Dallas Logo
File #: 20-1663    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 8/21/2020 In control: Office of Procurement Services
On agenda: 9/23/2020 Final action: 9/23/2020
Title: Authorize a three-year service price agreement, with two one-year renewal options for professional independent medical review services for the City Attorney's Office - Trinity Review Services, Inc., most qualified respondent of three - Estimated amount of $105,000 - Financing: Liability Reserve Fund
Indexes: 100
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Government Performance and Financial Management

AGENDA DATE:                     September 23, 2020

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Elizabeth Reich

______________________________________________________________________

SUBJECT

 

Title

Authorize a three-year service price agreement, with two one-year renewal options for professional independent medical review services for the City Attorney's Office - Trinity Review Services, Inc., most qualified respondent of three - Estimated amount of $105,000 - Financing:  Liability Reserve Fund

 

Body

BACKGROUND

 

This action does not encumber funds; the purpose of a service price agreement is to establish firm pricing for services, for a specific term, which are ordered on an as needed basis according to annual budgetary appropriations. The estimated amount is intended as guidance rather than a cap on spending under the agreement, so that actual need combined with the amount budgeted will determine the amount spent under this agreement.

 

This service price agreement will provide for professional independent medical review services to assist in evaluating medical and health-related claims.  Litigators in the City Attorney’s Office who manage injury claims against the City require independent medical examination, peer review, and bill review services for these claims.  These include a wide range of claims against the City including:

 

                     Bodily injury

                     Workers compensation

                     Disability

                     Federal insurance programs

 

This agreement will allow for the review of documents for the City Attorney’s Office in matters pertaining to the evaluation of medical and health-related claims for accuracy and legitimacy.  This agreement will also provide expert reports and affidavits, as needed, for trial, pre-trial, and mediation proceedings.  At times, the service provider will be required to give deposition testimony or in-court testimony regarding their opinions expressed in their expert reports and affidavits.  The review services will also be available to claims adjusters in the Office of Risk Management for review of complicated claims, upon approval of the City Attorney’s Office.

 

A five-member committee from the following departments reviewed and evaluated the qualifications:

 

                     City Attorney's Office                                                                                    (2)

                     Office of Risk Management                                                               (2)

                     Office of Business Diversity                                                               (1)*

 

*The Office of Business Diversity only evaluated the Business Inclusion and Development Plan.

 

The committee selected the successful respondent on the basis of demonstrated competence and qualifications under the following criteria:

 

                     Experience and Qualifications                                                               50 points

                     Firm's availability to City Staff                                                               20 points

                     Approach to Project                                                                                                         15 points

                     Business Inclusion and Development                                          15 points

 

As part of the solicitation process and in an effort to increase competition, the Office of Procurement Services used its procurement system to send out email notifications to vendors registered under relevant commodity codes.  To further increase competition, the Office of Procurement Services uses historical solicitation information, the Internet, and vendor contact information obtained from user departments to contact additional vendors.  Additionally, in an effort to secure more competition, the Office of Business Diversity sent notifications to chambers of commerce and advocacy groups to ensure maximum vendor outreach.

 

On November 10, 2015, the City Council authorized a living wage policy that requires contractors to pay their employees a “living wage” rate as established annually by the Massachusetts Institute of Technology Living Wage Calculator for Dallas County by Resolution No. 15-2141.  The current calculated living wage during the solicitation process of this contract is $11.71; the selected vendor meets this requirement.

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

On May 11, 2016, City Council authorized a three-year professional services contract, with two one-year renewal options, for independent medical review services with ExamWorks, Inc. by Resolution No. 16-0714.

 

FISCAL INFORMATION

 

Fund

FY 2021

FY 2022

Future Years

Liability Reserve Fund

$35,000.00

$35,000.00

$35,000.00

 

M/WBE INFORMATION

 

In accordance with the City’s Business Inclusion and Development Plan adopted on October 22, 2008, by Resolution No. 08-2826, as amended, the M/WBE participation on this contract is as follows:

 

Contract Amount

Category

M/WBE Goal

M/WBE %

M/WBE $

$105,000.00

Professional Services

36.30%

100.00%

$105,000.00

This contract exceeds the M/WBE goal.

Trinity Review Services, Inc. - Local; Workforce - 66.67% Local

 

PROCUREMENT INFORMATION

 

Method of Evaluation for Award Type:

 

Request for

Utilized for procurements involving professional services

Qualifications/ Request for

A 2-step process in which proposers are first evaluated by a team considering the relative evaluation factors stated in the specifications

Proposal

Respondents determined to be most qualified are invited to submit a proposal for cost consideration

 

Allows for negotiation on contract terms, including price

 

The Office of Procurement Services received the following proposals from solicitation number BQZ20-00012542.  We opened them on March 6, 2020.  We recommend the City Council award this service price agreement in its entirety to the most qualified respondent.

 

*Denotes successful respondent

 

Respondents                     Address                     Score

 

*Trinity Review Services, Inc.                     610 Uptown Village Blvd.                     80.75

                     Suite 2000

                     Cedar Hill, TX  75104

 

Examworks, LLC                     3280 Peachtree Rd.                     66.75

                     Suite 2625

                     Atlanta, GA  30305

 

Reconcile Care Management                     2541 Clearlake Dr.                     42.75

Services                     Grand Prairie, TX  75054

 

OWNER

 

Trinity Review Services, Inc.

 

Johnny L. Rogers, Chief Executive Officer