Loading...
1954 Lifescan Wellness Center Piggyback (copy)Life Extension Clinics, Inc. d/b/a Lifescan Wellness Center Piggyback Contract (PBA 17/18-57) The City of Sanford ("City") enters this "Piggyback" Contract with Life Extension Clinics, Inc. d/b/a Lifescan Wellness Center, a Florida corporation (hereinafter referred to as the "Vendor"), whose address 1011 North MacDill Avenue, Tampa, Florida 33607, under the terms and conditions hereinafter provided. The City and the Vendor agree as follows: (1). The Purchasing Policy for the City of Sanford allows for "piggybacking" contracts. Pursuant to this procedure, the City is allowed to piggyback an existing government contract, and there is no need to obtain formal or informal quotations, proposals or bids. The parties agree that the Vendor has entered a contract with the City of Jacksonville, Florida, said contract being identified as "Contract Between City Of Jacksonville And Life Extension Clinics, Inc. For Health Screening Physicals JFRD Personnel/Ancillary Personnel" which is assigned Number "8158-08" deriving from "Request for Proposal No. P-05-18", in order for the Vendor to provide an array of services relative to diverse types of physical examinations and related matters (said original contract being referred to as the "original government contract"). (2). The original government contract documents are incorporated herein by reference and is attached as Exhibit "A" to this contract. All of the terms and conditions set out in the original government contract are fully binding on the parties and said terms and conditions are incorporated herein; provided, however, that the City will negotiate and enter work orders/purchase orders with the Vendor in accordance with City policies and procedures for particular goods and services. 1 (3). Notwithstanding the requirement that the original government contract is fully binding on the parties, the parties have agreed to modify certain technical provisions of the original government contract as applied to this Contract between the Vendor and the City, as follows: N/A. (a). Time Period ("Term") of this Contract: (state N/A if this is not applicable). (b). Insurance Requirements of this Contract: (state N/A if this is not applicable). N/A. (c). Any other provisions of the original government contract that will be modified: (state N/A if this is not applicable). N/A. (d). Address change for the City: Notwithstanding the address and contact information for the government entity as set out in the original government contract, the Vendor agrees that he/she/it shall send notices, invoices and shall conduct all business with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is Craig Radzak, Fire Chief, 1303 William Clark Avenue (Fire Department Headquarters), Sanford, Florida 32771, telephone number 407-688-5044, and whose e-mail address is craig.radzak@sanfordfl.gov. (e). Notwithstanding anything in the original government contract to the contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between the parties arising out of this Contract shall be in Seminole County, Florida in the Court of appropriate jurisdiction. The law of Florida shall control any dispute between the parties 2 arising out of or related to this Contract, the performance thereof or any products or services delivered pursuant to such Contract. (f). Notwithstanding any other provision in the original government contract to the contrary, there shall be no arbitration with respect to any dispute between the parties arising out of this Contract. Dispute resolution shall be through voluntary and non-binding mediation, negotiation or litigation in the court of appropriate jurisdiction in Seminole County, Florida, with the parties bearing the costs of their own legal fees with respect to any dispute resolution, including litigation. (g). All the services to be provided or performed shall be in conformance with commonly accepted industry and professional codes and standards, standards of the City, and the laws of any Federal, State or local regulatory agency. (h). (I). IF THE CONTRACTORIVENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI HOUCHIN, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 327711 TRACI.HOUCHIN@SANFORDFL.GOV. (II). In order to comply with Section 119.0701, Florida Statutes, public records laws, the Vendor must: W (A). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. (B). Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (C). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (D). Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of the Vendor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. (III). If the Vendor does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (IV). Failure by the Vendor to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. The Vendor shall promptly provide the City with a copy of any request to inspect or copy public records in possession of the Vendor and shall promptly provide the City with a copy of the Vendor's response to each such request. (i). All other provisions in the original government contract are fully binding on the parties and will represent the agreement between the City and the Vendor. M sf Entered this day of �I.IQi�Si" , 2018. Attest: Michael J. Td6ana Vice President/Treasure/Director Attest.- OT(C s dftw lum , AV, Traci Houchin, City Clerk Approved as to form and legal s '"q am L. Colbert City Attorney Life Extension Clinics, Inc. d/b/a Lifescan Wellness Center, a Florida corporation. By: %Jearatricia Jo Pre ident/Secc4e City Of Sa By:26:: 4/ Nortonnaparte r., ICMA-CM 't Man er � '�, 01. 0aw N. 5 Exhibit "A" [Attach original government contract] CONTRACT BETWEEN CITY OF JACKSONVILLE AND LIFE EXTENSION CLINICS, INC. FOR HEALTH SCREENING PHYSICALS JFRD PERSONNEL/ANCILLARY PERSONNEL THIS CONTRACT for health screening physicals for JFRD personnel and ancillary personnel is made and entered into this day of , 2018 (the "Effective Date"), by and between the CITY OF JACKSONVILLE, a municipal corporation existing under the Constitution and the laws of the State of Florida (the "City"), and LIFE EXTENSION CLINICS, INC. d/b/a LIFESCAN WELLNESS CENTER, a Florida profit corporation with its principal office at 1011 North Macdill Avenue, Tampa, Florida 33607 (the "Contractor"). WHEREAS, City issued Request for Proposal No. P-05-18 (the "RFP") for certain professional services described in the RFP (the "Services"); and WHEREAS, based on Contractor's response to the RFP, City has negotiated and awarded this Contract to Contractor; now therefore IN CONSIDERATION of the premises and the mutual covenants contained below and for other good and valuable consideration acknowledged by the parties to be sufficient, the parties agree as follows: 1. Performance of Services. Contractor shall perform the Services as described in and according to (i) the RFP and the Response, each of which is incorporated into and made a part of this Contract, and (ii) the Scope of Services, attached hereto as Exhibit A and incorporated herein by this reference. 2 Compensation. Contractor shall be paid for the Services the fees detailed in the Contract Fee Summary, attached hereto as Exhibit B and incorporated herein by this reference. 3. Maximum Indebtedness. As required by Section 106.431, Ordinance Code, City's maximum indebtedness for the Services under this Contract for the initial period of service shall be a fixed monetary amount not -to -exceed FIVE HUNDRED THOUSAND AND 00/100 DOLLARS ($500,000.00). 4. Term. The period of service of this Contract shall commence on the date �_C%,VtJ/\ of its execution and continue for one year through 2019, with three (3) one-year renewal options, S. Contract Documents. This Contract consists of the following documents, which are hereby incorporated as if fully set forth herein and which, in case of conflict, shall have priority in the order listed: (i) This document, as modified by any subsequent signed amendments. (ii) Any amendments to this document. (iii) Specific information regarding the RFP (Section I of the RFP). (iv) Description of Services and Deliverables (Section 4 of the RFP). (v) General Instructions to Respondents (Section 2 of the RFP). (vi) General Contract Conditions (Section 3 of the RFP). (vii) The Response, provided that any terms in the Response that are prohibited under the RFP shall not be included in this Contract. 6. Notice. All notices under this Agreement shall be in writing and shall be delivered by certified mail, return receipt requested, or by other delivery with receipt to the following: As to City: Gail Loput Jacksonville Fire & Rescue Department 515 Julia Street Jacksonville, Florida 32202 As to Contractor: Patricia Johnson Life Extension Clinics, Inc. 1011 North MacDill Avenue Tampa, Florida 33607 7. Contract Managers. Each party shall designate a Contract Manager during the Term of this Contract whose responsibility shall be to oversee the party's performance of its duties and obligations pursuant to this Contract. As of the Effective Date, City's Contract Manager is Gail Loput (Phone: 904.997.4947; Fax: 904.630.4202; gloput(@coi.ne , and Contractor's Contract Manager is Patricia Johnson (Phone: 813.876.0625; Fax: 813.876.0653; Patricia.Johltson ,Ififescanwellness.cgm). Each party shall provide prompt written notice to the other party of any changes to the party's Contract Manager or his or her contact information; provided, such changes shall not be deemed Contract amendments and may be provided by email. 8. Entire Agreement. This Contract constitutes the entire agreement between the parties hereto for the Services to be performed and furnished by Contractor. No statement, representation, writing, understanding, agreement, course of action, or course of conduct made by either party or any representative of either party which is not expressed herein shall be binding. Contractor may not unilaterally modify the terms of this Contract by affixing additional terms to materials delivered to City (e.g., "shrink wrap" terms accompanying or affixed to a deliverable) or by including such terms on a purchase order or payment document. Contractor acknowledges that it is entering into this Contract for its own purposes and not for the benefit of any third party. 9. Amendments. All changes to, additions to, modifications of, or amendments to this Contract or any of its terms, provisions, and conditions shall be binding only when in writing and signed by the authorized officer, agent, or representative of each of the parties hereto. 10. Counterparts. This Contract and all amendments hereto may be executed in several counterparts, each of which shall be deemed an original, and all such counterparts together shall constitute one and the same instrument. (Remainder of page left blank intentionally. Signature page follows immediately.] IN WITNESS WHEREOF, the parties have executed this Contract as of the day and year first above written. ATTEST: CITY OF JACKSONVILLE By y James R. McCain, Lenny Curry Corporation Sec NPLOrMousa + O Chief Administrative Officer * For: Mayor Lenny Cutty Under Authority of: Executive Order Na. 2015-05 WITNESS: LIFE EXTENSION CLINICS, INC. d/b/a LIFESCAN WfflESS CENTER Type/Print Name r�6 Title M. Title fCICz nt Name Encumbrance and funding information for internal City use: Account .............. Amount ...............$500,000.00 This above stated amount is the maximum fixed monetary amount of the foregoing contract. In accordance with Section 24.103(e), of the Ordinance Code of the Ci acksonville, i do hereby certify that there is an unexpended, unencumbered, and unimpounded b Ian 'n the appropriation sufficient to cover the foregoing agreement. Director of Finance City Contract # 'Q Form Approve: ice of General Counse gc-# 11914 i 3-v t-tifcertensimtyposm_screening`022318,docx' s Section 3 Description of Sarvicas and Deliverables Tam individual/firm satected for this work will carry out the following tasks and provide the following: A. Comprehensive Physical Examination Per (NFPA 15M & 15812) I. ACSM/AHA i tcalth Histcry Que stionnalre ar PAR -Q 2. Prostate F.rctm for Men 3. Pelvic Exam for Women 4. Breast Exam for Women S. Skin Cancer Screening S. Cardiac Assessment 1. Echocardingram, 2 Resting EKG 3. Cardiac Stress Test (Ptw ACSM Guidelines, Females over 50, Males over 40, Asymptomatic patients %Ath 2 or more cardiovascular disem risk factors, or a concurrent cluonic disease that carries a high rine for cardiovascular dise i). 4. Carotid Artery Ultrasound 5. Abde ndnal Aorta ultrasound 6. PatipherW Vascular Test 7. Total lipid Profile G Cancer and Disease Assessment L Digital Exam with occult screening 2 FSA for glen (for age 45>) 3. Thyroid Ultrasound 4. Liver, Pancreas, Gall Bladder, Spleen, and Kidney Ultrasound S. Pelvic Ultrasound for Women S, 6Diabetes Test (Glucose) 6. Chest x-ray 7. PAP Samar D. Pulmonary Function Test C. Lab Test r4wIs-fts .arN 1. Urinalysis 2. Complete Blood Count 3. Comprehensive Metabolic Pdnel 4. Thyrold Panni S. Hem cult re/fi r i1' 10 EXHIBIT "NO 6. Urine Drug Screen ( Ten (10) panel DOT drug screen with conformation of results sent to the I lealth and Safety Of kwi 7. HAZ MAT testing for members of the HAZ-MAT Team Per OSI iA 24 CFR 19IM120 and NFPA 472. Additional testing will be dome on an as needed basis. i3. Hepatitis A. 0 do C testing 9. Immunizations for rlep A do B do boosters 10. Hap A&B Titers when ne eded 11. HIV Testing F. VWW ACAY Test G. Hearing Exam (Audiometric exam per MTA 1582) IL Personnel Consultation with review of testing results L Roc inmendaffors for medical Interventions and behavioral Modification changes J. Fitness Assessment 1. Cardlovascular Eadurartce 2. Muscular Strength 3. Muscular Endurance 4. Fle)dbm y 3. Body Composition 6. Exercise Prescription 7. Functional MovementScreening (MWS) K To provide The Tire and Rmue Department with summary Informaticnt, of its Fire j Rescue personnel suitability for lire Rescue do EMS work. The firma se lected would recouunend programs and training to reduce the cbance of injury and Illness. The firm selected would provide monthly and annual summaries of results of die testing and training admiaisteroi to the fin: and Rescue personnel.The Fire Department will provide the Scheduling of Its personnel. The testing will be conducted onsite at a location within Duval County, Jacksonville, Fl. approved by the Director Fire Chief or his/her designee. bol. The firm selected will provide all data requested relating to the employees annual physical. 1. The milts of the exam %viii be provided for the Employee to follow up with their Primary Care Physician. N Develop computerized data reports and or electronic copies of dw results and forward the same to the Health and Safety Officer. The format must be compatibLe %viih t1u, JFRD databases. The Information will be sent to lite Health and Safety Officer on a weekly basis. O The patient file should be provided to Jacksonville Fire raaa..a...»&I...h -27- Rescue as data an a CO or DVD Other electronic media or mothods will be considered depending an the rile size. A ilk, nomenclatum must be Provided Indicating the data types and lengths of Uve various fields in tine nomenclature. P. 11m following formats am actaptabl4a; 1. WA rile 2. Microsoft Excel, xis 3. Mkmsdt Access, mdb 4. IvIlcrosdIMLServer bait. No proprietary database formats other Umn the aforementioned are acceptable to include SCANNED RE -CORDS. 1. A text file must meet the rallowing requirements: 7. A fixed field width must be provided for each column. 3. A carriage return (CRI and a line feed J1 TJ should be used for the tow delimiter. 4. Other deficniters maybe used, but must have prior approval from JFRD. R. Staffing The fim selected will provide staffing to mevt the scheduling of Fire Rescue personnel. S. Physicals that reveal abnormal results will be reviewed with the patient/employee by a physician, PA. NP who Is board certified in emergency medicine, Intemal medicine, or family practice. Jim Mowing conditions are ctmsidered serious and ti'm employee/ patient ativised to follow up with their primry care physician and/or specialty physician. Physicals resulting In failure of the PFT portion of the exam should W reported immediately to Un Health & Safety Officer. 1. Abnormal EM and other related cardiac abnormalities 2. New onset of Hypertension or uncontrolled I typettension 3. Diabetes 4. Asthma S. Facture of the PFT 6. Any ilgWricant abnormal lab values 7. Any condition that may show cause for a rat -For -Duty B. Any condition that does not meet the current standards of NFPA 1582 T. FinatEvolundonwiUk-ireviewedamisignetlbynphyskian who is board cerci W In Emergemy MediAna, Internal Medicine or Family Practice. This certification mum be provided before any contract Is awarded. r ds 1414M -28. 9. Quotation of Rates, Fees, or Charges and Other Detailed Cost Propmal or Cost Breakdown iaformatiou 19 r' t A iy�t aW Tasts— & P-06-18 Mted ow Ch and jjWW Metais mat Teets 127.00 Hemiffis A Test 55.00 N a mm 55.00 Has musclo 1S5 00 HaPaMA3ft 30. Haaaft H Titer 3000 2 chat r%c 00 EACH M10fis 0 Vacdn 3 slot sed") 65.gq EACH thw Dm (10 Parawt 3SQQ Drug R Con tion 50.00 AARO as Indicated 100.00 HIV Tact 40.00 P P MOE 4600 OTHER W&MAVAUKE 92 Wood TWO 2200 Mask F5 T 45.00 X- hit review 65.00 Tebusw 40.00 M22b-il&Wkw Scmwdn2 65:00 Post Offer PoNce aind fftft ExafalraMons TSD based on lesUng re ants Ciu T 66.00 Ta tet UIM Test 21.00 Cardiac 780 Lri Market ke CTA COMOM Attt dm YA Lung CT TBD by Market Price LOCATION Optionw f. LN* Scarf hes a pdvate, PUBLIC SAFETY ONLY Wellness Cwftr tha! is located at dt30SalktbwyRoad, Salta 24th? JnbonvX*, FL 32216 2 on•-sft swWm lbrhicad erndbrphyskWs at tocatlan(s) provided by JFRD. E cyl'lll�i7 6 ONE CITY. ONE JACKSONVILLE. Floor.79 City of Jacksonville aM03 Building Jacksonville, Fl. 32202 Door Mayor Curry:. R Flwida 4 Lenny Curry, Mayor Procurement Division Ed Bail Building 214 N. Hogan Street, Suite 800 Jacksonville, Florida 32202 Ret; P-05-18 Health ScreenkV Physicals for JFRD Personnel/Ancillary Personnel Jacksonville Fire & Rescue DepaMnent ButictiM (or the purpose of concluding fee and contract negotlailom with the numt*r one xanked w • • .r above -captioned project. 3 ffi7yn- • •. • _ s.a r r. . fiat the City of Jacksonville enter into a contract with We Extension Corks, Inc. d/b/a UfeScan Wellness Center to provide Hadth ScreenkV Physicals for JFRD Personnel/Anc!NM Personnel to: (q Incorporate the attached Scope of Services identified as Exhibit `A' and Contract Fee Summary Identified as Exhibit T: M the Initial period of service Is for one year from date of execution of the contract Wth three (3) ore -year renewal options available: and {Hi) the mo)dmum Indebtedness of the City pursuant to the agreement Is a not -to - exceed amount of $=000.0a. AN other terms and conditions are per the RFP and the city's standard contract language. � coam� Y-.. Mousu ChierAdministrative OfFcer For. Mayor Lenny Curry Under Authority of Executive Order No. 2015-o5