Loading...
HomeMy WebLinkAboutC2012-131 - 5/15/2012 - Approved)2 -13j SOUTH TEXAS AREA MARITIME SECURITY COMMITTEE (STAMSC) PORT SECURITY GRANT PROGRAM SUB- GRANTEE AWARD AGREEMENT between W.J.WAGNER, INC and CITY OF CORPUS CHRISTI, TX This Agreement, between W.J.Wagner, Inc, as Fiduciary Agent (hereinafter referred to the Fiduciary Agent) and the City of Corpus Christi, TX (hereinafter referred to as Sub - grantee) is effective from this 1st day of April, 2012 until August 31, 2014. The Sub - grantee understands and agrees that this grant award shall be subject to and incorporate the following terms and conditions. The Sub - grantee shall include provisions appropriate to effectuate the purposes of these conditions in all contracts of employment, consultant's agreements, and contracts issued under its approved application. I. Authority and Purpose A. This Agreement is undertaken pursuant to § 46 USC 70107 and the Maritime Transportation Security Act of 2002 to pass through federal preparedness assistance awarded to the Sector Corpus Christi port area by the Federal Emergency Management Agency (hereinafter FEMA) under the Port Security Grant Program. B. Purpose and Amount of Award: This Agreement establishes the terms, conditions, assurances and certifications under which the Fiduciary Agent shall award to Sub - grantee an allocation of funds from the Port Security Grant Program (PSGP), Award Number EMW- 2011- PU- K00178-05, in the amount of $244,302 for Mobile Interoperable Communications Vehicle in accordance with the Investment Justification (Exhibit A) and Budget (Exhibit B) approved by the South Texas Area Maritime Security Committee, which are attached hereto and made a part of this Agreement. 2012 -131 05/15/12 M2012 -087 W.J. Wagner, Inc.. L. INDEXED II. Applicable Rules/Regulations A. Applicability of Federal Regulations and Conditions: The Sub - grantee must comply with the most recent version of the Administrative Requirements, Cost Principles, and Audit Requirements. Administrative Requirements: For state, local, and tribal governments: 44 CFR Part 13, Uniform administrative Requirements for grants and Cooperative Agreements to State and Local Governments. For all other Subgrantees: 2 CFR Part 215, Uniform Administrative Requirements for Grants and Agreements with Institutions of Higher Education, Hospitals, and Other Non -profit Organizations (OMB Circular A- 110) (also applies to for -profit entities) Cost Principles: For state, local, and tribal governments: 2 CFR Part 225, Cost Principles for State, Local and Indian Tribal Governments (OMB Circular A -87) For colleges and universities: 2 CFR Part 220 Cost Principles for Educational Institutions (OMB Circular A -121) For not - for - profits: 2 CFR Part 230 Cost Principles for Non -Profit Organizations (OMB Circular A -122) For for- profits: 48 CFR Part 31 (FAR 31.2) Contract Cost Principles and Procedures, Contracts with Commercial Organizations Audit Requirements: For all sub - grantees: OMB Circular A -133, Audits of States, Local Governments, and Non -Profit Organizations A -133 requires an annual organization -wide audit or program audit if Sub - grantee expends $500,000 or more of federal funds during its fiscal year, unless a lower threshold is established by any applicable rule, regulation or standard. Copies of these OMB Circulars are available for download on the OMB website at www.whitehouse.gov /OMB /grants /index.html B. Federal Standard Assurances and Additional Assurances and Certifications: The Sub - grantee agrees to be bound by and/or comply with the Federal Standard Assurances and certifications required by the PSGP application. These include SF 424 B and D (Assurances - Non - Construction and Construction Programs), Certifications Regarding Lobbying; Debarment, Suspension And Other Responsibility Matters; and Drug -Free Workplace Requirements, and Accounting System. The assurances and certifications are attached to this agreement, and should be signed and returned to the Fiduciary Agent. C. PSGP Guidance: The Sub - grantee agrees that all allocations and use of funds under this grant will be in accordance with the FY 2011 Port Security Grant Program guidance and application kit. D. The Sub - grantee understands and agrees that it cannot use any federal funds, either directly or indirectly, in support if the enactment, repeal, modification or adoption of any law, regulation, or policy at any level of government. E. The Sub - grantee shall not develop or engage in the development of tasks not approved in the application without approval from the Fiduciary Agent (FA) and the issuance of a Grant Amendment by FEMA. The FA will monitor the project on a continual basis by maintaining ongoing contact the Sub - grantee, and will provide input to the program's direction as needed. F. You as Sub - grantee and your employees, may not: 1) Engage in severe forms of trafficking in persons during the period of time that the award is in effect; 2) Procure a commercial sex act during the period of time that the award is in effect; or 3) Use forced labor in the performance of the award G. Non - Supplanting Stipulation: The Sub - grantee shall not use grant funds to supplant funds that have been budgeted for the same purpose through non- Federal sources. Sub - grantee may be required to demonstrate and document that a reduction in non - Federal resources occurred for reasons other than the receipt or expected receipt of Federal funds. H. Environmental and Historic Preservation Requirements: Sub - grantee shall comply with all applicable Federal, State, and local environmental and historic preservation (EHP) requirements and shall provide any information requested by FEMA to ensure compliance with applicable laws, including: National Environmental Policy Act, National Historic Preservation Act, Endangered Species Act, and Executive Orders on Floodplains (11988), Wetlands (11990) and Environmental Justice (12898). Failure of the Sub - grantee to meet Federal, State, and local EHP requirements and obtain applicable permits may jeopardize Federal funding. Sub- grantee shall not undertake any project having the potential to impact EHP resources without the prior approval of FEMA including, but not limited to communications towers, physical security enhancements, new construction and modifications to buildings that are 50 years old or greater. Sub - grantee must comply with all conditions placed on the project as the result of the EHP review. Any change to the approved project scope of work will require re- evaluation for compliance with these EHP requirements. if ground disturbing activities occur during project implementation, the Sub - grantee must ensure monitoring of ground disturbance and if any potential archeological resources are discovered, the Sub - grantee will immediately cease construction in that area and notify the Fiduciary Agent and the appropriate State Historic Preservation Office. I. Audit: The Sub- grantee agrees to comply with the requirements of OMB Circulars A -133 for States, Local Governments, and Non - Profits or Government Auditing Standards, 1994 Revision for Commercial/For-Profit Organizations as applicable. If the Sub - recipient expends $500,000 or more of Federal funds during its fiscal year, the sub - recipient must submit an organization -wide financial and compliance audit report. In addition, the Sub - grantee agrees to submit a copy of the project's annual audit to the Fiduciary Agent. J. Reporting Requirements: The Sub - grantee agrees to submit, at such times and in such form as may be prescribed, reports as the Fiduciary Agent may reasonably require, such as quarterly financial reports (SF -425) not later than the 15th day of January, April, July and October, and the Semi - Annual progress reports by the 15th of January and July during each year this Agreement is effective, as well as final financial reports and evaluation reports. The final progress report must be filed with the Fiduciary Agent within thirty (30) days after the termination of the last year of the grant award. The Fiduciary Agent must receive the final progress report prior to the final cost report being paid. K. Continuation Funding: Sub - grantee understands that the awarding of this grant in no way assures or implies continuation of funding beyond the project duration indicated of this grant award. If a continuation application is approved, federal funds available under the current grant and corresponding cash matching funds must be expended or obligated and documented prior to the implementation of the continuation grant and expenditure of funds. L. Third Party Participation: No contract or agreement may be entered into by the Sub - grantee for execution of project activities or provision of services to a grant project other than purchase of supplies or standard commercial or maintenance services which are not incorporated in the approved application. Any such arrangements shall provide that the Sub - grantee will retain ultimate control and responsibility for the project and that these conditions shall bind the contractor. In any case, where the Sub - grantee enters into a contract with third parties, and when such contracts are not contrary to law, the Fiduciary Agent shall not be obligated or liable for any breach of contract or other action in law to any party other than the original Sub- grantee. M. Waiver: It is agreed that the failure of the Fiduciary Agent to insist upon the strict performance of any provision of this agreement or to exercise any right based upon a breach thereof, or the acceptance of any performance during such a breach, shall not constitute a waiver of any rights assigned to Fiduciary Agent under this Agreement. N. Property acquired with grant funds: Effective control and accountability must be maintained for all personal property in accordance with 44 CFR 13.32. All property must be tagged and tracked. Sub - grantees must adequately safeguard all such property and must assure that it is used solely for authorized grant purposes. Non - Expendable property is defined as any item having a useful life of more than one year and an acquisition cost of $5,000 or more per unit. At the time the final request for payment is submitted, the Sub - grantee must file with the Fiduciary Agent a copy of the Property Control Record Form (Exhibit C), listing all such property acquired with grant funds. Sub - grantees should exercise caution in the use, maintenance, protection, and preservation of such property during the period of project use. 0. Insurance: The Fiduciary Agent encourages Sub - grantee to obtain and carry, with the Fiduciary Agent named as additional insured, errors and omissions insurance, professional liability insurance and/or professional liability malpractice insurance sufficient to protect Sub - grantee from any liability arising out of professional obligations performed pursuant to the requirements of this Agreement. If Sub - grantee does not obtain and maintain the desired insurance, Sub - grantee shall indemnify, defend, and hold harmless the Fiduciary Agent and its officers, directors, employees and agents, from and against all liability, loss, cost or expense (including attorney's fees) by reason of liability imposed upon the Fiduciary Agent that would have been covered by said insurance if Sub - grantee had obtained and maintained it. P. Indemnity and Hold Harmless: Sub - grantee shall indemnify, defend and hold harmless the Fiduciary Agent, arising out of or related to Sub- grantee's performance under this Agreement, whether caused by or contributed to by the Fiduciary Agent or any other party indemnified herein, including but limited to any breach, misfeasance, malfeasance, negligent or intentional acts of Sub - grantee, its officers, agents, or employees or its contractors or subcontractors, unless such loss is caused solely by the misfeasance, malfeasance, or negligence of the Fiduciary Agent, its officers, directors, employees or agents. Q. Confidentiality and Non - Disclosure: The Sub - grantee agrees to furnish the Fiduciary Agent with certain confidential information relating to the grant award. The Fiduciary Agent agrees to review, examine, inspect or obtain such confidential information only for the purposes described herein, and to otherwise hold confidential/proprietary information or trade secrets in trust and confidence. The Fiduciary Agent agrees not to disclose any such confidential information to any third party, except to the U.S. Government. III.Operational Procedures A. Project Implementation: Sub - grantee agrees to implement this project within sixty(60) days following the grant award effective date, or this Agreement may be subject to cancellation. Evidence of project implementation is to be reported within the first sixty days. B. Accounting Requirements: The Sub - grantee agrees to record all project costs, both federal and matching share, following generally accepted fund accounting procedures. A separate account number or cost recording system must separate all project costs from the Sub- grantee's other or general expenditures. Adequate documentation for all project costs, both federal and matching share must be maintained. Federal share documentation must clearly indicate that the funds expended were the FY2011 PSGP federal funds. Adequate documentation is defined in the Fiduciary Agent Purchasing Process document attached to this Agreement as Exhibit D, which is made a part of this Agreement. C. Payment and Utilization of Funds: Funds awarded are to be expended only for purposes and activities covered by the Sub - grantee's Investment Justification and Budget as attached hereto. Project funds (both federal and matching share) may not be expended prior to the grant award start date. Project funds will be made available through a reimbursement procedure as provided by the Fiduciary Agent's policy and procedure, as per Exhibit D. No payment of funds shall be made to Sub- grantee during any period of time within which Sub - grantee is in default on filing any informational or financial reports required by the Fiduciary Agent. All claims for reimbursement must be accompanied with copies of all supporting documentation (i.e. time sheets, proof of payment, travel vouchers, invoices, etc.). Claims for reimbursement should be submitted as incurred. Payments will be adjusted to correct previous overpayment and disallowances or underpayments resulting from audit. D. Grant Adjustments: The Sub- grantee must obtain prior written approval from the USCG COTP and FEMA for major project changes. These include, but are not limited to: (a) changes of substance in project activities, designs, or research plans set forth in the approved application; (b) changes or deviations which might alter the project scope or intent; (c) changes in the project director and/or key professional personnel identified in the approved application; (d) changes in the approved budget with the exception of those changes permitted in accordance with the provisions cited later in this section, and (e) changes in the Length of the grant period. Equipment not included in the approved budget may not be purchased without prior approval of the USCG COTP and FEMA. The Sub - grantee may deviate from quantities of equipment items in the approved budget as long as the total dollar amount of the equipment budgeted is not exceeded, provided written notification is submitted to the Fiduciary Agent. Both the Fiduciary Agent and the Sub - grantee shall maintain this notification in the project file. Sub - grantees may not add to the specified equipment list without prior approval of FEMA unless the total dollar amount of the equipment budgeted is not exceeded. E. Procurement Standards, Procedures and Reimbursement: Sub - grantees shall adhere to and use the Fiduciary Agent Purchasing Process, Exhibit D. F. Monitoring: Sub- grantee agrees to allow the Fiduciary Agent reasonable access to the grant project for the purposes of monitoring programmatic progress and the financial and aspects of the grant award to ensure that project objectives are met and funds are spent and accounted for properly. Access must include inspection of financial and program reports, site - visits, teleconferences and/or such other means necessary for the Fiduciary Agent to carry out it monitoring obligations. IV. Termination of Grant This Agreement will terminate upon completion of the project or August 31, 2014, whichever is earlier. A. This grant may be terminated or fund payments suspended by the Fiduciary Agent where there is a failure to comply with the terms and conditions of: 1. the grant application form and attachments; 2. the grant award contract; 3. any state or federal law to which compliance is required; 4. an audit report which includes audit exceptions not . answered to the satisfaction of the Fiduciary Agent. B. Upon such finding, the Fiduciary Agent shall notify the Sub- grantee in writing to correct any deficiencies found. If said deficiencies are not corrected within twenty (20) days, the Fiduciary Agent will suspend or cancel the grant application after furnishing written notice to the Sub- grantee. C. This Agreement may be terminated by the Sub - grantee in the event there is a failure of the Fiduciary Agent to perform any of its obligations under this Agreement. D. Neither party shall be liable in damages or have the right to terminate this Agreement for any delay or default in performing hereunder if such delay or default is caused by conditions beyond its control including, but not limited to Acts of God, Government restrictions, wars, insurrections and/or any other cause beyond the reasonable control of the party whose performance is affected. V. Conflict of Interest: Personnel and other officials connected with this grant shall adhere to the requirements given below: A. Advice: No individual, public official, or employee of a state or unit of local government or of nongovernmental grantees /Sub- grantees shall participate personally through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise in any proceeding, application, request for a ruling or other determination, contract, grant, cooperative agreement, claim, controversy, or other particular matter in which these funds are used, where to his knowledge he or his immediate family, partners, organization other than a public agency in which he is serving as officer, director, trustee, partner, or employee or any person or organization with whom he is negotiating or has any arrangement concerning prospective employment, has a financial interest. B. Appearance: In the use of these grant funds, officials or employees of state or local units of government and nongovernmental grantees /Sub- grantees shall avoid any action which might result in, or create the appearance of: 1_ using his or her official position for private gain; 2. giving preferential treatment to any person; 3. losing complete independence or impartiality; 4. making an official decision outside official channels; or 5. affecting adversely the confidence of the public in the integrity of the government or the program. VI. Productsllncome from Grants A. Copyrights: Except as otherwise provided in the terms and conditions of this Agreement, the Sub - grantee or a contractor paid through this grant is free to copyright any books, publications or other copyrightable materials developed in the course of or under this grant. However, the federal awarding agency reserves a royalty -free, non - exclusive, and irrevocable license to reproduce, publish or otherwise use, and to authorize others to use, for federal government purposes: 1. the copyright in any work developed under this grant or through a contract under this grant; and, 2. any rights of copyright to which a Sub - grantee or subcontractor purchases ownership of with grant support. The Federal government's rights identified above must be conveyed to the publisher and the language of the publisher's release form must ensure the preservation of these rights. Any royalties received from copyrights and patents during the grant period may be retained by the Sub - grantee. B. Publications: The Sub - grantee may publish, at its own expense, the results of grant activity without prior review by the Fiduciary Agent provided that any publication (written, oral, or visual) contains an acknowledgement of Port Security Grant Program support. The Sub - grantee agrees that any publication (written, visual, or sound, but excluding press releases, newsletters, and issue analyses) issued by the Sub - grantee describing programs or projects funded in whole or in part with Federal funds, shall contain the following statement: "This project was supported by FY 2011 Infrastructure Protection Program: Port Security Grant Program, awarded by the Federal Emergency Management Agency, U.S. Department of Homeland Security." C. Program Income: All program income generated by this grant during the project period must be reported to the Fiduciary Agent following the month earned and must be put back into the project to be used to reduce the federal participation in the program in accordance with OMB Circular A -110. VII. General Provisions A. Dispute Resolution. 1. If a dispute arises out of or relates to this Agreement, or the breach thereof, and if said dispute cannot be settled through negotiation, the parties agree first to try in good faith to settle the dispute by mediation under the Commercial Mediation Rules of the American Arbitration Association, before resorting to arbitration, The mediation is to be conducted in the English language in the city of Corpus Christi, Texas. 2. Any dispute arising out of or relating to this Agreement, or the breach thereof, that cannot be resolved by mediation within 30 days from the first notice of such dispute shall be finally resolved by arbitration administered by the American Arbitration Association under its Commercial Arbitration Rules, and judgment upon the award rendered by the arbitrator or arbitrators may be entered in any court having jurisdiction. The arbitration will be conducted in the English language in the City of Corpus Christi, Texas, in accordance with the United States Arbitration Act. For disputes of $75,000 or less, both parties shall agree on appointment of a single arbitrator. For disputes in excess of $75,000 three arbitrators shall be appointed in accordance with such rules unless otherwise agreed between the parties. The arbitrator or each arbitrator so appointed shall be a licensed attorney. The award of the arbitrator or arbitrators shall be accompanied by a statement of the reasons upon which the award is based. B. Modification. No modification, termination or attempted waiver of this Agreement or any provision hereof shall be valid unless in writing signed by both parties to this Agreement. C. Notices. All notices, requests, demands and other communications required or permitted to be made under this Agreement shall be in writing and shall be given by personal delivery, by certified mail, return receipt requested, first class postage prepaid, or by nationally recognized overnight delivery service, in each case addressed to the party entitled to receive the same at the address specified below. Either party may change the address to which communications are to be sent by giving notice of such change of address in conformity with the provisions of this Section providing for the giving of notice. Notice shall be deemed to be effective, if personally delivered, when delivered; if mailed, at midnight on the third business day after being sent by certified mail; and if sent by nationally recognized overnight delivery service, on the next business day following delivery to such delivery service. If to the Fiduciary Agent: W.J.Wagner, Inc. Capt W. J. Wagner III, President 15054 Tesoro Drive Corpus Christi, Tx 78418 wjwagner.grants @gmail.com If to Sub - grantee: Corpus Christi Police Department Pat Eldridge, Police Administration Manager P.O. Box 9016 Corpus Christi, TX 78469 -9016 As the duly authorized representative of the applicant, I hereby certify that the applicant will comply with the above conditions. the Authorizing Official M (D1, +� ''Date EXHIBIT A INVESTMENT JUSTIFICATION SENSITIVE SECURITY INFORMATION INVESTMENT JUSTIFICATION ' G1) Investment Heading Port Area . • State Applicant Organization Investment Name Investment Amount Port of Corpus Christi Texas Ci of Car • us Christi (Corpus Christi Police Department IJ #9 — New Mobile Interoperable Communications Vehicle $244,302 I. Bac • round 1. Provide an overview sponse of the port system in which this Investment will take place The Port of Corpus Christi, a Group 11 Port, provides support to all port operations within the Port of Corpus Christi. This Investment supports seamless Radio System (RS) communications anywhere within the Port of Corpus Christi (POCC). It strengthens interoperable multijurisdictionai communications between the Port of Corpus Christi Authority Police Department (POCCAPD) and all other local first . responders by providing a fully equipped field response Communications Vehicle ( COMMV). This COMMV will enhance the capacity to provide layered security protection to the POCC's region, as described in the South Texas Area Maritime Security Plan (STAMSP). Currently, the RS targets coverage to the POCC and all Cities within the Counties of Nueces, San Patricia, Aransas, and Kleberg. POCCAPD RS operations are housed at the Port of Corpus Christi Authority (POCCA). RS components are strategically located throughout the four - County region. Begun in 1990, the main RS is owned and operated by the City of Corpus Christi, Nueces County, and the Regional Transportation Authority (City /Ciy/RTA). The City always has been the lead entity in the RS's management and expansion and will operate the COMMV to provide field communications for the POCCAPD as well as any other agency involved in an emergency response operation. The POCCA and Port Industries of Corpus Christi (PICC) are users and investors in the RS, per a 2004 MOU (attached to this Investment Justification (IJ)). City Manager Ronald L. Olson is the RS IJ's primary point of contact and grant's Authorizing Official. This IJ has no proposed sub - grantees. Chief of Police Troy Riggs is the Id's management contact. The City is a state - recognized local entity. This RS is a critical component in providing layered protection of the POCC and PICC, as denoted in the POCC's Port-wide Strategic Risk Management Plan (SRMP) and Port-wide Trade Resumption/Resiliency Plan (TRRP). This IJ improves first responder's field communications resources by providing a large enough vehicle to house an emergency dispatch center as well as a complete radio interoperable system. The vehicle's radio resources will communicate with any radio user on VHF P -25, 700 MHz P -25, 800 MHz P -25, VHF Marine and VHF Aircraft frequencies. This COMMV will contain the most comprehensive collection of interoperable radio communications equipment in the region. No other known sources of funding are available for this IJ. WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record may be disclosed to persons without a "need to know ", as defined in 49 CFR parts 15 and 1520, except with the written permission of the Administrator of the Transportation Security Administi ation or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520." 1 SENSITIVE SECURITY INFORMATION 11. Strate • is and Pro • ram Priorities ILA. Provide a brief abstract of the investment Response The Corpus Christi Police Department (CCPD) MetroCom Center will be the operator of the mobile COMMV for response to weather, Fire, Police or terrorist emergencies within the 12 County Council of Govemments (COG) region which includes the POCC. A COMMV that will support equipment and personnel required for continuation of field interoperable communications between agencies in the event of any communications center failure is badly needed. A COMMV that will provide highly reliable current technology field communications for POCCAPD and all others during an emergency incident must be purchased. This 1J requests the purchase of a COMMV that will house the field response interoperable radios system and mobile six position dispatch facility for the region. The communications gap filled by this IJ will have a positive impact on the POCCAPD, CCPD and CC Fire field operations and will allow continuation of field intern. erable communications between a ■ encies. 11.B. Describe how the Investment will address one or more of the PSGP priorities and Area Maritime Security Plan or COTP Priorities (how it corresponds with PRMP for Group I and 11) Response This lJ addresses PSGP Priority #3: Port Resilience and Recovery Capabilities. This IJ supports the major goal to "improve the Nation's ability to adapt and rapidly recover." A main objective of this goal is to sustain critical capabilities and restore essential services in a timely manner. The Port of Corpus Christi Police Department ( POCCAPD) does not operate a field response COMMV. The proposed CCPD COMMV will provide support to the POCCAPD in the event that a mobile COMMV is required for response to an incident. With the implementation of this IJ, the communications gap ,SRMP page 35, 'description & rationale' 2a, is filled because the COMMV will allow interoperable communications to any VHF marine frequency as well as provide access to the Texas DPS through the 700 MHz P -25 system now being implemented. Another serious gap, SPMP page 16, bullet 2 -3, that will be filled by implementation of this IJ is allowing direct communications between disparate radio system users through the COMMV's interoperable systems. During any emergency response, responders will be able to use the radios they use in their day - to -day operations to communicate with those with different types of radios. Implementation of a COMMV will enhance interoperable Communications and asset tracking with Federal, State and local agencies and will facilitate rapid response for incident management. A reliable COMMV will greatly speed up response, SRMP page 29, 7b, bullet 5, and allow much faster setup and operations should the POCCAPD request assistance with field communications. The POCCAPD has access to the large cache of 200 portable radios (700/800 MHz P -25) owned and managed by the CCPD for distribution to responders during an emergency event. The gap filled by utilizing the COMMV as a storage and distribution center for the cache, SRMP page 35, 3, Op/Tactical Comm, challenges 3, will properly manage and safeguard the cache during an incident. The COMMV will not be used as a routine operations vehicle, as it will be stored in a warehouse, fully fueled, with batteries charged ready to respond immediate) us on re. uest. WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record may be disclosed to persons without a "need to know ", as defined in 49 CFR parts 15 and 1520, except with the written permission of the Administrator of the Transportation Security Administration or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. govemment agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520." 2 SENSITIVE SECURITY INFORMATION INVESTMENT JUSTIFICATION (PG2) 111.Im•act IIN.A. Describe how the project offers the highest risk reduction potential at the least cost Response The risk reduction that will be realized by the implementation of a state -of- the -art COMMV includes the capability of 100% field interoperability by the POCCAPD with those agencies throughout the state that will be participating in the state -wide first responder radio network mandated by the Texas Governor's office TR/RP page 20, 106.3. 700 MHz radio users in other Port areas along the Gulf Coast will essentially be on the same radio system and will have direct communications to enhance information sharing, TR/RP page 20, 106.1, with any other radio users who can assist with trade resumption or response to terrorist or weather emergencies. In the event of a catastrophic failure of the POCCAPD Dispatch Center by weather or terrorist emergency, the new COMMV will be deployed to serve as the main Dispatch Center for POCCAPD operations TR/RP page 20, 106.2, 106.3. Seamless radio communications is essential for all future Maritime Domain Awareness (MDA) plans and POCCAPD operations, TR/RP page 24, 203.1, 203.2. This investment is cost effective because it will utilize interoperable radios and patching equipment already purchased through previous grants, as the actual vehicle is the only item requested through this 1..1 and the COMMV will serve as an alternate Interagency Operations Center for the POCCAPD TR/RP page 19, 105.6. The consequences of a POCC/PICC IED attack/threat would devaste property; local, state and national productivity; workers' lives and livelihoods; and POCC/PICC. 70+ facilities refine, process, and produce oil, gas and ag products within POCC/PICC. In 2010, nearly 5,800 ships moved 82.2 million total tonnage through POCC (68.9 million petroleum and 13.3 million commodities]. POCC/PICC (Foreign Trade Zone #122) employs 1 0,000+ citizens of Nueces and other TX Counties. PICC creates: 50,000 jobs; 50% of economic output; $500 million annual payrolls; and, $1.4+ million in TX purchases. PICC pay $185+ million in taxes for schools, roads, City police and fire protection for 305,215 Corpus Christi citizens. This IJ is low-cost effective solution to boostin• effective Port Resilience and Recove Ca 'abilities. lll.6. Describe current capabilities similar to this Investment Response The CCPD MetroCom Center has limited VHF patching capabilities. The VHF P -25, Marine VHF and Aviation VHF frequencies are not now available at the MetroCom Center. The proposed COMMV will not only provide 100% of these patching capabilities, but will also make them available anywhere in the 12 County COG region. The COMMV will also provide a location for any regional agency including the POCCAPD to dispatch their emergency personnel should a Communications Center be disabled. Radio and patching equipment previously purchased will be installed in the COMMV saving approximately $100,000 toward complete implementation of the vehicle. The high level of interoperability and availability as a mobile command post for the POCC's operations is essential for rapid disaster recovery, TR/RP page 13, 101.6. WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record may be disclosed to persons without a "need to know ", as defined in 49 CFR parts 15 and 1520, except with the written permission of the Administrator of the Transportation Security Administration or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520." 3 SENSITIVE SECURITY INFORMATION IV. Funding & Implementation Plan !V.A. Investment Funding Plan Maritime Domain: Awareness. IED Prevention, Protection, Response and Recovery Capabilities.:.:: Training' Exercises TWIC Implementation &A Total PSGP Request Total $0 $244,302 $0 $0 $0 $0 $244,302 Match $0 $0 $0 $0 $0 $0 $0 Grand Total $0 $244,302 $0 $0 so $0 $244,302 IV.B. Provide a high -level timeline, milestones and dates, for the implementation of this Investment such as stakeholder engagement. planning, major acquisitions or purchases, training, exercises, and processipolicy updates. Up to 10 milestones may be provided. Response The table below reflects a high -level Id i milestones, anticipated start and completion dates, and relevant information to successful im • Iementation. Iementation timeline and includes major # - Ma or Milestone 1- Request for Bids 2- Vendor Selections 4- Install Equipment 5- Provide Training 6- Evaluate Continuously 7- Report 8- Grant closeout Planned Start Date 10/1/11 3/15/12 4/1/13 1011/11 As required 9/1/13 Planned End Date 4/30/12 12/31/12 3/1/13 4/15/13 Project closeout As required 9/30/13 Information relevant to successful implementation Adhere: PSGP /Fed./TX Gov's. Office Guidelines Adhere: PSGP/Fed. Guidelines Invento Coordinate with radio maintenance vendor Plan/coordinate with MetroCom o • erational • ersonnel Modify as needed throughout • rant Adhere: PSGP/Fed. Guidelines Financial Quarterly Reports; Quarterly; Semi - Annual Progress Reports; other, as required /requested; Update Reports to Ci Council /POCC. Closeout earlier if • ossible WARNING: This record contains Sensitive Security Information that is controlled under•49 CFR parts 15 and 1520. No part of this record may be disclosed to persons without a "need to know ", as defined in 49 CFR parts 15 and 1520, except with the written permission of the Administrator of the Transportation Security Administration or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520." 4 EXHIBIT B BUDGET DETAIL SENSITIVE SECURITY INFORMATION BUDGET DETAIL WORKSHEET (PAGE 1) A. Personnel: (not applicable) B. Fringe Benefits: (not applicable) C. Travel: (not applicable) D. Equipment: Item Computation Cost Mobile Communications Vehicle Refer to detailed specs / quote attached $229,814 Budget Narrative: MCV with standard manufacturer's warranty will be procured through normal City of Corpus Christi purchasing guidelines which conform to all state and federal requirements, including the promotion of free and open competition. Cost estimate is based on preliminary quote received from Lynch Diversified Vehicles (attached), a MCV vehicle manufacturer. This equipment will be categorized as a capital item per the City of Corpus Christi's capitalization policy. The mobile communications vehicle will be American made and will have a very long useable life (10-15 years), so direct ownership is fiscally more responsible than leasing would be. This equipment, plus Antenna System (included in Supplies) and installation costs (included in Contracts), comprise the entire project and are necessary purchases for the success of this Investment Justification. TOTAL $229,814 • WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record may be disclosed to persons without a "need to know ", as defined in 49 CFR parts 15 and 1520, except with the written permission of the Administrator of the Transportation Security Administration or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520." 5 SENSITIVE SECURITY INFORMATION BUDGET DETAIL WORKSHEET (PAGE 2) E. Supplies: Item Computation Cost Antenna System for MCV Part of Daily -Wells specs / quote attached $3238 L . Antenna System will be procured through normal City of Corpus Christi purchasing guidelines which conform to all state and federal requirements. Cost estimate (attached as part of the Daily -Wells quote) is based on preliminary quote received from City's current Radio System maintenance contractor. This equipment will be affixed to the Mobile Communications Vehicle (included in Equipment) and is required for effective communications. This equipment, the MCV, and the Installation costs (included in Contracts) of the Antenna System and all Radio System components, are comprise the entire project and are necessary purchases for the success of this Investment Justification_ Subtotal $3,238 F. Consultants /Contracts: Consultant Fees: (not applicable) Contracts: Item Cost Installation Contractor to install equipment Part of Daily -Wells specs / quote attached $11,250 Budget Narrative: Interoperable Radio System equipment (purchased through previous PSIC grant) will be installed into new MCV by City's Radio System maintenance contractor. This contractor was procured through normal City of Corpus Christi purchasing guidelines which conform to all state and federal requirements, including the promotion of free and open competition. Proper equipment installation by this contractor is essential to the success of this Investment Justification. Subtotal $11,250 TOTAL $14,488 G. Other Costs: (not applicable) H. Indirect Costs: (not applicable) TOTAL PROJECT: $244,302 WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record may be disclosed to persons without a "need to know ", as defined in 49 CFR parts 15 and 1520, except with the written permission of the Administrator of the Transportation Security Administration or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520." 6 BUDGET DETAIL WORKSHEET (PAGE 3) Budget Summary Budget Category SENSITIVE SECURITY INFORMATION Federal Amount Non- Federal Amount A. Personnel $0 $0 B. Fringe Benefits $0 $0 C. Travel $0 $0 D. Equipment $229,814 $0 E. Supplies $3,238 $0. F. ConsultantslContracts $11,250 $0 G. Other $0 $0 Total Direct Costs $244,302 $0 H. Indirect Costs $0 $0 * TOTAL PROJECT COSTS X244,302 $0 TOTAL Federal Request $244`302 TOTAL Non - Federal Amount $0 COMBINED TOTAL Project Costs $244,302 WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record may be disclosed to persons without a "need to know ", as defined in 49 CFR parts 15 and 1520, except with the written permission of the Administrator of the Transportation Security Administration or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520." 7 SENSITIVE SECURITY INFORMATION Additional Attachments • Visual documentation (site /structure photographs; plans/drawings that define the size and precise location of proposed work; US Geological Survey topographic, flood and wetlands maps; aerial photographs, etc.) Maps of the Critical Junctures and Communicatin Sites are available at CCPD. • Any recent or relevant studies, reports, or surveys that were prepared for other agencies or purposes and provide information on environmental resources and/or historic properties in the project area. EHP — FEMA Form 024 -9-0 -1 (13 pgs) Public Safety Trunked Radio System MOU/lnterlocal Agreementw(PICCIPOCCA (3 pgs) Lynch Diversified Vehicles specs I quote (13 pgs) Daily -Wells specs / quote (1 pg) WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record may be disclosed to persons without a "need to know ", as defined in 49 CFR parts 15 and 1520, except with the written permission of the Administrator of the Transportation Security Administration or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520." 8 SENSITIVE SECURITY INFORMATION MEMORANDUM OF UNDERSTANDING By lnterlocal Agreement, the City of Corpus Christ, Nueces County and the Regional Transportation Authority, (the °City /County /RTA"), agreed to develop and operate an advanced 800 MHz public safety trunked radio system ( "the Radio System"). In that Interlocal Agreement, the City /County /RTA agreed to allow other governmental and non - profit entities to participate in the Radio System under certain conditions for each participating entity. In this agreement, police, emergency medical personnel, fire departments and sheriff's departments shall be referred to in the collective term "Public Safety Users.' 1. Purpose. The purpose of this Memorandum of Understanding ( "MOU ") is to establish terms for the upgrade of the Radio System and to establish responsibilities pursuant to the participation in said system of the Port Industries of Corpus Christi ( "PICC "), a non -profit corporation formed by the Port Industries Group, and the Port of Corpus Christi Authority of Nueces County, Texas ( "POCCA "), a political subdivision of the State of Texas and a member of PICC. The incorporation of the radio /microwave equipment referenced in this MOU will result in a fully interoperable communications system for all Public Safety Users in Nueces and San Patricio Counties. 2. Participation by PICC and POCCA. The City /County4RTA agrees to allow PICC and POCCA to participate in the Radio System subject to the terms and conditions of this MOU. PICC will furnish radio/microwave equipment for incorporation into the Radio System. PICC/ POCCA will become users in the Radio System. 3. Purchase of Equipment. PICC shall be solely responsible for the purchase of, but not limited to, the following equipment new repeaters for the Downtown Corpus Christi main transmitter site; microwave and control equipment required to connect radio systems located in Corpus Christi, Violet, Ingleside, Flour Bluff, Mathis and Sinton with the main Radio System control center; and microwave and control equipment required to expand the capabilities of the Flour Bluff and Violet sites. This equipment shall be referred to as `backbone equipment_" 4. Installation of Equipment. PICC shall be solely responsible for all costs affiliated the installation of the radio /microwave communications equipment enumerated in the preceding paragraph of this MOU. Such costs shall include the de- installation and reinstallation at other Radio System sites those pieces of existing Radio System radio /microwave communications equipment which must be relocated pursuant to the Radio System upgrade plan_ 5. Usage of Equipment. PICC /POCCA, collectively, shall have usage of 200 radio slots within the Radio System_ PICC / POCCA shall enjoy full usage of the technical capabilities of the Radio System, plus the cooperation of the City /County/RTA regardinc the future expansion of such capabilities where expansion does not require the CitylCounty/RTA to purchase additional equipment. Ail PICC /POCCA radio usage on Nueces County, et al 2004+683 12/14/04 ResOZ6050 record may be disclosed to persons without a "need to know ", as defined in 49 CFR parts 15 and 1520, except with the written permission of the Administrator of the Transportation Security Administration or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520." 22 SENSITIVE SECURITY INFORMATION the Radio System shall be administered by POCCA, in accordance with established Radio System procedures. 6. Maintenance of Equipment. The City / County/RTA shall be responsible for any maintenance costs of all radio /microwave backbone equipment. The CityfCounty /RTA shall not be responsible for any maintenance costs affiliated with PICC/POCCA user equipment. 7. insurance and Warranties. The City / County/RTA shall insure against Toss or damage all backbone equipment provided to the Radio System by PICC. The start date for insurance coverage shall be the date-upon which-all installa ion hasbeerrcompleted and such installation has been accepted as a final product by the City /County/RTA. City /County /RTA shalt be responsible for coordinating a equipment repairs which are covered by sellers/manufacturers warranties. 8. PICC/POCCA User Fees for Usage of the Radio System. In lieu of PICC/POCCA compensating the City/ County/RTA for Radio System User Fees, PICC shall provide for usage in the Radio System, free of charge, the radio/microwave equipment described in this MOU. The term of usage of equipment under this MOU shall be 14 years, (see paragraph 10), after which PICC shalt donate, free of charge, all backbone equipment to the Radio System and the City / County/RTA shall be the new owner of said backbone equipment. 9. Notices. Any notices under this MOU must be provided as follows: To the GityICounty /RTA: City of Corpus Christi City Manager P. O. Box 9277 Corpus Christi, Texas 78469 -9277 To PICC Port Industries of Corpus Christi Executive Director 222 Power Street Corpus Christi, Texas 78401 10. Effective Date. The effective date of this MOU is the date upon which the last required signature is affixed. The expiration date of this MOU shall bel4 years after the date upon which the City / County/RTA accepts as a finished product the final installation of equipment from the contracted installer (see paragraph 8). Upon expiration of this MOU, PICC/POCCA may seek a user agreement, subject to the standard terms of the users of the Radio System. W AKN 1NU: 1 his record contains sensitive security lntormation that is controlled under 49.L.:141( parts 15 ana 1JLU. No part of this record may be disclosed to persons without a "need to know ", as defined in 49 CFR parts 15 and 1520, except with the written permission of the Administrator of the Transportation Security Administration or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520." 23 SENSITIVE SECURITY INFORMATION 11. incorporation of Interlocal Agreement. A copy of the February 3`i, 1994 Interlocal Agreement for the Radio System is attached and incorporated into this MOU. The parties acknowledge that the Interlocal Agreement provides additional responsibilities of the parties. Any inconsistencies in these documents will be resolved in this order of priority: 1. This MOU; 2. The Interlocal Agreement. 12. Distribution for Signature. Duplicate originals of this MOU will be simultaneously distributed for signature. Port Industries of Corpus Christi Date: l as. REGIONAL TRANSPORTATION AUTHORITY BY: ) Rica a ez Gene I Marfager Date: 1(US To cc :col 2 ,t etv, t A fe{E(Q LR541 f+cjr ;ri ►� /�i /r `f CITY OF CORPUS CHRISTI By: e Noe City Manager Date: I -- i a `t 1 ° `1 COUNTY O NUECES By: erry Sha County Judge Date: ATTEST wAKNiNti: ifus recor[dcontains Sensitive Security information that is controiied under 49 UPI( parts iSand t)2U. No part of ttus record may be disclosed to persons without a "need to know", as defined in 49 CFR parts 15 and 1520, except with the written permission of the Administrator of the Transportation Security Administration or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520." 24 SENSITIVE SECURITY INFORMATION Oticus i2uid; ran MC) 7l1 -10/ 1 612/20 11 WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record may be disclosed to persons without a "need to know ", as defined in 49 CFR parts 15 and 1520, except with the written permission of the Administrator of the Transportation Security Administration or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520." 25 i �� WV, ma. nialaciesiEffahm- ii lg� swoop Ma LAS --re - .. - - - Farad2,163.011$ Ikan QV l_UO • Wheobass of d • Oa DM Watt cf .ilrng °ftrar sup: 473' • Coaxal appatoloa %id*, rtb rail to rub r;aie Sit" • Roof atop 'tetra from ground ad is 4°` • Ouotas Wont dfW I144 • inflator walkway l lrtrawta tir • lobabx +Railway ti it finistindip .5' • twin- wallawily larger tr • i�lthf raw tx Wailt 07 • Inytllr finisher, betty aidur 85...s* s • iNol rnaatairian4fltY friyythatsis portal*, adosf Fran .9 acid rmfmott d ., • . 2.00 2.0 1 2011 F€aiglii'rnerMT 1ixwavdawl dead& a,0 Ib OMR aith airbag= alr ausponskri EMS tl ti-'.1i FP 0 Mt RPM, 620 t T 0 1600 RPM • EPA { 200 amp ak t • t14 fa:dawital la d aw. firm ■ Mimes raadd 1131. group 31,12 volt mii ee free IWO COA Ili stigl Mots maimed it 11 bond iii t to ll • 100U wattI115 soar tied( y�r *WS f nt 121 e # • =wetaknondliatit fairopirraanr • /r 2500 EYS aubsokin transmission. • rtMc troriamiaska l ._... SLISPORMIN • 141,005311 •atilt. • rasa awaylxbf- aiatggagtgggii mss. mat &Act. •Roa vapor- - W O Or brake > *gat. wag a* dryer with Gl r_ • Stool Arlrr 9191.!1564 yalu+B i?ind#2lsmai7iital draft wives Mid nod coat Oticus i2uid; ran MC) 7l1 -10/ 1 612/20 11 WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record may be disclosed to persons without a "need to know ", as defined in 49 CFR parts 15 and 1520, except with the written permission of the Administrator of the Transportation Security Administration or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520." 25 SENSITIVE SECURITY INFORMATION LD WV; etc SiiremlaatrbiEldva rim alk Corpus l041100 Deparlissent ElanuicEn WI' sem MIN 8111 j maws Cosentialeadeas Wilde woworgisaxpen fleas ay FRAME: • wifft2.81 S:5)4 ft' std! frama (Viasamalti bris1.31mrs.12")ew red tarns ' Mg& satdongutar sled fuel -ter • temp dar myp kuptuese Wardratees, fitnaus eta.) Shall Noma these tan (Sing moralism TVA ofvebide's fool tat& carecity TRIM -10R22_5 14 py rid faint fres = torthelin 312E 40:22_5140y f iims tor currontmodef) • 1t 22.51411y rtae * halchain JOE nth 11:1122.s 14* tam eta (or current model). • M e 2 5 i 258-hullp t 4 -hand gent disc Inont is • Paean& 111484-22.$dal.25, 8-tiub Wet 4-hand Wad disc mar whack CAB EICIERVIL, _. = Duni decide hems a campactair cpr ner cr np e • Ade -'mom dim& bosakas and *Telescogic nteadng carewrf- foot actuated pedal firsfatirnilifit , controtm •t • IrdflipabXf Spilleiiltatt m 0 00111- LCD &pin data lithe • tilitliplaxed than ad tempotaine gauge contained in m og° • &eine hour twr. r gral to ge centeltd •Mullfplex Speedenticdrn g a y.atoricear} yy} • ty� * exed WORM tachometer Noel ti nrs se from fleiyabarcustern chasab or,! ma fact to chaatia without 2.02 WARE/AMY: • T° "4t'1 � o moo ?* OJ moire 1T ly. *mink 20 9 DOT Manila reiirtr kit *ill three #a }- 3.00 3-01 1 that ,.y,,,.�j� { a7.5* .r� �., y. y ,t • l WO sl sM1 to S 3 7c 7r 7Ni foul 'a i a g- Ca QnriCri PD rx} ICC2133S7114Gdp WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and I520. No part of this record may be disclosed to persons without a "need to know", as defined in 49 CFR parts 15 and 1520, except with the written i permission of the Administrator of the Transportation Security Administration or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520." 26 SENSITIVE SECURITY INFORMATION I L itirv! WAr, roc . r>>aa 13115 er- ra l �1� eurr wiR stirs �� tariegyea ' e • s tailoring Driver soden doer wrwitiw sider drabs, char sign shag be doralagy banded is dear tame std reclaim the amount of rive r iui,. Mot twnre continuous skinless eta d me M n'1tat straps. • Passover sedan (bet veal skier window, doerskinskAl l achemi allytte ntadindoor barna tuns ur° rsa;lESwtirwa teamed d duds malted_ Dow shall have crrifnunus stardom deal perm Wet and ism ajnylort dot s• dews stall have ap_1 it dpiste sefawailtit1$'skit*Olt • Sedan alas aka have Nock crn -E0cl Weal all door entry sills, • Sas rr does shag haw Wished aluminum Tri maltflushmouniad dada haalwrat with self- rotary latth aki mambirta hay lacks.Ottede drier handles natal er item around. • Pturenum alley **leaf wag berm 6005-T5 all xr wide ettta We, 1.,5" wine at *atap, 0125 %di *flatness. * Mama me ad dm mss, and rai sod advalte Atoms oe Wee. • t -teams stall to ohenicaly bonded le sidewalk atimirteria the need far eitidonal iii . 8r rivets, mill be iced law fawn thump. Whom and rub rat Use of ten-sided tare is rid arx lMMB. • Oval have 0.1 '"st i — id nirrl +Hannay 5052-Hassidepands. Tho upper 17a iB shalt be tree °trlrm alder for smooth amities ep1lic isrr. • Slit ,SurVoits,1.5 x 1 -5 x 0.125 cstS b tb0WCelgdit Odelr MO add bOttiNn edge in a MOO Brat. 1.163 x 1 _fir lI hence pleued at 4 01orvals end twat d to loser vrall a and *Or to maintain shit rigidity. • Pander flares, 1.3tr x 22 x aggir an wed and *titer stmt, atethanicallykatened la about opaniog Sanaa sealed against madam. • l I F P A 1 1 a 1. d: ( 1 . 1 2 5 aluminum toad p l y s o d anschad tor x 1 li x 0:125 errodlad stuntman roof bows an 1 ir cedars_ Wear bhp welded every 12 Tread plate stems to km continues L ryf rod sty rte chant y detect • Mop p std lhargilasslmod with ecithed etakrlees steel rill ivied. Hood shall have inlagreted ,iadQaEi headiarr:ps lied 0411 signal irtflooddis watt dustassist gas Orval 10 *mks. Meuse d nine! essist Spy is Haim. • lulu w tart goer wntlh gl -1.11 * high 3tvarbto widths, QE12 'tcpsurfarE 15005-T6 allay anti po% Rant eiuty thick-wog eadiuded planks fore and dug ali Soar c d+l and ovary 51a park in ea other Via. Plonks ma& d 600545 May and t a (rte* tt ale tap surface • 1 r hitill one- le eletiggl slakiled Skegi frent UMW Waked lea At firliS •Trsr>ladsa i 1114141ass w>ms 't With &tww3rartdpassos iw sun visms. • Sendai* row bumper poitkult ined%the body. Mewl babe* conciltioning end lira syston wws'ihdealt . Clime %gime Pentotullon heated rims* control MEW w»mlrt!gre wwwEh dash COMItie. taro-Ns a ww r an wittirdograted turn signal inelicatnr, Ilat upper terror surface irod lawwdcor ax mina surface • t]Kuwrr Gottshall tin Wits Ix. Wars= mer tanicd so visa sxet weal pedal- Ella shall he axing in deck cloth and hare aim rests, tumble Suppixt, tit hack and 3-point stet hail: Pateengerstrat slugto lsasklumpSeatwith2 -p intSwatbet * Intertaltant windshitid sipartwedwir witsingleheav± -duty windshield w i"motar. Coma Quad 1t alGain37040 eriraett WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record may be disclosed to persons without a "need to know ", as defined in 49 CFR parts 15 and 1520, except with the written permission of the Administrator of the Transportation Security Administration or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520." 27 SENSITIVE SECURITY INFORMATION L l MX wic Mindishirdrifive Iry '„ _ fazZAASUISS Wen OW Rem- body. em-fra frame-mounted ti we a eve ` y pad Aiutntt<ettn engine bac nova'telt acoustical and them( insulation.. Mdt molded APS orrepreke engine box over4 _ * sip lerigt Owing_ Skit stint tali ri le down from me whore Wirier extr i ' Dash be vacuum formed n(3$ coomoske with w to t 1 ri d pcidiocaed left &dash • !! dowance arid side marker s le he . m -Staittiont eAreoturel weiTa ity or h rata tit 5000 Moo and student othixtiott *wally of 12 mottle o 12,00d Alas_ q ;yyp �y �y j yy bib y • The vehicle sills he Iii 'S�f n i on ag o %Oh m1 bib ! Otto etietso remottaid imporfogiors kimetal wt be aluirniriorn ' hen hied end ~OM to Milling. Bass todicaotsham tie avert WWI mid peirftd in dam tuft "ida *adenoma orn limn b Oodyniontionturer arid me lied b obangewahoot notice- 3.02 4 ' aids 1132" filth 0_12r wit sedan duo( w i t 210 wide x25#11011 frxe deirtdowir old mrri- Dcnr�*Elll h txa linos atanteem t piano hinge, two 2 )niiti door snaps moan Located as ahem on drarrintl- otuminow t 4 Change paseingsr mat to black jump seat its 2-pdat s amb 3 I ditty I dsltt oktann grati ltd • rte Imam onti dins ply eti itt ink ot e ' l 3.05 1 'lilted tin grab handle wilitt insert and damson trionohiatts Wolfed mile Britt ter - ey �yyy�� 3 3 � UM a��y�.1.p..,' iie.y%iny ei�i side Pi S11.Rd[-_ .x015 W 1 kid 4 lbets1 t R'ti1' Ri;eh. 100 i Rolm Salm y 30 (�ypoyr omit model) any t'e ��'ey���1,�e. stn hNFM 1001 Wowed onziaased kntn t�i1"„t matt : itartlnt • 11170 tread - Door mach i taw e when th is eP r e r o t m e l s stertwhes do s dosed * Paw lft kes% attended position * ingagicrt +matteretractsstapww& et igrikidt is turnedce our kettle wren to char is end 3.0g 1 Whalen MO LED tai right pacitale - Ten (2). Mo / o PLAST4V (or =tot lJ peritheiti drone heusings far ka t 600 is tit Bends. - Two 'W 600 mas LED amber t signet igt hates+ p d emote throe and s flash Psmodel ring ia 60At (o meant creitial)- Y Teri (.2 Whelan 8U0 olio taw red h right hi e model rit Kiy ER nt maid - Two (2} Wtotoix (1a1 tittles Mx veal* t Er) -tp ti ttherads, iit#iit rainbow MCOOINKli (o` t rntk 3i0 1 l iti l nde&ide ri# IMF apparatus sd h ant '� �, ti r , tdetl w aii_ 1 Clear ii 1odt i iiliith =Seal bractuts Mapes Mali PrkfrX)iVE?e2113a715.iiFdjlt 4 612,12011 WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record may be disclosed to persons without a "need to know ", as defined in 49 CFR parts 15 and 1520, except with the written permission of the Administrator of the Transportation Security Administration or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts I5 and 1520." 28 SENSITIVE SECURITY INFORMATION L i 3ElNac e ffih r% YA ott m� Poteaseetostroes Vehicle wonalhonammara NOM 4.01 Rat/base Remit shell t3$1Alliite IWAEPSIloIEFlCE ix • Well Covaintg /66 Silver Smooth PRP - [;wing Fatelm PK7 Sever-Hate • Flom Cevetingg Oi5S Onyx PVC flocrise •1 + Vinyl CeteriFlgs SW141- 2140'U hispa lack • Cebinett 3 %2 c Ponder Pats-skim • Counters and Intim #47808 l tnfitais Apt i_r rsik & &l CAESAREA: • covet cab deorseitt td panels. • *y Seevy-csitytullter grab itotclet on tad! `t d . • custom math pan *rove diva-and passaverSears. • Vehicle ts d co dash. • isstiatxi black ottetriv + t timm and Passfingior taoPligba o batiste tests in toe plate and Inlil- • *Meier hove a Argil StageVelicle G and Mend WM010 awiftsion required hyPecletel Ildabr 'Wilkie Safety Starchoce (RATS), 40 0FR Pett 567.5 a X7.7 • grim oh tree with vehicle axle !Deaf Wino armevadatie axle mime 842 1 lunatic etas al pessattgar skein fiatt area. 6. 0 3 1 'Corded ottels Ice 12111ten nal 1; c systems shell he le2ated into ovs rheett Mai& The (r console stall he entetructise of 314' Owned. The taco said he firlshecl Ma black Loninete =Imo mew sha11 hcovered with viasit SAS Red LIEMlaeir ktuotkterzel fi eills stilt MM5 1 P$ Ptanasflareo torcunent mo eadose 11) l+ 'c Atom. spsalcom tort rrrentrtl 6.0B 1 tonne Iii tit hack ups svolan vitt 7• LCD mulct nett. SW 4ttm for all to *Waa- • Meets California Vete algt Marsha reyiirerteln1e fir fl lamer®i$rdanyy- Tile 19.,OPAi -34 pct 61 old RAVS8-302 7.00 WALLS. MOOG JAfts ice: 7.01 Insulate eevih mils a E akinsm i et 2-iir d a h an R-11 tette. iii body side posts mitt Sir ply ood Sub well, 7.02 Cover stt eel =Oath fnish die 0.0f IWO= teinfocedplesto ( lithe. 70,3 Si ext6lOr it Move la lea', I 7-2-.7-2 G-4 t A7PCtr P8145 (or eesh440114 7.0$ Lomat Lanonin It Fly 150 Onist f if ccsanvetnel grader fisetial. The ilk *A be . the piece RA length, ill aidt9, no firm_ 705 24,2" 'idyll date na,*gclg;aa n (issobeast 705 . trillallS etlilag kWhli W *NW irearixi'tt> ti3ia#x Wish Awed_ 7.47 Co seam v itt brie Slamslwi . I.% 1 covered padc33t door installed at heavy-duty aluminum fret t fee r-tal Kier buds. Pocket door weaved tunnies and a taay la 741? 1 Wirer kW Spate doer loth black p er costoi Auras= pSOSI zed Web h 7 Tt 1 &soot drie tr d wide x1r tilt flush mount desp4influrlaeslal Wing same window t llll mk1i -bry loaded es shoelace ckeiviv. 1 mpg& taieisli PD ii70 i us sTs taco WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record may be disc1osecl to persons without a !!need to Knowl�, as defined to 49 LAI parts 13 and 132U, except wick the written permission of the Administrator of the Transportation Security Administration or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and•49 CFR parts 15 and 1520." 29 SENSITIVE SECURITY INFORMATION L DV igrawkwarraftW Alt!' ■ .64 carpus Petite aaung ra s�rms ! riar OM elf I 'W`rtdarw feattietz a uniiraum frame construchass • Mire flush lwipurt frame offers O dile Sassafras ■ Mdden water drarage system • Windows have 2.-5* radius (3.25. Swt Eames models) * Glass is istrowed wills Si% UV ttenrariceirat Al glazing mstr isate11OT apemen 2-place clam ring insteSfts allows for easy r is the exalt of breakage &O1 '6. Specs A f r d o ff i c e d l i T i f fiktek (4r =Mt medai) With am , frai crater i rem and aiiiistabletaight 8.00 ciAai: ' tweeted aluminum dRibinWil intaiedat thdkii at drvaing. C * ca:rags eenstistrasd af SAO' powder a #eiiai€, a wits amazed illwrintsni. frown_ * e g o e wino c i c s e r r a ski d e f t aEe Sites, falined f r o m sheet t]fo_our aluralnimeiffs eo li*r allwasem doer brafic ~Iasi Ovetheedaddras ocestmetsd of0 4'"pc er coated ailment= with?n aiu winum framed. * (MAW wit % dem we dim Week formSd Son a Sari Sets et of 0M" feSwilleelt sib a 0.04V ai raai = der back aerated } Onatheed actin* drers sett up as a full-lecOlt aierr nurn hinge, and we held npan wits a Itating dantstory_ • i) rh3ead saline& le have anaraitstatiet shaper drat OP HO and taiiet qtr only) . leaked b pt t° your selected haigtt Shalims are fantod liras a anyia shad siff_ rat filth antis, With 1 ter wed sedges. am 4 Lai stc0104 war ovahead taiiinei tf9370056 (ei'sunset inf. 1103 COttintaints ,shed to cowed is SOW Hamad laminate_ AI exposed gr es # sg tj$. Ms heavy einit Sasebo PVCI- meidirg. 10-08 irstAC SYSTEM: 1O.01 1 Vaal modal 4000 Nacos-ad .r ad ) 3-speed ma:Weir ter. 1€.42 i i * Polar kitsch S40 win km was air cnraliSan ar Wit Iterrmostat_ Inalsdew . 0223-t 7g 13.E a nrrrtdel HT'J air mallow wide assdassais mew . Ammar* L' 9330 Ef7S5 Iig i cOntel wan Uffff ST 1 bad *Ma '1 2 Ousted Wends Mar Mach WOO sales low profile ar confiNchm wills theasestet In 6$ S * lr�76:y13,500 a BTU por3citierttM silts cord % purrs_ sldp * trammed Wog Vents, ts, as requited 1.0-04 3 ammo wild 17 wall mrxsrt 12131 uti r Wettest neaten. tom a5 shames dra+ Cr- 051p4I0 [3;r>s!iti? frX11,Citalani140 d l 8 e112vrtIt WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record may be disclosed to persons without a "need to know ", as defined in 49 CFR parts 15 and 1520, except with the written permission of the Administrator of the Transportation Security Administration or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520." 30 SENSITIVE SECURITY INFORMATION i LDV. ri, Inc. INOlfadashiatEdver 0comemlaslierat Via tele twanebn wt sem •_ $ Peace Civet late& mow/ Camas Paz 252.7154.0M Ammedrilemascun nem Qtly 11.00 t20/241,4AC SECTRICAL SYSTEM 1101 1 nom C w:id Cod Motel 12-0 1/ generator rnade112_ l !- 2200%er ctrreri model) masted II custom ter Jowled all siunitsen compartment acciareect f>a; : • OCenft,ittr-COnildled ccrolard &peed taperali m tkrique snurtcl d housing tindeses coOrtn0 vin and muter (0045(4 12 full icel meowed at 10 feet) • Three-pitint fury focateed internal mcanlinct Mee and Mitttiltifte Mktg accessible iitrougt Me cervicedact • Ko upjafity* riga Ole wave eloasksi MVOm liar& OW lt3ita WiatitgeMe • TO NI 0001T IWO .: file load = 0.11, fistf load = 0Alt Fdl toed =1 Coniperment std be outstioded tr tt a teloWng spe4Sictile • Compartment shell be caltAucttd from 0_187* aluminum vet sil vrggidU1 seams rpm shell hese0.12V Attribute 2' hot part doom and 012r aluminum ramas_ • 11 ha€rt$s shall be riveted tote fatly and sided to the cartpertmente- * Doom shell have denims steel Wares a nd h the doors aid dc€rrr frernese104 alb madrrite woes- . f shall hate elm Marti acid fish trimmed hen • IlOnfe Shall hava0-1017 aloranorn bandPInta Wink band GIB u1orict* • Mors shall be haidapen in a 9o* po Witten changettliftalPriatt oftulars. • OCOIS Oa be sealed sell ildustrial grade ampere gasket • Canpertment shall have intertaal fighlkt Mien door is +fin_ 11.02 Herdeited Transi Voltage Surge Suppressor (rvsmfrr rforertfiteACporarsystenn, 17120001 (or ost mom). Memel femur= Tested to4 Qom/ pwMEC AMID 21 • MIA f 011449 lol Eribun m A 4 plasSavanciasurer 01011.1) It 4_18r{it0x 3231} • 2 Gm:01ED inacelois,r for eech Me * Rad L1 3 ircC3tr liar re of lostpiniOdion 1 .... l fransasul mod Eject al, 2.0A #2 Vac *ham pests inlet wIth 254t 20A-420liAe cte power ared. 1104 1 b i a i x 5 G 1 !klae sloe poste' in , 50-11 5. 4251250Vac shone poser crsd end Sit.5O0.92 acptiet 11.05 14 Specncellon geeia 20A-1294e d t rye- Receptacle is not dedicated ttt any In 11015 two dlese wire Inansimera reuessysystern loonad along WO& surfaces. brava RadreraY 11.07 • 11 3t1l1= mai l ai it ll l stranded THH14 wire and no in Ann-AiatalliC f wit repaid tklai conduit. Ili elecirkal c5 a ils andappgancea Mai scormo tosolirabbnationel slechical coke. 12.00 i211iDe ELMTRICAL SY8i t 12.011 • Sht f0 15VdcAbsobed Glass Mat (AGM Dries_ Ilammes aliTilbe Welledunderbelly in side out weather resistantal ikure conplarnent Onmparneent shell have box pal door vri slant lam, flush mount heed key Inds and h + ty-riu&y Ate estuunnty_ Twer (2) tummies ,eii be ti for a i etolpmcal end four (4) batteries will be forcortveunit` tektite choice cocrx}i 7e-tsdie 7 earani WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record may be disclosed to persons without a "need to know ", as defined in 49 CFR parts 15 and 1520, except with the written permission of the Adminish ator of the Transportation Security Administration or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520." 31 SENSITIVE SECURITY INFORMATION Ligv...., rtrr?: r ,............ Onus Chi lala Ponca Deparainen4 OommuresSons *MOW nananivm ow ensues ' Ram Cliv - Three (5) elacvank corwartedddsatrgers, 80 airy minimum output each dunderkedy m terrrparanere coda :Wed weather resistant Martinryn cconperonerrt Convarttnent lo have thannuogrogy aor exhaust tan and draws ecrrclr #fined air tarn the htailor of to vehicle inn exception4 Conierearlonarger teatoes: • Charges 6ieebankk otb3tteres at the same iirnre. •I.ILftyityt- • Mantel rr t cirouk Want •ROrrarsri orbs . -Eleartnia can *Mag. • One Molester disconnect sn to onntroi re animy battery s_ • 12' i1c rx.*d panel wilt men () lx gad rrtagt>aireltryrdraddic it Within win rad lam] incrioataire, 425tdcdigital vicenetet end MOO lentvoitegn .airirrrn. • '12Vdnarniani panels IX_ good meoorsio.hydraoac do a leers as rag fired. •Dewey veltaitaria =film 1h malmaricafrons teem systern_ 121 77n1 IFi modat616ir white 1RitdolluereacentliOnt &thar lowed es *awn art droning. 1203 6 Mahn 810 Sedan 'luau halogen scene tipvallt oar %boa, modal rrrt r8#tiCA Or cutrentinath0. 1O4 6 8h-1 ete d ) orichditfatch statinn. 12. (5 4 Mn DEDF0AV hirer with glom ctrrr+er lighting =hot des. 4209 4 F o d o r & S w a t T S - 4 0 0 (i a r a r e a € m t g 402 itett soaticer t rt gift 43.03 1; iCT 93.0l 1 Whalen 'TM sodas Stipar4110 i wilt internal Nam rad i % with clear OLgEtr is maw FIAROUCR Or r m l). lamas &toms flange ARAN= nowt ateS4 Lanated as shows 1102 Whalen TIM as upar li lyee6wItis internal Wet, Ma LEDs %flintiest oi l , 'model err cun modal). ka drrurneRamp ArtAAIGEC forcunsrd remit ) tomatad as shownoatrr rrg_ 13_@3 8 Moshe 600salaa LISear Eitiper-L110 ighthead wwgb it d t KAMA l modil 00R02SCR ( a rntrcdal . nciedes Orono t3 o 8EFLANGE la cut astnm d . L.acseleden shown on d 13.04 $ Whalen 6a0 sales l er -il=il Ighthend AO *Awned swot, we LEm vot coo o r him maid 001302FCR Ow Magi t includes ammo flaw 8EFLANGE Or Gwent r add).. Mad as shown on drawing. 1105 4 Whelan 000ffimrins Linear Srper -t litibtheed wfth internal 1124har, red L with r mint look iniidd R R(crr otwantintx144 Includes cl flange 0CELANISC far t r atn 1). Located as Owed end+- 1108 4 Whelan MO galas Lima Stiper4.110 marl itith in ai fir; Me LE llt with anemia tom, model 0018135Fat Kt raft mrddd . Includes dame Uwe IJORANGC (of cum modal). Loomed= Moan an c#raruilr 1107 2 Gingen IttbdtaXrdbradtet to =WW2 Bowies iglu Obnon nhuValield, feinted In match ix* 13.08 121/13C G •2.g g i t c *al battery neble snag be used fa ¶2 t m swilyanes. . MI laatierdrrws shall baAAkr m%law AI cabin tannin* strew hesrehadand anktwei As new snag he erased in cr7nv+4lraiad Ana and the ands of ketone SW bra =lad It t- datt sluadt-iwegt identifying the function of the _ - All added diachical camas shall he cnotechid from ovardunrant hyreermatie monk bearers ralrpt the ioet qty► ckookbraakers aifell i Innis ingallation of added Metsiori Whig* (plug tve foram ate matt epiatie), • Ortuit braRerfeirosoosanal Ineidelified berlamirtti or e labels. Cuseptirt areth rlr 014 r AI404t, 8 WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record may be disclosed to persons without a "need to know ", as defined in 49 CFR parts 15 and 1520, except with the written permission of the Administrator of the Transportation Security Administration or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520." 32 SENSITIVE SECURITY INFORMATION L I Wit fea.1 -m_ 10Deraarraftbe1110.4 mew terra aktsa Ow QV I • NI added wiring for load runs a all bbA WG 8, 10.12. t4 and /8 arid raw conform to IIIIL— W- 1 1887111=. • 1Agratanninais for added nitwits mtart txarrferm to 0411..4-1928. Tennis I b ice. imitation Emp, TSPt II, t 2 and sholi bar crimped with totinvecorrenriultxtby de tanniref manufacturer. •PM siring aballberttrratierm! trial/am dome cannon rrrinirrerir,_ • Ming Mal too motet:had from chafing arid abrasion with incinrolutadPNYftignollibk0016 1 r5nrr,] 8frragtrirr metal, �+� • � i f�n ''n S and .ill be irk p 1 lmrtt5. s Ian nod mad mi •� lj yaii��m���& p �� y . p wwt in • Extr!i•a aiii iya �� t SprO j�y:1�fb y way a do ii , of th n('J% iyl _ p. • t mat taken in Hie irk t rn tine r3 , it V A iald muffler, With acid tonna tba wiring to samara rtmatta dinint long winds ft tetragon. Prnpar insulation a n d beat d a t e peneis mum be katallodia such an . • Atirp-cutrent 12Vdc aystart - %kirire seta:mak Mull tkrprrsvida i., • area the nainiue a 4 Woo aagoi +a ids. /� ( 14.01 Noun 12itelc pow leads err onerad'rtrs OM ba miriontin 2-gatva cto stranded wire wed artitirtild trinpen OM connate taiga rarest brit a o mile aarit). Cat4te SlIal he Q €x d'1 convoloixf h g anti function idardietliroilr r ad POW 6 taiOS *A ba condoled by a ttor actuaW by the arnalary beterydiacormact smith. 1402 8 praewa a�j a/44s i � Cart r fir Ii • Y4C} -1i onto runt or anterim raceway .as -110.19arittere cable Oiled teradro WESC OVar 10CaiOn in tr Colman' 1T dt • 121ksprat road torn- t r 1 3.(11)I attach �e 141:0 Meta pt =CON iW6F , srs steno anglictiAti. 1tO* 1 Sibyls TH x3:9N`x12I t itrtter' urn lam antennas 20041y an tia =rot '&0 apps urn. Antenna r a a m p a y r will party s i t e tae treat at i e semi, tote d tenrutar# Includee the Wig • 3" tip x 3" Imo aluminum moms cover at each a ntenna bra to to on as Oda tithe tutwg tor warm to ardenra Imaa rade= Ole. •' Almelo covets { warnnicibt 'want and atlathad with four (A) Ma/Mato &geesreedit* Raceway lube lt, have -: fa-wets cove' alticlynarit • tarta Garr Off et/Auk taftd from 'traar wa raceway ptr cn irtaiir irk radio tr ncervtr 100abons.. 14AS 1 Nero a path p ter tip fir=►Welty (20}ra Whew. •'L' Olikheladieck inp Paned for GOO r a nacn:te maw* * TNC buithead jack it pawl froth tath will l ade . • Moons World � ratio . yo Warms �b patch [t rid 1'* 'r x 11T t. anddL. • 2," patch cm* mate wth rt4C {'i'r onactors. 15.00 COMPtilBt t+tEMO/W, 1844 $ IV-45 CAT. tsar noutak jadt With CATS canter reutatt tbroupft Cadet) flirt—Pitts R4T =wait or ranawaY C ). (11tiricatail ateach t1rbh 5*aen_ 15.412 1 1;;arbIcattrt Repot cult iniltlat neiwrarlt wiring conies tritheAnapacifinatiorw. 15.E 1 Lasts lra 0058&U12 for am 12 -cr a Carte rare mountaatch carat i sOJOSF t T7) 3sav- toefpk qtr WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record may be disclosed to persons without a "need to know ", as defined in 49 CFR parts 15 and 1520, except with the written permission of the Administrator of the Transportation Security Administration or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520." 33 SENSITIVE SECURITY INFORMATION L tug rna. v lansaissista4 .T��� iffingtan MOWS Etik FesaituditAiGt Rein Qty 16.01) ELECISIONICIk taut 2 Sad/la .A c 5-49-2s or strait ) shin 5 wile 43 spa T iadc tamp fixad frolusxt trirnensiow 7914x 19.212.5W x20) h r3as 5t -28 (a-rasa model) split rear railkit • PD-122W Or anent model) '12 ursst, Simla 20 allIP &COI r StiP 1i r2 2 AeldtdioAtelfc MW- 44=Tiop €anA s# o )-50e n stiellegion hum + A t. 17..00 tt 1EN 17_O1 2 log* doer unterhody Sbrafigt asernehnest with approteamateintrior dimensions 15' high x Ls it1+ 4$l' wide tt25` deep ConStUted ttore 0.4 ahrJ n we al molded S Iris 17112 Corepartments sal hoe corsithistad to therallowlog speertostrimx • Sweep out type hottonis wlt 1D: drei hales _ • 2' box pert risers and door faunas uteri tresrt 0-12r rr a m. • Boot fra e shall be riveted tothe bony end wraltixtbell • COIDPNIMantS Shag ham a &Mb light that iltiffilrein %V MB dot r'is owed t e ors e: wig lie turreted ho t#itr follosing spesifisekne: • Stainless shBel e attached shah stainless rrrrachirreaeharr$. • Lr' lb bietbSarid tish mnrinbth eS. . t bight plashed $tiniium diamond *tow inhiarrocfestshed with l>t hardware- - M herizontaly horizon Woad doors X11 tre held open in a 120'' p Crrr:n h ass shaman report • PM doom steal be sealen With industrial grads neoprene gastr®t. 11110 MOIELLANEOINS MU& i l f l 2 5 pound dm chemical Tire eici tgl r . 18112 2 ! t timadrie rr+rla6 abrn3S. 4t 1901 1 Couplets newel set, i r g tlia Wig; *.As-titikspectittsfoors vdth i tefierr and exterior &rates es ussri fa' protuctioxat veliole. • body orrr ar % roantleis. • ilVels and 1Wcl r shomile %lire rage, War, number a diot . • 12Vds linh currOt %bre diagferil i rm Mel r /Meru,, pows oxmoters, Slilisnatx: &Canoed snitches and coma rack. • Root Up ar,terrnn piscomentdrawing old l d idertZyiry seisms placements and ttelhittaltri Oda- • • T4ephoora system punch tt in di rams. • Made wriest zones laird. . fiVNTeriy arid 7ltlrerr err ariS • s aced grantor maintenance and faxItOlitiofp. •litki. • ! I1 irrdrideet conVottedt manuals aid warm* r cards as provided by coraprant roanureeturers. Customer isresp let rcompldingwhy cads aid ma ilmento Opeput Coati PD ICE-2/132i6.tad 10 WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record may be disclosed to persons without a "need to know ", as defined in 49 CFR parts 15 and 1520, except with the written permission of the Administrator of the Transportation Security Administration or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. government agencies, public disclosure is governed j by 5 U.S.C. 552 and 49 CFR parts 15 and 1520." 34 SENSITIVE SECURITY INFORMATION I L mt, eeu Ina 1► Ct i Per steep ...Ls.. s Neat eltit 20.62 NI 20.01 Attimeordeliveryto cosiamersfai ytaMeediateir»rnop iritethe+rIIprodtieupfitscar(4) hems of provided systems, asapp les -Gamomr aletloP Or* shit down procedure - Lofting sytStem r3Pvefico • AC andIII ditthicai tlyattlin$ Maratha -110.0 syslorns opereloo • Mast *warm - hate9i"id00, etcr, sip not lactate prowaramino VCR's, T s. Mum epeatiort • -Mi 2002 Mohr Past scope does rsntindiude Iri tasks orcs that aro the morimoblity ntttre customer Mess clearly speaSed as Mantitterinta suppled_ These kens Wilde, balm not heRed to • 1%adir, aMWerhrne system -.Activalco eitt %nice Lees tier cu . sateaks teighants. sue'!, dike intereMe *1.08C1110 end ecettoingoompuler een_ lft the emet et a distivpsto ytirt ttt era , seed speafireboo, re speeileerm ne sups e[s.Mralu m resehres tie rigitto mslia subsitufmns Oslo ttoalll, and elleafixidens chi in this document. Ontlut Q i 101:203 -tads; 17 WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record may be disclosed to persons without a "need to know ", as defined in 49 CFR parts 15 and 1520, except with the written permission of the Administrator of the Transportation Security Administration or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520." 35 SENSITIVE SECURITY INFORMATION L Dv ummurst Pte' SPECIFICAVONS if0R CORD CHRISTI PO monag CON CATIONS canal Loyu #>s Awl 2, 2011 WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record may be disclosed to persons without a "need to know ", as defined in 49 CFR parts 15 and 1520, except with the written permission of the Administrator of the Transportation Security Administration or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. governrnent agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520." 36 SENSITIVE SECURITY INFORMATION PROM PAS& mx 4.4,1045 4 riettaMineft umekiouroesere Total dal Owns wed, coninErdal MAMBO ConesordeldiScourded pfte as specified ; 814_00 Deliver/ *now 1Z ni nllo Ccr loss ARG' Parma-met NNt3Q ft son fte 38 strysfrain apecamiprideo coded pcios rides nrt irouvezey arp6raaieF€T, or lead kith speared WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record may be disclosed to persons without a "need to know ", as defined in 49 CFR parts 15 and 1520, except with the written permission of the Administrator of the Transportation Security Administration or the Secretary of transportation. Unauthorized release may result in civil penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520." 37 to z 0 Z co 2 to +ol SENSITIVE SECURITY INFORMATION z e 8 io 8 to 9 c g 9 8 49 d 49 0 0 ea or or uI IL 1 1 2 Ir l� s 1 sf 111 WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record may be disclosed to persons without a "need to know ", as defined in 49 CFR parts 15 and 1520, except with the written permission of the Administrator of the Transportation Security Administration or the Secretary of transportation.. Unauthorized release may result in civil penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520." 38 EXHIBIT C PROPERTY CONTROL RECORD FORM 0 -G z 103ro11d dO 31AVN PROPERTY CONTROL RECORD FORM (44CFR13.32) fl -0 cp En - En '' IF 9 rt m o = 0 rr IA m -c. '"Ti tel CD '0 CO 0 PSGP 2011 PSGP 2011 PSGP 2011 PSGP 2011 PSGP 2011 PSGP 2011 Property Source PSGP 2011 C) n Cu n r+.a CD c y. O 3 n 0 r+ r- 0 n SD rr 0 3 c trl so DJ 0 0_ n 0 3 2 rr g. Q c in' 7 0 2 in v rt, N 5 3 0 -G z 103ro11d dO 31AVN PROPERTY CONTROL RECORD FORM (44CFR13.32) EXHIBIT D FIDUCIARY AGENT PURCHASING PROCESS A. Procurement Procedures and Requirements for Federal Grants 1. Codes of conduct. No employee, officer, or agent shall participate in the selection, award, or administration of a contract supported by Federal funds if a real or apparent conflict of interest would be involved. Such a conflict would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs of the parties indicated herein, has a financial or other interest in the firm selected for an award. The officers, employees, and agents of the recipient shall neither solicit nor accept gratuities, favors, or anything of monetary value from contractors, or parties to subagreements. Appropriate disciplinary action shall be taken for violations of the above mentioned standards by officers, employees, or agents of the Fiduciary Agent or Sub - grantee. 2. Competition. All procurement transactions shall be conducted in a manner to provide, to the maximum extent practical, open and free competition. The Fiduciary Agent and Sub - grantees should be alerted to organizational conflicts of interest as well as noncompetitive practices among contractors that may restrict or eliminate competition or otherwise restrain trade. 3. In order to ensure objective contractor performance and eliminate unfair competitive advantage, contractors who develop or draft specifications, requirements, statements of work, invitations for bids, and/or requests for proposals shall be excluded from competing for such procurements. Awards shall be made to the bidder or offeror whose bid or offer is responsive to the solicitation and is most advantageous to the recipient, price, quality and other factors considered_ Solicitations shall clearly set forth all requirements that the bidder or offeror shall fulfill in order for the bid or offer to be evaluated by the recipient. Any and all bids or offers may be rejected when it is in the recipient's interest to do so. 4. AIlowable Costs. Only costs identified as "allowable costs" and meeting all accounting requirements under Circular A -110 can be incurred under Port Security Grant Program (PSGP) grants. 5. Procurement Requirements. (a). Procurers must avoid purchasing unnecessary items. (b). Where appropriate, an analysis is to be made of lease and purchase alternatives to determine which would be the most economical and practical procurement for the Federal Government. (c). Solicitations for goods and services provide for alI of the following: (i). A clear and accurate description of the technical requirements for the material, product or service to be procured. In competitive procurements, such a description shall not contain features which unduly restrict competition. (ii). Requirements which the bidder /offeror must fulfill and all other factors to be used in evaluating bids or proposals. (iii). A description, whenever practicable, of technical requirements in terms of functions to be performed or performance required, including the range of acceptable characteristics or minimum acceptable standards. (iv). The specific features of "brand name or equal" descriptions that bidders are required to meet when such items are included in the solicitation. (v). The acceptance, to the extent practicable and economically feasible, of products and services dimensioned in the metric system of measurement. (vi). Preference, to the extent practicable and economically feasible, for products and services that conserve natural resources and protect the environment and are energy efficient. (d): Positive efforts will be made to utilize small businesses, minority owned firms, and women's business enterprises, whenever possible. Procurers shall take all of the following steps to further this goal. (e). Make information on forthcoming opportunities available and arrange time frames for purchases and contracts to encourage and facilitate participation by small businesses, minority -owned firms, and women's business enterprises. (f). Consider in the contract process whether firms competing for larger contracts intend to subcontract with small businesses, minority -owned firms, and women's business enterprises. (g). Encourage contracting with consortiums of small businesses, minority -owned firms and women's business enterprises when a contract is too large for one of these firms to handle individually. (h). Use the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Department of Commerce's Minority Business Development Agency in the solicitation and utilization of small businesses, minority- owned firms and women's business enterprises. (i). The type of procuring instruments allowed are as follows: fixed price contracts, cost reimbursable contracts, purchase orders, and incentive contracts. The "cost- plus -a- percentage -of- cost" or "percentage of construction cost" methods of contracting shall not be used. (j). Contracts shall be made only with responsible contractors who possess the potential ability to perform successfully under the terms and conditions of the proposed procurement. Consideration shall be given to such matters as contractor integrity, record of past performance, financial and technical resources or accessibility to other necessary resources. In certain circumstances, contracts with certain parties are restricted by agencies' implementation of E.O.s 12549 and 12689, "Debarment and Suspension." (k). On request by the Federal awarding agency and/or Fiduciary Agent, pre -award review and procurement documents, such as request for proposals or invitations for bids, independent cost estimates, etc., should be available for review /audit when any of the following conditions apply: (i). The procurement is expected to exceed the small purchase threshold fixed at 41 U.S.C. 403 (11) (currently $100,000) AND is to be awarded without competition or only one bid or offer is received in response to a solicitation. (ii). The procurement, which is expected to exceed the small purchase threshold, specifies a "brand name" product. (iii). The proposed award over the small purchase threshold is to be awarded to other than the apparent low bidder under a sealed bid procurement. (iv). A proposed contract modification changes the scope of a contract or increases the contract amount by more than the amount of the small purchase threshold. 6. Cost and price analysis. Some form of cost or price analysis shall be made and documented in the procurement files in connection with every procurement action. Price analysis may be accomplished in various ways, including the comparison of price quotations submitted, market prices and similar indicia, together with discounts. Cost analysis is the review and evaluation of each element of cost to determine reasonableness, allocability and allowability. 7. Procurement records. Procurement records and files for purchases in excess of the small purchase threshold shall include the following at a minimum: (a). basis for contractor selection, (b). justification for lack of competition when competitive bids or offers are not obtained, and (c). basis for award cost or price. 8. Contract administration. A system for contract administration shall be maintained to ensure contractor conformance with the terms, conditions and specifications of the contract and to ensure adequate and timely follow up of all purchases. Recipients shall evaluate contractor performance and document, as appropriate, whether contractors have met the terms, conditions and specifications of the contract. 9. Contract provisions. The provisions below as well as those listed in Appendix A of this document shall be included in all contracts. The following provisions shall also be applied to subcontracts. (a). Contracts in excess of the small purchase threshold shall contain contractual provisions or conditions that allow for administrative, contractual, or legal remedies in instances in which a contractor violates or breaches the contract terms, and provide for such remedial actions as may be appropriate. (b). All contracts in excess of the small purchase threshold shall contain suitable provisions for termination by the recipient, including the manner by which termination shall be effected and the basis for settlement. In addition, such contracts shall describe conditions under which the contract may be terminated for default as well as conditions where the contract may be terminated because of circumstances beyond the control of the contractor. (c). An award that requires the contracting (or subcontracting) for construction or facility exceeding $100,000, the minimum requirements shall be as follows: (i). A bid guarantee from each bidder equivalent to five percent of the bid price. The "bid guarantee" shall consist of a firm commitment such as a bid bond, certified check, or other negotiable instrument accompanying a bid as assurance that the bidder shall, upon acceptance of his bid, execute such contractual documents as may be required within the time specified. (ii). A performance bond on the part of the contractor for 100 percent of the contract price. A "performance bond" is one executed in connection with a contract to secure fulfillment of all the contractor's obligations under such contract. (iii). A payment bond on the part of the contractor for 100 percent of the contract price. A "payment bond" is one executed in connection with a contract to assure payment as required by statute of all persons supplying labor and material in the execution of the work provided for in the contract. (iv). Where bonds are required in the situations described herein, the bonds shall be obtained from companies holding certificates of authority as acceptable sureties pursuant to 31 CFR part 223, "Surety Companies Doing Business with the United States." (v). All negotiated contracts (except those for less than the small purchase threshold) awarded by recipients shall include a provision to the effect that the recipient, the Federal awarding agency, the Comptroller General of the United States, or any of their duly authorized representatives, shall have access to any books, documents, papers and records of the contractor which are directly pertinent to a specific program for the purpose of making audits, examinations, excerpts and transcriptions. (vi). All contracts, including small purchases, awarded by recipients and their contractors shall contain the procurement provisions as listed in Appendix A of this document, as applicable. B. Reimbursement Procedures for Sub- grantees The Sub - grantee agrees that this is a reimbursement based contract. All requests for reimbursement must reflect actual costs that have been disbursed and services /items received by the Sub - grantee. The Sub - grantee must submit all required fiscal reports, supporting documentation and program progress reports. Failure to meet these requirements may result in the rejection of associated vouchers. The process for requesting and receiving payment is as follows: 1. Grant Letter. Upon receipt of approval of the award by the Federal Grantor (FEMA), and the signing of this agreement by the sub - grantee, the Fiduciary Agent will prepare a grant letter with the amount allocated per Sub - grantee as approved by the FEMA. This grant letter will identify the amount reimbursable by the PGSP Federal funding and the matching requirement. The rtrortf 10i-1-nr 111111 nlnn rin #nh1 4lia nw,n,rn+n i 'rr nnnn„r4 +ter.," l.nnnA , , f1,,. ti.,,r�nnk 2. Request for Reimbursement. The Sub- grantee will use the "payment request" form to be provided by the Fiduciary Agent upon contract award. The form is to be completed with name, address, and the amount requested by each account type (e.g. personal travel, equipment, etc.). Back up information providing proof of expense is required for reimbursement and should be given in the form of copies of cancelled checks, vendor invoices, payroll printout, and/or any other documents proving a valid expense was incurred. Upon payment by FEMA, the Fiduciary Agent will reimburse the approved portion of the expense. Adequate documentation includes: (i). Personnel: Documentation must include time and attendance records, payroll periods, payment rate and a brief description of the service(s) provided. The employee and supervisor must sign time sheets. This requirement applies to all project personnel paid from grant funds, federal money and local matching contributions. (ii). Contractual Services: For individual consultants, documentation must include time and attendance records showing time period, payment rate, hours per day and service(s) provided. The consultant and the project director must sign documentation. In case of organizations performing professional services, documentation must include a detailed billing indicating services performed or product delivered payment rate consistent with contractual agreement, and approval by the project director. (iii). Travel: Documentation must be detailed, to include date, destination, reason for travel, and itemization of expenses. Receipts for parking, tuition, registration, etc., and lodging are required. Expense vouchers will include the signature of the employee and supervisor. (iv). Supplies and Other Operating Expenses and Equipment: Documentation must include purchase order authorization, cancelled check, audited vendor invoices approved by the project director (and other higher authorizing official, if appropriate). Sub - grantee further agrees to maintain a current inventory of all project equipment. 3. Approval. All reimbursement requests will be signed by a Fiduciary Agent Officer. Reimbursement for any invoices (regardless of amount) against a contract that exceeds the small purchase threshold of $100,000 must be signed verifying that the goods and/or services have been received; are in working order and have not violated any terms of the Purchasing Procedures. Invoices for contracts over the $100,000 threshold may be subject to on -site reviews by the Fiduciary Agent as identified in section 5(k) of the Purchasing Procedures. The following are causes for rejection of payment requests and are examples not limited to these reasons: (a) Is not an allowable cost under Circular A -110 and did not receive approval by the FEMA Program Manager. (b) Item or service could not be verified to exist and/or operate when requested. (c) Requested supporting documentation such as receivers were not supplied when requested. (d) Purchase Order is fully expended. (e) An up to date progress report has not been filed. (f) Vendor is debarred 4. Funding Request. The Fiduciary Agent will make a request to DHS for payment within ten (10) business days of receiving the approved reimbursement request. The Fiduciary Agent will issue a check to the Sub - grantee within fifteen (15) business days of receiving the approved reimbursement request, however in most cases the check will be issued within five (5) business days. 5. Payments. Payments will be made by check. Appendix A Contract Provisions All contracts, awarded under the PSGP including small purchases, shall contain the following provisions as applicable: 1. Equal Employment Opportunity - All contracts shall contain a provision requiring compliance with E.O. 1 1246, "Equal Employment Opportunity," as amended by E.O. 1 1375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and as supplemented by regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." 2. Copeland "Anti- Kickback" Act (18 U.S.C. 874 and 40 U.S.C. 276c) - All contracts and subgrants in excess of $2000 for construction or repair awarded by Maritime Exchange, Sub - grantees and contractors shall include a provision for compliance with the Copeland "Anti- Kickback" Act (18 U.S.C. 874), as supplemented by Department of Labor regulations (29 CFR part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States "). The Act provides that each contractor shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to . give up any part of the compensation to which he is otherwise entitled. 3. Davis -Bacon Act, as amended (40 U.S.C. 276a to a -7) - All construction contracts awarded by the Fiduciary Agent, Sub - grantees and contractors of more than $2000 shall include a provision for compliance with the Davis -Bacon Act (40 U.S.C. 276a to a -7) and as supplemented by Department of Labor regulations (29 CFR part 5, "Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction "). Under this Act, contractors shall be required to pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor. In addition, contractors shall be required to pay wages not less than once a week. A copy of the current prevailing wage determination issued by the Department of Labor shall be placed in each solicitation and the award of a contract shall be conditioned upon the acceptance of the wage determination. 4. Contract Work Hours and Safety Standards Act (40 U.S.C. 327 -333) - Where applicable, all contracts awarded in excess of $2000 for construction contracts and in excess of $2500 for other contracts that involve the employment of mechanics or laborers shall include a provision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327 -333), as supplemented by Department of Labor regulations (29 CFR part 5). Under Section 102 of the Act, each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than 1 1/2 times the basic rate of pay for all hours worked in excess of 40 hours in the work week. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions that are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 5. Rights to Inventions Made Under a Contract or Agreement - Contracts or agreements for the performance of experimental, developmental, or research work shall provide for the rights of the Federal Government and the Fiduciary Agent in any resulting invention in accordance with 37 CFR part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. 6. CIean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act (33 U.S.C. 1251 et seq.), as amended - Contracts and subgrants of amounts in excess of $100,000 shall contain a provision that requires the recipient to agree to comply with all applicable standards, orders or regulations issued pursuant to the CIean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). 7. Byrd Anti - Lobbying Amendment (31 U.S.C. 1352) - Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose any lobbying with non - Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the Fiduciary Agent. 8. Debarment and Suspension (E.O.s 12549 and 12689) - No contract shall be made to parties listed on the General Services Administration's List of Parties Excluded from Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and 12689, "Debarment and Suspension." This list contains the names of parties debarred, suspended, or otherwise excluded by agencies, and contractors declared ineligible under statutory or regulatory authority other than E.O. 12549. Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of its principal employees. EXHIBIT E ASSURANCES AND CERTIFICATIONS ASSURANCES - NON - CONSTRUCTION PROGRAMS OMB Approval No. 4040 -0007 Expiration Date: 06/30/2014 Public reporting burden for this collection of information is estimated to average 15 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348 - 0040), Washington, DC 20503. PLEASE DO NOT RETURN YOUR COMPLETED FORM TO THE OFFICE OF MANAGEMENT AND BUDGET. SEND IT TO THE ADDRESS PROVIDED BY THE SPONSORING AGENCY. NOTE: Certain of these assurances may not be applicable to your project or program. If you have questions, please contact the awarding agency. Further, certain Federal awarding agencies may require applicants to certify to additional assurances. if such is the case, you will be notified. As the duly authorized representative of the applicant, I certify that the applicant: 1. Has the legal authority to apply for Federal assistance and the institutional, managerial and financial capability (including funds sufficient to pay the non - Federal share of project cost) to ensure proper planning, management and completion of the project described in this application. 2. Will give the awarding agency, the Comptroller General of the United States and, if appropriate, the State, through any authorized representative, access to and the right to examine all records, books, papers, or documents related to the award; and will establish a proper accounting system in accordance with generally accepted accounting standards or agency directives. 3. Will establish safeguards to prohibit employees from using their positions for a purpose that constitutes or presents the appearance of personal or organizational conflict of interest, or personal gain. 4. Will initiate and complete the work within the applicable time frame after receipt of approval of the awarding agency. 5. Will comply with the Intergovernmental Personnel Act of 1970 (42 U.S.C. § §47284763) relating to prescribed standards for merit systems for programs funded under one of the 19 statutes or regulations specified in Appendix A of OPM's Standards for a Merit System of Personnel Administration (5 C.F.R. 900, Subpart F). 6. Will comply with all Federal statutes relating to nondiscrimination. These include but are not limited to: (a) Title Vi of the Civil Rights Act of 1964 (P.L. 88 -352) which prohibits discrimination on the basis of race, color or national origin; (b) Title IX of the Education Amendments of 1972, as amended (20 U.S.C. § §1681- 1683, and 1685- 1686), which prohibits discrimination on the basis of sex; (c) Section 504 of the Rehabilitation Previous Edition Usable Act of 1973, as amended (29 U.S.C. §794), which prohibits discrimination on the basis of handicaps; (d) the Age Discrimination Act of 1975, as amended (42 U.S.C. § §6101 - 6107), which prohibits discrimination on the basis of age; (e) the Drug Abuse Office and Treatment Act of 1972 (P.L. 92 -255), as amended, relating to nondiscrimination on the basis of drug abuse; (f) the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (P.L. 91 -616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; (g) 0523 and 527 of the Public Health Service Act of 1912 (42 U.S.C. § §290 dd -3 and 290 ee- 3), as amended, relating to confidentiality of alcohol and drug abuse patient records; (h) Title Vill of the Civil Rights Act of 1968 (42 U.S.C. § §3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; (1) any other nondiscrimination provisions in the specific statute(s) under which application for Federal assistance is being made; and, (j) the requirements of any other nondiscrimination statute(s) which may apply to the application. 7. Will comply, or has already complied, with the requirements of Titles II and Ili of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (P.L. 91 -646) which provide for fair and equitable treatment of persons displaced or whose property is acquired as a result of Federal or federally- assisted programs. These requirements apply to all interests in real property acquired for project purposes regardless of Federal participation in purchases. 8. Will comply, as applicable, with provisions of the Hatch Act (5 U.S.C. § §1501 -1508 and 7324 -7328) which limit the political activities of employees whose principal employment activities are funded in whole or in part with Federal funds. Standard Fern 4246 (Rev_ 7 -07) Authorized for Local Reproduction Prescribed by OMB Circular A -102 9. Will comply, as applicable, with the provisions of the Davis - Bacon Act (40 U.S.C. § §276a to 276a -7), the Copeland Act (40 U.S.C. §276c and 18 U.S.C. §874), and the Contract Work Hours and Safety Standards Act (40 U.S.C. § §327- 333), regarding labor standards for federally- assisted construction subagreements. 10. Will comply, if applicable, with flood insurance purchase requirements of Section 102(a) of the Flood Disaster Protection Act of 1973 (P.L. 93 -234) which requires recipients in a special flood hazard area to participate in the program and to purchase flood insurance if the total cost of insurable construction and acquisition is $10,000 or more. 11. Will comply with environmental standards which may be prescribed pursuant to the following: (a) institution of environmental quality control measures under the National Environmental Policy Act of 1969 (P.L. 91 -190) and Executive Order (EO) 11514; (b) notification of violating facilities pursuant to EO 11738; (c) protection of wetlands pursuant to EO 11990; (d) evaluation of flood hazards in floodplains in accordance with EO 11988; (0) assurance of project consistency with the approved State management program developed under the Coastal Zone Management Act of 1972 (16 U.S.C. § §1451 et seq.); (f) conformity of Federal actions to State (Clean Air) Implementation Plans under Section 176(c) of the Clean Air Act of 1955, as amended (42 U.S.C. § §7401 et seq.); (g) protection of underground sources of drinking water under the Safe Drinking Water Act of 1974, as amended (P.L. 93 -523); and, (h) protection of endangered species under the Endangered Species Act of 1973, as amended (P.L. 93- 205). 12. Will comply with the Wild and Scenic Rivers Act of 1968 (16 U.S.C. § §1271 et seq.) related to protecting components or potential components of the national wild and scenic rivers system. 13. Will assist the awarding agency in assuring compliance with Section 106 of the National Historic Preservation Act of 1966, as amended (16 U.S.C. §470), EO 11593 (identification and protection of historic properties), and the Archaeological and Historic Preservation Act of 1974 (16 U.S.C. § §469a -1 et seq.). 14. Will comply with P.L. 93 -348 regarding the protection of human subjects involved in research, development, and related activities supported by this award of assistance. 15. Will comply with the Laboratory Animal Welfare Act of 1966 (P.L. 89 -544, as amended, 7 U.S.C. § §2131 et seq.) pertaining to the care, handling, and treatment of warm blooded animals held for research, teaching, or other activities supported by this award of assistance. 16. Will comply with the Lead -Based Paint Poisoning Prevention Act (42 U.S.C. § §4801 et seq.) which prohibits the use of lead -based paint in construction or rehabilitation of residence structures. 17. Will cause to be performed the required financial and compliance audits in accordance with the Single Audit Act Amendments of 1996 and OMB Circular No. A -133, "Audits of States, Local Governments, and Non - Profit Organizations." 18. Will comply with all applicable requirements of all other Federal laws, executive orders, regulations, and policies governing, this program. ORGANIZATION U.S. DEPARTMENT OF JUSTICE OFFICE OF JUSTICE PROGRAMS OFFICE OF THE COMPTROLLER CERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS AND DRUG -FREE WORKPLACE REQUIREMENTS Applicants should refer to the regulations cited below to determine the certification to which they are required to attest. Applicants should also review the instructions for certification included in the regulations before completing this form. Signature of this form provides for compliance with certification requirements under 28 CFR Part 69, "New Restrictions on Lobbying" and 28 CFR Part 67, "Government -wide Debarment and Suspension (Non - procurement) and Government -wide Requirements for Drug -Free Workplace (Grants)." The certifications shall be treated as a material representation of fact upon which reliance will be placed when the Department of Justice determines to award the covered transaction, grant, or cooperative agreement. 1. LOBBYING As required by Section 1352, Title 31 of the U.S. Code, and implemented at 28 CFR Part 69, for persons entering into a grant or cooperative agreement over $100,000, as defined at 28 CFR Part 69, the applicant certifies that: (a) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the making of any Federal grant, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal grant or cooperative agreement; (b) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure of Lobbying Activities," in accordance with its instructions; (c) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subgrants, contracts under grants and cooperative agreements, and subcontracts) and that all sub - recipients shall certify and disclose accordingly. 2. DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS (DIRECT RECIPIENT) As required by Executive Order 12549, Debarment and Suspension, and implemented at 28 CFR Part 67, for prospective participants in primary covered transactions, as defined at 28 CFR Part 67, Section 67.510 A. The applicant certifies that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, sentenced to a denial of Federal benefits by a State or Federal court, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three -year period preceding this application been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three -year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default; and B. Where the applicant is unable to certify to any of the statements in this certification, he or she shall attach an explanation to this application. 3. DRUG -FREE WORKPLACE (GRANTEES OTHER THAN INDIVIDUALS) As required by the Drug -Free Workplace Act of 1988, and implemented at 28 CFR Part 67, Subpart F, for grantees, as defined at 28 CFR Part 67 Sections 67.615 and 67.620 A. The applicant certifies that it will or will continue to provide a drug -free workplace by: (a) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the grantee's workplace and specifying the actions that will be taken against employees for violation of such prohibition; (b) Establishing an on -going drug -free awareness program to inform employees about (1) The dangers of drug abuse in the workplace; (2) The grantee's policy of maintaining a drug -free workplace; (3) Any available drug counseling, rehabilitation, and employee assistance programs; and (4) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (c) Making it a requirement that each employee to be engaged in the performance of the grant be given a copy of the statement required by paragraph (a); (d) Notifying the employee in the statement required by paragraph (a) that, as a condition of employment under the grant, the employee will (1) Abide by the terms of the statement; and (2) Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction; (e) Notifying the agency, in writing, within 10 calendar days after receiving notice under subparagraph (d)(2) from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide notice, including position title, to: Department of Justice Office of Justice Programs ATTN: Control Desk 810 Seventh Street, N.W., Washington, D.C. 20531 Notice shall include the identification number(s) of each affected grant; (f) Taking one of the following actions, within 30 calendar days of receiving notice under subparagraph (d)(2), with respect to any employee who is so convicted (1) Taking appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; or (2) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency; (g) Making a good faith effort to continue to maintain a drug -free workplace through implementation of paragraphs (a), (b), (c), (d), (e), and (f). B. The grantee may insert in the space provided below the site(s) for the performance of work done in connection with the specific grant: Place of Performance (Street address, city, county, state, zip code) Check if there are workplaces on file that are not identified here. Section 67, 630 of the regulations provides that a grantee that is a State may elect to make one certification in each Federal fiscal year. A copy of which should be included with each application for Department of Justice funding. States and State agencies may elect to use OJP Form 4061/7. Check , if the State has elected to complete OJP Form 4061/7. DRUG -FREE WORKPLACE (GRANTEES WHO ARE INDIVIDUALS) As required by the Drug -Free Workplace Act of 1988, and implemented at 28 CFR Part 67, Subpart F, for grantees, as defined at 28 CFR Part 67; Sections 67.615 and 67.620 A. As a condition of the grant, I certify that I will not engage in the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance in conducting any activity with the grant; and B. If convicted of a criminal drug offense resulting from a violation occurring during the conduct of any grant activity, I will report the conviction, in writing, within 10 calendar days of the conviction, to: Department of Justice Office of Justice Programs ATTN: Control Desk 810 Seventh Street, N.W., Washington, D.C. 20531 As the duly authorized representative of the applicant, 1 hereby certify that the applicant will comply with the above certifications. 1. Grantee Name and Address: rzi 00-gpt,LcOttra-5-n I Ryace,bp-r- P.°may9 `77 CuP-__p u C el-he-(5n , 7 7 (0 9 2. Application Number and/or Project Name: 2n1w -to ll- PU-- kO ( os 3. Grantee IRSNendor Number 4. Type /Print Name and Title of Authorized Representative 4?0,,i6tez/ tV6 r v 146-bvie_ OJ' eRM 4061/6 (3 -91) REPLACES OJP FORMS 406112, 406113 AND 4061/4 WHICH ARE OBSOLETE, OFFICE OF JUSTICE PROGRAMS BJA N1J OJJDP BJS OVC $ 4/ ARMNO CHAR& CITY' SEC.RErAR`4 :r.:14 old-- �$1.AWlU�t . Iry coUriCIL.�,,. IS z SECRETARY-O. EXHIBIT F PAYMENT REQUEST FORM z ai O z W H Z E V w ❑ O Z w0 c. Q 0_ a Lai C7 O. ❑ O V Z c 0 .470 f1 (U w cc -. >. w +, c c rt3 C •o E ' U ❑ EL Fringe Benefits +0 C tu E 4' H LLI U Consultants /Contracts Other Costs TOTAL REQUESTED