Loading...
HomeMy WebLinkAbout2002-05-13 City Council (11)City of Palo Alto City Manager’s Report 8 TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: FIRE DATE:MAY 13, 2002 CMR: 252:02 SUBJECT:AWARD OF CONTRACT TO ALLIED INFORMATION AND SERVICE FOR 7.5 PERCENT OF NET COLLECTED REVENUE FOR ALL ADVANCED LIFE SUPPORT (ALS) AND BASIC LIFE SUPPORT (BLS) AMBULANCE TRANSPORT REVENUE COLLECTION SERVICES RECOMMENDATION Staff recommends that Council approve and authorize.the Mayor to execute the attached three year contract with Allied Information and Service (AIS) in the amount of 7.5 percent of net collected revenue for patient billing services when Advanced Life Support (ALS)/Basic Life Support (BLS) is provided by the Palo Alto Fire Department. DISCUSSION Service Description AIS will provide ALS/BLS patient billing services for the Palo Alto Fire Department. The billing service contractor is necessary for the following reasons: The insurance industry reporting and coding changes are becoming increasingly complex and require additional unique expertise in the field of patient billing. Effective April 1, 2002, Medicare has instituted a fiat rate billing process that requires significant additional documentation and accounts receivable processing. The new Medicare billing process will require extensive staff training and additional implementation time. The City’s current billing software does not incorporate mandated data requirements, such as insurance codings and Medicare rate calculations. Over the last three fiscal years (98-99, 99-00, and 00-01) average revenues for the paramedic transport program were $1.3 million. With the City’s present billing software inadequacies and the need for significant additional staff training, staff anticipates future revenues will drop unless the assistance of a qualified third-party vendor is retained. CMR:252:02 Page 1 of 3 AIS. will provide a complete package of billing, collection, follow-up, account posting, accounts receivable reconciliation, financial accounting, receipts management and reporting services, including the capability to extrapolate data from a lap-top based computer system. In addition, AIS will provide customized financial, demographic, volume, acuity, performance, response, and productivity reports on demand to the Fire Department. All services are to be provided on a contingent fee basis with fees paid on a percentage of collections. Bid Process The City and County of San Francisco conducted an extensi"ve Request For Proposals (RFP) process for patient billing services in September 2000. AIS was selected for its experience and qualifications in municipal ambulance billing with specific regard to the insurance industry’s changing policies and procedures, and its favorable level of fees (7.5 percent of collections). The industry fee average is 8 to 10 percent of. collections. However, because of San Francisco’s large call volume, AIS will allow the City to come under the lower collection percentage as well. The City decided to "piggyback" onto San Francisco’s contract for the following reasons: ¯San Francisco’s RFP process was more extensive, allowing a more exhaustive consideration of possible vendors than the City of Palo Alto, with its smaller billing volume, would have been able to conduct. San Francisco chose AIS out of a broad range of vendors. ¯AIS agreed to provide the City of Palo Alto the same basic scope of work for the same rate as was offered to the City and County of San Francisco. ¯The vendor offered an impressive twelve-year track record of providing EMS billing and collection services to cities aroundthe Bay Area, including the City and County of San Francisco, Berkeley, San Rafael, Sacramento, and others. ¯AIS currently bills over 200,000 responses per year, with a staff of 55 full time and additional part time assistance. It has the resources to maintain both the structure of fee .expertise and appropriate coding requirements of medical billing. ¯AIS has proprietary software and technology for paperless, automated billing. ¯AIS offers extensive and customized reporting capabilities, ensuring the City will have access to accurate information to monitor the program. RESOURCE IMPACT Contract language stipulates that 7.5 percent of net collected revenue for patient billing services will be the established fee base. In fiscal year 2000-01, the City’s gross billings were approximately $1.33 million, with collection rates ranging from 55-60 percent. Staff believes that AIS will be able to increase the City’s collection rate to 60-65 percent based on the following: CMR:252:02 Page 2 of 3 AIS has increased the net revenue for all of its clients over thirteen years in ~the emergency medical services billing business. The average collection rate for AIS’s twenty current comparable customers is 68 percent. (This includes only .customers performing emergency medical transport services.) POLICY IMPLICATIONS This recommendation is consistent with existing City policies. ENVIRONMENTAL REVIEW This contract is not a project under the provisions of the California Environmental Quality Act. ATTACHMENTS Attachment A: Attachment B: PREPARED BY: Contract Between the City of Palo Alto and Allied Information & Services Corporation for Ambulance Billing and Collection Services Request for Proposal for Paramedic Services Billing and Collection, City and County of San Francisco, San Francisco Fire Department, EMS Division DAN~’LINDSE~ Battalion Chief DEPARTMENT HEAD: Fire Chief CITY MANAGER APPROVAL :~-~), ~3/o~_.~~ EMILY HARRISON Assistant City Manager CMR:252:02 Page 3 of 3 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND ALLIED INFORMATION & SERVICES CORPORATION FOR AMBULANCE .BILLING AND COLLECTION SERVICES ATTACH~ This Contract No.is entered into , byand between the CITY OF PALO ALTO, a chartered city and a municipal corporation of the State of California ("CITY"), and ALLIED INFORMATION & SERVICES CORP., a California Corporation, located at 2490 Mariner Square Loop, Suite 220, Alameda, CA 94501 ("CONTRACTOR"). RECITALS: WHEREAS, CITY desires certain services (~Services") for the purpose of providing complete paramedic and ambulance billing and collection service, as more fully described in Exhibit "A,; and WHEREAS, CITY desires to engage CONTRACTOR, including its employees, if any, in providing the Services by reason of its qualifications and experience in performing the Services, and CONTRACTOR has offered to provide the service on the terms and in the manner set forth herein; NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Contract,. the parties agree: SECTION i. TERM I.i This Contract will commence on the date of its execution by CITY, and will terminate April I, 2005 unless this Contract is earlier terminated by CITY or Contractor. Contractor must have the complete paramedic and ambulance billing and collection service fully operational within thirty days (30) after execution of this Contract. SECTION 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS 2.1 CONTRACTOR agrees to perform the services provided in Exhibit ~A", Scope of Services, attached hereto and incor3orated by reference as set forth herein. 020311 Ih 0044143 1 SECTION 3 .QUALIFICATIONS, STATUS, AND DUTIES OF CONTRACTOR 3.1 CONTRACTOR represents and warrants thatit has theexpertise and professional qualifications to furnish or cause to be furnished the Services. CONTRACTOR further represents and warrants that the project director and every individual, including any CONTRACTOR (or sub-contractors), charged with the performance of the Services are duly licensed or certified by the State of California, to the extent such licensing or certification is required by law to perform the Services, and that the Services will be executed by them or under their supervision. CONTRACTOR will furnish to CITY for approval, prior to execution of this Contract, a list of all individuals and the names of their employers or principals to be employed as Sub-Contractors. 3.2 In reliance on the representations and warranties set forth in this Contract, CITY hires.CONTRACTOR to execute, and CONTRACTOR covenants and agrees that it will execute or cause to be executed, the. Services. 3.3 CONTRACTOR will assign.Dan Kehoe as the project director to have supervisory responsibility for the perf.ormance, progress, and execution of the Services. If circumstances or conditions subsequent to the execution of this Contract cause the substitution of the project director for any reason, the appointment of a substitute project director will be subject to the prior written approval of the project manager. 3.4 CONTRACTOR represents and warrants that it will: .3.4.1 Procure all permits and licenses, pay all charges and fees, and give all notices which may be necessary and incident to the due and lawful prosecution of the Services; 3.4.2 Keep itself fully informed of all existing and future Federal, State of California, and local laws, ordinances, regulations,, orders, and decrees which may affect those engaged or employed under this Contract and any materials used in CONTRACTOR’s performance of the Services; 3.4.3 At all times observe and comply with, and cause its employees and Sub-Contractors, if any, who are assigned to the performance of this Contract to observe and comply with, the laws, ordinances, regulations, orders and decrees mentioned above; and 020311 ih 0044143 2 3.4.4 Will report immediately to the project manager, in writing, any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and decrees mentioned above in relation to the project Scope of Services. 3.5 Any reports or other documentation given to, or prepared or assembled by, CONTRACTOR or its Sub-Contractors, if any, under this Contract will become the property of CITY and will not be made available to any individual or organization by CONTRACTOR or its Sub-Contractors, if any, without the prior written approval of the city manager. 3.6 If CITY requests additional copies of any documents or reports which are a part of the Services, CONTRACTOR will provide such additional copies at no additional cost to City. 3.7 CONTRACTOR will be responsible for employing or engaging all persons necessary to execute the Services. All Sub- contractors of CONTRACTOR will be deemed to be directly controlled and supervised by CONTRACTOR, which will be responsible for their performance. If any employee or Sub-Contractor of CONTRACTOR fails or refuses to carry out the provisions of this Contract or appears to be incompetent or to act in a disorderly or improper manner, the employee or Sub-Contractor will be discharged immediately from further performance under this Contract on demand of the project manager. 3.8 In the execution of the Services, CONTRACTOR and its Sub-Contractors, if any, will at all times be considered independent contractors and not agents or employees of CITY. 3.9 CONTRACTOR will be responsible for employing all Sub-Contractors deemed necessary to assist CONTRACTOR in the performance of the Services. The appointment of any Sub- Contractors must be approved, in advance, by CITY, in writing, and must remain acceptable to CITY during the term of this Contract. SECTION 4.DUTIES OF CITY 4.1 CITY will furnish or cause to be furnished such information regarding its requirements applicable to the Project as may be reasonably requested by CONTRACTOR. 4.2 The City Manager will represent CITY for all purposes under this Contract. Dan Lindsey is designated as the 020311 Ih 0044143 project manager for the City Manager. The project manager will supervise the performance, progress, and execution of the Services. 4.3 If CITY observes or otherwise becomes aware of any default in the performance of CONTRACTOR, CITY will use reasonable efforts to give written notice thereof to CONTRACTOR in a timely manner. SECTION 5. COMPENSATION 5.1 CITY will compensate CONTRACTOR for the following services and work: 5.1.1 ~For the Services set forth in the Scope of Services as per Exhibit ~A" attached hereto, City shall pay Contractor a sum equal to 7.5% of the ~NET" receivables collected. As used herein, "NET" is defined as the actual cash recovered by Contractor on City’s behalf. ~NET" does not include and is not based on ~allowable" charges. No charges shall be incurred under this Agreement nor shall any payments become due to Contractor until reports, services, or both, required under this Contract are received from Contractor and approved by the City of Palo Alto Fire Department as being .in accordance with this Contract. City may withhold payment to Contractor in any instance in which Contractor has failed or refused to satisfy any material obligation provided for under this Contract. In no event shall City be liable for interest or late charges for any late payments. 5.1.2 Invoices will be submitted monthly. All invoices will contain an itemized statement that includes all billing activity for the period and a collection reconciliation statement supporting the sum due for the invoiced period. With respect to the compensation set forth in paragraph 5.1.1, the percentage rate shall serve as the only compensation the Contractor shall receive from the City of Palo Alto. SECTION 6.ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS 6.1 Records of the billing and collection efforts and any expenses incurred in connection with the performance of the Services will be prepared, maintained, and retained by CONTRACTOR in accordance with generally accepted accounting principles and will be made available to CITY for auditing purposes at mutually convenient times during the term of this Contract and for three (3) 020311 Ih 0044143 4 years following the expiration or earlier termination of this~ Contract. 6.2 The originals of any reports or other documentation prepared by or under the direction of CONTRACTOR in the performance of this Contract will become the property of CITY. These originals will be delivered to CITY without additional compensation. SECTION 7. INDEMNITY 7.1 CONTRACTOR agrees to protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents, from any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, caused by or arising out of CONTRACTOR’s, its officers’, agents’, Sub-Contractors’ or employees’ negligent acts, errors, or omissions, or willful misconduct, or conduct for which applicable law may impose strict liability on CONTRACTOR in the performance of or failure to perform its obligations under this Contract. SECTION 8.WAIVERS 8.1 The waiver by eihher party of any breach or violation of any covenant, term, condition or provision of this Contract or of the provisions of any ordinance or law will not be deemed to be a waiver of any such covenant, term, condition, provision, ordinance, or law or of any subsequent breach or violation of the same or of any other covenant, term, condition, provision, ordinance or law. The subsequent acceptance by either party of any fee or other money which may become due hereunder will not be deemed to be a waiver of any preceding breach or violation by the other party of any covenant, term, condition or provision of this Contract or of any applicable law or ordinance. 8.2 No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Contract. SECTION 9. INSURANCE 9.1 CONTRACTOR, at its sole cost and expense, will obtain and maintain, in full force and effect during the term of this Contract, the insurance coverage described in Exhibit "B", insuring not only CONTRACTOR and its CONTRACTORS, if any, but also, with the exception of workers’ compensation, employer’s liability and professional liability insurance, naming CITY as an additional insured concerning CONTRACTOR’s performance under this Contract. 02031 l Ih 0044143 5 9.2 All insurance coverage required hereunder will be provided through carriers with Best’s Key Ratin~ Guide ratings of A:VII or higher which are admitted to transact insurance business in the State of California. Any and all Sub-Contractors of CONTRACTOR retained to perform Services under this Contract will obtain and maintain, in full force and effect during the term of this Contract, identical insurance coverage, ~aming CITY as an additional insured under such policies as required above. 9.3 Certificates of such insurance, preferably on the forms provided by. CITY, will be filed with CITY concurrently with the execution of this Contract. The certificates will be subject to the approval of CITY’s risk manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled or altered by the insurer except after filing with the CITY’s city clerk thirty (30) days’ prior written notice of such cancellation or alteration, and that the City of Palo Alto is named as an additional insured except in policies of workers’ compensation and employer’s liability insurance. Current certificates of such insurance will be kept on file at all times during the term of this Contract with the city clerk. 9.4 The procuring of such required policy or policies of insurance will not be construed to limit CONTRACTOR’S liability hereunder nor to fulfill the indemnification provisions of this Contract. Notwithstanding the policy or policies of insurance, CONTRACTOR will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Contract, including such damage, injury, or loss arising, after the Contract is terminated or the term has expired. SECTION i0. WORKERS’ COMPENSATION i0.I CONTRACTOR, by executing this Contract, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifiesthat it will comply with such provisions, as applicable, before commencing the performance of the Project. 020311 lh 0044143 6 PROJECT. SECTION ii.TERMINATION OR SUSPENSION OF CONTRACT OR ll.l.The City Manager may suspend the execution of the Contract, in whole or in part, or terminate this Contract, with or without cause, by giving thirty (30) days’ prior written notice thereof to CONTRACTOR, or immediately after submission to CITY by CONTRACTOR of any completed item of Services. Upon receipt of such notice, CONTRACTOR will immediately discontinue its performance under this Contract. 11.2 CONTRACTOR may terminate this Contract or suspend its execution of the Project by giving thirty (30) days’ prior written notice thereof to CITY, but only in the event of a substantial failure of performance by CITY or in the event CITY indefinitely withholds or withdraws its request for the initiation or continuation of Services. 11.3 Upon such suspension or termination by CITY, CONTRACTOR will be compensated for the net receivables collected as of the date the services are terminated. If this Contract is suspended or terminated on account of.a default by CONTRACTOR, CITY will be obligated to compensate CONTRACTOR only for that portion of CONTRACTOR’s fees actually collected, as of the date of the default by CONTRACTOR. 11.4 In the event of termination of this Contract by CITY where CONTRACTOR is not in default, CONTRACTOR will receive compensation: 11.4.1 For actual fees collected as of the date of termination or collectionsin progress within sixty days (60) of termination date. 11.4.2 In the event of termination, CONTRACTOR shall provide CITY with a detailed list of all collections in progress but not yet received. CITY shall pay CONTRACTOR for those collections actually started by CONTRACTOR prior to termination and received within sixty days (60) of contract termination date. 11.5 Upon such suspension or termination, CONTRACTOR will deliver to the city manager immediately any and all records of CITY as well as copies of monthly reports due, whether or not completed, prepared by CONTRACTOR or its Sub-contractors, if any, or given to CONTRACTOR or its Sub-contractors, if any, in connection with this Contract. In addition, CONTRACTOR will provide CITY with a final itemized billing in order to calculate the final fees for services figure. Such materials will become the property of CITY. 020311 lh 0044143 7 SECTION 12. ASSIGNMENT 12.1 This Contract is for the personal services of ~ONTRACTOR, therefore, CONTRACTOR will not assign, transfer, convey, or otherwise dispose of this Contract or any right, title or interest in or to the same or any part thereof without the prior written consent of CITY. A consent to one assignment will not be deemed to be a consent to any subsequent assignment. Any assignment made without the approval of CITY will be void and, at the option of the city manager, this Contract may be terminated. This Contract will not be assignable by operation of law. SECTION 13. NOTICES 13.1 All notices hereunder will be given, in writing, and mailed, postage prepaid, by certified mail, addressed as follows: To CITY: Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 To CONTRACTOR: Allied Information & Services Corporation Attn: Patrick Ho, President/CEO 2490 Mariners Square Loop, Suite 220 Alameda, CA 94501 SECTION 14. CONFLICT OF’INTEREST 14.1 In accepting this contract, CONTRACTOR covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 14.2 CONTRACTOR further covenants that, in the7 performance of this Contract, it will not employ contractors or persons having such an interest mentioned above. CONTRACTOR certifies that no one who has or will have any financial interest under this Contract is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. SECTION 15. NONDISCRIMINATION 15.1 As set forth in the Palo Alto Municipal Code, no discrimination will be made in the employment of persons under this Contract because of the age, race, color, national origin, 020311 lh 0044143 8 ancestry, religion, disability, sexual preference or gender, of such~ person. If the value of this Contract is, or may be, five thousand dollars ($5,000) or more, CONTRACTOR agrees to meet all requirements of the Palo Alto Municipal Code pertaining to nondiscrimination in employment, including completing the requisite form furnished by CITY and set forth in Exhibit "C" i5.2 CONTRACTOR agrees that each contract for services from independent providers will contain a provision substantially as follows: "[Name of Provider] will provide CONTRACTOR with a certificate stating that [Name of Provider] is currently in compliance with all Federal and State of California laws covering nondiscrimination in employment; and that [Name of Provider] will not discriminate in the employment of any person under this contract because of .the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of such person." 15.3 If CONTRACTOR is found in violation of the nondiscrimination provisions of the State of California Fair Employment Practices Act or similar provisions of Federal law or executive order in the performance of this Contract, it will be in default of this Contract. Thereupon, CITY will have the power to cancel or suspend this Contract, in whole or in part, or to deduct the sum of twenty-five dollars ($25) for each person for each calendar day during which such person was subjected to discrimination, as damages for breach of contract, or both. Only a finding of the State of California Fair Employment Practices Commission or the equivalent federal .agency or officer will constitute evidence of a breach of this Contract. SECTION 16.MISCELLANEOUS PROVISIONS 16.1 CONTRACTOR represents and warrants that it has knowledge of the requirements of the federal Americans with Disabilities Act of 1990, and the Government Code and the Health and Safety Code of the State of California, relating to access to public buildings and accommodations for disabled persons, and relating to facilities for disabled persons. CONTRACTOR will comply with or ensure by its advice that compliance with such provisions will be effected purshant to the terms of this Contract. 020311 lh 0044143 9 16.2 Upon the agreement of the parties, any controversy or claim arising out of or relating to this Contract may be settled by arbitration in accordance with the Rules of the American Arbitration Association, and judgment upon the award rendered by the Arbitrators may be entered in any court having jurisdiction thereof. 16.3 This Contract will be governed by the laws of the State of California, excluding its conflicts of law. 16.4 In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California or in the United States District Court for the Northern District of California in the County of Santa Clara, State of California. 16.5 The prevailing party in any action brought to enforce the terms of this Contract or arising out of this Contract may recover its reasonable costs and attorneys’ fees expended in connection with that actfon. 16.6 This document represents the entire and integrated Contract between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 16.7 All provisions of this Contract, whether covenants or conditions, will be deemed to be both covenants and conditions. 16.8 The covenants, terms, conditions and provisions of this Contract will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and CONTRACTORS, as the case may be, of the parties. 16.9 If a court of competent jurisdiction finds or rules that any provision of this Contract or any amendment thereto is void or unenforceable, the unaffected provisions of this Contract and any amendments thereto will remain in full force and effect. 16.10 All exhibits referred to in this Contract and any addenda, appendices, attachments, and schedules which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and will be deemed to be a part of this Contract. 020311 Ih 0044143 10 16.11 This Contract may be executed in any number counterparts, each of which will be an original, but all of which together will constitute one and the same instrument. 16.12 This Contract is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Contract will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section 16.12 will take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. // // // // // // // // // // // 020311 Ih 0044143 11 I-N WITNESS WHEREOF,, the parti@s hereto have ~by their duly authorized representatives executed this Contract on the date’first above written. ATTEST:CITY OF PALO ALTO City Clerk APPROVED AS TO FORM: Senior Asst. City Attorney APPROVED: Assistant City Manager Mayor Alli~ & Services Co] By : Name: ~~ ~0 Title: Director of Administrative Services Fire Chief Insurance Review By: Name : Title: V- ~i~/~. Taxpayer Identification No. I Attachments: EXHIBIT "A": EXHIBIT "B". EXHIBIT "C". (Compliance with Corp. Code S 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) SCOPE OF PROJECT INSURANCE NONDISCRIMINATION COMPLIANCE FORM 020311 lh 0044143 12 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF ~~L ) COUNTY OF .) 2002, before me,. the undersigned, a Lty and State, personally appeared , personally known tome or proved to me on the basis of satisfactory evidence to be the person Q~}-whose name (e~gs/are subscribed to the within instrument and acknowledged to me that ~she/they executed the same in ~/her/their authorized capaci.ty(i~, and that by--/her/their signature~s~ on the instrument the person(s~, or the entity upon behalf of which the person4-s~acted, executed the instrument. WITNESS my hand and official seal. Signature of Notary Public 020311 Ih 0044143 13 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF L~ #-4~-I~) ) SSo COUNTY OF ) On//~, 2002, before me, the undersigned, a Notary Publiq zn ~Dd~or said CQunty and State, personally appeared ~ ~L~ H~ I ~0 VL~~_~/~ ~_~ , personally known to me or proved to me on the basis-of satisfactory evidence to be the person(~@-whose name(~@-~_~are subscribed to the within instrument and acknowledged to me that he/~they executed the same in his/k~_~heir authorized capacity(ie~, and that by his/~/their signature~ on the instrument the person(s~ or the entity upon behalf of which the person es@-aeted, executed the instrument. WITNESS my hand and official seal. Signature of Notary Public ~ ~’/’~,~ PATRICIA S. HARSTAD~ ~{~~ COMM. # 1282008 ~ /~ "~’T_~:~ NOTARY PUBLIC - CALIFORNIA ::~ Z ~I~2%7 ALAMEDA COUNTY .,I. ~l~ My Comm. Expires OCT 27, 2004 ~ 020311 lh 0044143 14 EXHIBIT A Scope Of Work I. Services Provide to the City of Palo Alto.("CPA") a complete package of billing, collection, follow-up, account posting, accounts receivable reconciliation, financial accounting, receipts management and reporting services, including capabilities of extrapolation of data from" and electronic lap top based computer system. Provide to the Palo Alto Fire EMS Office ("PAFEMS"), customized Continuous Quality Improvement ("CQI") reporting; customized demographic, volume, acuity, performance, response, and productivity reports on demand. All services are to be provided on a contingent fee basis with fees paid on a percentage of collections. No "up-front" or ongoing costs will be born by CPA, nor.will PAFEMS provide any staff for this contract. The list below describes the minimum services required of the contractor: Daily courier service to the PAFEMS Office to pick-up "prehospital care reports" ("PCR") in paper format, or daily extrapolation of electronic data from computer based reporting system. Daily screening of PCRs for completeness and provide liaison to locate misplaced reports from PAFEMS. Screen PCRs for level of service, medications administered and assign diagnosis codes per insurance requirement. Perform Medical eligibility screening electronically. Manual key data entry all fields from PCRS into automated billing database, or build a billing database from data extrapolated from the computer report, system. Setup financial categories (e.g. Medi-Cal, Medicare, and commercial insurance) and generate appropriate charges from an established, automated "charge master". Produce and mail accurate billing documents for each unique program/payer accepting "hardcopy claims". Transmit/transfer billing data electronically to any/all payers accepting electronic claims. Research accounts with inadequate billing information. This entails: No Xo ¯Calling receiving hospitals and getting needed information from admitting/registration records. ¯Calling patients, family members, emergency contacts for information. ¯Mailing inquiry forms to patients. Process Victims of Crime and Municipal Railway claims. Process attorney liens, court subpoenas, and bankruptcy filing. Daily processing and deposit of all receipts, correspondence and reports and provide revenue accounting, including refunds and return checks, to City Accounting. Post all payments and adjustments to accounts receivable. Send "cross-over" and follow-up billings to responsible parties. Process payments electronically from Medicare. Process requests for refunds with Accounting Department. Handle disputed claims and act as liaison for the PAFEMS. Telephone collection on late payment accounts. Perform audit on accounts deemed delinquent per City policy before transfer to City’s Revenue Collections. - At the end of each billing cycle, refer all accounts deemed delinquent by the City’s definition to the Revenue Collection Department of the City of Pal. Alto. Provide liaison for Medicare and Medi-Cal Fiscal intermediary to perform appeals, audits, rate adjustments and other procesSes deemed necessary. Provide monthly, quarterly and annual accounting statements to PAFEMS. (See Reporting Requirements under Minimum Qualifications section.) Provide EMS Division Administration with routinized custom CQI reporting and "on-demand" reports showing both financial and non- financial information. (See Reporting Requirements under Minimum Qualifications section.) When requested, make all books and records available to both internal and external auditors. Employ qualified billing staff in adequate numbers to process approx- imately 160,000 claims per year. Employ competent accounting professionals to comply with City’s reporting requirements. Provide toll-free telephone lines in adequate numbers to accommodate billing inquiry calls. BB. EE. FF. II. Make key contact staff available to meet as often as necessary with PAFEMS Division personnel.- Stay abreast of any and all billing/regulatory changes impacting ambulance reimbursement. Perform rate and reimbursement evaluations and negotiate with payers to maximize collections. Meet or exceed mutually agreed upon collection targets. When requested, provide revenue enhancement training for PAFEMS Division personnel. Extrapolate all data fields from the Pre-hospital Care Report form in electronic format for use in diverse bureau research. After receiving initial payment from a third party payer, forward balance to a secondary payer (if information available), or, invoice the patient for the balance, according to City policy. Reporting Requirements Ao Monthly Reports 1. Management (Financial) Reports a. Collection Report by Financial Class b. Billing Activity Report c. Account Activities Report d. Accounts Receivable Aged Trial Balance e. 12-Month Revenue Distribution.by Payer Source (Graph) f. Billing and Collection Reconciliation 2. Statistical Reports a. Trip Destination (Graph) b. Trip Register c. Transport vs. Non-transport Call Volume (Graph) d. Major Diagnostic Group Breakouts 3. Continuous Quality Improvement (CQI) Reports Annual Reports AIS will provide the following annual reports for the City of Palo Alto 1.EMS Service Fee Survey 2.Trip Designation 3.Call Volume by Medic Unit (Graph) 4.Financial and Non-Financial Summary C. Special Reports and Projects AIS will provide special reports per request. In addition to the special reports, AIS will provide assistance and resources for special projects pertaining to the emergency services. 1. Monthly Electronic CQI Data Transfer to County EMS Agency. 2. High Usage Patient List 3. Major Insurance Health Plan Billing Analysis 4. Surveys and Mass Mailing of Educational Materials to Target Groups Sent By: A.I.S. CORP,;510 769 2951;Ju].-5-01 10:34AM; REQUES.~ FOR PROPOSAL RFP ~No. 02-2.000 ATTACHHENT B FOR Paramedic Services Billing and Collection CITY AND COUNTY OF SAN FRANCISCO San Francisco Fire Department EMS Division DATE: September. 6; 2000 PRE-PROPOSAL CONFERENCE: September 20, 2000 DEADLINE FOR SUBMISSION: September 27, 2000 Sent By: A.I.S. III. IV. V. Vl. VII. CORP,;510 76g 295.1;JUl-5-01 10:34AM; City and Countyof San Francisco San Francisco Fire Department, EMS Division Request for PPoposals for Paramedic Services Billings and Collection RFP 02-2000, TABLE OF CONTENTS Introduction ..............................................1 Schedule ................................................1 Scope of Work ..........¯ ....................................1 - 7 Evaluation and Selection Criteria ..............................1 - 3 PrlGIng Proposal... .......~ ..................................1 Submission Requirements ...................................1 - 3 Terms and Conditions for Receipt of Proposals ..... .................1 - 7 Page 2 APPENDICES: Human Rights Commission Attachment #3 Forms 1, 2A, 2B, 3, 4, 5, 6 ¯Form 1: Professional Services MBE/WBE/LBE Rating Discount Application ¯Form 2A: Professional Services: Section 1: MBE/WBE Sub-Consultant Participation Section 2: Consultant/Vendor Information ¯ ¯Form 2B: Professional Services: MBE/WBE Sub-Consultant Participation: Good Faith Effects ¯Form 3: Professional Services: Compliance Affidavit ¯Form4: Joint Venture Participation Schedule ¯Form 5: Professional Services (Prime only): Employment Affirmative Action Requirements o Form 6: Professional Services (Prime & Sub-Contractor) Employment Affirmative Action ao CJ Chapters !2B, 12C and 12D of the San Francisco Administration Code, and related forms: ¯ Chapter 12B Declaration: Nondiscrimination in Contracts and Benefits (Form HRC 12B-101) ¯Reasonable Measures Affidavit (Form HRC-12B-102) ¯Substantial Compliance Authorization Form (Ferm HRC-12B-103) IRS Form W-9, Request for Taxpayer Identification Number and Certification. If. you have not Informed the City of your Federal Employer Identification Number (if you are a company) or your Social Security Number (if you are an individual or sole proprietor), you must submit this form with your proposal, Agreement for Professional Services(Form P-500) Sent By: A.I.S. -CORP.;510 769 2951; .Ju,1.-5-01 10:34AM;Page I.INTRODUCTION The San Francisco Fire Department, Emergency Medical Services Division (EMS), is seeking a billing and collection services contractor with experience and specific .. qualifications in municipal ambulance services. Qualified proposers must be able to provide a complete package of billings, collection, follow’UP, account receivable management, revenue accounting, Iockbox receipts ma.nagement, and reporting services for emergency ambulance and paramedic services. Proposers must have a minimum of three (3) years of experience in billing and collections for municipal ambulance Services. Proposers must have actual experience and current . capability to extrapolate data from electronic pen-based computer system. The selected contractor must have the ability to extrapolate all data fields from the PrePhospital Care Report in electronic format for use in diverse bureau research(continuous quality improvement, operations and special administration projects), The contract will be awarded for a four (4) year term and the contractor must have the system installed and fully operational by the start of the contract estimated to be 11/112000. All services are to be provlded on a contin._oenc.v fee basis with fees paid on a percentage of collections, The San Francisco Fire Depart.ment shall not be responsible for any "on " going’, costs nor provide any staff support for this contract. ¯ A pre-proposal conference for these services will be held on Wednesday, September 20, 2000, at 10AM at San Francisco Fire Department, EMS Division, 1216 Ralston Ave in the Presidio of San Francisco, San Francisco, CA 94129. If you have questions regarding.this RFP, please submit them in written form to EMS Section Chief Ron Louie at least three (3) days In advance of the scheduled pre-proposal conference. This will be the only time that prospective proposers will have the opportunity to ask questions, regarding the services being solicited. Proposals are due on September 27, 2000,. byno later than 12:00 Noon. Late proposals will not be accepted, Proposals shall be submitted by certified/registered mail or in person to: San Francisco Fire Depar[r~ent Emergency Medical Services Division Attn: Section Chief Ron Louie 1216 Ralston Avenue Presidio of San Francisco San Francisco, CA 94129 Minority, women, and local (~an Francisco) for profit businesses are encouraged to apply. Bidders are encouraged to utilize minority and/or women subcontractors. The MBE/WBEILBE Ordinance entitles eligible businessesto receive bid preference points up to 10%. ¯Page 1 of 1 Sent By:A.I.S.CORP.;510 769 2951;JuZ-5-01 10:35AM;Page 4 II.SCHEDULE Pre-Proposal Conference Proposers are encouraged to attend a pre-proposal conference on September 20, 2000 at 10 AM at San Frar~cisco Fire Department, EMS Division, 1216 Ralston Street in the Presidio, San Francisco, CA 94129. All questions will be addressed at this conference and any available new information will be provided at that time. The City will keep a record of all parties who request and receive copies of the RFP. Any requests for Information concerning the RFP submitted before the pre-proposal conference, must De in writing, and any substantive replies will be issued as written addenda to all parties who have requested and received a copy of the RFP from the San Francisco Fire Department,EMS Division, Questions raised at the pre-proposal conference may be answeredorally. If any substantive new information is provided in response to questions raised at the pre-proposal conference, It will be memorialized in a wdtten addendum to this RFP and will be distributed to all parties that received a copy of the RFP, No questions or requests for interpretation will be accepted after the pre-proposal conference, Schedl~lle of Events ACTIVITy Publication of RFP RFP Mailed to Vendors Pre~Proposal Conference Proposal Due TIMES 10:00 AM 12:00 NOON DATES Sept 6, 2000 Per Request " Sept. 20, 2000 Sept. 27, 2000 Estimated Dates Review Period Final Selection Complete Col~tract Negotiations Final Contract Certified by City Project Stad Date Sept. 27.29, 2000 Oct. 3, 2000 Open Open Nov: 1,2000 Page 1 of 1 III,SCOPE OF WORK RFP NO. ,02-2000 The City and County of San Francisco Fire Department EMS provides ambulance ,and paramedic services for all: emergency medical transportation dispatched thi’ough the 911 Emergency Medical Services network. The City and County of San Francisco has contracted with a private vendor for all emergency medical transportation and paramedic services billing since 1988. The San Francisco Fire Department invites qualified bidders to submit .proposals to continue these billing and collection services. Neither the SFFD nor the EM$ Division has the technical capacity to bill and collectfor paramedic and ambulance services. Ambulance billing requirements differ greatly from other billings and SFFD places its resources and priorities on fire fighting and emergency medical response. SERVICES SOLICITEO Provide to Ihe SFFD, EMS Division a complete package of billing, collection, follow-up, account posting, accounts receivable reconciliation~ financial.accounting, Iockbox receipts management, and reporting services, including capabilities of extrapolation of data from electronic pen-based computer system. Provide to the EMS Division, customized Continuous Quality Improvement (CQI) reporting; customized demographic, volume, acuity, performance, response, and productivity reports on demand. All services are to be provided on a contlnqent fee basis with fees paid on a percentage of collections. No "up-front" or ongoing costs will be born by SFFD, nor will SFFD provide any staff support for this contract, The list below describes the minimum services required of the contractor: Daily courier service to the EMS Division Offices to pick-up "Prehospital Report Forms" in paper format, or daily extrapolation of electronic data from pen=based computer system. B.Daily screening of Prehospital Report Forms for completeness and provide liaison to locate misplaced reports from 15MS Division. CP Screen Prehospital Report Forms for level of service, medications administered, and assign ICDgCM diagnosis code. Perform Medi-Cal.eligibility screening electronically. Manual key data entry all fields from Prehospital Report Form into automated billing database, or build a billing database from data extrapolated from the ~ computer system. Page 1 of 7 Sent By: A.I.S. He CORP~;510 76g 2951;Jul-5-01 10:35AM; Setup financial categories (e,g. MedI.Cai, Medicare, commercial Insurance) and generate appropriate charges from an established, automated "charge master". Produce and mail accurate billing documents for each unique program/pa~br accepting"hardcopy claims". Transmit/transfer billing data electronically or on tape to any/all payers accepting electronic claims. Research accounts with inadequate billing information. This entails: Calling receiving hospitals and getting needed information from admitting/registration records¯ iSroviding staff on-site at SFFD, EMS Division to research public assistance records and other hospital information. ¯Calling patients, family membersl emergency contacts for information. Mailing inquiry forms topatient. Pfe-screen and pre-qualify Medically Indigent Adults (MIA) eligibility based on guidelines established by the City and County of San Francisco. Process Victims of Crime and Municipal Railway claims. Process attorney liens, court subpoenas, and bankruptcy filing. Daily processing of all Iockbox receipts, correspondence and reports and provide revenue accounting to SFFD. Daily pick-up/delivery at San Francisco General Hospital Business Offices of all "non~lockbox" receipts, correspondence, and reports. Co Post all payments and adjustments to accounts receivable. Send "cross-over" and follow-up billings to responsible parties. Process .payments electronically from Medicare. Process requests for refunds and reconcile Iockbox and "non-lock box" receipts with .,.~FFB~ccounting Department;.. Handle disputed claims and act as liaison for the SFFD, EMS Division Offices, Telephone collection on late payment accounts. Page 6 Page 2 of 7 By:510 769 2951;Jul-5-01 10:36AM;Page Perform audit on accounts deemeddelinquent before transfer to City’s Bureau of Delinquent Revenue: Xo Zo BB. CC. DO. EE. FF. Provide liaison for Medicare and Medi-Cal Fiscal Intermediary to perform " appeals, audit, rate adjustments, and other processes deemed nece.ssa~y. Provide monthly, quarterly, and annual accounting (see Repoding Requirements under Minimum Qualifications section) statements to SFFD. Provide EMS Division Administration with routinized custom CQI reporting and "on-demand" reports showing both financial and non-financial Information. (see Reporting Requirements under Minimum Qualifications section). When requested, make all books and records available to both I~ternal and external auditors. Employ qualified billing staff in adequate numbers to process approximately 160,000 claims per yea~. Employ competent accounting professionals to comply with City’s reporting requirements, Provide toll:free telephone lines in adequate numbers.to accommodate billing inquiry calls. Make available, key contact staff to meet as often as necessary with SFFD EMS Division personnel. Stay abreast of any and all billing/regulatory changes impacting ambulance reimbursement. Perform rate and reimbursernent evaluations and negotiate with payors to maximize collections. Meet or exceed mutually agreed upon collection targets. When requested, provide revenue enhancement training for EMS Division personnel. Extrapolate all data fields from the Pro-hospital Care Report form in electronic format for use in diverse bureau research. Page 3 of 7 Sent By: A,I.S CORP.;"510 769 2951;JUl-5-01 10:36AM; MINIMUM QUALIFICATIONS (scope of work continued) The following is provided as background information for bidders to use in determining if they can meet the minimum qualifications: ,, The Paramedic Division currently responds to approximately 5,200 calls per month, or 62,500 calls per year, Call categories are brokenout as follows: Calendar Year 1998 Ac~vanced Life Support Basic Life Support Non-transport (dry run) 25,000 24,000 14,000 Average Charae each run $688.00 $450.00 $221.00 Page u Current Financial ClassCase Mix by Pement of Paver_ Medicare MedI-Cal Commercial Insurance Self Pay & Other Non-Billable Non-transport (dry runs) 14% 13% 17% 18% 16% 100% In order to ensure that a contractor can.handle these volumes and case mixes, prospective bidders must meet (and be able to document) the following minimum qualifications: A.’-’must be actively involved, for a minimum of three (3) years in billings , and collection for MUNICIPAL PARAMEDIC SERVICER. Verifiable references ~ be submitted with the bid. Bidder must be actively performing, for a minimum of three (3) years, extrapolation of electronic clara from pen-based computer system. Bidder must show actual experience and ability in customized software programming. This ability is required in providing CQI reporting in format and contents as designated by SFFD. The requirements may change from time to time and with minimal advanced notice. D.Bidder must be billing for a ~ of 95,000 trips per year (1-1/2 times of the trip volume of SFFD). E.Bidder ~_t be processing a minimum of 240,000 claims per year (this includes initial statements, follow-up claims, resubmission, etc.) Page 4 of 7 Sen~ By: Jo K4 io No CORP.;510 769 2951;JUl-5-01 10:36AM;Page Bidder mu~ demonstrate expertise in billing Medicare,. MedI-Cal; commercial insurance, and other third-party payors in the State of Callforrli=~, Bidder ~_t demonstrate the ability to process claims, payments, and adjustJ~ents on tape or electronically to all participating payors. " Bidder must have current electronic link capabilities to Medi-Cal (E, DS). Bidder must show verifiable experience ofsubmittinga minimum of 30,000 Medi-Cal claims per year. ~ ~ Bidder ~ have in place at the time of’this bid, an "in-house" automated/electronic claims/accounts receivable processing system which includes financial management systems for reports and tracking accounts receivable, producing reports cormistent with the City’s reporting requirements (see Reporting Requirements below). Bidder must demonstrate that system data integrity and secudty specifications meet current industry standards (e.g. backup capabilities should system fail: alternate Power sources; secure data storage). Bidder must provide a proposeO Iockbox management system. Bidder ~ be located in the immediate Bay Area. An office in San Francisco is highly desirable. Bidder ~ have on staff, key personnel who have a minimum of three (3) years of ~ paramedic billing experience. Bidder ~ have verifiable "in-house" staff in adequate numbers to handle current billing volume and customer service.responsibilities. Staff assigned to this project must be bilingual with fluency In English, Spanish., and Chinese at a minimum.. Bidder must demonstrate current liaison experience with Fiscal Intermediaries (Medicare and Medi-Ca!) Bidder must agree to install or have in place toll free telephone numbers and have adequate lines and equipment to handle a large volume of customer service .inquiries. Bidder must agree to all City and County of San Francisco insurance, Domestic Partners Ordinance and other compliance requirements including business taxes and acknowledgment of financial viability to function without payment for ninety (90) days. R,Bidder~ certit~y.non-conflict of interest. Page 5 of 7 To Vo Bidder mu=it cjuarantee that they can be "up and runnin_o" on Noy~ml~er 1.. 2000. Contract may require a performance bond. Bidder must be able to program and provide bad debt transfers electronically to the City’s Bureau of Delinquent Revenue once an account is deemed " uncollectible. Bidder must be able to extract both financial and non-financial data from the Pre-Hospitai Care Reports and develop on demand, reports for the EMS Division. This could include demographic distribution, diagnosis data, shift or vehicle targeted data (see Reporting Requirements below). This contract must be bid on a contin_~ency fee basis. The vendor’s payment will be based on a percentage of actual collections. SFI=D will not pay any fees "up-front" nor cover any costs associated with the contract. This contract will be awarded for a four (4) year term. The City may exercise Its option to renew the contract with the selected contractor based on satisfactory performance. Bidders may bid percentage fee rates separately for each contract year up to four (4) years. However, bidders mav not bid separate percentage fee rates for different financial classes Of collections. Bidders must agree to meet or exceed current collections or mutually agreed upon collection targets. If targets are not met due to contractor errors, omissions, mishandling or equipment failure, contractor must reimburse fees .paid plus interest and penalties outlined in the contract. REPORTING REQUIREM ENTS A. Bidder must provide samples of reports currently in use. B.The following are standard and required by the City, SFFD and the EMS Division:. Monthly "Trip Register" Report showing detail of new accounts, patient name, account number, date of service, financial class, pick-up point, destination and charges. Monthly Management summary Report pa(~kage which includes: invoice for payment, lock box and SFFD internal accounting reconciliation, collections by financial class, billing activity summary, charges, collections and adjustments, and. aged trial balance. ¯Quarterly Accounts Receivable detail. Page 6 of 7 Sent By: A~I.S. CORP.; Monthly i’eports to EMS Division including trip and. productivity statistics by paramedic, by unit, by shift; major diagnostic group breakouts; targeted demographic density report. Monthly CQI reporting in format and contents as required by the EMS Division. Other " ""on-demand reports as requested. Current contractor provides roughly twenty (20) ,on-demand" reports per year. MINORITY/WOMENILOCAL BUSINESS Minority; women, and local (San Francisco) businesses are encouraged to bid, The Minodty/WomenlLocal Business (MBE/WBEILBE) Utilization Ordinance,II (Chapter 12D of the San Francisco Administrative Code) was enacted to Increase opportunities for economically disadvantaged businesses located In San Francisco. The ordinance entitles eligible businesses to bid preference points up to 10%, . Alternately, non-minoritylwomen businesses are encouraged to submit proposals that are Joint.ventures with local, economically disadvantaged minority andlor women businesses; again with the MBE/WBE/LBE Utilization Ordinance-II entitling such Joint-ventures for bid preferences of up to 10%. Lastly, bidders are also encouraged to utilize minority andlor women subcontractors and should eo Indicate in their proposals. Page 7 of 7 ,~.~.,~. ~0~.;510 769 2951;JuL-5-01 IV. EVALUATION CRITERIA REP NO. 031-100 1.8~c~ope of Work to be. Provided - 25 Points 10 :.37AM;Page d. Degree to which the proposal reflects a complete understanding of what the SFFD is requestin9 in the complete package of services required Extent to which the proposal provides evidence that the vendor has the required staff, financial viability, and technical expertise to p~;ovide the complete package of services required. Degree to which the proposal’s methods and activities demonstrate the vendor’s abilities to meet aggressive revenue targets and goals and the firm’s capability to respond.to the changing health care reimbursement environment (e.g. Managed Care and capitated payments). Degree to which the proposal demonstPates the ability to deliver the full system . as required by 11/1~2000. 2. Recent Relevant Ex_Dedence -. 2.5Points C* Breadth of general experience of the vendor and team members. Extent to which the proposal provides evidence that the Vendor has the capability and capacity to handle the volume of claims generated in the required formats for electronic submission and the systems/support to produce unique and custom reports upon dema.nd. Verifiable experience and expertise in extrapolating prehospital data in electronic format from.pen-based computer system¯ Verifiable experience and expertise in providing customized software programming to meet the needs of CQI reporting. Degree to which the proposal defines the vendor’s expertise in providing the ¯ complete package of serv{ces required. Extent of vendor’s experience in providing similar services to other emergency tra’nsportation providers operated by or for municipalities. Extent to which the vendor’s other experience or background is relevant to the entire scope of work. Page 1 of 3 Sent By:A.I.S.CORP,;510 769 2951;Jul-5-01 10:37AM;Page 13/lb Extent to which vendor utilizes minority and women vendors as subcontractors, consultants, or joint-venture; and staffing and board of directors’ ethnicity and gender are reflective of standard metropolitan statistical area in which they do business. 3. Professional Back_~round- 10 Points Number of years each key team member and consultant firm have worked In their respective specialties and have been providing similar services described in the RFP. b.Reputation (verified by references) of team members and vendor in providing services, Specific background information on team members assigned to the technical components of high volume claims processing specific to emergency transportation billing, especially in processing claims to California Medi-Cal and other programs unique to California as well as Medicare and commercial. insurance. 4. Quality of Past Pro_iects - 15 Points "Quality" will be evaluated on past projects’ complexity, thoroughness, timeliness, and financial success for the client. The methods used on past projects will be evaluated for applicability to the SFFD EMS Division’s situation, Previous or current clients’ satisfaction will be sought through the reference checking process. (Rating for this criteda will include a review of the vendor’s automated systems and overall operational capacities which may include a "site" visit by the review team and/or City experts in the fields of data processing and billing and collections) Extent to which vendor has been successful in maximizing revenue for other clients and extent to which the vendor has met or exceeded collection targets. Degree to which vendor has provided all payor processing for other California clients. Quality of coordination, communication, and integratior~ with staff of Other clients’ organizations.. Level of customer satisfaction with vendor’s staff engaged in public contact including number of complaints regarding billing accuracy, competency of staff in explaining the billing and collection process, flexibility in accepting extended payment agreements, and handling of customer requests for information, refunds and working with other agencies. Page 2 of 3 Sent By: A.1.S.CORP.;510 76g 2951;JU/-5-01 10:37AM;Page 14115 Degree to which vendor provided accounts receivable, billing and other pertinent Information as well as degree to which vendor responded to client requests for customized reports and assistance (within reason) beyond what may be described in the contract. 5. Rats/Total Cost - 25 Points Maximum points will be assigned to the proposal with the lowest rate/cost. Total Base Points Maximum MBE/WBE/LBE preference Maximum possible rating 100 Points 10% 110 Points Page 3 of 3 Sent By: A.1.S. V. PRICING PROPOSAL CONTINGENCY FEE RATES The City intends to award this contract to the firm that it considers will provide the ~est overall service. The City reserves the right to accept other than the lowest priced offer and to reject any proposals that are not responsive to this request. Written approval by the City is required in the Final Agreement to Confirm permission to subcontract, Bidder shall propose percentage of contingency fee rates based upon "NET" receivables collected due to its efforts, These.percentage rates shall serve as the only reimbursement the vender shall receive from the San Francisco Fire Department. The Term "Net" is used here to describe the actual cash received by SFFD as opposed to any unique program determinations of allowable amounts and the deductions of contractual allowances.. Contractor may not take credit for total charges allowed, only the actual or NET cash received by SFFD,