Loading...
HomeMy WebLinkAboutItem VIII-B-2 AGENDA BILL APPROVAL FORM Agenda Subject: Resolution No. 3783 Department: I Attachments: Auburn Police Resolution No. 3783 Administrative Recommendation: Date: November 16, 2004 Budget Impact: City Council adopt Resolution No. 3783. Background Summary: Resolution No. 3783 would authorize the execution of Contract No. FFY03-UASI-015 between the King County Office of Emergency Management and the City of Auburn and authorizing acceptance, appropriation and expenditure of funds in an amount not to exceed FIFTY FOUR THOUSAND FOUR HUNDRED DOLLARS ($54,400) as reimbursement from the King County Office of Emergency Management (KCOEM), by the United States Department of Homeland Security through the Washington State Military Department, executive management division for the sole purpose of supporting the urban area security initiative P1206-2 01.8,07.1, A1.3 Reviewed by Council & Committees: D Arts Commission COUNCIL COMMITTEES: D Airport 0 Finance o Hearing Examiner [8J Municipal Servo o Human Services 0 Planning & CD o Park Board OPublic Works o Planning Comm. 0 Other Reviewed by Departments & Divisions: o Building 0 M&O o Cemetery 0 Mayor o Finance 0 Parks o Fire 0 Planning o Legal [8J Police o Public Works D Human Resources Action: Committee Approval: OYes ONo Council Approval: OYes ONo Call for Public Hearing _/_/- Referred to Until _/_/- Tabled Until _/_/- Councilmember: Cerino I Staff: Kelly Meeting Date: December 6,2004 I Item Number: VIII.B.2 ~©[þ)V RESOLUTION NO. 3783 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, AUTHORIZING THE EXECUTION OF A CONTRACT BETWEEN THE KING COUNTY OFFICE OF EMERGENCY MANAGEMENT AND THE CITY OF AUBURN, AUTHORIZING ACCEPTANCE OF FUNDS IN AN AMOUNT NOT TO EXCEED FIFTY- FOUR THOUSAND FOUR-HUNDRED DOLLARS ($54,400) FOR THE SUPPORT OF THE URBAN AREA SECURITY INITIATIVE WHEREAS, the City of Auburn is in the position of accepting funds from the State of Washington Military Department, Emergency Management Division; and WHEREAS, said funds are provided by the United States DE~partment of Homeland Security (DHS) for the sole purpose of supporting the Urban Area Security Initiative; and WHEREAS, it would be beneficial for the citizens of the City of Auburn to accept such funds for their stated purpose. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, DO ORDAIN AS FOLLOWS: Section 1. The City Council hereby authorizes the Mayor or designE!e to execute Contract No. FFY03-UASI-015 between the King County Office of Emergency Management, Washington Military Department and the City of Auburn which approves the acceptance of funds in an amount not to exceed Fifty-Four Thousand Four-Hundred Dollars ($54,400) as reimbursement from the State of Washington Military Department, Emergency Management Division, which funds are provided by the United States Department of Homeland Security (DHS) for the sole purpose of supporting the Urban --------------------------- Resolution No. 3783 December 6, 2004 Page 1 Area Security Initiative as provided by DHS, which contract shall be in substantially conformity to the copy of said Contract FFY03-UASI-015 attached hereto as Exhibit "A" and is incorporated herein by this reference. Section 2. The City shall use the funds for the purpose of supporting the Urban Area Security Initiative as provided by DHS from June 1, 2004 to June 1, 2005. Section 3. The Mayor is hereby authorized to implement such administrative procedures as may be necessary to carry out the directions of this legislatkm. Section 4. This Resolution shall take effect and be in full force upon passage and signatures hereon. DATED and SIGNED this _ day of December, 2004. CITY OF AUBURN PETER B. LEWIS MAYOR ATTEST: Danielle E. Daskam, City Clerk --------------------------- Resolution No. 3783 December 6, 2004 Page 2 , Subgrant Agreement Contract# - FFY03-UASI-OI5 King County Office of Emergency Management HOMELAND SECURITY SUBGRANT AGREEMENT PROJECT TITLE: Valley SRr Mobile Command Vehicle THIS AGREEMENT is made and entered into by and between King County anej the City of Auþum, Police Departmen( hereinafter "Subgrantee", for the express purposes set forth in the following provisions of this Agreement. It is understood that funding for this Agreement has been granted to King County by the United States Department of Homeland Security through the Washington State Miliitary Department, Emergency Management Division. The funding source of the grant is the FFY2{}(}3 Urban Amas Security Initiative, Catalog of Federal Domestic Assistance (CFDA) #97.008, State .Contract #£04-055. NOW THEREFORE, King County and the Subgrantee mutually agree as follows: 1. SCOPE OF WORK AND BUDGET , The Subgrantee will accomplish the work and tasks as set forth in this Agreement and the Scope of Work, Project Timeline, and Deliverables (attached hereto as Exhibit A) and Budget (Exhibit B). 2. PERIOD OF PERFORMANCE Subject to other Agreement provisions, the period of performance under this A!Jreement will be from June 1, 2004 to June 1, 2005. All work must be satisfactorily completed, and all invoices, reports, and deliverables must be submitted, by the end of this Period of PerfomnanÅ“. 3. CONTRACT REPRESENTATIVES King County's Project Manager on this Agreement shall be Michael Ritz, UASI. Program Manager; King County Office of Emergency Management. The Project Manager shall be responsible for monitoring the performance of the Subgrantee, the approval olF actions by the Subgrantee, approval for payment of billings and expenses submitted by the Subgrantee, and the acceptance of any reports by the Subgrantee. The Subgrantee's representative to this Agreement shall be Sergeant Grego/}' S. . Wood, who will be the contact person for all communications regarding the conduct of work under this Agreement and who will ensure that all terms of the Agreement are met. Any notice required or permitted under this Agreement shall be deemed suffiGiently given or served if sent to King County or the Subgrantee at the addresses provided on thE~ next page: Subgrant Agreement Contract# - FFY03-UASI-OI5 If to King County: Michael Ritz King County Office of Emergency Management 3511 NE 2nd Street Renton, WA 98056 206-296-3830 michael.ritz@metrokc.gov j If to the Subgrantee: Sergeant Gregory S. Wood City of Auburn Police 101 N. Division St. Auburn, WA 98001 253-931-3044 gwood@ci.auburn.wa.us 4. REIMBURSEMENT REQUESTS AND PAYMENT This is a fixed price, reimbursement contract. Total compensation payable to the Subgrantee for satisfactory performance of the work under this Agreement shall not exceed $54,400.{}(} (FdIy-four thousand four hundred dollars and zero cents). Payment for satisfactory performance of the work shall not exceed this amount unless the parties mutually agree in writing to a higher amount prior to the commencement of any work, which will cause the maximum payment to be exceeded. . Compensation for satisfactory work performance shall be payable upon receiipt of a properly completed Invoice and Prògress Report Form, which will be· provided to the Subgrantee subsequent to execution of this Agreement. Invoices for costs incurred to date may be submitted monthly or quarterty. Supporting documentation is required for reimbursement of all expenses related to the Scope of Work and Budget in Exhibits A and B. Supporting documentation includes, but is not limited to, paid invoices to vendors, paid expense claim forms, canceled checks, etc. The documentation must also include the date of payment by the Subgrantee to ensure that the work was completed within the subgrant period of performance. Payment shall be considered timely if mailed by King County to the Subgrantee within thirty (30) calendar days after receipt of property completed invoices. Payment shall be sent to the address designated by the Subgrantee on the invoice form. King County may, at its sole discretion, withhold payments claimed by the Subgrantee for services rendered if King County has determined that the Subgrantee has failed to satisfactorily comply with any term or condition of this Agreement. King County does not incur liability for any payment to the Subgrantee that is subsequently disallowed by State or Federal granting agencies. King County reserves the right to withhold or recoup payment, for work or activities determined by funding agencies to be ineligible for reimbursement. 2 Subgrant Agreement Contractll - FFY03-UASI-OI5 5. REPORTING REQUIREMENTS Each request for reimbursement, whether submitted monthly or quarterly, wlill be accompanied by a narrative progress report. Reports must include the Subgrantee's progress in implementing the scope of work, including any problems encountered and possible cost overruns or underruns. Narrative progress reports may be filled out on the jnvoice and Progress Report Form or as a separate attachment to the invoice form. 6. RECORDS MAINTENANCE The Subgrantee shall maintain accounts and records, including personnel, financial, and programmatic records, and other such records as may be deemed necessary by King County, to ensure proper accounting for all project funds and compliance with this Ag¡reement. All such records shal~sufficiently and properly reflect all direct and indirect costs of any nature expended and service provided in the performance of this Agreement. These records shall be maintained for a period of six (6) years after subgrant close-out, and shall be subject to inspection, review or audit by King County and/or by State or Federal officials as so authorized bylaw. 7. SINGLE AUDIT ACT REQUIREMENTS Non-federal entities receiving financial assistance of $500,000 or more in Federal funds from all sources, direct and indirect, are required to have a single or a program-specific~ audit conducted in accordance with the U.S. Office of Management and Budget (OMB) (Revised June 27, 2003) Circular A-133-Audits of States, Local Govemments, and Non-Profit Organizations. Non- federal entities that spend less than $500,000 a year in Federal awards are exempt from Federal audit requirements for that year, except as noted in Circular No. A-133.. Entities required to have an audit must ensure the audit is performed in accordance with Generally Accepted Auditing Standards (GAAS), Govemment Auditing Standards (the Revised Yellow Book) developed by the Comptroller General and the OMB Compliance Supplement. The Subgrantee has the responsibility of notifying the State Auditor's Office and requesting an audit, if required. The Subgrantee shall maintain its records and accounts so as to facilitate the audit requirement and shall ensure that any subrecipients or subcontractors also maintain auditable records. The Subgrantee must send a letter stating there has been a single audit comlPleted and there were no findings or if there were findings, the letter should provide a list of the findings. In addition to sending a copy of the audit, the Subgrantee must include a corrèctive action plan for any audit findings and a copy of the management letter if one was received. The Subgrantee must send this letter to King County no later than nine (9) monlths after the end of the Subgrantee's fiscal year(s). 3 Sub grant Agreement Contract# - FFY03-UASI-O] 5 8. COMPLIANCE WITH APPLICABLE LAWS The Subgrantee shall be responsible for following all applicable Federal, State and~1è>callaws, ordinances, rules and regulations in the pertormance of work described herein. The Subgrantee assures that its procedures are consistent with laws relating to public contracting and competitive selection procedures. The SUBGRANTEE shall comply with OMB Circular A-87, Cost Principles for Statø, Local, and Indian Tribal Govemments; OMB A-102, Grants and Cooperative Agreements with State and Local Governments; and A-133, Audits of States, Local Governments, and Non-Profit Organizations. During the pertormance of this Agreement, neither the Subgrantee nor any palrty subcontracting under the authority of this Agreement shall discriminate on the basis of race, clDlor, sex, religion, nationality, creed, marital status, sexual orientation, age, or presence of any sEmsory, mental, or physical handicap in the employment or application for employment or in the administration or delivery of or access to services orany other benefits under this Agreement as defined by King County Code, Chapter 12.16. During the performance of this Agreement, neither the Subgrantee nor any party subcontracting under the authority of this Agreement shall engage in unfair employment practices as defined by King County Code, Chapter 12.17 or 12.18. The Subgrantee shall comply fully with all applicable Federal, State and local laws, ordinances, executive orders and regulations that prohibit such discrimination. These laws include, but are not limited to, RCW Chapter 49.60 and Titles VI and VII of the Civil Rights Act of 1964. 9. AMENDMENTS This Agreement may be amended only by written concurrence of both parties. Amendments to Scope of Work will only be approved if the proposed amendment is consistent with State and Federal granting agency rules. Up to ten percent (10%) of the total award amount may be shifted between approved budget object codes as contained in Exhibit B. For Simounts over ten percent (10%), the SUBGRANTEE must submit a written budget amendment request for approval. Such requests will only be approved if the proposed change(s) is (are) consistent with and/or achieves the goals stated in the Scope of Work and falls within the grant requirements. 10. TERMINATION This Agreement may be terminated by King County, in whole or in part, for convenience without cause prior to the end of the Period of Performance, upon thirty (30) calElndar days advance written notice. This Agreement may be terminated by either party, in whole or in part, for cause prior to the end of the Period of Pertormance, upon thirty (30) calendar days advance written notice. Reasons for termination for cause may include but not be limited to: material issues of nonperformance, misuse of funds, and/or failure to provide grant-related invoices, reports, or any requested documentation. If the Agreement is terminated as provided above, King County will be liable onlJ( for payment in accordance with the terms of this Agreement for satisfactory work complet,ed prior to the 4 Subgrant Agreement Contract# .. FFY03-UASI-015 effective date of termination. The Subgrantee shall be released from any obligation to provide further services pursuant to this Agreement. ì Nothing herein shall limit, waive, or extinguish any right or remedy provided by this Agreement or law that either party may have in the event that the obligations, terms and conditions set forth in this Agreement are breached by the other party. Funding under this Contract beyond the current appropriation year is conditional upon appropriation by the County Council of sufficient funds to support the activities described in this Contract. Should such an appropriation not be approved, this contract will terminate at the close of the current appropriation year. 11. HOLD HARMLESS AND INDEMNIFICATION The Subgrantee shall protect, indemnify and hold harmless King County, its c)fficers, officials, agents, and employees from and against any and all claims, costs, and/or issues whatsoever occurring from any and all actions by the Subgrantee and/or its subcontractors pursuant to this Agreement. The Subgrantee shall defend at its own expense any and all claims, demands, suits, penalties, losses, damages, or costs of any kind whatsoever (hereinafter "claims") brought against King County arising out of or incident to the Subgrantee's execution of, performance of or failure to perform this Agreement. Claims shall include but not be limited to assertions that the use or transfer of any software, book, document, report, film, tape, or sound reproduction or material of any kind, delivered hereunder, constitutes an infringement of any copyright, patent, trademark, trade name, and/or otherwise results in unfair tradl~ practice. In the event the County incurs attomey fees and/or costs in the defense of claims within the scope of the paragraph abóve, such attomey fees and costs shall be recov,erable from the Subgrantee. In addition King County shall be entitled to recover from the Subgrantee its attomey fees, and costs incurred to enforce the provisions of this section. 12. INSURANCE Subgrantee shall provide and maintain and shall cause its subcontractors to provide and maintain Commercial General Liability in the minimum amount of $1,000,000 per occurrence and$ 2,000~000 in the aggregate. King County, its officers, officials, agents ¡and employees shall be named as additional insureds. If the Agency is a Municipal Corporation or an agency of the State of Washington and is self- insured for any of the above insurance requirements, a certification of self-insurance shall be attached hereto and be jncorporated by reference and shall constitute compliance with this section. 5 Subgrant Agreement Contract# - FFY03-UASI-OI5 13. CERTIFICATION REGARDING DEBARMENT SUSPENSION OR INEL.lGIBIUJY If Federal funds are the basis for this contract, the Subgrantee certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, decllared ineligible, or voluntarily excluded from participation in transactions by any Federal department or agency. j 14. ENTIRE CONTRACTIWAIVER OF DEFAULT This Agreement is the complete expression of the agreement of King County and the Subgrantee hereto, and any oral or written representations or understandings not incorporated herein are excluded. Waiver of any default shall not be deemed to be a waiver of any subsequent default. Waiver of breach of any provision of this Agreement shalll not be deemed to be waiver of any other or subsequent breach and shall not be construed to be a modification of the terms' of this Agreement unless stated to be such through written approval by King County, which shall be attached to the original Agreement. 15. 'SEVERABILITY If any section, subsection, sentence, clause or phrase of this Agreement is, for any reason, found to be unconstitutional or otherwise invalid by a court of competent jurisdiction, such decision shall not affect the validity of the remaining portions of this Agreement. 16. APPROVAL This Agreement shall be subject to the written approval of the King County's authorized representative and shall not be binding until so approved. 6 Subgrant Agreement Contract# - FFY03-UASI-015 THIS AGREEMENT, consisting of 7 pages and 2 attachments, is executed by the persons signing below who warrant and represent that they have the authority to e.~ecute the Agreement. . IN WITNESS WHEREOF this Agreement has been executed by each party on the date set forth below: 1; City of Aubum, Police Department Kina Co. Office of Emeraencv Manaaement BY Name & Title. County Administrative Officer Date Date r 7 Subgrant Agreement Contract# - FFY03-UASI-015 EXHIBIT A: SCOPE OF WORK, PROJECT TIMELlNE, AND DELlVEFIABLES Project Name: Valley SRT Mobile Command Vehicle Contact Person & Title: Sgt. Greg Wood Agency: Auburn Police Department Address: 101 N. Division St. Auburn, WA 98001 Phone: 253-931-3044 E-mail: Qwoodai1cLauburn.wa.us ý Identify Direct Link to "ODP FFY03 UASI2 Grant Guidelines": Appendix C, Section II, Equipment: 10) CBRNE Incident Response Vehicles Choose .QM Primary Goal and Objective from the "Urban Area Security Initiative Seattle- King County Urban Area Strategy" that relates directly to the Project: Goal 4: Improve and enhance the Urban Area's ability to RESPOND to terrorism incident(s) with seamless coordination and interoperability between public agencies and private entities to minimize the impact of a TERRORIST AND CBRNE event upon our communi~( through collaboration and cooperation on planning strategies, policies, and funding. Obiective 4.16: Enhance logistical support capability to field operations in the event of a terrorist attack by May 2005, or as resources become available SCOPE OF WORK - NARRATIVE Prolect Description: The Aubum Police Department, on behalf of the Valley Special Response Team, is purchasing and equipping a Mobile Command Vehicle in fiscal year 2005. The City of Aubum Fleet Management Division (Equipment Rental) is anticipating allocating approximately $100,000 to fund this one-time expenditure. The Aubum Police Department, via the UASIII grant, is seeking a $50,000 match (plus tax) to augment our funds in order to maximize the capabilities of this proposed Mobile Command Vehicle. The Valley Special Response Team (SRT) is comprised of tactical officers from the Cities of Auburn, Renton, Kent, Tukwila, Federal Way and the Port of Seattle. Valley' SRT is a regional team that has participated in a number of regional calls for service, including W:r.O. The team is responsible for specialized response to incidents involving W.M.D., barricaded subjects, hostage incidents, high-risk search warrants, terrorist attacks and other specialized calls for service. Valley SRT responded regionally to support other law enforcement agencies, such as the regional response to the W.T.O. and anti-war protests in Seattle. Valley SRT participated in ·Operation TOPOFF 2," the national WMD prepartion training scenario. The Vallley SRT is also the primary back-up team for the Seattle Police Department SWAT Team, and also provides mutual aid to other jurisdictions within the Seattle-King County Urban Area. 8 Subgrant Agreement Contract# - FFY03-UASI-OI5 The Seattle-Tacoma International Airport and the Seattle Seaport (container and breakbulk cargo cent~r), owned and operated by the Port of Seattle, are at high vulnerability anc risk within the Seattle-King County Urban Area. In addition, numerous critical infrastructu"rè assets reside within the Valley SRT's combined response area. These include large public venues such as: Southcenter Mall, Seatac Mall, the Supermall of the Great Northwest, FM Regional Control Center, BNSF and Union Pacific Joint Rail Hubs. The Valley SRT provides primary response to all of these areas, and as such, is a major tactical service provider in th~ region. Currently, the Valley SRT has one dedicated Mobile Command Vehicle which is owned and operated by the Renton Police Department. This vèhicle, a converted recreational vehicle, provides limited capabilities in tenns of mobile command and control and has been shown to be insufficient in meeting the needs of the Valley SRT leadership given the types of incidents that the team responds to. The City of Aubum currently uses a converted city sew ~r department van which is also quite limited in its ability to provide an adequate command and control platform. The proposed Mobile Command Vehicle will house and transport the specializod equipment used by the Valley SRT membèrs. In addition, the proposed vehicle will also be equipped with: * Satellite TV, phone, radio data/voice communications . Interoperable communications center that will allow region-wide communication capabilities * Video surveillance with printing capabilities * Work stations that allow networked computer operations The enhanced equipment that is proposed for this Mobile Command Vehicle is ICOStly, and will exceed the proposed budget that has been allocated for this project. As such, the City of AubumNalley SRT will use monetary assistance via the UASI " grant. This project relates to the response to acts of terrorism; falls into the category of equipment; will be completed by June 1, 2005; adheres to the authorized expenditure guideline:3 and adheres to the UASI Homeland Security Strategy Goals, Objectives, and Implementation Steps. In addition, this project provides a clear benefrt with regards to the following seven areas: 1) Promotes a collaborative environment for sharing resources: This vehicle will provide a region-wide platform for communications, deployment of equipment and command and control of major CBRNE and/or terrorist incidents. 2) Contributes to interoperable communications: The Aubum PD was awa~ded approximately $39,000 from the fiscal year 2003 Homeland Security Pass-Through Grant to be used to purchase 12 new radios for the Valley SRT. These radios, two mobile and ten portable, will be transferred to and installed in the proposed Mobile Command Vehicle. These radios are "APCO rated," and provide for regional communications interoperability among local, state and federal agencies. The vehicle will also be equipped with networked laptop complUters that are tied-in to regional dispatch centers. These computers provide operators with "real-time" information and will provide the Valley SRT leadership with the most current information available. 9 Subgrant Agreement Contract# - FFY03-UASI-OI5 3) Reduces vulnerability of critical infrastructure: As mentioned, the Valley SRT is the primary responder for CBRNE/terrorism incidents that occur at Sea-Tac and the Seatllle waterfront seaport. These targets represent a significant risk for this region. This proposed MQbne Command Vehicle would be in service and able to respond to incidents occuring at these locations. 4) Speeds recovery from attacks: This Mobile Command Vehicle would be a "self-ç,ontained EOC," and would allow the Valley SRT leadership, in conjunction with regionall servk:e providers, to better assess the situation and formulate the most efficient ande,ffective response to a CBRNE/terrorist incident. 5) Increases response capability: This Mobile Command Vehicle would allow for a region-wide response, increasing the existing capabilities of the team. 6) Prevents attacks through intelligence: The Valley SRT routinely conducts pre-incident planning in tbe hopes of detecting potential problems before they occur. This ¡information is shared regionàlly, and response plans are contained on computers systems that will be contained within the Mobile Command Vehicle. 7) Significant regional benefit: As mentioned, the Valley SRT is comprised of members from six law enforcment agencies. The Valley SRT is a regional service provider, and routinely works and trains in conjunction with Seattle PD, FBI/Seattle, WSP, and other members of the Seattle-King County Urban Area. Numerous jursdictions will benefit by enhandng the response capabilities of the Valley SRT. Tactical teams have and will continue to play an integral role in the fight against terrorism. The addition of this Mobile Command Vehicle to the Valley SRT fleet will enhance tlhe team's ability to effectively respond, assess and mitigate the impact of a CBRNE/terrorist incident in our region. 10 Subgrant Agreement Contract# - FFY03-UASI-O 15 PROJECT TIMEUNE Project activities must be com leted and delivered rior to June 1, 2005. ,<:.-- Activity Estimated Completion Date Order Mobile Command Vehicle 9/1/2004 J ~ II Subgrant Agreement ContrJct# - FFY03-UASI-015 EXHIBIT B: BUDGET ATTACH ONE BUDGET SHEET PER CATEGORY This is a reimbursement grant PASS THROUGH BUDGET- FFY03 UASI 2 Identify Cateaorv (planning, tmining, exercise, or equipment : EQUIPMENT ) ITEM DESCRIPTION COST SALARIES'& BENEFITS (Not for payment of overtime) OVERTIME/BACKFILL EQUIPMENT (see next page for detailed listing) $54,400 TRAVEL AND PER DIEM GOODS AND SERVICES CONSULTANT FEES OTHER COSTS (Please specify.) TOTAL NOT TO EXCEED PROJECT COST OR AWARD $54,4QO AMOUNT . 10% of total award amount may be shifted between approved budget object codes. . Final signed invoice voucher to be submitted with final performance report & deliverables - Invoices not to exceed total amount of contract award. 12 Subgrant Agreement Contract# - FFY03-UASI-015 Fiscal Year 2003 Grant: FFY03 Urban Area Security Initiative (UASI 2) Equipment Budget Detail Worksheet State: Washinaton Date: 7/23/2004 1 E ui ment Purchase Total Cost: $54,400 NOTE: Eqùlpment cannot be purchased until this list has been reviewed and approved through the King County MEPG, the WA State Homeland Security Equipment Committee and DHS/ODP. All equipment may be audited and must be accountable for use In the event of a WMD/CBRNE incident. This .tquipment, once delivered, becomes the property and responsibility of the final receiving jurisdiction and will be used as part of the mutual ~Id response from all WMD equipment recipient agencies In King County. If used for other purposes, Subgrantee will replace said equipment. This grant does not require that your jurisdiction purchase replacement equipment if expired or used for WMD/CBRNE purposes. Subgrllntee will provide copies of packing slips with reimbursement requests. Project Title: Jurisdiction: CONTRACT# Valley SRT Mobile Command Vehicle Auburn Police Department FFY03-UASI..o15 CBRNE Incident LDV SWTMCC20LLS260-03 Tactical Response Command Center Chassis MFG ehicles Freightliner Model MT 55 Total Jurisdictional Request: Sales Tax: Grand Total: . Discipline: LE (Law Enforcement), EMS (Emergency Medical Services), EMA (Emergency Management Agency), FS (Fire Services), HZ (Hazardous Materials Personnel), PW (Public Works), GA (Govemmental Administrative-mayors, electeds, support), PSC (Public Safety Communications), HC (Health Care); PH (Public Health) 13 LDVlj) LDV, Inc. 180 Industrial Drive BUrlÎngt~>WI 53/05 /800.558.5986 Fox 262]63.0156 www./dvusa.com Section aty 1.00 CHASSIS/BODY DiME~S: ¡----1.01 1. Wheelbase of chassis: 190" } 2. Overall length of apparatus, including rear step: 353" 3. Overall apparatus width, rub rail to rub rail: 96" 4. Rear step height from ground (loaded): 24"" 5. Overall height of apparatus (loaded): 124"" 6. Interior walkway height raw body: 83" 7. Interior walkway height finished: 81.5" 8. Interior walkway léngth: 240" 9. Interior raw body width: 93" 10. Interior finished body width: 85.5" - "Note: Estimated measurement dependent on chassis components, axles, tires, frame, suspension, and no roof-mounted equipment. 2.00 £HASSIS: 2.01 GENERAL: 1. Freightliner MT-55 forward control chassis. Minimum 25,SOO-lb. GVWR with rear spring suspension and hydraulic brakes. ENGINE: 1. Cummins 158-02 260-hp turbo-charged diesel engine (260-hp @ 2500 rpm, 550-lb.ft. of torque @ 1900-rpm). 2. Largest available down flow radiator with transmission cooling and radiator mounted surge tank. 3. Eaton viscous fan drive. 4. Anti freeze to -34'F (Ethylene Glycol premixed to 50/50). 5. Frontal air intake wtth FARR ECO-SE air cleaner mounted on rail. 6. Electronic integral engine warning and derate protect system. 7. Single horizontal inboard exhaust with horizontal tail pipe exiting on the street side. 8. Cummins supplied remote mounted fuel/water separator with heater. 9. Full flow oil filler. 10. Phillips 1,OOO-walt block heater. INSTRUMENTATION AND CONTROLS: 1. Electronic cruise control with switches in left hand dash panel. 2. Integrated speedometer message center LCD display. 3. Electric fuel level gauge. 4. Multiplexed engine coolant temperature gauge. 5. Transmission oil temperature gauge. 6. Engine hour meter. 7. Multiplexed engine oil pressure gauge. 8. Multiplexed speedometer with LCD message display odometer. 9. Mulliplexed 3000-rpm tachometer. 10. Mulliplexed vollmeter. , TRANSMISSION: 1. Allison 2200EVS.(or current model) heavy-duty 5-speed automatic transmission with park pawl. 2. Transmission water-to-oil cooler. 3. Transmission mounted parking brake, manually applied. 4. Castrol Transynd synthetic transmission oil. Auburn. City of (W A) SWTMCC2OllS260-03.2 1 10/25/2004 LDVßJJ tov, Inc. 180 'ndu~ río Drive Burling ~/Wl 53105 /800.558.5986 Fox 262.763.0156 www./dvusa.com Section Qty AXLES & SUSPENSION: j 1. Meritor MFS-08-113B 8,000-lb tront axle with front oil seals. 2. 8,000-lb. taperleaf tront springs with maintenance tree rubber bushings. 3. Meritor RS-17-145 L-SRS 17,500-lb. rear axle with rear oil seals. 4. 5.57:1 gear ratio. With this gear ratio the maximum geared speed is 74.5-mph. 5. 17,500-lb. rear taper leaf spring suspension. 6. Spicer half round yoke driveline with driveshaft guard. 7. Gabriel front and Monroe rear shock absorbers. 8. Eaton 2834 (Emery) synthetic SAE 75W-90W oil in front and rear axles. 9. Front and rear oil seals. BRAKES: .- 1. Bosch 4-wheel hydraulic disc front and rear with Wabco 4-channel ABS wlo traction control. 2. Front and rear disc brake dust shields. STEERING: 1. Ross TRW TAS-55 power steering. 2. TilVtelescopic steering column. 3. 18" charcoal steering wheel. FUEL: 1. 60 gallon rectangular steel fuel tank mounted between frame rails behind rear axle with driver's side fuel fill. 2. Length of auxiliary pickup tubes (generators, furnaces etc.) shall prevent these devices from using more than 75% of vehicle's fuel tank capacity. FRAME: 1. 5116" x 2.81" x 9.13" SO,OOO-psi steel frame. 2. Frame RBM is 540,OOO-lbf/in/rail or 1,080,000 total. 3. Frame warranty is 5 years/100,000 miles. 4. Frame is constructed using only grade 8 bolts. ELECTRICAL: 1. Leece Neville 200-amp aUernator factory installed. 2. Sure Power 2402 or 2403 isolator to allow aUernator to charge the chassis and auxiliary battery banks. 3. Two (2) Alliance 1131 group 31 maintenance free 1900 CCA batteries. 4. Automatic self-reset circuit breakers. 5. Deleo 12Vdc 28MT (or current model) starter. 6. Dual electric horns. 7. 97-dB backuD alarm. TIRES AND WHEELS: 1. Two (2) 10R22.5 Michelin XZE (or equal) 14-p1y highway tread radial tires (front). (Load rating for both tires 11,360-lbs.). 2. Four (4) 10R22.5 Michelin XDE (or equal) 14-pIy mud and snow tread radial tires (rear). (Load rating for all four tires 20,320-lbs.). 3. Six (6) Accuride 29028 22.5" x 7.5" 8-stud hub-pilot 4-hand steel disc wheels. Note: Chassis specilications are from Freightliner Custom Chassis and are subje,:t to change by FreiahtJiner. 2.02 Cummins five (5)-year/100,OOO mile engine warranty with five (5)-year/50,000 mile Allison transmission, and Rockwell rear axle warranty. 2.03 Block heater shall be wired to a switch on the AC control panel. 2.04 Stainless steel wheel liners with braided stainless steel valve stem extenders. Auburn, City of fWA) SWTMCC20LLS260-03.2 2 10125/2004 LDV~ LDV, Inc. IBO Indt[sfrial Drive Bur/ingt{in: WI 53 J 05 800.558.5986 Fox 262.763.0156 WWW./dvuso.com Section Qty . 2.05 1 DOT trian¡¡le reflector kit with three (3) trial1f!les. 2.06 Chrome exhaust tip on chassis tail pipe. / 3.00 BODY: 3.01 1. Load space area shall be 83" high x 93" wide x 20' long all aluminum step van body. 2. Driver sedan door with slider window, door skin shall be chemically bonded to door frame structure reducing the amount of rivets required. Door shall have continuous stainless steel piano hinge and two (2) nylon straps. 3. Passenger sedan door with slider window, door skin shall be chemically bonded to door frame structure reducing the amount of rivets required. Door shall have continuous stainless steel piano hinge and two (2) nylon straps. 4. Sedan doors shall have a 0.125" aluminum tread plate step well for 18" skirt depth. .. 5. Sedan doors shall have black non-skid tape on all door entry sills and yellow/black warning tape applied to inside door edge. 6. Sedan doors shall have polished aluminum Tri-mark flush mounted locking hardware with self- aligning rotary latch and matching key locks. Outside door handles not to exceed 50" from ground. 7. Aluminum alloy double H wall beam, 6005- T5 alloy, 3" x 3" wide at the base, ., .5" wide at the top, 0.125 wall thickness. Studs feature machined wire pass-throughs, and raised adhesive control features on base. S. I-beams shall be chemically bonded to sidewalls eliminating the need for additional rivets. Buck- rivets will be used to fasten the top, bottom and rub rail. Use of two-sided tape is: not acceptable. 9. Body shall have 0.125" strain-hardened aluminum alloy 5052-H36 side panels. The upper panels shall be free of rivets allowing for smooth graphics application. 10. Skirt supports, 1 .5 x 1 .5 x 0.125 angle to reinforce skirt edge and hold bottom edge in a straight line. 0.188 x 1.00" flat braces placed at 4' intervals and riveted to lower wall angll~ and floor to maintain sidewall skirt rigidity. 11. Fender flares, 1.38" x 2.25" x 0.090" roll formed and radiused 5OS2-H32 aluminum sheet, mechanically fastened to wheel opening. Edges sealed against moisture. 12. NFPA 1901 embossed 0.125" aluminum tread plate roof attached to 3" x 1M!" x 0.12S" extruded aluminum roof bows on 16" centers. 90Ib per sq ft weight capacity (no exceptions). Bows are 2" skip welded every 12" Tread plate seams to be continues welded. Perimetor of roof shall be chemically sealed. 13. Lift-up molded fiberglass hood with chrome grill insert. Hood shall have integrated headlamps and turn signal indicators and dual assist gas charged lift shocks. The use of mechanical assist springs is not acceptable. 14. Extruded aluminum floor with interlocking planks, 1.88" high x various widths, 0.12S" top surface. 6oo5-T5 alloy and temper. Heavy-duty thick-wall extruded planks fore and aft of Bill floor cutouts and every 5th plank in all other areas. Planks made of 6005-tS alloy and temper, 0.250" thick top surface. 15. Chrome plated steel front bumper. Auburn, City of fiNA) SWTMCC2OLLS2611-03.2 3 1012512004 LDVllÞ LDV, Inc. 180 Indvstriol Drive Burlingf'øn:\.v¡ 53/05 800.558.5986 fax 262.763.0156 WWW./dVU50.com Section Qty 16. Tinted safety plate glass windshield with driver and passenger sun visors. WindshiÍ!ld and side glass to be chemically bonded and sealed to body. Use of molded rubber gaske,ts is not acceptable. 17. Full width 12" deep heavy-duty aluminum rear bumper with center step, painted to match the body. 18. Integral cab air conditioning and heating system with dash controls. 19. Velvae heated remote control rear view mirrors with dash controls. Upper mirror has 62-sq.in. of flat surface and lower mirror has 30-sq.in. of convex surface. Mirror has a fold-away arm. 20. Driver seat shall be Seats Inc. Magnum 200 mechanical suspension seat on fixed pedestal. Seat shall be covered in black Tuff T ex cloth and have arm rests, lumbar suppo'i, tilt back and 3- point seat belt. 21. Intermittent windshield wlperlwasher with single heavy-duty windshield wiper motor. - 23. Custom front wheel cutouts for tires. 24. Rear frame-mounted tow eyes extending past body. 25. Aluminum engine box cover with acoustical and thermal insulation. Black molded ABS composije engine box over-lay. 26. Acoustical and thermal insulaflon with heat shield on exterior fire-wall. 27. Full length skirting. Skirt shall extend 18" down from the bottom of floor extrusions. 28. Dash shall be vacuum formed ABS composite with integrated control pod located left of dash. 29. All clearance and side marker lights to be LED. 30. Standard structural warranty of 5 years or 50,000 miles and standard component warranty of 12 months or 12,000 miles. 31. The vehicle shall be fully sanded on all exterior surfaces with no more than 11;0 grit to assure removal of imperfections in metal surface. All aluminum shall be chemically etched and primed prior to painting. Base body color shall be oven baked and painted with Duponf IroTon 5000 to commercial truck standards. Note: Specnlcations are from body manufacturer and are subject to change without notice. 3.02 38-inch, two-piece swinging rear doors with slam latches and inside release handl!e. Right door has key-locking handle. Doors shall have four (4) 12" x 18" windows, two in each doo,r. 3.03 Passenger seat shall be black Jump seat with 2-po/nt seat belt in place of standard Magnum seat. 3.04 2 Heavy-duty fluted aluminum grab handle with rubber inserts and chrome plated st'lnchlons installed at exterior entry door location. 3.05 2 Automatic courtesy light at side entry door. 3.06 1 Courtesy light defeat switch on dash. 3.07 1 Kwikee Series 31 (or current model) 20" wide automatic electric steel entry step painted black. Step surface shall be covered with NFPA 1901 approved embossed aluminum tread pl<lte. Located as shown on drawing. 3.08 30" wide 0.125" bright aluminum NFPA 1901 tread plate flip-down step on rear bumper. Step shall have cam locks to secure step while vehicle is in motion. 3.09 Entire underside of the apparatus shall be undercoated. Includes chassis, floor extrusions. step wells and aluminum compartments. 3.10 Rear mud flaps with anti-sail brackets. 3.11 Bodv base color shall be Dupont Imron N0006-HH white (or equal) 4.00 DRIVERIPASSENGER CAS AREA: Auburn, City of (WA) SWTMCC2OLLS260-03.2 4 10/25/2004 LDVl) LDV, Inc. 180 Indus/rial Drive Burl;ngto~;._WI 53105 §OO.558.5986 Fax 262.763.0/56 W'WW.ldvu5o.com Section Qty 4.01 1. Cover upper area of cab doors with 36-02. vinyl and lower area with padded 36-02. vinyl (color _ to be determined). I 2. 10" high 0.100" bright aluminum tread plate kick plate at bottom of doors. 3. Heavy-duty rubber grab handle on each door. 4. 3/4" plywood panels covered with Exca/ibur onyx carpet above driver and passenger doors. 5. Cab sub ceiling shall be 1/2" plywood, APA-NRB-108FHA-UM-66. 6. Cover sub ceiling with Veelok Oxford 17-02. ribbed loop pile fabric (color - Liglht Grey). 7. Vehicle height sign on dash. 8. Cab floor shall be covered with 5/8" plywood and covered with flooring as spedfied in Walls, Ceiling and Floor seetion. 9. Black ribbed rubber mat in driver and passenger toe plate area. Insulate walls in toe plate area and cover walls and engine box with black carpeted panels. - 10. Vehicle shall have a Final Stage Vehicle Certification and Altered Vehicle Certification as required by Federal Motor Vehicle Safety Standards (FMVSS) 49 CFR Part 567.S and 567.7 11. Payload sticker in cab area with vehicle axle load ratinos and available axle p:3ytoad as built. 4.02 Work area on passenger side constructed of 3/4" plywood covered with black lalTlinate and trimmed with vinyl T -moldino. 4.03 Black laminate oull-oufwritino surface. 4.04 Control panels for 120Vac and 12Vdc systems shall be located in the overhead console. The entire console shall be constructed of 3/4" plywood. The face shall be finished with black laminate and the bottom shall be covered with Excalibur onyx carDe!. 4.05 1 Blue/white dome lIoht under overhead console. e--- 4.06 1 Pair of 6" front windshield fans. 4.07 1 Wysco model BS-5507 (or current model) 1/3" closed circuit camera with microphone and Wysco 5" monitor with speaker to view the area to the rear of the vehicle. 4.08 1 Pioneer DEH-P77DH (or current model) 45-watt x 4-channel, AM/FM/CD player and 3-band parametric EQ, with one (1) pair Pioneer TS-A6970R (or current model) 6" x 9" three-way 16o-watt sneakers. 4.09 1 Additional pair of Pioneer TS-A6959 (or current model) 6" x 9" three-wav 160-watt speakers. 4.10 1 L-pad volume control for additional speakers. 4.11 Blackout curtains for all cab area windows: 1. Custom fit to cab windows. 2. Curtains shall be made of woven fabric made of 100% SEF/FR® self-extinguishing fibers, modacrylic solution dyed with a fluorocarbon finish (color - to be de1ermlned). 3. Weight is approximately 9.25-02. per square yard. 4. Material shall be guaranteed not to fade, mildew or rot for 5 years. 5. Seams shall be double stitch/single fold with 1" sewn-in hook-and-Ioop or nickel plated fasteners. 6. Fabric shall meet FMVSS 571.302 requirements for use in the driver/passenger area. 5.DO WAllS CEILING AND FLOOR: 5.01 Insulate walls and ceilinQ with a minimum of 2-1/2" of fiber!llass. 5.02 Cover interior body side posts with 1/2" plYWOod sub wall. #APA-NRB-108FHA-UM·66..__~ 5.03 - Cover sub wall with Kemlite 0.075" fiberglass reinforced plastic (FRP) lining. Wall covering shall be a continuous oieee front to back. no seams acceptable. 5.04 Cover upper halt of sub wall with laminate dry erase material 5.05 Cover interior roof suooorts with 1/2" plywood, #APA-NRB-108FHA-UM-66. 5.06 Cover sub cellino with Veelok 17-02. ribbed loop pile fabric lcolor - Licht Grev\. 5.07 2 Overhead fluted aluminum grab rails with rubber inserts and chrome plated stanchions. 5.08 518" exterior grade tongue & groove plywood underlayment for floor, #APA-NRB-108FHA-UM-66. Auburn. CIty of CNA) SWTMCC2OlLS2GO-03.2 5 1012512004