HomeMy WebLinkAbout3783
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 Department 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 designee 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
_____________.w_.__________
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 legislation.
Section 4. This Resolution shall take effect and be in full force upon passage
and signatures hereon.
'¥!1
DATED and SIGNED this ~ day of December, 2004.
CITY F AUB
~
B. LEWIS
MAYOR
ATTEST:
\ 1
A,fAÆ2I /D:Þ¿~
Dan' lie E. Daskam,
City Clerk
---------------------------
Resolution No. 3783
December 6, 2004
Page 2
.
Subgrant Agreement Contract# - FFY03-UASI-015
'.
King County Office of Emergency Management
HOMELAND SECURITY SUBGRANT AGREEMENT
PROJECT TITLE: Valley SRT Mobile Command Vehicle
THIS AGREEMENT is made and entered into by and between King County and the City of
Aubum, Police Department, 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 Military Department,
Emergency Management Division. The funding source of the grant is the FFY2oo3 Urban
Areas 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 Agreement will be
from June 1, 2004to June 1,2005. All work must be satisfactoñly completed, and all invoices,
reports, and deliverables must be submitted, by the end of this Period of Performance.
3. CONTRACT REPRESENTATIVES
King County's Project Manager on this Agreement shall be Michael Ritz, UAS! Program
Manager, King County Office of Emergency Management. The Project Manager shall be
responsible for monitoring the performance of the Subgrantee, the approval of 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 Gregory 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 sufficiently given or
served if sent to King County or the Subgrantee at the addresses provided on the next page:
·
Subgrant Agreement Contract# - FFY03-UASI-015
'.
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
)
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 $54,400.00
(Fifty-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 receipt of a properly
completed Invoice and Progress 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 quarterly. 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 properly 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 Contract# - FFY03-UASI-015
'.
5. REPORTING REQUIREMENTS
Each request for reimbursement, whether submitted monthly or quarterly, will 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 )nvoice 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 Agreement. All such
records shall 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 by law.
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 Governments, 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 (GMS), Government 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 completed 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 corrective 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) months after the end
of the Subgrantee's fiscal year(s).
3
Subgrant Agreement Contract# - FFY03-UASI-015
..
8.
COMPLIANCE WITH APPLICABLE LAWS
The Subgrantee shall be responsible for following all applicable Federal, State andJøcallaws,
ordinances, rules and regulations in the performance 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 State>, Local, and
Indian Tribal Governments; 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 performance of this Agreement, neither the Subgrantee nor any party subcontracting
under the authority of this Agreement shall discriminate on the basis of race, color, sex, religion,
nationality, creed, marital status, sexual orientation, age, or presence of any sensory, mental, or
physical handicap in the employment or application for employment or in the administration or
delivery of or access to services or any 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 amounts 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) calendar 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 Performance, 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 only for payment in
accordance with the terms of this Agreement for satisfactory work completed 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.
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 officers, officials,
agents, and employees from and against any and all claims, costs, and/or issues whatsoever
occurñng 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 trade practice.
In the event the County incurs attorney fees and/or costs in the defense of claims within the
scope of the paragraph above, such attorney fees and costs shall be recoverable from the
Subgrantee. In addition King County shall be entitled to recover from the Subgrantee its
attorney 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 incorporated by reference and shall constitute compliance with this
section.
5
Subgrant Agreement Contract# - FFY03-UASI-015
13. CERTIFICATION REGARDING DEBARMENT SUSPENSION OR INELlGIBILI::JY
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, declared ineligible, or
voluntarily excluded from participation in transactions by any Federal department or agency.
)
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 shall 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~cute the
Agreement.
IN WITNESS WHEREOF this Agreement has been executed by each party on the date set forth
below:
j
City of Aubum. Police Department
Kina Co. Office of Emeraencv Manaaement
OrNW¡.l\ ~~j]\+, C4115"
Name & Title \\
BY ~~~./~
ð6-:fIÄ..
~iY'
County Administrative Officer
J \~ ¿L.- D~
/1- Jj{ -ól{
Date
Date
7
Subgrant Agreement Contract# - FFY03-UASI-015
EXHIBIT A: SCOPE OF WORK. PROJECT TIMELlNE. AND DELlVERABLES
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: qwood@ci.auburn.wa.us
"
Identify Direct Link to "ODP FFY03 UASI2 Grant Guidelines":
Appendix C, Section II, Equipment: 10) CBRNE Incident Response Vehicles
Choose one 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 pñvate entities to
minimize the impact of a TERRORIST AND CBRNE event upon our community 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
Project Description:
The Auburn 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 Auburn Fleet
Management Division (Equipment Rental) is anticipating allocating approximately $100,000 to
fund this one-time expenditure. The Auburn 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.T.O. The team
is responsible for specialized response to incidents involving W.M.D., barñcaded 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 Valley 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-015
The Seattle-Tacoma International Airport and the Seattle Seaport (container and breakbulk
cargo center), owned and operated by the Port of Seattle, are at high vulnerability and risk
within the Seattle-King County Urban Area. In addition, numerous critical infrastructurè 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, FAA 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 thjs 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 terms 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 Auburn currently uses a converted city sewer 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 specialized equipment
used by the Valley SRT members. 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 costly, and will
exceed the proposed budget that has been allocated for this project. As such, the City of
AuburnNalley SRT will use monetary assistance via the UASIII 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 guidelines and adheres
to the UASI Homeland Security Strategy Goals, Objectives, and Implementation Steps. In
addition, this project provides a clear benefit 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 Auburn PD was awarded 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 computers 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-015
3) Reduces vulnerability of critical infrastructure: As mentioned, the Valley SRT is the primary
responder for CBRNE/terroñsm incidents that occur at Sea- T ac and the Seattle waterfront
seaport. These targets represent a significant risk for this region. This proposed Mobile
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-çontained
EOC," and would allow the Valley SRT leadership, in conjunction with regional service
providers, to better assess the situation and formulate the most efficient and effective 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 the hopes of detecting potential problems before they occur. This information is
shared regionally, 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 enhancing 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 the team's ability
to effectively respond, assess and mitigate the impact of a CBRNE/terroñst incident in our
region.
10
Subgrant Agreement Contract# - FFY03-UASI-015
PROJECT TIMELlNE
Project activities must be completed and delivered rior to June 1, 2005.
Activity
Order Mobile Command Vehicle
11
Estimated
Completion Date
9/1/2004
-'
Subgrant Agreement Contract# - FFY03-UASI-015
EXHIBIT B: BUDGET
ATTACH ONE BUDGET SHEET PER CATEGORY
This is a reimbursement grant
PASS THROUGH BUDGET- FFY03 UASI2
Identify Cateqorv (planning, training, exercise, or equipment]: EQUIPMENT .I
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 $54,400
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
Equi ment Purchase Total Cost:
$54,400
NOTE: Equipment 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 ánd must be accountable for use in the event of a WMD/CBRNE incident. This equipment, once
delivered, becomes the property and responsibility of the final receiving jurisdiction and will be used as part
of the mutual aid 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. Subgrantee will provide
copies of packing slips with reimbursement requests.
Project Title:
Jurisdiction:
CONTRACT#
Valley SRT Mobile Command Vehicle
Auburn Police Department
FFY03-UASI-015
CBRNE Incident
Response
Vehicles
LDV SWTMCC20LLS260-03 Tactical
Command Center Chassis MFG
Freightliner Model MT 55
1
$50,000.00
LE
Total Jurisdictional Request:
Sales Tax:
Grand Total:
$50,000.00
$4,400.00
$54,400.00
. Discipline: LE (Law Enforcement), EMS (Emergency Medical Services), EMA (Emergency Management
Agency), FS (Fire Services), HZ (Hazardous Materials Personnel), PW (Public Works), GA (Governmental
Administrative-mayors, electeds, support), PSC (Public Safety Communications), HC (Health Care); PH
(Public Health)
13
, LDV, Inc.
LDVBJJ /80 Industrial Drive
Burlingt(;m,'WI 53/05
800,558.5986
fox 262.763.0 J 56
www.ldvusa.com
Section Qty _'_~'_M~ - ... ____m
1.00 CHASSIS/BODY DIMENSIONS:
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 length: 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 CHASSIS:
-
2.01 GENERAL:
1. Freightliner MT -55 forward control chassis. Minimum 25,500-lb. GVWR with rear spring
! suspension and hydraulic brakes.
ENGINE:
1. Cummins ISB-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 with 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 fuellwater separator with heater.
9. Full flow oil fiiter.
10. Phi/lips 1 ,OOO-watt 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.
I 4. Multiplexed engine coolant temperature gauge.
I 5. Transmission oil temperature gauge.
6. Engine hour meter.
7. Multiplexed engine oil pressure gauge.
8. Multiplexed speedometer with LCD message display odometer.
9. Multiplexed 3000-rpm tachometer.
10. Multiplexed voltmeter.
TRANSMISSION:
1. Allison 2200EVS (or current model) heavy-duty 5-speed automatic transmission with park pawl.
2. Transmission wateHo-oil cooler.
3. Transmission mounted parking brake, manually applied.
4. Castrol Transynd synthetic transmission oil.
Aubum, City of (WA) SWTMCC20LLS260-03.2
1
10/2512004
LDva LDV, 'nc.
180 Indus/rial Drive
BurljngtQR, 'WI 53105
800.558.5986
Fax 262.763.0156
www.'dvusa.com
Section I Qty -----_.._.----_...,.~_. ---.--- u'_' -----
I
AXLES & SUSPENSION:
1. Meritor MFS-08-113B 8,000-lb front axle with front oil seals. /
! 2. 8,000-lb. taperleaf front springs with maintenance free 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 driveshalt 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 w/o traction control.
2. Front and rear disc brake dust shields.
STEERING: ~~
1. Ross TRW T AS-55 power steering.
2. Tiltltelescopic 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 till.
! 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. 5/16" x 2.81" x 9.13" 50,000-psi steel frame.
2. Frame RBM is 540,000-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 Nevil/e 200-amp alternator factory installed.
2. Sure Power 2402 or 2403 isolator to allow alternator to charge the chassis and auxiliary battery
, banks.
, 3. Two (2) Alliance 1131 group 31 maintenance free 1900 CCA batteries.
I 4. Automatic seif-reset circuit breakers.
5. Deleo 12Vdc 28MT (or current model) starter.
6. Dual electric horns.
7. 97-dB backup alarm.
TIRES AND WHEELS:
1. Two (2) 10R22.5 Michelin XZE (or equal) 14-ply highway tread radial tires (front). (Load rating
for both tires 11 ,360-lbs.).
2. Four (4) 10R22.5 Michelin XDE (or equal) 14·ply 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.
I Note: Chassis specifications are from Freightliner Custom Chassis and are subject to change by
Freiaht/iner. ..--
2.021 Cummins five (5)-year/100,000 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 Sta-inless-steel wheel liners with braided stainless steel valve stem extenders.
Auburn, City 01 (WA) SWTMCC20LLS260-03.2
2
10/2512004
LDV~ LDV, Inc.
ISO IndusffÎol Drive
BurlingtQIi...WJ 53105
800.558.5986
fax 262.763.0/56
. WWW.ldvu50.com
Section Qty .----.- .---
2.0S 1 DOT triangle reflector kit with three (3) triangle¡;.,.
.~-_.
2,~,___ Chrome exhaust tip on chassis tail pipe. -~
3.00' BODY:
>----- 3.01 ¡I. Load space area shall be 83" high x 93" wide x 20' long all aluminum stir> 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
I hinge and two (2) nylon straps.
4_ Sedan doors shall have a 0.12S" aluminum tread plate step well for 18" skirt depth.
S. 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 SO" from ground.
-~
7. Aluminum alloy double H wafl beam, 600S- TS alloy, 3" x 3" wide at the base, 1.S" wide at the top,
'0.12S wall thickness. Studs feature machined wire pass-throughs, and raised adhesive control
features on base.
8. 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 0.12S" strain-hardened aluminum alloy SOS2-H36 side panels. The upper panels
shall be free of rivets allowing for smooth graphics application.
10. Skirt supports, 1.5 x 1 .S x 0.12S 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 angle and floor to
i maintain sidewall skirt rigidity.
11. Fender flares, 1,38" x 2.25" x 0.090" roll formed and radiused S052-H32 aluminum sheet.
mechanically fastened to wheel opening. Edges seaied against moisture.
12. NFPA 1901 embossed 0.12S" aluminum tread plate roof attached to 3" x 1 1/2" x 0.125"
extruded aluminum roof bows on 16" centers. 90lb per sq ft weight capacity (no exceptions). Bows
are 2" skip welded every 12" Tread plate seams to be continues welded. Perimeter 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, 0.125" top surface.
6005-TS alloy and temper. Heavy-duty thick-wall extruded planks fore and aft of all floor cutouts and
every Sth plank in all other areas. Planks made of 6005-t5 alloy and temper, 0.250" thick top
I surface.
I 15. Chrome plated steel front bumper.
¡
Auburn, City of (WA) SWTMCC20LLS26Q-03.2
3
10/25/2004
LDV~ LDV, Inc.
80 Industriol Drive
BurfingtQrvW/ 53J05
'800.558.5986
fox 262.763.0156
I www./dvusa.com
Qty "--'-~_. ~~~_....
Section
,
,
16. Tinted safety plate glass windshield with driver and passenger sun visors. Windshield and side
glass to be chemically bonded and sealed to body. Use of molded rubber gaskets 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. Ve/vac 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 Tex cloth and have arm rests, lumbar support, tilt back and 3-
point seat belt.
21. Intermittent windshield wiperlwasher 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
composite engine box over-lay.
26. Acoustical and thermal insulation 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 150 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 Dupont troron 5000 to
commercial truck standards.
Note: Specifications 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 handle. Right door has
key-locking handle. Doors shall have four (4) 12" x 18" windows, two in each door.
3.03
Passenger seat shall be blackjump seat with 2-point seat belt in place of standard Magnum seat.
3.04 2 Heavy-duty fluted aluminum grab handle with rubber inserts and chrome plated stanchions installed
at exterior entry door location.
3.05 2 Automatic courtesy liaht 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 plate. 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
I wells and aluminum compartments. -
3:1O! Rear mud flaps with anti-sail brackets. --
-- 3.111 Body base color shall be Dupont Imron N0006-HH white (or equal) -
4.001 DRIVER/PASSENGER CAB AREA:
Auburn, City of (!NA) SWTMCC20LLS26D-03.2
4
10/25/2004
LDVßJJ LDV, Inc.
IBO Industrial Drive
Burfinglqn'WI 53/05
800.558.5986
Fax 262.763.0156
www.Jdvusa.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). /
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 Excalibur 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 - Light Grey).
7. Vehicle height sign on dash.
¡8. Cab floor shall be covered with 5/8" plywood and covered with flooring as specified in Walls,
'Ceiling and Floor section.
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 567.5 and 567.7
11. Payload sticker in cab area with vehicle axle load ratinos and available axle Davload as built.
4.02 Work area on passenger side constructed of 3/4" plywood covered with black laminate and trimmed
I with vinYl T -molding.
i
4.031 Black laminate Dull-out writing surface.
4.041 Control panels for 120Vac and 12Vdc systems shall be located in the overhead console. The entire
I 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 carpet.
4.05 1 Blue/white dome light under overhead console. - --
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 160-watt
speakers.
4.09 1 Additional pair of Pioneer TS-A6959 (or current model) 6" x 9" three-way 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.
12. Curtains shali be made of woven fabric made of 100% SEF/FR® self-extinguishing fibers,
¡modacrylic solution dyed with a fluorocarbon finish (color - to be determined).
,3. Weight is approximately 9.25-02. per square yard.
14. 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.
5.00 WALLS CEILING AND FLOOR:
5.01 Insulate walls a_nd ceiling with a minimum of 2-1/2" of fiberglass. --
5.02 Cover interior body side posts with 1/2" plywood sub wall, #APA-NRB-1 08FHA-UM-66.
5.03 Cover sub wall with Kern/ite 0.075" fiberglass reinforced plastic (FRP) lining. Wall covering shall be
a continuous piece front to back, no seams acceptable. --
5.04 Cover upper half of sub wall with laminate dry erase material --
_._~ _'.u.
5.05, Cover interior roof supports with 1/2" plywood, #APA-NRB-108FHA-UM-66. -_.-
5.06 Cover sub ceiling with Veelok 17-02. ribbed loop pile fabric (color - Light Grey). _ -
5.07 2 Overhead fluted aluminum grab ralts with rubber inserts and chrome plated stanc~ions. -----
5,08, 5/8" exterior grade tongue & groove plywood underlayment for floor, #APA-NRB-1 08FHA-UM-66.
¡
Auburn, City of I!/'IA) SWTMCC20LLS260-03.2
5
10/25/2004