HomeMy WebLinkAboutResolution - 2023-R0435 - Contract 17398, Initium Health, Community Health Assessment And Improvement Plan - 09/12/2023Resolution No. 2023-R0435
Item No. 5.30
September 12, 2023
RESOLUTION
BE IT RESOLVED BY 1'HE CITY COUNCTL O�' T�-iE CITY O�' LUBBOCK:
"TIIAT the Mayor of the City of Lubbock is hereby authorized and directed to execute
for and on behalf of the City of Lubbock, Contract No. 17398 for a Community Health
Assessment & Community Health Improvement Plan as per RFP 23-17398-YB, by and
between the City of Lubbock and Initium Health, and related documents. Said Contract is
attached hereto and incorporated in this resolution as if fully set forth herein and shall be
included in the minutes of the City Council.
Passed by the City Council on September 12, 2023
ATTEST:
Cou ney Paz, C ty Sec ary
APl'ROVED AS TO CONTENT:
Bill Ho rton, Deput i anager
APPROVED AS "1'O FORM:
Fo�- te�, A�sistant City Attorncy
ccdocs IIIRES.ServiceContract 17398- Initium Health
8.28.23
Resolution No. 2023-R0435
Contract 17398
City of Lubbock
Community Health Assessment & Community k�.ealth Improvement Plan
Agreement
This Service Agreement (this "Agreement") is entered into as of the 12 day of September 2023
("Effective Date") by and between Initium Health (the Contractor), and the City of Lubbock (the "City").
RECITALS
WHEREAS, the City has issued a Request for Proposals 23-17398-YB, Community Health
Assessment & Community Health Improvement Plan and
WHEREAS, the proposal submitted by the Contractor has been selected as the proposal which best
meets the needs of the City for this service; and
WHEREAS, Contractor desires to perform as an independent contractor to provide Community
Health Assessment & Community Health Improvement Plan, upon terms and conditions maintained in this
Agreement; and
NOW THEREFORE, for and in consideration of the mutual promises contained herein, the City and
Contractor agree as follows:
City and Contractor acknowledge the Agreement consists of the following exhibits which are
attached hereto and incorporated herein by reference, listed in their order of priority in the event of
inconsistent or contradictory provisions:
1. This Agreement
2. Exhibit A— General Requirements
3. Exhibit B— Best and Final Offer
4. Exhibit C— Insurance Requirements
Scope of Work
Contractor shall provide the services that are specified in Exhibit A. The Contractor shall comply with all
the applicable requirements set forth in Exhibit B and Exhibit C attached hereto.
Article 1
1.1 The contract shall be for a term of one (1) year, with the option of a six (6) month extension if
approved by both parties.
1.2 All stated annual quantities are approximations of usage during the time period to be covered by
pricing established by this bid. Actual usage may be more or less. Order quantities will be
determined by actual need. The City of Lubbock does not guarantee any specific amount of
compensation, volume, minimum, or maximum amount of services under this bid and resulting
contract.
1.3 The Contractor must maintain the insurance coverage required during the term of this contract
including any extensions. It is the responsibility of the Contractor to ensure that valid insurance is
on file with the Purchasing and Contract Management Department as required by contract or contract
may be terminated for non-compliance.
1.4 A) Prices quoted shall be guaranteed for a period for six (6) months upon City approval. The rate
may be adjusted at the City's discretion for the effective change in Consumer Price Index (CPI) or
Product Price Index (PPI) as appropriate.
B) Further, if the Contractor can provide documentation for actual charges for material, labor, etc.
that demonstrates that the change in CPI or PPI is not sufficient, the Contractor shall provide such
documentation to the City, and at the City's sole discretion, the contractual rate may be further
adjusted. If agreement regarding a new rate cannot be reached, the City shall terminate at the end of
the current contract period.
C) If an adjustment to pricing is granted under this section, the Contractor must provide the Director
of Purchasing and Contract Management written, quarterly documentation to justify the ongoing
adjustment. If no such documentation is timely received, the rate will automatically revert to the
initial, awarded rate.
1.5 This contract shall remain in effect until the first of the following occurs: (1) the expiration date, (2)
performance of services ordered, or (3) termination of by either party with a 30 day written notice.
The City of Lubbock reserves the right to award the canceled contract to the next lowest and best
bidder as it deems to be in the best interest of the city.
Article 2 Miscellaneous.
2.1 This Agreement is made in the State of Texas and shall for all purposes be construed in
accordance with the laws of said State, without reference to choice of law provisions.
2.2 This Agreement is performable in, and venue of any action related or pertaining to this
Agreement shall lie in, Lubbock, Texas.
2.3 This Agreement and its Exhibits contains the entire agreement between the City and
Contractor and supersedes any and all previous agreements, written or oral, between the
parties relating to the subject matter hereof. No amendment or modification of the terms of
this Agreement shall be binding upon the parties unless reduced to writing and signed by
both parties.
2.4 This Agreement may be executed in counterparts, each of which shall be deemed an original.
2.5 In the event any provision of this Agreement is held illegal or invalid, the remaining
provisions of this Agreement shall not be affected thereby.
2.6 The waiver of a breach of any provision of this Agreement by any parties or the failure of
any parties otherwise to insist upon strict performance of any provision hereof shall not
constitute a waiver of any subsequent breach or of any subsequent failure to perform.
2.7 This Ageement shall be binding upon and inure to the benefit of the parties and their
respective heirs, representatives and successors and may be assigned by Contractor or the
City to any successor only on the written approval of the other party.
2.8 All claims, disputes, and other matters in question between the Parties arising out of or
relating to this Agreement or the breach thereof, shall be formally discussed and negotiated
between the Parties for resolution. In the event that the Parties are unable to resolve the
claims, disputes, or other matters in question within 30 days of written notification from the
aggrieved Party to the other Party, the aggrieved Party shall be free to pursue all remedies
available at law or in equity.
2.9 At any time during the term of the contract, or thereafter, the City, or a duly authorized audit
representative of the City or the State of Texas, at its expense and at reasonable times,
reserves the right to audit Contractor's records and books relevant to all services provided to
the City under this Contract. In the event such an audit by the City reveals any errors or
overpayments by the City, Contractor shall refund the City the full amount of such
overpayments within 30 days of such audit findings, or the City, at its option, reserves the
right to deduct such amounts owing the City from any payments due Contractor.
2.10 The City reserves the right to exercise any right or remedy to it by law, contract, equity, or
otherwise, including without limitation, the right to seek any and all forms of relief in a court
of competent jurisdiction. Further, the City shall not be subject to any arbitration process
prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein
are cumulative and not exclusive, and may be exercised concurrently. To the extent of any
conflict between this provision and another provision in, or related to, this document, this
provision shall control.
2.11 The contractor shall not assign or sublet the contract, or any portion of the contract, without
written consent from the Director of Purchasing and Contract Management. Should consent
be given, the Contractor shall insure the Subcontractor or shall provide proof of insurance
from the Subcontractor that complies with all contract insurance requirements document, this
provision shall control.
2.12 Contractor acknowledges by supplying any Goods or Services that the Contractor has read,
fully understands, and will be in full compliance with all terms and conditions and the
descriptive material contained herein and any additional associated documents and
Amendments. The City disclaims any terms and conditions provided by the Contractor unless
agreed upon in writing by the parties. In the event of conflict between these terms and
conditions and any terms and conditions provided by the Contractor, the terms and conditions
provided herein shall prevail. The terms and conditions provided herein are the final terms
agreed upon by the parties, and any prior conflicting terms shall be of no force or effect.
2.13 Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist
Organization Prohibited. Pursuant to Section 2252.152 of the Texas Government Code,
prohibits the City from entering into a contract with a vendor that is identified by The
Comptroller as a company known to have contracts with or provide supplies or service with
Iran, Sudan or a foreign terrorist organization.
2.14 Texas Public Information Act. The requirements of Subchapter J, Chapter 552, Government
Code, may apply to this contract and the contractor or vendor agrees that the contract can be
terminated if the contractor or vendor knowingly or intentionally fails to comply with a
requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code
applies to this agreement, Contractor agrees to: (1) preserve all contracting information
related to the contract as provided by the records retention requirements applicable to the
governmental body for the duration of the contract; (2) promptly provide to the governmental
body any contracting information related to the contract that is in the custody or possession
of the entity on request of the governmental body; and (3) on completion of the contract,
either: (A) provide at no cost to the governmental body all contracting information related to
the contract that is in the custody or possession of the entity; or (B) preserve the contracting
information related to the contract as provided by the records retention requirements
applicable to the governmental body.
2.15 No Boycott of Israel. Pursuant to Section 2271.002 of the Texas Government Code, a) This
section applies only to a contract that: (1) is between a governmental entity and a company
with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be
paid wholly or partly from public fi�nds of the governmental entity. (b) A governmental entity
may not enter 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.
2.16 Texas Government Code 2274. By entering into this Agreement, Contractor verifies that: (1)
it does not, and will not for the duration of the contract, have a practice, policy, guidance,
or directive that discriminates against a firearm entity or firearm trade association or (2)
the verification required by Section 2274.002 of the Texas Government Code does not apply
to the contract. If Contractor is a company with 10 or more full-time employees and if this
Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to
Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or
directive that discriminates against a firearm entity or firearm trade association; and will not
discriminate during the term of the contract against a firearm entity or firearm trade
association.
2.17 Contractor represents and warrants that: (1) it does not, and will not for the duration of the
contract, boycott energy companies or (2) the verification required by Section 2274.002 of
the Texas Government Code does not apply to the contract. If Contractor is a company with
10 or more full-time employees and if this Agreement has a value of at least $100,000 or
more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does
not boycott energy companies; and will not boycott energy companies during the term of the
Agreement. This verification is not required for an agreement where a governmental entity
determines that these requirements are inconsistent with the governmental entity's
constitutional or statutory duties related to the issuance, incurrence, or management of debt
obligations or the deposit, custody, management, borrowing, or investment of funds.
2.18 Confidentiality. The Contractor shall retain all information received from or concerning the
City and the City's business in strictest confidence and shall not reveal such information to
third parties without prior written consent of the City, unless otherwise required by law.
2.19 Indemnify. The Contractor shall indemnify and save harmless the City of Lubbock and its
elected officials, officers, agents, and employees from all suits, actions, losses, damages,
claims, or liability of any kind, character, type, or description, including without limiting the
generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for
injury or death to any person, or injury to any property, received or sustained by any person
or persons or property, to the extent arising out of, related to or occasioned by, the negligent
acts of the Contractor, its agents, employees, and/or subcontractors, related to the
performance, operations or omissions under this agreement andlor the use or occupation of
city owned property. The indemnity obligation provided herein shall survive the expiration
or termination of this agreement.
INTENTIONALLY LEFT BLANK-----
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the
day and year first above written. Executed in triplicate.
CITY OF LUBBOCK
Tray Payne,
CONTRACTOR
BY:
Au orized Representative
ATTEST: �
Courtney Paz, City Secretary
A OV .D AS TO CONTENT:
Katherine Wells, Director of Public Health
��t MG S C. u/ b C�
Print Name
I N.Q � �CW4'�'� G S� SV►►�G � OJ
Address
z�Jt� �'o �aZUZ
City, State, Zip Code
APPROVED AS TO FORM
Rachael Foster, A sistant City Attorney
Exhibit A
City of Lubbock
RFP 23-17398-YB
Community Health Assessment & Community
Health Improvement Plan
GENERAL REQUIREMENTS
1. INTENT
Lubbock Public Health is seeking proposals for professional services to conduct data
collection, analysis, and reporting of the Community Health Assessment (CHA) and the
development of a Community Health Improvement Plan (CHIP) for Lubbock County and the
surrounding area. The awarded contractor will facilitate and coordinate activities associated
with this project in partnership with Lubbock Public Health and community partners.
2. SCOPE OF WORK
The Consultant will explore the overall health of Lubbock County and the surrounding area by
identifying strengths, weaknesses, and barriers for all residents by conducting an assessment
that combines data analysis with robust community engagement and participation. The
Consultant will use the results of the assessment to aide in the development of a strategic plan
to guide a community initiative and address identified needs.
Expectations include, but may not be limited to:
a. Participate in regular meetings with the Community Health Assessment Team (CHAT).
The CHAT will serve as the advisory council for the process and ensure that timelines
are being met.
b. Organize and facilitate focus groups, surveys and key informant interviews with the
community to obtain data (qualitative and quantitative) for the CHA. Documents must
also be submitted to show outcomes of ineetings and assessment reports. (Must be
based on MAPP model or other approved model by LPH) PHAB Domain 1 Standards
must be met.
• Hold up to 10 community-based focus groups (at least 8 in person, with up to 2
virtual)
• Perform up to 35 key informant interviews (in person or virtual)
• Conduct community survey
c. Use credible sources to gather secondary data, including but not limited to,
demographic characteristics, socioeconomic characteristics, health resource
availability, quality of life, behavioral risk factors, environmental health indicators,
social and mental health, maternal and child health, death, illness, and injury,
communicable disease (including sexually transmitted illness, COVID-19, etc.), child
and adult abuse and neglect, crime and jail statistics, educational attainment,
immunization rates, hospitalization rates, homeless rates, and access to health care.
d. Develop a written Community Health Assessment (CHA) which details a wholistic
view of the outcomes of the assessments performed. PHAB Domain 1 Standards must
be met.
e. Present the CHA results to the Lubbock Board of Health. This presentation can be in
person or virtual.
f. Expand the CHAT to include key partnerships for actively leading, addressing, andlor
providing resources for the priority health issues identified in the CHA.
g. Organize and facilitate visioning sessions with community focus groups and
community partners to utilize CHA in the development of the Community Health
Improvement Plan (CHIP). (Must be based on MAPP model or other approved model
by LPH) PHAB Domain 5 Standards must be met.
• Hold up to 10 community based visioning sessions (at least 8 in person, with up to
2 virtual).
• Hold up to 2 visioning sessions with partner agencies (all in person).
h. Establish Actions Teams for the CHIP strategic priorities in collaboration with LPH
and providing technical assistance to the teams in developing written action plans.
PHAB Domain 5 Standards must be met.
i. Develop a written CHIP which details a wholistic view of the outcomes of the CHIP
process, describes strategic priorities, and identifies the action team goals and
obj ectives.
j. Present the CHIP results to the Lubbock Board of Health. This presentation can be in
person or virtual.
k. Establish a mechanism for receiving public feedback on the CHA and CHIP.
1. Provide technical assistance in ongoing standardization of processes to maintain
monitoring and tracking of strategic activities to meet standards in Domains 1, 4, and
5, and transitioning of duties to LPH.
Requirements for Potential Vendor
The potential vendor should have:
• Considerable knowledge of CHA and CHIP processes.
• Considerable knowledge of Public Health Accreditation Board (PHAB) standards
and domains (specifically Domains 1 and S).
• Understanding of public health practice and the social determinates of health.
• Experience engaging community groups.
• Experience with collaborative planning and visioning.
City of Lubbock
RFP 23-17398-YB
Community Health Assessment Community Health Improvement Plan
Price Proposal Sheet
BAFO
Location
Total Cost
# Items
Initium Health
Denver, CO
$195,596.20
Exhibit B
Quantity
Required Unit Total
(+/-) UOM Price Cost
�. _
�' �
Fees for Full Revenue Cycle
#0-1 Management Services - Per Specs. i Annually $195,596.20 $195,596.20
Exhibit C
29. INSURANCE REQUIREMENTS
29.1. Prior to the approval of this contract by the City, the Contractor shall furnish a
completed Insurance Certificate to the City, which shall be completed by an agent
authorized to bind the named underwriter(s) to the coverages, limits, and termination
provisions shown thereon, and which shall furnish and contain all required information
referenced or indicated thereon. THE CITY SHALL HAVE NO DUTY TO PAY OR
PERFORM UNDER THIS CONTRACT UNTIL SUCH CERTIFICATE SHALL
HAVE BEEN DELIVERED TO THE CITY.
29.2. The City reserves the right to review the insurance requirements of this section during
the effective period of the contract and to require adjustment of insurance coverages
and their limits when deemed necessary and prudent by the City based upon changes
in statutory law, court decisions, or the claims history of the industry as well as the
Contractor.
29.3. Subject to the Contractor's right to maintain reasonable deductibles in such amounts as
are approved by the City, the Contractor shall obtain and maintain in full force and effect
for the duration of this contract, and any extension hereof, at Contractor's sole expense,
insurance coverage written by companies approved by the State of Texas and acceptable
to the City, in the following type(s) and amount(s):
Auto Liability Requirements: $1 M/occurrence is needed.
Commercial General) Liabilitv Requirements: $1 M occurrence/$2M aggregate (can
be combined with an Excess Liability to meet requirement). Commercial General
Liability to include Products -Completion/OP, Personal and Advertising Injury,
Contractual Liability, Fire Damage (any one fire), and Medical Expenses (any one
person).
Professional Liabilitv Requirements: $1M occurrence/$2M aggregate.
Workers Compensation Requirements: Statutory. If the vendor is an independent
contractor with no employees and are exempt from providing Workers' Compensation
coverage, they must sign a waiver (obtained from COL Purchasing) and include a copy
of their driver's license. Employer Liability ($1 M) is required with Workers
Compensation.
* The City of Lubbock (including its officials, employees and volunteers) shall be
afforded additional insured status on a primary and non-contributory basis on all
liability policies except professional liabilities and workers' comp.
* Waivers of Subrogation are required for CGL, AL, and WC.
* To Include Products of Completed Operations endorsement.
* Carrier will provide a 30-day written notice of cancellation, 10-day written notice for
non-payment.
* Carriers must meet a A.M. Best rating of A- or better.
* Subcontractors must carry same limits as listed above.
IMPORTANT: POLICY ENDORSEMENTS
The Contractor will provide copies of the policies without expense, to the City and all
endorsements thereto and may make any reasonable request for deletion, revision, or modification
of particular policy terms, conditions, limitations, or exclusions (except where policy provisions
are established by law or regulation binding upon either of the parties hereto or the underwriter of
any of such policies). Upon such request by the City, the Contractor shall exercise reasonable
efforts to accomplish such changes in policy coverages, and shall pay the cost thereof. Any costs
will be paid by the Contractor.
REQUIRED PROVISIONS
The Contractor agees that with respect to the above required insurance, all insurance contracts
and certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment,
the following required provisions:
a. Name the City of Lubbock and its officers, employees, and elected representatives
as additional insureds, (as the interest of each insured may appear) as to all
applicable coverage;
b. Provide for 30 days notice to the City for cancellation, nonrenewal, or material
change;
c. Provide for notice to the City at the address shown below by registered mail;
d. The Contractor agrees to waive subrogation against the City of Lubbock, its officers,
employees, and elected representatives for injuries, including death, property
damage, or any other loss to the extent same may be covered by the proceeds of
insurance;
e. Provide that all provisions of this contract concerning liability, duty, and standard
of care together with the indemnification provision, shall be underwritten by
contractual liability coverage sufficient to include such obligations within applicable
policies.
NOTICES
The Contractor shall notify the City in the event of any change in coverage and shall give such
notices not less than 30 days prior the change, which notice must be accompanied by a replacement
CERTIFICATE OF 1NSURANCE.
All notices shall be given to the City at the following address:
Marta Alvarez, Director of Purchasing & Contract Management
City of Lubbock
1314Avenue K, 9�h Floor
Lubbock, Texas 79401
Approval, disapproval, or failure to act by the City regarding any insurance supplied by the
Contractor shall not relieve the Contractor of full responsibility or liability for damages and
accidents as set forth in the contract documents. Neither shall the bankruptcy, insolvency, or denial
of liability by the insurance company exonerate the Contractor from liability.