Loading...
HomeMy WebLinkAboutContract 62585City Secretary Contract No. 62585 SORTWORTHO VENDOR SERVICES AGREEMENT This VENDOR SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WO TH ("City"), a Texas home rule municipal corporation, and Wellness Coaches USA, LLC dba Ramp Health ("Vendor"), each individually referred to as a "party" and collectively referred to as the "parties." 1. Scope of Services. Vendor will provide an employee wellness online platform for City employees, eligible spouses and eligible retirees ("Services"), as set forth in more detail in Attachment "A," attached hereto and incorporated herein for all purposes. If any provisions of the Attachments conflict with the terms herein, are prohibited by applicable law, conflict with any applicable rule, regulation or ordinance of City, the terms in this Vendor Services Agreement shall control. 2. Term. This Agreement begins on January 1, 2025 ("Effective Date") and expires on December 31, 2028 ("Expiration Date"), unless terminated earlier in accordance with this Agreement ("Initial Term"). City will 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 option(s) (each a "Renewal Term"). 3. Compensation. City will pay Vendor in accordance with the provisions of this Agreement, including Attachment "A," which is attached hereto and incorporated herein for all purposes. Total compensation for the Initial Term under this Agreement will be an amount up to One Million Fifty Thousand Dollars ($1,050,000.00). Total compensation for each Renewal Term, if exercised, will be an amount up to Three Hundred and Fifty Thousand Dollars ($350,000.00). Vendor will 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 will not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. Notwithstanding any other provision of this Agreement, City acknowledges that Vendor is an approved supplier for the services provided herein. Unless required under law, City shall not be required to issue a formal Request for Proposal (RFP) for any additional services purchased from Vendor, provided those services are related to the Scope of Services defined herein and within the approved contractual limits. 4. Termination. 4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 90 days' written notice of termination. 4.2 Non-annronriation 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 will 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. OFFICIAL RECORD Vendor Services Agreement CITY SECRETARY page 1 of 20 FT. WORTH, TX City Secretary Contract No. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City will pay Vendor for services actually rendered up to the effective date of termination and Vendor will 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 will 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 will 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 will treat all information provided to it by City ("City Information") as confidential and will 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 will promptly notify Vendor. It will be the responsibility of Vendor 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 must store and maintain City Information in a secure manner and will not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Vendor must 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 will, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and will fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. Rieht to Audit. Vendor agrees that City will, until the expiration of three (3) years after final payment under this Agreement, 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 will have access during normal working hours to all necessary Vendor facilities and will be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City will give Vendor reasonable advance notice of intended audits. 7. Indenendent Contractor. It is expressly understood and agreed that Vendor will 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 Vendor Services Agreement Page 2 of 20 City Secretary Contract No. provisions of this Agreement, Vendor will 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 subcontractors. Vendor acknowledges that the doctrine of respondeat superior will not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents, employees, servants, contractors, and subcontractors. Vendor further agrees that nothing herein will be construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that City will in no way be considered a Co -employer or a Joint employer of Vendor or any officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any officers, agents, servants, employees, contractors, or subcontractors of Vendor will be entitled to any employment benefits from City. Vendor will 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, contractors, or contractors. 8. Liability and Indemnification. 8.1 LIABILITY - VENDOR WILL 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, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.2 GENERAL INDEMNIFICATION - VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROMAND AGAINST ANYAND ALL CLAIMS OR LAWSUITS OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTYDAMAGE 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, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 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 will 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 will 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 will 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 will 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 will fully participate and cooperate with City in defense of such claim or action. City agrees to give Vendor timely written notice Vendor Services Agreement Page 3 of 20 City Secretary Contract No. 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 will 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 will, 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. Assignment and Subcontracting. 9.1 Assignment. Vendor will 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 will 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 will be 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, the subcontractor will execute a written agreement with Vendor referencing this Agreement under which subcontractor agrees to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor must provide City with a fully executed copy of any such subcontract. 10. Insurance. Vendor must 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 Services pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability: $1,000,000 - Each Occurrence $2,000,000 - Aggregate (b) Automobile Liability: $1,000,000 - Each occurrence on a combined single limit basis Coverage will be on any vehicle used by Vendor, or its employees, agents, or representatives in the course of providing Services under this Agreement. "Any vehicle" will be any vehicle owned, hired and non -owned. Vendor Services Agreement Page 4 of 20 City Secretary Contract No. 10.2 (c) Worker's Compensation: Statutory limits according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the Services are 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 must 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 must be submitted to City to evidence coverage. General Requirements (a) The commercial general liability and automobile liability policies must name City as an additional insured thereon, as its interests may appear. The term City includes its employees, officers, officials, agents, and volunteers in respect to the contracted services. (b) The workers' compensation policy must 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 must be provided to City. Ten (10) days' notice will be acceptable in the event of non-payment of premium. Notice must 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 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 will not constitute a waiver of the insurance requirement. Vendor Services Agreement Page 5 of 20 City Secretary Contract No. (f) Certificates of Insurance evidencing that Vendor has obtained all required insurance will be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. I I . Compliance with Laws, Ordinances, Rules and Regulations. Vendor agrees that in the performance of its obligations hereunder, it will 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 must immediately desist from and correct the violation. 12. Non -Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, contractors, subcontractors, and successors in interest, as part of the consideration herein, agrees that in the performance of Vendor's duties and obligations hereunder, it will 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, CONTRACTORS, SUBCONTRACTORS, 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 will 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 CITY: City of Fort Worth Attn: Assistant City Manager 100 Fort Worth Trail Fort Worth, TX 76102 With copy to Fort Worth City Attorney's Office at: same address To VENDOR: Ramp Health Attn: Justin Thomas, COO 725 Skippack Pike Suite 300 Blue Bell, PA 19422 Facsimile: 215-628-3262 14. Solicitation of Emplovees. Neither City nor Vendor will, 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. Notwithstanding the foregoing, this provision will 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 does not constitute a waiver of City's or Vendor Services Agreement Page 6 of 20 City Secretary Contract No. 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 will 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 will 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 will not in any way be affected or impaired. 19. Force Maieure. City and Vendor will exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but will 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; epidemics or pandemics; government action or inaction; orders of government; material or labor restrictions by any governmental authority; transportation problems; restraints or prohibitions by any court, board, department, commission, or agency of the United States or of any States; civil disturbances; other national or regional emergencies; or any other similar cause not enumerated herein but which is beyond the reasonable control of the Party whose performance is affected (collectively, "Force Majeure Event"). The performance of any such obligation is suspended during the period of, and only to the extent of, such prevention or hindrance, provided the affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or hinders the Party's performance, as soon as reasonably possible after the occurrence of the Force Majeure Event, with the reasonableness of such notice to be determined by the City in its sole discretion. The notice required by this section must be addressed and delivered in accordance with Section 13 of this Agreement. 20. Headings not Controlling. Headings and titles used in this Agreement are for reference purposes only, will 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 will not be employed in the interpretation of this Agreement or its Exhibits. 22. Amendments / Modifications / Extensions. No amendment, modification, or extension of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 23. Counterparts. This Agreement may be executed in one or more counterparts and each counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute one and the same instrument. 24. 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 will 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 Vendor Services Agreement Page 7 of 20 City Secretary Contract No. services. 25. Immigration Nationality Act. Vendor must 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 will provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor must 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 WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR AGENTS. City, upon written notice to Vendor, will have the right to immediately terminate this Agreement for violations of this provision by Vendor. 26. Ownership of Work Product. City will be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation that are created, published, displayed, or produced in conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City will 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 will 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 will 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. 27. Signature Authoritv. The person signing this Agreement hereby warrants that they have 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. Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 28. Change in Comvanv Name or Ownership. Vendor must 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. 29. No Bovcott 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 2271 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" has the meanings ascribed to those terms in Section 2271 of the Texas Government Code. By signing this Agreement, Vendor certifies that Vendor's signature provides written verification to Vendor Services Agreement Page 8 of 20 City Secretary Contract No. the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. 30. Prohibition on Bovcotting Energv Comuanies. Vendor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to City that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 31. Prohibition on Discrimination Against Firearm and Ammunition Industries. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 32. Electronic Signatures. This Agreement may be executed by electronic signature, which will be considered as an original signature for all purposes and have the same force and effect as an original signature. For these purposes, "electronic signature" means electronically scanned and transmitted versions (e.g. via pdf file or facsimile transmission) of an original signature, or signatures electronically inserted via software such as Adobe Sign. 33. Entirety of Agreement. This Agreement 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. (signature page follows) Vendor Services Agreement Page 9 of 20 City Secretary Contract No. ACCEPTED AND AGREED: CITY OF FORT WORTH: By: op��' Name: Jesica McEachern Title: Assistant City Manager Date: 01 /07/2025 FR 9 W ZD]Y:11 w i X903UT Iu IAL, I1M1 IN By: Name Title: Dianna Giordano (Jan 2, 2025 08:27 CST) Dianna Giordano ATTEST: Fourno g s C��I �f#A. 3ynn�z4so.� By: Name: Jannette Goodall Title: City Secretary VENDOR: Ramp Health By: 11116 P Name: Rob Putnam Title: CEO CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By: Name: Title: Joanne Hinton Benefits Manager APPROVED AS TO FORM AND LEGALITY: By: Name: Jessika J. Williams Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 24-0822 (9/17/24) Form 1295: 2024-1202994 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Vendor Services Agreement Page 10 of 20 City Secretary Contract No. Attachment A- Statement of Work (SOW) THIS STATEMENT OF WORK ("SOW") describes the Services and the related deliverables and milestones to be performed by Ramp Health ("Ramp Health") for The City of Fort Worth ("Client"), subject to the terms and conditions of the City of Fort Worth Vendor Services Agreement (the "VSAI by and between Ramp Health and Client executed by Client on December 31, 2024 ("Effective Date"). Engagement of Ramp Health The Client hereby engages Ramp Health to provide the health and injury prevention - related services and products as such in this SOW, and Ramp Health hereby accepts such engagement by the Client, all upon the terms and subject to the conditions hereinafter set forth. Term: Termination The initial term of this SOW (Initial Term) is for the period beginning upon the date above and ending December 31, 2028. The Launch Date is when Ramp Health launches services, referenced in this SOW. At the end of the Initial Term, Client may renew this Agreement for two additional one (1) year renewal options. Any changes to this SOW will be outlined in an amendment to this, the original SOW. Initial Obligations It is understood that certain obligations of Ramp Health depend on the Client providing certain data, information, or assistance to Ramp Health from time to time and that such cooperation will be essential to Ramp Health's meeting its obligations. Eligibility • All Members as defined by the Census provided by the Client • Approximately 6,900 eligible lives Launch Date Exhibit A defines the Launch Date as the date upon which program services will be available to Eligible participants. To meet the selected Launch Date, the Client commits to delivering the initial Launch Census and approving the final implementation dates illustrated in Exhibit A. Ramp Health and the Client may revise this Launch Date, Final Census Delivery, or Final Implementation approval dates in consultation with each other should these deadlines require change. If the client does not meet the deadlines, Ramp Health will revise the Launch Date to align with the Implementation plan timelines. Fees and Other Costs. Pricing for Ramp Health Services and deliverables described in the VSA, and this SOW shall be outlined in Exhibit A. Vendor Services Agreement Page 11 of 20 City Secretary Contract No. With this Statement of Work, Ramp Health has agreed to provide the following: Ramp Health's Digital Health Platform: Engagement Cards • General Health Awareness, Symptom Education, and Risk -Targeted Content and Activities. These are pre- defined cards developed by the Ramp Health team and considered standard. • Custom Cards to promote specific events, local goodwill drives, etc. These are client developed with support from the Ramp Health Client Management team. Cards requiring SSO integration are considered custom cards and developed by the Ramp Health team. Inclusions in Program Cost • Custom Card Management: The client can create and manage custom cards via the Admin Console, including company -specific content, activities, reminders, and content screens. Initial Program Setup • Collaboration with Ramp Health: Ramp Health will assist the Client in creating basic content, determining time frames for platform surfacing, and setting up incentives for Card completion up to 10 cards. Subsequent cards will incur an additional fee. Consulting and Training • Ramp Health will provide up to 8 hours (estimated two team members at 4 hours each) for consulting with the Client on custom content programming, execution, and training. • Post -Setup Access: Clients get access to the Administrative Portal for ongoing card creation after initial setup. Content Creation and Approval Process • Deadline for Requests: Custom card requests for initial setup must be submitted at least 20 business days before the desired surfacing date. • Approval Requirement: All custom cards created must be final approved by the Client before being used on the platform. Standard Activities & Features • Health Risk Assessment • Living Growth Assessment (Burnout & Resilience) • Digital Messaging & Coach Appointments • Wearable and Monitoring Device Syncing • Courses • Health Habits Missions • Social Feed • Contests: Engagement Score, Social Feed, Steps with post -event reporting. (Max. 4 per year) • Calendar: Event management and RSVP system. • Targeted Email Campaign (4 per year) • Up to 10 Benefits Hub cards. Subsequent cards will incur a fee. Vendor Services Agreement Page 12 of 20 City Secretary Contract No. Incentive Management • Program Design and Reporting- this is outlined in Exhibit C • Rewards Fulfillment: External fulfillment provided by City of Ft. Worth Administrative Portal • Census Import Management • Standard Dashboard Reporting: Tracking company user count, monthly sessions, completed activities, and identified risks. • Client Admin Training (8 hours): Covering census import, dashboard review, custom cards, and event management. • Custom Dashboard Reporting (8 hours): Tailored content and reporting. Incentive Management Integration • Setup and Management: Ramp Health will closely replicate the Client's existing incentive program within the platform, handling setup, marketing, tracking, reporting, and ongoing management. A separate document (Exhibit C) outlines the details of the program set-up. • Monthly Reporting: Ramp Health will provide access to aggregate participation, population health, and incentive reporting via the platform's Admin Console. Census The Client shall provide Ramp Health a population census denoting all members eligible for Ramp Health purchased services. If services are withheld from various portions of the population, this is to be identified and outlined in the SOW as Exhibit D. The full population census follows the specs denoted in the Ramp Health Census Template listed inExhibitB. The Client may submit the census via the Platform Admin Console in Comma Delimited Format (CSV) or via sFTP. Ramp Health prefers to have it via sFTP. At a minimum, the Client will provide an updated census monthly. Ramp Health Platform Timeline: • Preview Date: 12/23/2024 • Requirements: • The preview date must be two weeks before the launch date. • SSO integrations will have specific timelines and are not represented in this document. • Edits/Changes: The Client can make up to two rounds of edits or changes. During implementation meetings, these should be discussed and agreed upon with the Client Manager. The time frame for these edits is between the preview and launch dates. It's important to note that the final round of edits or changes must be submitted at least five (5) business days before the launch date. Vendor Services Agreement Page 13 of 20 City Secretary Contract No. • Launch Date: 01/06/2025 • Requirements: • Census must be received and approved by Ramp Health fifteen (15) business days before the launch date. • All final changes or edits must be completed at least five (5) business days before the launch date. • Communications and instructions for Account Verification and first-time login will be sent via email to the eligible members on the Launch Date. Exhibit A — Implementation Dates &Pricing Platform Preview Date Launch Date Pricing Segments One-time Set-up Fee Digital Health Platform * Physician Form Verification SSO Integration Important Dates Price $ 3, 000 $2.25 PEPM (all EEs, Retirees medical plan only, SP eligible but no fees assessed) $10.00 Per Form 5 Free, 5 at $1,000 per integration 8 Hours- no charge Client Platform Admin Training 9+ hours - $150/hr Estimated Total Costs *Assumes approx. 9,600 Eligible Participants Optional Add -On Fees Registered Dietitian Custom Content, Communications, and Reporting Additional Staff or Clinic Hours December 23, 2024 January 6, 2025 Monthly Estimated Annual Program Total costs* $3,000 $21,600 $259,200 57,220 $5,000 $324,420 $80.00 Per Hour $150.00/h r $140/hrRN $100/hrnon-RN Vendor Services Agreement Page 14 of 20 City Secretary Contract No. Exhibit B — Census Template * Indicates Required Field Field I Description ExternallD* A unique, employer assigned alphanumeric ID for each employee or dependent. Commonly this is the employee ID or similar number Last Name* Member Last Name Middle Initial Member Middle Initial First Name* Member First Name Full or last 4 digits of Member Social Security Number; Required for groups needing an additional SSN form of verification for members This is used primarily for content "targeting' purposes Employer Group* Example: Human Resources has a different programming need than Sales Staff This allows the platform to give members different earning limits (i.e. Plan A has an annual limit Plan* of $100, Plan B has an annual limit of $250); additional member benefit eligibility -- such as Telehealth access -- are also added here Email Address* Functions as the member or dependent login name Gender* Given as the one letter abbreviation (M or F) DOB* Member date of birth, given in format MM/DD/YYYY; used for verification purposes Ethnicity Used for demographic purposes only Addressl Member Street Address Address2 Member secondary address (e.g. "Apartment 12") City Member City State* Two letter format of Member State (e.g. MN, TX, MA) Zip Five- or Nine -digit member zip code Home Phone Member Home Phone Mobile Phone Member Mobile Phone Hired Date* Member Hire Date formatted as MM/DD/YYYY Terminated Date Required if "Enrollment Status" is changed to "Inactive" Enrollment Status* Member status listed as "Active" or "Inactive" Used to identify Dependent relationship to member (e.g. "Spouse" or "Child"); required only for Relationship to Employee dependents The External ID of the primary member, pairs the dependent to the member; required only for External ID of Employee dependents External Registration Code Required for secondary verification Please note: Exhibit B — Ramp Health Census Template has required fields noted by an asterisk. This ensures that system communications, password resets, program delivery, and reporting are successfully executed. Vendor Services Agreement Page 15 of 20 City Secretary Contract No. Exhibit C — Program Details & Design Basic Program Information Client Name: City of Ft. Worth Addressl: 100 Fort Worth Trail CLIENT INFORMATION City: Fort Worth Group ID: Name: Ana Ayala Terrazas CLIENT CONTACT Title: Wellness and WAP Coordinator INFORMATION Phone:817-392-8556 PLATFORM CONFIGURATION COMMUNICATIONS CUSTOM DEVELOPMENT (Delivered at Hourly Rate defined in MSA Exhibit A— Platform Services and Fees; requires additional Address2: State: TX Zip: 76102 Email:Ana.AyalaTerrazas@fortworthtexas.gov A. Platform Eligibility Eligible Members: ❑XEmployees X❑Medical Plan Spouses ❑XMedical Plan Retirees B. Platform Capabilities X❑Full ❑Limited (no incentives, wearable devices, wellness challenges) C. Incentive Program Design — See Platform Configuration Worksheet (Exhibit C) D. Ramp Health Coaching Services ❑XYes ❑ No A. Platform Communications Member Verification — Send Emails ®Yes ❑No B. Communications Toolkit OPre-Launch Flyer ❑XVerification Flyer ❑X Engagement Flyer ❑X Program Guide A. Customized Platform Communications ❑Platform Emails ❑Platform Communications Campaigns ❑Benefits Information and Custom Links (beyond 10 cards) X❑No Customization Vendor Services Agreement Page 16 of 20 City Secretary Contract No. fees outlined in SOW B. Customized Communications Toolkit Custom Work Quote) ❑pre -Launch Flyer ❑Verification Flyer ❑Engagement Flyer ❑Create New Engagement Materials x❑No Customization C. Customized Reporting ❑Custom Dashboard Reporting ❑Custom Service Report ❑Custom Incentive Report ONo Customization D. Customized Platform Development ❑Custom Development ❑Custom Data Integrations ZNo Customization Platform Configuration Set-up Worksheet Total Eligible 6,900 Configuration Program Start Date 1-6-25 Program End Date 1-5-26 Employer Group(s) Mayor and Council Neighborhood Services City Manager Transportation Public Works Planning and Data Analytics Property Management Information Technology Code Compliance Development Services Public Events Comm and Public Engagement Police Diversity and Inclusion Fire Internal Audit Municipal Court City Secretary Water/WW Law Public Health Financial Management Services Environmental Management Human Resources Aviation Economic Development Park and Recreation Library Reprographics Engineering Payroll BU Plan(s) Employee — On Plan — HPCE Retiree — On Plan — HPCRS Employee —Off Plan - NHPCE Spouse — HPCRS Retiree — Off Plan Vendor Services Agreement Page 17 of 20 City Secretary Contract No. Title 2025 Wellness Program Description TBD Attachments/Links • Program Guide Show Tile Yes Start Date 1-6-25 End Date 1-5-26 Title Description Quantity Type Dollars Take the HRA Ramp Health HRA 1 RH Assessment N/A (REQUIRED) Biometric Form Submit Completed Biometric 1 File Submission N/A Screening Form Nicotine -Free Attestation Complete Nicotine -Free 1 Attestation N/A Attestation OR Reasonable Alt Complete Preventative Exam Can be any age or gender -related 1 Attestation N/A preventive exam (mammogram, colonoscopy, etc), dental or vision exams, preventive vaccines (flu, COVID, etc) (OFF PLAN INCENTIVE ONLY) Notes See attachment for incentive/config organization Vendor Services Agreement Page 18 of 20 City Secretary Contract No. Custom Work Quote Custom Work* Estimated Hours Hourly Rate Estimated Costs Platform Communications 0 $150.00/hour $0 Communications Toolkit 0 $150.00/hour $0 Reporting 0 $150.00/hour $0 Platform Development 0 $150.00/hour $0 Estimated Total Costs $0 *No custom work is desired in this Scope of Work (SOW) [Signature page follows] Vendor Services Agreement Page 19 of 20 City Secretary Contract No. By signing below, Client and Ramp Health acknowledge their understanding of and agree to the Program Design configurations and requirements presented above. Requests to add, remove, or modify any aspect of this Program Design after signature may be subject to additional fees and/or delays in the portal set-up and launch date. The undersigned authorized representatives of the Parties have executed and delivered this Agreement as of the SOW Effective Date. RAMP HEALTH CITY OF FT. WORTH i (Signature) (Signature) Lexie Dendrinelis Jesica McEachern Name (Print) Name (Print) Client Manager, Team Lead Assistant City Manager Title Title 1 2-31-24 01 /07/2025 Date Date Vendor Services Agreement Page 20 of 20 RH-CFW Vendor Services Agreement SOW Platform 12-24-24 Final Audit Report 2024-12-31 Created: 2024-12-31 By: Lexie Dendrinelis (adendrinelis@ramphealth.com) Status: Signed Transaction ID: CBJCHBCAABAAwlncwvFxr3Ns-XVkDZ7DjzR8iiTojF61 "RH-CFW Vendor Services Agreement SOW Platform 12-24-24 " History Document created by Lexie Dendrinelis (adendrinelis@ramphealth.com) 2024-12-31 - 5:41:13 PM GMT Document emailed to Rob Putnam (rputnam@wcusa.com) for signature 2024-12-31 - 5:41:19 PM GMT Email viewed by Rob Putnam (rputnam@wcusa.com) 2024-12-31 - 5:41:47 PM GMT == Document e-signed by Rob Putnam (rputnam@wcusa.com) Signature Date: 2024-12-31 - 6:27:09 PM GMT - Time Source: server Agreement completed. 2024-12-31 - 6:27:09 PM GMT a Adobe Acrobat Sign 1/8/25, 8:42AM M&C Review Official site of the City of Fort Worth, Texas ACITY COUNCIL AGEND FOR`H Create New From This M&C REFERENCE **M&C 24- 13P RFP 24-0193 DATE: 9/17/2024 NO.: 0822 LOG NAME: EMPLOYEE WELLNESS PROGRAM KQ HR CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (ALL) Authorize Execution of Agreement with Wellness Coaches USA, LLC dba Ramp Health in an Amount Up to $1,050,000.00 for the Initial Three -Year Term for an Employee Wellness Program with Two One -Year Options to Renew in an Amount Up to $350,000.00 for Each Renewal Option for the Human Resources Department RECOMMENDATION: It is recommended that the City Council authorize the execution of an Agreement with Wellness Coaches USA, LLC dba Ramp Health in an amount up to $1,050,000.00 for an initial Three -Year Term for an employee wellness program with two one-year options to renew in an amount up to $350,000.00 for each renewal option for the Human Resources Department. DISCUSSION: The purpose of this M&C is to authorize the execution of an annual agreement for an employee wellness program to set up an online platform to encourage healthier habits and general wellness, as well as coaching services for the City's employees and eligible retirees. Purchasing Staff issued Request for Proposal (RFP) Number 24-0193, which consisted of detailed specifications describing the responsibilities and requirements to provide these services to the City of Fort Worth. The RFP was advertised in the Fort Worth Star -Telegram on May 1, 2024, May 8, 2024, May 15, 2024, May 22, 2024, and May 29, 2024. The City received fourteen (14) responses. MediKeeper, The Visibility Company dba Propel, Inc., and The Vitality Group, LLC dba Vitality were deemed non -responsive due to nonsubmittal of documents required by the RFP in order to be deemed responsive. An evaluation panel consisting of representatives from the Human Resources and Information Technology Solutions Departments reviewed and scored the submittals using Best Value criteria. Individual scores were averaged for each of the criteria. Reconcile Care Management Services, and Sonic Boom Wellness, LLC. did not score at least 50\% of the total available points for technical criteria and were deemed non -responsive in accordance with the proposal documents. After technical and pricing evaluations, the three firms with the highest scores, Navigate Wellness, LLC dba Navigate Wellbeing Solutions, Wellness Coaches USA, LLC dba Ramp Health, and Health Advocate Solutions dba Health Advocate, were interviewed on July 24, 2024. The City requested a Best and Final Offer (BAFO) from each of these three firms. All three firms submitted a BAFO resulting in changes to the points allocated for the price of service. The individual scores were averaged for each of the criteria and the final scores are listed in the table below: Vendor Ramp Health Navigate Wellbeing Solutions Evaluation Factors a b c d e f Total Score 15.60 12.60 12.00 11.70 12.30 20.00 84.20 14.40 10.50 10.80 11.10 10.50 19.65 76.95 apps.cfwnet.org/council_packet/mc_review.asp? I D=32528&cou ncildate=9/17/2024 1 /3 1/8/25, 8:42AM M&C Review Health Advocate 11.60 8.70 6.00 8.70 7.50 19.86 62.36 Best Value Criteria a. Qualifications and experience b. Approach to perform services c. Ability to meet the City's needs d. Customization of services e. Value-added services f. Price After evaluation, the panel concluded that Ramp Health presents both the best value and the necessary coverage for the City; therefore, the panel recommends that the Council authorize an agreement with Ramp Health. No guarantee was made that a specific amount of services would be purchased. Staff certifies that the recommended vendor bid met specifications. FUNDING: The maximum amount allowed under this agreement will be $1,050.000.00 for the Initial Term to account, $350,000.00 for each renewal option. The actual amount used will be based on the needs of the department and the available budget. Funding will be budgeted in the Group Health Insurance Fund and the Retiree Healthcare Trust Fund for Fiscal Year 2025. BUSINESS EQUITY: This solicitation was reviewed by The Business Opportunity Division for available business equity prospects according to the City's Business Equity Ordinance. There were limited business equity opportunities available for the services/goods requested, therefore, no business equity goal was established. AGREEMENT TERMS: Upon City Council approval, the initial term of the agreement will begin on January 1, 2025, and will end on December 31, 2028. RENEWAL OPTIONS: This agreement may be renewed for up to two (2) one-year renewal periods. This action does not require specific City Council approval provided that City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. ADMINISTRATIVE CHANGE ORDER: 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. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendation and adoption of the Fiscal Year 2025 Budget by the City Council, funds will be available in the Fiscal Year 2025 operating budget, as appropriated, in the Group Health Insurance and Retiree Healthcare Trust Funds. Prior to an expenditure being incurred, the Human Resources Department has the responsibility to validate the availability of funds. BQN\\ TO Fund Department Account Project ID ID FROM Fund Department Account Project ID ID Submitted for City Manager's Office by: Program Activity Budget Reference # Amount Year (Chartfield 2) Program Activity Budget Reference # Amount Year (Chartfield 2) Reginald Zeno (8517) Jesica McEachern (5804) Originating Department Head: apps.cfwnet.org/council_packet/mc_review.asp?ID=32528&councildate=9/17/2024 2/3 1/8/25, 8:42AM M&C Review Reginald Zeno (8517) Dianna Giordano (7783) Jo Ann Gunn (8525) Additional Information Contact: Karen Quintero (8321) ATTACHMENTS FID TABLE - Wellness.xlsx (CFW Internal) Form 1295 Certificate - Ramp Health.pdf (CFW Internal) Pennsvlvaia SOS - 8.8.24.pdf (CFW Internal) SAM.gov - 8.2.24 - Ramp Health.pdf (CFW Internal) Waiver Request for a Wellness Proaram Sianed by DVIN.pdf (CFW Internal) apps.cfwnet.org/council_packet/mc_review.asp?ID=32528&councildate=9/17/2024 3/3