Loading...
HomeMy WebLinkAboutContract 49202 CITY SECRETARY CONTRACT NO. PROFESSIONAL SERVICES AGREEMENT This PROFESSIONAL SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH (the "City"), a home rule municipal corporation, acting by and through Valerie R. Washington, its duly authorized Assistant City Manager, and THE POLICE EXECUTIVE RESEARCH FORUM, located at 1120 Connecticut Ave. NW Suite 930 Washington, D.C., 20036, ("Contractor"), acting by and through Chuck Wexler, its authorized representative. For purposes of this Agreement, the term Contractor shall include Contractor, its authorized representatives, officers, employees, and instructors who provide services on Contractor's behalf. The term City shall include its authorized representatives, officers, employees, and directors. City and Contractor are each individually referred to herein as a"party" and collectively referred to as the"parties." 1. SCOPE OF SERVICES Contractor hereby agrees, with good faith and due diligence, to provide the City with professional training services for Contractor's Integrated Communication,Assessment, and Tactics ("ICAT")training for all Fort Worth Police Officers. Specifically, Contractor will perform all duties outlined and described in the Scope of Services, which is attached hereto as Exhibit "A" and is incorporated herein for all purposes, and further referred to herein as the "Services." Contractor shall perform the Services in accordance with the standards in the industry for the same or similar services. In addition,Contractor shall perform the Services in accordance with all applicable federal, state, and local laws, rules, and regulations. If there is any conflict between this Agreement and Exhibit"A",the terms and conditions of this Agreement shall control. 2. TERM This Agreement shall become effective upon execution of this Agreement by both parties("Effective Date") and shall expire at 11:59 pm, Central Standard Time, on September 30, 2017 ("Expiration Date"), unless terminated earlier in accordance with the terms of this Agreement. This Agreement may be extended, at the City's option for one additional ninety-day(90)term. 3. TERMINATION 3.1 Convenience.City or Contractor may terminate this Agreement at any time and for any reason by providing ten(10)days written notice to the other party. 3.2 Breach. If either party commits a material breach of this Agreement, the non-breaching Party must give written notice to the breaching party that describes the breach in reasonable detail. The breaching party must cure the breach within ten(10)calendar days after receipt of notice from the non-breaching party, or other time frame as agreed to by the parties. If the breaching party fails to cure the breach within the stated period of time, the non-breaching party may, in its sole discretion, and without prejudice to any other right under this Agreement, law, or equity immediately terminate this Agreement by giving written notice to the breaching party. 3.3 Fiscal Funding Out. In the event no funds or insufficient funds are appropriated by the City in any fiscal period for any payments due hereunder,the City will notify Contractor of such occurrence and this Agreement shall terminate on the last day of the Fiscal period for which appropriations were received without penalt • x ense to the City of any kind whatsoever,except as t the portions of the payments herein agreed ds have been appropriated. r� e► .o Q 'l Professional Services Agreement e PERF and the City of Fort Worth � 1 ai"i!"y SECRETARY z��` 0L68 �'� 3.4 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date,the City shall pay Contractor for the trainings sessions actually rendered and completed prior to the effective date of termination, and Contractor shall continue to provide the City with services requested by the City and in accordance with this Agreement up to the effective date of termination. 4. COSTS The City shall pay Contractor $18,961.14 per completed training session, with a total contract amount not to exceed $284,417.10. The cost for each training session includes all of Contractor's fees, and Contractor shall not receive any additional funds from City. The City shall not be liable for any additional expenses of Contractor not specified in this Agreement. City agrees to pay all Contractor's invoices within thirty(30) days of receipt of such invoice. Nothing herein shall be construed to require the City to request a specified number of training sessions from Contractor.All payment from City to Contractor must come from available funds appropriated for the purpose of funding this Agreement. 5. DUTIES AND OBLIGATIONS OF THE PARTIES. The City shall be responsible for providing the classroom facilities and audio/visual equipment needed by Contractor. Contractor agrees to provide the City a list of necessary audio/visual equipment needed at least two (2) weeks prior to the start of Services. The City agrees to notify contractor of any equipment that is not available within two days of receiving the Contractor's list of necessary equipment. Contractor also agrees to provide the City with information regarding the classroom size necessary to conduct the training at least two(2) weeks prior to the start of Services. Nothing herein shall be construed to require the City to purchase any software,equipment,or other items requested by Contractor. 6. TRAINING SESSIONS Training sessions shall consists of approximately one hundred (100) police officers per session. The City may cancel or reschedule a training session without penalty or fee.The City will provide as much notice as possible for any sessions that will be cancelled or rescheduled. The City will work with Contractor to reschedule any trainings. Except as provided herein, the training sessions will take place as further described in Exhibit"A." 7. INDEPENDENT CONTRACTOR. 7.1 Contractor shall operate hereunder as an independent contractor and not as an officer,agent,or servant or employee of City. Contractor shall have exclusive control of,and the exclusive right to control,the details of the work and services performed hereunder,and all persons performing same,and shall be solely responsible for the acts and omissions of its officers, members,agents,servants,employees,subcontractors,program participants,licensees,or invitees. The doctrine of respondeat superior shall not apply as between City and Contractor,its officers, members,agents,servants,employees,subcontractors,program participants,licensees,or invitees, and nothing herein shall be construed as creating a partnership or joint enterprise between City and Contractor. No federal,state,or local income tax,nor any payroll tax of any kind,shall be withheld or paid by City on behalf of Contractor. Contractor shall not be treated as an employee with respect to the services performed pursuant to this Agreement for federal or state tax purposes. It is expressly understood and agreed that officers,members,agents,employees,subcontractors, licensees,or invitees of Contractor and any program participants hereunder are not eligible for, Professional Services Agreement PERF and the City of Fort Worth 2 and shall not participate in any employer pension,health,or other fringe benefit plan provided by City.It is expressly understood and agreed that City does not have the legal right to control the details of the tasks performed hereunder by Contractor its officers,members,agents,employees, subcontractors,program participants,licensees,or invitees. 7.2 City shall in no way nor under any circumstances be responsible for any property belonging to Contractor its officers,members,agents,employees,subcontractors,program participants,licensees,or invitees,which may be lost,stolen,destroyed,or in any way damaged. This section shall survive the termination or expiration of this Agreement. 8. LIABILITY AND INDEMNIFICATION. CONTRACTOR SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS,PROPERTY DAMAGE,AND/OR PERSONAL INJURY,INCLUDING DEATH,TO ANY AND ALL PERSONS,OF ANY KIND OR CHARACTER,WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S)OR OMISSION(S), MALFEASANCE,OR INTENTIONAL MISCONDUCT OF CONTRACTOR ITS OFFICERS, AGENTS,SERVANTS,OR EMPLOYEES. CONTRACTOR AGREES TO DEFEND,INDEMNIFY,AND HOLD THE CITY,ITS OFFICERS,AGENTS, SERVANTS,AND EMPLOYEES HARMLESS AGAINST ANY AND ALL CLAIMS,LAWSUITS,ACTIONS,COSTS,AND EXPENSES OF ANY KIND, INCLUDING,BUT NOT LIMITED TO,THOSE FOR PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO OWNER'S BUSINESS AND ANY RESULTING LOST PROFITS)AND/OR PERSONAL INJURY(INCLUDING DEATH)THAT MAY RELATE TO,ARISE OUT OF,OR BE OCCASIONED BY(I)CONTRACTOR'S BREACH OF ANY OF THE TERMS OR PROVISIONS OF THIS AGREEMENT OR(II)ANY NEGLIGENT ACT OR OMISSION OR INTENTIONAL MISCONDUCT OFCONTRACTOR ITS OFFICERS,AGENTS,ASSOCIATES,EMPLOYEES,CONTRACTORS(OTHER THAN THE CITY),OR SUBCONTRACTORS RELATED TO THE PERFORMANCE OF THIS AGREEMENT; EXCEPT THAT THE INDEMNITY PROVIDED FOR IN THIS SECTION SHALL NOT APPLY TO ANY LIABILITY RESULTING FROM THE SOLE NEGLIGENCE OF THE CITY OR ITS OFFICERS,AGENTS,EMPLOYEES,OR SEPARATE CONTRACTORS,AND IN THE EVENT OF JOINT AND CONCURRENT NEGLIGENCE OF BOTH CONSULTANT AND CITY,RESPONSIBILITY,IF ANY,SHALL BE APPORTIONED COMPARATIVELY IN ACCORDANCE WITH THE LAWS OF THE STATE OF TEXAS. NOTHING HEREIN SHALL BE CONSTRUED AS A WAIVER OF THE CITY'S GOVERNMENTAL IMMUNITY AS FURTHER PROVIDED BY THE LAWS OF TEXAS. CONTRACTOR shall require all of its subcontractors to include in their subcontracts a release and indemnity in favor of City in substantially the same form as above. This section shall survive the expiration or termination of this Agreement. 9. ACCESS The access granted to Contractor pursuant to this Agreement shall be limited to the property defined as Premises in Section 1 of this Agreement. Instructors for Contractor shall be escorted by a City employee at Professional Services Agreement PERF and the City of Fort Worth 3 all times while on Premises.The City employee escorting Contractor instructors must be authorized to access Criminal Justice Information Services("CJIS")protected data. The parties acknowledge and understand that the Premises contain one or more areas where CHS protected data is viewed, modified, and used. Furthermore, the parties acknowledge that Federal and State law set forth the access requirements for CJIS protected data. The parties agree to comply with all Federal and State law requirements regarding access to CJIS protected data. All instructors shall sign in and out at the front desk of Premises upon entry.Instructors shall carry a valid photo ID while on Premises. 10. INSURANCE Contractor shall provide and deliver to the City a certificate of insurance documenting policies in the following coverage at minimum limits that are to be in effect prior to commencement of work under this Agreement: - Commercial General Liability Insurance-$1,000,000 each occurrence;$2,000,000 aggregate - Professional Liability(Errors and Omissions)-$1,000,000 per claim;$1,000,000 aggregate - Automotive Liability Insurance—combines limit of not less than$1,000,000 per occurrence. - Statutory Workers' Compensation and Employers' Liability Insurance requirements,per the amount required by statute. All applicable policies shall name the City as an additional insured thereon, as its interest may appear. The term City shall include its employees, officers, officials, agents, and volunteers in respect to the contracted services. The Workers' Compensation policy shall include a waiver of subrogation (Right of Recovery) in favor of the City of Fort Worth. The insurers for all policies must be licensed or approved to do business in the State of Texas. All insurers must have a minimum rating of A- VII in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial strength and solvency to the satisfaction of the Risk Management Department of the City of Fort Worth. If the rating is below that required, written approval of Risk Management is required. 11. PROHIBITION OF ASSIGNMENT Neither party hereto shall assign, sublet or transfer its interest herein. Any attempted assignment, sublease or transfer of all or any part hereof shall be null and void. 12. RIGHT TO AUDIT Contractor agrees that the City shall, until the expiration of three(3)years after final payment under this Agreement, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records of Contractor involving transactions relating to this Agreement at no additional cost of the City. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits. This provision shall survive any termination or expiration of this agreement. Professional Services Agreement PERF and the City of Fort Worth 4 13. NOTICES Any notices required to be given hereunder shall be given by certified mail, return receipt to the following addresses: To The CITY: To CONTRACTOR: City of Fort Worth Police Executive Research Forum Attn: Valerie R. Washington,Asst.City Manager Attn: Chuck Wexler,Executive Director 200 Texas Street 1120 Connecticut Ave NW, STE 930 Fort Worth TX 76102-6311 Washington,D.C.20036-3951 Facsimile:(817)392-8502 Phone:(202)466-7820 With a Copy to the City Attorney's Office at the same address. 14. SEVERABILITY. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired. 15. FORCE MAJEURE. The City and Contractor shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control (force majeure), including,but not limited to,compliance with any government law,ordinance or regulation,acts of God, acts of the public enemy, fires, strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority,transportation problems and/or any other similar causes. 16. HEADINGS NOT CONTROLLING. Headings and titles used in this Agreement are for reference purposes only and shall not be deemed a part of this Agreement. 17. AMENDMENTS. No amendment of this Agreement shall be binding upon a party hereto unless such amendment is set forth in a written instrument,which is executed by an authorized representative of each party. 18. GOVERNMENTAL POWERS. Both Parties agree and understand that the City does not waive or surrender any of its governmental powers by execution of this Agreement. 19. ENTIRETY OF AGREEMENT. This Agreement contains the entire understanding and agreement between the City and Contractor, their assigns and successors in interest, as to the matters contained herein. Any prior or Professional Services Agreement PERF and the City of Fort Worth 5 contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. 20. THIRD PARTY BENEFICIARIES The provisions and conditions of this Agreement are solely for the benefit of the City and Contractor, and their lawful successors or assigns, and are not intended to create any rights, contractual or otherwise,to any other person or entity. 21. COUNTERPARTS. This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute one and the same. An executed Agreement, modification, amendment, or separate signature page shall constitute a duplicate if it is transmitted through electronic means, such as fax or email, and reflects the signing of the document by any party. Duplicates are valid and binding even if an original paper document bearing each party's original signature is not delivered. 22. REVIEW OF COUNSEL. The Parties acknowledge that each party and its counsel have reviewed this Agreement and that the normal rules of construction that effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement or exhibits hereto. 23. GOVERNING LAW AND VENUE. This Agreement shall be construed in accordance with the laws of the State of Texas. If any action,whether real or asserted, at law or in equity, is brought on the basis of this Agreement,venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Norther District of Texas,Fort Worth Division. 24. NO WAIVER. The failure of the City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of the City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 25. SOLICITATION OF EMPLOYEES. Neither the City nor Contractor shall, during the term of this Agreement and additionally for a period of one year after its termination, solicit for employment or employ, whether as employee or independent contractor, any person who is or has been employed by the other during the term of this Agreement,without the prior written consent of the person's employer.This provision shall not apply to an employee who responds to a general solicitation or advertisement of employment by either party. 26. NON-DISCRIMNATION COVENANT. Contractor, for itself, its personal representatives, assigns, subcontractors and successors in interest, as part of the consideration herein, agrees that in the performance of Contractor's duties and Professional Services Agreement PERF and the City of Fort Worth 6 obligation hereunder,it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. If any claim arises from an alleged violation of this non- discrimination covenant by Contractor,its personal representatives,assigns, subcontractors,or sucessors in interest, Contractor agrees to assume such liability and to indemnify and defend the City and hold the City harmless for such claim. 27. SIGNATURE AUTHORITY. The person signing this Agreement hereby warrants that he or she has the legal authority to execute this Agreement on behalf of his or her respective Party, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. The other Party is fully entitled to rely on this warranty and representation in entering into this Agreement. [REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK] [Signature Page Follows] Professional Services Agreement PERF and the City of Fort Worth 7 EXECUTED on this,thQday o til 2017. CITY OF FORT WORTH: POLICE EXECUTIVE RESEARCH FORUM By: By: Valerie R.Washington Chuck Wexler Assistant City Manager Date: Date: J_ APPROVAL RECOMMENDED BY: By:��. Joel F. Fitzgerald Chief of Police Date: 6 // q /I :�" APPROVED AS TO FORMANEGALI Y By: Jo ate Ass' City Attorney FORT ATTE O By: U: %4 Mary J.Kay City Secretary Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. ('&_- L�3 Captain Linda Stuart Training Division OFFICIAL RECORD FORM 1295 Certification No.: 2017-197374 CITY SECRETARY M&C: (i-Zg24, C) FT.WORTH,TX Date Approved: ( Professional Services Agreement PERF and the City of Fort Worth 8 EXHIBIT A Scope of Services Overview: Contractor will provide the City up to fifteen (15) one-day training sessions, and shall present the full ICAT.•Integrating Communications, Assessment, and Tactics (ICAT), as further described in this exhibit, each training session. Each training session shall last between eight (8) and ten (10) hours. Training Goals The ICAT training program is based on the following goals: 1) Reinforce the core ideal of sanctity of all human life. This includes the need for officers to protect themselves, members of the public and,whenever possible, other individuals in crisis and criminal suspects from danger and harm. 2) Promote public safety and officer safety by learning and integrating skills and strategies related to decision-making, crisis recognition, tactical communications, and safety tactics. 3) Provide officers with the skills, knowledge, and confidence they need to assess and manage threats, influence behavioral change, and gain voluntary compliance whenever possible in dynamic and potentially dangerous situations. 4) Provide officers with a decision-making model that is intuitive, practical, and effective for safely resolving non-firearms critical incidents and for documenting and explaining their actions and decisions after the fact. 5) Provide officers with basic skills needed to recognize individuals in crisis and to approach and attempt to engage them in a safe and effective manner. 6)Provide officers with key communications skills needed to safely engage with, de-escalate, and gain compliance from subjects who are in crisis and/or non-compliant. 7) Reinforce with officers effective tactical approaches and teamwork skills needed to safely resolve incidents. 8) Provide officers with realistic and challenging scenario-based training, which enables them to practice the concepts and skills presented in the training, including recognizing persons in crisis, tactical communications and decision-making, and the appropriate actions to take as part of an overall, integrated de-escalation strategy. Training Modules Each training session consists of six modules: Module 1: Introduction.This module explains the purpose and focus of the training, emphasizing that public safety and officer safety lie at the heart of the entire training. Module 2: Critical Decision-Making Model (CDM).This module discusses the importance of critical thinking and decision-making for officers responding to the types of incidents that are the focus of this training. It presents the Critical Decision-Making Model as a training and operational tool for agencies to structure and support officers' decision-making. Module 3: Crisis recognition and response. This module provides basic information on how to recognize individuals who are experiencing a behavioral health crisis caused by mental illness, drug addiction, or other conditions. It also provides techniques on how to respond to such individuals and initiate communications with them. Module 4:Tactical communications.This module provides more specific and detailed instruction on communicating with individuals who are agitated and initially non-compliant. It focuses on key communications skills, including active listening and non-verbal communication, that are designed to help officers manage these situations and gain voluntary compliance. Module 5: Operational safety tactics. Using the Critical Decision-Making Model as the foundation, this module reviews critical pre-response, response, and post-response tactics to incidents in which a person in behavioral crisis is acting erratically or dangerously but is not brandishing a firearm. It emphasizes concepts such as the "tactical pause;" using distance and cover to create time; using time to continue communications, de-escalating heightened emotional responses, bringing additional resources to the scene;tactical positioning and re- positioning; and teamwork. Module 6: Integration and practice. This module pulls the preceding modules together. Using video case studies, it gives officers additional opportunities to discuss the concepts and skills learned throughout the training. Training Schedule CONTRACTOR understands CITY will require flexibility in establishing the training schedule. CITY will have the ability to cancel or reschedule trainings, as needed. CONTRACTOR and CITY will work together to schedule courses to meet the needs of both parties. Unless trainings are cancelled by CITY, or are rescheduled pursuant to a mutual, written agreement, the trainings shall take place on the following dates during the Agreement term: June 21,June 28,June 29,July 6,July 19,July 26,July 27, August 9, August 16,August 22, August 23, September 6, September 13, September 20, and September 21. Each training session will take place between 8 am and 8 pm on the days the trainings are held. CONTRACTOR Trainers CONTRACTOR will provide four to five trainers for each ICAT session. Trainers will include both CONTRACTOR staff and vetted ICAT instructors who have assisted with developing the ICAT materials and who have extensive experience in its presentation. CONTRACTOR trainers will provide instruction on each module and will oversee the video case studies and all other exercises. Contractor will pay any and all instructors that are not City officers. Required Fort Worth Police Department Assistance CITY will provide up to three Fort Worth Police Department Training Academy staff to help organize and schedule the training sessions. CONTRACTOR's trainers will provide all instruction. Video and Scenario-Based Training Due to the large class size, 100 or more students per session, CONTRACTOR will be limited to only utilizing video case studies. No scenario-based training will be included in this training due to class size. CONTRACTOR instructors will share all scenario-based exercises included in the ICAT material with CITY Training Academy staff for inclusion in the department's ongoing in- service training. M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FOR ll COUNCIL ACTION: Approved on 6/6/2017 DATE: 6/6/2017 REFERENCE NO.: **C-28260 LOG NAME: 35PERF ICAT OFFICER TRAINING CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of Professional Service Agreement with the Police Executive Research Forum in an Amount Not to Exceed $284,417.10 to Provide Integrated Communications, Assessment and Tactics Training for All City Police Officers (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize execution of a Professional Services Agreement for police officer de-escalation training entitled Integrating Communications, Assessment, and Tactics with the Police Executive Research Forum in an amount not to exceed $284,417.10. DISCUSSION: The Police Executive Research Forum (PERF) is a national provider of critical management services, training, and technical assistance. Since its founding in 1976, PERF has identified best practices on fundamental issues such as reducing police use of force; developing community policing and problem-oriented policing; using technologies to deliver police services to the community; and evaluating crime reduction strategies. All PERF members must have a four-year college degree and must subscribe to a set of founding principles, emphasizing the importance of research and public debate in policing, adherence to the Constitution and the highest standards of ethics and integrity, and accountability to the communities that police agencies serve. All of PERF's work benefits from PERF's status as a membership organization of police officials, academics, federal government leaders, and others with an interest in policing and criminal justice. PERF's Integrated Communications, Assessment, and Tactics ("ICAT") training takes the essential building blocks of critical thinking, crisis intervention, communications, and tactics and puts them together to help officers assess situations, make safe and effective decisions, and document and learn from their actions. The training is specifically designed to apply to the police-specific encounters and dynamics that police officers face when dealing with a critical incident. The Fort Worth Police Department (FWPD) would like PERF to provide ICAT training to all officers in order to provide them with an additional set of specialized skills to enhance their critical thinking, crisis intervention, communication, and tactics in the field. ICAT consists of a one-day training course designed to assist officers with safe and professional resolutions to critical incidents that involve unarmed individuals who may pose a danger to themselves and others. The primary goals of the course are reducing the use of deadly force, upholding the sanctity of life, building community trust, and promoting public safety by learning skills and strategies related to decision making, crisis recognition, tactical communications, and safety tactics. PERF instructors and consultants will provide up to 15 separate ICAT sessions to FWPD in order to train all sworn officers; each session will include approximately 100 sworn officers. Each session will consist of six modules with video case studies and will be taught by three or four PERF trainers and consultants, with assistance from approximately three FWPD instructors. ICAT utilizes both lecture/discussion-based training and practical instruction. The video case studies will be presented in the context of the Critical Decision-Making Model, which is the foundation of the ICAT http://apps.cfwnet.org/council_packet/mc_review.asp?ID=24611&councildate=6/6/2017 6/21/2017 M&C Review Page 2 of 2 approach. The model is a structured critical-thinking process that provides each officer with a decision-making method intended to enhance an officer's ability to resolve critical incidents in a safe and effective manner. Each ICAT session costs $18,961.14. PERF will invoice FWPD at the conclusion of each ICAT training session. M/WBE OFFICE —A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Purchasing Division and approved by the M/WBE Office, in accordance with the BIDE Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. AGREEMENT TERM - Upon City Council's approval, this Agreement shall commence upon execution of the contract. The City expects all training sessions to be complete by September 30, 2017, but, if necessary, the City, in its sole discretion, may extend the term past September 30, 2017. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available within the existing appropriations of the current General Fund Budget. Prior to an expenditure being made, the participating department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year ChartPield 2 Submitted for City Manager's Office by: Valerie Washington (6199) Originating Department Head: Joel Fitzgerald (4231) Additional Information Contact: Charles Ramirez (4311) ATTACHMENTS Police Executive Research 2017-197374.pdf http://apps.cfwnet.org/council_packet/mc_review.asp?ID=24611&councildate=6/6/2017 6/21/2017 CERTIFICATE OF INTERESTED PARTIES FORD 1295 1011 Complete Nos.i-4 and 6 If there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 If there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing fomt,and the city,state and country of the business entity's place Certificate Number. of business. 2017-197374 Police Executive Research Forum Washington,DC United States Date Filed: 2 Name of governmental entity or state agency that Is a party to the contract for which the form is 04/2412017 being filed. Fort Worth Police Department Date Acknowledged: 3 Provide the Identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract PERF 2017 [CAT Training Program Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary O'Sullivan,N6ir[n Washington,DC United States X Harteau,Jane6 Washington,DC United States X Magnus,Chris Washington,DC United States X Oates,Daniel Washington,DC United States X O•roole,Kathleen Washington,DC United States X White,Robert Washington,DC United States X Manger,Thomas Washington,DC United States X Thomson,J Scott Washington,DC United States X Wexler,Chuck Washington,DC United States X 5 Check only IfAPere is NO Interested Party. ❑ ..E R• I swear,or affirm,under penaltyof perjury,th the above disclosure is true and correct. ` JAY 9'30-2017 A`AJ► r ,� f Signature of authorized agent of contracting business entity Jl�. *f•• .... J t �IO��RP[ofP IAL ABOVE Swum t and subscribed before me,by the said 4841WICAduthe t� day of 20 ,to certify which,witness my hand and seal of office. y KS od NMW�JENNIFER DIS MICTOF COLUMBIA A4", 4P�ZMy Commission E)Iree September 30,2017 j I S' lure of offic4 administefing oath Printed name of officer administering oath Title of officer administering oath Forms prcUded by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883