Loading...
HomeMy WebLinkAbout06-20 RESOLUTIONF FAYETr ry 4R KA NS PS 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 06-20 File Number: 2019-0936 TEECO SAFETY, INC.: A RESOLUTION TO AUTHORIZE THE PURCHASE OF SEVENTY SEVEN (77) REPLACEMENT TACTICAL BODY ARMOR VESTS AND ONE HUNDRED THIRTY ONE (131) SETS OF RIFLE RESISTANT BALLISTIC PLATES FROM TEECO SAFETY, INC. IN THE AMOUNT OF $189,524.00 PLUS APPLICABLE TAXES AND FREIGHT CHARGES PURSUANT TO A NASPO VALUEPOINT COOPERATIVE PURCHASING CONTRACT, TO AUTHORIZE THE PURCHASE OF VARIOUS BODY ARMOR PRODUCTS PURSUANT TO NASPO VALUEPOINT COOPERATIVE PURCHASING CONTRACTS ON AN AS NEEDED BASIS THROUGH MARCH 15, 2020 AND ANY FUTURE RENEWAL PERIODS, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves the purchase of seventy seven replacement tactical body armor vests and one hundred thirty one sets of rifle resistant ballistic plates in the amount of $189,524.00 plus applicable taxes and freight charges from Teeco Safety, Inc, pursuant to a NASPO ValuePoint cooperative purchasing contract. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes the purchase of various body armor products pursuant to the NASPO ValuePoint cooperative purchasing contracts attached to this Resolution as needed through March 15, 2020, and any future renewal periods. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. Page 1 Printed on 119120 File Number.' 2019-0936 Resolution 06-20 PASSED and APPROVED on 1/7/2020 Attest: Y 0 rf+rtl TEVILLE-�= ' s A NSP .•� .. '''',,"111111,1110%o Page 2 Printed on 119120 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2019-0936 Agenda Date: 1/7/2020 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 7 TEECO SAFETY, INC.: A RESOLUTION TO AUTHORIZE THE PURCHASE OF SEVENTY SEVEN (77) REPLACEMENT TACTICAL BODY ARMOR VESTS AND ONE HUNDRED THIRTY ONE (131) SETS OF RIFLE RESISTANT BALLISTIC PLATES FROM TEECO SAFETY, INC. IN THE AMOUNT OF $189,524.00 PLUS APPLICABLE TAXES AND FREIGHT CHARGES PURSUANT TO A NASPO VALUEPOINT COOPERATIVE PURCHASING CONTRACT, TO AUTHORIZE THE PURCHASE OF VARIOUS BODY ARMOR PRODUCTS PURSUANT TO NASPO VALUEPOINT COOPERATIVE PURCHASING CONTRACTS ON AN AS NEEDED BASIS THROUGH MARCH 1.5, 2020 AND ANY FUTURE RENEWAL PERIODS, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves the purchase of seventy seven replacement tactical body armor vests and one hundred thirty one sets of rifle resistant ballistic plates in the amount of $189,524.00 plus applicable taxes and freight charges from Teeco Safety, Inc, pursuant to a NASPO ValuePoint cooperative purchasing contract. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes the purchase of various body armor products pursuant to the NASPO ValuePoint cooperative purchasing contracts attached to this Resolution as needed through March 15, 2020, and any future renewal periods. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas Paye 1 Printed on 1/8/2020 City of Fayetteville Staff Review Form 2019-0936 Legistar File ID 1/7/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Mike Reynolds 12/19/2019 POLICE (200) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of a Resolution to authorize the City of Fayetteville to procure off the Arkansas State Contract #SP -17-0032 through the cooperative procurement entity NASPO Value Point Contract #2016-181 for various body armor products through Teeco Safety, Inc. as an authorized distributor through March 15, 2020, on an as needed basis, and as renewed by NASPO Value Point. Furthermore, Staff recommends authorization to purchase 77 replacement body armor vests and 131 sets of rifle resistant ballistic plates through the above Arkansas State Contract #SP -17-0032 In the amount of $189,524 and approval of a budget adjustment in the amount of $112,603. 1010.200.2920-5210.00 4470.200.8200-52100.00 Account Number 37042 13011 Project Number Budget Impact: General Fund Sales Tax Capital Improvements Fund Fund 37042 - Police Bulletproof Vests Partnership 13011- Police Bulletproof Vests Budgeted Item? Yes Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? Yes Budget Adjustment Purchase Order Number: Change Order Number: Original Contract Number: Comments: Remaining Budget Project Title $ 422,126.00 $ 28,387.17 $ 393,738.83 $ 189,524.00 $ 112,603.00 $ 316,817.83 Previous Ordinance or Resolution # Approval Date: V20180321 CITY OF FAYETTEVILLE ARKANSAS MEETING OF JANUARY 7, 2020 TO: Mayor and City Council FROM: Mike Reynolds, Chief of Police DATE: December 20, 2019 SUBJECT: Body Armor for Police Sworn Personnel CITY COUNCIL MEMO RECOMMENDATION: Staff recommends approval of a Resolution to authorize the City of Fayetteville to procure off the Arkansas State Contract #SP -17-0032 through the cooperative procurement entity NASPO ValuePoint Contract #2016-181 for various body armor products through Teeco Safety, Inc. as an authorized distributor through March 15, 2020, on an as needed basis, and as renewed by NASPO ValuePoint. Furthermore, staff recommends authorization to purchase 77 replacement body armor vests and 131 sets of rifle resistant ballistic plates through the above Arkansas State Contract #SP -17-0032 in the amount of $189,524 and approval of a budget adjustment in the amount of $112,603. BACKGROUND: For over two decades, the Fayetteville Police Department has maintained a mandatory body armor vest wear policy (41.3.5.V.M) and have supplied these body armor vests to all sworn personnel. All state-of-the-art body armor is custom made to the exact specification of the wearer with a guaranteed life of five years. This ensures all officers have our required level of protection. DISCUSSION: In FY2020, we have 77 body armor vests scheduled to reach end of useful life and must be replaced. Based on the above State Contract, each body armor vest will have a unit cost of $910.23 plus tax for a total replacement cost of $76,921. In addition to our replacement body armor vests, staff recommends the immediate upgrade of all ballistic plates held within our body armor vests (front and back) to rifle resistant protection. Current ballistic plates held in our body armor are rated for bullet resistance. The cost to upgrade 131 sets of ballistic plates to rifle resistant is $783.20 plus tax for a total of $112,603. This upgrade represents a significant expansion in the level of protection provided to our sworn personnel. BUDGET/STAFF IMPACT: $76,921 is budgeted for the purchase of replacement body armor vests within the Bulletproof Vest Partnership grant (grant project #37042) in the amount of $30,800 and Police Ballistic Protection (CIP project #13011) in the amount of $46,121. The budget adjustment in the amount of $112,603 for the upgrade to rifle resistant ballistic plates uses reprioritized funds Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 from various projects within our Capital Improvements Program. This Resolution and purchase has no impact on staffing. Attachments: NASPO ValuePoint Master Agreement 2 PARTICIPATING ADDENDUM NASPO ValuePoint Body Armor Products Administered by the State of Colorado (hereinafter "Lead State") MASTER AERP. AM Point Blank Enterprises, Inc. Master Agreement No: 2018.181 (hereinafter "Contractor") And [State of Arkansas] (hereinafter "Participating State/Entity') 1. AgM., This addendum covers the Body Armor Products led by the State of Colorado for use by state agencies and other entities located in the Participating State/Entity authorized by that state's statutes to utilize state/entity. contracts with the prior approval of the State's Chief Procurement Official. 2. Participation: Use ofspecific NASPO ValuePoint cooperative contracts by agencies, political subdivisions and other entities (including cooperatives) authorized by an individual state's statutes to use state/entity contracts are subject to the prior approval of the respective State Chief Procurement Official. Issues of interpretation and eligibility for participation are solely within the authority of the State Chief procurement Official. 3. Parti_ cipatibef State/Ep- tq Modiflgati2as or Additions to Master greement. (These modifications or additions apply only to actions and relationships within the Participating Entity.) Participating State/Entity to check one box. [--j No changes to the terms and conditions of the Master Agreement are required [ 3�J The following changes are modifying or supplementing the Master Agreement terms and conditions. CRWGES: The following changes to the terms and condition* are as. follows: a. Payments and Invoice Provisions: Payment will be made in accordance with applicable State of Arkansas accounting procedures upon acceptance by the Agency. The State may not be invoiced in advance of delivery and acceptance of any products or services.. Payment will be made only after the contractor has successfully satisfied the ordering agency as to the goods and/or services purchased or rented. Vendors should invoice the ordering agency by an itemized list of charges. Purchase Order Number and/or Contract Number should be referonced on each invoice. Page I of 5 f PARTICIPATING ADDENDUM NASPO ValuePotht Body Armor Products Administered by the State of Colorado (hereinafter "Lead State") MASTER AGREEMENT Point Blank Enterprises, Inc. Master Agreement No: 2016-161 (hereinafter "Contractor' And [State of Arkansas] (hereinafter "participating State/Entity") Payments shall be submitted to the contractor at the address shown on the invoice. Payment shall be tendered to the contractor within thirty (30) days of the date of invoice. After the sixtieth (601h) day from the date of the invoice, unless mutually agreed to, interest shall be paid on the unpaid balance due to the contractor at the rate of one half of one percent per month in accordance with Arkansas Code Annotated §19-11-224. The procuring agency shall make a good -faith effort to pay within thirty (30) days after date of invoice. Payments may also be made vin a Purchasing Entity's "Purchasing Card." All invoices should be forwarded to: Agency Name Attention: Accounts Payable Address City, Arkansas Zip Cocke b. Purchase Order Instructions: All purchase entities issuing valid purchase orders will bound by the terms and conditions of the NASPO ValuePoint/State of Arizona Master Agreement including, without limitation, the obligation to pay the contractor for product and/or services provided. The parties acknowledge and agree that. orders submitted to the contractor from a purchasing entity through the purchasing entity's usiness procurement card Are authorized purchase orders under the NASPO ValuePoint Master Agreement. c. Price Agreement Number. All purchase orders issued by the purchasing entities within the jurisdiction of this Participating Addendum shall include -the ValuePoint Contract # 2016-17.6, agency name, address, name of contact person and phone number. d, Reporting: The vendor agrees to provide a quarterly report to the Arkansas primary contact within thirty (30) days following the quarter being reported. Reports should include the following data: agency name and address, product description, quantity, unit and extended prices. e. Record Retention: The contractor shall be required to maintain all pertinent financital and accounting records and evidence pertaining to the contract in accordance with generally accepted principles of accounting and other procedures specified by the State of Arkansas. Access will be granted upon request, to State or Federal Government entities or any of their duly authorized representative's. Financial and accounting records shallbe made available, upon request, to the State of Arkansas' designee at any time during the contract period and any extension thereof, and for tive (S) years from expiration date and final payment on the contract or extension thereof. Page 2 of 3 ti PARTICIPATING ADDENDUM NASPO ValuePoint Body Armor Products Administered by the State of. Colorado (hereinafter "Lead State") MAS'TEEi AGREEMENT Point Blank Enterprises, Inc. Master Agreement No: 2016-181 (hereinafter "Contractor") And. [State of Arkansas) (hereinafter "Participating State/Entity") f. Delivery: Tree On Board Destination g. Taxes: Personal Property tax will not be charged to Arkansas state agencies. h. Cancellation The State may cancel this Participating Addendum by giving the contractor and NASPO ValuePoint written notice of such cancellation thirty (30) days prior to the date of cancellation. i. Governing Law: The laws of the State of Arkansas shall govern this agreement. j. Venue and jurisdiction: Venue for any claim, dispute, or action concerning an order placed against the contract shall be Pulaski County, Arkansas. k. Sovereign immunity. Nothing under this agreement or the Master Agreement shall be deemed or construed as a waiver of the State's right to sovereign immunity. Page 3 of 5 PARTICIPATING ADDENDUM NASPD ValuePoint Body Armor Products Administered by the State of Colorado (hereinafter "Dead State") MASTER AGREEMENT Point Blank Enterprises., Inc. Master Agreement No: 2016-181 (hereinafter "Contractor") And [State of Arkansas] (hereinafter "Participating State/Entity") 4.:Z-dM&!r_p Contacts: The primary contact individuals for this Participating Addendum are as follows (or their named successors): Contractor: Point Blank Enterprises. Inc Name Camila Oliveira Sales & Marketing- - - Address 2102 SW and Street, Pompano Beach. FL 33069 Telephone 984 ._630-0900 Ext. 1524 E-mail .CO Particinatinc Entity: Name Tim O'Brien Address 1609 W. T4 Street. Room 300. Little Rack, AR 722.0.1 _ Telephone 901-324-9320 Fax 601-324-8311 E-mail Timth 'B a S. ,Subcontractors: All Point Blank Enterprises, Inc. Distributors authorized in the State of Arkansas, as shown on the dedicated Point Blank Enterprises, Inc. NASPO ValuePoint website, are approved to provide sales and service support to participants in the NASPO ValuePoint Master Agreement. The Contractor's Distributor's participation will be.in accordance with,the terms and conditions set forth in the aforementioned Master Agreement. S. Or—dorsa Any Order placed by a Participating Entity or Purchasing Entity for a Product and/or Service available from this Master Agreement shall be deemed to be a sale under (and governed by the prices and other tenses and conditions) of the Master Agreement unless the parties to the Order agree in writing that another Contract or agreement applies to such Order. Page 4 of 5 r PARTIC PANG ADDENDUM NASPO oalnepoint Body Amor Products Administered by the State of Colorado (hereinafter "Lead State") MASTER AGREEMM Point Blank Enterprises, Inc. Master Agreement No: 2016-181 (hereinafter "Contractor") And [state of Arkansas] (hereinafter " 1?articipadng Statg/EntiW') IN VVTPNFBS VaMOF, the parties have executed this Addendum as of the date of execution by both parties below. Participating State: Arkansas Contractor: Paint Blank Enteueprl=4 Inc. Hy: C By: ' Name: I Randy iivrig& Name: 0 Titre-. Deputy Director, OSP fie: SIIPIQF LAI 1�&OOVZOM' Date: October -25-20)6 bate: / I3 For questions on execuUM a participating addendum, please contact: NASPO ValuePoint Cooperative Deveio meet Coordinator Tim Ha Tel phone 503-428-5705 E-mail - they®naspovaiuepoint-org - P4eatse entail tuay oneented PDr *copy of ads document to PA�saspov negoiust.org to enppost do---nentatiion of participation .and posting in appsoptiate data bases? Page 5 of 5 Vendor No. 100002073 Contact Rafe Jordan Your reference SPA 7-0032 TEECO SAFETY INC PO Box 7784 SHREVEPORT LA 71137-7784 STATE OF ARKANSAS Term Contract Rand Invnica Tn• Ship T^, As noted on individual purchase order. TEECO SAFETY INC SHREVEPORTLA Contract No. 4600039049 Date 10/25/2016 Contact Timothy F Hicks Telephone 501-682-4112 Fax 501-324-9311 Our ref. ST Incoterms FOB DESTINATION Valid from: 10/25/2016 Valid to: 03/15/2020 Page 1/4 Target value 300,000.00 USD THIS IS A TERM CONTRACT ISSUED BY THE OFFICE OF STATE PROCUREMENT TO BE USED IN CONJUNCTION WITH NAMPO ValuePoint CONTRACT 2016-181 (Point Blank Enterprises, Inc.). THIS DOES NOT REPRESENT YOUR AUTHORITY TO SHIP. THE ORDERING AGENCY WILL ISSUE A PURCHASE ORDER TO AUTHORIZE SHIPMENT. Statewide Procurement Specialist: Timothy F. Hicks, Statewide Procurement Specialist Office of State Procurement 1509 West 7th Street, 3rd Floor Little Rock, AR 72201-4222 Phone: 501-682-4112 Fax: 501-324-9311 TimothyF.Hicks@dfa.arkansas.gov CONTRACT PERIOD: The term of this contract shall be from date of award, March 16, 2019 through March 15, 2020 with the option to renew for up to one (1) one-year increment or a portion thereof. In no event shall the total contract term be more than five (5) years. DELIVERY REQUIREMENTS: PRICES ARE F.O.B. DESTINATION. INVOICE and FOB DELIVERY LOCATION: AS SPECIFIED ON AGENCY PURCHASE ORDER Scope: This is a NASPO ValuePoint cooperative Term Contract issued by the State of Colorado with the State of Arkansas as an authorized participant in purchasing Point Blank Enterprises Body Armor through the NASPO GENERAL C DITIONS AND INSTRUCTIONS TO VENDOR: All purchas' rules and regulations defined by the State of Arkansas apply to this document. )- - Joao Date &� STATE OF ARKANSAS Page 2/4 Term Contract Vendor No. 100002073 Contract No. 4600039049 Contact Rafe Jordan Date 10/25/2016 Your reference SP -17-0032 Our reference ST ValuePoint Multi -state agreement. The quantities listed are estimates and are not a guarantee to purchase. The State may order as is required during the term of the contract. Item Material/Description Target QtyUM Unit Price Amount 0001 10129680 ARMOR,BODY,ACESSORI ES Timothy F. Hicks, Statewide Procurement Specialist Office of State Procurement 1509 West 7th Street, 3rd Floor Little Rock, AR 72201-4222 Phone: 501-682-4112 Fax: 501-324-9311 TimothyF.Hicks@dfa.arkansas.gov 300,000.00 Lump Sum Estimated Net Value OUTLINE AGREEMENT AWARD TERMS AND CONDITIONS 1.00 $ 300,000.00 300,000.00 1. GENERAL: All terms and conditions stated in the invitation for bid govern this contract. 2. PRICES: Prices are firm and not subject to escalation, unless otherwise specified in the invitation for bid. 3. DISCOUNTS: All cash discounts offered will be taken if earned. 4. TAXES: Most state agencies must pay state sales tax. Before billing, the contractor should contact the ordering agency to find out if that agency must pay sales tax. Itemize state sales tax when applicable on invoices. 5. BRAND NAME REFERENCES: The contractor guarantees that the commodity delivered is the same as specified in the bid. 6. GUARANTY: All items delivered are to be newly manufactured, in first- class condition, latest model and design, including, where applicable, containers suitable for shipment and storage unless otherwise indicated in the bid invitation. The contractor guarantees that everything furnished hereunder will be free from defects in design, workmanship, and material; that if sold by drawing, sample or specification, it will conform thereto and will serve the function for which furnished. The contractor further guarantees that if the items furnished hereunder are to be installed by the contractor, such items will function properly when installed. The contractor also guarantees that all applicable laws have been complied with relating to construction, packaging, labeling, and registration. The contractor's obligations under this paragraph shall survive for a period of one year from the date of delivery, unless otherwise specified in the invitation for bid. GENERAL CONDITIONS AND INSTRUCTIONS TO VENDOR: All purchasing rules and regulations defined by the State of Arkansas apply to this document. o� STATE OF ARKANSAS Page Term Contract b Vendor No. 100002073 Contract No. 4600039049 Contact Rafe Jordan Date 10/25/2016 Your reference SP -17-0032 Our reference ST 7. AWARD: This contract award does not authorize shipment. Shipment against this contract is authorized by the receipt of a purchase order from the ordering agency. A written purchase order mailed or otherwise furnished to the contractor results in a binding obligation without further action by either party. 8. DELIVERY: The term of the contract is shown on the face of the contract award. The contractor is required to supply the state's needs during this term. The number of days required to place the commodity in the receiving agency's designated location under normal conditions is also shown. Consistent failure to meet delivery without a valid reason may cause removal from the bidders' list or suspension of eligibility for award. 9. BACK ORDERS OR DELAY IN DELIVERY: Back orders or failure to deliver within the time required may be default of the contract. The contractor must give written notice to the Office of State Procurement and ordering agency of the reason and the expected delivery date. If the reason is not acceptable, the contractor is in default. The Office of State Procurement has the right to extend delivery if reasons appear valid. If the date is not acceptable, the agency may buy elsewhere. 10. DELIVERY REQUIREMENTS: No substitutions or cancellations are permitted without written approval of the Office of State Procurement. Delivery shall be made during agency work hours only, 8:00 a.m. to 4:30 p.m., unless prior approval for other delivery has been obtained from the agency. Packing memoranda shall be enclosed with each shipment. 11. STORAGE: The ordering agency is responsible for storage if the contractor delivers within the time required and the agency cannot accept delivery. 12. DEFAULT: All commodities furnished will be subject to inspection and acceptance of the ordering agency after delivery. Default in promised delivery or failure to meet specifications authorizes the Office of State Procurement to cancel this contract or any portion of same and reasonably purchase commodities elsewhere and charge full increase, if any, in cost and handling to the defaulting contractor. 13. VARIATION IN QUANTITY: The state assumes no liability for commodities produced, processed or shipped in excess of the amount specified herein. 14. INVOICING: The contractor shall submit an original and two copies of an itemized invoice showing the bid number and purchase request number when itemized in the invitation for bid. Invoices must be sent to "Invoice to" point shown on the purchase order. 15. STATE PROPERTY: Any specifications, drawing, technical information, dies, cuts, negatives, positives, data or any other commodity furnished to the contractor hereunder or in contemplation hereof or developed by the contractor for the use hereunder shall remain property of the state, be kept confidential, be used only as expressly authorized, and be returned at the contractor's expense to the F.O.B. point, properly identifying what is being returned. 16. ASSIGNMENT: This contract is not assignable nor the duties hereunder delegable by either party without the written consent of the other party to the contract. 17. OTHER REMEDIES: In addition to the remedies outlined herein, the contractor and the state have the right to GENERAL CONDITIONS AND INSTRUCTIONS TO VENDOR: All purchasing rules and regulations defined by the State of Arkansas apply to this document. 4 STATE OF ARKANSAS Page 4/4 Term Contract Vendor No. 100002073 Contract No. 4600039049 Contact Rafe Jordan Date 10/25/2016 Your reference SP -17-0032 Our reference ST 18. LACK OF FUNDS: The state may cancel this contract to the extent funds are no longer legally available for expenditures under this contract. Any delivered but unpaid for goods will be returned in normal condition to the contractor by the state. If the state is unable to return the commodities in normal condition and there are no funds legally available to pay for the goods, the contractor may file a claim with the Arkansas Claims Commission. If the contractor has provided services and there are no longer funds legally available to pay for the services, the contractor may file a claim. 19. QUANTITIES: The state may order more or less than the estimated quantity in the invitation for bid. 20. DISCLOSURE: Failure to make any disclosure required by the Governor's Executive Order 98-04, or any violation of any rule, regulation, or policy adopted pursuant to that order, shall be a material breach of the terms of this contract. Any contractor, whether an individual or entity, who fails to make the required disclosure or who violates any rule, regulation, or policy shall be subject to all legal remedies available to the agency. GENERAL CONDITIONS AND INSTRUCTIONS TO VENDOR: All purchasing rules and regulations defined by the State of Arkansas apply to this document. Teeco Safety P.O. Box 7784 1360 Gdmmet Dr. Shreveport, LA 71107 Voice: 318 424-5176 Fax: 318 424-5184 City of Fayetteville ttn: Accounts Payable 113 West Mountain ayettevlle, AR 72701 Phone: 479 575-8256 Fax: 479 575-8241 QUOTATION Quote Number. 14630 Quote Date: Dec 12, 2019 Page: 1 Fayetteville Police Dept. 100 West Rock Fayetteville, AR 72701 GteDvmer� flood ihrtt : 'tltbl� . 8at+� � � � °_ FayettevilleC 1111/20 Net 30 Days Chris Wright Visit us at www.teecosafety.00m or like us on Facebookl 8y Thank you for vour businessl Subtotal Continued Sales Tax Continued t�Oi' . Ce► ^ tiid' - 1.00 P1-AXtlIA2HLC-BK POIM BLANK #HL6AX4CSOM AXIIIA BALLISTICS WITH TWO HI LITE CARRIERS 853.10 853.10 AND STP, BLACK 1.00 PB -OMEGA ICW $ POINT BLANK #PLT019ECSN OMEGA ICW, 8X10 SPECIAL THREAT SHOOTER'S 368.10 366.10 CUT 1.00 PB -OMEGA ICW79 POINT BLANK #PLT013SCRN - OMEGA ICW 7X9F RIFLE PLATE, FULL SIZE 301.60 391.60 FEMALE CUT 1.00 PB-AXBIIIA1 HLC-B1 POINT BLANK #HL6ABDBVOM AXBIIIA BALLISTICS WITH ONE HI LITE CARRIER 821.23 82123 AND STP, BLACK 1.00 PB-CARRIER4HGB1 POINT BLANK #HL6NOOBVOM BLACK HILITE PERFORMANCE -X GEN II 89.00 89.00 CONCEALABLE CARRIER 2.00 PB -OMEGA ICW ON POINT BLANK #PLT019ECSN OMEGA ICW, 8X10 SPECIAL THREAT SHOOTER'S 368.10 73620 CLT 1.00 PB -OMEGA ICW791 POINT BLAN K #PLT01 3SCRN - OMEGA ICW 7X9F RIFLE PLATE, FULL SIZE 391.60 391.60 FEMALE CUT 1.00 PB -OMEGA ICW79 POI NT BLANK #PLT018ECRN -OMEGA ICW 7X9 RIFLE PLATE, FULLSIZE 291.81 291.81 NASPO ValuePoint contract # 2016.178 Body Arnnr (2016-2021) State of Arkansas Inception - 03/22/2016 Expiration - 03115/2021 Cooperative agency - Point Blank Enterprise Visit us at www.teecosafety.00m or like us on Facebookl 8y Thank you for vour businessl Subtotal Continued Sales Tax Continued t�Oi' . Ce► ^ tiid' City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division POLICE (200) /Org2 2019 I Requestor: W. Newman Adjustment Number BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Reprioritization of approved funds in various projects within the Capital Improvements Program for the immediate upgrade to rifle resistant ballistic plates held within our body armor vests for all sworn officers. RESOLUTION/ORDINANCE COUNCIL DATE: 1/7/2020 LEGISTAR FILE ID#: 2019-0936 X"Cj,w Spv'Lv qer 12/20/2019 2:42 PM Budget Director Date TYPE: D - (City Council) JOURNAL #: GLDATE: CHKD/POSTED: TOTAL Account Number - _ Increase / (Decrease) Expense Revenue Proiect.Sub# Project Sub.Detl AT v.20191211 Account Name 4470.200.8200-5210.00 112,603 - 13011 1 EX Minor Equipment 4470.200.8200-5210.00 4470.200.8200-5210.00 (60,503) - (23,338) - 14008 02062 1 1 EX EX Minor Equipment Minor Equipment 4470.200.8200-5210.00 4470.200.8200-5802.00 (15,000) - (13,762) - 06002 06003 1 1 EX EX Minor Equipment Vehicles & Equipment - base H:\Budget Adjustments\2020_Budget\City Council\01-07-2020\BA20 - 2019-0936 Police Body Armor.xlsm 1 of 1 2020 Bulletproof Vest Partnership (BVP) Grant Program City of Fayetteville Staff Review Form 2020-0373 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Mike Reynolds 5/5/2020 POLICE (200) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of a matching grant application to the 2020 Bulletproof Vest Partnership (BVP) Grant Program in the amount of $21,200 for the replacement of 53 body armor vests for our police officers. The total replacement cost for 53 body armor vests is approximately $48,400 with $21,200 in grant funds and $27,200 in local funds. 1010.200.2920-5210,00 Account Number 37042-2020 Project Number Budgeted Item? NA Does item have a cost? NA Budget Adjustment Attached? NA Purchase Order Number: Change Order Number: Original Contract Number: Comments: Budget Impact: General Fund Police Bulletproof Vest Partnersip Grant Project Title Current Budget $ Funds Obligated $ Current Balance $ Item Cost Budget Adjustment Remaining Budget $ - V20180321 Previous Ordinance or Resolution # 06-20 Approval Date: 5 1 20 CITY OF FAYETTEVILLE ARKANSAS TO: Lioneld Jordan, Mayor FROM: Mike Reynolds, Chief of Police e�L� DATE: May 5, 2020 STAFF MEMO SUBJECT: 2020 Bulletproof Vest Partnership Grant Program Application RECOMMENDATION: Staff recommends approval of a matching grant application to the 2020 Bulletproof Vest Partnership (BVP) Grant Program in the amount of $21,200 for the replacement of 53 body armor vests for our police officers. The total replacement cost for 53 body armor vests is approximately $48,400 with $21,200 in grant funds and $27,200 in local funds. BACKGROUND: The BVP, created by the BVP Grant Act of 1998, is a unique U.S. Department of Justice initiative designed to provide a critical resource to state and local law enforcement. Since 1998, the Fayetteville Police Department has obtained grant funding in excess of $185,000 for the purchase of body armor vests through this partnership. The BVP program provides an important component to the continuing health and welfare of our police officers. All state-of-the- art body armor is custom made to the exact specification of the wearer with a guaranteed life of five years. This ensures all officers have our required level of protection. DISCUSSION: The total cost to replace 53 body armor vests is approximately $48,400. This grant funding by BVP will provide reimbursement of up to $400 (or $21,200) of the City's expenses for the replacement of body armor vests for our police officers. The Police Department has planned for this grant matching requirement through the attached 2018-2022 Capital Improvements Program (CIP) budget process. BUDGET/STAFF IMPACT: The City must match the grant allotment of $21,200 plus any non -grant allowed cost in excess of grant project total of $42,400. Total projected cost to the City is $27,200 or $21,200 local matching plus $6,000 over grant project amount. Currently, the required matching funds are budgeted within the Police Ballistic Protection CIP project (#13011.1). There is no staffing impact related to this grant application. Attachments: 2020 BVP Grant Application BVP Certifications and Assurances Page 70 of the 2018-2022 CIP 41.3.5.V(M) Bullet Resistant Vest Policy Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 5/5/2020 Jurisdiction's Handbook SUBMIT APPLICATION Application Profile Application NIJ Approved Vests Submit Application PLEASE NOTE: Applications for funding may be submitted for the purchase of any armor that meets the established NIJ ballistic or stab standards ordered on or after April 1, 2020. Once the open application period closes, funding levels will be established and all applicants will be notified. APPLICAT=ON PROFILE Participant FAYETTEVILLE CITY Fiscal Year 2020 Number of Agencies Applied 1 Total Number of Officers for 131 Application Number of Officers on 131 Approved Applications APPLICATION PROFILE Fiscal Year 2020 hilps:llgranls.ajp.usdoj.govlbvplveslslroleslapps/submit_ app_lo_bvp_admin.Isp?levell=Application&levei2=Submit+Application&alerllD= 1/3 5/5/2020 Jurisdiction's Handbook Vest Replacement Cycle 5 0 Number of Officers 131 Number of Stolen or 1 Number of Damaged Emergency Replacement Needs 0 Number of Officer 13 Turnover SUBMIT APPLICATION FOR FUNDING FOR BVP APPROVAL Application for Funding Name Quantity Extended Cost Tax, S&H* Total Cost FAYETTEVILLE CITY 53 $42,400.00 $0.00 $42,400.00 Grand Totals 53 $42,400.00 $0.00 $42,400.00 Requested BVP Portion of Total Cost, up to: $21,200.00 * Total Taxes, Shipping and Handling Cost for each Application SUBMIT APPLICATION FOR BVP APPROVAL Paperwork Reduction Act Notice https:Hgrants.ojp.usdoj.gov/bvp/vasts/roles/apps/submit_app_to_bvp_admin.jsp?levell=Application&ievel2=Submit+Applicatlon&alertlD= 2/3 5/5/2020 Jurisdiction's Handbook Under the Paperwork Reduction Act, a person is not required to respond to a collection of information unless it displays a currently valid OMB control number. We try to create forms and instructions that are accurate, can be easily understood, and which impose the least possible burden on you to provide us with information. The estimated average time for all components of a jurisdiction to complete and file this Application for Funding form is two hours. If you have comments regarding the accuracy of this estimate, or suggestions for making this form simpler, you may use the Suggestions e-mail option on this BVP web site, or you may write to the BVP, c/o Bureau of Justice Assistance, 810 Seventh Street NW, Washington, DC, 20531. hitps //grants-r jp.usdoi-govibvp;vests/rolestapps!submit_app_lo_hvp_admin.psp7[evol t-Applicalion&level2 =Submil+Appi4ca[ion&alorllD= 3/3 5/5/2020 Jurisdiction's Handbook CEO CERTIFICATION Application Profile Application NIJ Approved Vests Submit Application CERTIFICAT`sCN General Certification U.S. Department of Justice Office of Justice Programs Patrick Leahy Bulletproof Vest Partnership Grant Certifications and Assurances by the Chief Executive of the Applicant Government On behalf of the applicant, and in support of this application for an award under the Patrick Leahy Bulletproof Vest Partnership (BVP) Grant program, I certify under penalty of perjury to the Office of Justice Programs (OJP), U.S. Department of Justice (Department), that all of the following are true and correct: a. I have the authority, as chief executive of the applicant to make the following representations on behalf of myself and the applicant. I understand that these representations will be relied upon as material in any OJP decision to make an award to the applicant based on its application. b. The applicant has the legal authority to apply for the federal assistance sought by the application, and that it has funds sufficient to pay any required non-federal share of project costs. c. I assure that, throughout the period of performance for the award (if any) made by OJP based on the application, the applicant will- i. comply with all award requirements and all federal statutes and regulations applicable to the award; ii. require all subrecipients to comply with all applicable award requirements and all applicable federal statutes and regulations; and https://grants.olp.usdol.gov/bvp/populateCertification.actlon 1/5 5/5/2020 Jurisdiction's Handbook iii. maintain safeguards to address and prevent any organizational conflict of interest, and also to prohibit employees from using their positions in any manner that poses, or appears to pose, a personal or financial conflict of interest. d. The applicant understands that the federal statutes and regulations applicable to the award (if any) made by OJP based on the application specifically include statutes and regulations pertaining to civil rights and nondiscrimination, and, in addition- i. the applicant understands that the applicable statutes pertaining to civil rights will include section 601 of the Civil Rights Act of 1964 (42 U.S.C. § 2000d); section 504 of the Rehabilitation Act of 1973 (29 U.S.C. § 794); section 901 of the Education Amendments of 1972 (20 U.S.C. § 1681); and section 303 of the Age Discrimination Act of 1975 (42 U.S.C. § 6102); ii. the applicant understands that the applicable statutes pertaining to nondiscrimination may include section 815(c) of Title I of the Omnibus Crime Control and Safe Streets Act of 1968 (42 U.S.C. § 3789d(c)); section 1407(e) of the Victims of Crime Act of 1984 (42 U.S.C. § 10604(e)); section 299A(b) of the Juvenile Justice and Delinquency Prevention Act of 2002 (42 U.S.C. § 5672(b)); and that the grant condition set out at section 40002(b)(13) of the Violence Against Women Act (42 U.S.C. § 13925(b)(13)) also may apply; and iii. on behalf of the applicant, I make the specific assurances set out in 28 C.F.R. §§ 42.105 and 42.204. e. The applicant also understands that (in addition to any applicable program -specific regulations and to applicable federal regulations that pertain to civil rights and nondiscrimination) the federal regulations applicable to the award (if any) made by OJP based on the application may include, but are not limited to, 2 C.F.R. Part 2800 (the DOJ "Part 200 Uniform Requirements") and 28 C.F.R. Parts 22 (confidentiality - research and statistical information), 23 (criminal intelligence systems), and 46 (human subjects protection). f. I assure that the applicant will give the Department and the Government Accountability Office, through any authorized representative, access to, and opportunity to examine, all paper or electronic records related to the award (if any) made by OJP based on the application. The applicant agrees that documentation to support the BVP application and payment requests will be kept for at least a three year period. g. I certify that submission of this application for funding under the BVP Grant Act constitutes the legally binding acceptance by the applicant of the terms and conditions set forth in the application, and of the BVP program's statutory, regulatory, and programmatic requirements, restrictions, and conditions. h. The applicant understands that, in the case of any equipment or products that may be purchased under an award under the BVP Grant Act, it is the sense of the Congress that https://grants.ojp.usdoj.gov/bvp/populateCertification.acfon 2/5 5/5/2020 Jurisdiction's Handbook BVP recipients receiving the assistance should, in expending the award funds, purchase only American -made equipment and products. i. No funding received under any other Federal grant program will be used to pay or defer the cost, in whole or in part, of the matching requirement of 31 USC § 10531(1), except as provided in 31 USC § 10531(2) regarding funds appropriated for the activities of any agency of an Indian Tribal government or the Bureau of Indian Affairs. j. The applicant EITHER i. did NOT (or will NOT) apply for a Justice Assistance Grant (JAG) Local award for the same fiscal year as that of this application; OR ii. HAS applied for (or WILL apply for) a JAG Local award for the same fiscal year as that of this application and has considered but did NOT (and does NOT) expect to use those JAG Local award funds for any part of the cost of purchasing armor vests (including either the federal or the match portion). Q I acknowledge and accept the General Certification CERTIF!CATION Funding Limits Certification a. I acknowledge that all funding awards will be subject to the availability of funds and I acknowledge that there is no guaranteed level of funding associated with the submission of this application to the BVP program. b. The applicant will meet its financial and contractual obligations associated with any purchase transactions, regardless of the amount of funding received under this application. 0 1 acknowledge and accept the Funding Limits Certification CERTIFICATIU.N Mandatory Wear Policy Certification https://grants.ojp.usdoj.gov/bvp/popuIateCertification.action 3/5 5/5/2020 Jurisdiction's Handbook a. The applicant has a written, mandatory -wear policy that establishes general requirements for law enforcement and corrections officers, assigned to uniformed functions, to wear (subject to appropriate exceptions as determined by the applicant) bullet -resistant vests and that this policy is in effect on the date this application is submitted. b. I assure that the foregoing written mandatory -wear policy will remain in effect during the service life of any and all vests purchased with federal funds under this award. c. To the best of my knowledge and belief, after diligent inquiry and review, this applicant is, at the time this application is submitted, in compliance with the foregoing mandatory - wear policy. d. I assure that the applicant will remain in compliance with the foregoing mandatory - wear policy throughout the service life of any and all vests purchased with federal funds under this award. 01 acknowledge and accept the Mandatory Wear Policy Certification CERTIFit-ATION Unique Vest Fit Certification a. To the best of my knowledge and belief, after diligent inquiry and review, I certify that, at the time this application is submitted- i. The criteria and protocols, made available by the BVP program, for providing "uniquely fitted" ballistic or stab -resistant vests to officers have been reviewed. ii. All of the applicant's law enforcement and corrections officers have been provided with access to the ASTM International "Standard Practice for Body Armor Wearer Measurementand Fitting of Armor"-ASTM Standard E3003-and the Justice Information Technology Center's "Personal Armor Fit Assessment". iii. All of the applicant's law enforcement and corrections officers have been notified that, upon their request, they will be provided with the opportunity to receive a protectivevest that is uniquely fitted to them. Note: In the BVP Program, "uniquely fitted vests" means protective (ballistic or stab - resistant) armorvests that conform to the individual wearer to provide the best possible fit and coverage, through a combination of 1)correctly-sized panels and carrier, determined through appropriate measurement, and 2) properly adjusted straps, harnesses, fasteners, hftps:Hgrants.ojp.usdoj.gov/bvp/populateCertfcation.action 4/5 5/5/2020 Jurisdiction's Handbook flaps, or other adjustable features. The requirement that body armor be "uniquely fitted" does not necessadlyrequire body armor that is individually manufactured based on the measurements of an individual wearer. D 1 acknowledge and accept the Unique Vest Fit Certification r*r=0T1cirrnTV')&1 Signature Acknowledgement Certification I understand and acknowledge that a materially false, fictitious, or fraudulent statement (or concealment or omission of a material fact) in this certification, or in the application that it supports, may be the subject of criminal prosecution (including under 18 U.S.C. §§ 1001 and/or 1621, and/or 34 U.S.C. §§ 10271-10273), and also may subject me and the applicant to civil penalties and administrative remedies for false claims or otherwise (including under 31 U.S.C. §§ 3729-3730 and 3801-3812). 1 also acknowledge that payments under OJP programs such as the BVP program, including certifications provided in connection with such awards, are subject to review by the Department, including by OJP and by the Department's Office of the Inspector General. O 1 acknowledge and accept the Signature Acknowledgement Certification SIGNATURE As the c:hipf executive officer (or designee), authorized to submit this application, I hereby ter n fu name in Pe space provided below: SUBMIT I BACK https://grants.olp.usdol.gov/bvp/populateCertification.action 515 CITY OF FAYETTEVILLE, ARKANSAS CAPITAL IMPROVEMENTS PROGRAM (2018-2022) Project Title: Police Ballistic Protection Division: 200 - Police Funding: Category: Rank: Description: 4470 - Sales Tax Capital Improvements Police Improvements IV Project #: 13011 Project Request 2018 $ 41,000 2019 18,000 2020 89,000 2021 42,000 2022 9,000 Total $ 199,000 This project provides the 50% local match and any shortfall from federal funding for the purchase of bulletproof vests for new officers, the replacement of expired bulletproof vests, and new/replacement tactical bulletproof vests for members of the Emergency Response Team (ERT). Federal, State, and Local mandates exist for all officers to wear bulletproof vests when engaging in law enforcement activities. This project further funds ballistic protection equipment for the ERT including ballistic shields, plates, and a blanket. The level III shield is designed to stop small arms ammunition and is lighter and more mobile. The level IV shield is heavier and rated to stop larger ammunition fired from rifles. The ERT members also have level IV ballistic plates carried within their ballistic vests. The ballistic blanket can be quickly deployed for high risk situations including the protection of officers and civilians as a personal shield or in vehicle transport. Scheduled Implementation: Active Project All ballistic materials have a certified warranty of five years. For this reason, staff recommends replacing all ballistic protection equipment prior to expiration. Ballistic items to be replaced are as follows: 2018 - ERT ballistic plates and shields and patrol ballistic vests; 2019 - ERT ballistic blanket and patrol ballistic vests; 2020 - portable go -shield and ERT and patrol ballistic vests; 2021- patrol active shooter kits and patrol ballistic vests; and 2022 - patrol ballistic vests. Effect on Operations: There are no effects on operations associated with this project. Master Plan(s) Addressed: 70 1. Authorized footwear will be kept clean and shined at all times while on duty. Black or dark Blue socks are the required uniform item. Footwear for specialized units such as Bike Patrol, E.R.T., and K-9 officers must be approved by the Chief of Police and will not be worn during normal patrol duties. Refer to the Quartermaster's Authorized Uniform and Equipment Lists. M. Bullet Resistant Vests: The department will issue a bullet resistant vest to each sworn officer of the department. When in uniform, officers shall wear a bullet resistant vest at all times unless specifically exempted by the Chief of Police. Officers in plain clothes are not required to wear the vest; however, all sworn members are required to maintain their issued vests and are encouraged to have them available should an incident arise for which the officer may be at risk. The vest will be supplied by the department and replaced as necessary [CALEA 41.3.5]. Officers involved in high -risk tactical details shall also be required to wear a bullet resistant vest [CALEA 41.3.6]. N. Weapons and Ammunition: The Chief of Police will designate the ammunition and weapons carried. No other ammunition or weapon will be carried except when approved by a supervisor for special circumstances and ONLY for that particular situation [CALEA 1.3.9 a. and b.]. VI. DEPARTMENT -ISSUED WEAPONS AND AMMUNITON: A. While on duty, uniformed officers will only carry department -issued weapons. All department -issued weapons and ammunition shall be listed on the department's Approved Weapons and Ammunition List. B. Detectives will only carry department -issued weapons while on duty. Personal weapons must have the written approval of the Chief of Police prior to being carried as a duty weapon or as a supplemental duty weapon. C. Ammunition will be department -issued as approved by the Chief of Police. Authorized ammunition utilized by this department will be governed by the department's Approved Weapons and Ammunition List as maintained by the Administrative Lieutenant. A copy of this list will be maintained on the computer network [CALEA 1.3.9 b.]. D. Uniformed officers and detectives of this department will carry only department -issued shotguns and rifles. VII. DRESS CODE FOR NON -SWORN A. Dress Code and Appearance: The Fayetteville Police Department endorses a professional, comfortable work environment for non -sworn employees. All non -sworn employees should dress in job appropriate attire which supports this goal for our workplace. The following will govern attire for non -sworn employees. 1. Non -sworn employees will be allowed to wear: a. Pants, slacks, and capri pants. b. Dresses and skirts with length no shorter than three inches above the knee. 41.3.5 Grooming & Uniform Requirements Page 6 of 8