Loading...
HomeMy WebLinkAboutContract 54108-A1 CSC No. 54108-A1 AMENDMENT NO. 1 TO VENDOR SERVICES AGREEMENT with Front Line Mobile Health(CITY OF FORT WORTH CONTRACT 54108) This Amendment No. 1 to Vendor Services Agreement ("Amendment") is entered into by and between the City of Fort Worth (hereafter "City"), a home rule municipality of the State of Texas,and Front Line Mobile Health,PLLC (hereafter"Vendor")a Texas Professional Limited Liability Company. City and Vendor shall be referred to individually as a Party and collectively as the Parties. WHEREAS,on June 23, 2020,the Fort Worth City Council authorized the execution of an agreement with Front Line Mobile Health, PLLC for certain health and wellness services for Fire Department personnel with an annual amount up to Four Hundred Seventy-One Thousand Seven Hundred and Fifty Dollars ($471,750) for a one-year initial term and the option to renew for up to four additional one-year terms at the City's sole discretion (M&C 20-0443); and WHEREAS, on July 2, 2020, the Parties entered into an agreement with the Vendor to provide comprehensive health and wellness services to the Fire Department, the same being Fort Worth City Secretary Contract 54108 (the "Contract") ; and WHEREAS, the Contract provided that the total payments made by City under the Contract for the partial year initial term shall be in an amount up to Four Hundred Seventy-One Thousand Seven Hundred and Fifty Dollars ($471,750) and that payments for the following years shall be described in Exhibit B; and WHEREAS, Exhibit B describes unit-based pricing for comprehensive health and wellness programs of$820.00 per person for incumbent personnel and $1,300,00 per person for new recruits and identifies an anticipated total combined annual amount of$848,900.00 based on projected annual quantities of services; and WHEREAS, the Parties wish to amend the Contract to include the additional service of post-COVID19 physicals for all city employees and amend Exhibit B to include the unit-based pricing for the post-COVID19 physicals; and WHEREAS, the Parties wish to amend the Contract to increase the total annual compensation not to exceed the amount of$589,687. WHEREAS, the Parties wish to amend the Contract to clarify that the per-unit prices in Exhibit B remain accurate but that the annual spend will be based on number of units of service required and total annual compensation is not to exceed the amount of$589,687. NOW, THEREFORE, the Parties, acting herein by the through their duly authorized representatives, enter into the following agreement: OFFICIAL RECORD Amendment to CSC 54108—Front Line Mobile Health CITY SECRETARY page 11 FT. WORTH, TX 1. AMENDMENTS The following term is hereby amended to either replace any conflicting term in the Original Agreement or shall be added to the terms and shall be binding and enforceable as if it was originally included therein and the amended agreement shall be referred to as the Contract in all future documents. 1. Section 3 of Fort Worth City Secretary Contract No. 54018 is hereby deleted in its entirety and shall be replaced with the following: 3. Compensation. City shall pay Vendor in accordance with the provisions of this Agreement and Exhibit `B," Price Schedule, on a unit-of-service basis. Total annual payments made under this Agreement by City will be based on the units of service actually requested by City and provided by Vendor and shall be in an amount not to exceed Five Hundred Eighty-Nine Thousand Six Hundred and Eighty-Seven Dollars and No Cents ($589,687.00) at the per-unit prices indicated 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. 2. Exhibit B of the Contract shall be replaced with the Exhibit B attached to this Amendment. 2. ALL OTHER TERMS SHALL REMAIN THE SAME All other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. (Signature Pages Follows) Amendment to CSC 54108—Front Line Mobile Health Page 12 ACCEPTED AND AGREED: CITY OF FORT WORTH: CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person ✓rAmo— responsible for the monitoring and administration ByValerie Washington(Dec 15,202009:46CST) of this contract,including ensuring all Name: Valerie Washington performance and reporting requirements. Title: Assistant City Manager Date: Dec 15, 2020 By: Mark Rauscher(Dec 13,202016:57 CST) Name: Mark Rauscher Title: Assistant.Fire Director APPROVAL RECOMMENDED: APPROVED AS TO FORM AND LEGALITY: By: J s Davis(Dec 13,202017:26 CST) Name: Jim Davis By:Christopher Austr' (Dec 15 202009,17 CST) 4,o44oan� Title: Fire Director bpF FORT Ana Name: Christopher Austria po°°°°°°°°° o moo° °°ogp0 Title: Assistant City Attorney ATTEST: ��o o=d �pa,F o°°° o o* CONTRACT AUTHORIZATION: By. �EZASaap M&C: 20-0825 U °naa4� 1295: 2020-640828 Name: Mary J.Kayser Title: City Secretary Front-Line Mobile Health,LLC. grace yanderffaar By: Bruce VanderHaar(Dec 13,202016:53 CST) Name: Bruce VanderHaar Title:Implementation Mgr and Finance Dir. Date: Dec 13,2020 OFFICIAL RECORD Amendment to CSC 54108—Front Line Mobile Health CITY SECRETARY page 3 FT. WORTH, TX EXHIBIT B EXHIBIT B PRICE SCHEDULE F11�r W1)RTH rlrymlmvMnn QiFnt�}ryW{y fM I IN W911A IIWIi kW1IIFIMXUMFN15 P CITY OF FORT WORTH BID OFFER Event IO Psge Invtletl: FUSUC EVENT Oe7AIL3 Eu�ni Reuntl�s Wnlon Submit To: C f Part Wortlr _ PURCHA81NG DIWSION Fy.oi Nuw I LOWER LEVEL C17Y HALL �5ep C rshen.lyt[Leal en sm azy.gRpgY=.>•>•� _ _ _ 20o TEXAS ST 9rpii Tom. Einleh Time rnr Worth Tx 76102 o Vso oeOe LtiR CST o¢loo o 1�:1G.�00.C__ Unrtetl Stales Email: FMSPurcho>:IngReepmYes®[oRvmAnre.e5 QOv L�pn r 11 olwc l IlPllon:_ oiY—. _._llnll_ Iw Tgylf COM PREHENSIVEHEALTN a WELLNESS Bn EA Vie90.a0 lTaa,600.00 PROGRAM FOR INCUMBENT PERSONNEL FOR PHYSICAL.BEHAVIORAL. Llrre: 2 _OtY_ Ilnil VnirAriy_ Told_ OlNCrlPllon COMYRENE—RHFALTIr A WELLNESS u cfl �l,Bpa,pe fW.�06.00 PROGRAM FOR NEW RECRVIT5 To.el eIa Amvwrl: aaae,aooao� Vendor Service Agreement—Front Line Mobile rlealkl- Exhibit B Page 12 or 14 Amendment to CSC 54108—Front Line Mobile Health Page 4 Front Lima Ho;Ale EW&Ith, 6517 N Lakewood Dr. FRONTHRINE Georgetown, TX 78633 US brute@frontlinemobilehealth. MOBI LE HEALTH tom INVOICE HILL TO IIiVOICE # 1206 Fort Worth Fire DATE 10/23/2020 Operation DUE DATE 11/2 /2020 AdministratiOn TERMS Net 30 505 W. Felix Fort Worth, TX 76115 ACTIVITY QTY RATE AN UNT Medical Services - IdTX 18i 651 .58 117,935.98 .............. .... BALANCE DUE $117 , 935 . 98 Amendment to CSC 54108—Front Line Mobile Health Page 15 M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORTWORT_I1 DATE: 11/10/2020 REFERENCE **M&C 20- LOG NAME: 14FRONTLINEPHYSICALS NO.: 0825 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (ALL)Authorize an Amendment to City Secretary Contract 54108 with Front Line Mobile Health, PLLC to Provide Comprehensive Post COVID-19 Physicals for City Employees to Increase the Total Amount of Compensation from $471,750.00 to$589,687.00 for the Initial Term Only RECOMMENDATION: It is recommended that the City Council authorize an amendment to City Secretary Contract 54108 with Front Line Mobile Health, PLLC to provide comprehensive post COVID-19 physicals for all city employees to increase the total amount of compensation from $471,750.00 to$589,687.00 for the initial term only. DISCUSSION: The Fire and Human Resources Departments request funds to provide post COVID-19 physicals for all city employees to assess and identify any lingering or chronic effects of the infection after recovery from the acute phase. Fire currently has Frontline Mobile Health under contract to provide health services for firefighters such as physicals, workers compensation return to work evaluations, etc.As we continue to learn about lingering and possible long-term effects of COVID-19, it is important to ensure adequate recovery prior to the often stressful and strenuous duties required of many occupations. Studies have shown that COVID-19 can lead to a heart inflammation condition known as Myocarditis, which can decrease the ability of the heart to pump blood. This condition can cause heartbeat abnormalities, heart failure, and even sudden death. People in strenuous occupations are much more susceptible to the health effects of Myocarditis. To date, a total of 307 personnel city-wide have tested positive for COVID-19, we anticipate sixty percent of those testing positive will be interested in a post COVID-19 physical exam, approximately 181 exams. The components of this exam as well as the cost is outlined below. Post COVID-19 physical exams will consist of: Cardiopulmonary Exercise Test Chest X-Ray Lung Ultrasound looking for pleural effusion Blood Biomarkers: Complete Blood Count Comprehensive Metabolic Panel Troponin C-Reactive Protein Erythrocyte Sedimentation Rate Serum Uric Acid SARS-CoV2 Total Antibody test Medical Questionnaire Physical Exam and medical recommendation Cost per exam is$650.00. Physicals would be completed through December 18, 2020. CARES Act Funding ends December 30, 2020. 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. http://apps.cfwnet.org/council_packet/mc review.asp?ID=28394&councildate=11/10/2020 12/10/2020 M&C Review Page 2 of 2 FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget, as previously appropriated, in the Grants Operating Federal Fund for the 2020 Disaster Assistance COVID project to support the approval of the above recommendation and authorization of the amendment. Prior to any expenditure being incurred, the Human Resources Department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID I Year (Chartfield 2) Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Nathan Gregory(7783) Additional Information Contact: Nathan Gregory(7783) ATTACHMENTS Amendment to Front Line Mobile Health LLC CSC 54108.pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=28394&councildate=11/10/2020 12/10/2020 A�C+EJVED City Secretary Contract No. 54108 JUL _ RFP#20-0045 8 2020 C ITYSECRT WORTH FORT W RTHO RY VENDOR SERVICES AGREEMENT Front Line Mobile Health 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 Front- Line Mobile Health("Vendor"),each individually referred to as a "party"and collectively referred to as the"parties." AGREEMENT DOCUMENTS: The Agreement documents shall include the following: I. 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 Q(Serviees.COMPREHENSIVE HEALTH&WELLNESS PROGRAM FOR INCUMBENT PERSONNEL FOR PHYSICAL, BEHAVIORAL, COMPREHENSIVE HEALTH & WELLNESS PROGRAM FOR NEW RECRUITS. Exhibit "A," - Scope of Services more specifically describes the services to be provided hereunder. 2. Term.This Agreement shall begin on July Ist,2020(the"Effective Date")and shall expire on December 31st,2020("Expiration Date"), unless terminated earlier in accordance with this Agreement ("Initial Term"). After the Initial Term, City shall have the option, in its sole discretion, to renew this Agreement under the same terms and conditions for up to four(4)one-year renewal terms. 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 Four Hundred and Seventy-One Thousand Dollars and Seven Hundred and Fifty Dollars($471,750.00).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, Vendor Services Agreement—Front Line Mobile Health Page 1 of 14 OFFICIAL RECORD CITY SECRETARY FT WORTH,TX 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, Dkelogure 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. 5.4 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. 6. R(ght 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 Services Agreement-Front Line Mobile Health Page 2 of 14 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 orsubVendor. 8. l,iah*]*Ly and Indemnification, 8.1 LIABILITY- VENDOR SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING 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 OREMPLOYEES. 8.2 GEN . AL INDEMNIFICATION- VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS,SERVANTS AND EMPLOYEES,FROM AND AGAINST ANYAND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED,FOR EITHER PROPERTY DAMAGE OR LOSS(INCLUDINGALLEGED 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 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 Vendor Services Agreement-Front Line Mobile Health Page 3 of 14 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 orcompromise 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. AAsgagnment 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 j ointly 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. jam"&.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: $1,000,000- Each Occurrence $2,000,000- Aggregate Vendor Services Agreement-Front Line Mobile Health Page 4 or 14 (b) Automobile Liability: $1,000,000- Each occurrence on a combined single limitbasis 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. (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 Vendor Services Agreement-Front Line Mobile Health Nage 5 o I'14 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. (1) Certificates of Insurance evidencing that Vendor has obtained allrequired insurance shall be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. 11. Compliance with LaNy5.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 Front Line Mobile Health. Attn:Valerie Washington 6517 N. Lakewood Driver Assistant City Manager Georgetown,TX 786337321 200 Texas Street Fort Worth,Texas 76116 Fort Worth,TX 76102-6314 Facsimile: Facsimile:(817)392-9654 With copy to Fort Worth City Attorney's at same address 14. Solicitation of EMVjg ees.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 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. Vendor Services Agreement-Front Line Mobile 1 lealth Page 6 of 14 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 term 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 WorthDivision. 18. Severahility.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 Majeure.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 similarcauses. 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 norrnal rules of construction to the effect that any ambiguities arc to be resolved against the drafting party shall not be employed in the interpretation of this Agreement or Exhibits A, B,andC. 22. Am endm ntc/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. Fnt*reU 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. 25. Warranty of Services. Vendor warrants that its services will be of a high quality and Vendor Services Agreement-Front Line Mobile Health Page 7 of 14 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 Ownershin.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. 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 Vendor Services Agreement-Front Line Mobile Health Page 8 of 14 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-Front Line Mobile Health Page 9 of 14 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 By: Valerie Washington(Jul 2,202021:241CDT) this contract,including ensuring all performance and Name: Valerie Washington reporting requirements. Title: Assistant City Manager Date: Jul2,2020 By: Mark Rauscher(Jul 1,20201T:29 CDT) APPROVAL RECOMMENDED: Name: Mark Rauscher Title: Assistant Fire Director By: Jfis •sDavis(Jull,2o20L419EDT) APPROVED AS TO FORM AND LEGALITY: Name: Jim Davis Title: Fire Chief ATTEST: By:ChristopherAust (JU12,202016:13 CDT) � �O�T Name:ChristoRhherAustria Title: Assistant City Attorney By: CONTRACT AUTHORIZATION: Name: Mary Kayser * M&C: #20-044 %(,23/40ii p �y Title: City Secretary �fi� 1 aq 5 • d0)0_bT®0 ag EX 6. VENDOR: Front Line Mobile Health By: Gfc.0 a-f�h Name:Bruce VanderHaar Title: Implementation Manager Date: Vendor Services Agreement-Front Line Mobile Health Page 10 of 14 OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX EXHIBIT A SCOPE OF SERVICES The Fort Worth Fire Department would like to enter into a contract with Front Line Behavioral Health, PLLC to provide comprehensive health and wellness services to the department. An RFP was issued on January 1, 2020, with proposals due by January 30, 2020. Two vendors submitted proposals including Baylor,Scott&White and Front-Line Behavioral Health, PLLC.After evaluating both proposals under this "best value" RFP, the evaluation committee would like to award the contract to Front Line Behavioral Health, PLLC.The RFP stipulated that the selected vendor must be able to adhere to the following criteria: 1. Company employees must all be State Licensed and Nationally certified medical providers who have extensive experience in occupational health relating to Fire, Law Enforcement,Aviation and Military settings; 2. Examinations must be built within the NFPA 1582 (minimum)and 1583 (optimal)standards. This includes annual exams that provide additional screening for colon, prostate, lung, cervical, testicular, bladder, and thyroid cancers. 3. Selected company must be able to provide additional support staff as necessary to include but not be limited to athletic training staff, physical therapist, and massage therapist. 4. An electronic health record and patient portal (that is fully functional at RFP submission)that will allow access to ALL physical and behavioral health data for all employees throughout the contract period. 5. Administrative Portal for Department leadership that will allow them to see masked/aggregate data in real time as to the health and wellness of the department. 6. Capacity to perform incumbent physicals annually built on an age-based and risk-stratified program considering all current evidence-based data and consensus statements as it relates to Fire Fighter health and wellness. 7. Ability to perform Fire Candidate medical and psychological exams by state licensed medical and psychological providers who specialize in occupational health and have extensive experience in the Fire Service and other military/para-military organizations. 8. Demonstrated experience with the State of Texas Worker's Compensation program to include certified and trained Designated Doctor's on staff for first responder organizations. 9. Selected company must be able to administer a Cardiopulmonary Exercise Test(CPET)to all members based on the age-based program. 10. Selected company must provide training and education as appropriate to members of the Fort Worth Fire Department related to health issues outlined within this proposal. 11. All ancillary studies to include plain film radiographs and ultrasounds must be performed by state licensed radiology/ultrasound technicians;all radiology and cardiology reports must be interpreted by board certified and fellowship trained physicians (must provide license numbers and CVs at RFP submission). 12. Behavioral health must include assessments including but limited to anxiety, depression,sleep impairment, alcohol/substance use disorders, and post- traumatic stress disorders. Vendor Services Agreement—-Front Line Mobile Health -Exhibit A Page 11 of 14 EXHIBIT B PRICE S .HE.D FOR-;�"- CIryWF.Wohh RFPNo.20.004S FRONTLINE MOBILE HEAL IN SUBMTIAI DOCUMENTS 12 CITY OF FORT WORTH BID OFFER Event 10 Invited: PUBLIC EVENT DETAILS GFW01-.20-0045 Event Round Version Submit To: C of Fort Worth PURCHASING DIVISION Event Name 1 - LOWER LEVEL CITY HALL 8FP Com henei H lth For=ir Uepnrt nt. 200 TEXAS ST. • Stntt Time Finish Tims Fort Worth TX 76102 01l01J2020 08t00.0o CST 01/30/20^0 13,30.00 CST United States Email: FMSPurchasingResponsesefonworthtexas.gov Line Details Line: 1 Da—crlptlon: Qty Unit. Unit P,i— Tntel COMPREHENSIVE HEALTH 8 WELLNESS 875 EA S820.00 5700,500.00 PROGRAM FOR INCUMBENT PERSONNEL FOR PHYSICAL,BEHAVIORAL, Line: 2 To[el O}acfiption: G<Y _ Unit COMPREHENSIVE HEALTH B WELLNESS 38 EA 51.300.00 i40,400.00 PROGRAM FOR NEW RECRUITS Total Bid Amount. i346,tMD.00 Vendor Service Agreement—Front Line Mobile Health- Exhibit B Page 12 of 14 FORT WORTH REQUEST FOR PROPOSALS(RFP) For COMPREHENSIVE HEALTH AND WELLNESS PROGRAM FOR FIRE DEPARTMENT RFP No.2D-DINS Issued:Januaq 1.2020 PROPOSAL SUBMISSION DEADLINE: *•Thurydav January 30 20241 by 1.30PM Local Time'•`e"'+YO l..�TF,PRO!'OSAf.�'A/l.I.lJE AC'C'h-vi D RF-WONSES SHALL-BE DELIVERED TO: RESPONSES SHALT-BE NLA_n-Rtl TO: CITY OF FORT WORTH PURCHASING DIVISION CITY OF FORT WORTH PURCHASING DIVISION LOWER LEVEL LOWER LEVEL 200 TEXAS STREET 200 TEXAS STREET FORT WORTH,TEXAS 76102-6314 FORT WORTH.TEXAS 76102-6314 Pre-Proposal Conference wHI be held: NAME AND ADDRESS OF COMPANY Thursday,hmuary 9.2020 at 3:30 P.M.(Local Time)in SUDWITTTiNG PROPOSAL: the Purchasing Division Confercoce Room,Lower-Lcvel, Rant Line Mobik Health,PLLC City Hail.Southwest Corner.20D Texas Street,Fort Worth-Texas 76102.6314. 6517 N.Lakewoods Drive _ Georgetown.TX 78633 FOR ADDITIONAL INFORMATION REGARDING THIS RPP PLEASE CONTACT: - grace Vandtahaar Bhtnce Sancherz.Buyer It Contact Person:.._ FMSPurehaasnaResr)onaeslWfortwonhtexaa pov Tide:Vim President for Iagtlemeatati00 ............................................... RETURN THIS COVER SHEET WITH Phone:(t8(t) ° 4-Y?$�Fa<:1 y RESPONSE TO: Etuail.bn tlinomotliMhcaltlt.c City of Fort Worth Signature: Pumbastng Dlvlalun Printed Nome:Ant-K.Vnnderhaw Fla.—Saocher RFP 42D-0046 290 Texas Street.Lower Level Fort Worth.Texas 76102-6314 Acknowledgment of Addenda:a1 a2-,--__a3_.. __1t4 RFP 20.0045 COmprehernVve Health and wai ness Program for Fire Department 1 01 23 Vendor Service Agreement—Front Line Mobile Health- Exhibit Q Page 13 of 14 EXHIBIT C VERIFICATION OF SIGNATURE AUTHORITY FRONT LINE MOBILE HEALTH 6517 LAKEWOOD DR GEORGETOWN,TX 78633 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. I l. N e: la U-4—e V.h ition: � �•Qh ignature 2. Name: Zu'5��\ Position:i�,��c�..••- Signature 3. Name: Position: —>S� Signature N Signature of President/CEO Other Title: Date: ri I, I-ZZ Vendorn �1 Pid Services Agreement—Front Line Mobile Health- Exhibit C 14 o • • M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORTIr- WORT j REFERENCE ""M&C 20- 13P 20-0045 COMPREHENSIVE DATE: 6/23/2020 NO.: 0443 LOG NAME: HEALTH AND WELLNESS FIRE BSR CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize an Agreement with Front Line Mobile Health, PLLC to Provide Comprehensive Health and Wellness Services in the Annual Amount Up to$471,750.00 for a One-year Initial Term with Option to Renew Up to an Additional Four One-year Term at the City's Sole Discretion for the Fort Worth Fire Department(ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize the execution of an agreement with Front Line Mobile Health, PLLC to provide comprehensive health and wellness services in the annual amount up to $471,750.00 for a one-year initial term with option to renew up to an additional four one-year term at the City's sole discretion for the Fort Worth Fire Department. DISCUSSION: The Fort Worth Fire (Fire) Department approached the Purchasing Division to issue a Request for Proposals (RFP)for comprehensive health and wellness services to the Fire Department. Specifically, The Fire Department sought a Vendor who would provide annual physicals, medical and psychological exams for Fire Candidates, Behavioral Health Assessments and training on health Issues and ancillary medical services. In addition, the RFP required that the Vendor have experience providing these types of services to Fire and Law Enforcement agencies and that their staff be appropriately licensed. The RFP was issued on January 1, 2020, with proposals due by January 30, 2020. The RFP was advertised in the Fort Worth Star-Telegram every Wednesday from January 1 st, 2020 through January 29, 2020. Ten (10)vendors were solicited from the purchasing vendor database system; two responses were received. An evaluation panel evaluated proposals received and scored the proposals based on pre-defined factors. The evaluation team determined Front Line Mobile Health, PLLC provides the best overall solution and recommended that the City Council authorize the execution of agreement for an initial one-year period term with option to renew up to an additional four one-year term at the City's sole discretion. Front Line Mobile Health, PLLC has considerable experience with providing similar services to other fire/ emergency management services departments throughout Texas including but not limited to Pflugerville, Georgetown, Travis County, and Williamson County. The Fire Department proposes to use grant funds (M&C 20-0090)from a 2018 Assistance to Firefighters Grant(AFG)to pay for the initial year services, and then pay for subsequent years using General Operations and Maintenance (O&M)funds that are currently budgeted for annual physicals with Texas Health Huguley Inc. (M&C P-12113). The Fire Department plans to discontinue its contract with Texas Health Huguley Inc. for annual physicals no later than the end of FY2020, in order to transition all services to Front Line Mobile Health, PLLC as outlined above. No guarantee was made that a specific amount of services would be required. 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. A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Department and approved by the M/WBE Office, in accordance with the BIDE Ordinance, because the purchase of goods or services from source(s)where subcontracting or supplier opportunities are negligible. Upon City Council approval, the agreement will begin upon execution and will end one year from that date. http://apps.cfwnet.org/council_packet/mc review.asp?ID=28012&councildate=6/23/2020 6/29/2020 M&C Review Page 2 of 2 The contract may be renewed for up to four successive one-year term at the City's option. This action does not require specific City Council approval, provided that the City has appropriated sufficient funds to satisfy the City's obligations during the renewal term. This services will serve ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget, as previously appropriated, in the Grants Operating Federal Fund to support the approval of the above recommendation and authorization of the agreement. Prior to any expenditure being incurred, the Fire Department has the responsibility to validate the availability of funds. BQN\\ TO 7t� epartment Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) Submitted for City Manager's Office by: Jay Chapa(2804) Originating Department Head: Reginald Zeno(8517) Additional Information Contact: Cynthia Garcia (8525) Blanca Sanchez(8354) ATTACHMENTS Fund ingAvai12018AFG.pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=28012&councildate=6/23/2020 6/29/2020 M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORTIr- WORT j REFERENCE ""M&C 20- 13P 20-0045 COMPREHENSIVE DATE: 6/23/2020 NO.: 0443 LOG NAME: HEALTH AND WELLNESS FIRE BSR CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize an Agreement with Front Line Mobile Health, PLLC to Provide Comprehensive Health and Wellness Services in the Annual Amount Up to$471,750.00 for a One-year Initial Term with Option to Renew Up to an Additional Four One-year Term at the City's Sole Discretion for the Fort Worth Fire Department(ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize the execution of an agreement with Front Line Mobile Health, PLLC to provide comprehensive health and wellness services in the annual amount up to $471,750.00 for a one-year initial term with option to renew up to an additional four one-year term at the City's sole discretion for the Fort Worth Fire Department. DISCUSSION: The Fort Worth Fire (Fire) Department approached the Purchasing Division to issue a Request for Proposals (RFP)for comprehensive health and wellness services to the Fire Department. Specifically, The Fire Department sought a Vendor who would provide annual physicals, medical and psychological exams for Fire Candidates, Behavioral Health Assessments and training on health Issues and ancillary medical services. In addition, the RFP required that the Vendor have experience providing these types of services to Fire and Law Enforcement agencies and that their staff be appropriately licensed. The RFP was issued on January 1, 2020, with proposals due by January 30, 2020. The RFP was advertised in the Fort Worth Star-Telegram every Wednesday from January 1 st, 2020 through January 29, 2020. Ten (10)vendors were solicited from the purchasing vendor database system; two responses were received. An evaluation panel evaluated proposals received and scored the proposals based on pre-defined factors. The evaluation team determined Front Line Mobile Health, PLLC provides the best overall solution and recommended that the City Council authorize the execution of agreement for an initial one-year period term with option to renew up to an additional four one-year term at the City's sole discretion. Front Line Mobile Health, PLLC has considerable experience with providing similar services to other fire/ emergency management services departments throughout Texas including but not limited to Pflugerville, Georgetown, Travis County, and Williamson County. The Fire Department proposes to use grant funds (M&C 20-0090)from a 2018 Assistance to Firefighters Grant(AFG)to pay for the initial year services, and then pay for subsequent years using General Operations and Maintenance (O&M)funds that are currently budgeted for annual physicals with Texas Health Huguley Inc. (M&C P-12113). The Fire Department plans to discontinue its contract with Texas Health Huguley Inc. for annual physicals no later than the end of FY2020, in order to transition all services to Front Line Mobile Health, PLLC as outlined above. No guarantee was made that a specific amount of services would be required. 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. A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Department and approved by the M/WBE Office, in accordance with the BIDE Ordinance, because the purchase of goods or services from source(s)where subcontracting or supplier opportunities are negligible. Upon City Council approval, the agreement will begin upon execution and will end one year from that date. http://apps.cfwnet.org/council_packet/mc review.asp?ID=28012&councildate=6/23/2020 6/29/2020 M&C Review Page 2 of 2 The contract may be renewed for up to four successive one-year term at the City's option. This action does not require specific City Council approval, provided that the City has appropriated sufficient funds to satisfy the City's obligations during the renewal term. This services will serve ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget, as previously appropriated, in the Grants Operating Federal Fund to support the approval of the above recommendation and authorization of the agreement. Prior to any expenditure being incurred, the Fire Department has the responsibility to validate the availability of funds. BQN\\ TO 7t� epartment Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) Submitted for City Manager's Office by: Jay Chapa(2804) Originating Department Head: Reginald Zeno(8517) Additional Information Contact: Cynthia Garcia (8525) Blanca Sanchez(8354) ATTACHMENTS Fund ingAvai12018AFG.pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=28012&councildate=6/23/2020 6/29/2020 CONFLICT OF LNTEREST QUESTIONNAIRE FORM CIO For wendar doing)buslnesi� awilttt Iota) goyeral venial enhityr This gr"Imnalra rratcrs cralrar._nods to lie IraP by FILIL 22L 4141111 Leg_ IAegulot°esSiol- OFF110E"J`.E 4!KV This quasr�wlnaITgr )wing`, :cm 4cc4rrd*ieQwilhi"h;%pl,5r i-r&Lrxr i orr�+l,v}r�I L ac. by a verwor wire riae a bueiness re;aporimp a-6 a0rieo ty So4Ixin 176,M(t•a.l wilti a Iocal gQvveWn q;V vnlity and Ihov;� r MQQI$r*WrdrnarlKundwsoew w&CIwa). Ely Ian this qu orfrnarrernor.beWwith1her idsAmbivroorofftfoC*l9t'orrrrnn= ontity nai later Ihen the M buRinegs deny alder the&I@ the Yendssr be xvvs rwMare ottaole !Mat require Me9tiltamarrllobe+iled. See Section 17-6.0.%,a 1).LvrarGmrnmijnrCode A verdar comm.1a an Owise if Vie veixke knowingly wiolalets Sect 176.006. "a GawafnawlGodo.An4liGr"r p�_rtdatlhr5micl 5n&5n` ��rrtr: .^"•Or. Namnorv�qrtopryrhplima pveslrlp$$rpi W)i lhlpwllit local govRmrtran d o-rmhy. Front Line fvlaNle Heafth, PLLC CrWN this box li'Foal are pllnp an wpllate to a p1wMUMy Filed que5slonnalre. � het lax •egU—j6 eye You 1Av An updated zwripleled grwa.kcinarre will, the appxijlk]tele hli-vi ILA"Otltr 101 labor d-on ;he 7th business clay armr dnc da;a an wruch you becalae aware Thar rlx argnally fled quoslicfinairs was .nd01l1;)16W r}r irie:ccurdiE9.l Flame loco!go4ernmenLoifl r#t tl7wl►oirEareInNpaiailinlni1Nemclt Ipatlk , Na relalarjnship.05 dvszlose Name or Officer This smbco item'I irxJrding s+rtperis A.1 Q Jl D. rnrn° be wnepleted for aacli officer with vAorn the L-eredar has an employmr1 or Wher buskLless ri�lalieftahlp ea delhad by Secwn 117$OM41-a}, Loyal Owe+irnentCAVe. A tarfl eddwral 6" to this Farm 010 ah racesoary $, 4 lMYr th.Plt im1Q5n"rA irtub le cram Iha°wendor'� Yep n -NL) B [aft u�rKlcr rac�wieg����k®ly igy rgGc:wee r,.ipt�4g lnCGrr�6_pltw.r lF7e.rr SllrtbPll�r° ( 3 Atixrl Cr is bw cirac an pll lhp local rarcrnrlen:olficar in @tis sw.term AKin 1hp iaxahlo if,rrrl rq�piopd 1Tram Iha ktcal ggrarmmprdal-RnWy4 Yes No G. le the "W 01 Wn queS1r0IVWe effrDhjY d N e o JUI& boyititr9i eofitr khh retipacl! ovIri.111 Ih8 1c�t 9I erPH+ami drfiEhr+feVdt ae An 4ffmist W director. cr holds an cwmarshp intcrasi al me prrcarl ar mauo-- = Yee =No D.Grascrioa aartt empwr mens m txrf+ni@" arld Famllk reietienrtlK wlr•1.ne;o:all go�,ff4rs'tm mar nerrKV r1 the e3 1i0n ratx�ltoe of vanda Wnq bLsrass Kris Frio gawo--nmarral ai are, r FFP 20-0045 Camprehensioe Hsafih and 4'Voness Program,Tqi Fif$ QtPOrt.m0►t t 1 of 23