Loading...
HomeMy WebLinkAbout4360RESOLUTION NO. 4360 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, AUTHORIZING THE ACCEPTANCE OF A GRANT FROM THE KING COUNTY OFFICE OF EMERGENCY MANAGEMENT IN THE AMOUNT OF FIVE THOUSAND DOLLARS ($5,000.00) TO PROVIDE ZONE 3 CERT REFRESHER TRAINING, AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE THE NECESSARY AGREEMENTS TO ACCEPT SAID FUNDS WHEREAS, the City of Auburn is a participating member of the White River Valley Citizen Corps Council; and WHEREAS, the Department of Homeland Security has designated funds to assist Citizen Corps Councils in providing programs and has provided King County with those funds to distribute; and WHEREAS, Community Emergency Response Teams fall under the authorized activities of Citizen Corps Council programs; and WHEREAS, the City of Auburn desires to offer refresher training for Zone 3 CERT teams. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, DO ORDAIN AS FOLLOWS: Section 1. Purpose. The City Council of the City of Auburn hereby accepts a grant from the King County Office of Emergency Management in the amount of Five Thousand dollars ($5,000.00) to fund Zone 3 CERT refresher training. Resolution No. 4360 May 27, 2008 Page 1 Section 2. Implementation. The Mayor of the City of Auburn is hereby authorized to implement such administrative procedures as may be necessary to carry out the directions of this resolution. Section 3. Effective Date. This Resolution shall be in full force and effect upon passage and signatures hereon. SIGNED and DATED this day of June, 2008. CITY OF AUBURN I PETER B. LEWIS MAYOR ATTEST: Danielle Daskam, City Clerk APP O E nZ: 16e-113. H ' , City Attorney Resolution No. 4360 May 27, 2008 Page 2 King County Office of Emergency Management HOMELAND SECURITY SUBGRANT AGREEMENT SUB GRANT AGREEMENT NUMBER: FFY07- SHSP -CC -003 PROJECT TITLE: ZONE 3 CERT CONTINUING EDUCATION 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 (DHS) through the Washington State Military Department, Emergency Management Division (EMD). The funding source of the grant is the FFY07 State Homeland Security Program, Catalog of, Federal Domestic Assistance (CFDA) # 97.067, State Contract # E08 -196. Neither the DHS nor the Federal Government shall be a party to any subagreement nor to any solicitations or request for proposals. This Agreement shall be subject to the applicable grant contract between DHS and EMD and the subgrant contract between EMD and King County. The Subgrantee agrees not to perform any act, fail to perform any act, or refuse to comply with any King County requests that would cause King County to be in violation of the DHS and EMD grant terms and conditions, a copy of which is attached hereto as Exhibit D. NOW THEREFORE, King County and the Subgrantee mutually agree as follows: 1. SCOPE OF WORK, BUDGET AND APPROVED EQUIPMENT LIST The Subgrantee will accomplish the work and tasks as set 'forth in this Agreement including the Scope of Work, (attached hereto as Exhibit A), Budget (Exhibit B) and Approved Equipment List (Exhibit C). 2. PERIOD OF PERFORMANCE The period of performance under this Agreement'will be from December 16, 2008, to February 20, 2009. All work must be satisfactorily completed, and all invoice reimbursement requests, reports, and deliverables must be submitted to King County Office of Emergency Management, by the end of this Period of Performance. 3. CONTRACT REPRESENTATIVES King County's Project Manager on this Agreement shall be Tony Lewis — Program /Project Manager II at 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 Sarah K. Miller - Emergency Preparedness Manager , 'for the City of Auburn, 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. Page 1 of 38 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 below: If to King County: Tony Lewis King County Office of Emergency Management 3511 NE 2nd Street Renton, WA 98056 -4192 PH: 206.296.3830 / FAX: 206.205.4056 tony.lewis @kingcounty.gov If to the Subgrantee: Sarah K. Miller 340 E Main St, Suite 201 Auburn, WA 98002 -5548 PH: 253.931.5381 / FAX: 253.939.7769 skmiller @auburnwa.gov 4. REIMBURSEMENT REQUESTS AND PAYMENT This is a reimbursement Agreement and will not to exceed $ 5,000.00 (Five thousand do/ /ais and no cents) with compensation payable to the Subgrantee for satisfactory performance of the work under this Agreement. Payment for satisfactory performance of the work shall not exceed this amount. The parties may amend this amount by mutual agreement. Compensation for satisfactory work performance shall be payable upon receipt of properly completed Invoice Reimbursement Request, which is available to the Subgrantee at. http / /www metrokc.gov/ prepare / homelandsecurity / homelandsecunty subgra nt.aspx Invoice Reimbursement Request forms for eligible costs may be submitted no more than monthly and no less than quarterly after expenses have been incurred. Supporting documentation is required for reimbursement of all expenses related to the Scope of Work, Budget and Approved Equipment List in Exhibits A, B and C. 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. When seeking reimbursement for equipment, the Subgrantee must also present a Hand Receipt Form. King County may also require the Subgrantee to document that funding govemed by this Agreement is not being used to replace or supplant existing programs, staff costs, activities and /or equipment. Payment shall be considered timely if mailed by King County to the Subgrantee within thirty (30) calendar days after receipt of properly completed Invoice Reimbursement Request. Payment shall be sent to the address designated by the Subgrantee on the Invoice Reimbursement Request form. King County may, at its sole discretion, withhold payments claimed by the Page 2 of 38 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. 5. REPORTING REQUIREMENTS Narrative Progress Reports are due on a quarterly basis. This report must include the Subgrantee's progress in implementing the Scope of Work, including any problems encountered and possible cost overruns or under runs. If no progress has been made on the Agreement a report must still be provided quarterly. 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, State or Federal officials as so authorized by law. 7. EQUIPMENT MANAGEMENT & GENERAL PROGRAM REQUIREMENTS A. EQUIPMENT MANAGEMENT All equipment purchased under this Agreement by the Subgrantee will be recorded and maintained in an equipment inventory system. 1. Upon successful completion of the terms of this Agreement, all equipment purchased through this Agreement will be owned by the Subgrantee, or a recognized sub - grantee for which a contract, subgrant agreement, or other means of legal transfer of ownership is in place. 2. The Subgrantee, or a recognized subgrantee shall be responsible for any and all operation and maintenance expenses and for the safe operation of the equipment, including all questions of liability. 3. The Subgrantee shall maintain equipment records that include: a description of the property; the manufacturer's serial number, model number, or other identification number; the source of the equipment, including the Catalogue of Federal Domestic Assistance or CFDA number; who holds title; the acquisition date; the cost of the equipment and the percentage of Federal participation in the cost; the location, use and condition of the equipment at the date the information was reported; and disposition data including the date of disposal and sale price of the property. 4. Records for equipment shall be retained by the Subgrantee for a period of six (6) years from the date of the disposition, replacement or transfer. If any litigation, claim, or audit is started before the expiration of the six (6) year period, the records shall be retained by the Subgrantee until all litigations, claims, or audit findings involving the records have been resolved. 5. The Subgrantee shall take a physical inventory of the equipment and reconcile the results with the property records at least once every two (2) years. Any differences between quantities determined by the physical inspection and those shown in the Page 3 of 38 records shall be investigated by the Subgrantee to determine the cause of the difference. The Subgrantee shall, in connection with the inventory, verify the existence, current utilization, and continued need for the equipment. 6. The Subgrantee shall develop a control system to ensure adequate safeguards to prevent Toss, damage, and theft of the property. Any loss, damage or theft shall be investigated and a report generated which will be submitted to King County Office of Emergency Management. 7. The Subgrantee will develop adequate maintenance procedures to keep the property in good condition. 8. If the Subgrantee is authorized or required to sell the property, proper sales procedures must be established to ensure the highest possible return. 9. When original or replacement equipment is no longer needed for the original project or program or for other activities currently or previously supported by a Federal agency, disposition of the equipment will be made as follows: a. Items of equipment with a current per -unit fair market value of less than $5,000 may be retained, sold or otherwise disposed of by the Subgrantee with no further obligation to the awarding agency. b. Items of equipment with a current per -unit fair market value of more than $5,000 may be retained or sold and the Subgrantee shall compensate the Federal - sponsoring agency for its share. As subgrantees of federal funds the Subgrantee must pass on equipment management requirements that meet or exceed the requirements outlined above for all subgrantees who receive pass -thru funding from this contract. B. GENERAL PROGRAM REQUIREMENTS Subgrantee must adhere to all financial and procurement guidance, including competitive process and other procurement requirements as documented in the Department of Homeland Security (DHS) Financial Guide at: http: / /www.dhs.gov /xlibrary/assets /Grants FinancialManagementGuide.pdf Local and state procurement and contracting regulations take precedent over these requirements when local and state regulations are more stringent. • Adhere to Office of Grants and Training requirements that all sole source contracts over $100,000 be reviewed and approved by the King County prior to execution of a contract. This requirement must be passed on to all of the Subgrantee's sub- contractors, at which point the Subgrantee will be responsible for reviewing and approving their sub contractor's sole source justification. • Adhere to Office of Grants and Training requirements that all contracts with individual consultants, that are not competitively bid, and where the consultant will be charging an excess of $450 per day (excluding travel and subsistence) must be approved by King County before the contract is executed. This requirement must be passed on to all of the Subgrantee's sub - contractors, at which point the Subgrantee will be responsible for reviewing and approving their sub - contractor's contract. No travel or subsistence costs, including lodging and meals, reimbursed under this sub grant agreement may exceed federal maximum rates which can be found at www.gsa.gov. 8. COMPLIANCE WITH APPLICABLE LAWS AND GRANT REQUIREMENTS 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. New federal Page 4 of 38 laws, regulations, policies and administrative practices may be established after the date this Agreement is established and may apply to this Agreement. To achieve compliance with changing federal requirements, the Subgrantee agrees to accept all changed requirements that apply to this Agreement and to require compliance with changed requirements in all subcontracts. Failure to comply shall constitute a material breach of this Agreement. By entering into this Agreement the Subgrantee agrees to implement the National Incident Management System (NIMS) per DHS requirements as outlined in the 2007 Homeland Security Grant Program Guidelines. The Subgrantee and all its subcontractors shall comply with, and DHS is not responsible for determining compliance with, any and all applicable federal, state, and local laws, regulations, and /or policies. This obligation includes, but is not limited to, laws, regulations and policies listed in this Agreement. A. EQUAL EMPLOYMENT OPPORTUNITY During the performance of this Subgrant, the Subgrantee shall comply with all federal and state nondiscrimination statutes and regulations. These requirements include, but are not limited to: 1. Nondiscrimination in Employment: The Subgrantee shall not discriminate against any employee or applicant for employment because of race, color, sex, religion, national origin, creed, marital status, age, Vietnam era or disabled veterans status, or the presence of any sensory, mental, or physical handicap. This requirement does not apply, however, to a religious corporation, association, educational institution or society with respect to the employment of individuals of a particular religion to perform work connected with the carrying on by such corporation, association, educational institution or society of its activities. 2. The Subgrantee shall take affirmative action to ensure that employees are employed and treated during employment without discrimination because of their race, color, religion, national origin, creed, marital status, age, Vietnam era or disabled veterans status, or the presence of any sensory, mental, or physical handicap. Such action shall include, but not be limited to, the following: Employment, upgrading, demotion, or transfer, recruitment, or recruitment selection for training, including apprenticeships and volunteers. Ref: Executive Order 11246, as amended by Executive Order 11375; Title VII of the Civil Rights Act, as amended, 42 USC § 2000e; section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 USC § 623; section 102 of the Americans with Disabilities Act, as amended, 42 USC §§ 12101 et seq.; 29 CFR Part 1630; 41 CFR § 60- 1.4. B. NON - DISCRIMINATION 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. Page 5 of 38 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. During the performance of this Agreement, the Subgrantee, for itself, its assignees and successors -in- interest agrees as follows: 1. Nondiscrimination The Subgrantee, with regard to the work performed by it during the Agreement, shall not discriminate on the grounds of race, color, creed, gender, disability, age or national origin in the selection and retention of subcontractors. The Subgrantee shall not participate either directly or indirectly in the discrimination prohibited, by Section 21.5 of the Regulations, including employment practices when the Agreement covers a program set forth in Appendix B of the Regulations. Ref: 20 USC §§ 1681 et seq., Age Discrimination Act of 1975, as amended, 42 USC §§ 6101 et seq.; Section 504 of the Rehabilitation Act of 1973, as amended, 29 USC § 794, Americans with Disabilities Act of 1990 (ADA), as amended, 42 USC §§ 12101 et seq. 2. Solicitations for Subcontracts, Including Procurements of Materials and Equipment In all solicitations either by competitive proposal or negotiation made by the Subgrantee for work to be performed under a subcontract each potential subcontractor or supplier shall be notified by the Subgrantee of the Subgrantee's obligations under this Agreement and the regulations relative to nondiscrimination on the grounds of race, color, creed, gender, disability, age or national origin. 3. Information and Reports The Subgrantee shall provide all information and reports required by the regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined to be pertinent to ascertain compliance with such regulations, orders and instructions. The Subgrantee shall maintain all required records for at least six (6) years after King County makes final payment and all other pending matters are closed. 4. Incorporation of Provisions The Subgrantee shall include the provisions of paragraphs A through D of this section in every subcontract, unless exempt by the regulations or directives issued pursuant thereto. The Subgrantee shall take such action with respect to any subcontract or procurement as King County or DHS may direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided, however, that, in the event the Subgrantee becomes involved in or is threatened with litigation with a subcontractor or supplier as a result of such direction, the Subgrantee may request King County to enter into such litigation to protect the interests of the County, and in addition, the Subgrantee may request the Federal Government to enter into such litigation to protect the interests of the United States. C. AMERICANS WITH DISABILITIES ACT In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor shall comply with the requirements of U.S. Equal Employment Page 6 of 38 Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. The Subgrantee is required to comply with all applicable requirements of the Americans with Disabilities Act of 1990 (ADA), 42 USC §§ 12101, et seq.; Section 504 of the Rehabilitation Act of 1973, as amended, 29 USC § 794; and, and the following regulations and any amendments thereto: 1. U.S. Department of Justice (DOJ) regulations, "Nondiscrimination on the Basis of Disability in State and Local Government Services," 28 CFR Part 35; 2. U.S. Department of Justice regulations, "Nondiscrimination on the Basis of Disability by Public Accommodations and in Commercial Facilities," 28 CFR Part 36; 3. U.S. General Services Administration regulations, "Construction and Alteration of Public Buildings," 41 CFR Subpart 101 -19; 4. U.S. Equal Employment Opportunity Commission (EEOC) "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 CFR Part 1630; 5. U.S. Federal Communications Commission regulations, "Telecommunications Relay Services and Related Customer Premises Equipment for the Hearing and Speech Disabled ", 47 CFR Part 64, Subpart F. D. PRIVACY ACT Should the Subgrantee, or any of its subcontractors, or their employees administer any system of records on behalf of the Federal Government, the Privacy Act of 1974, 5 USC § 552a, imposes information restrictions on the party administering the system of records. For purposes of the Privacy Act, when the Agreement involves the operation of a system of records on individuals to accomplish a government function, the Subgrantee and any subcontractors and their employees involved therein are considered to be government employees with respect to the government function. The requirements of the Act, including the civil and criminal penalties for violations of the Act, apply to those individuals involved. Failure to comply with the terms of the Act or this provision of this Agreement shall make this Agreement subject to termination. The Subgrantee agrees to include this clause in all subcontracts awarded under this Agreement that involve the design, development, operation, or maintenance of any system of records on individuals subject to the Act. E. INTEREST OF MEMBERS OF OR DELEGATES OF CONGRESS Pursuant to 41 USC § 22, no member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefit arising therefrom. F. DISCLOSURE OF LOBBYING ACTIVITIES Agreements in excess of $100,000 require that a Certification Regarding Lobbying, and Disclosure of Lobbying Activities (if appropriate), be completed and submitted to King County as required by 49 CFR Part 20, "New Restrictions on Lobbying." The Subgrantee certifies that it shall 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 Page 7 of 38 award covered by the Byrd Anti - Lobbying Amendment, 31 USC § 1352. The Subgrantee shall disclose the name of any registrant under the Lobbying Disclosure Act of 1995, codified at 2 USC § 1601 et seq., who has made lobbying contacts on its behalf with non - Federal funds with respect to that Federal Contract, grant or award covered by 31 USC § 1352. Such disclosures are to be forwarded to King County. The Subgrantee shall include the language of this certification in all subcontract awards at any tier and require that all recipients of subcontract awards in excess of $100,000 shall certify and disclose accordingly. Ref: 49 CFR Part 20, modified as necessary by 31 USC § 1352. G. FALSE OR FRAUDULENT STATEMENTS OR CLAIMS The Subgrantee acknowledges that if it makes a false, fictitious, or fraudulent claim, statement, submission, or certification to King County in connection with this project, the County reserves the right to pursue the procedures and impose on the recipient the penalties of 18 USC § 1001, 31 USC §§ 3729 and 3801 et seq., and /or 49 USC § 5307(n)(1), as may be appropriate. The Subgrantee agrees to include this clause in all subcontracts awarded under this Agreement. H. ENERGY CONSERVATION The Subgrantee agrees to comply with mandatory standards and policies relating to energy efficiency that are contained in the State Energy Conservation plan issued in compliance with the Energy Policy and Conservation Act, 42 USC §§ 6321 et seq., and 49 CFR Part 18. The Subgrantee agrees to include this clause in all subcontracts awarded under this Agreement. I. ENVIRONMENTAL REQUIREMENTS The Subgrantee agrees to comply with the applicable requirements of the National Environmental Policy Act of 1969, as amended, 42 USC §§ 4321, et seq., consistent with Executive Order No. 11514, as amended, "Protection and Enhancement of Environmental Quality," 42 USC § 4321 note. Council on Environmental Quality regulations on compliance with the National Environmental Policy Act of 1969, as amended, 42 USC § 4321 et seq. and 40 CFR Part 1500, et seq. J. PREFERENCE FOR RECYCLED PRODUCTS To the extent practicable and economically feasible, the Subgrantee agrees to provide a competitive preference for products and services that conserve natural resources and protect the environment and are energy efficient. Examples of such products may include, but are not limited to, products described in the United States EPA Guidelines at 40 CFR Part 247, implementing section 6002 of the Resource Conservation and Recovery Act, as amended, 42 USC § 6962, and Executive Order 12873. K. PATENT RIGHTS If any invention, improvement, or discovery of the Subgrantee or any of its Subcontractors is conceived or first actually reduced to practice in the course of or under this Agreement, and that invention, improvement, or discovery is patentable under the laws of the United States or any foreign country, the Subgrantee agrees to notify King County immediately and provide a detailed report. The rights and responsibilities of the Subgrantee and King County with respect to such invention, improvement or discovery shall be determined in accordance with applicable Federal laws, regulations, policies, and any waiver thereof. Page 8 of 38 Unless the Federal Government later makes a contrary determination in writing, irrespective of the Subgrantee's status (i.e., a large business, small business, state government or state instrumentality, local government, nonprofit organization, academic institution, individual), the County and the Subgrantee agree to take the necessary actions to provide, through DHS, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," 37 CFR Part 401. The Subgrantee also agrees to include the requirements of this section in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by DHS. Ref: 49 CFR Part 19, Appendix A, Section 5 L.. OMB CIRCULARS 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. M. SINGE AUDIT ACT 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 Tess 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). The Subgrantee shall include the above audit requirements in any subcontracts. Page 9 of 38 N. 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. By signing and submitting this Agreement, the Subgrantee is providing the signed certification set out below. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the Subgrantee knowingly rendered an erroneous certification, the Federal Government and County may pursue available remedies, including suspension and /or debarment. The Subgrantee shall provide immediate written notice to King County if at any time the Subgrantee learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "persons," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 [49 CFR Part 29]. The Subgrantee agrees by signing this Agreement that it shall not knowingly enter into any covered transaction with a person or subcontractor who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized in writing by King County. The Subgrantee shall include the requirement in this section in any subcontracts. 9. AMENDMENTS This Agreement may be amended only by written concurrence of both parties. Amendments to Scope of Work (Exhibit A), Budget (Exhibit B) and Approved Equipment List (Exhibit C) will only be approved if the proposed amendment is consistent with State and Federal granting agency rules. Except for changes in Equipment and Salaries & Benefits on the Budget (Exhibit B), up to ten percent (10 %) of the total award amount may be shifted between the other approved budget categories and sub categories. For Equipment, Salaries & Benefits or 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 achieve(s) the goals stated in the Scope of Work (Exhibit A) 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. Page 10 of 38 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. 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 Agreement beyond the current appropriation year is conditional upon appropriation of sufficient funds to support the activities described in this Agreement. Should such an appropriation not be approved, this Agreement will terminate at the close of the current appropriation year. 11. HOLD HARMLESS AND INDEMNIFICATION The Subgrantee shall protect, indemnify and hold harmless King County, its officers, officials, agents, and employees from and against any and all claims, costs, and /or issues whatsoever 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 insureds. If the Agency is a Municipal Corporation or an agency of the State of Washington and is self - insured for any of the above insurance requirements, a certification of self- insurance shall be submitted to King County Office of Emergency Management and shall constitute compliance with this section. 13. SCHEDULE OF EXPENDITURES OF FINANCIAL ASSISTANCE King County Government Subgrantees should not include expenditures incurred by your agency and reimbursed by DHS through King County Office of Emergency Management on your annual Schedule of Expenditures of Financial Assistance. King County Office of Emergency Management, the lead agency for this federal award, is responsible for including these expenditures on their Schedule of Expenditures of Financial Assistance. Page 11 of 38 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 an amendment of the terms of this Agreement unless stated to be such through written approval by both parties and shall be attached to the original Agreement. 15. SEVERABILITY If any section, subsection, sentence, clause or phrase of this Agreement is, for any reason, found to be unconstitutional or otherwise invalid by a court of competent jurisdiction, such decision shall not affect the validity of the remaining portions of this Agreement. 16. APPROVAL This Agreement shall be subject to the written approval of King County's authorized representative and shall not be binding until so approved. THIS AGREEMENT, consisting of 12 pages and 4 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 • e & Tit e' 1�II�lac,o' -Q`p J SS /►1 ,q 4 KING KING COUNTY B Ro• Friedman, Director 5-o Date Date Page 12 of 38 A -1 GENERAL INFORMATION: Project Title: Zone 3 CERT Continuing Education Sub Grantee's Name: City of Auburn Contact Person: Sarah K. Miller' Job Title: Emergency Preparedness Manager Complete Address: 340 E Main St, Suite 201: Auburn, WA 98002 Phone: 253 -876 -1909 Fax: 253 - 939 -7769 E -Mail: skmiller(@aubumwa.Qov A -2 INVESTMENT JUSTIFICATION: Check ONE Investment Justification from the grant that will fund your project that best describes it. SHSP & LETPP Projects: ❑ El El 0 0 0 0 0 0 NIMS Implementation Activities Regional Collaboration and Coordination Analytical Support for Fusion Center and Regional Intelligence Groups Community Preparedness and Participation Law Enforcement Investigation Resources & Specialized Response Strengthen CBRNE Detection, Response, and Decontamination Capabilities Critical Infrastructure Protection Catastrophic Planning Interoperable Communications Medical Response Capability Enhancements UASI Projects: ❑ Regional Counter - Terrorism Center Enhancement ❑ WMD /CBRNE /Hazmat response, decontamination, and mass casualty care ❑ Law Enforcement Comprehensive CBRNE & Counter Terrorism Operations & Investigations ❑ Critical Infrastructure Protection (CIP) ❑ Citizen Preparedness ❑ Catastrophic Planning ❑ Interoperable Communications -- Regional Page 13 of 38 A -3 GOAL & OBJECTIVE SHSP & LETPP Projects: Identify ONE Goal and ONE Objective in the Washington Statewide Homeland Security Strategic Plan that best represents the project: (The DESCRIPTIONS are not subjective - use the descriptions from the Plan). GOAL #: 5_6 GOAL DESCRIPTION: Increase Citizen Preparedness and Participation OBJECTIVE #: 5.6.2 OBJECTIVE DESCRIPTION: Build a strong statewide volunteer capability to assist emergency responders for all- hazards by June 2011. Identify ONE Goal and ONE Objective in the Region 6 Homeland Security Strategic Plan that best represents the project: (The DESCRIPTIONS are not subjective - use the descriptions from the Plan). REGIONAL PRIORITY #: VI REGIONAL PRIORITY DESCRIPTION: Develop Region -wide Public Information, Public Education, and Outreach Strategies GOAL #: C GOAL DESCRIPTION: Increase public awareness of hazards and risks to promote self - reliance and personal safety. OBJECTIVE #: 2 OBJECTIVE DESCRIPTION: Utilize neighborhood groups, such as Citizen Corps Councils and Community Emergency Response Teams (CERT). UASI Projects: Identify ONE Goal and ONE Objective in the UASI Seattle -King County Urban Area Strategy that best represents the project: (The DESCRIPTIONS are not subjective - use the descriptions from the Plan). GOAL #: GOAL DESCRIPTION: OBJECTIVE #: OBJECTIVE DESCRIPTION: Page 14 of 38 A-4 PROJECT DESCRIPTION: Describe your project using a maximum of two pages by answering ALL of the following questions separately using complete sentences: 1. Provide a description of your project (who / what / where / when / why / how): This project will provide a continuing education drill for Zone 3 (south King County) CERT graduates. The drill will be coordinated, organized, and taught through a joint effort between all south King County CERT programs, including but not limited to: Kent, Federal Way, Renton, Fire District 44, Auburn, SeaTac, and others. The drill will include a refresher lecture and hands -on skills practice sessions. Approximately 150 CERT members will be served. 2. What is the purpose of the project? The purpose of this project is to enhance the skills of south King County CERT graduates. 3. What problem does the project solve? CERT graduates rarely get to practice their skills. These refresher drills will give them the opportunity to participate in activities that will maintain and enhance the skills they learned in their original classes. 4. How does the project enhance local / regional homeland security and preparedness for CBRNE / Terrorist / WMD incidents? Coordinated by the Department of Homeland Security, (DHS), Citizen Corps and its programs, is a component of the USA Freedom Corps that focuses on opportunities for people to participate in a range of measures to make their families, homes, and communities safer from the threats of terrorism, crime, and disasters of all kinds. Citizen Corps also brings together a community's first responders, firefighters, emergency health care providers, law enforcement, and emergency managers with its volunteers. 5. What activities need to be completed to finish the project? If the project will be implemented in phases, identify this clearly and tie them to your timeline in the following section. South King County CERT managers will meet to determine the dates for the drill. They will also decide the scope of the activities, what materials, supplies, and equipment need to purchased, and which agencies will provide instructors and facilities. Supplies, materials, and equipment will be purchased through the City of Auburn to support the event. Primary coordination of this particular drill will be handled by the City of Renton. 6. What are the tangible results and / or deliverables of the project? South King County CERT graduates will be better prepared to assist in an actual disaster. 7. How will the grant funds be used to support this project? Grant funds will be used to purchase supplies, materials, and limited equipment needed to support the activities of the refresher training, as well as to ensure the safety of volunteer "victims ". A piece of CERT equipment may also be issued to some or all participants, along with identifying clothing Page 15 of 38 A -5 PROJECT TIMELINE: Make a timeline that includes measurable activities for task completion and critical dates. Project must be completed and delivered prior to end date identified by KCOEM Grant Manager. Narrative Progress Reports are required to be submitted on a quarterly basis (or more frequently if required by the KCOEM Grants Manager). The dates for these reports are January 15, April 15, July 15 and October 15. If your project started 1 month prior to a narrative progress report due date, you may wait until the following quarter or if your subgrant ends within 1 month of a narrative progress report you may submit with the final invoice. Include in the timeline submission of invoices reimbursement requests to KCOEM and the end of project report to KCOEM. if your project involves purchase of equipment, al /ow 3 months for equipment approval process to be completed which will happen before the contract is executed. Activity Estimated Completion Date Month /Date/Year Janua 10, 2009 Refresher trainin s conducted Final resort and billins submitted Februa 20, 2009 Page 16 of 38 B -1 ALLOWABLE COSTS: Using Appendix D - ALLOWABLE COST MATRIX of FFY07 -HSGP Program Guidance & Application Kit identify (by checking the box) the allowable costs that best represent this project: PLANNING: ® Public education & outreach ❑ Develop and implement homeland security support programs and adopt ongoing DHS National Initiatives ❑ Develop and enhance plans and protocols ❑ Develop or conduct assessments ❑ Establish, enhance, or evaluate Citizen Corps related volunteer programs ❑ Hiring of full- or part-time staff or contract/consultants to assist with planning activities (not for the purpose of hiring public safety personnel fulfilling traditional public safety duties) ❑ Conferences to facilitate planning activities ❑ Materials required to conduct planning activities ❑ Travel /per diem related to planning activities ❑ Overtime and backfill costs (IAW operational Cost Guidance) ❑ Other project areas with prior approval from G &T TRAINING: ❑ Overtime and backfill for emergency preparedness and response personnel attending G &T- sponsored and approved training classes and technical assistance programs ❑ Overtime and backfill expenses for part-time and volunteer emergency response personnel participating in G &T training ❑ Training workshops and conferences ❑ Full- or part-time staff or contractors /consultants ❑ Travel ❑ Supplies ❑ Tuition for higher education ❑ Other Items EXERCISE: ❑ Design, Develop, Conduct and Evaluate an Exercise ❑ Exercise planning workshop ❑ Full- or part-time staff or contractors /consultants ❑ Overtime and backfill costs, including expenses for part-time and volunteer emergency response personnel participating in G &T exercises Implementation of HSEEP ❑ Travel ❑ Supplies ❑ Other Items Page 17 of 38 EQUIPMENT: ❑ Personal Protective ❑ Explosive Device Mitigation and Remediation Equipment ❑ CBRNE Operational Search and Rescue Equipment ❑ Information Technology ❑ Cyber Security Enhancement Equipment ❑ Interoperable Communications Equipment ❑ Detection Equipment (not eligible under LETPP) ❑ Decontamination Equipment (not eligible under LETPP) ❑ Medical Supplies and Limited Pharmaceuticals (not eligible under LETPP) ❑ Power Equipment ❑ CBRNE Reference Materials ❑ CBRNE Incident Response Vehicles ❑ Terrorism Incident Prevention Equipment ❑ Physical Security Enhancement Equipment ❑ Inspection and Screening Systems Agriculture Terrorism Prevention, Response, and Mitigation (not eligible under for LETPP) ❑ Equipment El CBRNE Response Watercraft ❑ CBRNE Aviation Equipment (not eligible under LETPP) ❑ CBRNE Logistical Support Equipment ❑ Intervention Equipment ❑ Other Authorized Equipment (Sales Tax, Shipping, and Training on Purchased Equipment etc.) Page 18 of 38 B -2 BUDGET SUMMARY: Fill out the budget table using the correct budget category for your project expenses. For ALL item descriptions you MUST specify what the amount is for using question Z section A -4 of Exhibit A. Double click within the table to enter information. The budget category(ies) must reflect the allowable costs (section B -1). Item Description Planning Budget Category Training Exercise Equipment Equipment $ - $ - $ - $ - Consultant Fees $ - $ - $ - Salaries & Benefits $ - $ - $ - OvertimelBackfill $ - $ - $ - Travel & Per Diem $ - $ - $ - Goods & Services $ 5,000.00 $ - $ - $ - Total Amount $ 5,000.00 $ - $ - Grant Total $ 5,000.00 • With the exception of Equipment and Salaries & Benefits, changes to budget of no more than 10% are allowed without prior authorization from KCOEM. Any changes to Equipment and Salaries & Benefits must have prior authorization from KCOEM • Invoices submitted for reimbursement must not exceed total amount of award and must comply with grant requirements. Page 19 of 38 Exhibit C: Equipment Approval NOT APPLICABLE TO THIS AGREEMENT * * * ** This page left intentionally blank * * * ** Page 20 of 38 4 Exhibit C COPY OF CONTRACT BETWEEN gjoIe Emergency Division AND King County Washington �epac Management HEET 0 t�. • `1 Contractor Name and Address. King County Office of Emergency Management 3511 NE 2nd Street Renton, WA 98056 2. Contract Amount: $2,350,774 3. Contract Number JAil i 4 i638 E08 -196 King County tmice Emergency Manage 4 Contractor's Contact Person, phone number Jeff Bowers (206) 205 -4062 5. Contract Start Date July 1, 2007 6. Contract End Date: September 30, 2009 7. MD Program Manager /phone number • Kyle Herman (253) 512 -7461 8. State Business License #: NA 9. UBI # (state revenue) 578- 037 -394 10 Funding Authonty: Washington State Military Department (Department) and the U.S. Department of Homeland Security (DHS) 11 Funding Source Agreement # 2007 -GE -T7 -0017 12. Program Index # & OBJ /SUB -OJ. 7735U, 773ST, 7735Q, 7735A, 773SS 13. CFDA # & Title. 97.067 SHSP 14. TIN or SSN: 91- 6001327 15 Service Distncts: (BY LEGISLATIVE DISTRICT): 1, 5, 11, 30 -34, 36, 37, 41, 43, 45-48 (BY CONGRESSIONAL DISTRICT). 7, 8, 9 16. Service Area by Coun y(ies): Kin County g y 17 Women/Minority- Certified?. • YES, Owned, State X N/A ❑ NO OMWBE # 18 Contract Classification • Personal Services • Client Services V Public/Local Gov't • Collaborative Research • A/E • Other 19. Contract Type (check a I that apply): X Contract • Grant • Agreement • Intergovernmental (RCW 39 34) • Interagency 20. Contractor Selection Process. X "To all who apply & qualify" • Competitive Bidding • Sole Source - • A/E RCW • N/A • Filed w /OFM2 • Advertised? • YES • NO 21. Contractor Type (check all that apply) ❑ Private Organization/Individual • For - Profit X Public Organization/Junsdiction X Non - Profit ❑ VENDOR X SUBRECIPIENT • OTHER 22. BRIEF DESCRIPTION: The U.S. Department of Homeland Security (DHS), Office of Grants and Training (OGT) is providing funds to enhance the capability of state and local units of government to prevent, deter, respond to, and recover from incidents of terrorism through the FFY 2007 Homeland Security Grant Program, State Homeland Security Program (SHSP). The funding is being provided to address the unique exercise, training, planning and management and administration needs of emergency responders. IN WITNESS WHEREOF, the Department and Contractor acknowledge and accept the terms of this contract and attachments hereto and have executed this contract as of the date and year written below. This Contract Face Sheet, Special Terms and Conditions, General Terms and Conditions, Statement of Work, and Budget govern the rights and obligations of both parties to this contract. In the event of an inconsistency in this contract, unless otherwise provided herein, the inconsistency shall be resolved by giving precedence in the following order: (a) Applicable Federal and State Statutes and Regulations (b) Statement of Work (c) Special Terms and Conditions (d) General Terms and Conditions, and if attached, (e) any other provisions of the contract incorporated by reference. This contract contains all the terms and conditions agreed upon by the parties. No other understandings, oral or otherwise, regarding the subject matter of this contract shall be deemed to exist or to bind any of the parties hereto. WHEREAS, the parties hereto have executed this contract on the day and year last specified below. FOR THE DEPARTMENT: FOR THE CONTRACTOR: 741, 11 (-3 -oh' 4 /..21/e/0 7 Signature Date gnature Date James M. Mull n, Director James J. Buck, County Administrative Officer Emergency Management Division Washington State Military Department for APPROVED AS TO FORM King County Office of Emergency Management Sara J Finlay (signature on file) 9/12/2007 Assistant Attorney General 1 t "C4 liA 1 .. Form 10/27/00 kdb FFY07 Homeland Security Grant Program Page 1 of 18 Page 21 of 38 i in County OEM E08 -196 7 ent Exhibit C COPY OF CONTRACT BETWEEN Washington State Emergency Management Division AND King County SPECIAL TERMS AND CONDITIONS ARTICLE 1 -- COMPENSATION SCHEDULE: This is a fixed price, reimbursement contract. Within the total contract amount, travel, subcontracts, salaries and wages, benefits, printing, equipment, and other goods and services or other budget categories will be reimbursed on an actual cost basis unless otherwise provided in this contract. Any travel or subsistence reimbursement allowed under the contract shall be paid in accordance with rates set pursuant to RCW 43.03.050 and RCW 43.03.060 as now existing or amended and in agreement with federal rates. Receipts and /or backup documentation for any approved budget line items Including travel related expenses that are authorized under this contract must be maintained by the Contractor and be made available upon request by the Military Department. Some flexibility to shift funds between /among budget categories is allowed as follows: Changes to the budget in excess of 10% will not be reimbursed without the prior written authorization of the Department. Budget categories are as specified or defined in the budget sheet of the contract. ARTICLE II — REPORTS: In addition to the reports as may be required elsewhere in this contract, the Contractor shall prepare and submit the following reports to the Department's Key Personnel: Financial # /Copies Due Date Quarterly Invoices 1 Within 30 days following the end of the quarter in which the work was performed. Invoices must be submitted no more often than monthly, but at least quarterly. Failure to submit invoices in a timely manner will cause the Department to hold all requests for equipment approval until invoices are submitted. Final Invoice 1 No later than 45th day following (shall not exceed overall contract amount) the contract end date All contract work must end on the contract end date, however the Contractor has up to 45 days after the contract end date to submit all final billing. Technical # /Copies Due Date Bi- Annual Strategy Implementation Report Electronic January 15th and July 15th of each year of the contract period Bi- Annual Progress Report Electronic January 15th and July 15th of each year of the contract period Final Report Electronic No later than 45th day following the contract end date All contract work must end on the contract end date, however the Contractor has up to 45 days after the contract end date to submit all final reports and /or deliverables. The Bi- Annual Strategy Implementation Report will be submitted via OGT's web -based grant reporting tool at https:l /www.reporting.odp dhs.gov /. The Bi- annual Progress Report and the Final Report will be submitted electronically to hls.reDortrnc emd wa.gov. ARTICLE III -- KEY PERSONNEL: The individuals listed below shall be considered key personnel Any substitution must be made by written notification to the Military Department. CONTRACTOR: MILITARY DEPARTMENT: Christa Valverde, Program Manager Kyle Herman, Program Coordinator FFY07 Homeland Security Grant Program Page 2 of 18 Page 22 of 38 King County OEM E08 -196 Exhibit C COPY OF CONTRACT BETWEEN Washington State Emergency Management Division AND King County . ARTICLE IV -- ADMINISTRATIVE REQUIREMENTS: The Contractor 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 Govemments, and Non - Profit Organizations. ARTICLE V — ADDITIONAL SPECIAL CONDITIONS AND MODIFICATION TO GENERAL CONDITIONS: 1. Funds are provided by the U.S. Department of Homeland Security (DHS), Office of Grants and Training (OGT) solely for the purpose of enhancing the capability of state and local units of government to prevent, deter, respond to, and recover from incidents of terrorism, and when dual benefit can be justified, catastrophic incidents. The Contractor shall use the funds to perform tasks as described in the Statement of Work and Budget portions of the Contractor's request for funding Grant funds may not be used to replace or supplant existing funding. 2 The Contractor's expenditures on personnel costs are limited to 15 percent (15 %) of the sub -award amount 3. The Contractor shall provide a match of $0 of non - federal origin. 4. The Contractor acknowledges that since this contract involves federal funding, the period of performance described herein will likely begin prior to the availability of appropriated federal funds. Contractor agrees that it will not hold the Department, the State of Washington, or the United States liable for any damages, claim for reimbursement, or any type of payment whatsoever for services performed under this contract prior to distribution of appropriated federal funds. The Contractor agrees that it will not hold the Department, the State of Washington, or the United States liable for any damages, claim for reimbursement or any type of payment if federal funds are not appropriated or are not appropriated in a particular amount. ARTICLE VI — EQUIPMENT MANAGEMENT: All equipment purchased under this contract, by the Contractor or a Sub - Contractor, will be recorded and maintained in an equipment inventory system. 1. Upon successful completion of the terms of this contract, all equipment purchased through this contract will be owned by the Contractor, or a recognized sub - contractor /sub - grantee for which a contract, sub - grant agreement, or other means of legal transfer or ownership is in place. .2. The Contractor, or a recognized sub - contractor /sub - grantee, shall be responsible for any and all operation, maintenance, replacement, and for the safe operation of the equipment, including all questions of liability 3. The Contractor shall maintain equipment records that include: a description of the property; the manufacturer's serial number, model number, or other identification number; the source of the equipment, including the Catalogue of Federal Domestic Assistance (CFDA) number, who holds title; the acquisition date; the cost of the equipment and the percentage of federal participation in the cost, the location, use and condition of the equipment at the date the information was reported; and disposition data including the date of disposal and sale price of the property. 4. Records for equipment shall be retained by the Contractor for a period of six (6) years from the date of the disposition, replacement or transfer. If any litigation, claim, or audit is started before the expiration of the six year period, the records shall be retained by the Contractor until all litigations, claims, or audit findings involving the records have been resolved. 5. The Contractor shall take a physical inventory of the equipment and reconcile the results with the property records at least once every two years. Any differences between quantities determined by the physical inspection and those shown in the records shall be investigated by the Contractor to determine the cause of the difference. The Contractor shall, in connection with the inventory, venfy the existence, current utilization, and continued need for the equipment. FFY07 Homeland Security Grant Program Page 3 of 18 King County OEM Page 23 of 38 E08 -196 Exhibit C COPY OF CONTRACT BETWEEN Washington State Emergency Management Division AND King County 6 The Contractor shall develop a control system to ensure adequate safeguards to prevent loss, damage, and theft of the property. Any Toss, damage or theft shall be investigated and a report generated. 7. The Contractor will develop adequate maintenance procedures to keep the property in good condition. 8. If the Contractor is authorized or required to sell the property, proper sales procedures must be established to ensure the highest possible return. 9. When original or replacement equipment is no longer needed for the original project or program or for other activities currently or previously supported by a federal agency, disposition of the equipment will be made as follows: a. Items of equipment with a current per -unit fair market value of less than $5,000 may be retained, sold or otherwise disposed of by the Contractor with no further obligation to the awarding agency. b. Items of equipment with a current per -unit fair market value of more than $5,000 may be retained or sold and the Contractor shall compensate the federal- sponsoring agency for its share. 10. As sub - grantees of federal funds, the Contractor must pass on equipment management requirements that meet or exceed the requirements outlined above for all sub - contractors, consultants, and sub - grantees who receive pass- through funding from this contract. ARTICLE VII — SUBRECIPIENT MONITORING The Department will monitor the activities of the Contractor from award to closeout and for the life of equipment purchased under this contract. The goal of the Department's monitoring activities will be to ensure that agencies receiving federal pass- through funds are in compliance with federal and state audit requirements, federal grant guidance, applicable federal and state financial guides, as well as OMB Circular A -133 and A -122 where applicable. Monitoring activities may include: • review of performance reports; • monitoring and documenting the completion of contract deliverables; • documentation of phone calls, meetings, e-mails and correspondence; • review of reimbursement requests to insure allowablity and consistency with contract budget; • observation and documentation of contract related activities, such as exercises, training, funded events and equipment demonstrations; • on -site visits to review equipment records and inventories, verify source documentation for reimbursement requests and performance reports and verify completion of deliverables. As sub - grantees of federal funds, the Contractor is required to meet or exceed the monitoring activities, as outlined above, for all sub - contractors, consultants, and sub - grantees who receive pass- through funding from this contract. FFY07 Homeland Security Grant Program Page 4 of 18 King County OEM Page 24 of 38 E08 -196 961-803 9C Jo SZ a6ed 1A13O Awno3 BUN 91. JO g a6ed weJ6ad aurae formes puelawoH LOAdd apoo andleJ ;slulwpy uo;6uNse/ - „OVM„ u uo;6uNseM to 403 pas!naa - „MOL„ .w ;e6png pue luewa6euew to eolllp — „8W0„ '1 suoilein6aa leJepad jo apoo — „adO„ .1 •asnog6upealo ppne leJepej aq1 -wcul suogonJisu! Aq pau!jap Jagwnu ayl 'Jagwnu paullap 6oleleo e jo aouasge ayl u! 'Jo (vado) aoue ;sissy ogsawoo leJapaI to 6oleleO leiapal ay; ul wei6oid aouelslsse leiapal e of pau6!sse Jagwnu 1161p -am au — „JegwnN van„ f - • „sluaweeJ6e„ Jo „s;ueJ6„ Jo „sloewluoo„ ueaw of pasn aq i(ew „lueJ6„ wa21 ay; 'ulaaaq sesodand ow Kid - „ ;ueJO„ •1 - ' 'slenp!n!pu! 01 4034 paJapuei SO3!Mas Jol;uawesJngw of Jo saloua6e ieiapal 01 2901AJ82 Jopuan 40 U0!2!n0Jd Jol p2n1ooei slunowe apnpul lou seop )I *aoue;slsse login Jo suo!le!Jdadde pap `se!llpowwoo pool 'eoueinsuw 'salplsgns ;swam 'slueweej6e anlleied000 . '(Apedad snldans paleuop buipnlou!) Apadad 'see uwen6 ueoi 'sueol 'slueJ6 jo waoo ay; u! Jalslulwpe .io anlaoej salll ;ue leaapaluou ley) aouelslssy — „aoue; sissy leloueuld ieaapel„ •y •lueweei6e leninw Aq Aoua6e ems luaaaelip e o; pau6!ssew uaaq sey uol ;eu6lsep ay; ssalun lualdloaigns ay; o; aouels!sse leloueull leaapal to uofJOd ;sa6Je! ay; sa;nqu;uoo own Aoue6e ay; aq !legs Aoue6e ems ;uez!u603 ay; 'Aoua6e ale ;s auo ueyl 9JOW wail penleoei ale spun; li 'aouels!sse leaapal to ,llJOfew ay; 6ulpinad to anpIn �Aq ealuei6 Jell-owed e J01 dn- Mollo} ;ipne 6ulleulploo3 pue sluewaJinbai i!pne al6u!s 6u!lueweldw! l0 ill iq suodsei ail pawnsse seq ley; Aoue6e elels a ueaw Heys „Away ems ;uezlu6o0„ 6 '(£E1. -y JelnoJl3 !papal u! peullep se) uollezlue6Jo llloiduou .10 luewweno6 leool aims a se paullap sl „ A;I ;u3 . %eiepaluoN„ 'l „'wei6oid papal a ;no ifJJeo 01 lualdlOagns e 01 pie %e !papal a sep!AOJd ieqi Ague IeJapaluou y„ — OE•OE'05 INW`dS u! punol' sy • ;oeW ;uoo slyl 01 pa!Idde s! 1! se luewpedea JfJe)IIi J a;e1S uol6wyseM ay; sueaw ,fit ;I ;u3 g6noiyl -ssed,, •a *wej6ad IeJapal a lno Amp o; AoueBe 6ulp.e %e leJapal e, wail AIloeilp panlaoaa spaeMe papal spuadxa ;eyl All ;ua leaapeluou e'— „ ;ueldpeN„ •p *Jail Aue u! (s)JOloealuoogns ueaw „sJopai uoogns„ pue ,110 ;oe.quoogns„ awe; ayl •Jo ;oe. uo3 ayl Lill% loeiluoo a;eJedas e Japun loei ;uoo slgl Jepun seo!ruas °soy; to !Jed Jo Ile 6ulwioped s! oyM 'iopei ;uo3 ay; to 1uewAoldwe ay; ill lou 'auo ueaw Heys „ao ;oeJ ;uoogns„ .3 ;uewpedea ay; Aq pazliiln aq 01 s801nJ2s Jo spoo6 epinoid o; saa6e ;ey; pue luewiJedea ay; Aq palsanbai ifllnll3e Jo eovues to puN pue ;unowe ayl apinad 0; seaJ6e ley; Jo ;OeJ ;uoo e ueaw !legs ,,,ropuan„ (Z 'spunj weJ6oJd jo uollisodslp pue paaapuw seoflues am wog eu!wJalap 0; i(l!Joylne ay) sey golgM pue spun! imam SON80OJ 11 1.10110n Jo; wei6oid aouels!sse ems Jo !papal e seleiedo ley; Jo ;oeJluoo a ueaw Heys , juejd oargns„ O. 1OeJ1UOO eq) to 19914s aoel uo pale0!pul os pue 6uIM011ol ay; to Jaylo ay; Jo auo se peuilap Jegpnl eq pegs „Jo ;oeJluo3„ ;oeJluoo sly) to sWJa1 ayl Japun pa;llwJad se JO;oeW;UOO amid ay; Aq paulelei Joloeiluoogns Aue apnlaul !leis 11 •1010511u03 ay) to saa,(oidwe lie epnloui Heys pue 'lpeJluoo sly; Japun seoliues 6u!wloped Alpe Jey ;o JO 'Ienp!n!pu! 'dnoj6 'uol1ezlue6Jo 'mu ley; ueaw new „Jo ;oei ;uo3„ luewpedaa ley) 6ul1uasaJdeJ /fllnoMei .q slelolllo Jay ;o .10 s1aoilo ay; to Aue Jo 'luewpedea ay) to Alqua Jaylo .10 liun 'eoilo 'uo!lOas 'uolsv p Aue 'hue6e ale ;s e se 'luewpedaa tie)111W uo;6ulyseM eq; ueaw flap „ ;uawpeded„ •e ■ :MOlaq 14ml las 6u!ueew an aneq !legs swJa; 6u!MOIIoJ ail ';oealuoo sly; lnog6noJyl pesn sy SNOIiINId3O • I. SNOIIIONOO GNV SW21311V I3N3J ;uew.edaa fueMIIIN uo ;6ulyseM IuaidloaJgns Laz- y Ugfgx3 Auno0 61.11510W uoisinia luawa6euen hua6Jaw3 aiels uo36uiyseM N33M138 10V111N00 dd Ad00 0 a'q'4X3 Exhibit C COPY OF CONTRACT BETWEEN Washington State Emergency Management Division AND King County 2 SUBRECIPIENT MONITORING a. The Department, as a Recipient and /or Pass - Through Entity, receives federal financial assistance under federal programs and is charged with maintaining compliance with federal and state laws and regulations regarding the monitoring, documentation, and auditing of subrecipient grant activities using federal financial assistance. Management and implementation guidelines for the federal programs ensure compliance with statutes, grant guidelines, the sub -award agreement, Office of Management and Budget (OMB) circulars (including OMB Circular A -133), subrecipient audits, and other guidance found in the Federal Register The Department shall adhere to its Subrecipient Monitoring Policy and the Subrecipient Monitoring Procedures (WMD Policy number 00- 025 -05.) b. The Contractor shall perform under the terms of the contract and the Department has responsibility for reasonable and necessary monitoring of the Contractor's performance. The Department shall conduct contract monitoring activities on a regular basis. Monitoring is defined as any planned, ongoing, or periodic activity that measures and ensures contractor compliance with the terms, conditions, and requirements of a contract. Monitoring involves prudent collection of information about Contractor operations and is not limited to site visits or the completion of formal reviews. Monitoring may include periodic contractor reporting to the Department, Department review of audit reports, invoice reviews, onsite reviews and observations, and surveys. Adequate documentation is essential for effective contract monitoring and will include copies of letters, meeting notes, and records of phone conversations as evidence that conscientious monitoring has occurred during the period of the contract. Subrecipient monitoring will occur throughout the year rather than relying solely on a once -a -year audit. The Contractor agrees to cooperate with all monitoring activities and to comply with reporting requirements. The Department as the Recipient and /or Pass - Through Entity will conduct on -site visits as appropriate and required by contract for "for- profit" subrecipients, since the A -133 Single Audit does not apply to "for- profit" organizations. 3. RECORDS, MONITORING AND AUDIT ACCESS a. The Contractor shall cooperate with and fully participate in all monitoring or evaluation activities that are pertinent to this contract. b. Access to public records -The Contractor acknowledges that the Department is subject to the Public Records Act, Chapter 42.56 RCW, and that records prepared, owned, used or retained by the Department relating to the conduct of government or the performance of any governmental or proprietary function are available for public inspection and copying, except as exempt under RCW 42.56 or other statute which exempts or prohibits disclosure of specific information or records. c. The Contractor shall maintain all books, records, documents, data and other evidence relating to this contract and the provision of any materials, supplies, services and /or equipment under this contract herein, including, but not limited to, records of accounting procedures and practices that sufficiently and properly reflect all direct and indirect costs of any nature expended in the performance of this contract. At no additional cost, these records, including materials generated under the contract, shall be subject at all reasonable times to inspection, review and audit by personnel duly authorized by the Department, the Washington State Auditor's Office, and federal officials so authorized by law, rule, regulation, or contract. The Contractor will retain all books, records, documents, and other materials relevant to this contract and make them available for inspection, review or audit for six (6) years from the end date of this contract, date of final payment or conclusion of services performed under this contractor, whichever is later If any litigation, claim or audit is started before the expiration of the six (6) year period, the records shall be retained until final resolution of all litigation, claims, or audit findings involving the records FFY07 Homeland Security Grant Program Page 6 of 18 King County OEM Page 26 of 38 E08 -196 Exhibit C COPY OF CONTRACT BETWEEN Washington State Emergency Management Division AND King County d. Contractor shall provide right of access to its facilities and records to the Department and any other authorized agent or official of the state of Washington or the federal government, at all reasonable times, in order to monitor and evaluate performance, compliance, and /or quality assurance under this contract 4. SINGLE AUDIT ACT REQUIREMENTS (INCLUDING ALL AMENDMENTS) Non - federal entities as subrecipients that expend $500,000 or more in one fiscal year of federal funds from all sources, direct and indirect, are required to have a single or a program - specific audit conducted in accordance with the Office of Management and Budget (OMB) Circular A- 133 - Audits of States, Local Govemments, and Non - Profit Organizations (revised June 27, 2003, effective for fiscal years ending after December 31, 2003). 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. Circular A -133 is available on the OMB Home Page at http: / /www omb.qov and then select "Grants Management" followed by "Circulars ". Contractors required to have an audit must ensure the audit is performed in accordance with Generally Accepted Auditing Standards (GAAS) as found in the Government Auditing Standards (the Revised Yellow Book) developed by the Comptroller General and the OMB Compliance Supplement The Contractor has the responsibility of notifying the Washington State Auditor's Office and requesting an audit. Costs of the audit may be an allowable grant expenditure The Contractor shall maintain auditable records and accounts so as to facilitate the audit requirement and shall ensure that any subcontractors also maintain auditable records. The Contractor is responsible for any audit exceptions incurred by its own organization or that of its subcontractors. Responses to any unresolved management findings and disallowed or questioned costs shall be included with the audit report. The Contractor must respond to Department requests for information or corrective action concerning audit issues or findings within 30 days of the date of request. The Department reserves the right to recover from the Contractor all disallowed costs resulting from the audit. Once the single audit has been completed, the Contractor must send a full copy of the audit to the Department and a letter stating there were no findings, or if there were findings, the letter should provide a list of the findings. The Contractor must send the audit and the letter no later than nine (9) months after the end of the Contractor's fiscal year(s) to: Accounting Manager Washington Military Department Finance Division, Building #1 TA -20 Camp Murray, WA 98430 -5032 In addition to sending a copy of the audit, the Contractor must include a corrective action plan for any audit findings and a copy of the management letter if one was received. The Contractor shall include the above audit requirements in any subcontracts. 5. RECAPTURE PROVISIONS In the event that the Contractor fails to expend funds under this contract in accordance with applicable state and federal laws and /or the provisions of this contract, the Department reserves the right to recapture funds in an amount equivalent to the extent of the noncompliance in addition to any other remedies available at law or in equity. Such right of recapture shall exist for a period not to exceed six (6) years following contract termination or audit resolution, whichever is later. Repayment by the Contractor of funds under this recapture provision shall occur within 30 days of demand. The Department is required to institute legal proceedings to enforce the recapture provision. 6 COMPLIANCE WITH APPLICABLE LAW The Contractor and all subcontractors shall comply with all applicable federal, state, tribal government, and local laws, regulations, and policies. FFY07 Homeland Security Grant Program Page 7 of 18 King County OEM Page 27 of 38 E08 -196 Exhibit C COPY OF CONTRACT BETWEEN Washington State Emergency Management Division AND King County This obligation includes, but is not limited to, compliance with Ethics in Public Service (RCW 42 52); Covenant Against Contingent Fees (48 C.F.R. § 52.203 -5); Public Records Act (RCW 42.56); Drug - Free Workplace Act of 1988 (41 U.S.C. § 701 et seq. and 15 C.F.R. Part 29); Lobbying Restrictions (31 U.S.C. § 1352 and 15 C.F.R. Part 28); and safety and health regulations. The Department is not responsible for advising the Contractor about, or determining the Contractor's compliance with, applicable laws, regulations and policies. In the event of the Contractor's or a subcontractor's noncompliance or refusal to comply with any applicable law, regulation or policy, the Department may rescind, cancel, or terminate the contract in whole or in part. The Contractor is responsible for any and all costs or liability arising from the Contractor's failure to comply with applicable law, regulation or policy. 7. NONDISCRIMINATION During the performance of this contract, the Contractor shall comply with all federal and state nondiscrimination statutes and regulations. These requirements include, but are not limited to: a. Nondiscrimination in Employment: The Contractor shall not discriminate against any employee or applicant for employment because of race, color, sex, sexual orientation, religion, national origin, creed, marital status, age, Vietnam era or disabled veterans status, or the presence of any sensory, mental, or physical handicap. Such action shall include, but not be limited to, the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment selection for training, including apprenticeships and volunteers. This requirement does not apply, however, to a religious corporation, association, educational institution or society with respect to the employment of individuals of a particular religion to perform work connected with the carrying on by such corporation, association, educational institution or society of its activities. b. Nondiscrimination laws and policies (such as RCW 49.60, Washington's Law Against Discrimination, and Title VII of the Civil Rights Act). 8. AMERICANS WITH DISABILITIES ACT (ADA) OF 1990, PUBLIC LAW 101 -336, 42 U.S.C. § 12101 et seq. and 28 C.F.R Part 35 and other implementing regulations. The Contractor must comply with the ADA, which provides comprehensive civil rights protection to individuals with disabilities in the areas of employment, public accommodations, state and local govemment services, and telecommunication. 9. UTILIZATION OF MINORITY AND WOMEN BUSINESS ENTERPRISES (MWBE) The Contractor is encouraged to utilize firms that are certified by the Washington State Office of Minority and Women's Business Enterprises as minority-owned and /or women -owned in carrying out the purposes of this contract. 10. PUBLICITY The Contractor agrees to submit to the Department all advertising and publicity relating to this contract wherein the Department's name is mentioned or language used from which the connection of the Department's name may, in the Department's judgment, be inferred or implied. The Contractor agrees not to publish or use such advertising and publicity without the prior written consent of the Department. 11 DISCLOSURE The use or disclosure by any party of any information concerning the Department for any purpose not directly connected with the administration of the Department's or the Contractor's responsibilities with respect to services provided under this contract is prohibited except by prior written consent of the Department. 12 CERTIFICATION REGARDING DEBARMENT SUSPENSION OR INELIGIBILITY If federal funds are the basis for this contract, the Contractor certifies that neither the Contractor nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in this contract by any federal department or agency If requested by the Department, the Contractor shall complete and sign a Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion form. Any such form completed by the Contractor for this Contract shall be incorporated into this Contract by reference. FFY07 Homeland Security Grant Program Page 8 of 18 King County OEM Page 28 of 38 E08 -196 Exhibit C COPY OF CONTRACT BETWEEN Washington State Emergency Management Division AND King County Further, the Contractor agrees not to enter into any arrangements or contracts related to this grant with any party that is on the "General Service Administration List of Parties Excluded from Federal Procurement or Non - procurement Programs" which can be found at www.epls.Qov 13 LIMITATION OF AUTHORITY -- "Authorized Signature" The signatories to this contract represent that they have the authority to bind their respective organizations to this contract. Only the assigned Authorized Signature for each party, or the assigned delegate by writing prior to action, shall have the express, implied, or apparent authority to alter, amend, modify, or waive any clause or condition of this contract. Furthermore, any alteration, amendment, modification, or waiver of any clause or condition of this contract is not effective or binding unless made in writing and signed by the Authorized Signature(s). 14 CONTRACTOR NOT EMPLOYEE — INDEPENDENT STATUS OF CONTRACTOR The parties intend that an independent contractor relationship will be created by this contract. The Contractor and /or employees or agents performing under this contract are not employees or agents of the Department in any manner whatsoever, and will not be presented as nor claim to be officers or employees of the Department or of the State of Washington by reason hereof, nor will the Contractor and/or employees or agents performing under this contract make any claim, demand, or application to or for any right, privilege or benefit applicable to an officer or employee of the Department or of the State of Washington, including, but not limited to, Worker's Compensation coverage, unemployment insurance benefits, social security benefits, retirement membership or credit, or privilege or benefit which would accrue to a civil service employee under Chapter 41.06 RCW. It is understood that if the Contractor is another state department, state agency, state university, state college, state community college, state board, or state commission, that the officers and employees are employed by the state of Washington in their own right. If the Contractor is an individual currently employed by a Washington State agency, the Department shall obtain proper approval from the employing agency or institution. A statement of "no conflict of interest" shall be submitted to the Department. 15. NONASSIGNABILITY This contract, the work to be provided under this contract, and any claim arising thereunder, are not assignable or delegable by either party in whole or in part, without the express prior written consent of the other party, which consent shall not be unreasonably withheld. 16. SUBCONTRACTING Neither the Contractor nor any subcontractor shall enter into subcontracts for any of the work contemplated under this contract without obtaining prior written approval of the Department. Contractor shall use a competitive process in award of any contracts with subcontractors that are entered into after original contract award. All subcontracts entered into pursuant to this contract shall incorporate this contract in full by reference. In no event shall the existence of the subcontract operate to release or reduce the liability of the Contractor to the Department for any breach in the performance of the Contractor's duties. The Military Department may request a copy of any and /or all subcontracts for work being completed under this contract. 17. CONTRACT MODIFICATIONS The Department and the Contractor may, from time to time, request changes to the contract or grant Any such changes that are mutually agreed upon by the Department and the Contractor shall be incorporated herein by written amendment to this contract. It is mutually agreed and understood that no alteration or variation of the terms of this contract shall be valid unless made in writing and signed by the parties hereto, and that any oral understanding or agreements not incorporated herein, unless made in writing and signed by the parties hereto, shall not be binding. 18. SEVERABILITY In the event any term or condition of this contract, any provision of any document incorporated by reference, or application of this contract to any person or circumstances is held invalid, such invalidity shall not affect other terms, conditions, or applications of this contract which can be given effect without the invalid term, condition, or application. To this end, the terms and conditions of this contract are declared severable. FFY07 Homeland Security Grant Program Page 9 of 18 King County OEM Page 29 of 38 E08 -196 Exhibit C COPY OF CONTRACT BETWEEN Washington State Emergency Management Division AND King County . 19. ADVANCE PAYMENTS PROHIBITED The Department shall make no payments in advance or in anticipation of goods or services to be provided under this contract. Contractor shall not invoice the Department in advance of delivery of such goods or services. 20. TAXES, FEES AND LICENSES Unless otherwise provided in this contract, the Contractor shall pay for and maintain in current status all taxes, unemployment contributions, fees, licenses, assessments, permit charges and expenses of any other kind for the Contractor or its staff required by statute or regulation that are necessary for contract performance. 21 TRAVEL AND SUBSISTENCE REIMBURSEMENT Unless the contract specifically provides for different rates, any travel or subsistence reimbursement allowed under the contract shall be paid in accordance with rates set pursuant to RCW 43.03.050 and RCW 43 03.060 as now existing or amended. The Contractor may be required to provide to the Department copies of receipts for any travel related expenses other than meals and mileage (example. parking Tots that do not provide receipts) that are authorized under this contract. 22. GOVERNING LAW AND VENUE This contract shall be construed and enforced in accordance with, and the validity and performance hereof shall be governed by, the laws of the state of Washington. Venue of any suit between the parties arising out of this contract shall be the Superior Court of Thurston County, Washington. 23 HOLD HARMLESS AND INDEMNIFICATION Each party to this contract shall be responsible for injury to persons or damage to property resulting from negligence on the part of itself, its employees, agents, officers, or subcontractors. Neither party assumes any responsibility to the other party for the consequences of any act or omission of any third party. 24. WAIVER OF DEFAULT Waiver of any default or breach shall not be deemed to be a waiver of any other or subsequent default or breach. Any waiver shall not be construed to be a modification of the terms of this contract unless stated to be such in writing signed by The Adjutant General or the Authorized Signature for the Department and attached to the original contract. 25. DISPUTES The parties shall make every effort to resolve disputes arising out of or relating to this contract through discussion and negotiation. Should discussion and negotiation fail to resolve a dispute arising under this contract, the parties shall select a dispute resolution team to resolve the dispute. The team shall consist of a representative appointed by each party and a third representative mutually agreed upon by both parties. The team shall attempt, by majority vote, to resolve the dispute. Both parties agree that this disputes process shall precede any action in a judicial or quasi - judicial tribunal. Nothing in this section shall preclude the parties from mutually agreeing to a different dispute resolution method in lieu of the procedure outlined above. 26. ATTORNEY'S FEES In the event of litigation or other action brought to enforce contract terms, or alternative dispute resolution process, each party agrees to bear its own attorney's fees and costs. 27. LOSS OR REDUCTION OF FUNDING In the event funding from state, federal, or other sources is withdrawn, reduced, or limited in any way after the effective date of this contract and prior to normal completion, the Department may reduce its scope of work and budget or unilaterally terminate all or part of the contract as a "Termination for Cause ", without providing the Contractor an opportunity to cure. Alternatively, the parties may renegotiate the terms of this contract under "Contract Modifications" to comply with new funding limitations and conditions, although the Department has no obligation to do so FFY07 Homeland Security Grant Program Page 10 of 18 King County OEM Page 30 of 38 E08 -196 Exhibit C COPY OF CONTRACT BETWEEN Washington State Emergency Management Division AND King County 28. TERMINATION OR SUSPENSION FOR CAUSE In the event the Department, in its sole discretion, determines the Contractor has failed to fulfill in a timely and proper manner its obligations under this contract, is in an unsound financial condition so as to endanger performance hereunder, is in violation of any laws or regulations that render the Contractor unable to perform any aspect of the contract, or has violated any of the covenants, agreements or stipulations of this contract, the Department has the right to immediately suspend or terminate this contract in whole or in part. The Department may notify the Contractor in writing of the need to take corrective action and provide a period of time in which to cure. The Department is not required to allow the Contractor an opportunity to cure if it is not feasible as determined solely within the Department's discretion. Any time allowed for cure shall not diminish or eliminate the Contractor's liability for damages or otherwise affect any other remedies available to the Department. If the Department allows the Contractor an opportunity to cure, the Department shall notify the Contractor in writing of the need to take corrective action. If the corrective action is not taken within ten (10) calendar days or as otherwise specified by the Department, or if such corrective action is deemed by the Department to be insufficient, the contract may be terminated in whole or in part. The Department reserves the right to suspend all or part of the contract, withhold further payments, or prohibit the Contractor from incurring additional obligations of funds during investigation of the alleged compliance breach, pending corrective action by the Contractor, if allowed, or pending a decision by the Department to terminate the contract in whole or in part. In the event of termination, the Contractor shall be liable for all damages as authorized by law, including but not limited to, any cost difference between the original contract and the replacement or cover contract and all administrative costs directly related to the replacement contract, e.g., cost of administering the competitive solicitation process, mailing, advertising and other associated staff time. The rights and remedies of the Department provided for in this section shall not be exclusive and are in addition to any other rights and remedies provided by law. If it is determined that the Contractor: (1) was not in default or material breach, or (2) failure to perform was outside of the Contractor's control, fault or negligence, the termination shall be deemed to be a "Termination for Convenience ". 29. TERMINATION FOR CONVENIENCE Notwithstanding any provisions of this contract, the Contractor may terminate this contract by providing written notice of such termination to the Department's Key Personnel identified in the contract, specifying the effective date thereof, at least thirty (30) days prior to such date. Except as otherwise provided in this contract, the Department, in its sole discretion and in the best interests of the State of Washington, may terminate this contract in whole or in part by providing ten (10) calendar days written notice, beginning on the second day after mailing to the Contractor. Upon notice of termination for convenience, the Department reserves the right to suspend all or part of the contract, withhold further payments, or prohibit the Contractor from incurring additional obligations of funds. In the event of termination, the Contractor shall be liable for all damages as authorized by law. The rights and remedies of the Department provided for in this section shall not be exclusive and are in addition to any other rights and remedies provided by law. 30 TERMINATION PROCEDURES in addition to the procedures set forth below, if the Department terminates this contract, the Contractor shall follow any procedures specified in the termination notice. Upon termination of this contract and in addition to any other rights provided in this contract, the Department may require the Contractor to deliver to the Department any property specifically produced or acquired for the performance of such part of this contract as has been terminated. If the termination is for convenience, the Department shall pay to the Contractor the agreed upon price, if separately stated, for properly authorized and completed work and services rendered or goods delivered to and accepted by the Department prior to the effective date of contract termination, and the FFY07 Homeland Security Grant Program Page 11 of 18 Page 31 of 38 King County OEM E08 -196 Exhibit C COPY OF CONTRACT BETWEEN Washington State Emergency Management Division AND King County amount agreed upon by the Contractor and the Department for (i) completed work and services and /or equipment or supplies provided for which no separate price is stated, (ii) partially completed work and services and /or equipment or supplies provided which are accepted by the Department, (iii) other work, services and /or equipment or supplies which are accepted by the Department, and (iv) the protection and preservation of property. Failure to agree with such amounts shall be a dispute within the meaning of the "Disputes" clause of this contract. If the termination is for cause, the Department shall determine the extent of the liability of the Department The Department shall have no other obligation to the Contractor for termination The Department may withhold from any amounts due the Contractor such sum as the Department determines to be necessary to protect the Department against potential Toss or Lability The rights and remedies of the Department provided in this contract shall not be exclusive and are in addition to any other rights and remedies provided by law. After receipt of a notice of termination, and except as otherwise directed by the Department in writing, the Contractor shall: a. Stop work under the contract on the date, and to the extent specified, in the notice; b Place no further orders or subcontracts for materials, services, supplies, equipment and /or facilities in relation to this contract except as may be necessary for completion of such portion of the work under the contract as is not terminated, c. Assign to the Department, in the manner, at the times, and to the extent directed by the Department, all of the rights, title, and interest of the Contractor under the orders and subcontracts so terminated, in which case the Department has the right, at its discretion, to settle or pay any or all claims arising out of the termination of such orders and subcontracts; d. Settle all outstanding liabilities and all claims arising out of such termination of orders and subcontracts, with the approval or ratification of the Department to the extent the Department may require, which approval or ratification shall be final for all the purposes of this clause; e Transfer title to the Department and deliver in the manner, at the times, and to the extent directed by the Department any property which, if the contract had been completed, would have been required to be furnished to the Department; f. Complete performance of such part of the work as shall not have been terminated by the Department in compliance with all contractual requirements; and Take such action as may be necessary, or as the Department may require, for the protection and preservation of the property related to this contract which is in the possession of the Contractor and in which the Department has or may acquire an interest. AAG Approved 9/12/2007 g. FFY07 Homeland Security Grant Program Page 12 of 18 King County OEM E08 -196 Page 32 of 38 Exhibit C COPY OF CONTRACT BETWEEN Washington State Emergency Management Division AND King County Exhibit B Statement of Work FFY 2007 State Homeland Security Program INTRODUCTION: The Washington State Military Department Emergency Management Division's (EMD) Homeland Security Section is responsible for programs designed to prepare and improve the State's ability to respond to a Chemical, Biological, Radiological, Nuclear and Explosive (CBRNE) attack. Through the FFY07 Homeland Security Grant Program (HSGP), State Homeland Security Program (SHSP) the Department is providing funds to enhance the capability of state and local units of government to prevent, deter, respond to, and recover from incidents of terrorism. The FFY07 grant guidance also provides funding for planning, training, and exercise activities related to catastrophic events, when the benefit to terrorism preparedness can be justified. King County Office of Emergency Management (herein known as the Contractor) agrees to the following tasks: GENERAL PROGRAM REQUIREMENTS: 1. Work closely with the established Regional Homeland Security Council to develop a strategy and subsequent budget for the use of these funds. The implementation of the projects or activities associated with these funds will be coordinated with the counties, cities, and the tribal governments located within the established region. 2. Prepare and submit a Bi- Annual Strategy Implementation Report (BSIR), via the web -based grant reporting tool. Failure to meet all of the reporting deadlines outlined in the Milestone and Timeline Schedule will prohibit the,Contractor from being reimbursed while reports are outstanding. 3 Electronically submit progress reports. Failure to meet all of the reporting deadlines outlined in the Timeline will prohibit the Contractor from being reimbursed and will put a freeze on the processing of equipment approvals, while reports are outstanding. 4. Adhere to all financial and procurement guidance, including competitive processes and other procurement requirements as documented in the Department of Homeland Security Financial Guide found at http. / /www.dhs.gov /xlibrary /assets /Grants FinancialManagementGuide.pdf. Local and state procurement and contracting regulations take precedent over these requirements when local and state regulations are more stringent. • Adhere to OGT requirements that all sole source contracts over $100,000 be reviewed and approved by the Department prior to execution of a contract. This requirement must be passed on to all of the Contractor's sub - contractors, at which point the Contractor will be responsible for reviewing and approving their sub - contractors' sole source justifications. • Adhere to OGT requirements that all contracts with individual consultants, that are not competitively bid, and where the consultant will be charging an excess of $450 per day (excluding travel and subsistence) must be approved by the Department before the contract is executed. This requirement must be passed on to all of the Contractor's sub - contractors, at which point the Contractor will be responsible for reviewing and approving their sub - contractors' contract. 5. The Contractor is required to ensure that all of their sub - grantees and sub - contractors are in compliance with the FFY07 Homeland Security Grant Guidance through monitoring of expenditures and penodic reviews of equipment inventories. 6. Plan and implement equipment purchases, exercises, training, planning and management & administration in accordance with the FFY07 Homeland Security Grant Program Guidance, which can be found at http / /www oip usdoi.gov /odp /grants hsgp htm, as well as all subsequent policy changes. 7 All activities under this contract must have a clear correlation to the goals, objectives, and priorities identified in the Washington State Strategic Plan and corresponding Investment Justifications submitted in the FFY07 grant application. FFY07 Homeland Security Grant Program Page 13 of 18 King County OEM Page 33 of 38 E08 -196 3 Exhibit C COPY OF CONTRACT BETWEEN Washington State Emergency Management Division AND King County 8 If purchasing equipment, the Contractor must meet the following requirements: • Be in compliance with the OGT Authorized Equipment List (AEL), as detailed at: htto: / /wwwl .rkb mipt.orq /. • Submit all proposed equipment purchases to the Committee on Homeland Security, Sub - committee on Equipment to ensure that the requested equipment is on the AEL, is aligned with the statewide equipment purchasing strategy, and submit to OGT if necessary. • No reimbursement for purchased equipment will occur until the appropriate approvals have been obtained. • The overall equipment budget can not be exceeded and over expenditures for any reason, including additional cost of sales tax, shipping, or installation, will be the responsibility of the Contractor. • Determine whether or not it is in the best interest of the Contractor to make purchases using their own procurement process or ask the Department to make purchases on their behalf. • Make a request to the Department in writing that authorizes the Department to de- obligate funding from the Contractor's contract and use the state's procurement process and contracts to purchase equipment on behalf of the Contractor. This will necessitate an amendment to the contract reducing the Contractor's award by an amount sufficient for the Department to make the purchase(s). The Department will pay the vendor directly and all items will be drop shipped to a location designated by the Contractor. 9. Exercises that are implemented with grant funds must meet the requirements of the FFY07 Homeland Security Grant Program Guidance, be threat and performance based, and should evaluate performance of critical prevention and response tasks required to respond to the exercise scenario. Upon completion of the exercise, an After Action Report and an Improvement Plan must be prepared and submitted to the Department within 60 days of completion of the exercise. Final reimbursement for related expenditures can not be made until this requirement has been met. 10. The Contractor understands National Incident Management System (NIMS) compliance is required to receive Federal preparedness assistance grants beginning October 1, 2006. The Contractor certifies, by signing this agreement, that the contractor and its principals have met NIMS compliance requirements and state reporting requirements for Federal Fiscal Year 2006 (FFY06) and shall meet NIMS compliance requirements and state reporting requirements for subsequent federal fiscal years during the performance period of this contract. The NIMS Integration Center (NIC) web page, http. / /www.fema gov /emergency /nims provides information about NIMS and guidance to determine the extent to which jurisdictions are already compliant, as well as identify the NIMS requirements that have not been met. The Contractor and its principals are required to report NIMS compliance to the Department via the online form available on the Department's homepage http: / /www.emd.wa.00v /. 11. The Contractor may not exceed 5% of the total grant award on Management and Administrative expenditures. 12. Complete all work under the contract by the contract end date, to include receipt of equipment items. 13. Submit at a maximum monthly and a minimum quarterly, signed and approved invoice vouchers (State Form A -19) to the Department for costs incurred. • No costs will be paid in advance of their being incurred by the Contractor. • No equipment costs will be reimbursed until the equipment has been received by the Contractor and invoiced by the vendor. • Each A -19 will be accompanied by a spreadsheet detailing the expenditures. Related financial documents and invoices must be kept on file by the Contractor and be made available upon request to the Department, and local, state, or federal auditors. • Requests for reimbursement of equipment purchases will include a copy of the vendor's invoice and packing slip or a statement signed and dated by the Contractor's authorized representative that states "all items invoiced have been received in good working order, are operational, and have been inventoried according to contract and local procurement requirements ". FFY07 Homeland Security Grant Program Page 14 of 18 King County OEM Page 34 of 38 E08 -196 Exhibit C COPY OF CONTRACT BETWEEN Washington State Emergency Management Division AND King County • All contract work must end on the contract end date, however the Contractor has up to 45 days after the contract end date to submit all final billing. • No travel or subsistence costs, including lodging and meals, reimbursed under this contract may exceed federal maximum rates which can be found at www.qsa.gov. CONTRACTOR TASKS: 1. Provide technical assistance to local communities as necessary to enable the jurisdiction to successfully meet the requirements and intent of the SHSP grant. 2 Attend and participate in the monthly Regional Coordination meeting. 3 Manage and administer the FFY07 SHSP Grant Program. 4. Report accomplishments on project deliverables, as may apply, including: a. NIMS /NRP compliance and implementation; b Development and implementation of Regional Coordination preparedness, prevention, response and recovery plans, assessments, networking, protocols and procedures completed for Region 6; c. Development and implementation of Training and Exercise Programs within Region 6, including training and exercises completed and number of participants; d. Enhancement of interoperable communications within Region 6 including equipment purchased, installed, tested, trainings conducted and exercises completed; e. Development and implementation of Citizen Preparedness Programs; f. Equipment purchased. 5. If necessary, hire a Subcontractor to assist in accomplishing the contract tasks THE MILITARY DEPARTMENT AGREES TO: 1. Provide technical assistance, expertise, and state coordination with OGT where necessary. 2. Reimburse the Contractor within 45 days of receipt and approval of signed, dated invoice vouchers (state form A -19) and all documentation of expenditures as required. FFY07 Homeland Security Grant Program Page 15 of 18 King County OEM Page 35 of 38 E08 -196 Exhibit C COPY OF CONTRACT BETWEEN Washington State Emergency Management Division AND King County MILESTONE TIMELINE FFY 2007 State Homeland Security Program MILESTONE TASK July 1, 2007 Start of grant performance period September 2007 Submission of Initial Strategy Implementation Plan (ISIP) October 2007 Contract Execution January 15, 2008 Submission of Bi- annual Strategy Implementation Report (BSIR) & Progress Report July 15, 2008 Submission of Bi- annual Strategy Implementation Report (BSIR) & Progress Report January 15, 2009 Submission of Bi- annual Strategy Implementation Report (BSIR) & Progress Report July 15, 2009 Submission of Bi- annual Strategy Implementation Report (BSIR) & Progress Report September 30, 2009 Termination of the contract performance; all work must end under this contract. No later than November 14, 2009 Submit all final reports, invoices for reimbursement and /or deliverables. FFY07 Homeland Security Grant Program Page 16 of 18 King County OEM Page 36 of 38 E08 -196 Exhibit C COPY OF CONTRACT BETWEEN Washington State Emergency Management Division AND King County Exhibit C BUDGET SHEET FFY 2007 State Homeland Security Program •1 '2 �3 PLANNING TRAINING EXERCISE Sub - Category Salaries & Benefits Consultants /Sub - Contracting Goods & Services Travel & Per Diem Pass Thru Other- Indirect 331,000 400,000 136,500 3,500 178,000 Total $ 1,049,000 Sub - Category Salaries & Benefits Overtime Consultants /Sub - Contracting Goods & Services Travel & Per Diem Pass Thru Other 210,000 Total $ 210,000 Sub - Category Salaries & Benefits Overtime Consultants /Sub - Contracting Goods & Services Travel & Per Diem Pass Thru Other 140,000 Total $ 140,000 00 MANAGEMENT & ADMINISTRATION Sub - Category Salaries & Benefits Consultants /Sub - Contracting Goods & Services Travel& Per Diem Pass Thru Other Total EQUIPMENT 112,500 4,039 1,000 $ 117,539 $ 834,235 Funding Source. 773SU Funding Source. 773ST Funding Source 773SQ Funding Source 773SA Funding Source 773SS Total Budget $ 2,350,774 Expenditures may only occur within the categories and sub - categories fisted above However, changes of up to 10% can be made without prior approval from the Department Changes that exceed 10% will require the Contractor submit a budget change request to the Department for approval G &T Grant program requirements affirm that federal funds will be used to supplement existing funds, and will not replace (supplant) funds that have been appropriated for the same purpose Management and Administration expenditures cannot exceed 5% of the total contract amount. FFY07 Homeland Security Grant Program Page 17 of 18 King County OEM Page 37 of 38 E08 -196 Exhibit C COPY OF CONTRACT BETWEEN Washington State Emergency Management Division AND King County Exhibit D DEPARTMENT PURCHASED EQUIPMENT FFY 2007 State Homeland Security Program Upon approval of the Contractor, the Department will purchase the following equipment on behalf of the Contractor. The Department will reimburse the vendor and the equipment will be drop shipped to a location designated by the Contractor. Equipment Category Date Approved Item Discipline Purchased For Total amount de- obligated under this contract: $ FFY07 Homeland Security Grant Program Page 18 of 18 King County OEM E08 -196 Page 38 of 38