Loading...
HomeMy WebLinkAboutItem VIII-B-5WASHINGTON AGENDA BILL APPROVAL FORM Agenda Subiect Date: Resolution No. 3734 May 28, 2004 Department: Attachments: Budget Impact: APD Resolution No. 3734 Administrative Recommendation: City Council adopt Resolution No. 3734. Background Summary: Approval of Resolution No. 3734 will allow the city to accept the grant offered by King County in an amount not exceeding $83,218.42 for the purposes of providing a more unified scope of emergency disaster preparedness for the police service. P0607-1 02.3 Reviewed by Council & Committees: Reviewed by Departments & Divisions: [] Arts Commission COUNCIL COMMITTEES: [] Building [] M&O [] Airport [] Finance [] Cemetery [] Mayor [] Hearing Examiner [] Municipal Serv. [] Finance [] Parks [] Human Services [] Planning & CD [] Fire [] Planning [] Park Board []Public Works [] Legal [] Police [] Planning Comm. [] Other [] Public Works [] Human Resources Action: Committee Approval: []Yes []No Council Approval: []Yes []No Call for Public Hearing / /__ Referred to Until / / Tabled Until / / Councilmember: Cerino Staff: Kelly Meeting Date: June 7, 2004 Item Number: VIII.B.5 AUBURN * THAN YOU IMAGINED RESOLUTION NO. 3 7 3 4 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, AUTHORIZING THE ACCEPTANCE OF A HOMELAND SECURITY SUBGRANT FROM KING COUNTY, WASHINGTON, FOR POLICE DEPARTMENT RESPONSE IN DISASTER PREPARADENESS WHEREAS, the City of Auburn has certain public safety responsibilities with which it is charged with handling Within its corporate boundaries; and WHEREAS, in order to better address such responsibilities, particularly as they relate to disasters and emergencies that impact larger geographic regions, it is advantageous to coordinate with other public agencies; and WHEREAS, King County has some pass-through monies from the United States Department of Homeland Security, received through the Washington State Military Department, Emergency Management Division, whish it is willing to make available to local jurisdictions within King County, to help with emergency and disaster preparation; and WHEREAS, the City of Auburn is desirous of taking advantage of the opportunity for such funds, and willing to enter into appropriate agreements with King County Office of Emergency Management, therefor. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, HEREBY RESOLVES as follows: 1. The City hereby approves and will accept the grant offered by King County in an amount not exceeding $83,218.42 for the purposes of Resolution No. 3734 May 25, 2004 Page 1 of 2 PASSED this providing a more unified scope of emergency disaster preparedness for the police service. The Mayor is hereby authorized to execute and enter into on the City's behalf, an agreement for such services, in substantial conformity with the agreement a copy of which is attached hereto, marked as Exhibit "A" and incorporated herein by this reference. The Mayor is hereby authorized to implement such administrative procedures as may be necessary to carry out directions of the legislation. This Resolution shall be in full force and effect upon passage and signatures hereon. __ day of ,2004 ATTEST: Peter B. Lewis Mayor Danielle Daskam, City Clerk APPROVED AS TO FORM: Daniel B. Held, City Attorney Resolution No. 3734 May 25, 2004 Page 2 of 2 FFY03S-SHSP-002 EXHIBIT "A" King County Office of Emergency Management HOMELAND SECURITY SUBGRANT AGREEMENT THIS AGREEMENT is made and entered into by and between King County and the City of Auburn, hereinafter "Subgrantee", for the express purposes set forth in the following provisions of this Agreement. It is understood that funding for this Agreement has been granted to King County by the United States Department of Homeland Security through the Washington State Military Department, Emergency Management Division. The funding source of the grant is the FFY03 Supplemental State Homeland Security Grant Program, Catalog of Federal Domestic Assistance (CFDA) #97.004, State Contract #E04-033. NOW THEREFORE, King County and the Subgrantee mutually agree as follows: 1. SCOPE OF WORK AND BUDGET The Subgrantee will accomplish the work and tasks as set forth in this Agreement and the Scope of Work, Project Timeline, and Deliverables (attached hereto as Exhibit A) and Budget (Exhibit B). 2. PERIOD OF PERFORMANCE Subject to other Agreement provisions, the period of performance under this Agreement will be from April 15, 2004 to March 1, 2005. All work must be satisfactorily completed, and all invoices, reports, and deliverables must be submitted, by the end of this Period of Performance. 3. CONTRACT REPRESENTATIVES King County's Project Manager on this Agreement shall be Kathryn Howard, Homeland Security Programs Manager, King County Office of Emergency Management. The Project Manager shall be responsible for monitoring the performance of the Subgrantee, the approval of actions by the Subgrantee, approval for payment of billings and expenses submitted by the Subgrantee, and the acceptance of any reports by the Subgrantee. The Subgrantee's representative to this Agreement shall be Gregory Wood, Sergeant, who will be the contact person for all communications regarding the conduct of work under this Agreement and who will ensure that all terms of the Agreement are met. Any notice required or permitted under this Agreement shall be deemed sufficiently given or served if sent to King County or the Subgrantee at the addresses provided on the next page: FFY03S-SHSP-002 If to King County: Kathryn Howard King County Office of Emergency Management 3511 NE 2nd Street Renton, WA 98056 206-296-3830 Kathryn,howard@metrokc.gov If to the Subgrantee: SGT. Gregory Wood Auburn Police Department Inspectional Services Unit 101 N Division Auburn, WA 98001 253-931-3044 gwood@ci.auburn.wa.us 4. REIMBURSEMENT REQUESTS AND PAYMENT This is a fixed pdce, reimbursement contract. Total compensation payable to the Subgrantee for satisfactory performance of the work under this Agreement shall not exceed $83,218.42 (E/ghty t~ree thousand two hundred e/ghteen dollars and fort)' two cents). Payment for satisfactory performance of the work shall not exceed this amount unless the parties mutually agree in writing to a higher amount prior to the commencement of any work, which will cause the maximum payment to be exceeded. Compensation for satisfactory work performance shall be payable upon receipt of a properly completed Invoice and Progress Report Form, which will be provided to the Subgrantee subsequent to execution of this Agreement. Invoices for costs incurred to date may be submitted monthly or quarterly. Supporting documentation is required for reimbursement of all expenses related to the Scope of Work and Budget in Exhibits A and B. Supporting documentation includes, but is not limited to, paid invoices to vendors, paid expense claim forms, canceled checks, etc. The documentation must also include the date of payment by the Subgrantee to ensure that the work was completed within the subgrant period of performance. Payment shall be considered timely if mailed by King County to the Subgrantee within thirty (30) calendar days after receipt of properly completed invoices. Payment shall be sent to the address designated by the Subgrantee on the invoice form. King County may, at its sole discretion, withhold payments claimed by the Subgrantee for services rendered if King County has ~determined that the Subgrantee has failed to satisfactorily comply with any term or condition of this Agreement. King County does not incur liability for any payment to the Subgrantee that is subsequently disallowed by State or Federal granting agencies. King County reserves the right to withhold or recoup payment, for work or activities determined by funding agencies to be ineligible for reimbursement. 2 FFY03S-SHSP-002 5. REPORTING REQUIREMENTS Each request for reimbursement, whether submitted monthly or quarterly, will be accompanied by a narrative progress report. Reports must include the Subgrantee's progress in implementing the scope of work, including any problems encountered and possible cost overruns or underruns. Narrative progress reports may be filled out on the Invoice and Progress Report Form or as a separate attachment to the invoice form. 6. RECORDS MAINTENANCE The Subgrantee shall maintain accounts and records, including personnel, financial, and programmatic records, and other such records as may be deemed necessary by King County, to ensure proper accounting for all project funds and compliance with this Agreement. All such records shall sufficiently and properly reflect all direct and indirect costs of any nature expended and service provided in the performance of this Agreement. These records shall be maintained for a period of six (6) years after subgrant close-out, and shall be subject to inspection, review or audit by King County and/or by State or Federal officials as so authorized by law. 7. SINGLE AUDIT ACT REQUIREMENTS Non-federal entities receiving financial assistance of $500,000 or more in Federal funds from all sources, direct and indirect, are required to have a single or a program-specific audit conducted in accordance with the U.S. Office of Management and Budget (OMB) (Revised June 27, 2003) Circular A-133-Audits of States, Local Governments, and Non-Profit Organizations. Non- federal entities that spend less than $500,000 a year in Federal awards are exempt from Federal audit requirements for that year, except as noted in Circular No. A-133. Entities required to have an audit must ensure the audit is performed in accordance with Generally Accepted Auditing Standards (GAAS), Government Auditing Standards (the Revised Yellow Book) developed by the Comptroller General and the OMB Compliance Supplement. The Subgrantee has the responsibility of notifying the State Auditor's Office and requesting an audit, if required. The Subgrantee shall maintain its records and accounts so as to facilitate the audit requirement and shall ensure that any subrecipients or subcontractors also maintain auditable records. The Subgrantee must send a letter stating there has been a single audit completed and there were no findings or if there were findings, the letter should provide a list of the findings. In addition to sending a copy of the audit, the Subgrantee must include a corrective action plan for any audit findings and a copy of the management letter if one was received. The Subgrantee must send this letter to King County no later than nine (9) months after the end of the Subgrantee's fiscal year(s). 8. COMPLIANCE WITH APPLICABLE LAWS The Subgrantee shall be responsible for following all applicable Federal, State and local laws, ordinances, rules and regulations in the performance of work described herein. The FFY03S-SHSP-002 Subgrantee assures that its procedures are consistent with laws relating to public contracting and competitive selection procedures. The SUBGRANTEE shall comply with OMB Circular A-87, Cost Principles for State, Local, and Indian Tribal Governments; OMB A-102, Grants and Cooperative Agreements with State and Local Governments; and A-133, Audits of States, Local Governments, and Non-Profit Organizations. During the performance of this Agreement, neither the Subgrantee nor any party subcontracting under the authority of this Agreement shall discriminate on the basis of race, color, sex, religion, nationality, creed, marital status, sexual orientation, age, or presence of any sensory, mental, or physical handicap in the employment or application for employment or in the administration or delivery of or access to services or any other benefits under this Agreement as defined by King County Code, Chapter 12,16. During the performance of this Agreement, neither the Subgrantee nor any party subcontracting under the authority of this Agreement shall engage in unfair employment practices as defined by King County Code, Chapter 12.17 or 12.18. The Subgrantee shall comply fully with all applicable Federal, State and local laws, ordinances, executive orders and regulations that prohibit such discrimination. These laws include, but are not limited to, RCW Chapter 49.60 and Titles VI and VII of the Civil Rights Act of 1964. 9. AMENDMENTS This Agreement may be amended only by written concurrence of both parties. Amendments to Scope of Work will only be approved if the proposed amendment is consistent with State and Federal granting agency rules. Up to ten percent (10%) of the total award amount may be shifted between approved budget object codes as contained in Exhibit B. For amounts over ten percent (10%), the SUBGRANTEE must submit a written budget amendment request for approval. Such requests will only be approved if the proposed change(s) is; (are) consistent with and/or achieves the goals stated in the Scope of Work and falls within the grant requirements. 10. TERMINATION This Agreement may be terminated by King County, in whole or in part, for convenience without cause prior to the end of the Period of Performance, upon thirty (30) calendar days advance written notice. This Agreement may be terminated by either party, in whole or in part, for cause prior to the end of the Period of Performance, upon thirty (30) calendar days advance written notice. Reasons for termination for cause may include but not be limited to: material issues of nonperformance, misuse of funds, and/or failure to provide grant-related invoices, reports, or any requested documentation. If the Agreement is terminated as provided above, King County will be liable only for payment in accordance with the terms of this Agreement for satisfactory work completed prior to the effective date of termination. The Subgrantee shall be released from any obligation to provide further services pursuant to this Agreement. FFY03S-SHSP-002 Nothing herein shall limit, waive, or extinguish any right or remedy provided by this Agreement or law that either party may have in the event that the obligations, terms and conditions set forth in this Agreement are breached by the other party. Funding under this Contract beyond the current appropriation year is conditional upon appropriation by the County Council of sufficient funds to support the activities described in this Contract. Should such an appropriation not be approved, this contract will terminate at the close of the current appropriation year. 11. HOLD HARMLESS AND INDEMNIFICATION The Subgrantee shall protect, indemnify and hold harmless King County, its officers, officials, agents, and employees from and against any and 'all claims, costs, arid/Or -issLi6s whatsoever occurring from any and all actions by the Subgrantee and/or its subcontractors pursuant to this Agreement. The Subgrantee shall defend at its own expense any and all claims, demands, suits, penalties, losses, damages, or costs of any kind whatsoever (hereinafter "claims") brought against King County arising out of or incident to the Subgrantee's execution of, performance of or failure to perform this Agreement. Claims shall include but not be limited to assertions that the use or transfer of any software, book, document, report, film, tape, or sound reproduction or material of any kind, delivered hereunder, constitutes an infringement of any copyright, patent, trademark, trade name, and/or otherwise results in unfair trade practice. In the event the County incurs attorney fees and/or costs in the defense of claims within the scope of the paragraph above, such attorney fees and costs shall be recoverable from the Subgrantee. In addition King County shall be entitled to recover from the Subgrantee its attorney fees, and costs incurred to enforce the provisions of this section. 12. INSURANCE Subgrantee shall provide and maintain and shall cause its subcontractors to provide and maintain Commercial General Liability in the minimum amount of $1,000,000 per occurrence and $ 2,000,000 in the aggregate. King County, its officers, officials, agents and employees shall be named as additional insurads. If the Agency is a Municipal Corporation or an agency of the State of Washington and is self- insured for any of the above insurance requirements, a certification of self-insurance shall be attached hereto and be incorporated by reference and shall constitute compliance with this section. 13. CERTIFICATION REGARDING DEBARMENT SUSPENSION OR INELIGIBILITY If Federal funds are the basis for this contract, the Subgrantee certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in transactions by any Federal department or agency. FFY03S-SHSP-002 14. ENTIRE CONTRACT/WAIVER OF DEFAULT This Agreement is the complete expression of the agreement of King County and the Subgrantee hereto, and any oral or written representations or understandings not incorporated herein are excluded. Waiver of any default shall not be deemed to be a waiver of any subsequent default. Waiver of breach of any provision of this Agreement shall not be deemed to be waiver of any other or subsequent breach and shall not be construed to be a modification of the terms of this Agreement unless stated to be such through written approval by King County, which shall be attached to the original Agreement. 15. SEVERABILITY If any-section, subsection; sentence, clause or phrase of this Agree~ment is, for any reason; found to be unconstitutional or otherwise invalid by a court of competent jurisdiction, such decision shall not affect the validity of the remaining portions of this Agreement. 16. APPROVAL This Agreement shall be subject to the written approval of the King County's authorized representative and shall not be binding until so approved. THIS AGREEMENT, consisting of 6 pages and 2 attachments, is executed by the persons signing below who warrant and represent that they have the authority to execute the Agreement. IN WITNESS WHEREOF this Agreement has been executed by each party on the date set forth below: CITY OF AUBURN KING COUNTY Name & Title BY County Administrative Officer Date Date FFY03S-SHSP-002 EXHIBIT A: SCOPE OF WORK, PROJECT TIMELINE, AND DELIVERABLES Scope, Timeline & Budget Subgrant Agent: Grant not to exceed Amount: Point of Contact, Title & Contact Information: Anticipated Audience or Participants: Proposed Location: City of Auburn Police Department $ 83,218.42 Sgt. Gregory Wood Auburn Police Department Inspectional Services Unit 101 N. Division Auburn, WA 98001 253_93~1_3044 : .. gwood~ci.auburn.wa.ns The end-users of the equipment will be members of the Auburn Pohce Department/Valley Civil Disturbance Unit, Auburn Police Department/Valley Special Response Team and the Clandestine Lab Response Team. N/A Dates/Time Period: The equipment will be purchased by March 1, 2005. Grant Category: X Eauinment Project Title: Anticipated matching or cooperative funding sources: Auburn/Valley First Responder Equipment Project. (PPE and Interoperable Communications Equipment) There are currently no additional external funding sources. Statement of Work: The City of Auburn Police Department intends to use this grant to fund the purchase of equipment that wall enhance our fxont-line Homeland Security capabilities. The City of Auburn Police Department plays a key role as a regional service provider through our participation on the Valley Special Response Team (SRT) and the Valley Civil Disturbance Unit (CDU). Each ofthnse teams responded regionally to support other law enforcement agencies, such as the regional response to the W.T.O. and anti-war protests in Seattle. The police deparm~nt formed a "Clandestine Lab Response Team" approXhmately two years ago, and since inception, our Lab Response Officers have responded to a number of calls for service to process and dismantle clandestine chemical laboratories both locally and in surrounding communities. Since this teams' response capabilities are so closely related to incidents of W.M.D, the function of this team is being expanded, and it will be made available should a regional W.M.D. response be required. The Clandestine Laboratory Response Team has the capability to provide Operations and / or Technician Level emergency response to a contaminated environment. Such environments include chemical and biological threats, consistent with the current domestic and interaational tcnorist threat; clandestine drag labs, and crimes committed within induslxial or transportation venues where hazardous substances are released. The unit has ~'aining and experience in, and has performed: 1. Site security. 2. 'Complete technical investigation and documentation of chemical-based crimes. 3. Mitigation of hazardous environments. 7 FFYO3S-$HSP-O02 4. Rescue / safety of victims, lust responders, suspects and property. 5. MininUZing exposure and halting the spread of contaminants. 6. Decontamination 7. Outside agency cooperation and assistance to the Fire Service, other law enforcement agencies, and EMS. 8. Function within the Incident Command / Management System. Provide Operational Level assistance: By utilizing training in specialized protective clothing and equipment, chemical detection and identification equipment, engineering con~-ols, and methods of decontamination and triage, the Unit can assist in: 1. Managing a WIvlD scene. 2. Determine the breadth ofa WMD incident area. 3. Dealing with victims, survivors, suspects, and potential victims. 4. Providing site security for Technician Qualified Personnel and outside agencies. 5. Ensuring evidentiary integrity and perimeter. 6. Securing Suspects. Provide Teclmician Level assistance 1. Respond to the site ora release or potential release, for the purpose of stopping the release and conduct investigations. This included approaching the point of release in order to plug, patch or otherwise stop the release of a hazardous substance / WMD agent. 2. Determine the composition, action, properties, and quantity of potential hazardous substances / WMD agents. Subsequently identify / verify, contain / control, mitigate, sample, and seize materials, precursors, apparatus, and substances. 3. Within the contaminated environment: 1. Perform advance conh'ol, containment, and/or confinement operations. 2. Implement decontamination procedures. 3. Perform Technical Investigations. 4. Identify, secure, seize, and package chemical / hazardous / WMD evidence. 5. Provide site security. 6. Documentation 7. Conduct conventional law enforcement actions otherwise prohibited by the 4. Implement established emergency response plans. 1. Select and use proper specialized chemical personal protective equipment. 2. Use field survey instruments and equipment. 3. Apply hazard and risk assessment techniques. The Clandestine Lab Response Team will utilize their grant funds to purchase six Self-Contained Breathing Apparatus. The team is currently limited to using "Air Purifying Respirators," (APR). However, the APR 's have significant limitations, including: 1. In certain lab types, some chemicals are present for which an APR is not allowed. (Red-P, release of anhydrous ammonia, etc.) 2. You cannot conduct air monitoring to determine if its safe to wear an APR without entering the hazardous environment. 3. ~4PR cartridges do not protect /filter many chemicals present in labs. 4. "Engineering Controls" (securing the lab, opening windows, etc) to make the area safe, require entering the lab. This can't be done unless the people doing the controls are at a protection factor only provided by an $CBA. The SCBA 's will allow the team to more effectively enter, secure and process hazardous clandestine chemical laboratories. The SCBA 's will also allow our operators to more effectively respond to and assist at a }VMD scene should the need arise. The Auburn Civil Disturbance Unit (CDU) is part of the Valley Regional Civil Disturbance Unit, along with the Cities of Renton, Kent, Tukwila and Federal Way. The Valley CDU was organized in 2003 at the direction of each a~cnc~"s Chief of 8 FFY03S-$HSP-002 Police. When a situation requiring a CDU response arises in any of the participating jurisdictions, the entire team is activated. The Valley CDU responded in April 2003 to Seattle to assist with anti-war demonstrations that took place at the Henry Jackson Federal Building. The Civil Disturbance Unit will utilize their grant funds to purchase eighteen ESP II Communication System Devices for their Advantage gas masks. The ESP II Communication Device is a self-contained electronic speech projection device that amplifies and project's the operator's voice. During prolonged hazardous environment operations, team .members are expected to wear their gas masks for prolonged periods of time. Communication with the mask on and without this device is near impossible, especially during loud and confusing scenarios. The ESP II will provide improved communications that will allow the team to operate at peak efficiency. Se V_a!!ey ~pee,~l Response Team (SRT} is comprised~f tactical officers from the Cities.of Aub~urn, Renton, Kent, Tukwila, Federal Way and the Port of Seattle. The SRT is a regional team that has participated in a nsunber of regional calls for service, including W.T.O. The team is responsible for specialized response to incidents involving W.M.D., barricaded subjects, hostage incidents, high-risk search warrants, terrorist attacks and other specialized calls for service. The Special Response Team will utilize their grant funds to purchase two mobile radios and ten portable radios, to be used in conjunction with their new Command and Control Vehicle, which will respond to all regional calls for service. The new radio equipment will be APCO 25 rated, which will allow for inter-agency communications at the local, county, state and federal level The mobile and portable radios that they currently utilize do not offerthis feature. Exhibit B PASS THROUGH BUDGET Agency Submitting: Auburn Police Department Category: Personal Protective Equipment (PPE) & Interoperable Communications Equipment Item Description Cost Equipment Costs (attach listing of equipment and estimated amounts) __ $44,387.52 Equipment Costs (attach listing of equipment and estimated amounts) $32,100 Sales Tax $ 6, 730.90 Total Category Reimbursement not to exceed Cost Request $ 83,218.42 · 10% of total award amount may be shifted between approved budget object codes. · Final signed invoice voucher to be submitted with final performance report & deliverables - Invoices not to exceed total amount of contract award. 9 FFYO3S-SHSP-O02 Equipment Estimated Cost Interoperable Communications Equipment (2) Motorola Project 25 XTL 5000 Radio, 764-870 MHz, 255 modes, 35 watts; G67 remote mounts; G51 Smar~one Operation; G241 Astro Ready $ 6,665. 02 Analog Operation; "W5" Control Head and Sot'tware; W22 Standard Mic; W484 Alt Antenna; G24 Two-year express service plus warranty. (10) Motorola Project 25 XTS 2500 Portable Radio; Ultta High Capacity Battery and Belt Clip; 255 Modes Front Mount Display with 4 Lines of 12 Characters; 3x2 Enhanced Smanzone Sollware; Analog Operation (~ $27,492.50 3600 Baud; 110 Volt Rapid Rate Charger. (18) ESP II Communication Systems for the Advantage I000 Gas Mask. $5,130.00 (6) ICM 2000 gauge/PASS Device $5,100.00 (6) MSA Custom 4500 MMR SCBA's equipped with: Black Rhino harness w/chest strap; lumbar pad; 30 minute Stealth 4500 psig $32,100 cylinder; Firehawk MMR regulator w/quick connect swivel; Extendaire Dual Quick Connect Emergency Breathing System; Ultra Elite Hycar facepiece w/nosecup; Spec-Don head harness and hard case. Single Unit Price: $5350.00 Sales Tax $ 6, 730.90 $0 Total Equipment Category $ 83,218.42 10