Loading...
HomeMy WebLinkAbout03/19/2024 12. Resolution authorizing an interagency agreement with the Enforcement Vehicle Pursuit Technology Grant Program 1 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 12. For Meeting of: March 19, 2024 ITEM TITLE: Resolution authorizing an interagency agreement with the Washington State Department of Commerce through the Law Enforcement Vehicle Pursuit Technology Grant Program SUBMITTED BY: Matthew Murray, Chief of Police *Tory Adams, Police Lieutenant SUMMARY EXPLANATION: The Washington State Department of Commerce is awarding the City of Yakima$150,000 to acquire equipment through the Law Enforcement Vehicle Pursuit Technology grant. The equipment purchased will assist the Yakima Police Department in deterring crime and apprehend those who commit crimes with a focus on vehicle pursuits. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Public Safety APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: Adopt resolution. ATTACHMENTS: Description Upload Date Type ❑ resolution 2/28/2024 Resolution ❑ contract 3/15/2024 Contract ❑ proposal 3/4/2024 Backup Material ❑ budget 3/4/2024 Backup Material 2 RESOLUTION NO. R-2024- A RESOLUTION authorizing the Interim City Manager of the City of Yakima to execute an interagency agreement with the Washington State Department of Commerce through the Law Enforcement Vehicle Pursuit Technology Grant Program. WHEREAS, the Washington State Department of Commerce through the Law Enforcement Vehicle Pursuit Technology Grant is providing an opportunity for law enforcement agencies to acquire equipment; and WHEREAS, the City of Yakima Police Department has been awarded $150,000 to acquire the equipment, WHEREAS, any acquisition will save the City of Yakima the cost of purchasing needed equipment elsewhere, WHEREAS, the City of Yakima Police Department has experienced an increase in vehicle pursuit in the last three years. AND WHEREAS, the equipment purchased will assist the City of Yakima and the Yakima Police Department in their mission to deter crime and apprehend those who commit crimes with a focus on vehicle pursuits. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The Interim City Manager of the City of Yakima is hereby authorized and directed to sign the attached and incorporated Interagency Agreement between the City of Yakima and the Washington State Department of Commerce. ADOPTED BY THE CITY COUNCIL this 19th day of March, 2024 . Patricia Byers, Mayor ATTEST: Rosalina Ibarra, City Clerk 3 DocuSign Envelope ID:7D0758E0-54A9-4358-BD40-B0777472C451 Washington State 6 $ Department of DocuSign Contract Review and Routing Form Commerce Office of Firearm Safety and Violence Prevention —Community Safety Unit Type of Action: New Contract/Grant ❑ Amendment ❑ IAG Federal 0 State El Contractor/Grantee Name: Yakima Police Department Contract/Grant Number: S24-34444-016 Term: 1/24/2024 to 6/30/2024 Review by: Name: Initial/Date: Contract Manager Kaitlin Jones _ 4,, 2/28/2024 1 4:1.6 PM PST r-- 5 Portfolio Manager Abigail Snyder QS 2/29/2024 1 5:38 AM PST _ ---i]S Executive Director Kate Kelly / _ 2/29/2024 1 7: 2 AM PST DocuSign Envelope ID:7D0758E0-54A9-4358-BD4O-B0777472C451 4 Washington State 40 Co Pmmerce Interagency Agreement with City of Yakima through Law Enforcement Vehicle Pursuit Technology Grant Program Contract Number: S24-34444-016 For As a result of RFP S24-34444-001 Yakima Police Department will purchase equipment and technology that will assist local law enforcement in vehicle pursuit mitigation Dated: Wednesday, January 24, 2024 DocuSign Envelope ID:7D0758E0-54A9-4358-BD40-B0777472C451 5 *v;elSEmrg.car Slate Commerce Table of Contents TABLE OF CONTENTS 2 FACE SHEET 3 SPECIAL TERMS AND CONDITIONS 4 1. AUTHORITY 4 2. CONTRACT MANAGEMENT 4 3. COMPENSATION 4 4. BILLING PROCEDURES AND PAYMENT 4 5. SUBCONTRACTOR DATA COLLECTION 5 6. INSURANCE 5 7. FRAUD AND OTHER LOSS REPORTING 5 8. ORDER OF PRECEDENCE 5 GENERAL TERMS AND CONDITIONS 6 1. DEFINITIONS 6 2. ALL WRITINGS CONTAINED HEREIN 6 3. AMENDMENTS 6 4. ASSIGNMENT 6 5. CONFIDENTIALITY AND SAFEGUARDING OF INFORMATION 6 6. COPYRIGHT 7 7. DISPUTES 7 8. GOVERNING LAW AND VENUE 8 9. INDEMNIFICATION 8 10. LICENSING,ACCREDITATION AND REGISTRATION 8 11. RECAPTURE 8 12. RECORDS MAINTENANCE 8 13. SAVINGS 8 14. SEVERABILITY 8 15. SUBCONTRACTING 9 16. SURVIVAL 9 17. TERMINATION FOR CAUSE 9 18. TERMINATION FOR CONVENIENCE 9 19. TERMINATION PROCEDURES 9 20. TREATMENT OF ASSETS 10 21. WAIVER 11 ATTACHMENT A:SCOPE OF WORK 12 ATTACHMENT B:BUDGET 13 ATTACHMENT C:REPORTING 14 Page 2 of 14 DocuSign Envelope ID:7D0758E0-54A9-4358-BD40-B0777472C451 6 4V ciSI i I14 +u Depa merit (.omnier ee Face Sheet Contract Number:S24-34444-016 Washington State Department of Commerce Community Services Division Community Safety Unit Law Enforcement Vehicle Pursuit Technology Grant Program 1. Contractor 2. Contractor Doing Business As (as applicable) City of Yakima Yakima Police Department 129 N 2nd Street Yakima,WA 98901 3. Contractor Representative 4. COMMERCE Representative Tory Adams Kaitlin Jones 1011 Plum Street SE Project Contact Program Manager P.O. Box 42525 509-576-6342 509-638-6454 Olympia,WA 98504-2525 Tory.adams@yakimawa.gov Kaitlin.jones@commerce.wa.gov 5. Contract Amount 6. Funding Source 7. Start Date 8. End Date $150,000 I Federal: ❑ State: ® Other: ❑ N/A: ❑ January 24, 2024 June 30, 2024 9. Federal Funds (as applicable) Federal Agency: ALN N/A N/A N/A 10. Tax ID# 11. SWV# 12. UBI# 13. UEI# 91-6001293 5WV0007122-04 397-005-272 FJNNX1XFJ9K3 14. Contract Purpose As a result of RFP S24-34444-001 Yakima Police Department will purchase equipment and technology that will assist local law enforcement in vehicle pursuit mitigation. COMMERCE,defined as the Department of Commerce, and the Contractor, as defined above, acknowledge and accept the terms of this Contract and Attachments and have executed this Contract on the date below and warrant they are authorized to bind their respective agencies. The rights and obligations of both parties to this Contract are governed by this Contract and the following documents incorporated by reference: Contractor Terms and Conditions including Attachment"A"— Scope of Work,Attachment"B"—Budget,Attachment"C"—Reporting. FOR CONTRACTOR 1 FOR COMMERCE Dave Zabell, Interim City Manager Cindy Guertin-Anderson, Assistant Director Signature Date Date APPROVED AS TO FORM ONLY BY ASSISTANT ATTORNEY GENERAL APPROVAL ON FILE Page 3 of 14 DocuSign Envelope ID:7D0758E0-54A9-4358-BD40-B0777472C451 7 te CIe�U..r ,f tali'Commerce Special Terms and Conditions 1. AUTHORITY COMMERCE and Contractor enter into this Contract pursuant to the authority granted by Chapter 39.34 RCW. 2. CONTRACT MANAGEMENT The Representative for each of the parties shall be responsible for and shall be the contact person for all communications and billings regarding the performance of this Contract. The Representative for COMMERCE and their contact information are identified on the Face Sheet of this Contract. The Representative for the Contractor and their contact information are identified on the Face Sheet of this Contract. 3. COMPENSATION COMMERCE shall pay an amount not to exceed $150,000, for the performance of all things necessary for or incidental to the performance of work under this Contract as set forth in the Scope of Work. EXPENSES Contractor shall receive reimbursement for travel and other expenses as identified below or as authorized in advance by COMMERCE as reimbursable. The maximum amount to be paid to the Contractor for authorized expenses shall not exceed $150,000, which amount is included in the Contract total above. Such expenses may include airfare (economy or coach class only), other transportation expenses, and lodging and subsistence necessary during periods of required travel. Contractor shall receive compensation for travel expenses at current state travel reimbursement rates. 4. BILLING PROCEDURES AND PAYMENT COMMERCE will pay Contractor upon acceptance of reports submitted and receipt of properly completed invoices, which shall be submitted to the Representative for COMMERCE via the Commerce Contract Management System. Reports must be submitted prior to submitting invoices. The invoices shall describe and document, to COMMERCE's satisfaction, a description of the work performed, the progress of the project, and fees.The invoice shall include the Contract Number S24- 34444-016. If expenses are invoiced, provide a detailed breakdown of each type. A receipt must accompany any single expenses in the amount of$50.00 or more in order to receive reimbursement. It should be noted the receipts must be dated within the fiscal year (ending June 30, 2024). All purchases and receipts must be dated within the fiscal year(ending June 30, 2024). Payment shall be considered timely if made by COMMERCE within thirty (30) calendar days after receipt of properly completed invoices. Payment shall be sent to the address designated by the Contractor. COMMERCE may, in its sole discretion, terminate the Contract or withhold payments claimed by the Contractor for services rendered if the Contractor fails to satisfactorily comply with any term or condition of this Contract. No payments in advance or in anticipation of services or supplies to be provided under this Agreement shall be made by COMMERCE. Invoices and End of Fiscal Year Page 4 of 14 DocuSign Envelope ID:7D0758E0-54A9-4358-BD40-B0777472C451 8 A WA VV d`al le!'c • Dept.' �►#commerce Invoices are due on the 20th of the month following the provision of services. Final invoices for a state fiscal year may be due sooner than the 20th and Commerce will provide notification of the end of fiscal year due date. The Contractor must invoice for all expenses from the beginning of the contract through June 30, regardless of the contract start and end date. Duplication of Billed Costs The Contractor shall not bill COMMERCE for services performed under this Agreement, and COMMERCE shall not pay the Contractor, if the Contractor is entitled to payment or has been or will be paid by any other source, including grants,for that service. Disallowed Costs The Contractor is responsible for any audit exceptions or disallowed costs incurred by its own organization or that of its subcontractors. COMMERCE may, in its sole discretion, withhold ten percent (10%) from each payment until acceptance by COMMERCE of the final report(or completion of the project, etc.). 5. SUBCONTRACTOR DATA COLLECTION Contractor will submit reports, in a form and format to be provided by Commerce and at intervals as agreed by the parties,regarding work under this Contract performed by subcontractors and the portion of Contract funds expended for work performed by subcontractors, including but not necessarily limited to minority-owned, woman-owned, and veteran-owned business subcontractors. "Subcontractors" shall mean subcontractors of any tier. 6. INSURANCE Each party certifies that it is self-insured under the State's or local government self-insurance liability program, and shall be responsible for losses for which it is found liable. 7. FRAUD AND OTHER LOSS REPORTING Contractor shall report in writing all known or suspected fraud or other loss of any funds or other property furnished under this Contract immediately or as soon as practicable to the Commerce Representative identified on the Face Sheet. 8. ORDER OF PRECEDENCE In the event of an inconsistency in this Contract, the inconsistency shall be resolved by giving precedence in the following order: • Applicable federal and state of Washington statutes and regulations • Special Terms and Conditions • General Terms and Conditions • Attachment A—Scope of Work • Attachment B—Budget • Attachment C—Reporting Page 5 of 14 DocuSign Envelope ID:7D0758E0-54A9-4358-BD40-B0777472C451 9 sh-•%OA Washrng,vn`Slate Depa7rnent 4f dJ Comment General Terms and Conditions 1. DEFINITIONS As used throughout this Contract,the following terms shall have the meaning set forth below: A. "Authorized Representative" shall mean the Director and/or the designee authorized in writing to act on the Director's behalf. B. "COMMERCE"shall mean the Washington Department of Commerce. C. "Contract" or "Agreement" or "Grant" means the entire written agreement between COMMERCE and the Contractor, including any Attachments, documents, or materials incorporated by reference. E-mail or Facsimile transmission of a signed copy of this contract shall be the same as delivery of an original. D. "Contractor" or "Grantee" shall mean the entity identified on the face sheet performing service(s) under this Contract, and shall include all employees and agents of the Contractor. E. "Personal Information" shall mean information identifiable to any person, including, but not limited to, information that relates to a person's name, health, finances, education, business, use or receipt of governmental services or other activities, addresses, telephone numbers, social security numbers, driver license numbers, other identifying numbers, and any financial identifiers, and "Protected Health Information" under the federal Health Insurance Portability and Accountability Act of 1996 (HIPAA). F. "State" shall mean the state of Washington. G. "Subcontractor"shall mean one not in the employment of the Contractor, who is performing all or part of those services under this Contract under a separate contract with the Contractor.The terms"subcontractor" and"subcontractors" mean subcontractor(s) in any tier. 2. ALL WRITINGS CONTAINED HEREIN This Contract contains all the terms and conditions agreed upon by the parties. No other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 3. AMENDMENTS This Contract may be amended by mutual agreement of the parties. Such amendments shall not be binding unless they are in writing and signed by personnel authorized to bind each of the parties. 4. ASSIGNMENT Neither this Contract, work thereunder, nor any claim arising under this Contract, shall be transferred or assigned by the Contractor without prior written consent of COMMERCE. 5. CONFIDENTIALITY AND SAFEGUARDING OF INFORMATION A. "Confidential Information"as used in this section includes: i. All material provided to the Contractor by COMMERCE that is designated as"confidential" by COMMERCE; ii. All material produced by the Contractor that is designated as "confidential" by COMMERCE; and Page 6 of 14 DocuSign Envelope ID:7D0758E0-54A9-4358-BD40-B0777472C451 10 Nlashiny:on Slate •Petit Of Nike Commerce iii. All Personal Information in the possession of the Contractor that may not be disclosed under state or federal law. B. The Contractor shall comply with all state and federal laws related to the use, sharing,transfer, sale, or disclosure of Confidential Information. The Contractor shall use Confidential Information solely for the purposes of this Contract and shall not use, share, transfer, sell or disclose any Confidential Information to any third party except with the prior written consent of COMMERCE or as may be required by law. The Contractor shall take all necessary steps to assure that Confidential Information is safeguarded to prevent unauthorized use, sharing, transfer, sale or disclosure of Confidential Information or violation of any state or federal laws related thereto. Upon request, the Contractor shall provide COMMERCE with its policies and procedures on confidentiality. COMMERCE may require changes to such policies and procedures as they apply to this Contract whenever COMMERCE reasonably determines that changes are necessary to prevent unauthorized disclosures. The Contractor shall make the changes within the time period specified by COMMERCE. Upon request, the Contractor shall immediately return to COMMERCE any Confidential Information that COMMERCE reasonably determines has not been adequately protected by the Contractor against unauthorized disclosure. C. Unauthorized Use or Disclosure. The Contractor shall notify COMMERCE within five (5) working days of any unauthorized use or disclosure of any confidential information, and shall take necessary steps to mitigate the harmful effects of such use or disclosure. 6. COPYRIGHT Unless otherwise provided, all Materials produced under this Contract shall be considered"works for hire" as defined by the U.S. Copyright Act and shall be owned by COMMERCE. COMMERCE shall be considered the author of such Materials. In the event the Materials are not considered "works for hire" under the U.S. Copyright laws, the Contractor hereby irrevocably assigns all right, title, and interest in all Materials, including all intellectual property rights, moral rights, and rights of publicity to COMMERCE effective from the moment of creation of such Materials. "Materials"means all items in any format and includes, but is not limited to, data, reports, documents, pamphlets, advertisements, books, magazines, surveys, studies, computer programs, films, tapes, and/or sound reproductions."Ownership"includes the right to copyright, patent,register and the ability to transfer these rights. For Materials that are delivered under the Contract, but that incorporate pre-existing materials not produced under the Contract,the Contractor hereby grants to COMMERCE a nonexclusive, royalty- free, irrevocable license(with rights to sublicense to others)in such Materials to translate, reproduce, distribute, prepare derivative works, publicly perform, and publicly display. The Contractor warrants and represents that the Contractor has all rights and permissions, including intellectual property rights, moral rights and rights of publicity, necessary to grant such a license to COMMERCE. The Contractor shall exert all reasonable effort to advise COMMERCE, at the time of delivery of Materials furnished under this Contract,of all known or potential invasions of privacy contained therein and of any portion of such document which was not produced in the performance of this Contract. The Contractor shall provide COMMERCE with prompt written notice of each notice or claim of infringement received by the Contractor with respect to any Materials delivered under this Contract. COMMERCE shall have the right to modify or remove any restrictive markings placed upon the Materials by the Contractor. 7. DISPUTES In the event that a dispute arises under this Agreement, it shall be determined by a Dispute Board in the following manner: Each party to this Agreement shall appoint one member to the Dispute Board. The members so appointed shall jointly appoint an additional member to the Dispute Board. The Dispute Board shall review the facts,Agreement terms and applicable statutes and rules and make a determination of the dispute. The Dispute Board shall thereafter decide the dispute with the majority Page 7 of 14 DocuSign Envelope ID:7D0758E0-54A9-4358-BD40-B0777472C451 11 :i wdsP,t„c;.W,swore I.orrim(Hrce prevailing.The determination of the Dispute Board shall be final and binding on the parties hereto.As an alternative to this process, either of the parties may request intervention by the Governor, as provided by RCW 43.17.330, in which event the Governor's process will control. 8. GOVERNING LAW AND VENUE This Contract shall be construed and interpreted in accordance with the laws of the state of Washington, and the venue of any action brought hereunder shall be in the Superior Court for Thurston County. 9. INDEMNIFICATION Each party shall be solely responsible for the acts of its employees, officers, and agents. 10. LICENSING ACCREDITATION AND REGISTRATION The Contractor shall comply with all applicable local, state, and federal licensing, accreditation and registration requirements or standards necessary for the performance of this Contract. 11. RECAPTURE In the event that the Contractor fails to perform this Contract in accordance with state laws, federal laws, and/or the provisions of this Contract, COMMERCE reserves the right to recapture funds in an amount to compensate COMMERCE for the noncompliance in addition to any other remedies available at law or in equity. Repayment by the Contractor of funds under this recapture provision shall occur within the time period specified by COMMERCE. In the alternative, COMMERCE may recapture such funds from payments due under this Contract. 12. RECORDS MAINTENANCE The Contractor shall maintain books, records, documents, data and other evidence relating to this contract and performance of the services described herein, including but not limited to accounting procedures and practices that sufficiently and properly reflect all direct and indirect costs of any nature expended in the performance of this contract. The Contractor shall retain such records for a period of six years following the date of final payment. At no additional cost,these records, including materials generated under the contract,shall be subject at all reasonable times to inspection, review or audit by COMMERCE, personnel duly authorized by COMMERCE, the Office of the State Auditor, and federal and state officials so authorized by law, regulation or agreement. If any litigation, claim or audit is started before the expiration of the six (6) year period, the records shall be retained until all litigation, claims, or audit findings involving the records have been resolved. 13. SAVINGS In the event funding from state, federal, or other sources is withdrawn, reduced, or limited in any way after the effective date of this Contract and prior to normal completion, COMMERCE may suspend or terminate the Contract under the"Termination for Convenience"clause,without the ten calendar day notice requirement. In lieu of termination, the Contract may be amended to reflect the new funding limitations and conditions. 14. SEVERABILITY The provisions of this contract are intended to be severable. If any term or provision is illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the validity of the remainder of the contract. Page 8 of 14 DocuSign Envelope ID:7D0758E0-54A9-4358-BD40-B0777472C451 12 4 w ��a li;iu.ur{State 0epa^ment of Tsai Com more 15. SUBCONTRACTING The Contractor may only subcontract work contemplated under this Contract if it obtains the prior written approval of COMMERCE. If COMMERCE approves subcontracting, the Contractor shall maintain written procedures related to subcontracting, as well as copies of all subcontracts and records related to subcontracts. For cause, COMMERCE in writing may: (a) require the Contractor to amend its subcontracting procedures as they relate to this Contract; (b) prohibit the Contractor from subcontracting with a particular person or entity; or(c) require the Contractor to rescind or amend a subcontract. Every subcontract shall bind the Subcontractor to follow all applicable terms of this Contract. The Contractor is responsible to COMMERCE if the Subcontractor fails to comply with any applicable term or condition of this Contract. The Contractor shall appropriately monitor the activities of the Subcontractor to assure fiscal conditions of this Contract. In no event shall the existence of a subcontract operate to release or reduce the liability of the Contractor to COMMERCE for any breach in the performance of the Contractor's duties. Every subcontract shall include a term that COMMERCE and the State of Washington are not liable for claims or damages arising from a Subcontractor's performance of the subcontract. 16. SURVIVAL The terms, conditions, and warranties contained in this Contract that by their sense and context are intended to survive the completion of the performance, cancellation or termination of this Contract shall so survive. 17. TERMINATION FOR CAUSE In the event COMMERCE determines the Contractor has failed to comply with the conditions of this contract in a timely manner, COMMERCE has the right to suspend or terminate this contract. Before suspending or terminating the contract, COMMERCE shall notify the Contractor in writing of the need to take corrective action. If corrective action is not taken within 30 calendar days,the contract may be terminated or suspended. In the event of termination or suspension, the Contractor shall be liable for damages as authorized by law including, but not limited to, any cost difference between the original contract and the replacement or cover contract and all administrative costs directly related to the replacement contract, e.g., cost of the competitive bidding, mailing, advertising and staff time. COMMERCE reserves the right to suspend all or part of the contract, withhold further payments, or prohibit the Contractor from incurring additional obligations of funds during investigation of the alleged compliance breach and pending corrective action by the Contractor or a decision by COMMERCE to terminate the contract. A termination shall be deemed a "Termination for Convenience" if it is determined that the Contractor: (1) was not in default; or (2) failure to perform was outside of his or her control, fault or negligence. The rights and remedies of COMMERCE provided in this contract are not exclusive and are, in addition to any other rights and remedies, provided by law. 18. TERMINATION FOR CONVENIENCE Except as otherwise provided in this Contract, COMMERCE may, by ten (10) business days' written notice, beginning on the second day after the mailing, terminate this Contract, in whole or in part. If this Contract is so terminated, COMMERCE shall be liable only for payment required under the terms of this Contract for services rendered or goods delivered prior to the effective date of termination. 19. TERMINATION PROCEDURES Upon termination of this contract, COMMERCE, in addition to any other rights provided in this contract, may require the Contractor to deliver to COMMERCE any property specifically produced or acquired for the performance of such part of this contract as has been terminated. The provisions of the"Treatment of Assets"clause shall apply in such property transfer. Page9of14 DocuSign Envelope ID:7D0758E0-54A9-4358-BD40-B0777472C451 13 4 !Commerce COMMERCE shall pay to the Contractor the agreed upon price, if separately stated, for completed work and services accepted by COMMERCE, and the amount agreed upon by the Contractor and COMMERCE for (i) completed work and services for which no separate price is stated, (ii) partially completed work and services, (iii)other property or services that are accepted by COMMERCE, and (iv)the protection and preservation of property, unless the termination is for default, in which case the Authorized Representative shall determine the extent of the liability of COMMERCE. Failure to agree with such determination shall be a dispute within the meaning of the"Disputes"clause of this contract. COMMERCE may withhold from any amounts due the Contractor such sum as the Authorized Representative determines to be necessary to protect COMMERCE against potential loss or liability. The rights and remedies of COMMERCE provided in this section shall not be exclusive and are in addition to any other rights and remedies provided by law or under this contract. After receipt of a notice of termination, and except as otherwise directed by the Authorized Representative, the Contractor shall: A. Stop work under the contract on the date, and to the extent specified, in the notice; B. Place no further orders or subcontracts for materials, services, or facilities except as may be necessary for completion of such portion of the work under the contract that is not terminated; C. Assign to COMMERCE, in the manner, at the times, and to the extent directed by the Authorized Representative, all of the rights,title,and interest of the Contractor under the orders and subcontracts so terminated, in which case COMMERCE has the right, at its discretion, to settle or pay any or all claims arising out of the termination of such orders and subcontracts; D. Settle all outstanding liabilities and all claims arising out of such termination of orders and subcontracts, with the approval or ratification of the Authorized Representative to the extent the Authorized Representative may require, which approval or ratification shall be final for all the purposes of this clause; E. Transfer title to COMMERCE and deliver in the manner, at the times, and to the extent directed by the Authorized Representative any property which, if the contract had been completed, would have been required to be furnished to COMMERCE; F. Complete performance of such part of the work as shall not have been terminated by the Authorized Representative; and G. Take such action as may be necessary, or as the Authorized Representative may direct, for the protection and preservation of the property related to this contract, which is in the possession of the Contractor and in which COMMERCE has or may acquire an interest. 20. TREATMENT OF ASSETS Title to all property furnished by COMMERCE shall remain in COMMERCE. Title to all property furnished by the Contractor, for the cost of which the Contractor is entitled to be reimbursed as a direct item of cost under this contract, shall pass to and vest in COMMERCE upon delivery of such property by the Contractor. Title to other property,the cost of which is reimbursable to the Contractor under this contract, shall pass to and vest in COMMERCE upon (i) issuance for use of such property in the performance of this contract, or(ii) commencement of use of such property in the performance of this contract, or (iii) reimbursement of the cost thereof by COMMERCE in whole or in part, whichever first occurs. A. Any property of COMMERCE furnished to the Contractor shall, unless otherwise provided herein or approved by COMMERCE, be used only for the performance of this contract. B. The Contractor shall be responsible for any loss or damage to property of COMMERCE that results from the negligence of the Contractor or which results from the failure on the part of the Contractor to maintain and administer that property in accordance with sound management Page 10 of 14 DocuSign Envelope ID:7D0758E0-54A9-4358-BD40-B0777472C451 14 .'Washing:on Slate Dekvrnt tIf !�Coinnzerc e practices. C. If any COMMERCE property is lost, destroyed or damaged, the Contractor shall immediately notify COMMERCE and shall take all reasonable steps to protect the property from further damage. D. The Contractor shall surrender to COMMERCE all property of COMMERCE prior to settlement upon completion, termination or cancellation of this contract. E. All reference to the Contractor under this clause shall also include Contractor's employees, agents or Subcontractors. 21. WAIVER Waiver of any default or breach shall not be deemed to be a waiver of any subsequent default or breach. Any waiver shall not be construed to be a modification of the terms of this Contract unless stated to be such in writing and signed by Authorized Representative of COMMERCE. Page 11 of 14 DocuSign Envelope ID:7D0758E0-54A9-4358-BD40-B0777472C451 15 Attachment A: Scope of Work This funding will be provided solely to the Yakima Police Department for the purpose of purchasing the following modern vehicle pursuit management technology: • 60 Stop Sticks and vehicle mounting • 3 UAS (drones) DJI Matrice 30T Combo Kit and accessories: O 6 Extra Batteries for DJI Matrice O 3 Attachments and Vehicle Up-fitting • 20 ALPR Falcon License Plate readers and installation The technology will be used in accordance with data-sharing, management policies, and training requirements for those who have access to the vehicle pursuit technology and data. This technology will assist local law enforcement patrol activities including, but not limited to, vehicle pursuit mitigation. Page 12 of 14 DocuSign Envelope ID:7D0758E0-54A9-4358-BD40-B0777472C451 16 'a4`ashing:uri State !. !Comrneree Attachment B: Budget The Budget for the award period of January 24, 2024 through June 30, 2024 is$150,000 The contractor may shift up to 10% of the total award between budget categories or functions without further approval provided that the shift will not cause a major change to the Scope of Work or shift costs between fiscal years. Please see table below. Program Budget _ January24,2024-June 30,2024 Agency Name: Yakima Police Department Program Name: _ Law Enforcement Technology Grant Program Contract Number: S24-34444-016 Amount by Fund Source COMMERCE Other Fund ' Other Fund Other Fund Item I Total Project Funding Source Source Source PERSONNEL SERVICES Salaries(Full-&Part-Time) $ - _S - 5 $ - $ - Personnel Benefits $ - $ - $ - $ - $ - SUBTOTAL-PERSONNEL SERVICES $ - $ - $ - $ - $ - GOODS&SERVICES_ Office Supplies $ - $ - $ - 5 - $ _ Operating Supplies' $ - $ - $ - 5 - $ - Equipment3 $ 150,000.00 $ - 5 - 5 150,000.00 Consultant and Subcontracted services4 $ - $ - $ - 5 - $ - Automobile Expense $ • $ - $ - 5 - 5 - Printing&Duplicating $ - $ - $ - $ - $ - Insurance '$ $ - $ - S - S - Rentals-Buildings $ - $ - $ - $ - $ - Rentals-Equipment $ - $ - S - 5 - $ - SUBTOTAL-GOODS&SERVICES $ 150,000.00 $ - $ - $ - $ 150,000.00 Travel S - $ - $ - 5 - $ - Training $ - $ - 5 - 5 _ Other Misc.Expenses` 5 - 5 - $ - lndirect&Administration Costs& $ • -'`$ _ - $ `=$ - - T'$• - .5 TOTAL EXPENDITURES $ 150,000.00 $ - $ - $ - 1$ 150,000.00 r Identify specific funding sources included under the 2 Operating Supplies-Itemize below: "Other"column(s)above: None $ $ - _ $ S - $ 5 - $ Total $ Total $ - 3 Equipment-Itemize below: °Consultant and Subcontracted Services-Itemize below: 60 Stop Sticks and Vehicle Mounting 5 36,388.80 3 UAS Oil Matrice 30T Combo Kit $ 35,739.00 $ UAS Drone Accessories and Installation 5 10,071.90 5 ALPR(20 Falcon LPR and Installation) 5 67,800.30 $ Total $ 150,000.00 Total ,$ - 'Other Miscellaneous Expenses-Itemize below: c in.'red A(;lministr; i.n •>i •I dui;• •-1. : $ $ _ Total $ Total $ - Page 13 of 14 DocuSign Envelope ID:7D0758E0-54A9-4358-BD40-B0777472C451 17 ;■tit;ItRny:wr`Sidle %di[. innie l°e Attachment C: Reporting Reports will be required on a quarterly basis. Commerce quarterly reporting is based upon the calendar year: there are two quarters within this contract: January 2024— March 2024, and April 2024—June 2024. The first report is due on April 20th 2024. The report must be completed prior to submitting that quarter's invoice within Secure Access Washington. The second and final report is due on July 20th, 2024. Reports shall include: • Status of the purchase, receipt, installation, and implementation/utilization of the equipment/technology. • The number of all cases in which the equipment/technology was utilized. • The outcome of all cases in which the equipment/technology was utilized. • The number of vehicle pursuits that occurred. • The number of vehicle pursuits in which the equipment/technology was utilized. • The outcome of vehicle pursuits in which the equipment/technology was utilized. • Any other statistics the agency may have that that directly relates to the equipment/technology and its outcomes. Page 14 of 14 18 DocuSign- Certificate Of Completion Envelope Id:7D0758E054A94358BD40B0777472C451 Status:Sent Subject:Please DocuSign:Commerce Contract#S24-34444-016_CSU Division: Community Services and Housing Program:CSU ContractNumber:S24-34444-016 DocumentType:Contract Source Envelope: Document Pages: 15 Signatures:0 Envelope Originator: Certificate Pages:5 Initials:3 Brandi Darden AutoNav:Enabled 1011 Plum Street SE Envelopeld Stamping:Enabled MS 42525 Time Zone:(UTC-08:00)Pacific Time(US&Canada) Olympia,WA 98504-2525 brandi.darden@commerce.wa.gov IP Address:147.55.149.150 Record Tracking Status:Original Holder:Brandi Darden Location:DocuSign 2/28/2024 4:12:42 PM brandi.darden@commerce.wa.gov Security Appliance Status:Connected Pool:StateLocal Storage Appliance Status:Connected Pool:Washington State Department of Commerce Location:DocuSign Signer Events Signature Timestamp Kaitlin Jones Sent:2/28/2024 4:15:54 PM Kaitlin.jones@commerce.wa.gov [-DS 3 Viewed:2/28/2024 4:16:24 PM Security Level:Email,Account Authentication Signed:2/28/2024 4:16:29 PM (None) Signature Adoption: Pre-selected Style Using IP Address:198.239.10.212 Electronic Record and Signature Disclosure: Not Offered via DocuSign Abigail Snyder ps DS Sent:2/28/2024 4:16:30 PM abigail snyder@commerce wa.gov Viewed:2/29/2024 5:37:45 AM Security Level:Email,Account Authentication Signed:2/29/2024 5:38:39 AM (None),Login with SSO Signature Adoption:Pre-selected Style Using IP Address: 198.239.106.205 Electronic Record and Signature Disclosure: Not Offered via DocuSign Kate Kelly 1772,, Sent:2/29/2024 5:38:40 AM kate.kelly@commerce.wa.gov Viewed:2/29/2024 7:52:03 AM Security Level:Email,Account Authentication ` Signed:2/29/2024 7:52:24 AM (None) Signature Adoption:Uploaded Signature Image Using IP Address:198 239.10.153 Electronic Record and Signature Disclosure: Not Offered via DocuSign 19 Signer Events Signature Timestamp Dave Zabel! Sent:2/29/2024 10:24:53 AM dave.zabell@yakimawa.gov City Manager Security Level:Email,Account Authentication (None) Electronic Record and Signature Disclosure: Accepted:2/9/2024 4:52:57 PM ID:3d1b377b-ec43-4993-a9df-85fa4e3e3cd9 Cindy Guertin-Anderson cindy.guertin-anderson@commerce.wa.gov Security Level:Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Tory Adams VIEWED Sent:2/29/2024 7:52:26 AM Tory.adams@yakimawa gov Viewed:2/29/2024 10:24:53 AM Lieutenant City of Yakima Using IP Address:205.172.45.253 Security Level:Email,Account Authentication (None) Electronic Record and Signature Disclosure: Accepted:2/29/2024 10:24:53 AM ID:8db3b644-b53f-4cf5-b95f-b b9909823115 Carbon Copy Events Status Timestamp Tory Adams Tory.adams@yakimawa gov Security Level:Email,Account Authentication (None) Electronic Record and Signature Disclosure: Accepted:2/29/2024 10:24:53 AM ID:8db3b644-b53f-4cf5-b95f-bb9909823115 Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 2/28/2024 4:15:54 PM Payment Events Status Timestamps Electronic Record and Signature Disclosure Electronic Record and Signature Disclosure created on:8/11/2020 4:44:12 PM 20 Parties agreed to:Dave Zabell,Tory Adams,Tory Adams ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, Washington State Department of Commerce (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through the DocuSign system. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to this Electronic Record and Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next to `I agree to use electronic records and signatures' before clicking `CONTINUE' within the DocuSign system. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. You will have the ability to download and print documents we send to you through the DocuSign system during and immediately after the signing session and, if you elect to create a DocuSign account, you may access the documents for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.15 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically 21 Unless you tell us otherwise in accordance with the procedures described herein,we will provide electronically to you through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure,we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact Washington State Department of Commerce: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: docusign@commerce.wa.gov To advise Washington State Department of Commerce of your new email address To let us know of a change in your email address where we should send notices and disclosures electronically to you, you must send an email message to us at docusign@commerce.wa.gov and in the body of such request you must state: your previous email address, your new email address. We do not require any other information from you to change your email address. If you created a DocuSign account, you may update it with your new email address through your account preferences. To request paper copies from Washington State Department of Commerce To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an email to docusign@commerce.wa.gov and in the body of such request you must state your email address, full name, mailing address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with Washington State Department of Commerce To inform us that you no longer wish to receive future notices and disclosures in electronic format you may: 22 i. decline to sign a document from within your signing session, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an email to docusign@commerce.wa.gov and in the body of such request you must state your email, full name, mailing address, and telephone number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software The minimum system requirements for using the DocuSign system may change over time. The current system requirements are found here: https://support.docusi2n.com/guides/sinner-quide- signing-system-requirements. Acknowledging your access and consent to receive and sign documents electronically To confirm to us that you can access this information electronically,which will be similar to other electronic notices and disclosures that we will provide to you, please confirm that you have read this ERSD, and (i)that you are able to print on paper or electronically save this ERSD for your future reference and access; or(ii)that you are able to email this ERSD to an email address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format as described herein,then select the check-box next to `I agree to use electronic records and signatures' before clicking `CONTINUE' within the DocuSign system. By selecting the check-box next to `I agree to use electronic records and signatures', you confirm that: • You can access and read this Electronic Record and Signature Disclosure; and • You can print on paper this Electronic Record and Signature Disclosure, or save or send this Electronic Record and Disclosure to a location where you can print it, for future reference and access; and • Until or unless you notify Washington State Department of Commerce as described above, you consent to receive exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you by Washington State Department of Commerce during the course of your relationship with Washington State Department of Commerce. 23 41► WashIn lon Stale IP oepaa,„t of . Email This Preview Save as PDF Print Close Window Al♦ 940 Commerce I OFFICE OF FIREARM SA rE7V k\'O VIOLENCE PREVE\"Il `; Powered by ZoomGrants11' and Washington State Dept. of Commerce Office of Firearm Safety and Violence Prevention - Community Safety Unit Law Enforcement Pursuit Technology Grant Program Deadline: 10/29/2023 City of Yakima Violent Crime Reduction Through Technology Jump to: Pre-Application Application Questions Documents USD$ 150,000.00 Requested City of Yakima Submitted: 10/27/2023 3:43:21 PM (Pacific) 129 N 2nd Street Telephone 5095756200 Yakima, WA 98901+2613 Fax Project Contact United States Web yakimawa.gov Tory Adams EIN 916001293 tory.adams©yakimawa.gov Police Lieutenant UEI FJNNX1XFJ9K3 Tel: 5095766342 Tory Adams SAM Expires tory.adarnsL yakimawa.gov Additional Contacts none entered Pre-Application top Minimum Qualification 1. Is your organization a Law Enforcement Agency within the state of Washington, as defined in RCW 10.116.010 (1)? Link to RCW. https://app.leg.wa.gov/RCW/default.aspx?cite=10.116.010 ✓ Yes No Agency Information 2. List all agencies included in this proposal. A single agency may apply, however, agencies are encouraged to apply together. City of Yakima Police Department 3. Please choose the agency size category below according to the number of peace officers as defined in RCW 10.116.010(2)from the agency/agencies included in this proposal. Link to RCW. https://app.leg.wa.gov/RCW/default.aspx?cite=10.116.010 If applying with more than one agency, include the combined number of peace officers within the agencies. L I 1 to 50 Peace Officers ❑ 50 to 100 Peace Officers C 100 to 150 Peace Officers ❑ 150 to 200 Peace Officers n 200+ Peace Officers Documents Requested * Required?Attached Documents* Letter of Submittal (Section 3.1) ® Letter of Submittal download template, 24 Application Questions top Technical Proposal 1. Include a complete description of the Proposer's proposed approach and methodology for the project. This section should convey Proposer's full understanding of the proposed project. Project Approach/Methodology of Technical Proposal(3.3 A) The City of Yakima is uniquely positioned in central Washington. The geographical location of Yakima is important as it serves as the only urban area between the west side of the cascade and larger cities to the east, such as Spokane. This, along with over 19% of the population living below the poverty line , makes Yakima an attractive location for criminal activity. The Yakima Police Department, the largest police agency within 150 miles, has continued to adapt to criminal patterns and, in recent years, began employing innovative techniques to deal with community problems. Here are a few examples: • 2003- First department in the area to equip cars with dashcams. • 2005- First department in the area to equip officers with less lethal conductive energy devices. • 2012- Implementation of a bait car program to reduce the number of stolen vehicles. • 2014- Equipped select police cars with automatic license plate reader cameras. • 2018-the first department in the region to implement cell phone forensic methods. • 2019- First department in the area to deploy unmanned aerial systems to track/ locate fleeing suspects. • 2020- Introduced the domestic violence intimate partner program to measure the extent of domestic violence through data and adopt policies to reduce those numbers. • 2021 - Expanded the crime analyst position to an actual unit consisting of multiple analysts providing crime intelligence and data. • 2021 - Implementation of stationary automatic license plate reader(ALPR) cameras. • 2021 - Integration of all dashcam-equipped vehicles with the LPR program. None of the above-listed advancements would have been possible without public funding opportunities and they have made the department more efficient. At the same time, our actual and budgeted staffing numbers have decreased since 2005. The City and the Department have a recognized track record of responsibly utilizing public funds. Even with advancements in technology, the community continues to endure crime. In 2015, Yakima was ranked 19th in the nation for stolen cars per capita (470.20 per 100,000 population). In 2019, the last available report, Yakima was ranked 9th in the nation with 528.16 per 100,000 population. While property crime is on the rise, we are lucky to see violent crime trending downward, but we are starting to see slight increases after coming out of the pandemic. We implemented stationary license plate readers in areas of the community where we saw the most crime. The effect of these cameras was seen almost immediately. The police department has solved multiple crimes that would have otherwise gone unsolved. Here is an example of some of the cases that have been solved using technology: • Murder • Burglary • Kidnapping • Robbery • Assault with firearms • Drive-by shooting • Stolen Vehicle • Fraud • Shoplifting The City of Yakima and the Yakima Police Department embrace technology in an effort to make our community safer. Project Approach/Methodology 2. Demonstrate a need for pursuit technology equipment and that such is necessary for the operation of the law enforcement agency and protection of public safety. Project Approach/Methodology of Technical Proposal(3.3 A.1) I. Since 2020, the Yakima Police Department has averaged nine eluding incidents per month. This number is actually higher when you consider that when Washington State passed HB 1054 in 2021, officers were required to stop efforts to pursue vehicles that would not stop. Merely accelerating away from officers does not satisfy the reckless driving requirement of the eluding statute, so an eluding incident would not be counted in those instances. The Yakima Police Department has seen a 101% increase in vehicle pursuits from 2021 to 2022. In 2023, we have seen an increase of 7.9%through August25 Vehicle pursuits are dangerous. The failure to pursue also has grievous impacts. A balance of when to pursue and how to mitigate the dangers of pursuits is delicate. We believe that technology is providing the ability for the police to enforce serious crimes more safely. II. The Yakima Police Department has had the opportunity to test different variations of equipment that assist in stopping and/or apprehending suspects who have fled over the last two decades. The Department believes that a three-pronged approach for stopping, identifying and arresting eluding suspects is the best way to combat this particular criminal behavior. • Pursuit intervention devices—The Yakima Police Department uses a product called "Stop Stick'. Stop Sticks have been around for over three decades. The product is mounted in patrol vehicles and the officer will deploy the device ahead of a fleeing vehicle. In some cases, the sticks can be deployed while the suspect vehicle is stationary to prevent a possible pursuit from beginning. Once the vehicle tires roll over the device, its small but sharp hollow tubes puncture the tires allowing for slow deflation, which causes the suspect vehicle to deaccelerate to safer speeds, at which point continued fleeing becomes futile since the suspect can no longer create distance from pursuing police cruisers. • Automatic License Plate Reader Technology—ALPRs can be mounted or be mobile. They work by taking a picture of license plates in their path. The plates are checked against state and federal databases to determine if the vehicle is stolen or has been involved in some other crime. The City of Yakima currently has 31 cameras covering approximately 8 of the 21 square miles that make up the city limits. The existing cameras only cover the eastern part of the city and we have seen a dramatic increase in the number of cases that are solved since their implementation. • Unmanned Aerial Systems—Or, more commonly, drone technology. Unarmed drones in the field make it possible for officer- pilots to launch the device once a pursuit starts. This allows pursuing officers to back-off from the suspect vehicle, allowing for the suspect to slow down and find a place where they can abandon the vehicle and walk away. Drones allow officers to follow the vehicle without being detected and communicate where the suspect has fled. III. The Yakima Police Department already employs the technology we are seeking to purchase. Most of the department personnel have been trained on the requested equipment. The only exception would be for training new UAS officer-pilot. The department policy requires that officer-pilots obtain a FAA Part 107 license. The Department's training budget will absorb the cost of the training and licensing. IV. The Department will have four phases to implement the program: 1. Budget Authority—Assuming that awarded funds are only eligible for reimbursement, the Department must request an increase in budget authority from the city council after being notified of the award. Budget amendments are approved each quarter, and based on award/contract dates contained in the notice of proposal, the budget amendment would be approved at the council budget meeting held in Q1 of 2024. 2. Ordering - Once the council has approved the expenditures, the Department will enlist the assistance of the city's purchasing department. Due to the city already having contracts with the vendors providing equipment we are using I believe the projects will qualify for sole-source acquisition. In the best case, we could have orders placed within Q1 of 2024. If a bidding process becomes necessary, it will add approximately four weeks to the project to prepare the bid, award the bid, and make the order, which will put the order/acquisition into Q2 of 2024 3. Acquisition/Training— It is difficult to put a timeline on acquisition. Over the past few years we have seen severe delays due to disrupted supply lines. Those seem to be easing, but we still are seeing some delays. I expect to receive all products one to two months after ordering, but no later than June 1, 2024. a. Stop Sticks -We train personnel on Stop Sticks regularly. Once received our fleet maintenance staff will mount these items in the vehicle and be deployed in the field. b. ALPRS— Department personnel will not require additional training. The vendor will need to deploy technicians to the area to seek necessary permits and install the devices. This generally takes 1-2 months. c. UAS— Delivery is expected within 1-2 weeks of ordering. An internal selection process for interested personnel wanting to become officer-pilots will be completed upon learning of the award. Testing for certification can begin before the delivery of the devices. Once the devices are delivered, they are expected to be in the field almost immediately. Training consists of online instruction, which takes approximately two weeks followed by a certification test administered by FAA satellite sgs. Our current officer-pilots train on practical skills once per month. 4. Measuring —The Department already uses its record management system to track a variety of criminal activity and police response. Additionally, the Department is already tracking the Deployment of the technology we seek to implement. The police crime and intelligence analysts will provide monthly reports on deployments of technology and crime trends. The data that will be collected are as follows: Eluding Incidents Stolen Vehicles Recovered Stolen Vehicles UAS Deployments Stop Stick Deployments ALPR Case Assists Eludes Ending in Collision V. 3. Describe the type and quantity of equipment/technology to be acquired under this RFP and to be made available for deployment within each agency or agencies covered by the Proposal, and to whom and where the equipment/technology will be distributed an Project Approach/Methodology of Technical Proposal(3.3 A.2) Stop Sticks - Only a quarter of the Department's current fleet is equipped with Stop Sticks. We propose to purchase 60 more stop sticks so that each vehicle is equipped. This allows every officer, detective and command officer to participate in bringing dangerous pursuits to a conclusion. ALPRs-We believe that additional cameras in the central and western parts of the city will have the same dramatic effect in solving crime. As our Chief said when referring to ALPRs, "This is the single greatest change since DNA—what this system does is a game-changer." The Department will seek to add approximately 20 more cameras to the western part of the city where we are starting to see upticks in crime. While the Department currently has a UAS program, it only consists of two devices (one for training and one for deployments) that must to be shared among three pilot-officers. This requires storing the device in an accessible area for the other officer- pilots. This causes delays in deployment. The goal is that all officer-pilots would be equipped with a platform while in the field and be"flight ready"when needed. On average, vehicle pursuits last less than 10 minutes. Our request is to add 3 platforms to our fleet and train one additional patrol officer-pilot for a total of 4 field-ready units. Additionally, monitors mounted in the rear of designated patrol vehicles make piloting the UAVs easier and safer. 4. Identify who, from whom, when and by what medium of instruction peace officers with access to this equipment/technology acquired under this RFP will receive training on use of such equipment/technology prior to its use. Project Approach/Methodology of Technical Proposal(3.3 A.3) All police officers are trained on our existing technology, to include Stop Sticks and ALPRS. The exception of UAS. Officers selected as pilot must receive FAA Part 107 Training and pass the FAA license certification prior to becoming pilots. In addition, all pilots are paired with "spotters"who assist the pilot in looking for possible dangers. All spotters, must take a test to understand basic drone/aircraft operation. As mentioned in section 2, the Department's training budget will absorb the costs of training and certification. 5. Include a specific plan for the implementation, use and effectiveness reporting of acquired equipment/technology. Project Approach/Methodology of Technical Proposal(3.3 A.4) IV. The Department will have four phases to implement the program: 1. Budget Authority—Assuming that awarded funds are only eligible for reimbursement, the Department must request an increase in budget authority from the city council after being notified of the award. Budget amendments are approved each quarter, and based on award/contract dates contained in the notice of proposal, the budget amendment would be approved at the council budget meeting held in Q1 of 2024. 2. Ordering - Once the council has approved the expenditures, the Department will enlist the assistance of the city's purchasing department. Due to the city already having contracts with the vendors providing equipment we are using I believe the projects will qualify for sole-source acquisition. In the best case, we could have orders placed within Q1 of 2024. If a bidding process becomes necessary, it will add approximately four weeks to the project to prepare the bid, award the bid, and make the order, which will put the order/acquisition into Q2 of 2024 3. Acquisition/Training— It is difficult to put a timeline on acquisition. Over the past few years we have seen severe delays due to disrupted supply lines. Those seem to be easing, but we still are seeing some delays. I expect to receive all products one to two months after ordering, but no later than June 1, 2024. a. Stop Sticks -We train personnel on Stop Sticks regularly. Once received our fleet maintenance staff will mouat7these items in the vehicle and be deployed in the field. b. ALPRS— Department personnel will not require additional training. The vendor will need to deploy technicians to the area to seek necessary permits and install the devices. This generally takes 1-2 months. c. UAS— Delivery is expected within 1-2 weeks of ordering. An internal selection process for interested personnel wanting to become officer-pilots will be completed upon learning of the award. Testing for certification can begin before the delivery of the devices. Once the devices are delivered, they are expected to be in the field almost immediately. Training consists of online instruction, which takes approximately two weeks followed by a certification test administered by FAA satellite sites. Our current officer-pilots train on practical skills once per month. 4. Measuring/Reporting—The Department already uses its record management system to track a variety of criminal activity and police response. Additionally, the Department is already tracking the Deployment of the technology we seek to implement. The police crime and intelligence analysts will provide monthly reports on deployments of technology and crime trends. The data that will be collected are as follows: Eluding Incidents Stolen Vehicles Recovered Stolen Vehicles UAS Deployments Stop Stick Deployments ALPR Case Assists Eludes Ending in Collision 6. Include a plan to establish or enhance data-sharing and management policies including policies related to sharing data between law enforcement agencies and other third parties. Established and enhanced policies shall be updated to include new technologies and ensure all personnel who operate the vehicle pursuit technology, or access the vehicle pursuit technology data, are trained to use that technology and are able to comply with the data-sharing and management policies prior to the operational use of the vehicle pursuit technology. Project Approach/Methodology of Technical Proposal(3.3 A.5) Policy Establishment— a. Yakima Police Department Policy 353.6 establishes that any equipment shared with other agencies be documented. Further, copies of that documentation will be kept with the watch commander to ensure the use of the equipment and/or supplies are in compliance with any applicable sharing agreements. The policy does not differentiate between new and antiquate technologies. The department has a number of memorandums of understanding with surrounding agencies to provide assistance when requested. b. The Department has established polices on all technology being requested in this proposal to include that personnel have been trained on the technology. The department also regularly trains its personnel on public disclosure guidelines and the sharing of data. Work Plan 7. Include all project requirements and the proposed tasks, services, activities, etc. necessary to accomplish the scope of the project defined in this RFP. This section of the technical proposal must contain sufficient detail to convey to members of the evaluation team the Proposer's knowledge of the subjects and skills necessary to successfully complete the project. This section of the technical proposal must include a description of the proposed procurement and distribution of equipment, as well as the training to be given on the equipment acquired. Identify any work to be completed by subcontractors but do not select subcontractors until all relevant requirements have been reviewed, including the Code of Federal Regulations if applicable. Work Plan of Technical Proposal(3.3 B) 1. Upon learning of award, the contract must be approved by City Legal. 2. Once approved it will be placed on the City Council Agenda for approval at the next meeting. 3. A Department notice will be sent looking for officers interested in becoming officer pilots to submit a memo. 4. After a closing date, the Department will hold oral interviews for officers interested in becoming pilots. A skills test may be required. A selection will be made. 5. In 2024, the Department will ask to have its budget increased to purchase the equipment in this notice. 6. Formal bids will be collected and summitted to the Purchasing Department. 7. Purchasing prepares the purchase order and submits it back to the Police Department to move forward with the purchase. 8. The Department will coordinate with the ALPR manufacturer on the location of cameras and when the technicians will be in town. 9. The department receives all required ordered equipment. 10. All invoices are forwarded to the Finance Department as backup for reimbursement. 11. The equipment is inventoried and deployed to the field. 12. The crime analyst unit began monitoring use monthly preparing reports. 13. One final report will be created at the end of the performance period and submitted to Commerce. Project Schedule 28 8. Include a project schedule indicating when the elements of the work will be completed. Project schedule must ensure that any deliverables requested are met. Project Schedule of Technical Proposal(3.3 C) December 2023 Awardee Notification December 12 or January 2, City Council Approves Commerce Contract December 2023 Department opens pilot position January 2024 Pilot is selected, begins training/certification. February 2024 City Council approves increase to budget. February 2024 Purchase process begins (could be delayed if bidding is required) April 2024 the Department takes delivery of items. Most items delivered to the field immediately. ALPRS may need more time for delivery and final installation April 2024 Measuring of deployed equipment can begin. July 2024 Final report to Commerce Outcomes and Performance Measurment 9. Describe the impacts and outcomes the Proposer will achieve, including how these impacts and outcomes will be monitored, measured and reported to COMMERCE. Outcomes and Performance Measurement of Technical Proposal(3.3 D) Measuring—The Department already uses its record management system to track a variety of criminal activity and police response. Additionally, the Department is already tracking the Deployment of the technology we seek to implement. The police crime and intelligence analysts will provide monthly reports on deployments of technology and crime trends. The data that will be collected are as follows: Eluding Incidents Stolen Vehicles Recovered Stolen Vehicles UAS Deployments Stop Stick Deployments ALPR Case Assists Eludes Ending in Collision Risks 10. Identify potential risks that are considered significant to the success of the project in sufficient detail to convey to members of the evaluation team the Proposer's ability correctly assess and manage risk. Include how the Proposer will effectively monitor and manage these risks, including timely reporting of risks to COMMERCE. Risks of Technical Proposal(3.3 E) The Yakima Police Department has been successfully deploying the requested technology in some cases for over ten years (Stop Sticks). Undoubtedly, the technology has assisted the Department in solving violent crime. With all technology, there are inherent risks that come with its possible deployment. The City of Yakima Police Department takes this seriously, which is why the Department adheres to a shift schedule that provides training each month. The Department takes into consideration the requirement for training each time new policies or equipment is deployed. With that said, we do not see any risks with training, but rather with the failure of the equipment. See the following risks we believe are possible with the equipment being requested. • Stop Sticks—The Department has used Stop Sticks for almost two decades. There are many success stories, but there have been some failures and there are risks. o At low speeds, the sticks may not puncture tires and not prevent a pursuit from continuing. o Personnel must be out in front of the fleeing vehicle and throw the sticks in its path. This is done before the suspect vehicle reaches the area, however, this places the officer at risk if the suspect loses control or swerves. The Department mitigates this with training to retreat to a place of cover after deployment. o Suspects may see the sticks and swerve to avoid them, causing them to lose control at high speeds and increasing the potential for a collision. o Deflated tires will slow the vehicle considerably and make it more difficult to control. Continued driving will cause the tire to fall off the rim, causing sparks on the roadway, which could result in fires. • UAS—The Department has successfully used a UAS for searching for approximately four years. Here are the potential risks. o Pilot error could cause the UAS to collide with property. The department policy mitigates this by requiring a spotter to assist the officer-pilot during deployments. o Technology failures can cause a UAS to fall from the sky or"fly away" if the connection to the controller is lost(referred to as "link loss"). The department only purchases equipment that will "fly home" if it experiences link loss. o Most UAS use a nickel-cadmium battery. While improbable, these batteries can catch fire. Our officer-pilots infect the batteries regularly and replace any batteries that begin to"swell". o UAS operates using four props. If one prop was to fail or become disabled, it would make the device more difficult to control. Our officer-pilots train for this type of malfunction. • ALPR—The Department has been using ALPR's since 2022. There has been little risk. o A potential risk is that the ALPR system misreads a plate and provides a hit on criminal activity. Department policy requires the plate to be confirmed with dispatch prior to police action. o With all technology, abuse of access is a possibility. The Department takes this seriously and keeps an audit of all searches to ensure the technology is used for legitimate criminal justice purposes. Deliverables 11. Fully describe deliverables to be submitted under the proposed contract. Deliverables must support the purpose of this RFP described in Section 1.1 and met the requirements set forth in Section 1.2. Deliverables of Technical Proposal(3.3 F) The Department, at the conclusion of the performance period will create a report with the following data points to be addressed and then compared to the data after implementation for a similar time period. Vehicle Pursuits/Eluding UAS Deployments ALPR Stolen Vehicle Hits Stolen Vehicle Incidents Recovered Stolen Incidents Pursuits Ending In Collision Pursuit Intervention Attempts Pursuit Intervention Success Pursuit Intervention Failures Arrest/Eluding Ratio Related Information 12. If the Proposer or any known subcontractor contracted with the state of Washington during the past 24 months, indicate the name of the agency, the contract number and project description and/or other information available to identify the contract. If not applicable please put N/A. Related Information (3.3 G.1) N/A 13. If the Proposer's staff or subcontractor's staff was an employee of the state of Washington during the past 24 months, or is currently a Washington State employee, identify the individual by name, the agency previously or currently employed by,job title or position held and separation date. If not applicable please put N/A. Related Information (3.3 G.2) N/A 14. If the Proposer has had a contract terminated for default in the last five years, describe such incident. Termination for default is defined as notice to stop performance due to the Proposer's non-performance or poor performance and the issue of performance was either (a) not litigated due to inaction on the part of the Proposer, or (b) litigated and such litigation determined that the Proposer was in default. If not applicable please put N/A. Related Information (3.3 G.3) N/A 15. Submit full details of the terms for default including the other party's name, address, and phone number. Present the Proposer's position on the matter. COMMERCE will evaluate the facts and may, at its sole discretion, reject the proposal on the grounds of the past experience. If no such termination for default has been experienced by the Proposer in the past five years, so indicate. If not applicable please put N/A. Related Information (3.3 G.4) N/A Documents Documents Requested * Required?Attached Documents * 30 Cost Proposal (Section 3.4) aownloao template *ZoomGrants TM is not responsible for the content of uploaded documents. Application ID: 451200 Become a on Facebook Problems?Contact us at 02002-2023 GrantAnalyst.com.All rights reserved. "ZoomGrants"and the ZoomGrants logo are trademarks of GrantAnalyst.com,LLC. City Of Yakima LAW ENFORCEMENT TECHNOLOGY GRANT PROGRAM Item Make / Model Quantity Item Costs Subtotal Tax Total Stop Sticks Stop Stick 60 $ 500.00 $ 30,000.00 $ 2,490.00 $ 32,490.00 Vehicle Mounting 60 $ 60.00 $ 3,600.00 $ 298.80 $ 3,898.80 UAS DJI Matrice 30T Combo Kit 3 $ 11,000.00 $ 33,000.00 $ 2,739.00 $ 35,739.00 Extra Batteries 6 $ 350.00 $ 2,100.00 $ 174.30 $ 2,274.30 Attachments 3 $ 2,000.00 $ 6,000.00 $ 498.00 $ 6,498.00 Vehicle Upfitting 3 $ 400.00 $ 1,200.00 $ 99.60 $ 1,299.60 ALPR Falcon LPR 20 $ 3,000.00 $ 60,000.00 $ 4,980.00 $ 64,980.00 ALPR Installation 20 $ 300.00 $ 6,000.00 $ 498.00 $ 6,498.00 TOTAL $ 153,677.70 Award Amount $ 150,000.00 $ (3,677.70)