Loading...
HomeMy WebLinkAboutPR 24742 AWARD CONTRACT FOR NATIONAL FIRE PROTECTION ASSOCIATION 1582 STANDARD ON COMPREHENSIVE OCCUPATIONAL MEDICAL PROGRAM ("44' Cin'of INTEROFFICE MEMORANDUM Date: February 16, 2026 To: The Honorable Mayor and City Council Through: Ron Burton, City Manager i From: Mercer Nessour, Battalion Chief RE: PR 24742—Award contract for National Fire Protection Association(NFPA) 1582 Standard on Comprehensive Occupational Medical Program firefighter physical examinations, not to exceed the amount of$78,000.00. Introduction: The intent of this agenda item is to seek the City Council's approval of Proposed Resolution 24742 authorizing the City Manager to enter into a one year contract,with the option to renew for two additional one-year periods, with Front Line Mobile Health, Georgetown, Texas, for the NFPA 1582 Standard on Comprehensive Occupational Medical Program firefighter physical examinations as a means to improve the physical and mental health of Port Arthur Fire Department firefighters and not to exceed the amount of$78,000.00. Background: The National Fire Protection Association (NFPA) 1582 establishes standard for comprehensive occupational medical evaluations for fire department personnel. These evaluations are designed to ensure members are medically capable of safely performing essential job functions and to reduce the risk of line-of-duty injuries, illnesses, and cardiac events. Adoption and continued funding of NFPA 1582-compliant physicals supports workforce readiness, enhances member safety, and reduces organizational liability exposure. Participation in the program is voluntary. Purchasing advertised for bids on August 6,2025 and August 13,2025. One proposal was received on September 10, 2025. Purchasing was satisfied with Front Line on their previous contract. Budget Impact: This item has a budgetary impact, not to exceed, $78,000.00,which is available in Fire Department Professional Services Account No. 001-19-047-5420-00-30-000. Total price per participant is $975 and we estimate that eighty (80) of our members will participate. Recommendation: The Fire Department recommends approval of this resolution. "Remember,we are here to serve the Citizens of Port Arthur" P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8101 X FAX 409.982.6743 P.R.No 24742 02/16/2026 MN Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH FRONTLINE MOBILE HEALTH, GEORGETOWN, TEXAS, FOR THE PROVISION OF NATIONAL FIRE PROTECTION ASSOCIATION 1582 STANDARD ON COMPREHENSIVE OCCUPATIONAL MEDICAL PROGRAM FOR FIREFIGTHERS,NOT TO EXCEED $78,000.00; FUNDING IS AVAILABLE IN FIRE DEPARTMENT ACCOUNT NO. 001-19-047-5420-00-30-000. WHEREAS,the City employs firefighters and other public safety personnel whose duties require a high level of physical fitness; and Whereas, the National Fire Protection Association has adopted NFPA 1582, Standard on Comprehensive Occupational Medical Program for Fire Departments, establishing medical evaluation criteria for firefighters; and WHEREAS,the Purchasing Division advertised on August 6, 2025 and August 13, 2025; and WHEREAS, one proposal was received from Front Line Mobile Health on September 10, 2025; and WHEREAS,the City desires to award the contract to Front Line Mobile Health,a qualified provider of occupational medical services, to conduct NFPA 1582-compliant phyical examinations. NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR,TEXAS: Section 1: That, the facts and opinions in the preamble are true and correct. Section 2: That the City Council herein authorizes the City Manager to enter into a one year contract, with the option to renew for two (2) additional one-year perods, with Front Line Mobile Health of Georgetown, Texas for the implementation of NFPA 1582 Standard on Comprehensive Occupational Medical Program physical examinations, for Port Arthur Fire Department firefighters in an amount not to exceed $78,000.00, in substantially the same form as attached hereto as Exhibit"A". P.R. No 24742 02/16/2026 MN Page 2 of 3 Section 3: That funding for this project shall be expended from account number 001-19- 047-5420-00-30-000. Section 4: That a copy of the Resolution shall be spread upon the Minutes of the City Council. READ, ADOPTED,AND APPROVED on this 10th day of March A.D., 2026,at a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: AYES: Mayor: Council Members: NOES: Charlotte M. Moses Mayor ATTEST: Sherri Bellard City Secretary P.R. No. 24742 02/16/2026 MN Page 3 of 3 APPROVED AS TO FORM: Roxann Pais Cotroneo City Attorney APPROVED FOR ADMINISTRATION: 1 111°P° CityRon ManaBurton Robert L. Have s Fire Chief APPROVED AS TO AVAILABILITY OF FUNDS: a L a Boswell, M.A., ICMA-C Director of Finance lAjj/k. Clifton illiams Purchasing Manager EXHIBIT A NFPA 1582 COMPLIANT ANNUAL PHYSICAL EXAMINATION FOR PORT ARTHUR FIRE DEPARTMENT CONTRACT THIS AGREEMENT,made this day of ,2026,by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY" and Frontline Mobile Health hereinafter called "CONTRACTOR". WITNESSETH:That for and in consideration of the payment terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The term of this contract shall be one (1) year contract from the date of execution with the option to renew for two additional one-year periods. The City can terminate this contract at its convenience which includes, but is not limited to, funding not being available in any budget cycle within thirty (30) days written notice. 2. During the term of this Contract, the Contractor will furnish at his own expense all of the materials, supplies, tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications. 3. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms in the amounts stated in the bid documents not to exceed $78,000. 4. The term "Contract Documents" means and includes the following: 1) Agreement 2) General Information 3) Specification 4) Bid 5) Notice of Award 5. This Agreement shall be binding upon all parties hereto and their respective heirs,executors, administrators, successors and assigns. 6. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first written above. Signed on the day of 2026. ATTEST CITY OF PORT ARTHUR BY Sherri Bellard, City Secretary Ron Burton, CPM, City Manager Signed on the day of , 2026. WITNESS: FRONT LINE MOBILE HEALTH BY PRINT NAME: PRINT NAME: TITLE: CHARLOTTE M.MOSES,MAYOR = ' RONALD BURTON,CPM HAROLD L.DOUCET,SR., City Of " CITY MANAGER MAYOR PRO TEM " ///j I' ,�. SHERRI BELLARD,TRMC COUNCIL MEMBERS: „—`'—�.cr— CITY SECRETARY WILLIE BAE LEWIS,JR. n r t r t h u r TIFFANY L.HAMILTON EVERFIELD Texas ROXANN PAIS COTRONEO DONEANE BECKCOM CITY ATTORNEY THOMAS KINLAW,III DONALD FRANK,SR. August 16, 2025 REQUEST FOR PROPOSAL NFPA 1582 COMPLIANT ANNUAL PHYSICAL EXAMINATION FOR PORT ARTHUR FIRE DEPARTMENT DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00p.m.,Central Standard Time, August 27, 2025 (The clock located in the City Secretary's office will be the official time.) All proposals received will be read aloud at 3:15p.m.on August 27,2025 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. Proposals will be opened in a manner to avoid public disclosure of contents; however,only the names of proposers will be read aloud. MARK ENVELOPE: P25-075 DELIVERY ADDRESS: Please submit one(1) original and three (3) exact duplicate copies of your RFP to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET,4th Floor PORT ARTHUR,TEXAS 77641 PORT ARTHUR,TEXAS 77640 POINTS OF CONTACT: Questions concerning the Request for Proposal should be directed in writing to: City of Port Arthur, TX Clifton Williams,Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.williams@,portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 The enclosed REQUEST FOR PROPOSAL (RFP) and accompanying General Instructions are for your convenience in submitting proposals for the enclosed referenced services for the City of Port Arthur. Proposals must be signed by a person having authority to bind the firm in a contract. Proposals shall be placed in a sealed envelope,with the Vendor's name and address in the upper left-hand corner of the envelope. ALL PROPOSALS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed RFP submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted RFP submittals will not be accepted. eliottow, Gli t,. Clifton Williams Purchasing Manager Page 2 of 28 CITY OF PORT ARTHUR,TEXAS REQUEST FOR PROPOSALS NOTICE IS HEREBY GIVEN THAT sealed Proposals, addressed to the City of Port Arthur, will be received at the Office of the City Secretary, City Hall 444-4th Street or P. O. Box 1089, Port Arthur, Texas 77641 no later than 3:00 P.M., Wednesday, August 27, 2025 and all bids received will thereafter be opened and read aloud on Wednesday, August 27, 2023 at 3:15 P.M. in the City Council Chambers, 5th Floor, City Hall,Port Arthur, Texas for certain services briefly described as: NFPA 1582 COMPLIANT ANNUAL PHYSICAL EXAMINATION FOR PORT ARTHUR FIRE DEPARTMENT Proposals received after closing time will be returned unopened. Copies of the Specifications and other Contract Documents will be available on file in the Purchasing Office, 444-4th Street, City of Port Arthur, and are open for public inspection without charge. They can also be retrieved from the City's website at www.portarthurtx.gov/bids.aspx or www.publicpurchase.com. The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. Per Chapter 2 Article VI Sec. 2-262(C) of the City's Code of Ordinance, the City Council shall not award a contract to a company that is in arrears in its obligations to the City. (41,,LL Lb. Clifton Williams Purchasing Manager FIRST PUBLICATION: August 6, 2025 SECOND PUBLICATION: August 13, 2025 CITY OF PORT ARTHUR Request for Proposals NFPA 1582 Compliant Annual Physical Examination for Port Arthur Fire Department August 6, 2025 August 13, 2025 PUBLIC NOTICE CITY OF PORT ARTHUR,TEXAS REQUEST FOR PROPOSALS NOTICE IS HEREBY GIVEN THAT sealed Proposals,addressed to the City of Port Arthur,will be received at the Office of the City Secretary, City Hall 444-4th Street or P. O. Box 1089, Port Arthur,Texas 77641 no later than 3:00 P.M.,Wednesday,August 27,2025 and all bids received will thereafter be opened and read aloud on Wednesday,August 27,2023 at 3:15 P.M.in the City Council Chambers,5th Floor,City Hall,Port Arthur,Texas for certain services briefly described as: NFPA 1582 COMPLIANT ANNUAL PHYSICAL EXAMINATION FOR PORT ARTHUR FIRE DEPARTMENT Proposals received after closing time will be returned unopened. Copies of the Specifications and other Contract Documents will be available on file in the Purchasing Office,444-4th Street,City of Port Arthur,and are open for public inspection without charge.They can also be retrieved from the City's website at www.portarthurtx.govtbids.aspx or www.publicpurchase. Am. the City of Port Arthur reserves the right to reject any and all bids and to waive informalities. per Chapter 2 Article VI Sec.2-262(C)of the City's Code of Ordinance,the City Council shall not award a contract to a company that is in arrears in its obligations to the City. CRC Williams, PB Purchasing Manager PUBLIC NOTICE CITY OF PORT ARTHUR,TEXAS REQUEST FOR PROPOSALS NOTICE IS HEREBY GIVEN THAT sealed Proposals,addressed to the City of Port Arthur,will be received at the Office of the City Secretary, City Hall 444-4th Street or P. O. Box 1089, Port Arthur,Texas 77641 no later than 3:00 P.M.,Wednesday,August 27,2025 and all bids received will thereafter be opened and read aloud on Wednesday,August 27,2023 at 3:15 P.M.in the City Council Chambers,5th Floor,City Hall,Port Arthur,Texas for certain services briefly described as: NFPA 1582 COMPLIANT ANNUAL PHYSICAL EXAMINATION FOR PORT ARTHUR FIRE DEPARTMENT Proposals received after closing time will be returned unopened. Copies of the Specifications and other Contract Documents will be available on file in the Purchasing Office,444-4th Street,City of Port Arthur,and are open for public inspection without charge.They can also be retrieved from the City's website at www.portarthurtx.gov/bids.aspx or www.publicpurchase. corn. The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. Per Chapter 2 Article VI Sec.2-262(C)of the City's Code of Ordinance,the City Council shall not award a contract to a company that is in arrears in its obligations to the City. CRC. Williams PB Purchasing Manager REQUESTS FOR PROPOSALS NFPA 1582 COMPLIANT ANNUAL PHYSICAL EXAMINATION FOR PORT ARTHUR FIRE DEPARTMENT (To be Completed ONLY IF YOU DO NOT BID.) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid,we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: Page 3 of 28 REQUEST FOR PROPOSALS NFPA 1582 COMPLIANT ANNUAL PHYSICAL EXAMINATION FOR PORT ARTHUR FIRE DEPARTMENT OBJECTIVE The City of Port Arthur is seeking a qualified contractor to provide NFPA 1582 complaint annual physical examinations to members of the Port Arthur Fire Department,which provides on-demand response to the Request for Proposals(RFP)to furnish all labor and equipment in providing NFPA 1582 compliant physicals. The objective of this Request for Proposal and resulting contract is to obtain proposals from and the services of a qualified professional firm to perform annual physical examinations per the NFPA 1582 standards for the Port Arthur Fire Department members. The program requires a medical provider with in-depth knowledge regarding fire- service specific medical assessments in accordance with the Firefighter Life Safety Initiative and NFPA 1582 Standards to provide consolidated medical assessment,possible immunizations, and data record-keeping services of all incumbent personnel. The Physical Medical Evaluation is designed to accomplish the following services: • To provide a cost-effective investment in the early detection,disease prevention, and health promotion of firefighters. • To create physical data to monitor future effects of exposure to specific biological, physical, or chemical agents. • To detect changes in an individual's health that may be related to harmful working conditions. • To provide the fire department personnel with information about the individual's occupational hazards and current health. • Comply with federal,state,and local requirements. • Reduce out-of-service time through preventative early intervention of potential problems • To recommend types of case-management/rehabilitation for injuries to decrease re- injury rates Scheduling will be coordinated with the Fire Chief, or designees. Specific scheduling will be determined with the awardee. Any blood work, urinalysis, or other pre-examination work should be completed in such a way for the examining qualified medical provider to have results to review with the individual at the time of the exam. If multiple trips will be required,this should be identified in the proposal for scheduling purposes. Offerors will include a description and synopsis, including a detailed description of how the services will be delivered, detailing its methodology and approach to providing the Scope of Services as described in this RFP. Include how a mobile unit if not brick and mortar site will be utilized with all components of the Scope. Also,please discuss if any subcontractors will be Page 4 of 28 utilized and for each task the subcontractor will be utilized. Pricing for any utilized subcontractors shall be figured into each itemized pricing task in Attachment XX. The firm contracted to provide services under this contract shall be responsible for subcontractors work and payment. The City of Port Arthur is considering having the requested services provided in a mobile setting that is convenient for those being tested but will consider all options(including typical office visits)offered by the providers. If mobile facilities are not available, facility locations(s)to be used shall be identified along with any deviation in regular scheduled hours. A summary profile will be provided to Port Arthur Fire Department through both the Fire Chief identifying trends, department-wide recommendations for each, and general data summary including comparisons between other benchmarks. This summary shall be suitable for sharing with the entire membership. Profile will be done after each completed round of fire fighters and police officer physicals and as required by the Fire Chief, or their designees. Confidential data shall not be shared with full HIPPA compliance. PURPOSE The City of Port Arthur, TX Purchasing Department,on behalf of the Port Arthur Fire Department is soliciting proposals from qualified firms to provide annual member physical examinations based upon Firefighter NFPA 1582 standards. The purpose of this RFP is to solicit proposals from qualified medical service providers to provide medical evaluation services for Fire Department personnel. (See Attachment A—Specifications) The resulting contract from this RFP shall be for one(1)year from the date of issue with an option to renew for two (2)additional years,one(1)year at a time after the initial one-year period. The contract may be canceled by either party for any reason,without penalty,provided notification is made in writing at least 90 days prior to termination. Currently the Port Author Fire Department has only male firefighters. Providing suitable examinations for future female firefighters added during the contract extension shall be included. It is the City's intent that this Request for Proposal (RFP)permit competition. It shall be the offeror's responsibility to advise the Purchasing Director in writing if any language,requirement, specification, etc.,or any combination thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source.The Purchasing Director must receive such notification not later than five(5)business days after solicitation release date. BACKGROUND The City of Port Arthur is a local government located in Jefferson County, Texas, serving a population of approximately 56,000. The Port Arthur Fire Department currently has 7 fire stations and 108 career personnel. Approximately 10 of the 108 members work a Monday-Friday,day shift schedule in administrative,training or fire prevention type roles. The Port Arthur Fire Department is implementing an NFPA 1582 physical examination program to detect changes in an individual's medical condition that may be related to firefighter based working conditions.No minimum or maximum quantities of work are guaranteed as participation in physicals is voluntary. Page 5 of 28 SCOPE OF WORK Attachment A outlines the scope of work for inclusion in the basic physical examination.All examinations shall be compliant with NFPA 1582 standards. The City of Port Arthur requires comprehensive responses to every section within this RFP. Conciseness and clarity of content are emphasized and encouraged. Vague and general proposals will be considered non-responsive and will result in disqualification.To facilitate the review of the responses,Firms shall follow the described proposal format. The intent of the proposal format requirements is to expedite review and evaluation. It is not the intent to constrain Vendors with regard to content, but to assure that the specific requirements set forth in this RFP are addressed in a uniform manner amenable to review and evaluation. Failure to arrange the proposal as requested may result in the disqualification of the proposal.It is requested that proposals be limited to no more than 50 pages. excluding resumes. All pages of the proposal must be numbered, and the proposal must contain an organized,paginated table of contents corresponding to the sections and pages of the proposal. EXPERIENCE &KNOWLEDGE Only individual medical professionals or legally formed medical partnerships may respond to this RFP. Professionals submitting a proposal must meet the following minimum levels of skill. i) Fire Service Specific Physician. (1) This professional should have experience in occupational medicine; internal medicine specializing in fields relevant to the fire service such as occupational toxicology, industrial hygiene, epidemiology, infectious disease,pulmonary, cardiology, critical care, and orthopedics; or emergency medicine. (2) Physician should have a thorough knowledge of job-related activities,physical demands of the occupation and stresses associated with firefighting. The individual must understand the various Fire Service job analyses and remain current on medical literature pertaining to fire service-related issues. (3) The physician should have knowledge of local, state, and federal laws as well as the roles of labor and management relating to occupational medicine, health,and safety. (4) All medical staff shall be properly licensed in the State of Texas. Iii. Page 6 of 28 • i) iii. The offeror shall provide the following information. (1) List of similar work done in the past 5 years. (2) Examples of recent(last 2 years)of similar projects (3) List any experience or knowledge of the areas in Port Arthur. (4) List experience and qualification of team. PROJECT APPROACH a) Contractor shall provide the following information i) Response time to mobilize and begin work. ii) Personnel that are available to provide the work and state how long they have been on Contractor's payroll. iii) Equipment owned by Contractor available to provide the services. COST a). Contractor shall provide the following information i) Cost per person to conduct exams. ii) Any other fees required. REFERENCES ii) a). Include three(3)business references for which similar services have been provided. Include the following: (1) The term(beginning and ending dates)of your contract agreement(s). (2) A brief description of the scope of work;and (3) Contact name,title,address,email, and telephone number, (4) The offeror(s) hereby authorize(s)and request(s)any person, firm, corporation and/or government entity to furnish any information requested by the City in the verification of the references provided and for determining the quality and timeliness of providing the services. See Appendix C. Page 7 of 28 EVALUATION AND SELECTION PROCESS All proposals will be screened by an evaluation committee and those proposers selected for a short list may be invited to attend an interview, at the proposer's own expense. Any invitation for an oral presentation will be solely for the purpose of clarifying proposals received from each qualifying proposer, and will not represent any decision on the part of the evaluation committee as to the selection of a successful proposer. The City will evaluate all responses based on the experience, personnel qualifications, references, methodology/strategy,cost, and quality of response. The City reserves the right to negotiate the final fee prior to recommending any Contractor for a contract. The City's process is as follows: 1. The evaluation committee shall screen and rate all of the responses that are submitted. Evaluation ratings will be on a 100-point scale and shall be based on the following criteria: a. Experience(40-points) b. Project Approach 40-points) c. Cost/Rates(20-points) 2 City staff shall recommend the most qualified Contractor to the City Council and request authority to enter into contract negotiations. 3. When services and fees are agreed upon,the selected Contractor shall be offered a contract subject to City Council approval. 4. Should negotiations be unsuccessful,the City shall enter into negotiations with the next, highest-ranked Contractor. The process shall continue until an agreement is reached with a qualified Contractor. 5. This RFP does not commit the City to pay for any direct and/or indirect costs incurred in the preparation and presentation of the response. All finalist(s) shall pay their own costs incurred in preparing for,traveling to,and attending interviews. The City reserves the right to use all pertinent information (also learned from sources other than disclosed in the RFP process) that might affect the City's judgment as to the appropriateness of an award to the best-evaluated proposer.This information may be appended to the proposal evaluation process results. Page 8 of 28 GENERAL INFORMATION: Proposers are cautioned to read the information contained in this RFP carefully and to submit a complete response to all requirements and questions as directed. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this RFP, the terms "Bid" and `Proposal" shall be equivalent. AWARD: The City of Port Arthur will review all proposals for responsiveness and compliance with these specifications. The City reserves the right to award on the basis of the Lowest and Best Offer in accordance with the laws of Texas, to waive any formality or irregularity, and/or to reject any or all proposals. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations,alteration,or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. WITHDRAWAL OF PROPOSAL: The proposer may withdraw its proposal by submitting written request, over the signature of an authorized individual,to the Purchasing Division any time prior to the submission deadline. The proposer may thereafter submit a new proposal prior to the deadline. Modification or withdrawal of the proposal in any manner, oral or written, will not be considered if submitted after the deadline. CONFLICT OF INTEREST:No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. CONFLICT OF INTEREST: Provide a completed copy of the Conflict-of-Interest Questionnaire (Form CIQ).The Texas legislature recently.enacted House Bill 914 which added Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons doing business or seeking to do business with the City of Port Arthur, including affiliations and business and financial relationships such persons may have with City of Port Arthur officers. The form can be located at the Texas Ethics Commission website: https://www.ethics.state.tx.us/filinginfo/conflict forms.htm By doing business or seeking to do business with the City of Port Arthur including submitting a response to this RFP, you acknowledge that you have been notified of the requirements of Chapter 176 of the Texas Local Government Code and you are representing that you in compliance with them. Any information provided by the City of Port Arthur is for information purposes only.If you have concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the manner in which you must comply,you should consult an attorney. ETHICS: Public employees must discharge their duties impartially so as to assure fair,competitive access to governmental procurement by responsible contractors. Moreover, they should conduct themselves in such a manner as to foster public confidence in the integrity of the City of Port Arthur's procurement organization. Page 9 of 28 Any employee that makes purchases for the City is an agent of the City and is required to follow the City's Code of Ethics. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full-time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the RFP will be made by addenda no later than 48 hours prior to the date and time fixed for submission of proposals. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the proposer's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the proposal to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. All addenda will be numbered consecutively,beginning with 1. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel)in Port Arthur,the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics,the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Accounts Payable,P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. Page 10 of 28 SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax;therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. The City of Port Arthur may request and rely on advice, decisions, and opinions of the Attorney General of Texas and the City Attorney concerning any portion of these requirements. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws,ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract;and,the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this RFP. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. Page 11 of 28 While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance,construction,and other details,its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE:If,through any cause,the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above,the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty(30)days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor,the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract,whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Standard Worker's Compensation Insurance: Page 12 of 28 2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury$1,000,000 single limit per occurrence or$1,000,000 each person/$1,000,000 per occurrence; and, b. Property Damage $1,000,000 per occurrence regardless of contract amount; and, c. Professional Liability: $1,000,000. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers,effective dates and expiration dates)and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered,modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten(10)days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten(10)days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. Page 13 of 28 APPENDICES RETURN WITH PROPOSAL A. Scope of Work B. Cost Form Yes C. Letter of Interest Yes D. Vendor References Yes E. Affidavit Yes F. Non-Collusion Affidavit Yes G. Conflict of Interest Questionnaire If It Applies H. HB 89 Yes I. SB 252 Yes Page 14 of 28 APPENDIX A; SCOPE OF WORK 1) Firefighters of the Port Arthur Fire Department must undergo rigorous physical examination and testing. Job requirements are unique to the fire service and medical and mental health risks are constant. Personnel have a need for a wide spectrum of medical services,which must be provided by professionals acquainted with the duties,working conditions, and mental and physical demands of the job, as well as the hours and expectations associated with the provision of preventive and emergency medical services. The program requires a medical provider with in-depth knowledge regarding fire-service-specific medical assessments in accordance with NFPA 1582 Standards. 2) OBJECTIVES a) Establish and maintain a confidential occupational medical evaluation program for members that meets or exceeds NFPA 1582 b) Early detection, disease prevention,and health promotion of Port Arthur Fire Fighters c) Create baseline data to monitor future effects of exposure to specific biological,physical, or chemical agents. d) Detect changes in individuals' health that may be related to harmful working conditions. e) Provide information to personnel about occupational hazards and current health. f) Comply with federal, state, and local requirements. g) Reduce out-of-service time through preventative early intervention of potential problems. h) Decrease re-injury rates. 3) SCOPE OF WORK a) The components of the medical evaluations shall conform to all applicable U.S. OSHA standards, including 29 CFR 1910.120, "Hazardous waste operations and emergency response"; 29 CFR 1910.134, "Respiratory protection"; 29 CFR 1910.95, "Occupational noise exposure"; and 29 CFR 1910.1030, `Bloodborne pathogens." b) Medical and Occupational/Environmental History Questionnaire to Be Completed by Employee &Reviewed by Physician. c) General Physical and Neurological Examination d) Vital Signs: Temperature,pulse,respiratory rate, and blood pressure (BP). e) Head, Eyes, Ears,Nose, and Throat(HEENT) f) Neck g) Cardiovascular: Inspection, auscultation,percussion, and palpation h) Pulmonary: Inspection, auscultation,percussion, and palpation. i) Breast j) Gastrointestinal: Inspection, auscultation,percussion, and palpation. k) Genitourinary (includes pap smear,testicular exam) 1) Hernia Exam m) Lymph Nodes: Evaluation of lymph nodes in the cervical, auxiliary, and inguinal regions. n) Neurological: Must include a general mental status evaluation and general assessment of the major cranial/peripheral nerves(motor, sensory,reflexes. Page 15 of 28 o) Musculoskeletal: Includes an overall assessment of range of motion (ROM) of all joints. p) Skin Exam: (includes screening for cancers). q) Vision-Assessment of vision must include evaluation of distance,near,peripheral, and color vision. Evaluate for common visual disorders. r) Galleri -multi cancer early detection blood test. 4) Blood Analysis. a) The Blood Analysis must take place prior to physicals and reviewed during physicals. The following are components of the blood analysis. At a minimum, laboratory services must provide these components in their automated chemistry panel (aka SMAC 20) and complete blood count (CBC)protocols. b) CBC with differential, Red Blood Cell Count(Hematocrit) indices and morphology, and Platelet Count. c) CMP—Comprehensive Metabolic Profile. d) C-Reactive Protein. e) Lipid Panel—Includes Total Cholesterol,Low Density Lipoprotein(LDL-C) level, High Density Lipoprotein(HDL-C) level, and Total Cholesterol/HDL Ratio, Triglycerides. f) PSA Prostate Cancer Marker 5) Urinalysis a) Dip Stick—Includes pH, Glucose, Ketones, Leukocyte Esterase, Protein, Blood, and Bilirubin b) Urinalysis to include 10 panel drug screens c) Microscopic—Includes WBC,RBC, WBC Casts, RBC Casts,and Crystals 6) Audiology-Hearing thresholds shall be assessed annually in each ear at each of the following frequencies: 500 Hz, 1000 Hz, 2000 Hz, 3000 Hz, 4000 Hz, 6000 Hz, 8000 Hz Results should be compared with baseline and subsequent test results. 7) Pulmonary Function Test(Spirogram) a) Spirometry/Pulmonary Function Test(FVC, FEV1, absolute FEV1/FVC ratio)Results should be compared with baseline and subsequent test results, 8) Chest X-Ray a) This procedure should occur every other year for all WFR personnel Results should be compared with baseline and subsequent test results. 9) Electrocardiograms(ECGs) a) Resting ECG part of baseline and annually b) Cardiac Treadmill Stress Test with EKG and with or without imaging echocardiography or radionuclide scanning) shall be performed every other year for all WFR. c) Coronary Calcium Scan—based on age& risk stratification 10)Mammography a) Mammography shall be made available annually to each female member. Results should be compared with baseline and subsequent test results. Page 16 of 28 11)Titers, Immunizations and Infectious Disease Screening a) Tuberculosis Screen(Annual PPD. b) Hepatitis C Virus Screen—baseline and following exposure c) HIV Screening available to all personnel d) Hepatitis B e) Td—Tetanus/Diphtheria Vaccine(Booster every 10 years) 0 MMR—Measles, Mumps, Rubella Vaccine g) Polio Vaccine—booster h) Hepatitis A Vaccine. i) Varicella Vaccine offered to all non-immune personnel (chicken pox) j) Meningococcal vaccine. k) Heavy Metal and Special Exposure Screening—for new HazMat team members, exiting members, and members with suspected exposure. 1) Arsenic (urine), Mercury (urine), Lead(urine), Lead(blood),Aluminum,Antimony,Bismuth, Cadmium, Chromium, Copper,Nickel,Zinc Organophosphates(RBC cholinesterase), Polychlorinated Biphenyls(blood) 12)Colon Cancer Screening a) Fecal Occult Blood Testing shall be provided annually to all members. 13)Ultrasound Screening. This screening will include all of the following. a) Echocardiogram—Heart with Function b) Thyroid c) Carotid Arteries with CIMT Vascular Age d) Aorta and Aortic Valve e) Internal Organs—Liver, Pancreas, Gall Bladder, Spleen, and Kidneys f) Bladder g) Ovaries and Uterus for women h) Testicular and Prostate for men 14)Weight and Body Composition a) Body weight to be measured and recorded annually b) Body composition conducted solely for the purpose of departmental health using waist-to-hip ratio. 15)CONSTRAINTS Out of Scope a) It is out of scope to diagnose,treat, or offer to treat any disease or disorder, mental or physical or any physical deformity or injury by any system or method and to effect cures thereof. b) It is out of scope to provide a fitness for duty document. c) General follow-up care is not supported by this contract. Personnel have the right to choose who provides follow-up care. Therefore, it becomes the individual's responsibility for his/her medical provider selection and payment for any follow-up visits and/or procedures. 16)TASKS/DELIVERABLES/PERFORMANCE REQUIREMENTS a) Identify a primary contact for the duration of the contract,and a consistent point of contact for scheduling exams and other work scope matters. Page 17 of 28 b) Written respiratory protection clearance issued to WFR for each individual eligible to wear positive and negative pressure respiratory protection in compliance with OSHA respiratory protection standard 29 CFR 1910.134 c) Provide follow-up information or referral to personal physician, specialist(s), or other health care practitioner(s), as needed. d) In case of possible life-threatening abnormal cardiac findings, provider will refer the individual to a specialist for follow up and will provide specific instructions for those referrals. Individual health insurance will be used for any follow-up/referrals. 17)MEDICAL INFORMATION SYSTEM/CONFIDENTIALITY a) All medical record keeping shall comply with the requirements of 29 CFR 1910.1020, "Access to employee exposure and medical records,"and any other applicable regulations and laws. b) Medical information must be collected in a database that can provide both aggregate reports as well as specific individual information,that is electronically secure to only pre-authorized medical providers. c) The contractor will maintain medical records in a manner that makes them readily identifiable as Port Arthur Fire Fighter medical records. d) At no time will an individual's medical information be released without written authorization by the employee. 18)OCCUPATIONAL STRESS AWARENESS CONSULTATION a) At the annual exam the provider shall inform the member of, and assess for,the heightened of stress associated with occupational exposures related to the job. b) The provider shall make the member aware of common adverse signs and symptoms of occupational stress inform the members of practices that might limit the damaging effects of occupational stress and provide the member with referral to licensed behavioral health specialists trained to recognize and treat stress-related disorders in first responders as indicated. 19)TRANSITION AND EXIT STRATEGY. a) Contractor must provide for transfer of medical records to a new provider upon contract expiration or termination. END OF SECTION Page 18 of 28 APPENDIX B; COST FORM Providers Name: Front Line Mobile Health, PLLC Enter information in the colored cells. For each item,refer to Appendix A: Scope of Work specifications for details. Any enhancements or deviations should be explained in comments and in your proposal. If there are no changes, enter "as specified" in the comments field. Service Requested Comments/Explanation Estimated Provider Providers Annual Unit Price Extended Price Quantity (Estimated Quantity x Unit Price Medical and As specified. Occupational/Environmental History Questionaries 60 * See Partnership total below. General Physical and Neurological Examination As specified. Cost includes vital signs, HEENT, neck,cardiovascular,pulmonary, breast,gastrointestinal,hernia, lymph nodes,neurological,vision, musculoskeletal,and skin exams 60 " See Partnership total below. Genitourinary Testicular exam As specified. 60 * See Partnership total below. Pap smear No bid, see Scope of Work Details N/A N/A N/A Vision As specified. 60 See Partnership total below. Blood Analysis CBC with differential As specified. 60 * See Partnership total below. CMP As specified. 60 * See Partnership total below. C-Reactive Protein,Triglycerides As specified. 60 * See Partnership total below. Cholesterol As specified. 60 * See Partnership total below. PSA Prostate Cancer Marker As specified. 60 * See Partnership total below. Urinalysis As specified. 60 * See Partnership total below. Audiology As specified. 60 * See Partnership total below. Pulmonary Function Test As specified. (Spirogram) 60 * See Partnership total below. Chest X-Ray Annual(per Partnership program) 60 * See Partnership total below. Electrocardiograms Resting ECG As specified. 60 * See Partnership total below. Cardiac Treadmill Stress Test with See Scope of Work EKG without imaging echocardiography or radionuclide Details scanning 60 * See Partnership total below. Coronary Calcium Scan No bid,see Scope of Work Details N/A N/A N/A Mammography No bid,see Scope of Work Details N/A N/A N/A Titers,Immunizations,and Infectious Disease Screening: Tuberculosis screening(annual Optional,not standard in Partnership PPD) program. As Needed $90 As Needed Hepatitis C Virus Screening Optional,not standard in Partnership program. As Needed $25 As Needed HIV Screening •Optional,not standard in Partnership program. As Needed $25 As Needed Td No bid,see Scope of Work Details N/A N/A N/A Hepatitis A Vaccine No bid,see Scope of Work Details N/A N/A N/A Varicella Titer Optional,not standard in Partnership program. As Needed $25 As Needed Varicella Vaccine No bid,see Scope of Work Details N/A N/A N/A Meningococcal Titer No bid, see Scope of Work Details N/A N/A N/A Meningococcal Vaccine No bid,see Scope of Work Details N/A N/A N/A Hepatitis A Titer Optional,not standard in Partnership program. As Needed $25 As Needed Hepatitis B Titer Optional,not standard in Partnership program. As Needed $25 As Needed Hepatitis B Vaccine No bid,see Scope of Work Details N/A N/A N/A MMR No bid,see Scope of Work Details N/A N/A N/A MMR Titer Optional,not standard in Partnership program. As Needed $60 As Needed Polio Titer No bid, see Scope of Work Details N/A N/A N/A Polio Vaccine Booster No bid,see Scope of Work Details N/A N/A N/A Heavy Metal and Special Exposure As specified.(Can separate out individual Screening lab tests,as requested) As Needed $1,065 As Needed Colon Cancer Screening As specified. 60 * See Partnership total below. Ultrasound Screening-Full Body See Scope of Work Echocardiogram,thyroid,carotid arteries,aorta/valve, internal Details, no organs, bladder. Echocardiogram. 60 * See Partnership total below. Female;ovary and uterus As specified. 60 * See Partnership total below. Male;testicular and prostrate See Scope of Work Details,no guaranteed prostate 60 * See Partnership total below. ultresnund vanes by nafionf Body Weight and Composition As specified. 60 * See Partnership total below. Optional:Galleri cancer detection Optional,not standard in Partnership blood test. program. As Needed $799 As Needed TOTAL PER PARTNERSHIP EXAMINATION:$975 *included in Partnership program $58,500 Front Line Mobile Health, PLLC COMPANY NAME STREET ADDRESS PO Box 1268 SIGNATURE OF BIDDER P.O.BOX Chelsea K. Conner, MPAS, APA-C Granbury TX 76048 PRINT OR TYPE NAME CITY STATE ZIP Chief of Sales (512) 688-6112 TITLE AREA CODE TELEPHONE NO chelsea@frontlinemobilehealth.com EMAIL FAX APPENDIX C LETTER OF INTEREST RFP —NFPA 1582 COMPLIANT ANNUAL PHYSICAL EXAMINATION FOR PORT ARTHUR FIRE DEPARTMENT Deadline: January 25, 2023 The undersigned firm submits the following information (this RFP submittal) in response to the Request for Proposals(as amended by any Addenda),issued by the City of Port Arthur,TX(City)to provide RFP—Request forNFPA 1582 Compliant Annual Physical Examinations for Port Arthur Fire Department Contractor for City of Port Arthur, TX. Enclosed, and by this reference incorporated herein and made a part of this RFP, are the following: ❖ Cost Form ❖ Completed RFP Letter of Interest Form ❖ Vendor References • Completed Affidavit ❖ Non-Collusion Affidavit ❖ Completed Conflict of Interest Form ❖ HB 89 ❖ SB 252 Firm understands that the City is not bound to select any firm for the final pre-qualified list and may reject any responses submitted. Firm also understands that all costs and expenses incurred by it in preparing this RFP and participating in this process will be borne solely by the firm, and that the required materials to be submitted will become the property of the City and will not be returned. Firm agrees that the City will not be responsible for any errors, omissions, inaccuracies, or incomplete statements in this RFP. Firm accepts all terms of the RFP submittal process by signing this letter of interest and making the RFP submittal. This RFP shall be governed by and construed in all respects according to the laws of the State of Texas. Front Line Mobile Health, PLLC August 20, 2025 Firm Name Date PO Box 1268 Granbury, TX 76048 Address City/State/Zip c04€ Digitally signed by Chelsea K.Conner,MPAS,APA-C Date:2025.08.20 20:26:40 Director of Sales -06'00' Authorized Signature Title Chelsea K. Conner, MPAS, APA-C (512) 688-6112 Name(please print) Telephone chelsea@frontlinemobilehealth.com Email APPENDIX D VENDOR REFERENCES Please list at least three (3) companies or governmental agencies where the same or similar products and/or services as contained in this specification package were recently provided. THIS FORM MUST BE RETURNED WITH YOUR BID, REFERENCE ONE Government/Company Name: Fort Worth Fire Department, City of Fort Worth Address: 505 W. Felix St., Fort Worth TX 76115 Contact Person and Title: James Davis, Fire Chief Phone: (817) 392-6800 Fax: Contract Period: 1/1/23-Current(Second Contract Period) Scope of Work: Annual/New Hire Exams REFERENCE Two Government/Company Name: Loveland Fire Rescue Authority, City of Loveland Address: 410 E. 5th St., Loveland CO 80537 Contact Person and Title: Timothy Sendelbach, Fire Chief Phone: (970) 962-2471 Fax: Contract Period: 3/17/25-12/31/27(Second Contract Period) Scope of Work: Annual/New Hire Exams REFERENCE THREE Government/Company Name: Georgetown Fire Department, City of Georgetown Address: 3600 DB Woods Rd., Georgetown TX 78627 Contact Person and Title: Jeff Davis, Assistant Fire Chief Phone: (512) 930-3473 Fax: Contract Period: 4/9/19-Current Scope of Work: Annual/New Hire Exams OFFEROR MUST RETURN THIS PAGE WITH OFFER APPENDIX F AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: ✓ I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. Front Line Mobile Health, PLLC September 9, 2025 Firm Name Date PO Box 1268 Granbury, TX 76048 Address City/State/Zip Director of Sales Authorized Signature Title Chelsea K. Conner, MPAS, APA-C (512) 688-6112 Name (please print) Telephone chelsea@frontlinemobilehealth.com Email STATE: Florida COUNTY: Duval SUBSCRIBED AND SWORN to before me by the above named Chelsea K. Conner on this the 9th day of September 025 65528 Andre Sierra N tary Public \oi,,,,,,,* HIS AFFIDAVIT AS PART OF THE PROPOSAL PpY pVA j// ANDRE SIERRA ▪ _, ice, :��% Notary Public-State of Florida Chelsea Kluge Conner �'. 111111 :s Commission#HH 665528 DRIVER LICENSE • 9r r `Q Expires on April is,2029 ����F�F`.\�\���� remotelyusingtechnology Notarized online communication via Proof. APPENDIX E CITY OF PORT ARTHUR,TEXAS NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § STATE OF TEXAS § By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: C Printed Name: Printed Name: Chelsea K. Conner, MPAS, APA-C Title: Director of Sales Company: Front Line Mobile Health, PLLC Date: September 9, 2025 SUBSCRIBED and sworn to before me by the above named Chelsea K. Conner on this the 9th day of September 2025 Andre Sierra HH 665528 Duval County, FL N tary Public in and for the State \\\\�����lomb��// ANDRE SIERRA 04/16/2029 `P 6 % Notary Public-State of Florida My commission expires: l11l.l .' _ Commission#HH r `►moo< omm Chelsea Kluge Conner Expires on April 16,2029 0oi ° DRIVER LICENSE Notarized remotely online using communication technology via Proof. APPENDIX H House Bill 89 Verification Chelsea K. Conner, MPAS, APA-C (Person name), the undersigned representative (hereafter referred to as "Representative") of Front Line Mobile Health, PLLC (Company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Port Arthur; and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. Ce09 Chelsea Kluge Conner SIGNATURE OF REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this 9th day of September 2025 ��\\\\\\\III/ItlP,,iliti ANDRE SIERRA Chelsea Kluge Conner % Notary Public-State of Florida DRIVER LICENSE t. 111111 .a_ Commission#HH 665528 a o �9 � Expires on April 16,2029 or 0.0 Andre Sierra HH 665528 ilfillI1ill10\\\\\\ I Notary Public Notarized remotely online using communication technology via Proof. APPENDIX I SB 252 CHAPTER 2252 CERTIFICATION L Chelsea K. Conner, MPAS, APA-C , the undersigned and Representative of Front Line Mobile Health, PLLC (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above- named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department. Chelsea K. Conner, MPAS, APA-C Name of Company Representative (Print) Ce4tDa e:2 25 08.0y Chelsea K.Conner,MPAS,APA-C Date:2025.08.20 20:27:20 -06'00' Signature of Company Representative August 20, 2025 Date -CITY OF PORT ARTHUR,TEXAS I , , _ City of Ai', �Ik ort rthu�r` -- ADDENDUM NO. TWO (2) Texas August 22,2025 BID FOR: NFPA 1582 COMPLIANT ANNUAL PHYSICAL EXAMINATION FOR PORT ARTHUR FIRE DEPARTMENT BID: P25-075 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. An LLC not owned by a Medical Doctor can respond,but they have to be able to perform all duties of the RFP, and meet all requirements of the NFPA Standard for annual medical physical. 2. DEADLINE: Sealed qualification submittals must be received and time stamped by 3:00p.m., Central Standard Time, Wednesday, September 10, 2025. (The clock located in the City Secretary's office will be the official time.) Applicant names will be read aloud beginning at 3:15 p.m. on Wednesday, September 10, 2025 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. ( . :it. (i)d ..i Cli'ign Williams Purchasing Manager September 9, 2025 Signature of Proposer Date Front Line Mobile Health, PLLC Company Vendor Name 2/26/26,11:18 AM 50241-02-eGrants-Award Statement Announcement Eligibility Profile Narrative Activities Measures Budget Documents Conditions.of.Funding General.Assessment Summary Monitoring Upload.Files My.Mail My.Home Grant.History Payment.History FSR.History Adjustment.History Award.Statement Progress.Reports.General Grant.lssues General Information and Instructions Grant Award Documents Click to View I sQ.D.oratulatory Letts, I855ponsibilities Memo Print Statement of Grant Award Statement of Grant Award (SOGA) The Statement of Grant Award is the official notice of award from the Office of the Governor(OOG).This Grant Agreement and all terms,conditions, provisions and obligations set forth herein shall be binding upon and shall inure to the benefit of the Parties and their respective successors and assigns and all other State of Texas agencies and any other agencies,departments,divisions,governmental entities,public corporations,and other entities which shall be successors to each of the Parties or which shall succeed to or become obligated to perform or become bound by any of the covenants,agreements or obligations hereunder of each of the Parties hereto. The approved project narrative and budget for this award are reflected in eGrants on the'Narrative'and'Budget/Details'tabs.By accepting the Grant Award in eGrants,the Grantee agrees to strictly comply with the requirements and obligations of this Grant Agreement including any and all applicable federal and state statutes,regulations,policies,guidelines and requirements.In instances where conflicting requirements apply to a Grantee,the more restrictive requirement applies. The Grant Agreement includes the Statement of Grant Award;the 00G Grantee Conditions and Responsibilities;the Grant Application in eGrants; and the other identified documents in the Grant Application and Grant Award,including but not limited to:2 CFR Part 200,Uniform Administrative Requirements,Cost Principles,and Audit Requirements for Federal Awards;Chapter 783 of the Texas Government Code,Title 34,Part 1,Chapter 20, Subchapter E,Division 4 of the Texas Administrative Code,and the Texas Grant Management Standards(TxGMS)developed by the Comptroller of Public Accounts;the state Funding Announcement or Solicitation under which the grant application was made,and for federal funding,the Funding Announcement or Solicitation under which the 00G was awarded funds;and any applicable documents referenced in the documents listed above.For grants awarded from the U.S.Department of Justice,the current applicable version of the Department of Justice Grants Financial Guide and any applicable provisions in Title 28 of the CFR apply.For grants awarded from the Federal Emergency Management Agency(FEMA),all Information Bulletins and Policies published by the FEMA Grants Program Directorate apply.The 00G reserves the right to add additional responsibilities and requirements,with or without advance notice to the Grantee. By clicking on the'Accept'button within the'Accept Award'tab,the Grantee accepts the responsibility for the grant project,agrees and certifies compliance with the requirements outlined in the Grant Agreement,including all provisions incorporated herein,and agrees with the following conditions of grant funding.The grantee's funds will not be released until the grantee has satisfied the requirements of the following Condition(s)of Funding and Other Fund-Specific Requirement(s),if any,cited below: Grant Number: 5024102 Award Amount: $99,286.20 Date Awarded: 12/3/2025 Grantee Cash Match: $33,095.40 Grant Period: 09/01/2025-08/31/2026 Grantee In Kind Match: $0.00 Liquidation Date: 11/29/2026 Grantee GPI: $0.00 Program Fund: BC-Body-Worn Camera(BWC)Program Total Project Cost: $132,381.60 Grantee Name: Port Arthur,City of Project Title: FY26 Body-Worn Camera Grant Program Grant Manager: Sam Terry Unique Entity Identifier(UEI): EMVNEFYW2KN4 CFDA: N/A Federal Awarding Agency: N/A-State Funds Federal Award Date: N/A-State Funds Federal/State Award ID Number: 2026-BC-ST-0020 Total Federal Award/State Funds Appropriated: $10,000,000.00 Pass Thru Entity Name: Texas Office of the Governor—Criminal Justice Division(CJD) Is the Award R&D: No Funds are used for the purchase of body cameras and digital storage systems Federal/State Award Description: to serve as a tool in a law enforcement comprehensive problem-solving approach to enhance officer interactions with the public,build community trust,and gather important evidence for use in the prosecution of crimes. https://egrants.gov.texas.gov/Apes/eGrants/project/awardstatement.aspx?i2=4&i1=9&g h=E8-6C-79-91-58-67-53-E7-F2-EE-74-AB-8D-F8-51-B9 1/2 2/26/26. 11:18 AM 50241-02-eGrants-Award Statement List of Post-Award Conditions of Funding and Other Fund-Specific Requirements II •Hold Hold Line (Condition of Funding/Project Requirement Date Created Dale Met Project Item Funds Funds Body-Worn Camera Training:All officers who will be equipped with cameras purchased under the program must be trained before doing so in official duty and PS0 cannot reimburse any , • costs until this training has occurred.Such training must comply with the requirements of Sec.1701.656,Occupations Code,which requires that,prior to operating a body-worn '3/14/2025 camera program,the grantee must train the officers who will wear the cameras as well as any other personnel who will come into contact with the video and audio data obtained through the program. Resolution:Applications from nonprofit corporations,local units of governments,and other i political subdivisions must submit a resolution electronically using the'Upload'function in the • eGrants system.The resolution must contain the following: i • Authorization by your governing body for the submission of the application to OOG that clearly identifies the name of the project for which funding is requested; • A commitment to provide all applicable matching funds; • A designation of the name and/or title of an authorized official who is given the authority 3/14/2025 to apply for,accept,reject,alter,or terminate a grant(Note:If a name is provided,you must. update OOG should the official change during the grant period.);and 1 • A written assurance that,in the event of loss or misuse of grant funds,the governing body will return all funds to 00G. ****Current form is missing a written assurance that,in the event of loss or misuse of grant funds,the governing body will return all funds to 00G. This grant must be administered by the Police Department,Sheriff's Office,Constable Precinct,or other Law Enforcement Division/Department within the grantee organization as submitted in the original application.Deviation from the approved budget or project scope 4/23/2025 requires prior authorization from the Public Safety Office.Failure to comply with this • requirement could result in the termination of your grant. Delinquent General Assessment Report(GAR):Thirty(30)calendar days have passed since the grant was activated and the General Assessment Tab has not been completed.Your 1/29/2026 1/29/2026 agency must complete and submit the General Assessment to remove the Fund Hold. f https://egrants.gov.texas.gov/Apes/eGrants/project/awardstatement.aspx?i2=48,i1=98,gh=E8-6C-79-91-58-67-53-E7-F2-EE-74-AB-8D-F8-51-B9 2/2