- Denied - Received & Filed - Other

Similar documents
Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017

Grant Management Software Implementation Project

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

LOS ANGEILES f!!r"e DIEPARTMRWX

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Request for Proposal (RFP) (P ) PeopleSoft FSCM and HCM 9.2 Upgrade Project

CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS

City of Malibu Request for Proposal

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR. ScanPro Microfilm Scanner

1 INTERNAL AUDIT SERVICES RFP

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

City and County of San Francisco. Request for Proposals for Preparing a Business Case for Developing an Accessible, Open Source Voting System

Request for Proposals For Media and Public Relations Services for the HOUSING AUTHORITY OF THE CITY OF SHREVEPORT

PROGRAM OPPORTUNITY NOTICE EFFICIENCY MAINE TRUST CUSTOM INCENTIVE PROGRAM FOR DISTRIBUTED GENERATION PROJECTS PON EM

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR CISCO SMARTNET SERVICE AGREEMENTS FOR MIS DEPARTMENT

RFP FOR PROFESSIONAL SERVICES

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

Date: April 6, 2018 SUBJECT: REQUEST FOR QUALIFICATIONS. RFQ # Business Analyst Services

REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES

Request for Proposal PROFESSIONAL AUDIT SERVICES

REQUEST FOR PROPOSAL

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES

Request for Information and Qualifications RFIQ No Facility Asset Management Consulting Services

REQUEST FOR PROPOSALS: NON-PROFIT GRANT WRITING SERVICES

Request for Proposals September Review and Evaluate the Azusa Light & Water Meter Replacement Project RFP

REQUEST FOR PROPOSALS Thomas MacLaren State Charter School Classroom Furniture for K-5 School March 2, 2018

PROGRAM OPPORTUNITY NOTICE EFFICIENCY MAINE TRUST CUSTOM INCENTIVE PROGRAM FOR ELECTRIC EFFICIENCY PROJECTS PON EM

OUTAGAMIE COUNTY REGIONAL AIRPORT REQUEST FOR PROPOSAL FOR MULTI POSITION CUPPING SNOW PLOW. DUE BY: March 16, 2015

Request for Proposal for: Financial Audit Services

CITY OF LOMPOC REQUEST FOR PROPOSALS DEVELOPMENT IMPACT FEE UPDATE STUDY

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

5102P - Functional Consultant for PeopleSoft Financial and Supply Chain Management Release 9.2 Upgrade 1. Introduction

Housing Rehabilitation Program Administration

SACRAMENTO COUNTY REQUEST FOR PROPOSAL OPERATIONAL REVIEW Voter Registration and Elections DEPARTMENT

MISSISISSIPPI STATE UNIVERSITY Request for Proposals (RFP) MSU #18 03 Communications as a Service Solution

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

NORTHWEST FLORIDA STATE COLLEGE FOUNDATION, INC. REQUEST FOR PROPOSALS FOR RFP MAJOR GIFTS CAMPAIGN/FUNDRAISING CONSULTANT

RFQ A-07 / FOR FF&E CONSULTING AND COORDINATION SERVICES FOR VARIOUS MEASURE B BOND PROJECTS

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR TRACT BOOK SCANNING AND HOSTING FOR REGISTER OF DEEDS

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

:ITY OF LOS ANGELES -

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT

REQUEST FOR PROPOSALS NO TYPES 1 AND 3 CHARTER APPLICATIONS REVIEW

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

REQUEST FOR QUALIFICATIONS AND PROPOSALS

REQUEST FOR PROPOSAL. The City of Oneida, NY

2016 Request for Proposal LGBT Community Needs Assessment

REQUEST FOR PROPOSALS: Strategic Plan. Schedule: Written questions will be due by 12:00 p.m. (CST), November 22, 2017

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

MONROVIA PUBLIC LIBRARY STRATEGIC PLAN

FINANCIAL AUDITING SERVICES. July 10, :00 PM

HEBER LIGHT & POWER COMPANY OPERATIONS DEPARTMENT REQUEST FOR PROPOSAL (RFP) Pole Testing and Pole Inventory

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

Request for Proposal. Purchase of New Mobile Trailer Climbing Wall. No November 23, 2015

REQUEST FOR PROPOSAL FOR. Document Management System for a Tribal Governmental Organization PROPOSAL NO. FY2012/041

Request for Proposal (RFP) for. Grant Evaluation and Writing Services for Federal and State Grant Proposals

REQUEST FOR PROPOSALS. For. Rental Assistance Demonstration (RAD) Consulting. For HOUSING AUTHORITY OF THE CITY OF SAN BUENAVENTURA, CALIFORNIA

Request for Proposal # SIM LPHA Stigma Reduction Messaging For Tri-County Health Department

New England Telehealth Consortium

REQUEST FOR PROPOSALS For. Mobile Kitchen Consulting Services. for the. HOUSING AUTHORITY OF THE CITY of SAN BUENAVENTURA

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

REQUEST FOR QUALIFICATIONS. Water Supply Options Review

REQUEST FOR PROPOSALS (RFP) For. External Audit Services

REQUEST FOR PROPOSALS (RFP) K430 INITIATIVE 502 CONSULTING SERVICES. To request this information in alternative formats call (360)

INTRODUCTION Illinois Valley Community College (IVCC) is requesting proposals for information technology security assessment services.

Date SUBJECT: REQUEST FOR PROPOSAL FOR DEVELOPMENT OF THE WILMINGTON OIL FIELD. Dear Vendor:

Town of Orange Park, Florida. Financial Auditing Services

APPROVED SUBJECT: PALISADES RECREATION CENTER TENNIS PROFESSIONAL - AWARD OF CONCESSION AGREEMENT TO ATONAL SPORTS AND ENTERTAINMENT INCORPORATED

REQUEST FOR PROPOSAL (RFP) Posey County Long Range Transportation Plan

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

Request for Proposals for Angeltrax Mobile Video Surveillance Systems

LOS ANGELES COUNTY SHERIFF S DEPARTMENT REQUEST FOR INFORMATION RFI NUMBER 652 SH ONLINE TRAFFIC REPORTS (OLTR)

Skagit County 0.1% Behavioral Health Sales Tax Permanent Supportive Housing Program - Services Request for Proposals (RFP)

MONTEREY BAY UNIFIED AIR POLLUTION CONTROL DISTRICT

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

CITY OF INGLEWOOD Residential Sound Insulation Program

Request for Proposal for: Financial Audit Services

REQUEST FOR PROPOSALS TEMPORARY STAFFING SERVICES FOR THE PLACEMENT OF TEMPORARY EMPLOYEES THE HOUSING AUTHORITY OF COLUMBUS, GEORGIA

REQUEST FOR PROPOSAL FOR Catering & Event Management Services at Carl M. Levin Public Dock and Terminal

REQUEST FOR PROPOSALS RFP# CAFTB

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

RE: Request for Proposal Number GCHP081517

REQUEST FOR PROPOSAL

Request for Proposal for Strategic Plan for Transportation Services

Digital Copier Equipment and Service Program

City of South Padre Island Request for Proposals (RFP) Due Date: Wednesday, September 4 th, 2013 at 2:00pm

Request for Qualifications (RFQ) Consulting Planning, Design and Real Estate Development Services, on an As-Needed Basis

REQUEST FOR PROPOSAL

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR RIGHT OF WAY RE MONUMENTATION SERVICES FOR HIGHWAY DEPARTMENT

LAS VIRGENES MUNICIPAL WATER DISTRICT 4232 Las Virgenes Road, Calabasas, California 91302

Request for Qualifications. Continuing Contracts Mechanical/Electrical/Plumbing Engineering Services, Central Florida Region RFQ-REDM17/18-001

Tulsa Development Authority. Request for Proposal

Request for Proposals Issued by Northeast Florida Regional Council To Re-Write the City of Atlantic Beach Land Development Regulations

Transcription:

DOUGLAS L. BARRY FlRE CHIEF September 2, 2008 TO: Board of Fire Commissioners 10 FROM: Douglas L. Barry, Fire chief) BOARD OF FlRE COM.MlSSlONERS FILENO. 0%- 131 SUBJECT: EMS RFP 2007-38-001 FIELD DATA CAPTURE SYSTEM (FDCS) AND EMERGENCY MEDICAL SERVICES SYSTEM (EMSS) APPROVAL FINAL ACTION: - Approved - Approved wicorrections - Withdrawn - Denied - Received & Filed - Other Recommendations: That the Board: 1. Approve the recommendation from the EMS RFP Selection Committee (Attachment A) and recommendations from the Director of Systems (Attachment B) requesting authorization for the Fire Chief to enter into negotiations to contract with the selected vendors: Sansio for a field data capture system (FDCS) and Advanced Data Processing, Inc. (ADPI) for an ambulance billing and collections system (EMSS). 2. In the event that the City is unable to have successful negotiations with either Sansio (for FDCS) or ADPl (for EMSS), it is recommended that the vendors ImageTrend and/or Accordis be the alternative vendors of choice for the FDCS and EMSS respectively, and be granted permission to negotiate contracts with them. 3. Following approval by the Board, Council File Number 03-0814 directs the Los Angeles Fire Department (LAFD) to report back to the Public Safety Committee along with any other relevant City committees with the results of the RFP process and recommendations concerning how to proceed. A full report will be presented to the Board and City Council after contract negotiations are complete, outlining the complete array of contract options available from the vendors, along with costlbenefit reviews of those options and arguments for recommending one particular option. Summary: Pursuant to Council File 03-0814 dated 10-26-05 instructing the LAFD, with the assistance of the City Administrative Officer (CAO) and the Information Technology Agency, to prepare and release a Request for Proposal (RFP) for the billing process and technology improvements as identified in the CAO report dated November 17, 2004.

Board of Fire Commissioners Page 2 of 2 The Department released a Request for Proposal (RFP), number 2007-38-001, on August 22, 2007 for a Field Data Capture System (FDCS) and Emergency Medical Services Billing and Collection System (EMSS). The Department received six responses for a FDCS, and two responses for an EMSS. After an extensive evaluation (see Attachments B1 and B2), Sansio's HealthEMS product was recommended for the FDCS and Advanced Data Processing, Inc. (ADPI) IMX Business Solution for the EMSS. The EMS RFP Selection Committee has determined that, after a detailed assessment of the vendor proposals, oral presentations, cost comparisons and vendor reference checks, Sansio and ADPl are best qualified to meet the requirements as specified in the RFP. The Project Stakeholders and Selection Committee recommended that the LAFD begin contract negotiations with Sansio and Advanced Data Processing, Incorporated (ADPI). Conclusion: By implementing an electronic field data capture system and proposed EMS billing system the Department would be able to: eliminate paper-based F-902M reports by Paramedics in the field; eliminate the misplacing of F-902M reports; improve overall LAFD related patient care during an incident; allow the capture of additional patient symptom data; and improve data collection and billing accuracy. Implementing the proposed EMS billing system will result in: a reduction of the billing cycle; improved efficiency in the accounts receivable process; increased operational efficiency; increased revenue and an improved audit trail. Approval of these recommendations will also assist the Fire Department's Audit Action Plan with reference to the City Controller's recommendations of June 11, 2007 stating that the Fire Department requires the necessary tools to capture essential billing information when providing emergency medical services, and to follow Citywide Billing and Collection Guidelines. Board report prepared by William D. Bloemhof, Director of Systems, Management Information Systems Division. Attachments

TABLE OF ATTACHMENTS ATTACHMENT A... SELECTION COMMITTEE RECOMMENDATIONS ATTACHMENT B... F-225 FROM DENNIS BLOEMHOF TO CHIEF BARRY RECOMMENDING VENDORS SANS10 AND ADPl ATTACHMENT 1... EVALUATION PROCESS AND CRITERIA A~ACHMENT 2... EVALUATION OF PROPOSALS Addendum I... ADPI lntermedix CosWRevenue Summary Analysis Addendum 2... EMS RFP Cost Summary Of Proposals Addendum 3... EMS RFP Vendor References

Attachment A Los Angeles Fire Department EMS RFP 2007-38-001 Selection Committee Recommendations March 6,2008 The EMS RFP Selection Committee has determined that, after a detailed assessment of the vendor proposals, oral presentations, cost comparisons and vendor reference checks, Sansio and ADPl are the best qualified to meet the requirements as specified in the RFP (see attached summary table of vendor scores). Therefore, we the Project Stakeholders and Selection Committee recommended that the Los Angeles Fire Department begin contract negotiations with Sansio and Advanced Data Processing, Incorporated (ADPI). ~za-u'o- Ed Stoddart. Sr. Systems Analyst EMS RFP Project Coordinator Management Information Systems Division Los Angeles Fire Department w j u - ~ L ~ ( - William D. Bloernhof. Director of Systems Management lnformation Systems Division Los Angeles Fire Department ~aptainll~aram-&dic Emergency Medical Services Section 9 Bureau of Emergency Services Los Angeleg Fire Department Kamton Joe, Assistant eneral Manager Information Technology Agency ~ankement ~nal~st II Revenue Management Section Bureau of Administrative Sew ices Los Angeles Fire Department himlhouse, Chief Administrative Wlyst Technology and Systems Support Group Office of the City Administrative Officer (CAO)

EMS RFP Overall Vendor Scores Field Data Capture System (FDCS) Scoring Critdria I + a,:;.:3k- Oral PresentationIProduct. - *,,, I - Sans10 Demonstration Criteria ':.... -\ ':.-, -", I Vendor Experience (Max 10 points) 8.8 Key Personnel Exp (Max 20 points) -16.8 Quality of Solution (Max 20 points) 17 Financial Stability (Max 10 points) 7.6 Completeness of Questions Answered (Max 10 points) 8:8 Completeness of Scripted Demo 8.4 (Max 10 points) Ability to Demonstrate Specific Features 16.6 (Max 20 points) Presentation Score (out of 100) 84 <. Presentation Score (out of 70) Vendor Client References (Max 10 points) Cost Scores (Max 20 points) Total Score * 58.8 8.5 20 87.30 %>.!* :, ~.$ <, ),,-;,A, :-. -.:, +, I, _ I lha&~rend ". 8.4 15.6 17 8.6 7.8 7.8 16.8 82 57.4 9.7 15.47 82.57 ' I.. *.. _ - a., % > -... Medtronic r, I.. 8 15.75 14.75 8.75 7.5 8 16.25 79 4,,., -. 55.3 8.3 10.476 74.08.. ^.,-,% r.a~d;;,. -- ci, - 7.4 15.6 15.2 9.4 6 6.6 13.2 73.4 51.38 6.5 0 57.88. Emergency Medical Services System (EMSS) Scoring Criteria. ' Oral ~resentationl~roduct ern on strati in Criteria Vendor Experience (Max 10 points) Key Personnel Exp (Max 20 points) Quality of Solution (Max 20 points) Financial Stability (Max 10 points) Completeness of Questions Answered (Max 10 points) Completeness of Scripted Demo (Max 10 ~oints) Ability to Demonstrate Specific Features (Max 20 points) Presentation Score (out of 100) Presentation Score (out of 70) Vendor Client References (Max 10 points) Cost Scores (Max 20 points) Total Score.- - / ",,! -..* 1 ADPI:::;. :--i:.'accordis \ I,,. 8.6 8 17 15.8 16.8 16.2 8.8 5 8.4 7.6 8.8 17.4 85.8 7.4 16.4 76.4 I - <,, I L d 60.06 9.4 20 89.46 53.48 9.5 0 62.98 EMS RFP Overall Vendor Scores.doc Page 1 of 1

Los Angeles Fire Department - ATTACHMENT B - F-225 FROM DENNIS BLOEMHOF TO CHIEF BARRY RECOMMENDING VENDORS SANS10 AND ADPl

DOUGLAS L. BARRY FIRE CHIEF August 12, 2008 TO: FROM: Douglas L. Barry, Fire Chief Los Angeles Fire Department William D. Bloemhof, Director of Systems Management lnformation Systems Division SUBJECT: EVALUATION OF FIELD DATA CAPTURE (FDCS) AND EMERGENCY MEDICAL SERVICES BILLING AND COLLECTION SYSTEM (EMSS) REQUEST FOR PROPOSAL SUMMARY The Los Angeles Fire Department (LAFD) released Request for Proposal (RFP) #2007-38-001 on August 22, 2007 for a Field Data Capture System (FDCS) and Emergency Medical Services Billing and Collection System (EMSS). The Selection Committee has reviewed the Proposals and recommends vendor Sansio's HealthEMS for the FDCS and vendor ADPl's IMS for the EMSS. FINDINGS The Department received a total of six (6) responses for an FDCS, and two (2) responses for an EMSS. The proposals were reviewed in a three level evaluation criteria as outlined in Attachment 1 : Evaluation Process and Criteria document. The initial level of review was to ensure that the competing vendors were in compliance with the City's MBENVBEIOBE requirements and administrative compliance with standard provisions for City contracts (including minimal qualifications requirements as defined in a four-question checklist). All vendors passed this initial level of review. A Selection Committee was formed with representation from the City Administrative Officer's (CAO) Office, lnformation Technology Agency (ITA), and LAFD for the second COMPANYISTATION OR UNIT COMMANDER ASSIGN. DIVISION COMMANDER ASSIGN. BATTALION OR SECTION COMANDER ASSIGN n OPERATIONS J

Douglas L. Barry, Fire Chief August 12,2008 Page 2 of 2 level of review based on Level II evaluation criteria. Proposals were rated in relation to vendors' responses to Appendix I: Business Requirements Response Tables of the RFP and completeness of the proposals in order to arrive at a "short list" for Level Ill evaluation. Of the eight (8) original vendors, Six (6) were placed on the "short list." The short listed vendors (four [4] FDCS vendors and two [2] EMSS vendors) were invited to our offices to provide us with both an Oral Presentation and Product Demonstration. Subsequent to the presentations and demonstrations, the vendors were assigned scores; those scores were combined with reference and cost considerations to arrive at a final total. Sansio's HealthEMS product was recommended for the FDCS and Advanced Data Processing, Inc. (ADPI) IMX Business Solution was recommended for the EMSS. A more detailed assessment of these vendors is provided in Attachment 2: Field Data Capture and Emergency Medical Senlices Billing and Collection Systems Evaluation of Proposals. RECOMMENDATIONS It is recommended that the LAFD move forward to enter into negotiations with both Sansio and ADPI, for contracts acceptable to the City. In the event that the City is unable to successfully negotiate with either Sansio (for FDCS) or ADPl (for EMSS), it is recommended that the vendors ImageTrend andlor Accordis be selected as the alternate vendors of choice for FDCS and EMSS respectively, and permission be given to negotiate contracts with them acceptable to the City. William D. Bloemhof, Director of system# Management Information Systems Division Attachments

Attachment 1 SECTION 7 - EVALUATION PROCESS AND CRITERIA 7.1 Evaluation Process The Proposal evaluation period is to close upon the City's completion of its review and evaluation of Proposal Documents. The City will not give notice to the Proposers of the close of the Proposal evaluation process. A Proposal not meeting the requirements may be rejected as being non-responsive andlor non-responsible. Proposals will be evaluated for responsiveness to the requirements of the RFP and on the responsibility of the Proposer. A Proposal is to be considered responsive if it complies in all material respects to the requirements of the RFP documents. Responsibility is defined as the apparent ability of the Proposer to meet and successfully complete the requirements of the Contract. Responsibility includes consideration of the quality of the Proposer's past performance, financial ability and the fitness and capacity to do the proposed work in a satisfactory manner. A Proposer may be required to present further evidence that it has successfully performed similar work of comparable magnitude or provide other proof satisfactory to the City that it is competent to successfully perform the work. The City will select the Proposer that best meets the criteria presented in this RFP and in accordance with the City Charter. Matters other than price will be considered in determining Proposer selection, including (but not limited to) the relationship between cost, schedule and comprehensiveness of solution. In addition to materials provided in proposals, the City may rely on site visits or references and generally available industry information. No binding contract exists between the selected Proposer and the City until the City executes a written contract. Any Contract resulting from this RFP is to be awarded to that responsible and responsive firm whose Proposal represents the best overall value to the City and who offers a justifiably fair and reasonable price. The City reserves the rights to reject any and all proposals, seek additional proposals or to further negotiate the terms, price and conditions submitted by a Proposer. Proposals that do not meet the requirements and minimum level of information requested in the RFP will be deemed non-responsive. A City Selection Committee comprised of appropriate City representatives that may be drawn from will evaluate proposals: Information Technology Agency (ITA) Office of the City Administrative Officer (CAO) Los Angeles Fire Department (LAFD) Other City Departments as appropriate

Attachment 1 7.2 Evaluation Criteria Proposals are to be evaluated using a three-level process: Level I MBEMIBEIOBE Requirement and Minimum Qualification Review: The City is to perform an initial responsiveness review to determine compliance with the City's MBENVBEIOBE requirements and the minimum qualification requirements as defined herein. Included in this review are Vendor responses to the answers to the questions below: Does Your Proposal Meet The Following Minimum Qualification Checklist? Proposers that are deficient in meeting the minimum qualifications at the time of Proposal submittal are to be deemed non-responsive to this RFP. Level II Evaluation: Proposals that meet the Level I MBENVBEIOBE Requirement and Minimum Qualification Requirements are to be evaluated based on the Level I1 evaluation criteria herein. At the option of the City, Proposers with the highest rated written submissions may be invited to give a clarification interview with the City regarding proposed services as an additional step in the Level II process. Evaluation of the clarification interview will be incorporated into the Level II evaluation herein. A "competitive range" (shortlist) is to be established. Proposers that are in the "competitive range" (shortlist) are to advance to Level Ill of the process as outlined below. Proposers who do not advance to Level Ill are to be notified in writing. Level Ill Evaluation: Proposers in the "competitive range" (shortlist) are to be evaluated based on the Level Ill evaluation criteria herein. Proposers must be required to demonstrate the proposed software solution. Proposers must also participate in a series of presentations and discussions with the City of all proposed services which may include project management methodology, statement of work, project schedule and other plans, deliverables and commitments contained in the Proposal. The City may also require a Proposer to submit written responses to questions regarding its Proposal. Action by the Evaluation Team in this regard should not be construed to imply acceptance or rejection of a Proposal. Award is to be based on that responsive and responsible firm whose Proposal represents the best value to the City and who offers a justifiably fair and reasonable price. During the evaluation process, Proposer responses to requirements in all functional areas are to be evaluated and scored.

Attachment 1 7.2.1 Level I Evaluation Criteria Questions: Does Your Proposal Meet The Following Minimum Qualification Checklist? - The Proposer must have successfully - provided and implemented an operational EMS Field Data Capture and/or EMS Ambulance Billing software solution in a large public agency within the last three (3) years. Provide associated client na me(s) and point(s) of conti act inforn nation. The Proposer must have successfully implemented the EMS Field Data Capture and/or EMS Ambulance Billing software solution for a City, County or State government with at least 20,000 annual ambulance transports and/or an annual billable amount of 10 million dollars or more. Provide associated client name(s) and point(s) of contact information. The Proposer must have successfully implemented the EMS Field Data Capture andlor EMS Ambulance Billing software solution for a public agency with at least 100 EMTs and Paramedics. Provide associated client name(s) and point(s) of contact information. The Proposer must have successfully provided post-implementation support services for EMS Field Data Capture and/or EMS Ambulance Billing software solution. Provide associated client name(s) and point(s) of contact information. The proposed system must be a commercial-off-the-shelf (COTS) available product designed for EMS Field Data Capture and/or EMS Ambulance Billing and released into the market for a minimum of three (3) years. Provide associated client name(s) and point(s) of contact information. Proposers that are deficient in meeting the minimum qualifications at the time of Proposal submittal are to be deemed non-responsive to this RFP. 7.2.2 Level II Evaluation Criteria A. B. Proposal Summary and Proposed Organization This must include an assessment of such things as the proposed statement of work, project schedule, qualifications of the firm, demonstrated successful previous implementations, references, financial strength, quality of the proposed team, and proposed project team personnel and experience. Business Requirements This must include an assessment of the degree to which the proposed software solution and implementation services meet the City's business requirements in each of the functional areas detailed in the RFP. Consideration must be given to such requirements as: w The extent to which the products meet the requirements "out-of-the-box" w The criticality of the functionality that must be met through customization w The extent to which needed functionality is included in planned product upgrades The nature and extent of third-party products recommended The quality and completeness of the Proposer's response and approach to the key areas identified by the City in the RFP. 25% 20%