Loading...
884-North Seminole Family Practice 2005-06 CONTRACT EXTENSION CITY OF SANFORD, FLORIDA This contract extension is hereby entered into this 15th day of September 2005, by North Seminole Family Practice, hereinafter called the "Contractor" and the City of Sanford hereinafter called the "City." WITNESSETH that the Contractor and the City, in consideration of the mutual covenants, promises and agreements herein contained, agree as follows: SCOPE OF THE CONTRACT: The Contractor shall provide the goods and or services to the City as set forth in the Contract Documents required to perform and complete the work/Project known as: Physician Services. THE CONTRACT DOCUMENTS, by this reference, SHALL CONSIST OF and constitute the entire contract: (1) This signed form (2) Request for Proposals Number: RFP 02/03-33 (3) The Contractor's Response to RFP 02/03-33 (4) Change Orders if and when they occur (5) Items of Addenda executed by both parties. INDEMNIFICATION: The contractor agrees to indemnify, defend and hold harmless the City, including its officers, agents, and employees, from any claim, damages and actions of any kind or nature, whether at law or in equity, arising from or caused by the use of any materials, goods, equipment and/or services of any kind or nature furnished by the contractor, provided that such liability is not attributable to the sole negligence of the City or failure to use the materials, goods, or equipment and/or services in the manner already and permanently prescribed by the contractor. PAYMENT will be processed as provided by RFP 02/03-33 THE TERM of this extension shall be from October 1,2005 through September 30, 2006. CONTRACT ADMINISTRATOR: Contract Administration shall be provided by the R sk Manaqer and the Personnel Officer as applicable to their respective functions. IN WITNESS WHEREOF, the parties have caused this Contract to be duly executed intending to be bound thereby. / I CONTRACTOR: ,I ,~ / Printed Name and Title: ~ O,-ot,...I;bO ~_~ . OF /-- ~g~ature ' · ,~ Title: Printed Name aJTitle: '~'~ ':'~"~2 ~1 ~ AC//~ ~/" (7 _ ¢. Clty Of Sanford Purchaglng Office 300 N. Park Avenue (P.O. Box 1788) Room 236, Sanford, FL 32771 N4~I~ Telephone: (407)330-5613 -Facsimile: (407)330-5666-Email: smithb(~,_,ci.sanford, fl.us REQUEST FOR PROPOSALS Date Issued: September 1, 2003 The City of San_ford, Florida hereby requests sealed proposals fi.om qualified providers as indicated below and specified in the solicitation. No formal opening will be held. However, shortly after the time and date indicated below, the names of entities who submitted proposals will be released. SOLICITATION NUMBER: RFP 02/03-33 PHYSICIAN SERVICES FINAL DUE DATE AND TIME: SEPTEMBER 16, 2003 AT 2:00 P.M. The City of Sanford (City) hereby requests proposals with pricing from board certified physicians or medical facilities with board certified physicians to perform medical services for the City as described and outlined herein. Solicitation packages including specifications, terms, conditions, general instructions and proposal submission documents are now available and may be obtained, at no cost, in one of the following ways: 1. Downloading at the City of Sanford's web site (www. ci. sanford.fl.us) 2. Requesting in person at the Purchasing Agent's Office: Proposals delivered after the date and time indicated above will not be opened or otherwise considered. Please note that facsimile, telegraph, email or proposals not enclosed in a sealed envelope will not be considered. Any uncertainty regarding the time a response is received will be resolved against the Proposer PLEASE NOTE: Proposal Documents, addenda issued, tabulation of responses and subsequent awards, if any, may be found on the City of Sanford's web site (www. ci.sanford.fl, us/purchasing). This information will not be provided by teiephone or FAX. Respectfully, F. William Smith, Purchasing Agent TABLE OF CONTENTS TOPIC PAGE NO INVITATION I GENERAL INTRODUCTION 3 RESERVATIONS 3 1. PREPARATION OF PROPOSALS 3 2. NONDISCRIMINATION STATEMENT 4 3. CERTIFICATION OF INDENPENDENT PRICE DETERMINATION 4 4. ANTI-TRUST 5 5. TESTING AND INSPECTION 5 6. ASSIGNMENT OF CONTRACT 5 7. DEFAULT 5 8. SUBMISSION OF RESPONSES 5 9. WITHDRAWAL OF BID/PROPOSAL 6 10. CHANGES AND ADDENDA 6 1 I. FAILUKE TO ENFORCE 6 12. COMPLIANCE 6 13. TIME IS OF THE ESSENCE 6 14. TAX EXEMPT INFORMATION 6 15. PATENT INDEMNIFICATION 7 16. INVOICING AND DISCOUNTS 7 17. EXTENSION 7 18. PROCUREMENT CARDS 7 19. INDEMNIFICATION 7 20. WARRANTY 7 21. JOINT UTLLIZATION 8 22 LICENSING 8 23. CONTRACTOR QUALII~ICATIONS 8 24. CONTRACTOR STATUS 8 25. CITY'S RIGHT TO TERMINATE CONTRACT 8 26. EVALUATION FACTORS 8 27. LISTING OF MANDATORY FORMS 8 28. GENERAL DESCRIPTION OF CONTEMPLATED SERVICES 9 GENERAL INSTRUCTIONS INTRODUCTION: The City of Sanford (City) hereby requests proposals with pricing from board certified physicians or medical facilities with board certified physicians to perform medical services for the City as described and outlined herein. The City reserves the following rights: The obligations of the City as relevant to any award as a result of this solicitation are contingent upon the availability of appropriated funds for this project. Also, it is hereby provided that the City of Sanford reserves the right to negotiate with one or more proposers in an effort to establish a contract for the procurement of said goods and/or services. Bo To reject any and all proposals either in part or in their entirety, to waive informalities, and to effect an award or to make no award as deemed to be in the best interests of the City. To declare any Proposer ineligible at any time during the process where developments arise which adversely affect the Proposer's responsibility. To conduct any investigation and consider any evidence relevant to the qualifications and capabilities of the proposer to perform the work contemplated. The investigation may include, but is not limited to, a detailed review of references, current and previous entities for whom similar work has been performed, an inspection of the proposer's equipment, personnel and any other evidence including £mancial, technical and other qualifications and abilities of the proposer. This solicitation and any resultant contract(s), including purchase orders, shall be governed by the Laws of the State of Florida and the Purchasing Policy of the City of Sanford, Florida. Further, the parties hereto agree that the state or federal courts located in the State of Florida shall have the Exclusive }urisdiction over this solicitation and any resultant contract(s) including purchase orders. Also, in the event of any litigation, the venue shall lie in Seminole County, Florida for the purposes of state court action and the venue shall lie within the United States District Court for the Middle District of Florida, Orlando, Florida for the purposes of Federal Court Action PREPARATION OF PROPOSALS A. Proposers are expected to examine this Request, samples, specifications, if any, and all instructions. Failure to do so will be at the Proposer's risk. Proposers are responsible to make all necessary investigations to inform themselves thoroughly as to all difficulties involved in the completion of all work required pursuant to the mandates and requirements of this bid package. No plea of ignorance or difficulties that may hereafter exist, or of conditions or difficulties that may be encountered in the execution of the work pursuant to this request as a result of failure to make the necessary examinations and iavestigation xvill be accepted as an excuse for any failure or omission on the part of the contractor to fulfill, in every detail, all of the requirements of the contract, nor will they be accepted as Bo Do basis for an~-laims whatsoever for extra compensatt~_ or for an extension of time. All prices and negotiations must be in ink or typewritten. No erasure permitted. Mistakes may be crossed out and corrections typed adjacent and must be initialed and dated in ink by person signing quotation. All bids/quotations/proposals must be signed with the firm name and by a responsible officer or employee. Obligations assumed by such signature must be fulfilled. Each response shall provide the information required on the enclosed Forms and as otherwise required by instructions included or provided by the Purchasing Manager. Failure to include the required forms, correctly completed, may disqualify your submission. (1) DO NOT RETURN THE ENTIRE REQUEST PACKAGE. Only the bid documents and forms indicated on the SUBMISSION CHECK LIST are to be submitted. For number of originals and copies of the bid, please note the instructions provided on the RESPONSE SUBMISSION CHECK LIST. All costs associated with preparation and submission of the proposal(s) and any other information shall be borne entirely by the proposer(s). QUESTIONS: Any Bidder, Proposer or Offeror who is in doubt as to the true meaning of any part of the Bidding Documents, or f'mds a discrepancy or omission therein, may contact F. William Smith, Purchasing Manager for an interpretation or correction~ Said interpretation or correction shall be provided to all plan-holders as an addendum to the request. Only interprctation~ instructions or correction(s) ~iven, in writinl~, by the Purchasinv Manaller will be binding. Prospective bidders/proposers are hereby notified that no other source is authorized to give information concerning, explaining and/or interpreting this Invkation to bid. (1). To enable timely issuance of addenda, questions, requests for clarification or correction must be submitted seven (7) days prior to the indicated opening date. (2). NOTE;. To ensure that your bid/proposal is responsive, you are urged to request clarification or guidance on any issues involving this solicitation before submitting your response. Please note that failure to provide the requested information in the form and format requested may render your bid/proposal non-responsive ANTI-DISCRiNINATION STATEMENT The City o f S anlbrd is committed to assuring equal opportunity in the award of contracts and. thereibre, complies with all Federal, State, and Local Laws prohibiting discrimination on the basis of race. color, religion, national origin, handicap, age and gender. CERTIFICATE OF INDEPENDF. NT PRICE DETERMINATION o By submission ofth~. 3id/Proposak the Bidder/Proposer cert'.is, and in the case ora Joint Response, each party thereto certifies as to its own organi?ation, that in connection with this procurement: The prices in this Response have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other Offeror or with any Competitor. B° Unless otherwise required by law, the prices which have been quoted in this Bid/Proposal have not been knowingly disclosed by the Offeror and will not knowingly be disclosed by the Offeror prior to opening, directly or indirectly to any other Offeror or to any Competitor; and No attempt has been made or will be made by the Bidder/Proposer to induce uny other person or firm to submit a Bid or proposal for purpose of restricting competition. ANTITRUST By entering into a contract, the contractor conveys, sells, assigns, and transfers to The City of Sanford, Florida all rights, title and interest in and to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the State of Florida, relating to the particular goods or services purchased or acquired by the City of Sunford, Florida under said contract. TESTING AND INSPECTION: The City of Sanford reserves the right to conduct any test/inspection it may deem advisable to assure goods and services conform to the specifications. ASSIGNMENT OF CONTRACT: A contract shall not be assignable by the contractor in whole or in part without the written consent of the City of Sanford. DEFAULT As a result of offers 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 Offeror/Contractor fail to meet the delivery deadline(s) set forth in the specifications or fail to perform uny of the other provisions of the specifications and/or other Contract Documents, the City may declare the Contractor in default and terminate the whole or any part of the Contract. Ao Upon declaring the Contractor 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, services or any substitutions thereof, and the defaulted contractor shall be liable to the City for any excess costs resulting there from. SUBMISSION OF RESPONSES A. Responses and modifications thereof shall be enclosed in sealed envelopes, with the required forms, addressed to the office specified in the Solicitation, with the name and address of the Bidder/Proposer, the date and submission deadline, and the Invitation or Request Number on the face of the envelope. Responses received after tbe stated time and date 10. 11. 12. 13. 14. will be ret~-t to the sender unopened. Faosi~nile o~elegrapbio · Responses will not be accepted. The Offeror represents that the article(s) to be furnished under this Request is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. Also, the proposal shall inelnde identification and descriptive literature including manufacturers specifications of items to be furnished within the context of this proposal. WITHDRAWAL OF BID(S)/PROPOSAL(S) Bids/proposals cannot be altered or withdrawn until sixty (60) days after the stipulated opening date and time. Withdrawal of a bid or proposal after the opening but, before the end of the sixty(60) day period of consideration places the Bidder/Proposer in default. It is noted that the bidder/proposer who withdrew a bid or proposal during the period of consideration shall be ineligible to submit a response ifa new solicitation is advertised and shall not perform as a subcontractor or a supplier with regard to the procurement in question. CHANGES AND ADDENDA Addenda will be mailed or otherwise delivered to ali plan holders who received a set of Submission Documents from the City. Receipt of each Addendum shall be acknowledged in the Bid/Proposal Form; failure to do so may subject the Bidder/Proposer to disqualification. It shall be the Bidder's/Proposer's responsibility to ensure that they have received all Addenda prior to bid. FAILURE on the part of the City of Sanford to enforce or to notify shall in no way be construed or interpreted as a waiver of any of the City's rights and remedies. COMPLIANCE: All work resulting from this solicitation must be in compliance with all federal, state and local laws, codes, statutes, regulations and authority having jurisdiction over the work. PERFORMANCE: Time is of the essence In the delivery of response to this solicitation, participation in presentation(s) and/or negotiations if requested by the city and any other information or documentation as may be requested by the City of Sanford in the evaluation and/or award process. 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. 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. Normal working hours of the City of Sanford is Monday through Friday, except tbr holidays, 8:00 a.m. to 5:00 p.m. TAXES The City is exempt from state and local sales tax. The City of Sanlbrd, Florida, has the tbllowing tax exemption certificates assigned: 15. - C, ertifieate of Registry/159-6000425 for tax-free transactions under Chapter 32, Internal Revenue Codes. Florida Sales & Use Tax Exemption Certificate Number 69-11-035140- 54C PATENT INDEMNITY Except as otherwise provided, the Contractor agrees to indemnify the City and its officers, agents and employees against liability, including costs and expenses for infringement upon any letters of 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. INVOICING AND DISCOUNTS Trade and time payment 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 the award(s). 17. 18. 19. 20. Specific invoicing procedures and instructions will be provided at the time a contract is issued. In general an itemized invoice must be submitted for each patient. (1) Non workers compensation invoices shall be submitted to the City of Sanford, Accounts Payable Office. (2) Workers compensation invoices shall be submitted directly to the insurance company. EXTENSION The term for any contract resulting from this solicitation is one (1) year. The City reserves the option of extending the contract for additional one (1) year terms. Additional terms after the third term must be approved by the City Commission. All pricing, terms and conditions of the Solicitation Documents as well as the mutual agreement of all parties is necessary for extensions of additional one (1) year terms. USE OF PROCUREMENT CARDS The City reserves the right to effect payment for any and all invoices with a procurement card which uses a VISA platform. INDEMNIFICATION: Indemnification: To the fullest extent permitted by law, the Contractor will indemnify and hold harmless the City of Sanford from and against all claims, damages, losses, and expenses, including reasonable attorney's fees, arising out of or resulting fi.om the performance of their operations under this contract. WARRANTY The contractor agrees that the goods or services furnished under any award resulting from this solicitation shall be covered by the most lhvorable commercial warranties the 21. contractor gives any~:;stomer for such goods or services andCt the rights and remedies provided therein are in addition to and do not limit those available to the City by any other clause of this solicitation. A copy of this warranty and all applicable manufacturer's warranties shall be furnished with the bid. OTHER PUBLIC ENTITY USE OF CONTRACT PRICING RESULTING FROM THIS SOLICITATION The Contractor may, at her/his option, convey the same Contract Pricing to other Public Entities under the same terms and conditions of the Contract(s) arising from this Solicitation, thereby allowing interested Public Entities Joint Utilization of said Contract(s). 22. 23. 24. 25. LICENSING Bidder or Offeror must attach copy(s) of licensing and certifications relevant to the submission. CONTRACTOR QUALIFICATIONS In the opinion of the City, the Contractor must have the ability to perform all services in a professional manner using qualified and certified support personnel as consistent with the medical profession, with appropriate documentation. CONTRACTOR STATUS: The contractor and his/her employees are independent contractors and derive no employee status by virtue of responding to this request and resulting contract unless explicitly provided in said contract. RIGHT TO DO WORK OR TO TERMINATE CONTRACT; Any contract resulting from this solicitation may be terminated by either party upon ninety (90) days written notification to the other party(s) of the contract. The City reserves the right to terminate said contract, for cause, on an immediate basis upon notification of the Contractor. 26. 27. EVALUATION FACTORS FACTOR WEIGHTING Pricing ............................................................................................................................... 30 Company's Understanding of City's needs and Programs ............................................... 25 Reputation of the Company .............................................................................................. 15 Proximity to City Hall, Sanford, FL ................................................................................. 15 Physician responsiveness in scheduling medical services ................................................. 15 Upon completion of the weighting for each company, the companies will be ranked based on its total score. The City reserves the right to conduct interviews and negotiations with one or more companies in the order of ranking. Also, the City reserves the right compartmentalize the services and to establish a continuing contract with one or more of the participating companies (providers). TIIF, FORMS LISTED BELOW ARE MANDATORY ATTACHMENTS ALONG WITII ADI)I'['IONAL INFORMATION WHICH MAY BE REQUIRED THEREIN TO 28. PROVIDE AN tABLE RESPONSE TO THIS SOL 't .r^TION: A. Proposal Submission Forrm ....................................................... 2 pages B. Insurance and Bonding Requirements ........................................ 1 page C. Disputes Disclosure Form. ......................................................... 1 page D. Drug-Free Workplace Form. ....................................................... 1 page E. Conflict of Interest Form. ............................................................ 1 page F. Certification of Nonsegregated Facilities .................................... 1 page G. Florida Statutes, On Public Entity Crimes ................................. 2 pages GENERAL DESCRIPTION OF THE CONTEMPLATED SERVICES: The following information about the city's requirements for medical services is broadly separated into two general categories. That is, general medical services are separated from medical services associated with work related injuries. It is hereby noted that offerors may submit a proposal applicable to only one area or an all inclusive proposal The provider(s) of medical services described herein and who have entered into an agreement with the City to provide said services shall be referred to as "Contractor." A. Contractor shall be responsible for the following General Medical Services: (1) performing-routine, pre-employment and fitness for duty evaluations to determine the capability ofperfornfing the job requirements for specific jobs with the City of Sanford. This shall include determinations involving audiometric testing, vision and other physical capabilities relative to the requirements stated in the position description. Medical Evaluations for Firefighters must meet NFPA standards. (2) Conducting evaluation and treatment of workers compensation illnesses or injuries. This shall include immediate attention, evaluation, prognosis and referrals for specialized treatment if needed. (3) Conducting pre-employment law enforcement medical examinations required by the Criminal Justice Standards and Training Commission. In addition to the physical examination, an electrocardiogram, a skin test for tuberculosis, and blood testing which includes an analysis of blood cells and chemistry are included. (4) Providing for x-ray, EKG, Laboratory Service, or other extraordinary medical service. If these services cannot be provided directly by the physician, the physician must be able to coordinate such services xvith charges for same billed to the physician and subsequently billed to the City as outlined in Section V Billing Procedure. (5) Administer annual flu shots to City employees. (6) Provide for Hepatitis Injection and Hepatitis Exclusionary Testing for Police Officer and Firefighter applicants as a part of their pre-employment medical certification. (7) Provt,_.. for TB Exclusionary resting fo~ Polic~fficer and Firefighter applicants as a part of their pre-employment medical certification. (8) Providing Pre-employment and fitness for duty evaluations within five working days of making the appointment. Medical Services associated with work related injuries are defined by and shall be in compliance with Florida Statute, chapter 440.13. A copy of chapter 440 for the Florida Statures is available on the intemet at http:www, floridalawonline.net/. Contractor shall be the Medical Care Coordinator 0VICC) who will be the primary care provider within a provider network who is responsible for managing the medical care of an injured worker including referrals for types of specialists or treatments to which the injured employee will be referred for evaluation or treatment. (1) MCC may be asked fi-om time-to-time by the City or the City's Third Party Claims Administrator (TPA) to intercede or communicate, consult, teleconference, etc., with providers to whom the MCC or subsequent Primary Care Providers (PCP) may have referred the injured employee. This subsequent activity may also involve a review of medical files of any and all providers that may provide care to the injured employees. (2) MCC will be the Primary Care Provider (PCP) for all work related injuries unless the MCC refers the injured employee to a type of specialist within the City's provider network. All referrals must first be made to the City's TPA for authorization. Even with this referral, the MCC still remains the MCC on the work related injury. (3) Transitional or Light Duty Work: MCC understands that the City has an active Transitional Duty Program for those employees that have a work related injury, but have been determined by the provider to be able to work only a modified duty in lieu of full or regular duty for a specified period of time. MCC understands only a very small number of injured employees have injuries that would prevent the employee fi-om returning to work to at least Transitional or Light Duty. (4) MCC understands that that by placing an employee Out- of- Work (OOW) for any period of time for a work related injury that the employee is to be determined Totally Disabled, either temporarily or permanently. A full written explanation for the reason the employee has been determined to be Totally Disabled is required of the physician. (5) Third Party Administrator: Provider will work harmoniously and in tandem with the City's designated Third Party Claims Administrator and the City. All referrals by the MCC for other providers or treatment will be presented to the TPA for authorization. (6) MCC understands that the State of Florida has a Workers Compensation Fee Schedule and agrees no fees will exceed that fee schedule, but the City may et[ioy li~rther reductions in tkes if mutually agreed upon through various means including, but not limited to Preferred Provider Discounts. (7) MC~ .~ees,/' at the City's option, to hax~e sch ~'Taled meetings with the City to discuss current claims or other employee work related injury issues at least three times per year. Each meeting will be at least one hour in duration, but no more than two hours in duratiom (8) MCC understands that all referrals must be for providers within the City's Network of Providers as provided by the City's TPA under the City's Managed Care Arrangement. (9) MCC understands that all initial treatment for a work related injury must first be approved by the City, otherwise treatment costs, expenses, fees, etc. will not be reimbursed. City will only reimburse providers for authorized treatment only. Authorization for treatment should come fi-om Risk Management or his/her designee, but if Risk Management is not available to pmvide authorization, supervisory personnel within that employees department may authorize it. (lO) MCC will provide a Duty Status Report after each and every work related injury visit by City employees. This can be faxed to Risk Management at 407-330-5622. (11) MCC will immediately report any unusual activity, statements, etc. by the injured employee; as well as cause of injury that contradicts original statement as to claim cause. (12) MCC will address causality of employee work related injuries, i.e. occupational vs. personal medical condition/injury. (13) MCC understands that all invoices for services rendered will be submitted on proper form and in timely manner to the City's TPA. DOCUMENTATION AND RECORDS MAINTENANCE: It shall be the responsibility of the Contractor to provide and maintain documentation applicable to the following: (1) One copy of the Pre-employment Physical Form is to be returned to the City after certification of fitness for duty. The Police, Fire or General employee applicant will be instructed to hand carry this form back to the City in a sealed envelope. The original is to be retained in the Contractor's file. (2) A summary of medical history contained in the medical history questionnaire form is completed and signed by the applicant. It is to be used by the Contractor as a basis for determining potential problem areas. The original is to be retained by the Contractor with a copy is to be sent back to the City in a sealed envelope with the applicant. SOLICITATION NUMBER: IFB 02/03-33 PHYSICIAN SERVICES FINAL DUE DATE AND TLME: SEPTEMBER 16, 2003 AT 2:00 P.M. Company: ..(]O~c'~ -~'x~m~.l "3r~m,~ P¢oa~ ~ Phone: Ad.ess: ~&O~ ~ce~. City: ~~ Bid Sub~ by: ~&~ ~. ~n~,&.~. Title: ~ (~or~q~e) Sight,e: (~ ~ ~~ Date: NOTE: By signing tkis Proposal the Offeror warrants that he/she agrees to provide the goods and or services indicated herein before and after. The Offeror/bidder agrees to negotiate with the City in good faith in an attempt to establish a contract based on his/her proposal. Any other remarks, terms and conditions of the proposal are to be made on Proposer's letterhead and attached to this fornz Proposer must return ONE ORIGINAL, PROPOSAL WITH ALL REQUIRED FORMS AND DOCUMENTATION AND TWO ADDITIONAL COPIES, with any other details as may be requested. At the discretion of the Purchasing Agent, proposal(s) may be deemed non-responsive for failure to follow the instruc~ i(ms contained herein before and after. It is noted that delivery of the submission ~o the correct office, indicated below, in a timely manner is the responsibility ,~ ~ the Proposer. _MARK THE EXTERIOR OF ENVELOPE CONTAINING YOUR BID RESPONSE: YOUR COMPANy NAME & ADDRESS AS THE RETURN ADDRESS ADDRESS OR DELIVER TO: William Smith, Purchasing Agent City of Sanford P.O. Box 1788 (300 N. Park Avenue. Room 236) Sanford, FL 32771 IN LOWER LEFT CORNER OF ENVELOPE, PROVIDE THE FOLLOWING RFP 02/03-33 PHYSICIAN SERVICES Final Due Date and Time: September 16, 2003 at 2:00 p.m. NOTE: The envelope containing the proposal must be sealed TItlS FORM MUST lie COMPI,ETED AND RETURNED WITtt YOUR PROPOSAL SOLICITATION NUMBER: RFP 02/03-33 Company/Practice: ~'~ o c4-~ .~tLrwfnol.~.-'~x~.[ (~)cax~ c~ Phone: Proposal Submitted by: -'-~--O~v-~.~a ~__. (._~u~ ~, Crx., ~. Title: (type or print name) Florida State Medical Board License Number: L --. Fees for Medical Services: A. Routine/Pre-employment ,and~ty Evaluations D. EKG's ~ E. Hepatitis Injection ~ F. Flu Shot Injection G. TB Exclusionary Testing H. Hepatitis Exclusionary Testing I. Audiometric Testing J. Medical Clearance for Respiratory Use J. Lumbar Spine X Ray with Additional Views Office Hours: ea. Monday 'i~ a.m. -~- p.m. Tuesday ~ a.m. ~- p.m. _Wednesday ~ a.m. ,5-p.m. Thursday ~' a.m. ~- p.m. _Friday ~ a.m. ~-~ p._m. Saturday ~ a.m. /.,~ P,m Who Will Provide the Following Services X Ray EKG [.ab Work THIS FORM MUST BE COMI'I.ETED AND RETLIRNtH) WlTft YOUR PROPOSAl, 'NSURANCE ~AND BONDING RE Ul (i .t q REMENTS WHICH MUST BE MET The CONTRACTOR bidder shall be required to provide, to the Purchasing Agent, prior to signing a contract for or commencing any work, a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below. Compliance of said certificate must be acknowledged by the Purchasing Agent pdor to start of work. Any work initiated without completion of this requirement shall be unauthorized and the City of Sanford will not be responsible. The City of Sanford reserves the dght to require coverage and limits as considered to be in its best interests. Insurance requirements shall be on a case by case basis determined by the project, conditions and exposure. Except for Professional Liability Policies, when required, all policies are to be endorsed to include the City of Sanford as Additional Insured, In the cancellation clause the number "30" shall be inserted into the blank space provided prior to the words "days pdor notice...". All contractor policies are to be considered pdmary to City coverage and shall not contain co-insurance provisions. In the event that the insurance coverage expires pdor to the completion of the project, a renewal certificate shall be issued 30 days prior to said expiration date. Subcontractors retained by the Prime Contractor are the responsibility of said Prime Contractor in all respects Insurance requirements: COVERAGE REQUIRED MINIMUM POLICY LIMITS Workers' Compensation Statutory Commercial GeneraI Liability including Contractual Liability, Products and Completed Operations, and Owners and Contractors Protective $1.000,000 Pr0fessional Liability $1,000,000 NOTE: Except for Professional Liability, all limits are per occurrence and must inclHde Bodily injury and Property Damage with an aggregate limit of at least $ 2,000,000. All policies must be written on occurrence form and not on claims made form.) Bonding: None required for the project identified below It is noted that failure to provide of an certificate of insurance in compliance with the above within FOUR(4) days of notification of award and/or to continue the coverage without a break and at the discretion of the City of Sanford can result is bidder/contractor being placed in default status. I hereby certify that if the contractor on whose behalf this information is submitted is awarded a contract for any portion of the work contemplated, the insurance and bonding requirements outlined above shall be met as required. Project, work or service contemplated: Physician Services // Aut h orizeb--S~(~ Date Title I'ttlS FORM MUST BE COMPLI!'I'I;D AND RETURNED WITtt YOIJR PROPOSAL Dsputes Disclosure Form Answer the following questions by placing an "X" after "YES" or "NO". If you answer "YES", please explain in the space provided, or via attachment. Has your firm, or any of its officers, recoived a reprimand of any nature or been suspended by the Department of Professional Regulation or any other regulatory agency or professional association within the last five (5) years? YES [~ NO ~ Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? Has your firm had filed against it or filed any requests for equitable adjustment, contract claims or litigation in the past five (5) years that is related.to the services your firm provides in the regular course of business? If yes, state the nature of Ihexequest for equitable adjustment, contract claim or litigation, a brief description of the case, the outcome or status of suit and the monetary amounts or extended contract time involved. [ hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation or falsification of facts shall be cause for forfeiture of rights for fi~rther consideration of this project: Project: RFP 02/03-33 Physician Services F~/~ ' Date (.~/ Authorizdd Signature Officer Title Printed of Typed Name This Form Must Igc Completed ,'md Returned with your Proposal · 'Sep I1,03 02:511o Finance Department DRUG-FREE WORK PLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies) (Name of Busb~ss Publish a statement notify/rig employees thai the unlawful manufacture, distribution, dispensing, possession, or use of a contwlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations ofsuoh prohibition. Inform employees about the dangers of drug abuse in the workplace, the busine.~'s policy of maima~;ng a drug-free workplace, any available drug coanseling, rehabilit~lon, and employee assistance programs, and the penalties that lllay he ~0osed upon ea~loyees for drug abuse violations. Give each employee engaged in providing thc commodities or contractual services ~ha* are proposed a copy of the statement specified in subsection (~). In the statement specified in subsection (1), notify the employees tha~ as a condition of working on the commodities or contractual services that are under bid, the ¢,qAoyee will abide by the te,~s of the statement and will notify the employer of any conviction of~ or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any s~te, for a violation occurring in the workpl~¢,~ no later than five (5) days after such conviction. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. Make a good faith effort to continue to maintain a drug-free workplace through implementation of thig section As the person authorized to sign the statement, I eet~fy the~ fully with the above requirements.~ __ _ Bidder's Printed Name and Title 13J~der's Signature BID REQUEST NUIVfBER 02/03-33 THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR BID. STATE OF FLORIDA COUNTY OF. ~0.x-cx-~r~oL.e_ )Before me, the undersigned authority, personally appeared '~o~.~o ~_. G)~_~ ~x~ , who was duly sworn, deposes, and states: 1. Iamthe ID,-ts~a~-k of (h,~tmmoh~t,~t ~t,t,~witha local office in ~x ~i~, and principal office in -~xcl,~'o-,~, '-4~_. . 2. The above named entity is submitting an Expression of Interest for the City of Sanford project identified as: RFP 02/03-33 Physician Services, the Affiant has made diligent inquiry and provides the information contained in this Affidavit based upon his own knowledge. 4. The Affiant states that only one submittal for the above project is being submitted and that the above named entity has no financial interest in other entities submitting proposals for the same project. 5. Neither the Affront nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. 6. Neither the entity nor its affiliates, nor any one associated with them, is presently suspended or otherwise ineligible from participating in contract lettings by any local, state, or federal agency. 7. Neither the entity, nor its affiliates, nor any one associated with them have any potential conflict of interest due to any other clients, contracts, or property interests for this project. 8. I certify that no member of the entity's ownership, management, or staff has a vested interest in any aspect of or Department of the City of Sanford. 9. I certify that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with City of Stafford. 10. In the event that a conflict of interest is identified in the provision of services, I, on behalf of the above named entity, will immediately notify the City of Sanfo, rd in writing. DATED this }1 '~- day of ~, ,uglre-r'a ~o¢/7) , ~,,v"~°'-%L. __(/Signaturg (Amant) Typed Name of Affiant Title Sworn to and subscribed before me this 20 0.% Personally known, v-/ _ or produced identification identification day of .Type of Notary Public - State of~---a4J,O~aLt, ol.C,.~ My commissioo exnires ¢/k,~,- ~ \ -; ~3 .... ~rinted, typed or s~ommis~ned name ofnotz~ public) TIIIS FORM MUST BE COMPLETED AND RI~TURNED WITH YO[JR PROPOSAl. CERTIFICATION OF NONSEGREGATED~FA(~I~ITiES .Physician Services RFP02/O$-$$ The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any location under his control where segregated facilities are maintained. The Bidder agrees that a .... . . any breac.h of this certification wall be a v~olat~on of the Equal Opportunity clause in contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" -. means any wmtmg rooms, work areas, restroOms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation and housing facilities provided for employees which are segregated by explicit directive, or are in fact segregated on the basis of race, color, religious disability or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identica! certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order I 1375 and as amended, relative to Equal Opportunity for ali persons and implementations of rules and regulations prescribed by the United States Secretary of Labor are incorporated herein. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 100 I. Date: By: Print Name: Official Address: Tit le :___ c a~c~e~cx ~v (Include Zip Code) ATTAClt AND INCLUDE FHIS PAGE AS PART OF YOUR SUBMISSION FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES . · .!,~ ~! THIS FORM I~UST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER k~.~ OFFICIAL AUTHORIZED TO ADMINISTER OATHS. whose business address is: 1. This sworn statement is submitted to The City of Sanford, Florida) by: (print indlviduai's name and title) for (print name of entity submitting sworn statement) and (if applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual xigning this statement: ). I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Statutes, means a violation of any state or federal law by a person with respect to an~ directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services, any lease for real property, or any contract for the construction or repair of a public building or public work, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. I understand the "convicted" or "conviction" as defined in Paragraph 287. I33(1)(b), Florida Statutes means a finding of guilt or a conviction of a public entity crime~ with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilt or nolo contendere. I understand that an "affiliate" as de£med in Paragraph 287.133(1)(a), Florida Statutes~ means: - A predecessor or successor of a person convicted of a public entity crime: or An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not thir market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knoxxSngly enters into a joint venture with a person who has been convicted ora public entity crime m Florida during the preceding 36 months shall be considered an affiliate. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes means any natural person or entity organized under the,laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts let by a public entity, or which othen~se transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. Based on information and belief; the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) x//Neither the entity submitting this sworn statement, nor any of its officers, director, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity were charged with and convicted of a public entity crime after July 1, 1989. __ The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or any affiliate of the entity was charged with and convicted ora public entity crime after July 1, 1989. __ The entity submitting this sworn statement, or one of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or any affiliate of the entity was charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the F~al Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FOR/vi TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTWIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS [F~OO~DR~ER~.STXNA/~I~HTATHR?UA~G4H p~EE~L~)RT~)I ~O~F~'F_.Ht~.. _CALENDAR YEAR IN WHICH IT~.IS FILED. I ALSO CON .................... ',4 IP~VUKIVl IHE PUBLIC ENTITY PRIOR NTERING IN rr~r, tr,~t ~pq ~x~e,~,5 Ut- file THRESHOLD AMOUNT PROVIDED IN (TI'ION ~$t7 n TO A (date) County of ~ o..cvxx c~c~l,.j~ State of Florida. On this ~[/'k_K day of ..~o~rnk~.~c- 2003, befbre me, the undersigned Notary Public - appeared ~"cccv~e~2 ~ . C_xkx_i cxc~ , yh"x. ~ . xvhose name(s) is/are Subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. NOTARY PUBLIC SEAL OF OFFICE (Name of Notary Public: Print, Stamp, or Type as Commissioned.) W/Personally known to me, or __ Produced identification: (Type o f Identification Produced) DID take an oath, or DID NOT take an oath. Physician Services, RFP 02/03-33 THIS FORM MUST BE RETURNED WITH YOUR PROPOSAL Nort( . Seminole Family ractice James E. Quinn, M.D. Harvey W..Schefsky, M.D. Daniel R. Monette, M.D. 2209 French Avenue Sanford, Florida 32771 (407) 321-4230 Septemberl 1, 2003 City of Sanford Attn: WiLliam Smith, Purchasing Agent RE: Proposal for Physician Services Dear Mr. Smith, I have enclosed for your review a completed proposal for the physician sot'vic, os to be provided to the City of Sanford for pre-employment and workmans compensation claims. This practice will send all invoices via HCFA 1500 claim forms to the appropriate payor but will be unable to accept payment with procurement cards. This office is currently not accepting any credit or debit cards. Should this change in the future, we will inform the City of Sanford and accept the procurement cards for payment. The Medical Services associated with work related injuries indicated that the MCC would be obligated (without reimbursement) to participate in scheduled meetings for a minimum of one hour, three times a year. Our practice would not be available for such meetings, however, the physician handling an3, individual work comp case would be available via teleconference to answer any questions regarding work related issues pertaining to that case. The fees indicated on the second page of the Proposal Submission Form will remain in effect through March 13, 2004. A Cost of LMng Allowance will be automatically apphed each year on the 14th of March~ based upon Consumer Price Index Data with a maximum cap of 3% each year. In regards to the Insurance and Bonding requirements indicated, this practice wa~ forced to reduce the limits of liability on malpractice insurance I?om $1,000,000/$3,000,000 to $250,000/$750,000 as a direct result of the malpractice insurance crisis that is presently affecting physicians practicing in the State of Florida. In regards to the Disputes Disclosure Form tiffs practice is currently in the "fact finding stage" of a claim. Whether or not litigation procedures will be initiated has yet to be determined. With this in mind, I indicated "NO" on thc third question. }'lease feel free to contact me with an).' questions or concerns in regard to any of these Sincerely, ~..~ State Farm Florida Insurance Company 7401 Cy~3reas Ge.Jena Blvd. Winter Haven, FL 33888-0007 V~ 1924-F352 NORTH SEMINOLE FAMILY PRACTICE ASSOCIATION PA 2209 S FRENCH AVE SANFORD FL $2771-fi245 I"lh"l'lh"lh,,h,,Ihl,,I,,I,l,l,,I,l,hlh,,I,Je,lh,I FU3 Location: 2209 S FRENCH AVE 8ANFORD FL Mo~gagee: WAOHOVIA MORTGAGE CORPORATION ITS SUCCESSORS AND/OR ASSIGNS Loan No: NVA - Provide Below Forms, Options, and Endorsements Special Form 3 Exterior Signs $4,300 Amendatory Endomement Tree Debris Removal Business Policy Endorsement Physicians and Surgeons Glass Deductible Deletion Hurricane Deductible Fungus (Including Mold) Excl Subcontractor Pd Exclusion FP-6153 OPT ES FE-6210.3 FE-6451 FE-6464 FE-6407 FE-6538.1 FE-6537.4 FE-6566 FE-6598 Amendatory Collapse FE-6839 Continued on next page *Effective: NOV 04 2004 NOTICE: Information concerning changes in your policy language is you have any questions. POLI~y NUMBER ~0-N2-0110-~ Business- Office Policy NOV 04 2004 to NO~' 04 2005 DATE DUE PLEASE PAY THIS AMOUNT NOV 04 2004 $835.73 Coverages and Limits Section I A Buildings B Business Personal Property C Loss of Income Excluded ]1],600 Actual Loss Deductibles - Section I Basic Hurricane Other dedustibles may apply - refer to policy 500 2.00% Section II L Businese Liability M Medical Payments Gan Aggregate (Other than PCO) Products-Oompleted Operations (PCO Aggregate) Annual Premium Forms, Opts, & Endrsmnt Bus Liability - Coy L Previous Balance Due FL EMPA Fund Surcharge FL Trust Fund Surchg Amount Due Premium Reductions Your premium has already been reduced by the following: Renewal Year Discount Yrs in Business Discount :- Cl~irm- ReC0~d D]sc66 nt - : Cov. A - Inflation Index: N/A C, ov. B - Consumer Pnoe: 189.7 $500,000 5,000 1,000,000 1,000,000 $684.00 94.00 32.00 20.91 4.00 .82 $835.73 included. Please call your agent if Agent CLIFF MILLER INS AGENCY INC Telephone (407) 322-5142 Prepared SEP 01 2004 ~'~ 68 3542 8423 See reverge side for important informatk)n. P/ease keep this part for your record. First Pmtessionals Insurance (;ompany TO: TO WHOM IT MAY CONCERN: MEMORANDUM OFINSURANCE NAMED INSURED: NORTH SEMINOLE FAMILY PRACTICE ASSOCIATES, 2209 FRENCH AVE. SANFORD, FL 32771 *PoFcy prowdes mdividua coverage for the physicians listed on the attached schedule. This is to advise you that the First Professionals Insurance Company, Inc. has issued to the named insured the policy enumerated below, subject to all the terms of such policy. This memorandum neither affirmatively or negatively amends, extends or alters the coverage of such policy. POLICY TYPE OF CLAIMS REPORTING NUMBER INSURANCE LIMITS PERIOD 99281 Professional 250,000 each claim ~r-~'~-? 01/(~':1/-~05 Liability 750,000 aggregate To: 01/01/2006 Retroactive Date: See Schedule Date issued: 12/30/2004 Authorized Representative FPIC-9(1/86) 116/2 FL-PC9281 1000 RiYerside Avenue, Sutte 800 ~, /ackst,n~ i[te, Fl,>rida 32204 · (904) 354-5910 - I~800J741-3742 * I"ax (904) 358-6728 EO. Box 44033 * Jacksonv e, Flonda 32231-4033 · ln~erne~ Address: http://www, mcdmaLcom WORKERS COMPENSATION AND EMPLOYERS LIABILITY fNFORMATION PAGE' POLICY NO 98-PH-8821-3 REPLACES ~0. 98 PH-i'023-3 COVERAGE IS PROVIDED BY SLATE FARM FIRE AND CASUALTy 7401 CYPRESS GDNS BL,WINTER HAVEN · NCCI CARRIER CODE NO. 1 NAMED INSURED & MAILING ADDRESS RISK ID NO 091373726 NORTH SEMINOLE FAMIly FEIN 592634836 PRACTICE ASSOCIATIOR PA 2209 S FRENCH A~E SANFORD FL 327/1-4245 WORKP£ACE NO} SHOWN POLICY 1924-F352 ~ COMPANY FL 33888-000? 14842 FOR QUESIIONS, PROB INSURED 1S A COPYRIGHT 1987 NAT ~¢'p~,~FOBMAFiON ABOUT C~VERA F ~ORAT~N-, 2---2 .......... ~2%%%_~UIL UN COMPENSATION INSUraNCeLL; (quT/ 322-5142 z. fHE POLICY PERIOD IS F~&~-$5-'~ ............ ; .... ..... ~_THE INSURED'S MAILING ADD~E~2005 TO 03/19/2006 12:01A.M· STANDARD T~E B. EMPLOYERS LtABIL WOR~ IN EACH STA~Y[~A~ECT~R~TWO.~F ~HE ~OL,C, APPLIE UNDER PART [WO ARE: 'BODILy INO0~ ~'^m~5~[M[IS OF OUR LIA~I~?Ty ~ZV INdURY B~ ~N~' ¢ I~$'~ ~8~H ACCIDENT muuiLY INdURY ' ,vuu b~cH EMP c. OTHER STATES tNSUR -- _ BY DISEASE $ 5 LOYEE EXCEPT ME M ~n A~E,~,~AR~.THREE OF TiE P ..er ;~,'9~ ~OLICY LIMIT D. THIS POLICY INCLUDES, THESE ENDORSEMFN~ AND SCHEDULES: WCOOOOOOA WC000414 WC000308 WC090606 WCO00~6¢ WC000112. WC090402. WC000406/0884 .................................... *EFFECTIVE 03/19/0~ · THE PREMIUM ~OR THIS P~LICY W~[L- ~-- RULES, CLASSIFICATIONS BE DETERMINED B~-~ ........ ........................... E ~¢ ~m~Hub BY AUDIT ~2 ................................. PREMIUM HYSICIAN & CLERICAL 5?2,850 1.05 6,015 PREMIUM PRIOR TO EXPERIENCE MO E~ERIENCE MODIF DIFICATION .. ICATION: 1 ~ ~FFER ~XPERIENCE MODifiCATION 6,015 ISCOUNT ~ 120 TERRORISM PREMIUM 9740 6,135 EXPENSE CONSTANT -124 MINIMUM PREMIUM $ 279 FLORIDA TOTA ESTIMA]ED AN 172 PREMIUM -- -, .......... REMIUM $ 20O 6,383 ~ OH~LL ~ ANNUAl_ DEPOSIT PREMIUM $ 6,383 PREPARED 01/19/2005 COUNTERSIGNED . WORKERS COMPENSAIION AND E~PLOYERS LIABILITY POLICY INFORMATION PAGE ENDORSEMENF PAGE 01 - T~IS FORMS A PART OF 1924-F352 ~ POLICY NO. 98-PH-8821.3 COVERAGE: IS PROVIDED BY STATE FAR~ FIRE AND CASUALTY COMPANY 7401 CYPRESs GDNS BL,WINTER HAVEN FL. 33888-0007 NAMED INSURED AND MAILING ADDRESS NORTH SEMINOLE FAmILy PRACTICE ASSOCIATION PA 2209 S FRENCH AVE SANFORD FL 32771-4245 THE EFFEC'FIVE DATE IS 03/19/2005 THE EXPIRATION DATE iS 03/19/2006 LOCATION OF THE INSURED LOCATION NUMBER 01 2209 S FRENCH AVE SANFORD FL 32771 ENTITY:ET01 EMP:I SIC:8011 ALL OTHER TERMS AND CONDITIONS PREPARED 01/19/2005 WC 99 ~0 02 04 84 OF l'H[S POLICY REMAIN) U_.NC NG O