Loading...
HomeMy WebLinkAboutHomeland Security Subgrant Agreement FFY10King County Office of Emergency Management HOMELAND SECURITY SUBGRANT AGREEMENT FFY10 SUB GRANT AGREEMENT NUMBER: FFY10 -CCP -005 PROJECT TITLE: Citizen Corps Instruction ID Clothing 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 Federal Fiscal Year 2010 Citizen Corp (CCP), Catalog of Federal Domestic Assistance (CFDA) # 97.067 SHSP, State Contract # K860. 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 19, 2011 to August 1, 2012. 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 Allison Thompson - Grant Specialist 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 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. 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: Allison Thompson King County Office of Emergency Management 3511 NE 2nd Street Renton, WA 98056 PH: 206.296.3830 / FAX: 206.205.4056 AllisonJ .Thompson(@kingcounty.gov If to the Subgrantee: Sarah Miller 25 W Main Street Auburn, WA 98002 PH: 253.876.1909 / FAX: 253.939.7769 skmiller a( auburnwa.gov 4. REIMBURSEMENT REQUESTS AND PAYMENT This is a reimbursement Agreement and will not to exceed $ 5,440.50 (Five thousand four hundred forty dollars and fifty 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 kingcounty .gov/ safety/ prepare/ EmergencyManagementProfessionals /Grants /Su bGrants.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 as well as a copy of the vendor's invoice and packing slip with a statement signed and dated by the Subgrantee'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 ". King County may also require the Subgrantee to document that funding governed by this Agreement is not being used to replace or supplant existing programs, staff costs, activities and /or equipment. aouep!n6 luea6 algeo!ldde ay} u!paumno se swawaa!nbaa wea6oad (dH3) uo!lenaasaad 3!Jols!H pue. lewawuoa!nu3 s,VW3d tam aoue!Idwoo Iinl aansue !legs aswuea6gns all 'Z •pau!ewo uaaq anal slenoadde aleudoadde aqi I! }un an000 Ilion s }soo wawd!nba Joi luawasangw!aJ oN •swawaa!nbaa uo!lezlpaepuels pue fq!I!gaaadoaaw! ap!ma els Ile slaaw pue `A6alegs 6u!segoand wawd!nba ap!Maleis an q !M pau6!Ie's! `(13y) ls!1 luawd!nb3 pazuoinny ay} uo s! •wawd!nba palsanbaa ay} Ian aansue of aawwwoo aieudoadde ay} o} saseioand luawd!nba pasodoid lie l!wgns Heys ealuea6gns all 1, •walsAs Aaowanu! luawd!nba ue u! pau!ewlew pue papaooaa aq II!M aawea6gns ay} i(q luawaaa6y s!ql aapun paseioand wawd!nba Ild INJW3OVNVW 1N3Wdiflb3 'd S1N 3 W3 U I f 103 11N3 1A130VNVW 1VI3NVNId aNV 1N3W32if1OO1:Id '8 �3Al1b�I1SINIWaH 'IN3W3JVNWIN 1N3WdIl03 '8 •ma!naa di-13 ue g6noigi o6 osie lsnw i(agl pawwap! s! pedw! j! ioedw aulwaalap o} paler-Ilene aq lsnw `saliln!pe aspaaxa pue 6u!u!eai 6u!pniou! `s }oafoad aegno IId 'Ma!naa dH3 aa!nbaa aaplo JO pp weal( 0s am legs saanpnAs pue s6u!pl!nq suo! }eo!ppow pue `uogenouaa `uo!pnAsuoo mau `s }uawaouequa ,unoas leo!sALid `sJamol uogeo!unwwoo `qpea 6ulganls!p anionu! }ey} spefoid Ile }eqi pas!npe s! aawea6gns all •haw aq lsnw aouep!n6 aigeo!Idde u! paumno swewaainbaa aouelldwoo wea6oad (dH3) uo!paioad leouols!H 'g Iewawuoa!nu3.Ile `6u!punj ssaupaaedaad impel i(ue meow of fey} saaa6e as }uea6gns all S1N3W3Z:IIf1032i (dH3) NO11331O1:Id 1V3I IO1SIH'81V1N3WNOUTAN3 'L •Mei'i(q pazuoylne os se siep!}}o ieJaped JO alels;.`Aun03 BUN Aq l!pne JO ma!naa `uo!padsu!, pafgns aq iieys pue `pno -asop luea6gns aal}e saeaA (9) x!s 4o pouad e aoi pau!aw!ew aq hays spaooaa asayj •wawaaa6y s!q to aouewao}aad ay} u! pap!noad ao!mas pue papuadxa aanleu Aue to slsoo paa!pu! pue paaip lie page.' Alaadoad.pue,Apwap!}}ns !legs spaooaa Lions !iy luawaaa6y s!ql Li }!nn aoue!Idwoo pue spuni pafoad lie aol 6u!lun000e aadoad ensue of ` /uno3 6u!)I i(q i(jessaoau pawaap aq i(ew se spume.] Lions aeglo pue `spaooei o ewwew6oad pue `Ie!oueu!1 `iauuosied 6u!pnpu! `spaooaa pue swn000e u!ew!ew. (legs aawea6gns ell 33NVN31NIVIN Sd80332:I '9 •Apaapenb pap!noad aq II! }s lsnw podaa a luaweaa6y alb uo spew uaaq seq ssaaboad ou 41 .suns aapun JO sunaaano }soa 'aiq!ssod pue paaaiunooue swalgoad i(ue 6u!pnpu! VoM jo adoos eqi 6uguaweldw! u! ssaa6oad s,aawth6gns apnpu! lsnw podaa s!qj •s!seq aapenb aepuaieo e uo anp ale siaoda8 ssaa6oad angeaaeN S1N3V IIf1031:1 ON111 =IOd3H .9 •wawasangw!aJ aol aiq!6!Iau! eq_ o sa!oue6e; 6u!punj i(q pau!waalap sa!1!n!1oe JO NaOM ao} luawi(ed dnooei ao ppoggwv igbp ay} saivasaa'iunob'6u!N •sapua6e 6u!luea6 pipped JO aleiS.i(q pamoiles!p Apwanbasgns s! .je4 aawea6gnS alb o} luawi(ed Aue ao} Al!i!ge!I anou! you saop Juno3 6u!N •wawaaa6y sm jo uN!puoo Aue Li }!nn AIdwo Lluopelsges o} pai!ei seq aaweJ6gns.agl uegi pau!waalap seq Iuno3 6u!)I 4! paaapual seovues ao4 aaww6gns eq i(q pawlepo 'swauii(ed p1oggl!M `uo! }a1oslp epos s}! }e `�(ew Aluno3. 6u!}i waoJ. lsanbad wawasangw!a�I 'eo!`onu,I '"eq� uo aa}uea6gnS ate i(q paleu6!sap ssaippe aqj of was aq .hogs luawAed isanbea 1uewasanqwiaH ao!onui palaIdwoo i(paadoad jo`ld!aaaa aal}e si(ep,aepuajeo (0£) up-11!m as uei6gnS 641 Juno3 6u!yi Aq paiiew }! (law!} paiep!suoo aq iiels luawi(ed 3. 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. 4. 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. 5. All equipment purchased under this subgrant, by the Subgrantee or sub - subgrantee, will be recorded and maintained in the Subgrantee's equipment inventory system unless otherwise specified in this agreement. 6. The Subgrantee shall maintain equipment records that include: a description of the equipment; 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 equipment. 7. 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. 8. 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 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. 9. For the purpose of inventory and disposal of equipment purchased under this contract the 44 CFR Section 13.3 definition of equipment will be used. It defines equipment as a tangible, nonexpendable, personal property having a useful life of more than one year and an acquisition cost of $5,000 or more per unit. This definition will be used for equipment purchased with contract funds, unless local or state regulations are more restrictive. 10. The Subgrantee shall develop a control system to ensure adequate safeguards to prevent loss, damage, unauthorized use and theft of the equipment to include small and attractive items. Any loss, damage or theft shall be investigated and a report generated which will be submitted to King County Office of Emergency Management. 11.The Subgrantee will develop adequate maintenance procedures to keep the property in good condition. 12. If the Subgrantee is authorized or required to sell the property, proper sales procedures must be established to ensure the highest possible return. 13. 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. 14.As a subrecipientofiederal 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. 15. Equipment purchased with funds from DHS grant programs should be marked with "Purchased with funds'provided by the U.S. Department of Homeland Security" whenever possible. B. ADMINISTRATIVE REQUIREMENTS The Subgrantee shall comply with all financial and procurement guidance, including competitive processes and other procurement requirements, to include but not limited to Office of Management and Budget (OMB) Circulars A -87 (Cost Principles for State, Local and Indian Tribal Governments), A102 (Grants and Cooperative Agreements with State and Local Governments), A122 (Cost Principles for Non - Profit Organizations), A133 (Audits of States, Local Governments, and.Non- Profit Organizations), the Federal Emergency Management Agency's (FEMA) codified regulations, and 44 code of Federal Regulations (CFR). Local and state procurement and 'contracting regulations take precedent over these requirements when local and state regulations are more stringent. C. PROCUREMENT AND FINANCIAL MANAGEMENT REQUIREMENTS Subgrantee must adhere to all financial and procurement guidance, including: • 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. Thisjre,quirement must be passed on to all of the Subgrantee's sub- contractors, a[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 Subgraritee will be responsible for reviewing and approving their sub - contractor's contract. • Grant funds may not be used to replace or supplant existing funding. • No costs will be reimbursed in advance of their being incurred by the Sugrantee. • No costs will be reimbursed until the items have been received,by the Subgrantee and invoiced by the vendor. • No travel or subsistence costs, including lodging and meals, reimbursed with federal funds may exceed federal maximum rates which can be found as http: / /www.gsa.gov. 9. 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 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 that to receive any federal preparedness funding, all National Incident Management System (NIMS) compliance requirements outlined in applicable grant guidance must be met. 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, 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. 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. 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 em ployment 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 Am ericans with .Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor shall comply with the requirements of U:S. Equal Employment 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 award covered by the Byrd Anti- Lobbying Amendment, 31 USC § 1352. The Subgrantee shall disclose 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 t� 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. Unle ss.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 :dr.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 ea ch.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; OMB A- 122,.. Cost Principles for Non- Profit .Organizations; 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 t� have a single or a program- specific audit conducted in accordance with the U.S. Office of Management and Budget (OMB) Circular A- 133, Audits of States, Local Governments, 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. Entities required to have an audit must -ensure the audit is performed in accordance with Generally Accepted Auditing Standards (GRAS), 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 auditable 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. The Subgrantee 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 Subgrantee must respond to King County Office of .Emergency Management requests for information or corrective action concerning; audit issues or findings within 30 days of the date of request: King 'County Office of Emergency Management reserves the_ right, to, recover from the Subgrantee. all disallowed costs resulting fronri the audit. 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. 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 shalli 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 iri writing by King County. The Subgrantee shall include the requirement in this section in'any subcontracts. O. UTILIZATION OF MINORITY AND WOMEN BUSINESS ENTERPRRISES (MWBE) The Subgrantee is encouraged to utilize firms that are certified by the. Washington. State Office of Minority and Wo`men's Business Enterprises as minority -owned and /or" women - owned in carrying out the purposes of this contract. 10. 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(sy is (are) consistent with and /or achieve(s) the goals stated in the Scope of Work (Exhibit A) . and falls within the grant requirements. 11. TERMINATION This Agreement may be terminated by King County, in whole or in part, for convenience without cause prior to the end of the Period of Performance, upon thirty (30) calendar days advance written notice. This Agreement may be terminated by either party, in whole or in part, for cause prior to the end of the Period of Performance, upon thirty (30) calendar days advance written notice. Reasons for termination for cause may include but not be limited to: material issues of nonperformance misuse of funds, and /or failure to provide grant - related invoices, reports, or any requested documentation. If the Agreement is terminated as provided above, King County will be liable only for payment in accordance with the terms of this Agreement for satisfactory work completed prior to the effective date of termination. The Subgrantee shall be released from any obligation to provide further services pursuant to this Agreement. 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. 12. 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. 13. 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. 14. 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. 15. 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. 16. 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. 17. 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 13 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: BY 4Ze,1-ems 13 . LeW; S, Sar- ° , ° : - - •- - + = - • I Ilman Mitchell, Director 341'77 City of Auburn KING COUNTY BY Date Date Exhibit A: SCOPE OF WORK A -1 GENERAL INFORMATION: Project Title: Citizen Corps Program Regional Equipment, and Supplies Sub Grantee's Name: City of Auburn Contact Person: Sarah K. Miller Job Title: Emergency Preparedness Manager Complete Address: 25 W Main Street: Auburn, WA 98002 Phone: 253 - 876 -1909 Fax: 253 - 939 -7769 E -Mail: skmiller(aauburnwa.gov A -2 INVESTMENT JUSTIFICATION: Check ONE Investment Justification from the grant that will fund your project that best describes it. SHSP: ❑ Strengthen Plans, Training and Exercises to Enhance Preparedness Planning and Regional Collaboration. ® Strengthen Citizen Preparedness and,Planning Capabilities. ❑ Interoperable Communications. ❑ Law Enforcement Operations and Improvised .Explosive Device (IED) Detection, Deterrence and Response. ❑ Protect Regional Critical Infrastructure, Key:Resources, and other Critical-Assets. ❑ Strengthen Medical Surge and Mass Prophylaxis Capabilities. ❑ Strengthen Regional CBRNE Detection, Response, and Decontamination Capabilities. ❑ Intelligence Production and Analysis - WA State Fusion Center and Regional Intelligence Groups. UASI Projects: ❑ Enhance CBRNE Response Operations. ❑ Community Preparedness. ❑ Law Enforcement Operations. ❑ Protect Critical Infrastructure, Key Resources, and Other Critical Assets. ❑ Urban Wide Interoperable Communications. ❑ Enhance Medical Surge. ❑ Preparedness Planning. ❑ EOC Management. 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: 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 Strategic Category, ONE Target Capability and ONE Element in the Region 6 Homeland Security Strategic Plan that best represents the project: STRATEGIC CATEGORY J STRATEGIC CATEGORY DESCRIPTION: Citizen Preparedness TARGET CAPABILITY #: 38 TARGET CAPABILITY DESCRIPTION: Citizen Corps ELEMENT #: ELEMENT DEFINITION: Equipment UASI Projects: Identify ONE Goal and ONE Objective in the UASI Seattle -King County Urban Area Strategy that best represents the project: GOAL #: GOAL DESCRIPTION: OBJECTIVE #: OBJECTIVE DESCRIPTION: A-4 PROJECT DESCRIPTION: Describe your project using a maximum of two pages by answering ALL of the following questions separately: 1. Provide a description of your project (who / what / where / when / why / how): This project provides sustaining equipment to Citizen Corps programs inKing County. 2. What is the purpose of the project? The purpose of the project is to: enhance existing Citizen Corps programs in9order to retain existing members and potentially recruit new ones. This provides for better citizen preparedness and a more robust volunteer Corps. 3. What problem does the project solve? This projects provides equipment that would not otherwise. be available to Citizen Corps program members, leaders, and instructors. 4. How does the project enhance local. /regional homeland security and preparedness for CBRNE / Terrorist / WMD incidents? A key component of the regional homeland :security plan is to increase Citizen Preparedness. Citizen ,Preparedness is increased via the project by - 'providing additional supplies and equipment to sustain programs after. this final grant is concluded. 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. Appropriate equipment needs to be identified, offered to programs; purchased in bulk, then distributed. 6. What are the tangible results.and / or deliverables of the project? Citizen Corps programs in King County will receive equipment and supplies necessary to sustain their programs long -term. 7. How will the grant funds be used to support this project? Grant funds will be used to purchase equipment and supplies. 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, allow 3 months for equipment approval process to be completed which will happen before the contract is executed. Activity Estimated Com • letion Date 03/31/2012 Identi a • • ro 'date e • ui • ment and su • 'lies Place orders 04/30/2012 Distribute e• ui • ment and sus 'lies 5/31/2012 File final resort 7/15/2012 Exhibit B: BUDGET B -1 ALLOWABLE COSTS: Using Part VIII Other Information - HSGP Allowable Costs of FFY09 -HSGP Program Guidance & Application Kit identify the allowable costs that best represent this project: 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. Item Descripti Budget Category n Planning Training Exercise Equipment Equipment $ - $ - $ - $ 5,440.50 Consultant Fees $ - $ - $ - Salaries & Benefits $ - $ - $ _ Overtime /Backfill $ - $ - $ _ Travel & Per Diem $ - $ - $ _ Goods & Services $ _ $ _ Total Amount $ - $ - $ - $ 5,440.50 Grant Total $ 5,440.50 • 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. Exhibit C: APPROVED' EQUIPMENT LIST NOT APPLICABLE TO THIS PROJECT * * * ** This page left blank intentionally * * * ** RECEIVEZ., INTERLOCAL GRANT AGREEMENT , L r i') I 11 Contractor a and Address: Kin g County Office of Emergency Management 3511 NE 2nd Street Renton, WA 98056 Agreement Amount: $18,135 Agreement Nmber Uu mergerC; ,' .7C:';. „,. l ?i' i, Center K860 Contractor's Contact Person, phone number: B an Heartsfield, 206 205 -4062 Service Start Date: February 15, 2011 Service End Date: August 1, 2012 CCP Program Manager /phone number: Denise Mack 360 725 -5290 Contract Start Date: . Februa 15, 2011 Contract End Date: Se . tember 15, 2012 Funding Authority: Washington Commission for National and Community Service (Commission), Washington State Military Department (Department) and the U.S. Department of Homeland Security (DHS) . Funding Source Agreement #: 2010 -SS -T0 -0084 Program Index # & OBJ /SUB -OJ 703CL, 703CS NZ CFDA # & Title: 97.067 SHSP Women /Minority- Owned, State Certified ?: // N/A ❑ NO ❑ YES, OMWBE # Service Area by County(ies): King • TIN or SSN: 91- 6001327 Contractor Selection Process: / / "To all who apply & qualify” ❑ Competitive ❑ Sole Source ❑ A/E RCW ❑ Filed w /OFM? ❑ Advertised? ❑ YES ❑ Bidding ❑ N/A NO Contractor Type (check all that apply) ❑ Private Organization /Individual ❑ For -Profit 0 Public Organization/Jurisdiction 0 Non -Profit ❑ VENDOR // SUBRECIPIENT ❑ OTHER 22. BRIEF DESCRIPTION: The U.S. Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA) is providing funds to enhance the capability of state, local and tribal units of government to prevent, deter, respond to, and recover from catastrophic and/or terrorist events through the FFY 2010 Homeland Security Grant, Citizen Corps Program. This funding is being provided to address the unique exercise, training, planning, equipment, organization, and management and administration needs for citizen preparedness and engagement. IN WITNESS WHEREOF, the Commission 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 (Exhibit A), Statement of Work (Exhibit B), and Budget (Exhibit C) govern the rights and obligations of both parties to this contract. The beginning date of performance under this Agreement shall be February 15, 2011, regardless of the date of execution. 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) Special Terms and Conditions (c) Statement of Work, Exhibit B (d) Budget, Exhibit C (e) General Terms and Conditions, Exhibit A, and if attached, (f) 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 TH OMMISSION: Pt/ - e /2.0-ii F R THE CONTRACTOgg,,• Gv- � 2-14 -) I Signature Date William C. Basl, Executive Director For Washington Commission for National and Community Service Signature Date Caroline Whalen, County Administrative Officer For King County Department of Executive Services SPECIAL TERMS AND CONDITIONS FEMA - CCP -FFY 2010 Q 1 7 rev -e.. �{ a S +t) a v,..�). Page 1 of 16 rvv>,.., King County ARTICLE I -- COMPENSATION SCHEDULE: This is a 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 unlessi 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 Commission. The Contractor may make changes to the budget, without a formal amendment to the Contract and without securing the prior approval of the Commission, under the following conditions. a. The revisions must not result in the need for additional funding. b. Such changes must not alter the scope of the contract's work statement and must not be prohibited by applicable federal or state statutes or regulations. c. .Changes to the budget category Management and Administration (M&A) are not allowable andwill not be reimbursed beyond the-budgeted amount. d. Cumulative changes to budget categories less than 10% of the contract award are allowable. Such changes- may be between budget categories and must not alter the total amount of.money awarded under the contract. Cumulative changes to budget categories in excess of 10% of the contract award will not be reimbursed without an executed amendment to the contract. ARTICLE II - =REPORTS: In addition toy the reports as may be required elsewhere in this contract, the Contractor shall prepare and submit the following reports to the Commission's Key Personnel: Financial # /C•pies Due Date Invoices 1 Within 30,days after the end of the period (including Final) in which the work was performed as specified in Exhibit B Invoices must be submitted no more often than monthly, but at least quarterly: Failure to submit invoices in a timely. manner wull cause the Commission to hold ,,all. requests for equipment approval until invoices are submitted. Final Invoice shall not exceed overall contract amount. Technical Bi- Annual Progress Report Close Out Report # /Copies Due Date Electronic January 15 and July 15 of each year of the contract performance period Electronic Due by contract end date Failure to meet ANY of the reporting and invoicing deadlines will prohibit the Contractor from being reimbursed and will prevent vetting of equipment requests while contract requirements are outstanding. All contract °work must end on the Service End Date; August 1, 2012. The Contractor must submit all reports and deliverables on or before the Contract End Date, September 15, 2012. FEMA- CCP -FFY 2010 Page 2 of 16 King County ARTICLE III -- KEY PERSONNEL: The individuals listed below shall be considered key personnel. Any substitution must be made by written notification to the Commission. CONTRACTOR: COMMISSION: Name B an Heartsfiled Name Denise Mack Title ■ ssistant Director Title Citizen Cores Pro. ram Coordinator E -Mail Bryan.Heartsfield @kingcounty.gov E -Mail Denise.Mack a ofm.wa. a ov Phone 206 205 -4062 Phone 360 725 -5290 ARTICLE IV -- ADMINISTRATIVE REQUIREMENTS: The Contractor shall comply with all financial and procurement guidance, including competitive processes and other procurement requirements, to include but not limited to: Office of Management and Budget (OMB) Circulars, A -122 (Cost Principles for Non - Profit Organizations), A -133 (Audits of States, Local Governments, and Non - Profit Organizations), The Federal Emergency Management Agency's codified regulations, 44 Code of Federal Regulations (CFR), and the U.S. Department of Homeland Security's Financial Management Guide. Local and state procurement and contracting regulations take precedence over these requirements when local and state regulations are more stringent. ARTICLE V -- ADDITIONAL SPECIAL CONDITIONS AND MODIFICATION TO GENERAL CONDITIONS: 1. The Contractor. shall use the funds to perform tasks as described in the Statement of Work and Budget portions of this contract. 2. The Contractor shall submit required Progress Reports to hls.reoortingaemd.wa.gov and the Commission's Key Personnel as required in the contract Milestones. 3. The Contractor shall submit at a maximum monthly and a minimum of quarterly, signed and approved, invoice vouchers (State Form A -19) and a Reimbursement Spreadsheet to the Commission for costs incurred. 4. The Contractor agrees that all exercises must comply with the Homeland Security Exercise Evaluation Program (HSEEP). Upon completion of the exercise, an After Action Report and an Improvement Plan must be prepared and submitted to the FEMA portal within 60 days of completion of the exercise. Reimbursements for exercise related expenditures cannot be made until this requirement has been met. 5. The Contractor agrees that to receive any federal preparedness funding, all Environmental and Historical Preservation (EHP) Program compliance requirements outlined in applicable guidance must be met. The security enhancements, new construction, renovation, and modifications to buildings and structures that are 50 years old or older require EHP review. All other projects, including training and exercise activities, must be evaluated to determine impact. If impact is identified they must also go through an EHP review. 6. The Contractor agrees that to receive any federal preparedness funding, all National Incident Management System (NIMS) compliance requirements outlined in applicable grant guidance must be met. 7. The Contractor agrees that grant funds may not be used to replace or supplant existing funding. 8. The Contractor agrees to provide a match of $0 of non - federal origin. 9. 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. The Contractor agrees that it will not hold the Commission, the Military 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 Commission, the Military 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 FEMA- CCP -FFY 2010 Page 3 of 16 King County ARTICLE VI — PROCUREMENT AND FINANCIAL MANAGEMENT: 1. All sole source contracts over $100,000 must be reviewed and approved by the Commission prior to execution of a contract. This requirement must be passed on to all of the Contractor's subcontractors, at which point the Contractor will be responsible for reviewing and approving their subcontractors' sole source justifications. 2 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 Commission before the contract is executed. This requirement must be passed on to all of the Contractor's subcontractors, at which point the Contractor will be responsible for reviewing and approving their subcontractors' contract. 3. No costs will be reimbursed in advance of their being incurred by the Contractor. 4. No costs will be reimbursed until the items have been received by the Contractor and invoiced by the vendor. 5. 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 Commission, the Military Department, and local, state, or federal auditors. 6. Requests for reimbursement of equipment purchases will include a copy of the authorized Equipment Approval Request, 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 ". 7. No travel or subsistence costs, including lodging and meals, reimbursed with federal funds may exceed federal maximum rates which can be found at http: / /www.asa.gov. ARTICLE VII — EQUIPMENT MANAGEMENT: 1. Equipment must be purchased in compliance with the FEMA Authorized Equipment List (AEL), as detailed at http: / /www.rkb.us /. 2. The Contractor or a Subcontractor shall submit all proposed equipment purchases to the Committee on Homeland Security, Subcommittee on Equipment to ensure that the requested equipment is on the Authorized Equipment List, is aligned with the statewide equipment purchasing strategy, and meets all statewide interoperability and standardization requirements. No reimbursement for equipment costs will occur until the appropriate approvals have been obtained. 3. All equipment purchased under this contract, by the Contractor or a subcontractor, will be recorded and maintained in the Contractor's equipment inventory system, unless specific de- obligated funds are contracted directly between a county, or other entity, and the State, in which case the contracted county maintains the equipment records. 4. Upon successful completion of the terms of this contract, all equipment purchased through this contract will be owned by the Contractor, or a recognized subcontractor /subgrantee for which a contract, subgrant agreement, or.othermeans of legal transfer of ownership is in place. 5. The Contractor, or a recognized subcontractor /subgrantee, shall be responsible for any and all operation and maintenance expenses and for the safe operation of their equipment including all questions of liability. 6. The Contractor shall maintain equipment records that include: a description of the equipment; 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 equipment. 7. Records for equipment shall be retained by the Contractor for a period of six 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. 8. For the purpose of inventory and disposal of equipment purchased under this contract the 44 CFR Section 13.3 definition of equipment will be used. It defines equipment as a tangible, nonexpendable, personal FEMA- CCP -FFY 2010 Page 4 of 16 King County property having a useful life of more than one year and an acquisition cost of $5,000 or more per unit. This definition will be used for equipment purchased with contract funds, unless local or state regulations are more restrictive. 9. The Contractor shall take a physical inventory of the equipment and reconcile the results with the equipment 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, verify the existence, current utilization, and continued need for the equipment. 10. The Contractor shall develop a control system to ensure adequate safeguards to prevent loss, damage, unauthorized use and theft of equipment, to include small and attractive items. Any Toss, damage or theft shall be investigated and a report generated. 11. The Contractor will develop adequate maintenance procedures to keep the equipment in good condition. 12. If the Contractor is authorized or required to sell the equipment, proper sales procedures must be established to ensure the highest possible return. 13. 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. 14. Equipment purchased with funds from DHS grant programs should be marked with "Purchased with funds provided by the U.S. Department of Homeland Security" whenever possible. 15. As subrecipient of federal funds, the Contractor must pass on equipment management requirements that meet or exceed the requirements outlined above for all subcontractors, consultants, and subgrantees who receive pass - through funding from this contract. ARTICLE VIII — SUBRECIPIENT MONITORING The Commission will monitor the activities and equipment acquisition of the Contractor from award to closeout and for the life of equipment purchased under this contract. The goal of the Commission'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, and applicable federal and state financial regulations. Monitoring activities may include: • review of performance reports and documentation of contract deliverables completion; • documentation of phone calls, meetings, e-mails and correspondence; • review of reimbursement requests to ensure allowability and consistency with contract budget and contract deliverables; • observation and documentation of contract related activities, such as planning, exercises, training, funded events and equipment demonstrations; • on -site visits to review equipment records and inventories, to verify source documentation for reimbursement requests and performance reports, and to verify completion of deliverables. As a subrecipient of federal funds, the Contractor is required to meet or exceed the monitoring activities, as outlined above, for all subcontractors, consultants, and subgrantees who receive pass- through funding from this contract. FEMA- CCP -FFY 2010 Page 5 of 16 King County GENERAL TERMS AND CONDITIONS Exhibit A Subrecipient 1. DEFINITIONS As used throughout this contract, the following terms shall have the meaning set forth below: a. "Department' shall mean the Washington Military Department, as a state agency, any division, section, office, unit or other entity of the Department, or any of the officers or other officials lawfully representing that Department. b. "Commission" shall mean the Washington Commission for National and Community Service. b. "Contractor" shall mean that firm, organization, group, individual, or other entity performing services under this contract, and shall include all employees of the Contractor. It shall include any subcontractor retained by the prime Contractor as permitted under the terms of this contract. "Contractor" shall be further defined as one or the other of the following and so indicated on face sheet of the contract. 1) "Subrecipient shall mean a contractor that operates a federal or state assistance program for which it receives federal funds and which has the authority to determine both the services rendered and disposition of program funds. 2) "Vendor" shall mean a contractor that agrees to provide the amount and kind of service or activity requested by the Commission and that agrees to provide goods or services to be utilized by.the Commission. c. "Subcontractor" shall mean one, not in the employment of the Contractor, who is performing all or part of those services under this contract under a separate contract with the Contractor. The terms "subcontractor' and "subcontractors" mean subcontractor(s) in any tier. d. "Recipient " — a nonfederal entity that expends federal awards received directly from a federal awarding agency to carry out a federal program. e. "Pass- Through Entity" means the Washington State Military Department as it is applied to this contract. As found in SAAM 50.30.30 — "A nonfederal entity that provides a federal award to a subrecipient to carry out a federal program." f. "Nonfederal Entity" is defined as a state local government or nonprofit organization (as defined in federal Circular A -133). "Cognizant State Agency" shall mean a state agency that has assumed the responsibility of implementing single audit requirements and coordinating audit follow -up for a particular grantee by virtue of providing the majority of federal assistance. If funds are received from more than one state agency, the cognizant state agency shall be the agency who contributes the largest portion of federal financial assistance to the subrecipient unless the designation has been reassigned to a different state agency by mutual agreement. h. "Federal Financial Assistance" — Assistance that nonfederal entities receive or administer in the form of grants, loans, loan guarantees, property (including donated surplus property), cooperative agreements, interest subsidies, insurance, food commodities, direct appropriations or other assistance. It does not include amounts received for provision of vendor services to federal agencies or reimbursement for services rendered directly to individuals. i. "Grant" - For the purposes herein, the term "grant" may be used to mean "contracts" or "grants" or "agreements ". j. "CFDA Number" — The five -digit number assigned to a federal assistance program in the federal Catalog of Federal Domestic Assistance (CFDA) or, in the absence of a catalog defined number, the number defined by instructions from the federal audit clearinghouse. g. k. "CFR" — Code of Federal Regulations "OMB" — Office of Management and Budget m. "RCW" - Revised Code of Washington n. ' WAC' - Washington Administrative Code. FEMA- CCP -FFY 2010 Page 6 of 16 King County 2. SUBRECIPIENT MONITORING a. The Commission, 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 monitoring 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. b. The Contractor shall perform under the terms of the contract and the Commission has responsibility for reasonable and necessary monitoring of the Contractor's performance. The Commission shall conduct contract monitoring activities on a regular basis. Monitoring is defined as any planned, ongoing, or periodic activity that measures and reasonable assurance of 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 Commission, Commission 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 Commission 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 Commission is subject to the Public Records Act, Chapter 42.56 RCW, and that records prepared, owned, used or retained by the Commission 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 Commission, 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. d. Contractor shall provide right of access to its facilities and records to the Commission 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. FEMA- CCP -FFY 2010 Page 7 of 16 King County 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 Governments, and Non -Profit Organizations (revised June 27, 2003, effective for fiscal years ending after December 31, 2003). 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. Circular A -133 is available on the OMB Home Page at http: / /www.omb.gov 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 gant 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 Commission requests for information or corrective action concerning audit issues or findings within 30 days of the date of request. The Commission 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 Commission 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: Washington Commission for National and Community Service Attn: Citizen Corps Program Coordinator PO Box 43113 Olympia, WA 98504-3113 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 indude 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 Commission 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 Commission 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. 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 Commission is not responsible for advising the Contractor about, or determining the Contractor's compliance with, applicable laws, regulations and polides. FEMA- CCP -FFY 2010 Page 8 of 16 King County In the event of the Contractor's or a subcontractor's noncompliance or refusal to comply with any applicable law, regulation or policy, the Commission 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 government 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 Commission all advertising and publicity relating to this contract wherein the Commission's name is mentioned or language used from which the connection of the Commission's name may, in the Commission'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 Commission. 11. DISCLOSURE The use or disclosure by any party of any information conceming the Commission for any purpose not directly connected with the administration of the Commission's or the Contractor's responsibilities with respect to services provided under this contract is prohibited except by prior written consent of the Commission, or as required by law. 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 Commission, 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. 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.gov. 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, FEMA- CCP -FFY 2010 Page 9 of 16 King County 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 contractrare not employees or agents of the Commission in any manner whatsoever, and' will not be presented as nor ,claim to be officers or employees of the Commission, 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 Commission,, 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 Commission, the Department shall: obtain proper approval from the employing agency or institution. A statement of "no conflict of interest" shall be submitted to the Commission. 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 Commission. 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 Commission for any breach in the performance of the Contractor's duties. The Commission may requesta copy of any and /or all subcontracts for work being completed under this contract. 17. CONTRACT MODIFICATIONS The Commission 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 Commission -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 temis 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. 19. ADVANCE PAYMENTS PROHIBITED The Commission shall make no payments in advance or in anticipation of goods or services to be provided under this contract. Contractor shall not invoice the Commission in advance of delivery of such goods.orservices. 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 FEMA- CCP -FFY 2010 Page 10 of 16 King County 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 Commission 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 Commission 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 attempt 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. 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 attorneys 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 Commission 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 Commission has no obligation to do so. 28. TERMINATION OR SUSPENSION FOR CAUSE In the event the Commission, 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 Commission has the right to immediately suspend or terminate this contract in whole or in part. The Commission may notify the Contractor in writing of the need to take corrective action and provide a period of time in which to cure. The Commission is not required to allow the Contractor an opportunity to cure if it is not feasible as determined solely within the Commission'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 Commission. If the Commission allows the Contractor an opportunity to FEMA- CCP -FFY 2010 Page 11 of 16 King County cure, the Commission 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 Commission, or if such corrective action is deemed by the Commission to be insufficient, the contract maybe terminated in whole or in part. The Commission 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 Commission 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 Commission 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 Commission'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 Commission, 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 Commission 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 Commission provided for in this section shall not be exdusive 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 Commission 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 Commission may require the Contractor to deliver to the Commission 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 Commission 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 Commission prior to the effective date of contract termination, and the amount agreed upon by the Contractor and the Commission 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 Commission, (iii) other work, services and /or equipment; or supplies which are accepted by. the Commission, 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 Commission shall determine the extent of the liability of the Commission. The Commission shall have no other obligation to the Contractor for termination. The Commission may withhold from any amounts due the Contractor such sum as the Commission determines to be necessary to protect the Commission against potential loss or liability. The rights and remedies of the Commission provided in this contract shall not be exclusive and are in additiori-to any other rights and remedies provided by law. After receipt of a notice of termination, and except as otherwise directed by the Commission in writing, the Contractor shall: FEMA- CCP -FFY 2010 Page 12 of 16 King County 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 Commission, in the manner, at the times, and to the extent directed by the Commission, all of the rights, title, and interest of the Contractor under the orders and subcontracts so terminated, in which case. the Commission 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 Commission to the extent the Commission may require, which approval or ratification shall be final for all the purposes of this clause; e. Transfer title to the Commission and deliver in the manner, at the times, and to the extent directed by the Commission any property which, if the contract had been completed, would have been required to be furnished to the Commission; f. Complete performance of such part of the work as shall not have been terminated by the Commission in compliance with all contractual requirements; and g. Take such action as may be necessary, or as the Commission 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 Commission has or may acquire an interest. AAG Approved 9/12/2007 FEMA- CCP -FFY 2010 Page 13 of 16 King County Exhibit,B Statement of Work FFY 2010 State Homeland Security Program INTRODUCTION: The FFY 2010 Citizen Corps Program (CCP) funds are provided to support Citizen Corps Councils with efforts to engage citizens in aII- hazards prevention, protection, .response; and recovery. These efforts include planning and, evaluation, public education and emergency communications, training, exercises, volunteer programs and activities to support: emergency responders, surge capacity roles and responsibilities, and - providing proper equipment to citizen volunteers. Washington State is subdivided into nine (9) Homeland Security Regions. Within each of the nine regions a Regional Homeland Security Coordinating Office (RHSCO) has been identified. King County Office of Emergency, Management is the Region 6 RHSCO. • King County Office of Emergency Management (herein known as the Contractor) agrees to the following: 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. 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 FFY 2010 grant application. 3. Plan and implement equipment purchases, exercises, training, planning and management t& administration activities in accordance with the FFY 2010 Homeland Security Grant Program Guidance, = which can be found at http: / /www.feria aoilldovernment/drant/hsoNindex.shtm, as well as all subsequent policy changes. ' 4. Ensure that all subcontractors' and subgrantees are in compliance with the FFY 2010 Homeland. Security Grant Program Guidance through monitoring of expenditures and periodic reviews of activities. • 5. The FFY 2010 HSGP grant stipulates the following caps and thresholds: • The Contractor will _ not be reimbursed for Management and Administrative costs that exceed the budgeted amount (see Exhibit C), to meet the Federal 3% cap of the total award. • Expenditures for promotional items must not exceed 15% of the total allocation. • Expenditures for kits used in volunteer response (e.g., CERT or MRC kits /backpacks) or clothing for official identification must not exceed 30% of the total allocation. THE CONTRACTOR AGREES TO: 1. Provide continuing education opportunities on a zone basis for CERT trained citizens. 2. Purchase identifiable and protective clothing for Citizen Corps instructors and volunteers. 3. Support National Night Out activities with signage and other event materials. 4. Provide a CERT train - the - trainer class. 5. Support Citizen Corps programs through promotional materials. THE COMMISSION AGREES TO: 1. Provide technical assistance, expertise, and state coordination with FEMA where necessary. 2. Reimburse the Contractor within 45 days of receipt and approval of requests for reimbursement which includes all documentation of expenditures as required. FEMA- CCP -FFY 2010 Page 14 of 16 King County MILESTONES FFY 2010 State Homeland Security Program MILESTONE TASK February 15, 2011 Start of contract performance period. Date of Last Signature Contract Execution. January 15, 2012 Submission of Bi- annual Report. July 15, 2012 Submission of Bi- annual Progress Report. August 1, 2012 End of contract performance period. No later than September 15, 2012 Submit all final reports, requests for reimbursement and/or deliverables, FEMA- CCP -FFY 2010 Page 15 of 16 King County Exhibit C BUDGET SHEET FFY. 2010 State Homeland Security Program PLANNING TRAINING EXERCISE Sub - Category Salaries & Benefits Consultants/Sub - Contracting Goods & Services Travel & Per Diem Pass Thru Other - Indirect 2,700 1,900 Total $ 4,600 Sub - Category Salaries & Benefits Overtime Consultants /Sub - Contracting Goods & Services Travel & Per Diem Pass Thru Other 8,135 Total $ 8,135 Sub - Category Salaries & Benefits Overtime Consultants /Sub - Contracting Goods & Services Travel & Per Diem Pass Thru Other Total $ MANAGEMENT & ADMINISTRATION Sub - Category Salaries & Benefits Consultants/Sub-Contracting Goods & Services Travel & Per Diem Pass Thru Other EQUIPMENT Total Sub - Category Pass Thru $ 5,400 18,135 I Total Budget • $ Funding Source: 703CS Funding Source: 703CL Funding Source: 703CS Funding Source: 703CL Funding Source: 703CS Funding Source: 703CL Funding Source: 703CS Funding Source: 703CL Funding Source: 703CS Funding Source: 703CL `1. Cumulative changes to budget categories in excess of 10% of the contract award will not be reimbursed without prior written authorization from the Department '2. Federal funds may be used to suppliment existing funds, and will not replace (supplant) funds that have been appropriated for the same purpose. '3. The Contractor will not be reimbursed for Management and Administrative costs that exceed $0. FEMA- CCP -FFY 2010 Page 16 of 16 King County