.:.:.:.:.:.... :::::::::::',:,,:,:::::::.:'...:.:.:.;.:.:...,:...::::.,::.:.:.:.:.:.::;:
". :::::/::"::::::::::::::::::::::: ,.:.;.;.:.:.;.;.:-:>: :.;.:::.:::':.:::::::::.::;:; :': .'.;.;.-.: ..:::..~.!:.I...-:.:.;.~::r:....' . .... :}~..;. ... .... .. ...'........ ... ..:...:.:.:.:.:.:::.:...:.:.:.:.:.:.:..... ":':":'~I~fff~t{t~;~;::::::::::
To: Purchasing Agent
City Hall, Room #128
City of Altamonte Springs
225 Newburyport Avenue
Altamonte Springs, FL 32701
The undersign hereby declares that after examining the Bid
Documents for:
*******************************************************
BID NO: 19-96
MEDICAL TRANSPORT BILLING AND COLLECTION SERVICES
*******************************************************
for which bids were advertised to be returned by 11: 00 a.m.,
Monday, February 12, 1996, does hereby submit a "No Bid".
Our reason(s) for not bidding are as follows:
We understand that this "No Bid" must be returned by the advertised
due date and time (see Bidding Instruction Terms & Conditions
Sections, Paragraph 1.3) in order to be recorded as a-responding
bidder and that repeated failures to bid without sufficient
justification shall be cause for removal from the bid list. "NO
BIDS" not received by advertised time and day will be returned to
sender unopened.
To ease and facilitate handling, the attached blue return label has
been provided. Proper marking of sealed bid envelopes will insure
proper identification of your "NO BID". In the absence of this
label, please indicate on the lower left hand corner of your bid
envelope the bid number, the bid due date and time, and "NO BID".
Company Name
Officer's Name & Title (Print)
Signature of Officer
Address
City/State/Zip
Business Telephone
Fax Telephone
NBF - 1
ELECTRONIC CLAIMS SUBMISSION SERVICE AGREEMENT
This Electronic Claims Submission Service Agreement ("Agreement") is entered into this
day of , 1996, by and between Medical Compliance, Inc.
("Billing Center"), a Florida corporation, and the City of Winter Springs, Florida ("City"),
a Florida municipal corporation.
WITNESSETH:
WHEREAS, City is desirous of retaining Billing Center to process and submit
City's claims for ambulance serVices to insurance companies; and
WHEREAS, Billing Center for compensation and consideration set forth in this
Agreement will process, submit and collect funds owing City for ambulance services; and
WHEREAS, Billing Center agrees to abide by and comply with all covenants set
forth herein and with all applicable Florida law,
NOW, THEREfORE, the parties do agree as follows,
1. Claims Processing Services.
1.1 Billing Center will pick up all claims information from the
City of Winter Springs fire Chief or his designee on a weekly basis, unless other
arrangements have been made and agreed upon by both parties.
1.2 Billing Center will electronically process and submit the
City's claims to the corresponding insurance companies and provide a computer generated
report verifying their receipt by the insurance companies. City shall owe compensation to
Billing Center only for primary claims, and shall not be responsible or liable for additional
compensation to Billing Center for secondary claims.
1.3 Billing Center shall supply the City monthly reports which
shall contain Electronic Verification Reports, Patient Aging, Accounts Receivable Report,
Practice Analysis Reports, Insurance Analysis Reports, Insurance documentation
consisting of follow up, patient documentation on calls and collections and any and other
information available concerning the claims filed during the month preceding the monthly
report.
1.4 Billing Center will deposit collected funds into the City's
bank account within two days of receipt of same. Billing Center shall provide City with
validated deposit slips on a weekly basis. City shall provide Billing Center with pre-
printed deposit slips.
ATTACHMENT 2
2. Compensation
2. I City shall pay to Billing Center for the services described in
section (1) herein the per claim rate of 5.5% of the collected amount. This rate shall be in
effect for twelve (12) months from the date hereof with an option for extension for up to
four (4) additional years. The invoices are to be billed on a monthly basis.
3. Term of Agreement
3.1 This agreement shall be for a term of one (1) year provided
however that it may be terminated by the City upon the submission of a (30) days written
notice to Billing Center.
3.2 The City shall have the option to extend this Agreement for
up to four (4) additional years.
3.3 The City agrees to a thirty (30) day trial period during
which the right to terminate this agreement shall be waived.
. i
I
4. Code of Ethics and Debt Collection Practices.
4.1 Billing Center maintains and operates under a "Code of
Ethics" to insure the integrity and confidentiality of City and patients. A copy of this code
is attached hereto and incorporated herein by reference.
4.2 Billing Center convenants agrees that it shall comply with,
keep and following the guidelines, laws and regulations set forth in Chapter 559, Florida
Statutes, and that it shall not violate Florida Statues 559.72 prohibiting certain practices in
collecting consumer debts nor violate any other provisions of the Florida Statutes
concerning consumer or commercial collection. Billing Center warrants that it is aware of
and fully knowledgeable of the laws regarding collection practices set forth in Florida
Statutes Chapter 559 and warrants that it shall at all times remain knowledgeable of the
laws set forth therein and any amendments thereto.
4.3 The violation by Billing Center of either the Code of Ethics
or ,any provision of Florida Statues Chapter 559 shall be grounds for City's immediate
termination of this Agreement upon Billing Center's receipt of notice from City without
the thirty (30) day waiting period.
. '.
.
, .
5. Indemnification
5.1 The City of Winter Springs, it's officers and employees shall
not be deemed to assume any liability for the acts, omissions, and negligence of Billing
Center, it's officers and employees. Billing Center shall indemnify and hold the City and
it's officers and employees harmless from any and all liability, claims, cause of action,
costs or expenses either direct or indirect including attorneys fees incurred as a result of or
arising under this Agreement or the provision of services hereunder.
6. Insurance
6.1 Billing Center shall be responsible for maintaining a general
liability insurance policy covering all actions taken by Billing Center in connection with
either it's duties under this agreement or it's relationship with the City of Winter Springs.
The general liability policy shall have a minimum coverage of One Million Dollars
($1,000,000.00) per occurrence and One Million Dollars ($1,000,000,00) aggregate.
Billing Center shall name City as an additional insured on all insurance policies obtained.
Billing Center shall provide the City a Certificate of Insurance on the aforementioned
policy immediately upon execution of this Agreement.
. i
I
7.
Assignability This agreement is not assignable by either party.
8. Severablility; Florida Law If any part of this Agreement is adjudged
invalid, all other parts herein shall remain valid and enforceable. Florida law shall govern
this Lease Agreement.
IN WITNESS WHEREOF, the parties hereto have signed by their duly authorized
pfficers as of the day and year set forth above.
CITY OF WINTER SPRINGS, FLORIDA
MEDICAL COMPLIANCE, lNC.
~~J.tiA LfJ~
~ I:~~
By:
Attest:
::::::......~...................:::):::/5)i;)hJfl:;:ii;:1;:~::I:!ifi;:::::::;:~;tt::::::I':i!i)~:i:"i;Wj];::^:.:~iJ$)I;::::::):)::)::::1::::::::::::):)::::')'):::),:::;)::::)::):::1::::,:':::':;:::::::.:'),)'),)::,:.)::.::).:;:,:,::::::):)::)::::::):':';::,::::::......~~;;.(;;;;;;.~;;;;...:)):
::'...~~.~.~:!.~~.~!.~...;::::;,S{:!E!)!::'::~t;,:,Yl)S!t;:)::::l::~t,:::::~,;E}:::,/ll:2:~,J;;l!nJ!~:;~:tf:tt::,ttt:tttt:::t:::::ttt:::::ttt:::,:ttttttttt: 0 9 /2 6 /9 6 ::':
'~~~~~~E~ .. . ................................................................................................... THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICES BELOW.
COMPANIES AFFORDING COVERAGE
POE AND BROWN INC
2600 LAKE ,LUCIEN #100
MAITLAND FL 32751
COMPANY
A
HARTFORD INS OF THE SOUTHEAST
INSURED
MEDICAL COMPLIANCE INC
COMPANY
B
1221 LEE RD STE 210
ORLANDO FL 32810
COMPANY
C
COMPANY
D
" T'~? <::";.:"'e
',.; i :';;w ;;:;..:J
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED N~M;P ABQ:lE.,.F,q!'\.-~ POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER b.OG~~WlE'lililli~ TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIB~Q. HffiEiN--j~S~LL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID dtAt""M5. w.o: l.-U
co
Lm
TYPE OF INSURANCE
POUCY NUMBER
POUCY EFFECTlVE POUCY EXPIRATION UMITS
DATE (MMIDDfYY) DATE (MMIDDfYY)
2/27/96 2/27/97 GENERAL AGGREGATE $
PRODUCTS. COMP/OP AGG $ 2 , 0 0 0 , 0 0 0
PERSONAL & MJV INJURY 51,000,000
EACH OCCURRENCE $1,000,000
FIRE DAMAGE (Anyone fire) $ 300,000
MED EXP (Any one person) $ 10,000
2/27/96 2/27/97 1,000,000
COMBINED SINGLE LIMIT $
BODILY INJURY $
(Per person)
BODILY INJURY $
(Per accldenl)
PROPERTY DAMAGE $
AUTO ONLY. EA ACCIDENT $
OTHER THAN AUTO ONLY:
EACH ACCIDENT $
AGGREGATE $
EACH OCCURRENCE $
AGGREGATE $
5/24 96 5/24/97 X STATUTORY LIMITS
EACH ACCIDENT $ 100,000
DISEASE. POLICY LIMIT $ 500,000
DISEASE. EACH EMPLOYEE $ 100,000
GENERAL UABILiTY
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE [K] OCCUR
OWNER'S & CONTRACTOR'S PROT
21SBAES0153
AUTOMOBILE UABIUTY
ANY AUTO
All OWNED AUTOS
SCHEDULED AUTOS
X HIRED AUTOS
X NON.OWNED AUTOS
21SBAES0153
GARAGE UABIUTY
ANY AUTO
EXCESS UABIUTY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
EMPLOYERS' UABIUTY
21WECDQ4353
THE PROPRIETOR!
PARTNERs/EXECUTIVE
OFACERS ARE:
OTHER
INCL
EXCL
DESCRIPTION OF OPERATlONSILOCATlONSNEHICLESISPECIAL ITEMS
THOSE USUAL TO INSURED'S OPERATIONS.
INSURED.
CERTIFICATE HOLDER IS ALSO ADDITIONAL
:;8mnf1;8j1!::::ff;9fB;~;~::::::::::::::::::::::::):))),::!:::t:'::::?)'):))::!:::::)m:)::::t::!,::!:)))t:::?):))::)),)::)t):):::::):))):))))))::):::r)::'):),)::::)):):):):::::):))):):'::':)GfflN$~n9;~;::)):):::m:);;::::m:f:)::;::):))t:::tt:r::::::rr:::):)::r:::::::::::(:,;;..:::':~:~:::::::::':';:::::.;.;;.;:;.,::::;::,::::::;:;::,,;;..::..::.::.:::
SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBUGATlON OR UABIUTY
CITY OF WINTER SPRINGS
ATTN: JULIE SCHUSTER
102 N MOSS RD
WINTER SPRINGS
FL 32708
::A:G.&:@:::':~~~$::::J~m.~jr;):::::::::'::r:m::;:::::::m:t):::;::):)?):::@::::::'{:
....................................
.;.....;.:.......................:.:.: .........
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
U1l10RlZED REPRESENTATIVE
..... .. ::):::;:::::::::,:i:i!~'ilfu1i}:;J:::~I:.%i;:~~:::::~i::i:iliIit::::i~:iA9ijP::;:;:#~ijp~r@Am:W~~~