Loading...
HomeMy WebLinkAboutContract 53086 DocuSign Envelope ID:04068D04-2026-4BA6-A598-E7D8CC53D886 City Secretary Contract No. � FORT WORTH,NQV 15 2019 CMyQ,pF C!ysCC�Er,4,b�rN, VENDOR SERVICES AGREEMENT This VENDOR SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH ("City"), a Texas home rule municipal corporation and Occupational Health Centers of the Southwest, P.A.,DBA Concentra Medical Centers, ("Vendor"), a professional association, each individually referred to as a "party" and collectively referred to as the "parties." AGREEMENT DOCUMENTS: The Agreement documents shall include the following: 1. This Vendor Services Agreement; 2. Exhibit A—Scope of Services; 3. Exhibit B—Price Schedule; and 4. Exhibit C—Verification of Signature Authority Form. Exhibits A, B and C, which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. In the event of any conflict between the terms and conditions of Exhibits A, B or C and the terms and conditions set forth in the body of this Agreement, the terms and conditions of this Agreement shall control. 1. Scope of Services. , Vendor shall provide City a full range occupational health care services. Exhibit "A," - Scope of Services more specifically describes the services to be provided hereunder. 2. Term. This Agreement shall begin on January 1, 2020 and shall expire on December 31, 2024 ("Expiration Date"), unless terminated earlier in accordance with this Agreement ("Initial Term"). City shall have the option, in its sole discretion, to renew this Agreement under the same terms and conditions,for up to two(2)one-year renewal options,at City's sole discretion. 3. Compensation. City shall pay Vendor in accordance with the fee schedule of Vendor personnel who perform services under this Agreement in accordance with the provisions of this Agreement and Exhibit "B," —Price Schedule. Total payment made under this Agreement for the first year by City shall be in an amount up to _two hundred and seventy-five thousand dollars ($275,000.00). Payments for the following years shall be as described in Exhibit B. Vendor shall not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City shall not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. 4. Termination. OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX Vendor Services Agreement DocuSign Envelope ID:04068D04-2026-4BA6-A598-E7D8CC53D886 City Secretary Contract No. 4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. 4.2 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder,City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date,City shall pay Vendor for services actually rendered up to the effective date of termination and Vendor shall continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination. Upon termination of this Agreement for any reason, Vendor shall provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Vendor has received access to City Information or data as a requirement to perform services hereunder, Vendor shall return all City provided data to City in a machine readable format or other format deemed acceptable to City. 5. Disclosure of Conflicts and Confidential Information. 5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information. Vendor, for itself and its officers, agents and employees, agrees that it shall treat all information provided to it by City("City Information")as confidential and shall not disclose any such information to a third party without the prior written approval of City. 5.3 Public Information Act. City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act. In the event there is a request for information marked Confidential or Proprietary, City shall promptly notify Seller. It will be the responsibility of Seller to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. 5.3 Unauthorized Access. Vendor shall store and maintain City Information in a secure manner and shall not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Vendor shall notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised, in which event, Vendor shall, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and shall fully cooperate with City to protect such City Information from further unauthorized disclosure. Vendor Services Agreement Page 2 of 20 DocuSign Envelope ID:04068D04-2026-4BA6-A598-E7D8CC53D886 City Secretary Contract No. 6. Right to Audit. Vendor agrees that City shall,until the expiration of three(3)years after final payment under this contract, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City shall have access during normal working hours to all necessary Vendor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice of intended audits. 7. Independent Contractor. It is expressly understood and agreed that Vendor shall operate as an independent contractor as to all rights and privileges and work performed under this Agreement, and not as agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Vendor shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, Vendors and subVendors. Vendor acknowledges that the doctrine of respondeat superior shall not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents, employees, servants, Vendors and subVendors. Vendor further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Vendor.It is further understood that City shall in no way be considered a Co-employer or a Joint employer of Vendor or any officers, agents, servants, employees or subVendor of Vendor. Neither Vendor, nor any officers, agents, servants, employees or subVendor of Vendor shall be entitled to any employment benefits from City. Vendor shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself,and any of its officers, agents,servants,employees or subVendor. 8. Liability and Indemnification. 8.1 LIABILITY - VENDOR SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCL UDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR,ITS OFFICERS,AGENTS,SERVANTS OR EMPLOYEES. 8.2 GENERAL INDEMNIFICATION- VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR,ITS OFFICERS,AGENTS,SERVANTS OR EMPLOYEES. 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Vendor agrees to defend, settle, or pay, at its own cost and expense, any claim or action against City for infringement of any patent, copyright, trade mark, trade secret, or similar property right arising from City's use of the software and/or documentation in accordance with this Agreement,it being understood that this agreement to defend, settle or pay shall not apply if City modifies or misuses the software and/or documentation. So long as Vendor bears the Vendor Services Agreement Page 3 of 20 DocuSign Envelope ID:04068D04-2026-4BA6-A598-E7D8CC53D886 City Secretary Contract No. cost and expense of payment for claims or actions against City pursuant to this section, Vendor shall have the right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, City shall have the right to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect City's interest, and City agrees to cooperate with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against City for infringement arising under this Agreement, City shall have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, Vendor shall fully participate and cooperate with City in defense of such claim or action. City agrees to give Vendor timely written notice of any such claim or action, with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, City's assumption of payment of costs or expenses shall not eliminate Vendor's duty to indemnify City under this Agreement. If the software and/or documentation or any part thereof is held to infringe and the use thereof is enjoined or restrained or,if as a result of a settlement or compromise,such use is materially adversely restricted, Vendor shall, at its own expense and as City's sole remedy, either: (a) procure for City the right to continue to use the software and/or documentation; or (b) modify the software and/or documentation to make it non-infringing, provided that such modification does not materially adversely affect City's authorized use of the software and/or documentation; or (c) replace the software and/or documentation with equally suitable, compatible, and functionally equivalent non-infringing software and/or documentation at no additional charge to City; or(d)if none of the foregoing alternatives is reasonably available to Vendor terminate this Agreement, and refund all amounts paid to Vendor by City, subsequent to which termination City may seek any and all remedies available to City under law. 9. Assignment and Subcontracting. 9.1 Assignment. Vendor shall not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment, the assignee shall execute a written agreement with City and Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor and Assignee shall be jointly liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract, sub Vendor shall execute a written agreement with Vendor referencing this Agreement under which sub Vendor shall agree to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor shall provide City with a fully executed copy of any such subcontract. 10. Insurance. Vendor shall provide City with certificate(s) of insurance documenting policies of the following types and minimum coverage limits that are to be in effect prior to commencement of any work pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability: Vendor Services Agreement Page 4 of 20 DocuSign Envelope ID:04068D04-2026-4BA6-A598-E7D8CC53D886 City Secretary Contract No. $1,000,000- Each Occurrence $2,000,000- Aggregate (b) Automobile Liability: $1,000,000- Each occurrence on a combined single limit basis Coverage shall be on any vehicle used by Vendor, its employees, agents, representatives in the course of providing services under this Agreement. "Any vehicle"shall be any vehicle owned,hired and non-owned. (c) Worker's Compensation: Statutory limits according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the work is being performed Employers' liability $100,000- Bodily Injury by accident;each accident/occurrence $100,000- Bodily Injury by disease;each employee $500,000- Bodily Injury by disease;policy limit (d) Professional Liability(Errors&Omissions): $1,000,000- Each Claim Limit $1,000,000- Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage shall be claims-made, and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance shall be submitted to City to evidence coverage. 10.2 General Requirements (a) The commercial general liability and automobile liability policies shall name City as an additional insured thereon, as its interests may appear. The term City shall include its employees, officers, officials, agents, and volunteers in respect to the contracted services. (b) The workers' compensation policy shall include a Waiver of Subrogation (Right of Recovery)in favor of City. (c) A minimum of Thirty (30) days' notice of cancellation or reduction in limits of coverage shall be provided to City. Ten (10) days' notice shall be acceptable in the event of non-payment of premium.Notice shall be sent to the Risk Manager, City of Fort Worth, 200 Texas Street, Fort Worth, Texas 76102, with copies to the Fort Worth City Attorney at the same address. Vendor Services Agreement Page 5 of 20 DocuSign Envelope ID:04068D04-2026-4BA6-A598-E7D8CC53D886 City Secretary Contract No. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All insurers must have a minimum rating of A- VII in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of Risk Management is required. (e) Any failure on the part of City to request required insurance documentation shall not constitute a waiver of the insurance requirement. (f) Certificates of Insurance evidencing that Vendor has obtained all required insurance shall be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. 11. Compliance with Laws, Ordinances, Rules and Regulations. Vendor agrees that in the performance of its obligations hereunder, it shall comply with all applicable federal, state and local laws, ordinances, rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal,state and local laws,ordinances,rules and regulations. If City notifies Vendor of any violation of such laws, ordinances, rules or regulations, Vendor shall immediately desist from and correct the violation. 12. Non-Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, subVendors and successors in interest, as part of the consideration herein, agrees that in the performance of Vendor's duties and obligations hereunder, it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, SUBVENDORSS OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13. Notices. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or(3)received by the other party by United States Mail,registered,return receipt requested, addressed as follows: To CITY: To VENDOR: City of Fort Worth Concentra Medical Centers Attn: Assistant City Manager for IT Attn: Mignon LaBranch 200 Texas Street Key Account Manager Fort Worth,TX 76102-6314 5080 Spectrum Drive, Suite 120OW Facsimile: (817)392-8654 Addison,Texas 75001 Facsimile: (972)720-7770 With copy to Fort Worth City Attorney's Office at same address 14. Solicitation of Employees. Neither City nor Vendor shall, during the term of this Agreement and additionally for a period of one year after its termination, solicit for employment or Vendor Services Agreement Page 6 of 20 DocuSign Envelope ID:04068D04-20264BA6-A598-E7D8CC53D886 City Secretary Contract No. employ, whether as employee or independent contractor, any person who is or has been employed by the other during the term of this Agreement, without the prior written consent of the person's employer. Notwithstanding the foregoing,this provision shall not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. 15. Governmental Powers. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. 16. No Waiver. The failure of City or Vendor to insist upon the performance of any tetra or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. Governing Law / Venue. This Agreement shall be construed in accordance with the laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. 18. Severability. If any provision of this Agreement is held to be invalid, illegal or unenforceable,the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired. 19. Force Maieure. City and Vendor shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement,but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance or regulation, acts of God, acts of the public enemy, fires, strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority,transportation problems and/or any other similar causes. 20. Headings not Controlling. Headings and titles used in this Agreement are for reference purposes only, shall not be deemed a part of this Agreement, and are not intended to define or limit the scope of any provision of this Agreement. 21. Review of Counsel. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement or Exhibits A,B,and C. 22. Amendments/Modifications/Extensions. No amendment, modification, or extension of this Agreement shall be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 23. Entirety of Agreement. This Agreement, including Exhibits A, B and C, contains the entire understanding and agreement between City and Vendor, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. 24. Counterparts. This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute one and the same instrument. Vendor Services Agreement Page 7 of 20 DocuSign Envelope ID:04068D04-2026-4BA6-A598-E7D8CC53D886 City Secretary Contract No. 25. Warranty of Services. Vendor warrants that its services will be of a high quality and conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirty(30) days from the date that the services are completed. In such event, at Vendor's option,Vendor shall either(a)use commercially reasonable efforts to re-perform the services in a manner that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming services. 26. Immigration Nationality Act. Vendor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Vendor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services. VENDOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES,OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Vendor, shall have the right to immediately terminate this Agreement for violations of this provision by Vendor. 27. Ownership of Work Product. City shall be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation, created, published, displayed, and/or produced in conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City shall be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary rights in and to the Work Product.Ownership of the Work Product shall inure to the benefit of City from the date of conception, creation or fixation of the Work Product in a tangible medium of expression(whichever occurs first). Each copyrightable aspect of the Work Product shall be considered a "work-made-for-hire" within the meaning of the Copyright Act of 1976,as amended. If and to the extent such Work Product, or any part thereof, is not considered a "work-made-for-hire" within the meaning of the Copyright Act of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret, and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim, lien for balance due, or rights of retention thereto on the part of City. 28. Signature Authority. The person signing this Agreement hereby warrants that he/she has the legal authority to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order, resolution,ordinance or other authorization of the entity. This Agreement and any amendment hereto, may be executed by any authorized representative of Vendor whose name, title and signature is affixed on the Verification of Signature Authority Form, which is attached hereto as Exhibit"C". Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 29. Change in Company Name or Ownership. Vendor shall notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of Vendor or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. Vendor Services Agreement Page 8 of 20 DocuSign Envelope ID:04068D04-2026-4BA6-A598-E7D8CC53D886 City Secretary Contract No. 30. No Boycott of Israel. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and(2) will not boycott Israel during the term of the contract. The terms "boycott Israel"and"company"shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract,Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. IN WITNESS WHEREOF,the parties hereto have executed this Agreement in multiples. (signature page follows) Vendor Services Agreement Page 9 of 20 City Secretary Contract No. ACCEPTED AND AGREED: CITY OF FORT WORTH: CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this By: contract,including ensuring all performance and Name: _ '�p s t,- reporting requirements. Title: Assistant City Manager Date: _ 1 ,20] By: 4... Name: ce tan APPROVAL RECOMMENDED: Title: F't-"a r �J ��/�3—`--. APPROVED AS TO FORM AND LEGALITY: By: fir// Name: Title: M cam- _ By: Naxne:A t� ATTEST: Title: Assistant City/Attorney CONTRACT AUTHORIZA T-ON: B ,CORr o M&c: 1 -Oa3 IO11S��� Name: , o'�`�S Q019 5343W Title: City S ret ; VENDOR: Occupational Health Centers of the Southwest, P.A..DBA Concentra Medical Centers By: ` Name: Rob rt G.Hassett,DO,MPH Title: President,Treasurer and Corporate Secretary Date: October 16,2019 OMUAL RECUkD CITY SECRETARY FT. WORTH,TX Vendor Services Agreement Page 10 of 20 DocuSign Envelope ID:04068D04-2026-4BA6-A598-E7D8CC53D886 EXHIBIT A SCOPE OF SERVICES A.1. OCCUPATIONAL HEALTH CARE SERVICES A.1.1 Facilities Providing Occupational Health Care Services A.1.1.1 VENDOR shall designate one facility as the primary occupational health care services location for use by CITY employees. A.1.1.2 The primary facility shall be located in a location convenient to provide services to the majority of CITY employees. The facility shall be of sufficient size and capability to provide all necessary occupational health care services for CITY employees as outlined in this Agreement. Facilities shall be operated and maintained to ensure a healthful and safe environment for CITY employees. A.1.1.3 The primary facility shall have at a minimum: dedicated telephone and fax number for CITY employees; CITY employee check-in desk;private waiting room; and sufficient number of qualified medical professionals dedicated to the provision of required services to CITY employees. A.1.1.4 Hours of operation at the primary facility shall at a minimum be from 7:00 a.m. to 6:00 p.m. Monday through Friday. However, it is desirable that the primary facility offer extended hours during weekdays and also provide services on weekends and holidays as a means to better accommodate CITY employees who work evening,night,weekend and/or holiday shifts. A.1.1.5 The average wait time for CITY employees receiving occupational health services shall not exceed fifteen(15)minutes. A.1.1.6 VENDOR acknowledges and agrees that CITY employees and persons who have been extended a job offer contingent upon receipt of certain occupational health services shall be provided such services at other VENDOR facilities other than the designated primary facility. Such occupational health services at other VENDOR facilities shall be provided in accordance with the Professional Services Agreement at the agreed upon fees and schedule of services provided in the Agreement. A.1.1.7 Health care professionals/practitioners at all VENDOR facilities must be credentialed, licensed as required by statute in Texas to perform health care services,and experienced in the provision of occupational-related health care services. The VENDOR must exercise due diligence to ensure health care professionals/practitioners are properly credentialed in their respective disciplines of the health care industry. The health care professional/practitioner must possess the ability to promptly deliver the required health services, effectively communicate both verbally and in writing to the CITY and its employees, and to promptly deliver documentation of required services to the employee and the CITY. Vendor Services Agreement—Exhibit B Page 11 of 20 DocuSign Envelope ID:04068D04-2026-4BA6-A598-E7D8CC53D886 City Secretary Contract No. A.1.2 Occupational Health Care Services Provided. VENDOR shall provide and perform the following non-injury health care services upon demand and as required by CITY to its employees and/or persons who have been offered employment by the CITY conditioned upon receipt of such services. A.1.2.1 Physical Exams,Fitness for Du!y Exams and/or Other Physical Assessments. VENDOR shall provide the following: Pre-Placement/Post-Job Offer Physical Exam Department of Transportation(DOT)Physical Exam Physical Fitness Assessment Physical Demand Job Assessment Fitness for Duty Exam/Physical Ability Testing Medical and Work History Questionnaire Medical Surveillance Exam Respirator Fit Testing Clearance Clinical Testing Services Immunization and Infectious Disease Screening A.1.2.2 Drug Screening and Alcohol Testing_ VENDOR shall provide drug and/or alcohol testing in accordance with 40 CFR Part 40 Department of Transportation (DOT) regulations for collection, handling, testing, and reporting of results. The CITY will have the opportunity to identify a specific person(s) who will be authorized to receive and access all drug and alcohol testing results. The CITY will also have the opportunity to identify one or more specific persons who will have authorization and access to all positive post-accident drug and alcohol screen results. VENDOR will utilize a testing laboratory approved of by the CITY for all laboratory testing. VENDOR at its sole cost and expense will provide the necessary software to allow access to test results from the authorized testing laboratory. VENDOR shall identify a Medical Review Officer (MRO) dedicated to the CITY's account for the purposes of the MRO's participation in the CITY's Commercial Drivers' License (CDL) Program. VENDOR may subcontract its MRO services, subject to prior CITY approval of the proposed subcontractor. The MRO services include the random selection task. In the event a CITY employee request testing of the secondary sample (the "B" vial), the employee will be responsible for the cost associated with the testing before the process will be initiated. The CITY shall not be responsible for any cost or fees associated with this service. Prior to the effective date of the professional services agreement, the VENDOR will be required to provide two (2) copies of its "Drug/ Alcohol Testing Manual"to the CITY's Risk Management Division designee. Vendor Services Agreement Page 12 of 20 DocuSign Envelope ID:04068D04-20264BA6-A598-E7D8CC53D886 City Secretary Contract No. Infrequent on-site drug testing(less than four(4)per month)may be required, and VENDOR shall be precluded from charging the CITY an on-site service charge. However, if during the course of the agreement the CITY usage consistently exceeds this level, the CITY will negotiate with the selected VENDOR regarding a compensation adjustment. A.1.2.3 Clinical Testing. VENDOR will be required to provide to CITY employees clinical testing,including but necessarily limited to the following:pulmonary function,audiometric,x-rays(chest and other body parts),electromyography, and electrocardiogram. VENDOR will be required to warrant that all equipment being utilized for clinical testing services are calibrated prior to testing and are in good working condition. All testing shall be performed by registered technicians. Audiometric testing will conform to the Occupational Health and Safety Administration (OSHA) standard 29 CFR 1910.95, and shall be performed by Council for Accreditation in Occupational Hearing Conservation(CAOHC)certified technicians. A.1.2.4 Exposure Control Program. VENDOR may be required to perform the following activities: VENDOR may be required to administer any existing preventative immunizations and/or treatments to employees and their immediate family members, to a disease that they may be exposed to in performing official duties, in accordance with the requirements of the Texas Government Code, Chapter 607. Some vaccination events may be required at designated CITY facility locations,and may occur after standard work hours. VENDOR may be required to provide information and training to CITY employees and immediate family members about the disease and vaccine, prior to any vaccination for preventative measure. The CITY may refer an employee to VENDOR following exposure to a disease for assessment,counseling,and required medical treatment. VENDOR may be required to administer influenza vaccines to CITY employees. Such flu shot vaccination events will be required at CITY locations, and some vaccination events may occur after standard work hours. VENDOR will be required to provide information to each employee regarding the vaccination prior to the actual vaccination. VENDOR will be required to test and CITY employees exposed to communicable diseases, noise, lead, hazardous chemical and other potential hazards in the performance of their duties. VENDOR will be required to provide any necessary counseling services relevant to urinary drug screening, human immunodeficiency virus (HIV) testing and other health and safety issues associated with the CITY's workplace. Vendor Services Agreement Page 13 of 20 DocuSign Envelope ID:04068D04-2026-4BA6-A598-E7D8CC53D886 City Secretary Contract No. A.1.2.5 Commercial Driver's License(CDL) Program. VENDOR will be required to actively participate in the CITY's CDL Program. Participation will include provision of physical examinations that meet U.S. Department of Labor requirements, determinations and reporting to CITY on condition of CITY employees to operate a commercial vehicle, issuance of medical certification cards, and participation on the CITY's Medical Review Board for these purposes. VENDOR must dedicate a Medical Review Officer (MRO) to the CITY's account for the purposes of the VENDOR's participation in the CDL Program. A.1.2.6 Medical Surveillance Program. VENDOR will be required to test and monitor CITY employees exposed to noise, lead, asbestos, hazardous chemicals and other potential hazards associated with employees' performance of their duties, and to provide medical surveillance services for the CITY's CDL Program. A.1.2.7 Exclusion from Health Care Services. VENDOR will provide non-injury occupational health services to CITY's employees in the course and scope of their employment with the CITY upon demand for such occupational health services. This agreement is for non-injury occupational health services, and does not include occupational injury medical treatment and care. The CITY owns a medical provider panel, known as the B1ackStone Provider Panel, specifically for the purposes of providing medical treatment and care of its injured/ill employees who sustain occupational injuries and/or occupational diseases during the course and scope of their employment,and in accordance with the Texas Workers' Compensation Act (Texas Labor Code, Title 5, Sub-Title A) and Texas Department of Insurance, Division of Workers' Compensation Rules(Texas Administrative Code,Title 28 Insurance,Part 2). VENDOR may make an application to the B1ackStone Provider Panel,and if approved, may provide occupational injury/illness medical treatment and care of CITY employees. A.1.3 Records,Reports and Validation Studies A.1.3.1 Records. VENDOR shall keep accurate records of all occupational health services provided to CITY employees to include records of all immunizations,testing and health care services. A.1.3.2 Reports. VENDOR and shall provide summary data and detailed information as required by the CITY to the CITY's designee regarding all services provided. Such data and records shall be provided to the CITY's designee at specific recurring intervals,and/or upon demand by the designee. A.1.3.3 The CITY and VENDOR will share data for an annual validation study of occupational health services. A.2 BILLING FOR SERVICES Vendor Services Agreement Page 14 of 20 DocuSign Envelope ID:04068D04-2026-4BA6-A598-E7D8CC53D886 City Secretary Contract No. VENDOR shall bill for services based on the Proposed Service Fees and Charges Schedule for actual services performed,as presented in Exhibit B. EXHIBIT B PRICE SCHEDULE Payment for Services--Maximum Annual Not Exceed Amount Year 1 Year 2 Year 3 Year 4 Year 5 Year 6 Year 7 $275,000 $288,750 $303,188 $318,347 $334,264 $350,977 $368,526 FEES FOR OCCUPATIONAL HEALTH CARE SERVICES F.3.1 Breath Alcohol Tests Fee Amount per Each Service Performed Contract Contract Contract Contract Contract Contract Contract Service Description Year 1 Year 2 Year 3 Year 4 Year 5 Year 6 Year 7 Breath Alcohol Test Post Job $18 $18 $18 $19 $19 $19 $19 Offer Breath Alcohol Test Random $18 $18 $18 $19 $19 $19 $19 Breath Alcohol Post Accident $18 $18 $18 $19 $19 $19 $19 Breath Alcohol Test Follow- $18 $18 $18 $19 $19 $19 $19 Up Breath Alcohol Test $18 $18 $18 $19 $19 $19 $19 Reasonable Suspicion After Hours Breath Alcohol $18 $18 $18 $19 $19 $19 $19 Test F.3.2 Urinary Drug Screens(UDS) Fee Amount per Each Service Performed Contract Contract Contract Contract Contract Contract Contract Service Description Year 1 Year 2 Year 3 Year 4 Year 5 Year 6 Year 7 UDS Non-Regulated Pre- $40 $40 $40 $41 $41 $41 Placement $41 UDS Non-Regulated Random $40 $40 $40 $41 $41 $41 $41 Vendor Services Agreement Page 15 of 20 DocuSign Envelope ID:04068D04-2026-4BA6-A598-E7D8CC53D886 City Secretary Contract No. UDS Non-Regulated Post- $40 $40 $40 $41 $41 $41 $41 Accident UDS Non-Regulated Follow- $40 $40 $40 $41 $41 $41 $41 Up UDS Regulated Pre- $40 $40 $40 $41 $41 $41 $41 Placement UDS Regulated Random $40 $40 $40 $41 $41 $41 $41 UDS Regulated Post-Accident $40 $40 $40 $41 $41 $41 $41 UDS Regulated Follow-Up $40 $40 $40 $41 $41 $41 $41 UDS Regulated Reasonable $40 $40 $40 $41 $41 $41 $41 Suspicion F.3.3 Hair Follicle Drug Screens Fee Amount per Each Service Performed Contract Contract Contract Contract Contract Contract Contract Service Description Year 1 Year 2 Year 3 Year 4 Year 5 Year 6 Year 7 Hair Follicle Drug Screens $30 $30 $30 $31 $31 $31 $31 F.3.4-Physical Examinations/Assessments Fee Amount per Each Service Performed Contract Contract Contract Contract Contract Contract Contract Service Description Year 1 Year 2 Year 3 Year 4 Year 5 Year 6 Year 7 Physical Exam Post-Job Offer $40 $40 $40 $41 $41 $41 $41 Placement Physical Exam Other $40 $40 $40 $41 $41 $41 $41 DOT Physical Exam,Post-Job $40 $40 $40 $41 $41 $41 Offer Placement $41 DOT Physical Exam $40 $40 $40 $41 $41 $41 $41 Recertification Respirator Physical Exam $35 $35 $35 $36 $36 $36 $36 Physical Demand Job $350 $350 $350 $350 $350 $350 $350 Assessment Physical Abilities Test(Fitness $38 $38 $38 $39 $39 $39 $39 for Duty) Physical Exam for Medical $100 $100 $100 $103 $103 $103 $103 Surveillance Return to Work Physical $40 $40 $40 $41 $41 $41 $41 Exam Vendor Services Agreement Page 16 of 20 DocuSign Envelope ID:04068D04-2026-4BA6-A598-E7D8CC53D886 City Secretary Contract No. F.3.5-Laboratory Testing Fee Amount per Each Service Performed Contract Contract Contract Contract Contract Contract Contract Service Description Year 1 Year 2 Year 3 Year 4 Year 5 Year 6 Year 7 Blood Collection,Medical $235 $235 $235 $235 $235 $235 $235 Surveillance Exam Drug Screen-Blood $165 $165 $165 $169 $169 $169 $169 Drug Screen-Blood Retest $175 $175 $175 $180 $180 $180 $180 (Split Specimen) Hemoccult(in Facility) $8 $8 $8 $8 $8 $8 $8 Glucose Finger Stick $13 $13 $13 $14 $14 $14 $14 Complete Blood Count(CBC) $30 $30 $30 $31 $31 $31 $31 Blood Chemistry(20/23) $38 $38 $38 $39 $39 $39 $39 Hemoglobin A1C $58 $58 $58 $59 $59 $59 $59 Hydrocar/Dcyg Vplates- $75 $75 $75 $77 $77 $77 $77 Blood/Urine U/A Manual Microscopic $33 $33 $33 $34 $34 $34 $34 Blood-Lead $0 $0 $0 $72 $72 $72 $72 Blood-Chloroform $127 $127 $127 $130 $130 $130 $130 Blood-Formaldehyde Screen $100 $100 $100 $103 $103 $103 $103 Blood-PCB $130 $130 $130 $133 $133 $133 $133 Blood-Hepatitis A Surface $65 $65 $65 $66 $66 $66 $66 Antibody Blood-Hepatitis B Surface $90 $90 $90 $92 $92 $92 $92 Antibody Blood-Hepatitis B Surface $40 $40 $40 $41 $41 $41 $41 Antigen Blood-Hepatitis C Antibody $98 $98 $98 $100 $100 $100 $100 Blood-HIV 1/2 Screen $75 $75 $75 $76 $76 $76 $76 Vendor Services Agreement Page 17 of 20 DocuSign Envelope ID:04068D04-2026-4BA6-A598-E7D8CC53D886 City Secretary Contract No. Blood-HIV Confirmation N/A N/A N/A N/A N/A N/A N/A (Western Blot) MMR Titer $147 $147 $147 $151 $151 $151 $151 Rabies Titer $95 $95 $95 $97 $97 $97 $97 Hepatitis A Titer $65 $65 $65 $66 $66 $66 $66 Hepatitis B Titer $55 $55 $55 $56 $56 $56 $56 F.3.6-Immunizations Vaccinations Fee Amount per Each Service Performed Contract Contract Contract Contract Contract Contract Contract Service Description Year 1 Year 2 Year 3 Year 4 Year 5 Year 6 Year 7 Rabies Vaccine 1st Injection $390 $390 $390 $395 $395 $395 $395 Rabies Vaccine 2nd Injection $390 $390 $390 $395 $395 $395 $395 Rabies Vaccine 3rd Injection $390 $390 $390 $395 $395 $395 $395 Tetanus Toxoid $20 $20 $20 $21 $21 $21 $21 PPD(Mantoux) $15 $15 $15 $16 $16 $16 $16 TB Skin Test $15 $15 $15 $16 $16 $16 $16 Influenza (Flu Shot) $25 $25 $25 $25 $25 $25 $25 Hepatis A Vaccine 1st $65 $65 $65 $66 $66 $66 $66 Injection Hepatis B Vaccine 1st $75 $75 $75 $76 $76 $76 Injection $76 Hepatis B Vaccine 2nd $75 $75 $75 $76 $76 $76 $76 Injection Hepatis B Vaccine 3rd $75 $75 $75 $76 $76 $76 $76 Injection Hepatis B Surface Antibody $90 $90 $90 $93 $93 $93 $93 Hepatis A&B Vaccine 1st $120 $120 $120 $123 $123 $123 $123 Injection Hepatis A&B Vaccine 2nd $120 $120 $120 $123 $123 $123 $123 Injection Hepatis A&B Vaccine 3rd $120 $120 $120 $123 $123 $123 $123 Injection Varicilla Titer $82 $82 $82 $84 $84 $84 $84 Vendor Services Agreement Page 18 of 20 DocuSign Envelope ID:04068D04-2026-4BA6-A598-E7D8CC53D886 City Secretary Contract No. Tdap(pertusis/whooping $70 $70 $70 $72 $72 $72 $72 cough) MMR Vaccine $95 $95 $95 $7 $7 $7 $7 Varicilla Vaccine $125 $125 $125 $128 $128 $128 $128 F.3.7-Other Procedures and Services Fee Amount per Each Service Performed Contract Contract Contract Contract Contract Contract Contract Service Description Year 1 Year 2 Year 3 Year 4 Year 5 Year 6 Year 7 Audiogram $20 $20 $20 $21 $21 $21 $21 Chest X-Ray(1 view) $52 $52 $52 $54 $54 $54 $54 X-Ray Inrrpretation $35 $35 $35 $36 $36 $36 $36 Pulmonary Function Test $21 $21 $21 $22 $22 $22 $22 EKG Test $30 $30 $30 $31 $31 $31 $31 Functional Capacity Test $36 $36 $36 $37 $37 $37 $37 OSHA Respirator $25 $25 $25 $26 $26 $26 $26 Questionnaire Respirator Fit Test $38 $38 $38 $39 $39 $39 $39 Review of Information $15 $15 $15 $15 $15 $15 $15 Note regarding any applicable immunization services: er e-first twelve months Or is contract,-Ti - ATTESTATION: the current market price for the above Services change due to market conditions,demand(s)and/or shortage(s),the City of Fort Worth will be billed the then current market rate. To the best of my knowledge,the above information is true and correct. ,,—D...Sig-d by: ✓e.G. C�asstl!{� �.(�.� M P,(k. July 11, 2019 %nature of Authorized Representative Date Vendor Services Agreement Page 19 of 20 DocuSign Envelope ID:04068D04-2026-4BA6-A598-E7D8CC53D886 EXHIBIT C VERIFICATION OF SIGNATURE AUTHORITY Occupational Health Centers of the Southwest,LP,dba Concentra Medical Centers 5080 Spectrum Drive, Suite 120OW Addison, TX 75001 Execution of this Signature Verification Form ("Form") hereby certifies that the following individuals and/or positions have the authority to legally bind Vendor and to execute any agreement, amendment or change order on behalf of Vendor. Such binding authority has been granted by proper order,resolution, ordinance or other authorization of Vendor. City is fully entitled to rely on the warranty and representation set forth in this Form in entering into any agreement or amendment with Vendor. Vendor will submit an updated Form within ten (10) business days if there are any changes to the signatory authority. City is entitled to rely on any current executed Form until it receives a revised Form that has been properly executed by Vendor. 1. Name: Position: Signature 2. Name: Position: Signature 3. Name: Position: Signature Name: Signature of President/CEO Other Title: Date: Vendor Services Agreement—Exhibit C Page 20 of 20 City of Fort Worth, Texas Mayor and Council Communication DATE: 10/15/19 M&C FILE NUMBER: M&C 19-0238 LOG NAME: 13P19-0159 OCCUPATIONAL HEALTH AND SAFETY SERVICES HR JPB SUBJECT Authorize Execution of Agreements with ES Squared, LLC and Occupational Health Centers of the Southwest, P.A.d/b/a Concentra Medical Centers for Occupational Health and Safety Services in a Combined Annual Amount Up to$461,066.00 with a Five-Year Initial Term and Authorize Two One-Year Renewal Options for the Human Resources Department(ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize the execution of agreements in a combined annual amount up to$461,066.00 with a five-year initial term and two one-year renewal options for the Human Resources Department with: i)ES Squared,LLC for occupational health and safety consulting and training services;and ii)Occupational Health Centers of the Southwest, P.A.d/b/a Concentra Medical Centers for occupational health and safety care services. DISCUSSION: The Human Resources Department(HRD)approached the Purchasing Division to secure agreements for occupational health and safety services. The services include: • Provide consultants to City departments regarding Occupational Safety and Health Administration(OSHA)standards; • Develop and implement policies,programs and procedures related to OSHA; • Provide training regarding topics and issues related to OSHA standards and/or City health,safety and environmental policies, procedures, rules and/or workplace practices;and • Provide physical exams:fitness for duty exams and/or other assessments,drug screening,alcohol testing,clinical testing,exposure control program,commercial driver's license program and medical surveillance program. Staff issued a Request for Proposals(RFP)that consisted of detailed scope of services.The RFP was advertised in the Fort Worth Star-Telegram every Wednesday starting on June 12,2019 through July 10,2019.Seventeen vendors were solicited from the purchasing database;six responses were received. The proposals were thoroughly reviewed by an evaluation team separately for consultation,training and care services.The evaluation team ranked the proposals based on pre-defined factors.The evaluation team determined the following vendors provide the best overall solution to the listed services: i)ES Squared,LLC for occupational health and safety consulting and training services;and ii)Occupational Health Centers of the Southwest, P.A.d/b/a Concentra Medical Centers for occupational health and safety care services. ES Squared, LLC: Maximum Annual Not Exceed Amount Year Year Year Year4 Year Year6 Year $77,500 $79,825 $82,220 $84,687 $87,228 $89,845 $92,540 Occupational Health Centers of the Southwest,P.A.d/b/a Concentra Medical: Maximum Annual Not Exceed Amount Year Year Year Year4 Year Year6 Year $275,000 $288,750 $303,188 $318,347 $334,264 $350,977 $368,526 An administrative change order or increase may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated Upon City Council approval and execution of contracts,the initial five-year term of these contracts shall begin.Contracts may be renewed up to two one-year terms at the City's sole discretion.This action does not require specific City Council approval provided that sufficient funds are appropriated for the City to meet its obligations during the renewal period. No guarantee was made that a specific amount of these services will be purchased. A waiver of the goal for MBE/SBE sub-contracting was requested by the Purchasing Division and approved by the M/WBE Office, in accordance with the BDE Ordinance, because the purchase of goods or services is from sources where sub-contracting or supplier opportunities are negligible. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon adoption of the Fiscal Year 2020 budget by the City Council,that funds will be available in the Fiscal Year 2020 budget,as appropriated,of the General Fund. Prior to expenditure being made,the Human Resources Department has the responsibility to validate the availability of funds. Submitted for City Manager's Office by. Kevin Gunn 2015 Originating Business Unit Head: Reginald Zeno 8517 Additional Information Contact: Cynthia Garcia 8525 John Padinjaravila Baby 2279