HomeMy WebLinkAboutC2023-240 - 11/14/2023 - Approved DocuSign Envelope ID: 1660561 E-07F2-4824-8C15-E476D49A9E16
113S c
SERVICE AGREEMENT NO. 4871
Community Health Assessment for NCCCPHD
f'anwo�alev
1852
THIS Community Health Assessment Agreement ("Agreement") is entered into by
and between the City of Corpus Christi, a Texas home-rule municipal
corporation ("City") and Metopio, Inc. ("Contractor'), effective upon execution
by the City Manager or the City Manager's designee ("City Manager").
WHEREAS, Contractor has bid to provide Community Health Assessment in
response to Request for Bid/Proposal No. 4871 ("RFB/RFP"), which RFB/RFP includes the
required scope of work and all specifications and which RFB/RFP and the Contractor's
bid or proposal response, as applicable, are incorporated by reference in this
Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in its
entirety.
NOW, THEREFORE, City and Contractor agree as follows:
1. Scope. Contractor will provide Community Health Assessment ("Services") in
accordance with the attached Scope of Work, as shown in Attachment A, the
content of which is incorporated by reference into this Agreement as if fully set
out here in its entirety, and in accordance with Exhibit 2.
2. Term.
(A) The Term of this Agreement is two years beginning on the date provided
in the Notice to Proceed from the Contract Administrator or the City's
Procurement Division. The parties may mutually extend the term of this Agreement
for up to zero additional zero-year periods ("Option Period(s)"), provided, the
parties do so in writing prior to the expiration of the original term or the then-current
Option Period.
(B) At the end of the Term of this Agreement or the final Option Period, the
Agreement may, at the request of the City prior to expiration of the Term or final
Option Period, continue on a month-to-month basis for up to six months with
compensation set based on the amount listed in Attachment B for the Term or the
final Option Period. The Contractor may opt out of this continuing term by
providing notice to the City at least 30 days prior to the expiration of the Term or
final Option Period. During the month-to-month term, either Party may terminate
the Agreement upon 30 days' written notice to the other Party.
3. Compensation and Payment. This Agreement is for an amount not to exceed
$87,900.00, subject to approved extensions and changes. Payment will be made
Service Agreement Standard Form Page 1 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: 1660561 E-07F2-4824-8C15-E476D49A9E16
for Services performed and accepted by the City within 30 days of acceptance,
subject to receipt of an acceptable invoice. All pricing must be in accordance
with the attached Bid/Pricing Schedule, as shown in Attachment B, the content
of which is incorporated by reference into this Agreement as if fully set out here in
its entirety. Any amount not expended during the initial term or any option period
may, at the City's discretion, be allocated for use in the next Option Period.
Invoices must be mailed to the following address with a copy provided to the
Contract Administrator:
City of Corpus Christi
Attn: Accounts Payable
P.O. Box 9277
Corpus Christi, Texas 78469-9277
4. Contract Administrator. The Contract Administrator designated by the City is
responsible for approval of all phases of performance and operations under this
Agreement, including deductions for non-performance and authorizations for
payment. The City's Contract Administrator for this Agreement is as follows:
Kevin Hensley
Health Department
Phone: 361-826-7293
Email: kevinhe@cctexas.com
5. Insurance; Bonds.
(A) Before performance can begin under this Agreement, the Contractor must
deliver a certificate of insurance ("COI"), as proof of the required insurance
coverages, to the City's Risk Manager and the Contract Administrator.
Additionally, the COI must state that the City will be given at least 30 days'
advance written notice of cancellation, material change in coverage, or intent
not to renew any of the policies. The City must be named as an additional insured.
The City Attorney must be given copies of all insurance policies within 10 days of
the City Manager's written request. Insurance requirements are as stated in
Attachment C, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety.
(B) In the event that a payment bond, a performance bond, or both, are
required of the Contractor to be provided to the City under this Agreement before
performance can commence, the terms, conditions, and amounts required in the
bonds and appropriate surety information are as included in the RFB/RFP or as
may be added to Attachment C, and such content is incorporated here in this
Service Agreement Standard Form Page 2 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: 1660561 E-07F2-4824-8C15-E476D49A9E16
Agreement by reference as if each bond's terms, conditions, and amounts were
fully set out here in its entirety.
6. Purchase Release Order. For multiple-release purchases of Services to be
provided by the Contractor over a period of time, the City will exercise its right to
specify time, place and quantity of Services to be delivered in the following
manner: any City department or division may send to Contractor a purchase
release order signed by an authorized agent of the department or division. The
purchase release order must refer to this Agreement, and Services will not be
rendered until the Contractor receives the signed purchase release order.
7. Inspection and Acceptance. City may inspect all Services and products supplied
before acceptance. Any Services or products that are provided but not
accepted by the City must be corrected or re-worked immediately at no charge
to the City. If immediate correction or re-working at no charge cannot be made
by the Contractor, a replacement service may be procured by the City on the
open market and any costs incurred, including additional costs over the item's
bid/proposal price, must be paid by the Contractor within 30 days of receipt of
City's invoice.
8. Warranty.
(A) The Contractor warrants that all products supplied under this Agreement
are new, quality items that are free from defects, fit for their intended purpose,
and of good material and workmanship. The Contractor warrants that it has clear
title to the products and that the products are free of liens or encumbrances.
(B) In addition, the products purchased under this Agreement shall be
warranted by the Contractor or, if indicated in Attachment D by the
manufacturer, for the period stated in Attachment D. Attachment D is attached
to this Agreement and is incorporated by reference into this Agreement as if fully
set out here in its entirety.
(C) Contractor warrants that all Services will be performed in accordance
with the standard of care used by similarly situated contractors performing similar
services.
9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing
Schedule are estimates only and do not obligate the City to order or accept more
than the City's actual requirements nor do the estimates restrict the City from
ordering less than its actual needs during the term of the Agreement and including
any Option Period. Substitutions and deviations from the City's product
requirements or specifications are prohibited without the prior written approval of
the Contract Administrator.
Service Agreement Standard Form Page 3 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: 1660561 E-07F2-4824-8C15-E476D49A9E16
10. Non-Appropriation. The continuation of this Agreement after the close of any
fiscal year of the City,which fiscal year ends on September 30th annually, is subject
to appropriations and budget approval specifically covering this Agreement as
an expenditure in said budget, and it is within the sole discretion of the City's City
Council to determine whether or not to fund this Agreement. The City does not
represent that this budget item will be adopted, as said determination is within the
City Council's sole discretion when adopting each budget.
11. Independent Contractor. Contractor will perform the work required by this
Agreement as an independent contractor and will furnish such Services in its own
manner and method, and under no circumstances or conditions will any agent,
servant or employee of the Contractor be considered an employee of the City.
12. Subcontractors. In performing the Services, the Contractor will not enter into
subcontracts or utilize the services of subcontractors.
13. Amendments. This Agreement may be amended or modified only in writing
executed by authorized representatives of both parties.
14. Waiver. No waiver by either party of any breach of any term or condition of this
Agreement waives any subsequent breach of the same.
15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA
taxes, unemployment taxes and all other applicable taxes. Upon request, the City
Manager shall be provided proof of payment of these taxes within 15 days of such
request.
16. Notice. Any notice required under this Agreement must be given by fax, hand
delivery, or certified mail, postage prepaid, and is deemed received on the day
faxed or hand-delivered or on the third day after postmark if sent by certified mail.
Notice must be sent as follows:
IF TO CITY:
City of Corpus Christi
Attn: Kevin Hensley
Public Health Administrator
1702 Horne Road, Corpus Christi, TX 78416
Phone: 361-826-7293
Fax: n/a
IF TO CONTRACTOR:
Metopio, Inc.
Attn: Angela Grover
Cofounder/COO
350 N Orleans Street, #9000N, Chicago, IL 60654
Phone: 708-964-5979
Service Agreement Standard Form Page 4 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: 1660561 E-07F2-4824-8C15-E476D49A9E16
Fax: N/A
17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND
THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND
AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY,
LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF
WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF
PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND
OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF
LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES,
WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION
WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS
AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT
ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS
EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE,
INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT
OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH
COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL
CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF
ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE,
LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION
OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE
THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT.
18. Termination.
(A) The City may terminate this Agreement for Contractor's failure to comply with
any of the terms of this Agreement. The City must give the Contractor written
notice of the breach and set out a reasonable opportunity to cure. If the
Contractor has not cured within the cure period, the City may terminate this
Agreement immediately thereafter.
(B) Alternatively, the City may terminate this Agreement for convenience upon
30 days advance written notice to the Contractor. The City may also terminate
this Agreement upon 24 hours written notice to the Contractor for failure to pay or
provide proof of payment of taxes as set out in this Agreement.
19. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a
copy of the owner's manual and/or preventative maintenance guidelines or
instructions if available for any equipment purchased by the City pursuant to this
Agreement. Contractor must provide such documentation upon delivery of such
equipment and prior to receipt of the final payment by the City.
Service Agreement Standard Form Page 5 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: 1660561 E-07F2-4824-8C15-E476D49A9E16
20. Limitation of Liability. The City's maximum liability under this Agreement is limited
to the total amount of compensation listed in Section 3 of this Agreement. In no
event shall the City be liable for incidental, consequential or special damages.
21. Assignment. No assignment of this Agreement by the Contractor, or of any right
or interest contained herein, is effective unless the City Manager first gives written
consent to such assignment. The performance of this Agreement by the
Contractor is of the essence of this Agreement, and the City Manager's right to
withhold consent to such assignment is within the sole discretion of the City
Manager on any ground whatsoever.
22. Severability. Each provision of this Agreement is considered to be severable and,
if, for any reason, any provision or part of this Agreement is determined to be
invalid and contrary to applicable law, such invalidity shall not impair the
operation of nor affect those portions of this Agreement that are valid, but this
Agreement shall be construed and enforced in all respects as if the invalid or
unenforceable provision or part had been omitted.
23. Order of Precedence. In the event of any conflicts or inconsistencies between this
Agreement, its attachments, and exhibits, such conflicts and inconsistencies will
be resolved by reference to the documents in the following order of priority:
A. this Agreement (excluding attachments and exhibits);
B. its attachments;
C. the bid solicitation document including any addenda (Exhibit 1 ); then,
D. the Contractor's bid response (Exhibit 2).
24. Certificate of Interested Parties. Contractor agrees to comply with Texas
Government Code Section 2252.908, as it may be amended, and to complete
Form 1295 "Certificate of Interested Parties" as part of this Agreement if required
by said statute.
25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws
in the performance of this Agreement. The applicable law for any legal disputes
arising out of this Agreement is the law of the State of Texas, and such form and
venue for such disputes is the appropriate district, county, or justice court in and
for Nueces County, Texas.
26. Public Information Act Requirements. This paragraph applies only to agreements
that have a stated expenditure of at least $1,000,000 or that result in the
expenditure of at least $1,000,000 by the City. The requirements of Subchapter J,
Chapter 552, Government Code, may apply to this contract and the Contractor
agrees that the contract can be terminated if the Contractor knowingly or
intentionally fails to comply with a requirement of that subchapter.
Service Agreement Standard Form Page 6 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: 1660561 E-07F2-4824-8C1 5-E476D49A9E1 6
27. Entire Agreement. This Agreement constitutes the entire agreement between the
parties concerning the subject matter of this Agreement and supersedes all prior
negotiations, arrangements, agreements and understandings, either oral or
written, between the parties.
Service Agreement Standard Form Page 7 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: 1660561 E-07F2-4824-8C15-E476D49A9E16
CONTRACTOR
DocuSigned by:
Signature:
Printed Name: Angie Grover
Title: chief operating officer
Date:
10/6/2023 M2023-168 Authorized By
Council 11/14/2023
CITY OF CORPUS CHRISTI DS
/ DocuSigned by: Er
�/s is
Jos l/ron ey
Assistant Director of Finance - Procurement
Date: 11/17/2023
ATTEST:
DocuSigned by:
Attached and Incorporated b Reference:
p Y � ; '
Attachment A: Scope of Work 07, IM 17M-
Attachment B: Bid/Pricing Schedule Rebecca Huerta
Attachment C: Insurance and Bond Requirements City Secretary
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1 : RFB/RFP No. 4871
Exhibit 2: Contractor's Bid/Proposal Response
Service Agreement Standard Form Page 8 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: 1660561 E-07F2-4824-8C15-E476D49A9E16
Attachment A: Scope of Work
1.1 General Requirements
The goal of the Community Health Assessment (CHA) is to:
A. Identify and describe the factors that impact the health and wellbeing of
the residents of Nueces County.
B. Identify and describe the corresponding social, economic, non-medical
factors that impact residents' ability to address the aforementioned
factors.
C. Ensure a representative sample of the population of Nueces County is
reflected in the CHA.
1.2 Scope of Work
A. The Proposer shall conduct research to create a baseline assessment of
the health trends in Nueces County.
1 . Ensuring the assessment utilizes the following frameworks and data
sources.
a. Corpus Christi Nueces County Public Health District (CCNCPHD)
data - Charity Care Data
b. Social determinants of health
c. Healthy equity approach and measures
d. Healthy people 2030
e. Centers for disease control and prevention (CDC) disease
indicators
f. Census data
g. Christus Spohn Community Health Assessment
h. Nueces County Mental Health Survey
L Other relevant data that is identified by the Proposal and approved
by CCNCPHD
B. The Proposer shall assist the CCNCPHD with community engagement
and develop prioritization strategies for all CHA activities.
C. The Proposer shall create a preliminary CHA survey by eliciting input from
a diverse range of stakeholders (no less than 10) and the CCNCPHD.
D. The Proposer shall conduct a pilot study of the preliminary CHA survey
with no less than 100 community members.
Page 1 of 3
DocuSign Envelope ID: 1660561 E-07F2-4824-8C15-E476D49A9E16
1 . The survey shall include an option for participants to give feedback.
2. Utilizing the results of the pilot study, the Proposer shall return to the
stakeholder group and:
a. Update the survey by rectifying identified deficiencies and
reviewing the feedback given by participants.
b. Following a review with the stakeholder group, implement
approved changes from the pilot study group.
c. Create and submit for approval a final survey to be delivered to 1
of Nueces County residents.
E. The Proposer shall conduct a survey designed to collect and evaluate
qualitative and quantitative data on health outcomes for a sample size
of no less than 3,500 residents of Nueces County.
The Proposer shall:
a. Have the survey questions and parameters approved by the
CCNCPHD prior to distribution of the survey to residents.
b. Conduct the approved survey from item (C) with a sample size of no
less than 3,500 residents of Nueces County.
c. The Proposer shall ensure the survey is conducted in a manner that is
inclusive of all zip codes in Nueces County. The Proposer shall ensure
the survey is accessible via a variety of methods including digitally, in
person, by mail, or by phone.
d. Once sufficient survey responses are achieved, the Proposer shall:
1 ) Analyze and verify all data collected and identify common trends.
2) Create visualizations of the primary and secondary data and identify
common trends for public distribution.
3) Create visualizations of the primary and secondary data and identify
common trends for distribution to stakeholders with more in depth
analysis of root causes.
F. The Proposer shall produce a final CHA report that includes all
aforementioned survey information, research, data, and fulfills all aspects
and requirements as listed by the Standards & Measures for Initial
Accreditation (Version 2022) from the Public Health Accreditation Board for
Measure 1 .1 .1 & Measure 1 .1 .2.
G. The Proposer shall present findings to stakeholders.
Page 2 of 3
DocuSign Envelope ID: 1660561 E-07F2-4824-8C1 5-E476D49A9E1 6
H. All data and information obtained, collected, reviewed, and compiled in
any form or manner by Proposer shall be de-identified/anonymized as to
any specific individual.
Page 3 of 3
DocuSign Envelope ID: 1660561 E-07F2-4824-8C15-E476D49A9E16
SC Attachment B: Bid/Pricing Schedule
o CITY OF CORPUS CHRISTI
Pricing Form
CONTRACTS AND PROCUREMENT
WPORh'kp
1852 RFP No. 4871
Community Health Assessment
PAG E 1 of 1
DATE: 8/2/23
Metopio, Inc
PROPOSER AUTHORIZED SIGNATURE
1. Refer to "Instructions to Proposers" and Contract Terms and Conditions before completing proposal.
2. Provide your best price for each item.
3. In submitting this proposal, Proposer certifies that:
a. the prices in this proposal have been arrived at independently, without consultation,
communication, or agreement with any other Proposer or competitor, for the purpose of restricting
competition with regard to prices;
b. Proposer is an Equal Opportunity Employer; and the Disclosure of Interest information on file
with City's Contracts and Procurement office, pursuant to the Code of Ordinances, is current
and true.
c. Proposer has incorporated any changes issue through Addenda to the RFP in this pricing.
Item Description Unit Price
1 Community Health Assessment Services LumpSum $87,900
DocuSign Envelope ID: 1660561 E-07F2-4824-8C1 5-E476D49A9E1 6
Attachment C: Insurance Requirements
No insurance is required for this service agreement.
Page 1 of 1
DocuSign Envelope ID: 1660561 E-07F2-4824-8C1 5-E476D49A9E1 6
Attachment D: Warranty Requirements
No warranty is required for this service agreement.
Page 1 of 1