Loading...
HomeMy WebLinkAboutContract 53883 ti CSC No.53883 STATE OF TEXAS § COUNTY OF TARRANT § INTERLOCAL AGREEMENT BETWEEN CITY OF FORT WORTH AND THE METROPOLITAN AREA EMS AUTHORITY dba MEDSTAR MOBILE HEALTHCARE This hrterlocal Agreement("Agreement") is made between the City of Fort Worth ("Fort Worth"), a home-rule municipal corporation of the State of Texas and The Metropolitan Area EMS Authority dba MedStar Mobile Healthcare ("MedStar"), an interlocal governmental agency,each individually referred to as a"Party"and collectively referred to as the"Parties." WHEREAS, the Texas State Legislature has authorized the formation of interlocal cooperating contracts between and among governmental entities;and WHEREAS, this Agreement is made under the authority granted by and pursuant to Chapter 791 of the Texas Government Code which authorizes Fort Worth and MedStar to enter into this Agreement for purposes of providing a governmental function or service that each Party to the contract is authorized to perform individually; WHEREAS, MedStar Mobile Healthcare is the trade name for the Metropolitan Area EMS Authority ("MAEMSA"). The MAEMSA is a governmental administrative agency established through the adoption of a uniform EMS ordinance and interlocal cooperative agreement between municipalities under the provisions of Section 773.051 of the Texas Health and Safety Code and the provisions of Chapter 791.001 of the Texas Government Code (the "interlocal Cooperation Act"). MAEMSA is not a subsidiary of any other agency or corporation, nor does it have any financial interest in any other agency or corporation; WHEREAS, Fort Worth and MedStar desire to enter into this Agreement to detail the terms of the purchase of items and implementation of software for the creation of an electronic patient clinical record ("ePCR") system that works between Fort Worth and MedStar ("ImageTrend ePCR Projecti'); WHEREAS,the governing bodies of Fort Worth and MedStar find that this Agreement is necessary for the benefit of the public and the performance of this Agreement is in the common interest of both Parties; WHEREAS, the governing bodies of Fort Worth and MedStar have authorized entering into this Agreement; and WHEREAS, the governing bodies of Fort Worth and MedStar, in paying for the performance of governmental functions or in performing such governmental functions, shall make payments only from current revenues legally available to such Party. NOW THEREFORE, IN CONSIDERATION of the mutual promises and agreements interlocal Agreement LFT. �DRP �ECRETAQ� j WORTH,Tx contained herein, the Parties do hereby agrees as follows: 1. Purpose. The purpose of this Agreement is to facilitate the implementation of software and hardware that will provide the basis of the ImageTrend ePCR Project. 2. MedStar's Responsibility. In accordance with the MAEMSA Board of Directors' approval of BC 1399 oat August 28, 2019, MedStar will reimburse Fort Worth for the cost of up to 100 iPads with necessary attachments of hard cases, screen protectors, and chargers in an amount not to exceed $130,000.00. MedStar shall also pay ImageTrend directly for Fort Worth's use of ImageTrend's ePCR software at a cost of$1.00 for each ePCR created by Fort Worth for EMS responses which is uploaded to ImageTrend, at an estimated annual cost to MedStar of $106,250 and any increases in future years for inflation. The Parties acknowledge that Image Trend may increase the cost per ePCR submitted to account for inflation in future years as outlined within the Agreement between MedStar and Image Trend. MedStar shall also provide guidance on Fort Worth's implementation of ImageTrend ePCR software and use best efforts to help Fort Worth with any issues through the implementation process. 3. Fort Worth's Responsibility. Fort Worth will purchase and receive the iPads with necessary attachments of hard cases, screen protectors, and chargers and thereafter will continue to utilize the devices to facilitate electronic patient care reporting through ImageTrend. Fort Worth will obtain a purchase order number from MedStar before submitting invoices to MedStar for reimbursement for the iPads and may submit invoices as iPads are purchased by Fort Worth, but no more than once every thirty (30) days. Fort Worth shall consult with MedStar to ensure that the iPads are appropriate to meet the MAEMSA system reporting needs. Fort Worth shall be responsible for all maintenance and repair of the iPads, as well as for replacing any lost or damaged iPads for which reimbursement was received under this Agreement. 4. Term and Termination. This Agreement shall begin upon the date executed by the Assistant City Manager below and shall continue in full force and effect unless terminated. Either party to this Agreement may terminate this Agreement at any time and for any reason by providing the other party thirty (30) days written notice to the other party or pursuant to other provisions within this Agreement. 5. Immunity. it is expressly understood and agreed that in the execution of this Agreement, no party waives nor shall be deemed hereby to waive any immunity or defense that would otherwise be available to it against claims arising in the exercise of governmental powers and functions. 6. Assi ng ment. MedStar shall not have the right to assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of Fort i. Worth, which such right shall be granted solely at the discretion of Foot Worth. 7. Governing Law and Venue. This Agreement shall be construed in accordance with the laws of the State of Texas. Venue for any action brought on the basis of this Agreement shall fie exclusively in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas — Fort Worth Division. In any such action, each party shall pay its own attorneys' fees, court costs and other expenses incurred as a result of the action. Interlocal Agreement Page 2 of 5 S. Remedies. No right or remedy granted herein or reserved to the parties is exclusive of any other right or remedy herein by law or equity provided or permitted; but each shall be cumulative of every other right or remedy given hereunder.No covenant or condition of this Agreement may be waived without written consent of the parties. Forbearance or indulgence by either party shall not constitute a waiver of any covenant or condition to be performed pursuant to this Agreement. 9. Severability. If any provision of this Agreement is held by a court of competent jurisdiction to be invalid, illegal or unenforceable, the validity, Iegality and enforceability of the remaining provisions shall not in any way be affected or impaired. 10. Applicable Law. This Agreement is entered into subject to the Interlocal Cooperation Act, the governing charters and ordinances of Fort Worth and MedStar, as they may be amended from time to time, and is subject to and is to be construed, governed and enforced under all applicable Texas and Federal law. 11. Entire Agreement. This Agreement contains the entire understanding and agreement between Fort Worth and MedStar 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 this Agreement. i 12. 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. The other party is fully entitled to rely on this warranty and representation in entering into this Agreement. 13. Independent Contractor. It is expressly understood and agreed that McdStar shall operate as an independent contractor as to all rights and privileges granted herein, and not as agent, representative or employee of Fort Worth. Subject to and in accordance with the conditions and provisions of this Agreement, MedStar 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, contractors and subcontractors. MedStar acknowledges that the doctrine of respondeat superior shall not apply as between Fort Worth, its officers, agents, servants and employees, and MedStar, its officers, agents, employees, servants, contractors and subcontractors. MedStar further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between Fort Worth and MedStar. 14. No Waiver. The failure of either party to insist upon the performance of any provision or condition of this Agreement or to exercise any right granted herein shall not constitute a waiver of that party's right to insist upon appropriate performance or to assert any such right on any future occasion. l 15. Non-Appropriation of Funds. Fort Worth and MedStar will use best efforts to appropriate sufficient funds to support obligations under this Agreement. However, in the event that sufficient funds are not appropriated by either party's governing body, and as a result, that li II Interlocal Agreement Page 3 of 5 party is unable to fulfill its obligations under this Agreement, that party (i) shall promptly notify the other party in writing and (ii) may terminate this Agreement, effective as of the last day for which sufficient funds have been appropriated. 16. Right to Audit. MedStar agrees that Fort Worth shall, until the expiration of three (3) years after termination of this Agreement, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers, records, and communications of MedStar involving transactions relating to this Agreement at no additional cost to Fort Worth. MedStar agrees that Fort Worth shall have access during normal working hours to all necessary MedStar facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. Fort Worth shall give McdStar reasonable advance notice of intended audits. 17. Liability.Nothing in the performance of this Agreement shall impose any liability for claims against Fort Worth or MedStar other than claims for which liability may be imposed by the Texas Tort Claims Act. 18. Amendments. No amendment to this Agreement shall be binding upon either party hereto unless such amendment is set forth in writing, and signed by both parties. 19. Force Majeure. The parties shall exercise their best efforts to meet their respective duties and obligations hereunder, but shall not be held liable for any delay in or omission of performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any state or federal law or regulation, acts of God, acts of omission, fires, strikes, lockouts, national disasters, wars, riots, material or labor restrictions, transportation problems or existing contractual obligations directly related to the subject matter of this Agreement. 20. Notice. 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 or (2) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To Fort Worth: To MedStar: City of Fort Worth MAEMSA Attn: Valerie Washington Attn: General Counsel Assistant City Manager 2900 Alta Mere Dr. 200 Texas Street Fort Worth,TX 16116 Fort Worth,TX 76102-6314 Compliance a,niedstar9l l.org Fax: 817-840-2051. With copy to Fort Worth City Attorney's Office at same address IN WITNESS WHEREON, the parties hereto have executed this Agreement in multiples. Interlocal Agreement Page 4 of 5 (vignalure page follows) ACCEPTED AND AGREED: CITY OF FORT WORTH: CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that 1 am the person �i�•.k.r.. responsible for the monitoring and administration By: of this contract,including ensuring all performance Name: Valerie Washington and reporting requirements. Title: Assistant City Manager Date: May 6,2020 By: taahtt��.1��2D2D, APPROVAL RECOMMENDED: Name: Mark Rauscher Title: Fire Assistant Director APPROVED AS TO FORM AND LEGALITY: By: Name: Title: By: t�s. ATTEST: -O R r"`"�i . Name: JB Stroh ..X Title: Assistant City Attorney \7 CONTRACT AUTHO IZATION: By: M&C: 20-0133 Name: Mary Kayser ' Title: City Secretary £. MEDSTA R: MedStar Mobile Healthcare ,1.blsAlat AV IfWt6 By. Daogla .Hooten IMay 5.2020) Name: Douglas R.Hooten Title: Chief Executive Officer Date: May5,2020 OFFICIA_ CITY SECRE-A lb- Interlocal Agreement Page.. of 1 DocuSign Envelope ID:7922014F-9806-4728-9A9E-94A6311D76B0 FRO CAD INTEGRATION AGREEMENT BY AND BETWEEN IMAGETREND,INC. AND MEDSTAR MOBILE HEALTHCARE AND CITY OF FORT WORTH 1. Introduction ImageTrend,Inc. ("ImageTrend") and the Metropolitan Area EMS Authority dba MedStar Mobile Healthcare ("MedStar") are parties to the Software Solutions Agreement No. 2150 dated December 16, 2014, as amended from time to time (the "Agreement'), whereby ImageTrend licenses its proprietary software solutions(collectively,the"Software")to MedStar. Pursuant to Amendment No. 4 of the Agreement, ImageTrend shall accommodate fifteen (15) computer-aided dispatch ("CAD") integrations for MedStar first responder organizations (each a "FRO"). Upon MedStar's approval and the FRO's acknowledgement and acceptance of the terms and conditions herein,ImageTrend shall commence the request CAD Integration as contemplated under the Agreement. 2. Purpose The intent of this FRO CAD Integration Agreement (the "CAD Agreement") is to document and formalize the process for efficiently integrating MedStar FROs' CAD systems with the Software. The integration between the FRO and the Software is for the express purpose of exchanging CAD data created by the FROs. 3. Representations and Warranties 3.1 FRO Representations and Warranties 3.1.1.FRO represents that the person signing this CAD Agreement has all necessary power and is duly authorized to execute this CAD Agreement on behalf of FRO. 3.1.2. FRO hereby agrees and acknowledges that it is not party to the Agreement. Notwithstanding the preceding sentence, FRO will indemnify and hold harmless ImageTrend from and against any and all liabilities,demands, losses,damages,penalties, expenses,including,without limitation,reasonable legal fees(collectively,"Damages")to the extent arising out of or resulting from any CAD integration provided for under the Agreement and this CAD Agreement. OFFICIAL RECOV CITY SECRETP" FT. WORTH, DocuSign Envelope ID:7922014F-9806-4728-9A9E-94A631 1 D76BO 3.2 MedStar Representations and Warranties 3.2.1. MedStar represents that the person signing this CAD Agreement has all necessary power and is duly authorized to execute this CAD Agreement on behalf of MedStar. 3.2.2.Notwithstanding anydisclaimer or limitation of liability contained in the Agreement and in addition to any indemnity obligations set forth in the Agreement, MedStar will indemnify and hold harmless lmageTrend from and against any and all liabilities, demands,losses,damages,penalties,expenses,including,without limitation,reasonable legal fees(collectively,"Damages")to the extent arising out of or resulting from any CAD integration provided for under the Agreement and this CAD Agreement. 4.General 4.1 Term;Termination. This CAD Agreement shall remain in effect until terminated or expired in accordance with the underlying Agreement. 4.2 Governing Law. The validity,interpretation,and performance of this CAD Agreement shall be controlled and governed by the laws of the State of Minnesota,without regard to conflicts of law provisions. 4.3 Conflicts. This CAD Agreement is independent of and is not subordinate to the Agreement. In the event of a conflict between this CAD Agreement and the underlying Agreement,this CAD Agreement shall control. 4.4 Assignment. Neither FRO or MedStar may assign or transfer this CAD Agreement nor any rights or obligations hereunder,without ImageTrend's prior written consent. By executing below,MedStar and FRO hereby acknowledge and agree to the terms and conditions herein, and further instruct lmageTrend to commence the CAD integration as contemplated under this CAD Agreement and the Agreement. WITNESS THE EXECUTION HEREOF on the day and year last written below. APPROVED AS: City of Fort Worth ("FRO") MedStar Mobile Healthcare By:Y *4rr."M Byf dWJ 9btl.t+t. Name: Valerie Washington Name: Douglas R. Hooten Title: Assistant City Manager Title: Chief Executive Officer Dated: May 6,2020 Dated: 4/8/2020 OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX I 5/7/2020 M&C Review Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORTI O�RT11 DATE: 3/17/2020 REFERENCE**M&C 20- LOG NAME: 361NCIDENT SOFTWARE PURCHASE NO.: 0133 AND MEDSTAR ILA CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Purchase of Software, Maintenance, and Support with ImageTrend, Inc. for an Electronic Patient Care Reporting and Incident Data Collection System, and Authorize Execution of an Interlocal Agreement with MedStar Moblie Healthcare for Reimbursement of Related Costs(ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that City Council: 1)Authorize the purchase of electronic patient care reporting and fire incident record management system software from ImageTrend, Inc. using a sole source purchasing agreement; and 2)Authorize execution of an interlocal agreement with MedStar Mobile Healthcare for the reimbursement of hardware costs and direct payment of software costs related to the implementation and ongoing maintenance of the system (City Project No. 102578). DISCUSSION: The Fire Department currently utilizes an outdated records management system for the collection of incident data and patient care records. This requires additional time for both the entry of routine incident data as well as the transfer of clinical records from firefighters to MedStar Mobile Healthcare (MedStar) paramedics at the incident scene. The Metropolitan Area EMS Authority Board of Directors authorized reimbursement of costs to purchase mobile devices for use with the ImageTrend, Inc. (ImageTrend)electronic patient care reporting (ePCR)system software. MedStar Mobile Healthcare is the trade name for Metropolitan Area EMS Authority(MAEMSA). Reimbursement was authorized for 100 devices in an amount not to exceed $130,000.00. Further, MedStar will directly pay costs related to the initial purchase and ongoing support and maintenance of ImageTrend, ePCR software. Use of a common software solution as our EMS provider will permit a seamless and timely transfer of patient clinical data at the time care is transferred from Fort Worth Fire personnel to MedStar personnel. Additionally, the utilization of the ImageTrend Fire Record Management System (RMS)product will allow for efficient integration of EMS incident data with other incident data in a modern RMS capable of mobile data collection. The opportunity to receive reimbursement for hardware and software costs related to this implementation enables the City to procure a software solution that will increase efficiency and improve patient care. The Fire Department requests authorization to purchase RMS and ePCR software, maintenance, and support from ImageTrend through a sole source purchase agreement and authorize the execution of an Interlocal Agreement with MedStar to permit reimbursement for related costs. As indicated in the table below, total costs paid by the City of Fort Worth are estimated to be$165,355.00 for implementation. These first-year costs have been budgeted in the ITS Capital Project Fund. Ongoing annual maintenance costs in the second year will be$69,890.65 and are expected to increase 3\% annually thereafter. Maintenance costs will be included in the General Fund budget for IT Solutions. These costs are associated with the RMS portion of the project. Costs associated with the ePCR software will be paid by MedStar. In the first year, this totals$106,250.00 and will be paid directly by MedStar to ImageTrend. Additionally, MedStar will reimburse the department up to$130,000 for the purchase of 100 iPad devices for use with the ImageTrend products as indicated in the table below. The total cost of implementing this system in the first year is estimated at up to$401,605.00. Of this, the City of Fort Worth will be responsible for $165,355.00 with the balance paid by MedStar. Item Fort Worth Cost MedStar Cost First Year ii 100 iPad Devices $0 (after reimbursement)il Up to$130,000 ePCR System and CAD Integration i� $106,250.001 Elite EMS Setup $22,500.00ii Data Mart One Time Fees $75,000.00 apps.cfwnet.org/council_packet/mc_review.asp?ID=27702&councildate=3/17/202O 1/2 5/7/2020 M&C Review Records Management System (RMS) $34,105.00 Staffing system integration $15,000.00ii DataMart License and Support $18,750.00ii Total First Year Costs: $165,355.00ii Up to$236,250.00 Ongoing(Year 2 and on) ePCR System and CAD Integration $109,437.501 Records Management System (RMS) $35,128.15 Staffing system integration $15,450.00ii DataMart License and Support $19,312.50ii Total Year 2 (Maintenance) Cost2: $69,890.65 $109,437.50 1 ImageTrend will direct bill MedStar for these charges. 2 Ongoing charges subject to annual 3\% cost increase. Bidding: This purchase is exempt from public bidding because it is being purchased from a sole source. This project will serve ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the recommendations and execution of the agreements, funds are available in the current operating budget and capital budget, as appropriated, of the General Fund and IT Project Capital Fund and that reimbursement funds will be deposited into the General Fund. The Fire Department (and Financial Management Services) is responsible for the collection and deposit of funds due to the City. Prior to an expenditure being made, the participating department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference# Amount ID L ID Year (Chartfield 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID I ID I Year I (Chartfield 2) Submitted for City Manager's Office by_ Valerie Washington (6199) Originating Department Head: Jim Davis(6801) Additional Information Contact: Mark Rauscher(6803) ATTACHMENTS apps.cfwnet.org/council_packet/mc_review.asp?ID=27702&councildate=3/17/2020 2/2