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