Loading...
HomeMy WebLinkAboutContract 3967154-100210 '_"JY a!L_rHETAFJY PMEMORANDUM OF AGREEMENT TRAIN • SERVE . RESPOND This MEMORANDUM OF AGREEMENT (MOA) is entered into by and between the City of Fort Worth, Texas (hereafter "City"), a home -rule municipality, and the TEXAS ENGINEERING EXTENSION SERVICE, an agency of the State of Texas and a member of The Texas A&M University System ("TEEX") shown below as Contracting Parties. CONTRACTING PARTIES: The Receiving Party: Citv of Fort Worth, Texas, 1000 Throckmorton. Fort Worth. Texas. 76102. The Performing Party: Texas Enaineerina Extension Service. John B. Connally Blda.. 301 Tarrow, Colleae Station. Texas 77840-7896. II. STATEMENT OF SERVICES: See Statement of Services dated 18 November 2009, attached hereto and incorporated as Attachment A and Attachment B. III. CONTRACT AMOUNT: The total amount of this Contract is: Two Hundred Eighty Seven Thousand Dollars and no cents, ($287.000.00). IV. PAYMENT FOR SERVICES: Payment for services performed shall be billed lump sum with payment due within thirty (30) days of completion. Each party paying for the performance of governmental functions or services must make those payments from current revenues available to the paying party. V. TERM OF CONTRACT: This Contract is to begin as of the date of the last signature and shall terminate 26 February, 2010. VI. EARLY TERMINATION: Both parties reserve the right to terminate this Contract for cause or if it is determined the objectives of the program described in Section II cannot be accomplished. The party wishing to terminate this Contract must notify the other party in writing fifteen (15) days in advance and arrange for a mutual settlement of expenses incurred, if any; provided, however, that either party may terminate this agreement without penalty and without any amount owed to the other party if such termination is effective prior to the services being provided as referenced in Attachment A. VII. NOTICES: All notices required to be made pursuant to this Contract shall be made at the addresses set forth in Section I above. TEEX CS-33 Approve as of 09 PFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 54-100210 VIII. CONFIDENTIALITY: Each party agrees that the terms and conditions of this Contract are confidential, proprietary and material to each party's interests, business and affairs. Each party agrees to maintain confidentiality of the terms and conditions of this Contract, provided that information contained herein may be used by each party's respective employees, officers and professional advisors to the extent necessary for the purpose of performing or enforcing this Contract, and provided further that each party recognizes that the other party is subject to, and must comply with, public information statutes. IX. WAIVERS AND SOVEREIGN IMMUNITY: The failure of either party to require strict compliance with any term of this Contract shall not be deemed a waiver of that or any other term of this Contract. The parties will use their best efforts to amicably resolve any dispute. However, nothing contained in this Contract shall be construed to waive the sovereign immunity enjoyed by both parties and their officers, employees or agents. X. INDEPENDENT CONTRACTOR: This Contract shall inure to the benefit of, and be binding upon, the successors, assigns and legal representatives of each party hereto. TEEX may not substitute a third party to perform its obligations under this Contract without the express written consent of the City. TEEX and its employees are independent contractors performing services for the City and are not employees of the City. Nothing herein shall be construed to create an employer -employee relationship between the parties. It is understood and agreed that the City will not withhold any amounts for payment for taxes from the compensation of TEEX, which will be solely responsible to pay all applicable taxes from said payments, including payments owed to its employees, agents and subcontractors. Further, neither execution of this Contract nor performance by the parties under this Contract shall create any partnership or joint venture relationship between TEEX and the City. XI. ASSIGNMENT: Neither parry may assign this Contract without the prior written consent of the other party. It is further understood that this Contract shall be binding upon each parry and its respective successors and assigns. XII. INSURANCE: TEEX represents that, as an agency of the State of Texas, it is self -insured. XIII. SEVERABILITY: Any provision of this Contract prohibited by the laws of any state shall, as to such state, be ineffective to the extent of such prohibition without invalidating the remaining provisions of this Contract. XIV. MODIFICATION: Any modification of this Contract must be agreed to by the parties in writing. TEEX CS-33 Approve as of 09/06 54-100210 XV. COMPLETE AGREEMENT: The covenants and conditions herein contained, together with any attached exhibits and addenda, are the full and complete terms of this Contract, and no alterations, amendments, or modifications of the same shall be binding, unless first reduced to writing and signed by both parties. The undersigned Parties bind themselves to the faithful performance of this Contract. RECEIVING PARTY: Citv of Fort Worth. Texas By: dt- Thomas Higgi v Assistant City Manager Date: �Z�3v�o9 Approved as to Form and Legality: By: ' '- L ann D. Guzma Assistant //City Attorney Date: i }- l / (r (0' q Tax ID: 75-60005286 Attest: A City Secretary Ck M & C No.: l',',�g005 PERFORMING PARTY: Texas Enqineerinq Extension Service By: , ice, ily - Slue Shahan Deputy Director Date: 1L- y -09 Tax ID: 74-2270626 Contact Person: Mark W. Anderson, Traininq Manaqer Phone: 979-862-6090 Contract No.: 1\"��� Contact Person: �F 000000000 0�lY� Juan Ortiz, EMC Phone: 817-392-6170 0 o � OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX TEEX CS-33 Approve as of 09/06 54-100210 Attachment A The City of Fort Worth, Texas Office of Emergency Management Jurisdictional Enhanced Incident Management / Unified Command (J E IMUC) Course Statement of Services 18 November 2009 Course Overview: The Jurisdictional Enhanced Incident Management / Unified Command (J E IMUC) course provides participants with incident management and decision -making skills required to safely and effectively respond too and manage an "All -Hazards" and/or a catastrophic CBRNE/WMD/terrorism incident in their jurisdiction. The course provides a brief overview of CBRNE/terrorism emergency response considerations and methodologies of the Incident Command System (ICS) in a unified command structure, followed by multiple iterations of computer -driven "All -Hazards" and/or CBRNE/terrorism simulated scenarios. The course, using a multidisciplinary team approach, focuses on the Incident Command Post (ICP) and the critical decision -making requirements within that command and control node. The course exercises incident management skills, staff responsibilities, and related decision -making requirements. Each staff position is integrated into a unified command structure within the ICP. During the simulations, participants train in a fixed, assigned position for the entire course or train in several positions during simulations. Over 70% of the course is hands-on computer -driven simulation training activities, designed to reinforce incident management and decision -making skills during the simulated response to a catastrophic incident. Participants: Emergency responders who are in management or supervisory positions that may be required to perform an incident command staff or general staff function for a jurisdiction during a response to an "All -Hazards" and/or CBRNE/terrorism incident. The course is designed for a maximum of 50 participants — responders, supervisors and managers — in a balanced representation of the following disciplines or services: ■ Fire Services ■ Emergency Medical Services (EMS) ■ Hazardous Materials (Hazmat) ■ Law Enforcement ■ Public Health ■ Health Care ■ Public Works ■ Emergency Management ■ Governmental Administration ■ County, State, and Federal agency personnel who will respond with a local jurisdiction during an "All -Hazards" and/or CBRNE/terrorism incident Course Length: Three and one-half days (28 hours). TEEX CS-33 Approve as of 09/06 54-100210 Course Delivery Dates: 25 — 29 January 2010 Course Delivery Location: National Emergency Response and Rescue Training Center (NERRTC), Emergency Operations Training Center (EOTC), Disaster City®, in College Station, Texas. Course Specifics: The J E IMUC course delivery begins with a refresher of NIMS Incident Command System (ICS) operational requirements. Topics include information and resource management processes, situational awareness and decision making processes, and large- scale (practical) incident management application skills. Other specifics include: ■ Four computer based simulation exercises (one practice 2 hour, two 4 hour using the fictional maps of Granger County, and one 8 hours in length for 40 students). ■ The NERRTC EOTC administration staff will coordinate for travel between the lodging facility and EOTC daily for class. Further, they will ensure that the Texas State lodging rate of $93.00 per night is coordinate for all students. ■ Travel and Lodging will be responsibility of each student; however the NERRTC EOTC Staff will coordinate lodging with a local hotel. Deliverables: ■ One (1), J E IMUC course consisting of 50 participants, chosen by officials from the City of Fort Worth, Office of Emergency Management and/or specific jurisdiction point -of -contact. ■ Three and one half -day J E IMUC course consisting of: ■ One half day of J E IMUC operational review ■ One, two hour practice simulation exercise ■ Two, four hour simulation exercises ■ One, eight hour simulation scenario exercise using the Emergency Management Exercise System (EM*ES) software NOTE: 8 hour exercise will be a joint with the J E EOC for the City of Ft Worth. ■ Noontime meal's for three days during the course delivery ■ Course costs do not include travel, lodging, per Diem costs for the participants. Delivery Cost: - Course delivery: $150,000 per course (Number of requested courses = 1) - Total Delivery Cost $150,000 TEEX CS-33 Approve as of 09/06 54-100210 Attachment B City of Fort Worth Texas, Office of Emergency Management TEEX, Jurisdictional Enhanced Emergency Operations Center (J EEOC) Course Statement of Services, 18 November 2009 Course Specifics: - This course delivery begins with a refresher of EOC operational requirements. Topics include information management, situational awareness issues, decision making processes and EOC organizational design concepts. - The simulation exercises consist of three computer based simulation exercises (two that are 4 hours in length and one that is 8 hours in length). NOTE: 8 hour exercise will be a joint with the J E IMUC for the City of Ft Worth. - The NERRTC EOTC staff will provide noontime lunch meals from a local caterer as part of the course cost. - The NERRTC staff will coordinate for transportation between the lodging facility and EOTC daily for class. Deliverables: Three and one half -day EOC course consisting of: ■ One half day of EOC operational review ■ Two, four hour simulation exercises ■ One, eight hour simulation exercise ■ Noontime meal's for three days during the course delivery ■ Course costs do not include travel, lodging and per diem Delivery Cost: Course delivery: $137,000 per course (Number of requested courses = 1) - Total Delivery Cost $137,000 TEEX CS-33 Approve as of 09/06 M&C Review Page 1 of 2 FORT NVORTII COUNCIL ACTION: Approved on 12/15/2009 DATE: 12/15/2009 REFERENCE C-24005 LOG NAME: 36TEEXS/JEIMUC AND E NO.: EOC CODE: C TYPE: NON- PUBLIC CONSENT HEARING: NO SUBJECT: Authorize a Sole Source Purchase Agreement for the Jurisdictional Enhanced Incident Management Unified Command Course and Enhanced Emergency Operations Center Course from Texas Engineering Extension Service for the City of Fort Worth Emergency Operations Center User's Group in the Amount of $287,000.00 RECOMMENDATION: It is recommended that the City Council authorize a Sole Source Purchase Agreement for the Jurisdictional Enhanced Incident Management Unified Command Course and Enhanced Emergency Operations Center course from Texas Engineering Extension Service for the City of Fort Worth Emergency Operations Center User's Group for $287,000.00 with payment due thirty days after completion of course. DISCUSSION: The Fire Department, Emergency Management Office, (EMO) will use this Sole Source Purchase Agreement (Agreement) to obtain the "Jurisdictional Enhanced Incident Management Unified Command Course" and "Enhanced Emergency Operations Center Course" for the department heads, managers or key personnel of each department who respond to an activation of the Emergency Operations Center. The three and one half day courses run simultaneously and provide participants with incident management and decision -making skills required to safely and effectively respond to a Chemical, Biological, Radiological, Nuclear and Explosive (CBRNE)/Weapons of Mass Destruction (WMD)/terrorism incident in their jurisdiction. The courses provide a brief overview of CBRNE/terrorism emergency response considerations and methodologies of the Incident Command System (ICS) in a unified command structure, followed by multiple iterations of computer -driven CBRNE/terrorism simulated scenarios. The cost for both courses shall not exceed $287,000.00, with payment due within 30 days of completion of course. The payment for this Agreement will be from grant funds that are intended to prepare a City for disasters. Texas Engineering Extension Service is the documented sole source provider of these courses under the Department of Homeland Security for the State of Texas. M/WBE — A waiver of the goal for M/WBE subcontracting requirements was requested by the Fire Department, Emergency Management Office, and approved by the M/WBE Office because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. AGREEMENT TERMS - This Agreement begins on the date of the last signature and ends on March 1, 2010. The Texas Local Government Code, Chapter 252, exempts sole source procurements from the http://apps. cfwnet.org/council_packet/mc_review.asp?ID=12788&councildate= l 2/ 15/2009 1 / 15/2010 M&C Review Page 2 of 2 competitive bid process. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current operating budget, as appropriated, of the Grant Funds. TO Fund/Account/Centers FROM Fund/Account/Centers GR76 531180 002442236080 $287,000.00 Submitted for Citv Manager's Office bv: Oriainatina Department Head: Additional Information Contact: ATTACHMENTS Course Description.pdf Tom Higgins (6192) Rudy Jackson (6801) Rudy Jackson (6801) http://apps.cfwnet.org/council_packet/mc_review.asp?ID=12788&councildate= l 2/ 15/2009 1 / 15/2010