HomeMy WebLinkAboutGrant Related - Emergency ManagementGRANT COUNTY
COMMISSIONERS AGENDA MEETING REQUEST FORM
(Must be submitted to the Clerk of the Board by 12:00pm on Thursday)
REQUESTING DEPARTMENT: Emergency Management
REQUEST SUBMITTED BY: Jessica Olsen
DATE: 1 0/02/2024
PHONE: 509-906-9100
CONTACT PERSON ATTENDING ROUNDTABLE: MlreYa Garcia/Jessica Olsen
CONFIDENTIAL INFORMATION: ❑YES ®NO
❑Agreement /Contract ❑AP Vouchers ❑Appointment / Reappointment ❑ARPA Related
❑ Bids / RFPs / Quotes Award [:]Bid Opening Scheduled ❑ Boards / Committees ❑ Budget
❑ Computer Related ❑ County Code ❑ Emergency Purchase ❑ Employee Rel.
❑ Facilities Related ❑ Financial ❑ Funds ❑ Hearing
❑ Invoices / Purchase Orders ® Grants — Fed/State/County ❑ Leases ❑ MOA / MOU
❑ Minutes ❑ Ordinances ❑ Out of State Travel ❑ Petty Cash
❑ Policies ❑ Proclamations ❑ Request for Purchase ❑ Resolution
❑ Recommendation ❑ Professional Serv/Consultant ❑ Support Letter ❑ Surplus Re .
q
❑Tax Levies ❑Thank You's ❑Tax Title Property ❑WSLCB
Request to update the Signature Authorization Form for the Homela
nd Security
Grant Program Agreement No. E23-094, approved b the BOCC on pp y January 17,
2023. This would update the Signature Authorization Form to include th
e BOCC and
Jessica Olsen.
If necessary, was this document reviewed by accounting? ❑ YES ❑ NO 0 N/A
If necessary, was this document reviewed by legal? ❑ YES ❑ NO 0 N/A
APPROVE: DENIED ABSTAIN
D1:
D2:
D3:
4/23/24
WITHDRAWN:
0 ; r-'§,
y 2�'���
SIGNATURE AUTHORIZATION FORM
WASHINGTON STATE MILITARY DEPARTMENT
Camp Murray, Washington 98430-5122
Please read instructions on reverse side before completing this form.
NAME OF ORGANIZATION DATE SUBMITTED
Grant County Sheriff's Office, Emergency Management
PROJECT DESCRIPTION CONTRACT NUMBER
WA St. Military Dept. and the U.S. Department of Homeland Security
E23-094
1. AUTHORIZING AUTHORITY
SIGNATURE
4
PRINT OR TYPE NAME
Cindy Carter
TITLE/TERM OF OFFICE
Commissioner, Chair
Danny E. Stone
Commissioner, Vice Chair
Fir
-
Rob Jones
Commissioner, Member
I \vUL i \MUiviC\"r«Nb\.... \M-\JIUNAU I H Revised 3/03
INSTRUCTIONS FOR SIGNATURE AUTHORIZATION FORM
This form identifies the persons who have the authority to sign contracts amendments
and requests for reimbursement. It is required for the management of c '
our g y contract with
the Military Department (MD). Please complete all sections. One copy original
on inal
signatures is to be sent to MD with the signed contract, and the other should be kept with
your copy of the contract.
When a request for reimbursement is received, the signature is checked to verify that it
matches the signature on file. The payment can be delayed if the request is
Y
presented without the proper signature. It is important that the signatures in MD's files
are current. Changes in staffing or responsibilities will require a new signature
authorization form.
g
1. Authorizing Authority. Generally, the person(s) signing in this box heads
the governing body of the organization, such as the board chair or mayor. In
some cases, the chief executive officer may have been delegated this
authority.
2. Authorized to Sign Contracts/Contract Amendments. Theperson(s) with
this authority should sign in this space. Usually, it is the county
commissioner, mayor, executive director, city clerk, etc.
3. Authorized to Sign Requests for Reimbursement. Often the executive
director, city clerk, treasurer, or administrative assistant have this authority.
Y
It is advisable to have more than one person authorized to sign
g
reimbursement requests. This will help prevent delays in processing a
request if one person is temporarily unavailable..
If you have any questions regarding this form or to request new forms lease call our
Program Manager.
MD P ' p Y
.
Department: Emergency Management
Grantor: Washington State Military Department
Grant No. E23-094
Date signed: � , 2024
GRANT COUNTY BOARD
OF COUNTY C6MMISSIONERS
Cindy Cart, Chair v
Danny E. S ne, Vice -Chair
Rob JQ - er
ATTEST:
Barbara J. Vasquez, CMC
Clerk of the Board
Washington Military Department
HOMELAND SECURITY GRANT PROGRAM AGREEMENT FACE SHEET
1. Subrecipient Name and Address: 2. Grant Agreement Amount:
Grant, County of $82,487 3. Grant Agreement Number --- :
Sheriffs Office, Emergency Management E23-094
35 C Street NW
PO Box 37
--w-Ephrata, WA 98823-1685
4. Subrecipient Contact, phone/email: 5. Grant Agreement Start Date: ---- 6. Grant Agreemate:
ent End D�
Josh Sainsbury, 509-750-7306 September 1, 2022 January 31, 2025
jsainsburyflgrantcountywa.,Uov
7. Department Contact, phone/email 8. Unique Entity Identifier (UEI): 9. UBI # (state --- re -- venue):
Deborah Henderson, 253-512-7470 ZL6WM26K8KR5 136-000-784
— Deborah.Henderson@mii.wa.gov
10. Funding Authority:
— Washington Military Department (the Department) and the U.S. Department of Homeland Securi!y_(DHS)
11. Federal Funding Identification #: 12. Federal Award Date: 13. Assistance Listings # & Title:
EMW-2022-SS-00056-So1 — ----- - 09/0212022 97.067 - 22HSGP (SHSP)
14. Total Federal Award Amount: 15. Program Index # & OBJ/SUB-OBJ: 16.- EIN
$13,905,347 723SZ, 723SH, 723SB, 723SL, 723SC
I 723SQ I NZ_ 91-6001319
17. Service Districts:
18. Service Area by County(ies): 19. WomenIM-Minority-Owned, State
BY LEGISLATIVE DISTRICTS. 12,13 Grant Certified: 0 N/A 7 NO
BY CONGRESSIONAL DISTRICTS: 4 1
20, Agreement Classification El YES, OMWBE #
21. Contract Type (check all that apply):
0 Personal Services 13 Client Services Xi Public/Local Gov't 0 Contract Z Grant 0 Agreement
0 Research/Development Cl A/E 0 Other ------ 9MUMM EJ Intergovernmental (RCW 39.34) 0 Interagency
22. Subrecipient Selection Process: 23. Subrecipient Type (check all that apply)
Z "To all who apply & qualify" ID Competitive Bidding 0 Private Organ ization/I ndividual El For -Profit
0 Sole Source 0 A/E RC
17 N/A N Public Organization/Jurisdiction El Non -Profit
El Filed w/OFM? El Advertised? 101 YES 0 NO --- El CONTRACTOR N SUBRECIPIENTEI OTHER
24. PURPOSE & DESCRIPTION:
The objective of the Federal Fiscal Year (FFY) 2022 Homeland Security Grant Program (22HSGP) is to fund state, local, tribal, and territorial
efforts to prevent terrorism and prepare the nation for threats and hazards that pose the greatest risk to the security of the United ted States.
22HSGP provides funding to implement investments that build, sustain, and deliver the core capabilities essential to achieving thNational
Preparedness Goal of a secure and resilient nation. 22HSGP supports core capabilities across the five mission areas of prevention, protection,
mitigation, response, and recovery based on allowable costs. HSGP is comprised of three interconnected grant programs: State Homeland
Security Program (SHSP), Urban Areas Security Initiative (UASQ, and Operation Stonegarden (OPSG). Together, these grant programs fund a
range of preparedness activities, including Tannin organization, equipment purchase, training, exercises, and management and
administration.
The Department is the Recipient and Pass -through Entity of the 22HSGP DNS Award Letter for Grant No. EMW-2022-SS-00056-Spy (" Grant ),
"
which is incorporated in and attached hereto as Attachment C and has made a subaward of funds to the Subrecipient pursuant to this
-.-Agreement. The Subreciplent is accountable to the Department for use of Federal award fund1provided under this Agreement.
IN WITNESS WHEREOF, the Department and Subrecipient acknowledge and accept the terms of this Agreement. including all referenced attachments
which are hereby incorporated, and have executed this Agreement as of the date below. This Agreement Face' Sheet; Special Terms & Conditions
(Attachment A); General Terms and Conditions (Attachment B); DHS Award Letter (Attachment C), Work Plan (Attachments D-1, D-2, D-3), gt
Bude
(Attachment E), Timeline (Attachment F); and all other documents and attachments expressly referenced and incorporated herein contain all the terms and
conditions agreed upon by the parties and govern the rights and obligations of the parties to this Agreement. No other understandings, oral or otherwise
regardi22the sub�ct matter of this ��2reement shall be deemed to exist or to bind any of the parties. ,
In the event of an inconsistency in this Agreement, unless otherwise provided herein, the inconsistency shall be resolved by giving precedence in the following
order:
1. Applicable federal and state statutes and regulations 4. Special Terms and Conditions
2. DHSIFEMA Award and program documents 5. General Terms and Conditions, and,
3. Work Plan, Timeline, and Budget 6. Other provisions of the Agreement incorporated by reference.
WHEREAS, the parties have executed this Agreement on the day and y ar last specified below.
FOR THE DEPARTMENT:
F R THE SU RECIPIENT:
11/7/2022
SigVt e ----------- Date SigO'a 2P ZZ,
Regan Anne Hesse, Chief Financial Officer Ryan Itctenwald, Sheriff Date
Washington Military Department Grant County Sheriffs Office
BOILERPLATE APPROVED TO FORM: APPROVED AS TO FORM (if applicable):
Dierk Meierbachtol 9/28/2022
Assistant Attorney General
Si co nature Date
DHS-FEMA-HSGP-SHSP-FY22 Page 1 of 44 Grant County Sheriffs Office, E23-094
SPECIAL TERMS AND CONDITIONS Attachment A
S
ARTICLE 1. KEY PERSONNEL
The individuals listed below shall be considered key personnel for point of contact under this Agreement.'Any
substitution of key personnel by either party shall be made by written notification to the current key personnel.
ARTICLE 11. ADMINISTRATIVE AND/OR FINANCIAL REQUIREMENTS
The Subrecipient shall comply with all applicable state and federal laws, rules, regulations, requirements and
program guidance identified or referenced in this Agreement and the informational documents published by
DHS/FEMA applicable to the 22HSGP Program, including, but not limited to, all criteriarestrictions, and
requirements of "The Department of Homeland Security (DHS) Notij ce of Funding Opportunity (NOFO) Fiscal
Year 2022 Homeland Security Grant Program" (hereafter "the N0170") dOCUment, the FEMA Preparedness
Grants Manual document, Version 3, published May 2022 (hereafter "the Manual"), the DHS Award Letter for
the ' Grant, and the federal regulations commonly applicable to DHS/FEMA grants, all of which are incorporated
herein by reference. The DHS Award Letter is incorporated in this Agreement as Attachment C.. I
The Subrecipient acknowledges that since this Agreement involves federal award funding, the period of
performance may begin prior to the availability of appropriated federal funds. The Subrecipient agrees that it will
not hold the Department, the State of Washington, or the United States liable for any damages, claim for
reimbursement, or any type of payment whatsoever for services performed under this Agreement prior to
distribution of appropriated federal fun.ds, or if federal funds are not appropriated or in a particular amount,
A. STATE AND FEDERAL REQUIREMENTS FOR DHS/FEMA PREPAREDNESS GRANTS:
The following requirements apply to all DHS/FEMA Preparedness Grants administered by the Department,
I. SUBAWARDS & CONTRACTS BY SUBRECIPIENTS
a, The Subrecipient must make a case -by -case determination whether each agreement it makes for
the disbursement of 22HSGP funds received under this Agreement casts the party receiving the
funds in the role of a subrecipient or contractor in accordance with 2 CFR 200.331.
b. If the Subrecipient also becomes a pass -through entity by making a subaward to a non-federal
entity as its subrecipient, the Subrecipient must make a case -by -case determination whether each
agreement it makes for the disbursement of 22HSGP funds received under this Agreem'ent 6asts,
the party receiving the funds in the role of a subrecipient or contractor in accordance with 2 CFI
200,330,
The Subrecipient must comply with all federal laws and regulations applicable to pass -
through entities of 22HSGP funds, including, but not limited to, those contained in 2 CFR
200,
The Subrecipient shall require its subrecipient(s) to comply with all applicable state and
federal laws, rules, regulations, requirements and program guidance identified or referenced
in this Agreement and the informational documents published by DHSIFEMA applicable to
DHS-FEMA-HSGP-SHSP-FY22 Page 2 of 44 Grant County Sheriff's Office, E23-094
the 22HSGP Program, including, but not limited to, all criteriarestrictions, and requirements
of the NOFO ,the Manual, the DHS Award Letter for the G, rant in Attachment C, and the
federal regulations commonly applicable to DHS/FEMA grants.
iii. The Subrecipient shall be responsible to the Department for ensuring that all 22HSGP
federal award funds provided to its subrecipients are used in accordance with applicable
federal and state statutes and regulations, and the terms and conditions of the federal award
set forth in Attachment C of this Agreement.
2. BUDGET, REIMBURSEMENT, AND TIMELINE
a. Within the total Grant Agreement Amount, travel, subcontracts, salaries, benefits, printing,
equipment, and other goods and services or other budget categories will be reimbursed on an
actual cost basis upon completion unless otherwise provided in this Agreement.
b. The maximum amount of all reimbursement requests permitted to be submitted under this
Agreement, including the final reimbursement request, is limited to and sh
Grant Agreement Amount, all not exceed the total
c. If the Subrecipient chooses to include indirect costs within the Budget (Attachment E), additional
documentation is required based on the applicable situation. As described in 2 CFR 200.414 and
Appendix V11 to 2 CFR 200:
i. If the Subrecipient receives direct funding from any Federal agency(ies), documentation of
the rate must be submitted to the Department Key Personnel per the following:
A. More than $35 million, the approved indirect cost rate agreement negotiated with its
federal cognizant agency.
B. Less than $35 million, the indirect cost proposal developed in accordance with
Appendix V11 of 2 CFR 200 requirements.
If the Subrecipient does not receive direct federal funds (i.e., only receives funds as a
subrecipient), the Subrecipient must either elect to charge a de minimis rate of ten percent
(10%) or 10% of modified total direct costs or choose to negotiate a higher rate with the
Department. If the latter is preferred, the Subrecipient must contact Department Key
Personnel for approval steps.
d. For travel costs, the Subrecipient shall comply with 2 CFR 200.475 and should consult their
internal policies, state rates set pursuant to RCW 43.03.050 and RCW 43.03-060 as now gexistin
m
or aended, and federal maximum rates set forth at https://www.cisa.ovg
, and follow the most
restrictive. If travel costs exceed set state or federal limits, travel costs shall not be reimbursed
without prior written approval by Department Key Personnel.
e. Reimbursement requests will include a properly completed State A-19 Invoice Form and
Reimbursement Spreadsheet (in the format provided by the Department) detailing the
expenditures for which reimbursement is sought. Reimbursement requests must be submitted to
Reim bursements(a-),mil.wa. cloy no later than the due dates listed within the Timeline
(Attachment F).
Reimbursement request totals should be commensurate to the time spent processing by the
Subrecipient and the Department.
Receipts and/or backup documentation for any approved items that are authorized under this
Agreement must be maintained by the Subrecipient consistent with record retention requirements
of this Agreement and be made available upon request by the Department, and federal, state,
and local auditors,
g. The Subrecipient must request rior written approval from Department Key Personnel to waive
or extend a due date in the Timeline (Attachment F). For waived or extended reimbursement due
dates, all allowable costs should be submitted on the next scheduled reimbursement due date
contained in the Timeline. Waiving or missing deadlines serves as an indicator for assessing an
agency's level of risk of noncompliance with the regulations, requirements, and the terms and
conditions of the Agreement and may increase required monitoring activities. Any request for a
DHS-FEMA-HSGP-SHSP-FY22 Page 3 of 44 Grant County Sheriff's Office, E23-094
waiver or extension of a due date In the Timeline will be treated as a request for Amendment of
the Agreement. This request must be submitted to the Department Key Personnel sufficiently in
advance of the due date to provide adequate time for Department review and consideration and
may be granted or denied within the Department's sole discretion.
h, All work under this Agreement must end on or before the Grant Agreement End Date, and the
final reimbursement request must be submitted to the Department within forty-five (45) days after
the Grant Agreement End Gate, except as otherwise authorized by either (1) written amendment
of this Agreement or (2) written notification from the Department to the Subrecipient to provide
additional time for completion of the Subrecipient's subproject(s),
i. No costs for purchases of equipment/supplies will be reimbursed until the related
equipment/supplies have been received by the Subrecipient, its contractor, or any non-federal
entity to which the Subreciplent makes a subaward and is invoiced by the vendor,
j. Failure to submit timely, accurate, and complete reports and reimbursement requests as required
by this Agreement (including, but not limited to, those reports' in the Timeline [Attachment F]) will
prohibit the Subrecipient from being reimbursed until such reports are submitted and the
Department has had reasonable time to conduct its review.
k. Final reimbursement requests will not be approved for payment until the Subrecipient is current
with all reporting requirements contained in this Agreement,
I. For SHSP and LIASI Subrecipients, a written amendment will be required if the Subreciplent
expects cumulative transfers among subproject totals, as identified in the Budget (Attachment E),
to exceed ten percent (10%) of the Grant Agreement Amount. If a Subrecipient has only one
subproject, cumulative transfers among solution areas within the subproject that exceed ten
percent (10%) of the Grant Agreement Amount shall require an amendment to this Agreement.
m. For OPSG Subrecipients, any deviations from the approved, direct budget categories will require
additional federal approvals and a written amendment.
n. Subreciplents shall only use federal award funds under this Agreement to supplement existing
funds and will not use them to replace (supplant) non-federal funds that have been budgeted for
the same purpose. The Subrecipient may be required to demonstrate and document that the
reduction in non-federal resources occurred for reasons other than the receipt or expected receipt
of federal funds,
3. REPORTING
a.. With each reimbursement request,. the Subrecipient shall report how the expenditures, for which
reimbursement is sought, relate to the Work Plan (Attachments D-1, D-23 D-3) activities in the
format provided by the Department.
b. With the final reimbursement request, the Subrecipient shall 11 submit to 'the Department Key
Personnel a final report describing all completed activities under this Agreement,
c. The Subrecipient shall comply with the Federal Funding Accountability and Transparency Act
(FFATA) and related OMB Guidance consistent with Public Law 109-282 as amended by section
6202(a) of Pu'blic Law 110-252 (see 31 U.S.C. 6101 note) and complete and return to the
Department an Audit CertificationIFFATA Form. This form is required to be completed once per
calendar year, per Subreciplent, and not per agreement. The Department's Contracts Office will
request the Subreciplent submit an updated form at the beginning of each calendar year in which
the Subrecipient has an active agreement.
4. EQUIPMENT AND SUPPLY MANAGEMENT
a. The Subrecipient and any non-federal entity to which the Subrecipient makes a subaward shall
comply with 2 CFR 200.317 through 200.327 when procuring any equipment or supplies under
this Agreement, 2 CFI 200.313 for management of. equipment, and 2 CFR 200.314 for
management of supplies, to include, but not limited to:
i. Upon successful completion of the terms of this Agreement, all equipment and supplies
purchased through this Agreement will be owned by the Subrecipient, or a recognized non-
DHS-FEMA-HSGP-SHSP-FY22 Page 4 of 44 Grant County Sheriff's Office, E23-094
federal entity to which the Subreciplent has made a subaward, for which a contract,
subrecipient grant agreement, or other means of legal transfer of ownership is in place,
ii. All equipment, and supplies as applicable, icable, purchased under this Agreement will be recorded
and maintained in the Subrecipient s inventory system.
iii. Inventory system records shall include:
A. Description of the property;
B. Manufacturer's serial number, model number, or other identification number;
C. Funding source for the property, including the Federal Award Identification Number
(FAIN) (Face Sheet, Box 11);
D. Assistance Listings Number (Face Sheet, Box 13);
E. Who holds the title;
F. Acquisition date;
G. Cost of the property and the percentage of federal participation in the cost;
H. Location, use and condition of the property at the date the information was reported;
I. Disposition data Including the date of disposal. and sale price of the property.
iv, The SUbrecipient shall take a physical inventory of the equipment, and supplies as
applicable, and reconcile the results with the property records at least once every two years.
Any differences between quantities determined by the physical inspection and those shown
in the records shall be investigated by the SUbrecipient to determine the cause of the
difference. The Subrecipient shall, in connection with the inventory, verify the existence,
current utilization, and continued need for the equipment.
V. The Subrecipient shall be responsible for any and all operational and maintenance
expenses and for the safe operation of the equipment and supplies including all questions
of liability. The Subrecipient shall develop appropriate maintenance schedules and
procedures to ensure the equipment, and supplies as applicable, are well -maintained and
kept in good operating condition.
vi. The Subrecipient shall develop a control system to ensure adequate safeguards to prevent
loss, damage, and theft of the property. Any loss, damage, or theft shall be investigated,
and a report generated and sent to the Department's Key Personnel.
vii. The Subrecipient must obtain and maintain all necessary certifications and licenses for the
equipment.
viii. If the Subrecipient is authorized or required to sell the property, proper sales procedures
must be established and followed to ensure the highest possible return, For disposition, if
upon termination or at the Grant Agreement End Date, when original or replacement
supplies or equipment acquired under a federal award are no longer needed for the original
project or program or for other activities currently or previously supported by a federal
awarding agency, the Subrecipient must comply with the following procedures.-
A. For Supplies, If there is a residual inventory of unused supplies exceeding $5,000 in
total aggregate value upon termination or completion of the project or program and the
supplies are not needed for any other federal award, the Subrecipient must retain the
supplies for use on other activities or sell them, but must, in either case, compensate
the federal government for its share. The amount of compensation must be c
iomputed
n the same manner as for equipment.
B. For Equipment:
1) Items with a current per -unit fair -market value of five thousand dollars ($5,000) or
less may be retained, sold, transferred, or otherwise disposed of with no further
obligation to the federal awarding agency.
DHS-FEMA-HSGP-SHSP-FY22 Page 5 of 44 Grant County Sheriffs Office, E23-094
2) Items with a current per -unit fair -market value in excess of five thousand dollars
($5,000) may be retained or sold. The Subrecipient shall compensate the federal
awarding agency in accordance with the requirements of 2 CFR 200.313 (e) (2).
ix, Records for equipment shall be retained by the Subrecipient 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
Subrecipient until all litigation, claims, or audit findings involving the records have been
resolved.
b. The Subrecipient shall comply with the Department's Purchase Review Process, which is
incorporated by reference and made part of this Agreement. No reimbursement will be provided
unless the appropriate approval has been received.
c. Allowable equipment categories for the grant program are listed on the Authorized Equipment
List (AEL) located on the FEMA website at httos://www.fema.gov/grants/auidance
tools/authorized equipment -list. it is important that the Subrecipient and any non-federal entity to
which the Subrecipient makes a subaward regard the AEL as an authorized purchasing list
identifying items allowed under the specific grant program; the AEL includes items that may not
be categorized as equipment according to the federal, state, local, and tribal definitions of
equipment. The Subrecipient is solely responsible for ensuring and documenting purchased items
under this Agreement are authorized as allowed items by the AEL at time of purchase.
If the item is not identified on the AEL as allowable under the grant program ,the Subrecipient
must contact the Department Key Personnel for assistance in seeking FEMA approval rior to
acquisition.
d. Unless expressly provided otherwise, all equipment must meet all mandatory regulatory and/or
DHS/FEMA adopted standards to be eligible for purchase using federal award funds.
e. If funding is allocated to emergency communications, the Subrecipient must ensure that all
projects comply with SAFECOM Guidance on Emergency Communications Grants, located at
https://www.cisa.gov/safecom/funding, ensuring the investments are compatible, interoperable,
resilient, and support national goals and objectives for improving emergency communications.
f. Effective August 13, 2020, FEMA recipients and subrecipients, as well as their contractors and
subcontractors, may not obligate or expend any FEMA award funds to:
i. Procure or obtain any equipment, system, or service that uses covered telecommunications
equipment or services as a substantial or essential component of any system, or as critical
technology of any system;
ii. Enter into, extend, or renew a contract to procure or obtain any equipment, system, or
service that uses covered telecommunications equipment or services as a substantial or
essential component of any system, or as critical technology of any system; or
iii. Enter into, extend, or renew contracts with entities that use covered telecommunications
equipment or services as a substantial or essential component of any system, or as critical
technology as part of any system.
This prohibition regarding certain telecommunications and video surveillance services or
equipment is mandated by section 889 of the John S. McCain National Defense Authorization Act
for Fiscal Year 2019 (FY 2019 NDAA), Pub. L. No. 115-232 (2018). Recipients and subrecipients
may use DHS/FEMA grant funding to procure replacement equipment and services impacted by
this prohibition, provided the costs are otherwise consistent with the requirements of the Manual
and applicable NOFO.
Per subsections 889(D(2)-(3) of the FY 2019 NDAA, and 2 CFR 200.216, covered
telecommunications equipment or services means:
i. Telecommunications equipment produced by Huawei Technologies Company or ZTE
Corporation, (or any subsidiary or affiliate of such entities);
DNS-FEMA-HSGP-SHSP-FY22 Page 0 of 44 Grant County Sheriffs Office, E23-094
For the purpose of publnicnsaf—ety,�secu-ofgovernment facilities, physical security of critical infrastructure, and o��.purposes, video
surveillance and telecommunications equipment produced by HyteroCommunicationscOrporeUon,Hangzhou Hinvumnuigna| Technology Company, or Oahue Teohno|ogyCompany("ranysubs|dia/y or affiliate
of such entities);
Telecommunications orvideo surveillance services provided bvsuch enUt�aorusing such
equipment; or
'
k/. Telecommunications orvideo surveillance equ' mentorser eaproduoedorprovidedbv
on entity that the Secretary of [Defense, in ' services
with the Director of National
ence or the Director of the Federal Bureau of Investigation,reaeonab|vbe'ievestobeon entity owned or controlled by, or otherwise connected to, the go«ernmentofacovered
foreign country.
g. For OPSGSubrecipient .itemsbudo�h�dasequ' ' Operations Order should
be marked prominently with "Purchased
- with DHS funds for Operation �ton=arden Use" when
practicable.- ~�
h.The Subrecipient must pass through equipment and supply management requirements that meet
or exceed the requirements outlined above toany non-federal en^ �to which the8ubrecipient
makes aaubewordoffederal award funds under this Agreement.
5. ENVIRONMENTAL AND HISTORICAL PRESERVATION
a. The Subrecipient shall ensure full compliance with the DHS/FEMA Environmental Planning and
Historic Preservation (EHP) Program. EHP program information can be found at
tittps://www.fe,ma.gov/qrants/c -tools/environmental-historic in and made a part of this Agreement.
all ofwhich are incorporated
widance
b Projects that have historical impacts or the potential to impact
'xthe
-environment, including, but
not limited to, construction of communication towers; modification or renovation of existing
buildings, and facilities; ornew construction'indud|ng replacement of facilities, must
participate inthe DHS/FEMAEHP review process prior toproject initiation. Modification of existing
buildings, including minimally invasive improvements suchattaching monitors hzinterior =o|:"'and training or exercises occurring outside in areas not considered
previously disturbed also
require a OH8/FEMA EHP review before projectinbiation.
o. The EHP review process involves the submission of detailed ~
p '�ctdeaoription that includes
the enUre0oopeofworh.ino|udinganya/bennat|veSthatnn8ybe~zunder consideration, along with
supporting documentation so FEK4A may determine whetherthe proposed project has the
'
potential toimpact environmental resources and/or historic properties.
d. The Subnaoipientogreesthat.ioreoeiveanyhadera|prepansdnesofun~d�ing^
all EHP compliance
requirements outlined in applicable guidance must be met. The EHP review process must be
completed and FEN\ approval must be received by the Sun--ipe'~beformany work Expenditures ^e(tsGLortedbefonaoonp|etion of the EHP review process and receipt of approval by the Su -recipient may not bere|mbursed.
6. PROCUREMENT
e. TeSubrecipient shall comply with all procurement requirements of 2CFR 200317thmugh
�
2OO.327and eosp��edinth� General Terms and C�ond�ons(Attachment B.A.1-
b. For all sole source contracts expected hoexceed $25O.00O.the Subnecipientmust submit tothe
Department for pre -procurement review and approval the procurement documents, such as
requests for proposals, invitations for bids and independent cost eaLimeteo This requirement muoi
be passed on to any non-federal entity to which the Bubreoipient nn�kec a sub�vve'"' at which
point the 8ubnaoipient will be responsible for reviewing and approving ao|- justifications of
any non-federal entity towhich the Subnaoipient makes e subaward.
y. SUBREC|P/ENT MONITORING
on���SGP-SHSP-FY22 Page 7of 44 Grant County Sheriff's Office.B3-094
a. The Department will monitor the activities of the Gu ''�f�c����o��Thegoa|�
�De��e�smon�hngo�i��U��ensure ���en����|�federal pass -
through funds are in compliance with this Ao�em�Agreement,edena| and state audit requirements
federal grant guidance, and app|ioab|ehedena|- and state financial regulations, �s ^~� as 2 C�F—
pa�OOBubp�F. ' ^`~^ '`
��
b. To document compliance with 2 CFR Part 200 Subpart F
requirements, the Subreoipien1ahoUconp|ete and return to the Department on Audit Cer�fce1ion/FFATAform. This form is requiredto be completed once per calendar year, per �ubreoipient, and not per agreement TheDepartment's Contracts Office will request the Subrecipient submit an updated form at the
beginning of each calendar year in which the Subrecipient has an active agreement.
o. Monitoring activities may include, but are not limited bz�
i. Review of financial and performance reports;
ii. Monitoring and documenting the completion of Agreementde
iii Documentation ofphone calls, meetings (e.B,agendas, sign -in oheeto meeting e-
mai.�ndoorn�mpondenoe, '''
�
k/. Review ofreimbursement requests and supporting documentation toensure aUoweb||itvand
consistency w�hAgreement VVorkPlan (A�oohmenbaD-1 O`2.[-3).Budget (A�echm~'` '' E)
and federal requirements;
'
v. Observation and documentation ofAgreement- related aotiviiiea, such as exercises, training,
events, and equiprnentdemonstrations; and ' '
vi. On -site visits horeview equipment records and inventories, toverifvsource documentation for
ne|mbursernentrequests and pe�onnonoenapo�s^and 10verify completion ofdeliverables.
d. The Subredpient is required to meet or exceed the monitoring aotivities, as outlined above, for
any non-federal entity to which the Bubreoip|entrnekes a oubaward as pass -through entity
under this Agreement.
e. Compliance will bemonitored throughout the performance period toassess risk. Concerns will be
addressed through ecorrective action plan.
8.LIMITED ENGLISHPROFICIENCY (CIVIL RIGHTS ACT OF1964 TITLE VI)
The Subrecipient must comply with the Title Nof the Civil Rights Act of1�4 (Titleprohibition
against �� discrimination on the basis ofnational origin, which requires thatoubrecipients of federal
financial assistance take reasonable ��� to provide meaningful access to persons with limited
English proficiency (LEP) to their programs and services. Providing meaningful access for persona
with LEP may entail providing language assistance services, including oral interpretation and written
translation. Executive Order 13166. Improving Access to Services for Persons with Limited English
Proficiency (August 11. 2000). requires federal agencies to issue guidance to recipientsassisting
such organ�etionsand entities inunderstanding their language access ob|igations DH8'pub|iohed
the required recipient guidance in April 2011. DHG Guidance to Federal Financial Assistance
Recipients Regarding Title V| Prohibition against National Origin Discrimination ~ Affecting Limited
English ProficientGuidance
Pensone. 70 F�d. R�g. �1755-2178B. A\pri| 1�. 2O11). Th��provides
helpful information such as how a recipient can determine the extent '- its obligation
of to provide
,
language services, selecting language mervioea, and elements of an effective a'on language
assistance for LEP persons. For additional assistance and information regarding language 000eos
obligations, please refer tothe DHSRecipient G id
help-department-supported-organizations-provide-meanin-qful-access-people-limited and additional
resources on httt)s://www.ler).qov.
8. N|MS COMPLIANCE
a. The National Incident Management System (N|yWS)identifies concepts and principles that answer
how to manage emergencies from preparedness to recovery regardless of their —cause, size, or -complexity . N|NS provides o oonsiahent, nationwide approach and vocabulary for
multiple agencies or jurisdictions to work together to build, sustain, and deliver e
core
capabilities needed to achieve a secure and resilient nation.
0+SFsMAf/SGP-SHSP-FY22 Page 8 of 44 Grant COUnty Sheriff's Office, E23-094
b. Consistent implementation of N!PNS provides a ao|kj foundation across jurisdictions and
disciplines to ensure effective and integrated preporednesa, p|anning, and response. N|M8
empowers the components of the National Preparedness S\stem ��ui�me��F�idenUal
Policy Directive 8, to guide activities within the public and private' - sector and describes the
planning, organizational activities, equipping, training, and exero'/'�-�needed tobuild and sustain
the core capabilities insupport ofthe National Preparedness Goal.
o. In order to receive federal preparedness funding from the Department, the Bubrecipient must
allechieve. or be actively working to achieve, �of the N|y�Q Implementation Objectives located at
B. H8GPSPEC/F|C REQUIREMENTS
1. The Subnao|pient must use HBGP funds only to perform tasks as described in the Work Plan
(Attoohments[-1.D-2.C-3).aeapprovedbvthe[)eportment.ondinoomp||onoevvithihisAoreernen1.
a. SH8P'funded projects must assist otaba. |oca|, tribal, and territorial efforts to build, sustain, and
deliver the capabilities necessary to pnavent, prepare for, protect against, and respond to acts of
terrorism
b. UA8|-funded projects must assist high -threat, high -density Urban Area efforts to build, sustain
and deliver the oapabi|bieanecessary toprevent, prepare for, protect against, and respond toacts
of terrorism.
c.OpSG-fundedprojects must support enhanced cooperation and coordination among Customs
and Border Protection, United States Border Patrol, and federal, obahs |�o�/ tribal, and territorial
law enforcement agencies to support joint efforts to secure the '- ' '
routes of|ngingress/egress to and from iyunne�on�! borders, |»e| United States' borders along
.~.~~m ..�� no. to include znsve| corridors in states
bordering Mexico and Canada, es well eostates and territories with international water borders,
State, local, tribal, and territorial law enforcement agencies utilize their inherent law enforoornen
authorities to support the border security mission and do not receive any additional authority "
result of participation in [)PGG. ^ �
d.State agencies, including law enforcement, must comply with RCW 43.17.425 and may not use
agency funds (including this grant).facilities, property, equipment,orpersonnel, toinvestigate,
enforoe. cooperate with, or assist in the mvm�ngoUonorenforcement ofany federal registration
or surveillance programs or any other |avvo, ru|es, or policies that target Washington residents
solely on the basis of race, religion, immigration, or citizenship otadus, or national or ethnic origin,
'
2.The Budget (Attachment Bmay include the following caps and thresholds.-
a.|ffunds are allotted for Management and Administration('���.ou���d�u�mu��
r�ahsdtoadmin��adonofthe gnenL�Them�mumperoe 'ga Agreement Amount
yW
that may be used for &A costs when allocated under this 4o��n�ent mh/~ not exceed fiveper:ent(59�)butmeybe|eos. - —
b. At least thirty percent (30%) of the combined HSGP award allocated under SHSP and UASI must
be dedicated to |mvv enforcement terrorism prevention activities (LETPA). To rnest this
requirement. the Bubreoipient has agreed, at a minimum, to meet the L-^^PA percentage
indicated in the Budget. If the Subnacipient anticipates spending less thantheindicated
amount, sbudget amendment ierequired.
o. The ma�ximum percentage of the Grant Agreement Amount that may be used for personnel
expenses under this Agreement is identified in the Budget. If the Subnaoipient anticipates
spending more on personnel cooto, enamendment |a required. Additional approval steps may
also berequired before the personnel percentage can beincreased,
3. If funding is allocated to a Fusion Center investment, the Subrecipient must ensure all Fusion Center
analytical personnel demonstrate qualifications that meet orexceed competencies identified in the
Common Competencies for state, |000|, and tribal intelligence ana|yata, which outlines the minimum
categories of training needed for intelligence analysts. All training to ensure baseline proficiency in
intelligence analysis and production must be completed within six (0) months of hiring unless the
on *Sp�Y2�
�,=~�~,o��-u Page 9of44 Grant County Shenff"sOffiue E23-084
analyst has previously served as an intelligence analyst for a minimum of two (2) years, Proof of
satisfaction of this requirement must be accessible to the Department Key Personnel as applicable.
4. If funding is allocated to non-DHS FEMA training, the Subrecipient must request written
approval from the Department Key Personnel before attending the training. The Department will
coordinate approval with the State Training Point of Contact. Pursuant to DHS/FEMA Grant Programs
Directorate Information Bulletin Na. 432, Review and Approval Requirements for Training Courses
Funded Through Preparedness Grants, h.ttr)s://www.fema-gov/sites/default/files/2020-
04/Training Course Review and Approval IB Final 7 19 18.pdf, the training must fall within the
FEMA mission scope and be in alignment with the Subrecipient's Emergency Operations Plan. This
requirement only applies to training courses and does not include attendance at conferences.
Furthermore, additional federal approvals are required for courses that relate to Countering Violent
Extremism prior to attendance.
5. For SHSP and UASI, Subrecipients are required to complete the annual Nationwide Cybersecurity
I I
Review (NCSR) https://Www.cisecurity.orq/ms-isac/services/ncsr to benchmark and measure
progress of improvement in their cybersecurity posture.
6. Except for an elevated National Terrorism Advisory System alert, rlcr written approval is required
before SHSP and UASI funds may be used for operational overtime. Requests must be submitted to
the Department Key Personnel in advance of the expenditure to ensure all additional
can be met. approval steps
7. SHSP Subrecipients shall participate in the State's annual Stakeholder Preparedness Review (SPR),
the State's Threat and Hazard Identification and Risk Assessment (THIRA), core capabilities
assessments, and data calls. Non -participation may result in withholding of funding under future grant
years.
8. UASI Subrecipients shall participate in the annual UASI SPR and THIRA process
9. Subrecipients should document their preparedness priorities and use them to deploy a schedule of
preparedness events in a multi -year Integrated Preparedness Plan (IPP). Subrecipients are
encouraged to participate in the State's annual Integrated Preparedness Planning Workshop (IPPW)
or may conduct their own local/regional IPPW. Information related to IPPs and Integrated
Preparedness Planning Workshops (IPPWs) can be found on the HSEEP we
bsite at
httr)s://www.fema.clov/HSEEP and https://preptoolkit.fema,c joy
C. DIES TERMS AND CONDITIONS
As a subrecipient of 22HSGP funding, the Subrecipient shall comply with all applicable DHS terms and
conditions of the 22HSGP Award Letter and its incorporated documents , which are incorporated in and
made a part of this Agreement as Attachment C.
DHS-FEMA-HSGP-SHSP-FY22 Page 10 of 44 Grant County Sheriff's Office, E23-094
Attachment B
Washington Military Department
GENERAL TERMS AND CONDITIONS
Department of Homeland Security (DHS)/
Federal Emergency Management Agency (FE A)
G ra nts
A. 1 DEFINITIONS
As used throughout this Agreement, the terms will have the same meaning as defined in 2 CFR 200
Subpart A (which is incorporated herein by reference), except as otherwise set forth below:
a. "Agreement" means this Grant Agreement.
b. "Department" means 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. The Department is a recipient of a federal award directly from a
federal awarding agency and is the pass -through entity . making a subaward to a Subrecip tent
under this Agreement.
C. "Investment" means the grant application submitted by the Subrecipient describing the project(s)
for which federal funding is sought and provided under this this Agreement. Such grant application
is hereby incorporated into this Agreement by reference.
d. "Monitoring Activities" means all administrative, financial, or other review activities that are
conducted to ensure compliance with all state and federal laws, rules, regulations, authorities and
policies,
e. "Stakeholders Preparedness Report (SPR)" The SPR is an annual three -step self -assessment
of a community's capability levels based on the capability targets identified in the THIRA..
f. "Subrecipient" when capitalized is primarily used throughout this Agreement in reference to the
non-federal entity identified on the Face Sheet of this Agreement that has received a subaward
from the Department. However, the definition of "Subrecipient" is the same as in 2 CFR 200.1 for
all other purposes.
9. "Threat and Hazard Identification and is Assessment (THIRAY The THIRA is a three -step
risk. assessment, The THIRA helps communities understand their risks and determine the level. of
capability they need in order to address those risks. The outputs from this process lay the
foundation for determining a community's capability gaps during the SPR process.
A,2 ADVANCE PAYMENTS PROHIBITED
The Department shall make no payments in advance or in anticipation of goods or services to be provided
under this Agreement. Subrecipient shall not invoice the Department In advance -of delivery and invoicing
of such goods or services.
A. AMENDMENTS AND MODIFICATIONS
The Subrecipient or the Department may request, in writing, an amendment or modification of this
Agreement. However, such amendment or modification shall not be binding, take effect or be
incorporated herein until made in writing and signed by the authorized representatives of the Department
and the Subrecipient. No other understandings or agreements, written or oral, shall be binding on the
parties.
The Agreement performance period shall only be extended by (1) written notification of DHS/FEMA
approval of the Award performance period, followed up with a mutually agreed written amendment, or (2)
written notification from the Department to the Subrecipient to provide additional time for completion of
the Subrecipienty s projects}.
A.4 AM ERICANS WITH DISABI LITI ES ACT ADA OF 1990, PUBLIC LAW 101 -33642 U.S. C. 12101 E
SEQ, AND ITS IMPLEMENTING REGULATIONS ALSO REFERRED TO AS THE "ADA" 28 CFR Part*
35.
The Subrecipient 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,
DHS-FEMA-HSGP-SHSP-FY22 Page 1 I of 44 Grant County Sheriffs Office, E23-094
A r,
ASSURANCES
The Department and Subrecipient agree that all activity pursuant to this Agreement will be in accordance
with all the applicable current federal, state and local laws, rules, and regulations.
A.6 CERTIFICATION REGARDING DEBARMENT, SUSPENSION , OR INELIGIBILITY
As federal funds are a basis for this Agreement, the Subrecipient certifies that the Subrecipient is not
presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from
participating in this Agreement by any federal department or agency.
The Subrecipient shall complete, sign, and return a Certification Regarding Debannent, Suspension,
Ineligibility, and Voluntary Exclusion form located at hftp://mil.wa.gov/emer enc manaqement-
divisio!j/ grants/reciuiredqrantforms. Any such form completed by the Subrecipient for this Agreement shall
be incorporated into this Agreement by reference.
Further, the Subrecipient agrees to comply with all applicable federal regulations concerning the federal
debarment and suspension system, including 2 CFR Part 180. The Subrecipient certifies that it will ensure
that potential contractors or subrecipients or any of their principals are not debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participation in "covered
transactions" by any federal department or agency. "Covered transactions" include procurement
contracts for goods or services awarded under a non -procurement transaction (e.g., grant or cooperative
agreement) that are expected to equal or exceed $25,000, and subawards to Subrecipients for any
amount. With respect to covered transactions, the Subrecipient may comply with this provision by
obtaining a certification statement from the potential contractor or subrecipient or by checking the System
for Award Management (https://sam.gov/SAM/) maintained by the federal government. The Subrecipient
also agrees not to enter into any arrangements or contracts with any party on the Washington State
Department of Labor and Industries I "Debarred Contractor List'
(https:Hsecure.Ini.wa.gov/debarandstrike/ContractorDebarList. ). The Subrecipient also agrees not
to enter into any agreements or contracts for the purchase of goods and services with any party on the
I
Department of Enterprise Services "'Debarred Vendor List"
(http://www.des.wa-gov/services/ContractinqPurchasiM/Business/PagesNendor-Debarment.aspx).
A.7 CERTIFICATION REGARDING RESTRICTIONS ON LOBBYING
As required by 44 CFR Part 18, the Subrecipient hereby certifies that to the best of its knowledge and
belief: (1) no federally appropriated funds have been paid or will be paid by or on behalf of the
Subrecipient to any person for influencing or attempting to influence an officer or employee of an agency,
a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress
in connection with the awarding of any federal contract, the making of any federal grant, the making of
any federal loan, the entering into of any cooperative agreement, and the extension, continuation
renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement; (2)'
that if any funds other than federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an
officer or employee of Congress, or an employee of a Member of Congress in connection with this
Agreement, grant, loan, or cooperative agreement, the Subrecipient will complete and submit Standard
Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions; (3) and that, as
applicable, the Subrecipient will require that the language of this certification be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants,
loans, and cooperative agreements) and that all Subrecipients shall certify and disclose accordingly. This
certification is a material representation of fact upon which reliance was placed when this transaction was
made or entered into and is a prerequisite for making or entering into this transaction imposed by 31
U.S.C. 1352.
A.8 COMPLIANCE WITH APPLICABLE STATUTES, RULES AND DEPARTMENT POLICIES
The Subrecipient and all its contractors and subrecipients shall comply with, and the Department is not
responsible for determining compliance with, any and all applicable federal, state, and local laws I
regulations, executive orders, OMB Circulars, and/or policies. This obligation includes, but is not limited
to: nondiscrimination laws and/or policies, Energy Policy and Conservation Act (PL 94-163, as amended),
the Americans with Disabilities Act (ADA), Age Discrimination Act of 1975, Title VI of the Civil Rights Act
of 1964, Civil Rights Act of 1968, the Robert T. Stafford Disaster Relief and Emergency Assistance Act,
(PL 93-288, as amended), Ethics in Public Service (RCW 42.52), Covenant Against Contingent Fees (48
CFR Section 52.203-5), Public Records Act (RCW 42.56), Prevailing Wages on Public Works (RCW
DHS-FEMA-HSGP-SHSP-FY22 Page 12 of 44 Grant County Sheriffs Office, E23-094
39.12), State Environmental Policy Act (RCW 43,21 C), Shoreline Management Act of 1971 (RCW 90.58),
State Building Code (RCW 19.27), Energy Related Building Standards (RCW 19,27A), Provisions in
Buildings for Aged and Handicapped Persons (RCW 70,92), and safety and health regulations.
In the event of noncompliance or refusal to Comply with any applicable law, regulation, executive order,
OMB Circular or 9policy by the Subreciplent, its contractors or subrecipients, the Department may rescind
cancel, or terminate the Agreement in whole or in part in its sole discretion. The Subrecipient is'
responsible for all costs or liability arising from its failure, and that of its contractors and subreciplents, to
comply with applicable laws, regulations, executive orders, OMB Circulars or policies,
A.9 �cQ.FLICT OF INTEREST
No officer or employee of the Department; no member, officer, or employee of the Subrecipient or its
designees or agents, no member of the governing body of the jurisdiction in which the project is
undertaken or located; and no other official of the Subrecipient who exercises any functions or
responsibilities with respect to the project during his or her tenure shall have any personal or pecuniary
gain or interest,- direct or indirect, in any contract, subcontract, or the proceeds thereof, for work to be
performed in connection with the project assisted under this Agreement.
The Subrecipient shall incorporate, or cause to incorporate, in all such contracts or subawards, a
provision prohibiting such interest pursuant to this provision.
A. 10 CONTRACTING & PROCUREMENT
a., The Subrecipient shall use a competitive procurement process in the procurement and award of
any contracts with contractors or subcontractors that are entered into under the original
agreement award. The procurement process followed shall be in accordance with 2 CFR Part
200.318, General procurement standards, through 200.327, Contract provisions..
As required by Appendix I I to 2 CFR Part 200, all contracts entered into by the Subrecipient under
i
this Agreement must include the following provisions, as applicable:
Icable:
1) Contracts for more than the simplified acquisition threshold currently set at $250,000, which
is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and
the Defense Acquisition Regulations Council (Councils) as autholrized by 41 U.S.C. 1908
must address administrative, contractual, or legal remedies In instances where contractors
violate or breach contract terms, and provide for such sanctions and penalties as appropriate,
2) All contracts in excess of $10,000 must address termination for cause and for convenience
by the non-federal entity including the manner by which it will be affected and the basis for
settlement.
3) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all
contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part
60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1,4(b), in
accordance with Executive Order 11246, "Equal Employment Opportunity' (30 FIB 12319)
12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375
"Amending Executive Order 11246 Relating to Equal Employment Opportunity," and,
implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance
Programs, Equal Employment Opportunity, Department of Labor,);
4) Davis -Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program
legislation, all 'prime construction uction contracts in excess of $2,000 awarded by non-federal
entities must include a provision for compliance with the Davis -Bacon Act (40 U.&C. 3141-
3144, and 3146-3148) as Supplemented by Department of Labor regulations (29 CFR Part
5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and
Assisted Construction"). In accordance with the statute, contractors must be required to pay
wages to laborers and mechanics at a rate not less than the prevailing wages specified in a
wage determination made by the Secretary of Labor. In addition, contractors must be
required to pay wages not less than once a week. The non-federal entity must place a copy
of the current prevailing wage determination issued by the Department of Labor in each
solicitation, The decision to award a contract or subcontract must be conditioned upon the
acceptance of the wage determination. The non-federal entity must report all suspected or
reported violations to the federal awarding agency. The contracts must also include a
provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C.' 3145), as
DHS-FEMA-HSGP-SHSP-FY22 Page 13 of 44 Grant County Sheriffs Office, E23-094
5)
6)
7)
3
9)
10)
supplemented by Department of Labor regulations (29 Fly Part 3, "Contractors and
Subcontractors on Public Building or Public Work Financed In Whole or in Part by Loans or
Grants from the United States"). The Act provides that each contractor or Subrecipient must
be prohibited from Inducing, by any means, any person employed in the construction,
completion, or repair of public work, to give up any part of the compensation to which he or
she is otherwise entitled. The non-federal entity must report all suspected or reported
violations to the federal awarding agency.
Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable
all contracts awarded by the non-federal entity in excess Of $100,000 that involve the,
employment of mechanics or laborers must include a provision for compliance with 40 U.S.C.
3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5), Under
40 U-S,C. 3702 of the Act, each contractor must be required to compute the wages of every
mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of
the standard work week is permissible provided that the worker is compensated at a rate of
not less than one and a half times the basic rate of pay for all hours 'worked in excess of 40
hours in the work week, The requirements of 40 U.S.C. 3704 are applicable to construction
work and provide that no laborer or mechanic must be required to work in surroundings or
under working conditions which are unsanitary, hazardous or dangerous' These
requirements do not apply to the purchases Of Supplies or materials or articles ordinarily
available on the open market, or contracts for transportation or transmission of intelligence.
Rights to Inventions Made Under a Contract or Agreement. If the federal award meets the
definition of "funding agreement" under 37 CFR §401.2 (a) and the recipient or Subrecipient
wishes to enter into a contract with a small business firm or nonprofit organization regarding
the substitution of parties, assignment or performance of experimentall developmental, or
research work under that "funding agreement," the recipient or Subrecipient must comply
with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit
Organizations and Small Business Firms Under Government Grants, Contracts and
Cooperative Agreements ," and any implementing regulations issued by the awarding agency,
Clean Air Act (42 U.&C, 7401-7671q.) and the Federal Water Pollution Control Act (33
U.S.C. 1251-1387), as amended —Contracts and subgrants. of amounts in excess of
$150,000 must contain a provision that requires the non-federal award to agree to comply
with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42
U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U,S,C.
1251-1387). Violations must be reported to the federal awarding agency and the Regional
Office of the Environmental Protection Agency (EPA).
Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2
CFR 180.220) must not be made to parties listed on the government -wide exclusions in the
System for Award Management (AM), in accordance with the OMB guidelines at 2 CFR 180
that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR
part 1989 Comp,, p. 235), "Debarment and Suspension," AM Exclusions contains the
names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties
declared ineligible under statutory or regulatory authority other than Executive Order 12549.
Byrd Anti -Lobbying Amendment (31 U.S.C. 1352)-Contractors that apply or bid for an award
exceeding $100,000 must file the required certification. Each tier certifies to the tier above
that it will not and has not used federal appropriated funds to pay any person or or
for influencing or attempting to influence an officer or employee of any agency, a member of
Congress, officer or employee of Congress, or an employee of a member of Congress in
connection with obtaining any federal contract, grant or any other award covered by 31
U.S.C. 1352, Each tier must also disclose any lobbying with non-federal funds that takes
place in connection with obtaining any federal award. Such disclosures are forwarded from
tier to tier up to the non-federal award.
Procurement of recovered materials - As required by 2 CFP 200.323, a non-federal entity
that is a state agency or agency of a political subdivision of a state and its contractors Must
comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource
Conservation and Recovery Act. The requirements of Section 6002 include procuring only
DHS-FEMA-HSGP-SHSP-FY22 Page 14 of 44 Grant County Sheriff's office, E23-094
items designated in guidelines of the Environmental Protection Agency (EPA ) at 40 Fly part
247 that contain the highest percentage of recovered materials practicable, consistent with
maintaining a satisfactory level of competition, where the purchase price of the item exceeds
$10,000 or the value of the quantity acquired during the preceding fiscal year exceeded
$10,000; procuring solid waste management services in a manner that maximizes energy
and resource recovery; and establishing an affirmative procurement program for
procurement of recovered materials identified in the EPA guidelines,
11) Notice of federal awarding agency requirements and regulations pertaining to reporting.
12) Federal awarding agency requirements and regulations pertaining to copyrights and rights in
data.
13) Access by the Department, the Subrecipient, the federal awarding agency, the Comptroller
General of the United States, or any of their duly authorized representatives to any books,
documents, papers, and records of the contractor which are directly pertinent to that specific
contract for the purpose of making audit, examination, excerpts, and transcriptions.
14) Retention of all required records for six years after the Subrecipient has made final payments
and all other pending matters are closed,
15) Mandatory standards and policies relating to energy efficiency which are contained in the
state energy conservation plan issued in compliance with the Energy Policy and
Conservation Act (Pub, L. 94-163, 89 Stat. 871).
16) Pursuant to Executive Order 13858 "Strengthening Buy -American Preferences for
Infrastructure Projects, " and as appropriate and to the extent consistent with law, the non -
Federal entity should, to the greatest extent practicable under a Federal award, 'provide a
preference for the purchase, acquisition, or use of goods, products, or materials produced in
the United States, as required in 2 CFR Part 200.322, in every contract, subcontract,
purchase order, or sub -award that is chargeable against federal financial assistance awards,
17) Per 2 C.F.R. § 200-216, prohibitions regarding certain telecommunications and video
surveillance services or equipment are mandated by section 889 of the John S, McCain
National Defense Authorization Act for Fiscal Year 2019 (FY 2019 NDAA), PLib. L No. 115-
232(2018).
b. The Department reserves the right to review the Subrecipient's procurement plans and
documents and require the Subrecipient to make changes to bring its plans and documents into
compliance with the requirements of 2 CFR Part 200,317 through 200,327. The subrecipient
must ensure that its procurement process requires contractor's and subcontractors to provide
adequate documentation with sufficient detail to support the costs of the project and to allow both
the Subrecipient and Department to make a determination on eligibility of project costs.
C. All contracting agreements entered Into pursuant to this Agreement shall incorporate this
Agreement by reference.
A.1 1 DISCLOSURE
The use or disclosure by any party of any information concerning the Department for any purpose not
directly connected with the administration of the Department's or the Subrecipient's responsibilities with
respect to services provided under this Agreement is prohibited except by prior written consent of the
Department or as required to comply with the state Public Records Act, other law or court order.
A. 12 DISPUTES
Except as otherwise provided in this Agreement, when a bona fide dispute arises between the parties
and it cannot be resolved through discussion and negotiation, either party may request a dispute
resolution board to resolve the dispute. A request for a dispute resolution board shall be in writing, state
the disputed issues, state the relative positions of the parties, and be sent to all parties. The board shall
consist of a representative appointed by the Department, a representative appointed by the Subrecipient
and a third party mutually agreed upon by both parties. The determination of the dispute resolution board
shall be final and binding on the parties hereto. Each party shall bear the cost for its member of the
dispute resolution board and its attorney fees and costs and share equally the cost of the third board
member.
DHS-FEMA-HSGP-SHSP-FY22 Page 15 of 44 Grant County Sheriff's Office, E23-094
A. 13 LEGAL RELATIONS
It is understood and agreed that this Agreement is solely for the benefit of the parties to the Agreement
and gives no right to any other party. No joint venture or partnership is formed as a result of this
Agreement,
To the extent allowed by law, the Subrecipient, its successors or assigns, will protect, save and hold
harmless the Department, the state of Washington, and the United States Government and their
authorized agents and employees, from all claims, actions, costs, damages or expenses of any nature
whatsoever by reason of the acts or omissions of the Subrecipient, its subcontractors, subrecipients,
assigns, agents, contractors, consultants, licensees, invitees, employees or any person whomsoever
arising out of or in connection with any acts or activities authorized by this Agreement.
To the extent allowed by law, the Subrecipient further agrees to defend the Department and the state of
Washington and their authorized agents and employees in any litigation; including payment of any costs
or attorneys' fees for any claims or action commenced thereon arising out of or in connection with acts
or activities authorized by this Agreement.
This obligation shall not include such claims, costs, damages or expenses which may be caused by the
sole negligence of the Department; provided, that if the claims or damages are caused by or result from
the concurrent negligence of (1) the Department, and (2) the Subrecipient, its agents, or employees,,this
indemnity provision shall be valid and enforceable only to the extent of the negligence of the Subrecipient,
or the Subrecipient's agents or employees.
Insofar as the funding source, FEMA,. is an agency of the Federal government, the following shall apply:
44 CFI ---- 206.9 Non-liabilitv, The Federal government shall not be liable for any claim based upon the
exercise or performance of, or the failure to exercise or perform a discretionary function or duty on the
part of a federal agency or an employee of the Federal government in carrying out
Stafford Act. the provisions of the
A. 14 LIMITATION OF AUTHORITY - AUTHORIZED SIGNATURE
The signatories to this Agreement represent that they have the authority to bind their respective
organizations to this Agreement. Only the Department's Authorized Signature representative and the
Authorized Signature representative of the Subrecipient or Alternate for the Subrecipient, formally
designated in writing, shall have the express, implied, or apparent authority to alter, amend, modify, or
waive any clause or condition of this Agreement. Any alteration, amendment, modificatl on, or waiver of
any clause or condition of this Agreement is not effective or binding unless made in writing and signed
by both parties' Authorized Signature representatives, except as provided for time extensions in Article
A..
Further, only the Authorized Signature representative or Alternate for the Subrecipient shall have
signature authority to sign reimbursement requests, time extension requests amendment and
modification requests, requests for changes to projects or work plans, and other req'uests, certifications
and documents authorized by or required under this Agreement.
A. 15 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 Agreement and prior to normal completion or end date, the Department
may unilaterally reduce the work plan and budget or unilaterally terminate all or part of the Agreement as
a "Termination for Cause" without providing the Subrecipient an opportunity to cure. Alter -natively, the
parties may renegotiate the terms of this Agreement under itAmendments and Modifications" to comply
with new funding limitations and conditions, although. the Department has no obligation to do so.
A. 16 NONASSIGNABILITY
Neither this Agreement, nor any claim arising under this Agreementshall b4
, e transferred or assigned by
the Subrecipient.
A. 17 NONDISCRIMINATION
During the performance of this agreement, the Subrecipient 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 i i
origin,
creed, marital status, age, Vietnam era or disabled veterans StatLIS, or the presence of any sensory,
DHS-FERIA-HSGP-SHSP-FY22 Page 16 of 44 Grant County Sheriff's Office, E23-094
mental, or physical handicap. This requirement does not apply, however, to a religious corporation,
association, educational institution or society with respect to the employment of individuals of a
particular religion to perform work connected with the carrying on by such corporation, association,
educational institution or society of its activities.
b, The Subrecipient shall take action to ensure that employees are employed and treated during
employment without discrimination because of their race, color, sex, sexual orientation religion,
national origin, creed, marital status, age, Vietnam era or di*disabled veteran status, or the presence of
any sensory, mental, or physical handicap. Such action shall in,clude, but not be limited to, the
following: Employment, upgrading, demotion, or transfer, recruitment or recruitment selection for
training, including apprenticeships and volunteers.
A. 18 NOTICES
The Subrecipient shall comply with all public notices or notices to individuals required by applicable local,
state and federal laws and regulations and shall maintain a record of this compliance.
A. 19 OCCUPATIONAL SAFETY/HF LTH ACT and WASHINGTON INDUSTRIAL SAFF QSHAIWISH61 FY/HEALTH ACT
The Subrecipient represents and warrants that its workplace does now or will meet all applicable federal
and state safety and health regulations that are in effect during the Subrecipient's performance under this
Agreement. To the extent allowed by law, the Subreciplent further agrees to indemnify and hold harmless
the Department and its employees and agents from all liability, damages and costs of any nature,
including, but not limited to, costs of suits and attorneys' fees assessed against the Department, as a
result of the failure of the Subrecipient to so comply,
A.20 OWNERSHIP OF PROJECT/CAPITAL FACILITIES
The Department makes no claim to any capital facilities or real property improved or constructed with
funds under this Agreement, and by this subaward of funds does not and will not acquire any ownership
interest or title to such property of the Subrecipient. The Subrecipient shall assume all liabilities and
responsibilities arising from the ownership and operation of the project and agrees to indemnify and hold
the Department, the state of Washington, and the United States government harmless from any and all
causes of action arising from the ownership and operation of the project.
A.21 POLITICAL ACTIVITY
No portion of the funds provided herein shall be used for any partisan political activity or to further the
election or defeat of any candidate for public office orinfluence the approval or defeat of any ballot issue.
A.22 PROHIBITION AGAINST PAYMENT OF BONUS OR COMMISSIC)N
The assistance provided under this Agreement shall not be, used in payment of any bonus or commission
for the purpose of obtaining approval of the application for such assistance or any other approval or
concurrence under this Agreement provided, however, that reasonable fees or bona fide technical
consultant, managerial, or other such services, other than actual solicitationare not hereby prohibited if
otherwise eligible as project costs. ,
A.23 PUBLICITY
The Subrecipient agrees to submit to the Department prior to issuance all advertising and publicity
matters relating to this Agreement wherein the Department's name is mentioned, or language used from
which the connection of the Department's name may, in the Department's judgment, be inferred or
implied. The Subrecipient agrees not to publish or use such advertising and publicity matters without the
prior written consent of the Department. The Subreciplent may copyright original work it develops in the
course of or under this Agreement; however, pursuant to 2 CFR Part 200.315, FEMA reserves a royalty -
free, nonexclusive, and irrevocable license to reproduce, publish or otherwise use, and to authorize
others to use the work for government purposes.
Publication resulting from work performed under this Agreement shall include an acknowledgement of
FEMA's financial support, by the Assistance Listings Number (formerly FDA Number), and a statement
that the publication does not constitute an endorsement by FEMA or reflect FEMA's views.
A,24 BECAPTURE PROVISION
In the event the Subrecipient fails to expend funds under this Agreement in accordance with applicable
federal, state, and local laws, regulations, and/or the provisions of the Agreement, the Department
reserves the right to recapture funds in an amount equivalent to the extent of noncompliance, Such right
DHS-FEMA-HSGP-SHSP-FY22 Page 17 of 44 Grant County Sheriff's office, E23-094
of recapture shall exist for the life of the project following Agreement termination, Repayment by the
Subrecipient of funds under this recapture provision shall occur within 30 days of demand. In the event
the Department is required to institute legal proceedings to enforce the recapture provision, the
Department shall be entitled to its costs and expenses thereof, including attorney fees from the
Subrecipient.
A.25 RECORDS
a. The Subrecipient agrees to maintain all books, records, documents, receipts, invoices and all
other electronic or written records necessary to sufficiently and properly reflect the Subrecipient's
contracts, subawards, grant administration, and payments, including all direct and indirect
charges, and expenditures in the performance of this Agreement (the "records").
b. The Subrecipient's records related to this Agreement and the projects funded may be inspected
and audited by the Department or its designee, by the Office of the State Auditor, DHS, FEMA or
their designees, by the Comptroller General of the United States or its designees, orb other
state or federal officials authorized by law, for the purposes of determining compliance by the
Subrecipient with the terms of this Agreement and to determine the appropriate level of funding
to be paid under the Agreement.
C. The records shall be made available by the Subrecipient for such inspection and audit, together
with suitable space for such purpose, at any and all times during the Subrecipient's normal
working day,
d. The Subrecipient shall retain and allow access to all records related to this Agreement and the
funded project(s) for a period of at least six (6) years following final payment and closure of the
grant under this Agreement. Despite the minimum federal retention requirement of three (3) years,
the more stringent State requirement of six (6) years must be followed.
A.26 RESPONSIBILITY FOR PROJECT/STATEMENT OF WORKIWORK PLAN
While the Department undertakes to assist the Subrecipient with the project/statement of work/work plan
(project) by providing federal award funds pursuant to this Agreement, the project itself remains the sole
responsibility of the Subrecipient. The Department undertakes no responsibility to the Subrecipient, or to
any third party, other than as is expressly set out in this Agreement.
The responsibility for the design, development, construction, implementation, operation and maintenance
of the project, as these phrases are applicable to this project, is solely that of the Subrecipient, as is
responsibility for any claim or suit of any nature by any third party related in any way to the project.
Prior to the start of any construction activity, the Subrecipient shall ensure . that all applicable federal,
state, and local permits and clearances are obtained, including, but not limited to, FEMA compliance with
the National Environmental Policy Act, the National Historic Preservation Act, the Endangered Species
Act, and all other environmental laws, regulations, and executive orders.
The Subrecipient shall defend, at its own cost, any and all claims or suits at law or in equity, which may
be brought against the Subrecipient in connection with the project. The Subrecipient shall not look to the
Department, or to any state or federal agency, or to any of their employees or agents, for any
performance, assistance, or any payment or indemnity, Including, but not limited to, cost of defense
and/or attorneys' fees, in connection with any claim or lawsuit brought by any third party related to any
design, development, construction, implementation, operation and/or maintenance of a project.
A.27 SEVERABILITY
If any court of rightful jurisdiction holds any provision or condition under this Agreement or its application
to any person or circumstances invalid, this invalidity does not affect other provisions, terms or conditions
of the Agreement, which can be given effect without the invalid provision. To this end, the terms and
conditions of this Agreement are declared severable.
A.28 SINGLE AUDIT ACT REQUIREMENTS, (including all AMENDMENT
The Subrecipient shall comply with and include the following audit requirements in any subawards.
Non-federal entities, as Subrecipients of a federal award, that expend $760,000 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 2 CFR Part 200 Subpart F. Non-federal entities that spend
less than $760,000 a year in federal awards are exempt from federal audit requirements for that year,
except as noted in 2 CFR Part 200 Subpart F. As defined in 2 CFR Part 200, the term "non-federal entity"
DHS-FEMA-HSGP-SHSP-FY22 Page 18 of 44 Grant County Sheriff's Office, E23-094
means a state, local government, Indian tribe, institution of higher education, or nonprofit organization
that carries out a federal award as a recipient or subrecipient.
Subrecipients that are required to have an audit must ensure the audit is performed in accordance with
Generally Accepted Government Auditing Standards (GAGAS) as found in the Government Auditing
Standards (the Revised Yellow Book) developed by the United States Comptroller General and the OMB
Compliance Supplement. The Subrecipient has the responsibility of notifying its auditor and requesting
an audit in compliance with 2 CFR Part 200 Subpart F, to include the Washington S
a federal auditor, or a public accountant tate Auditor) s Office,
performing work using GAGAS, as appropriate. Costs of the
audit may be an allowable grant expenditure as authorized by 2 CFR Part 200.425.
The Subrecipient shall maintain auditable records and accounts so as to facilitate the audit requirement
and shall ensure that any subcontractors also maintain auditable records. The Subrecipient is responsible
for any audit exceptions incurred by its own organization or that of its subcontra
unresolved ctors. Responses to any
management findings and disallowed or questioned costs shall be included with the audit
report. The Subrecipient must respond to Department requests for information or corrective action
concerning audit issues or findings within 30 days of the date of request. The Department reserves the
right to recover from the Subrecipient all disallowed costs resulting from the audit. .
After the single audit has been completed, and if it includes any audit findings, the Subrecipient must
send a full copy of the audit and its Corrective Action Plan to the Department at the following address no
later than nine (9) months after the end of the Subrecipient's fiscal year(s):
Contracts Office
Washington Military Department
Finance Division, Building #1 TA-20
Camp Murray, WA 98430-5032
OR
Contracts.Off ii-wa
The Department retains the sole discretion to determine whether a valid claim for an exemption from the
audit requirements of this provision has been established.
Conducting a single or program -specific audit in compliance with 2 CFR Part 200 Subpart F is a material
requirement of this Agreement. In the absence of a valid claim of exemption from the audit requirements
of 2 CFR Part 200 Subpart F, the Subrecipient's failure to comply with said audit requirements may result
in one or more of the following actions in the Departmentl s sole discretion: a percentage of federal awards
being withheld until the audit is completed in accordance with 2 CFR Part 200 Subpart F; the withholding
or disallowing of overhead costs; the suspension of federal awards until the audit is conducted and
submitted; or termination of the federal award.
A.29 SUBRECIPIENT NOT EMPLOYEE
The Subrecipient, and/or employees or agents performing under this Agreement, are not employees or
agents of the Department in any manner whatsoever. The Subrecipient will not be presented as nor
claim to be an officer or employee of the Department or of the State of Washington by reason hereof, nor
will the Subrecipient make any claim, demand, or application to or for any right, privilege or benefit
applicable to an officer or employee of the Department or of the State of Washington, including, but not
limited to, WorkersCompensation 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; OFIVI Reg. 4.3.1.1.8.
It is understood that if the Subrecipient 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 Subrecipient is an individual currently employed by a Washington State agency, the Department
shall obtain proper approval from the employing agency or institution before entering into this contract.
A statement of "no conflict of interestif shall be submitted to the Department.
A.30 TAXESFEESAND LICENSES
Unless otherwise provided in this Agreement, the Subrecipient shall be responsible for, pay and maintain
in current status all taxes, unemployment contributions, fees, licenses, assessments, permit charges and
DHS-FEMA-HSGP-SHSP-FY22 Page 19 of 44 Grant County Sheriff's Office, E23-094
expenses of any other kind for the Subrecipient or its staff required by statute or regulation that are
applicable to Agreement performance,
A, 31 TERMINATION FOR CONVENIENCE
Notwithstanding any provisions of this Agreement, the Subrecipient may terminate this Agreement by
providing written notice of such termination to the Department Key Personnel identified in the Agreement,
specifying the effective date thereof, at least thirty (30) days prior to such date.
Except as otherwise provided in this Agreement, the Department, in its sole discretion and in the best
interests of the state of Washington, may terminate this Agreement in whole or in part ten (10) business
days after emailing notice to the Subrecipient. Upon notice of termination for convenience, the
Department reserves the right to Suspend all or part of the Agreement, withhold further payments, or
prohibit the Subrecipient from incurring additional obligations of funds. In the event of termination, the
Subrecipient shall be liable for all damages as authorized by law. The rights and remedies of the
Department provided for in this section shall not be exclusive and are in addition to any other rights and
remedies provided by law,
A. TERMINATION OR SUSPENSION FOR LOSS OF FUNDING
The Department may unilaterally terminate or suspend all or part of this Grant Agreement, or may reduce
its scope of work and budget, if there is a reduction in funds by the source of those funds, and if such
funds are the basis for this Grant Agreement. The Department will email the Sub
recipient ten (10)
business days prior to termination.
A. TERMINATION OR, SUSPENSION FOR CAUSE
In the event the Department, in its sole discretion, determines the Subrecipient has failed to fulfill in a
timely and proper manner its obligations under this Agreement, is in an unsound financial condition so
as to endanger performance hereunder, is in violation of any laws or regulations that render the
Subrecipient unable to perform any aspect of the Agreement, or has violated any of the covenants,
agreements or stipulations of this Agreement, the Department has the right to Immediately suspend or
terminate this Agreement in whole or in part.
The Department may notify the Subrecipient in writing of the need to take corrective action and provide
a period of time in which to cure. The Department is not required to allow the SLibrecipient an opportunity
to cure if it is not feasible as determined solely within the Department's discretion. Any time allowed for
cure shall not diminish or eliminate the Subrecipient's liability for damages or otherwise affect any other
remedies available to the Department, If the Department allows the Subrecipient an opportunity to cure,
the Department shall notify the Subrecipient in writing of the need to take corrective action. If the
corrective action is not taken within ten (10) calendar days or as otherwise specified by the Department,
or if such corrective action is deemed by the Department to be insufficient, the Agreement may be
terminated in whole or in part.
The Department reserves the right to suspend all or part of the Agreement, withhold further payments,
or prohibit the Subrecipient from incurring additional obligations of funds during investigation of the
alleged compliance breach, pending Corrective action by the Subrecipient, if allowed , or pending a
decision by the Department to terminate the Agreement In whole or in part.
In the event of termination, the Subrecipient shall be liable for all damages as authorized by law, including,
but not limited to, any cost difference between the original Agreement and the replacement or cover
Agreement and all administrative costs directly related to the replacement Agreement, e.g., cost. of
administering the competitive solicitation process, mailing, advertising and other associated staff time.
The rights and remedies of the Department provided for in this section shall not be exclusive and are in
addition to any other rights and remedies provided by law,
If it is determined that the Subrecipient: (1) was not in default or material breach, or (2) failure to perform
was outside of the Subrecipient's control, fault or negligence, the termination shall be deemed to be a
termination for convenience,
A,34 TERMINATION PROCEDURES
In addition to the procedures set forth below, if the Department terminates this Agreement, the
Subrecipient shall follow any procedures specified in the termination notice. Upon termination of this
Agreement and in addition to any other rights provided in this Agreement, the Department may require
DHS-FEMA-HSGP-SHSP-FY22 Page 20 of 44 Grant County Sheriffs Office, E23-094
the Subrecipient to deliver to the Department any property specifically produced or acquired for the
performance of such part of this Agreement as has been terminated.
If the termination is for convenience, the Department shall pay to the Subrecipient as an agreed upon
price, if separately stated, for properly authorized and completed work and services rendered or goods
delivered to and accepted by the Department prior to the effective date of Agreement termination, the
amount agreed upon by the Subrecipient and the Department for (i) completed work and services and/or
equipment or supplies provided for which no separate price is stated, (ii) partially completed work and
services and/or equipment or supplies provided which are accepted by the Department, (iii) other work,
services and/or equipment or supplies which are accepted by the Department, and (iv) the protection and
preservation of property.
Failure to agree with such amounts shall be a dispute within the meaning of the "Disputes" clause of this
Agreement, If the termination is for cause, the Department shall determine the extent of the liability of the
Department. The Department shall have no other obligation to the Subrecipient for termination. The
Department may withhold from any amounts due the Subrecipient such SUm as the Department
determines to be necessary to protect the Department against potential loss or liability.
The rights and remedies of the Department provided in this Agreement shall not be exclusive and are in
addition to any other rights and remedies provided by law.
After receipt of a notice of termination, and except as otherwise directed by the Department in writing,
the Subrecipient shall'.
a. Stop work under the Agreement on the date, and to the extent specified, in the notice;
b. Place no further orders or contracts for materials, services, supplies, equipment and/or facilities
in relation to this Agreement except as may be necessary for completion of such portion of the
work under the Agreement as is not terminated;
C. Assign to the Department, in the manner, at the times, and to the extent directed by the
Department, all of the rights, title, and interest of the Subrecipient under the orders and contracts
so terminated, in which case the Department has the right, at its discretion, to settle or pay any
or all claims arising out of the termination of such orders and contracts*
d. Settle all outstanding liabilities and all claims arising out of such termination of orders and
contracts, with the approval or ratification of the Department to the extent the Department may
require, which approval or ratification shall be final for all the purposes of this clause;
e. Transfer title to the Department and deliver in the manner, at the times, and to the extent directed
by the Department any property which, if the Agreement had been completed, would have been
required to be furnished to the Department;
f. Complete performance of such part of the work as shall not have been terminated by the
Department in compliance with all contractual requirements; and
9- Take such action as may be necessary, or as the Department may require, for the protection and
preservation of the property related to this Agreement which is in the possession of the
Subrecipient and in which the Department has or may acquire an interest.
A.35 MINORITY AND WOMEN -OWNED BU INESS ENTERPRISF,
In accordance with the legislative findings and policies set forth in Chapter 39.19 RCW, the State of
Washington encourages participation in. all its contracts by MWBE firms certified by the Office of Minority
and Women's Business Enterprises (OMWBE), To the extent possible, the Subrecipient will solicit and
encourage minority -owned and women -owned business enterprises who are certified by the OMWBE
under the state of Washington certification program to apply and compete for work under this contract.
Voluntary numerical MWBE participation goals have been established, and are indicated herein.- Minority
Business Enterprises: (MBE's)., 10% and Woman's Business Enterprises iWBE's): 6%,
A.36 VENUE
This Agreement shall be construed and enforced in accordance with, and the validity and performance
shall be governed by, the laws of the state of Washington, Venue of any suit between the parties arising
out of this Agreement shall be the Superior Court of Thurston County, Washington. The Subrecipient, by
execution of this Agreement, acknowledges the jurisdiction of the courts of the state of Washington.
DHS-FEMA-HSGP-SHSP-FY22 Page 21 of 44 Grant County Sheriff's Office, E23-094
A-37 WAIVERS
No conditions or provisions of this Agreement can be waived unless approved in advance by the
Department in writing. The Department's failure to insist upon strict performance of any provision of the
Agreement or to exercise any right based upon a breach thereof, or the acceptance of any performance
during such breach, shall not constitute a waiver iver of any right under this Agreement.
DHS-FEMA-HSGP-SHSP-FY22 Page 22 of 44 Grant County Sheriffs Office, E23-094
Awaitt Letter
. - ------ ----
wow
Bret Daugherty
Washington Nfilitary Department
Building 20
Camp Murray, NA 0430 - 512 2
Re: Grant No,El`V1\PV-2022-SS-00066
Dear Bret Daugherty:
22HSGP Award Letter
EMW-2022-SS-00056-SO1
Attachment C
U.S. Department of Homeland Security
Washington, D.C. 20472
Congratulations, on behalf ofthe Department of Homeland Security, your application for finaracial assistance submitted under
the Fiscal Year (FY) 2022 Homeland Security Grant Program has been approved in the arnpunt of $13,905,347.00. You are
not required to match this award with any amount of non -Federal funds.
Before you request and receive any of the Federal funds awarded to you, you must establish acceptance of the award. By
accepting this award, you acknowledge that the terms of the following documents are incorporated into the terms of your
award:
Agreement Articles (attached to this Av-ia rd Letter)
• Obligating Document (attached to this Award Letter)
FY 2022 Homeland Security Grant Program Notice of Funding Opportunity.
FEMA Preparedness Grants Manual
Please make sure you read, understand, and maintain a copy of these documents in your official file for this award.
I n orde r to e sta blish accepta nce of th e award and its to rms, plea se follow the se instructions*
Step 1: Please log in to the ND Grants system at https://portal.ferria.gov.
Step 2: After logging in, you will see the Home page with a Pending Tasks menu. Click on the Pending Tasks menu, select the
Application sub -menu, and then click the link for "Award Offer Review" tasks. This link, will navigate you to AA-vard Packages
that are pending review.
Step 3: Click the Review Award Package Icon (wrench) to review the Award Package and accept or decline the award. Please
save or print the A-oiard Package for your records.
System for Avvard Management (SAM): Grant recipients are to keep all of their information up to date in SAM, in particular,
your organization's name, address, Unique Entity Identifier (UEI) number, EIN and banking information. Please ensure that
the UEI number used in SAM is the same one used to apply for all FEMAawards. Future payments will be contingent on the
information provided in the SAM; therefore, it is imperative that the information is correct, The System for Award Management
is located at http,#jkevAv. sa m- Ijov.
If you have any questions or have updated your information in SAM, please let your Grants Management Specialist (GMS)
know as soon as possible. This will help us to make the necessary updates and avoid any interruptions in the payment
process.
DNS-FEMA-HSGP-SHSP-FY22 Page 23 of 44 Grant County Sheriff's Office, E23-094
46,
Pamela S. Williams
Assistant Administrator
Grant Programs Directorate
PAM ELA SU Se"N W LL IAM S
DHS-FEMA-HSGP-SHSP-FY22 Page 24 of 44 Grant County Sheriff's Office, E23-094
r.... _.
Aggreement Aitlidles
.. . . ..... . --- - ------ -
U Sep 0 1 00.-00:00 GMT 2022 -------
U.S. Department of Homeland Security
Washington, D.C. 20472
Vol
AGREEMENT ARTICLES
H onielan d Security Grant Program
GRANTEE: Washington Military Department
PROGRAM: Homeland Security Grant Program
AGREEMENT NUMBER: EMW-2022-SS-00056-501
TABLE OF CONTENTS
Article I
Summary Description of Award
Article I I
DHS Standard Terms and Conditions Generally
Article III
Assurances, Administrative Requirements, Cost Principles,
Representations and Certifications
Article IV
General Acknowledgements and Assurances
Article V
Acknowledgement of Federal Funding from DHS
Article VI
Activities Conducted Abroad
Article VI I
Age Discrimination Act of 1975
Article VI I I
Americans with Disabilities Act of 1990
Article IX
Best Practices for Collection and Use of Personally
Identifiable Information
Article X
Civil Rights Act of 1964 - Title VI
Article X I
Civil Rights Act of 1968
Article X II
Copyright
Article X I I I
Debarment and Suspension
DHS-FEMA-HSGP-SHSP-FY22 Page 25 of 44 Grant County Sheriff's Office, E23-094
Article XIV
Article XV
Article XV1
Article .XVII
Article XVIII
Article XIX
Article XX
Article XXI
Article XXII
Article XXIII
Article XXIV
Article XXV
Article XXVI
Article XXVI I
Article XXVI I I
Article XXIX
Article XXX
Article XXXI
Article XXXI I
Article XXXI I I
Article XXXIV
Article XXXV
Drug -Free Workplace Regulations
Duplication of Benefits
Education Amendments of 1972 (Equal Opportunity in
Education Act) - Title IX
Energy Policy and Conservation Act
False Claims Act and Program Fraud Civil Remedies
Federal Debt Status
Federal Leadership on Reducing Text Messaging while
Driving
Fly America Act of 1974
Hotel and Motel Fire Safety Act of 1990
John S. McCain National Defense Authorization Act of Fiscal
Year 2019
Limited English Proficiency (Civil Rights Act of 1964 - Title VI)
Lobbying Prohibitions
National Environmental Policy Act
Nondiscrimination in Matters Pertaining to Faith -Based
Organizations
Non -Supplanting Requirement
Notice of Funding Opportunity Requirements
Patents and Intellectual Property Rights
Procurement of Recovered Materials
Rehabilitation Act of 1973
Reporting of Matters Related to Recipient Integrity and
Performance
Reporting Subawards and Executive Compensation
Required Use of American Iron, Steel, Manufactured
Products, and Construction Materials
DHS-FEIVlA-HSGP-SHSP-FY22 Page 26 of 44 Grant County Sheriffs Office, E23-094
Article XXXV I
Article XXXVII
Article XXXVIII
Article XXXIX
Article XL
Article XLI
Article XLII
Article XLIII
Article XLIV
Article XLV
Article XLVI
Article XLVI I
Article XLVIII
Article XLIX
Article L
Article LI
Article I - Summary Description of Award
SAFECOM
Terrorist Financing
Trafficking Victims Protection Act of 2000 (TVPA)
Universal Identifier and System of Award Management
USA PATRIOT Act of 2001
Use of DHS Seal,, Logo and Flags
Whistleblower Protection Act
Environmental Planning and Historic Preservation (EHP)
Review
Applicability of DHS Standard Terms and Conditions to
Tribes
Acceptance of Post Award Changes
Disposition of Equipment Acquired Under the Federal Award
Prior Approval for Modification of Approved Budget
Indirect Cost Rate
HSGP Performance Goal
Operation Stonegarden Program Hold
OPSG Program Performance Goal
The purpose of the FY 2022 HSGP is to support state and local efforts to prevent terrorism and other catastrophic events and
to prepare the Nation for the threats and hazards that pose the greatest risk to the security of the United States, The HSGP
provides funding to implement investments that build, sustain, and deliver the 32 core capabilities essential to achieving the
National Preparedness Goal of a secure and resilient Nation. Among the five basic homeland security missions noted in the
DHS Quadrennial Homeland Security Revi&.Ai, HSGP supports the goal to Strengthen National Preparedness and Resilience.
The building, sustainment, and delivery of these core capabilities are not exclusive to any single level of government,
organization, or community, but rather, require the combined effort of the whole community, This HSGP award consists
of State Homeland Security Program (SHSP) funding in the amount of $6,190,947, Urban Area Security Initiative (UASI)
funding in the amount of $6,250,000 (Seattle Area, $6,250,000), and Operation Stonegarden (OPSG) funding in the amount
of $1 , 464,400. The following counties shall receive OPSG subawards for the following amounts: Adams, $75,000; Clallam,
$100,000, Ferry, $112,500; Island, $100,000; Lower Elwha Tribe, $75,000; Makah Tribe, $76,000; Nooksaok, $99,000;
Okanogan, $100,000; Pend Oreille, $150,000; San Juan, $100,000; Spokane, $155,000; Stevens, $150,000; Swinornish
Tribe, $72,900; Whatcom, $100,000, These grant programs fund a range of activities, including planning, or ,
equipment purchase, training, exercises, and management and administration across all care capabilities and mission areas.
Article 11 - DHS Standard Terms and Conditions Generally
DHS-FEMA-HSGP-SHSP-FY22 Page 27 of 44 Grant County Sheriff's Office, E23-094
The Fiscal Year (F`Y) 2022 DHS Standard Terms and Conditions apply to all new federal financial assistance awards funded
in FY 2022. These terms and conditions flow down to subrecipients unless an award term or condition specifically indicates
otherwise. The United States has the right to seek judicial enforcement of these obligations,
All legislation and digital resources are referenced with no digital links. The FY 2022 DHS Standard Terms and Conditions will
be housed on dhs,gov atwww.dhs.gov/publication/fyl5-dhs-standard-terms-and-conditions,
Article III - Assurances, Administrative Requirements, Cost Principles, Representations and Certifications
1, DHS financial assistance recipients must complete either the Office of Management and Budget (OMB) Standard Form
424B Assurances -Man-Construction Programs, or OMB Standard Form 424D Assurances - Construction Programs, as
applicable. Certain assurances in these documents may not be applicable to your program, and the DHS financial assistance
office (DHS FAO) may require applicants to certify additional assurances. Applicants are required to fill out the assurances as
instructed by the awarding agency,
11, DHS financial assistance recipients are required to follow the applicable provisions of the Uniform Administrative
Requirements, Cost Principles, and Audit Requirements for Federal Awards located at Title 2, Code of Federal Regulations
(C. F. R.) Part 200 and adopted by DHS at 2 C.F.R. Part 3002,
111. By accepting this agreement, recipients, andthe irexecutives, as defined in 2 OC. F. R. section 170.315certifythat their policies
are in accordance with OMB's , 's guidance located at 2 C.F,R. Part 200, all applicable federal laws, and relevant Executive
guidance,
Article IV - General Acknowledgements and Assurances
All recipients, subrecipients, successors, transferees, and assignees must acknowledge and agree to comply with applicable
Provisions governing DHS access to records, accounts, documents, information, facilities, and staff.
I. Recipients must cooperate with any DHS compliance reviews or compliance investigations conducted by DHS.
11, Recipients must give DHS access to examine and copy records, accounts, and other documents and sources of information
related to the federal financial assistance award and permit access to facilities or personnel.
111. Recipients must submit timely, complete, and accurate reports to the appropriate DHS officials and maintain appropriate
backup documentation to support the reports.
IV. Recipients must comply with all other special reporting, data collection, and evaluation requirements, as prescribed by law,
or detailed in program guidance.
V. Recipients (as defined in 2 C.F.R, Part 200 and including recipients acting as pass -through entities) of federal financial
assistance from DH8 or one of its awarding component agencies must complete the DHS Civil Rights Evaluation Too[
within thirty (30) days of receipt of the Notice of Award for the first award under which this term applies, Recipients of
multiple awards of DHS financial assistance should only submit one completed tool. for their organization, not per award,
After the initial submission, recipients are required to complete the tool once every bNo (2) years if they have an active
award, not every time an award is made. Recipients should submit the completed tool including supporting materials, to
CivitRightsEvaluation@hq.dhs.gov. This tool clarifies the civil rights obligations and related I reporting requirements contained
in the. DHS Standard Terms and Conditions, Subrecipients are not required to complete and submit this tool to DHS, The
evaluation tool can be found at https://www.dhs-gov/publicatiorVdhs-eivil-rights-evaluation-tool.
The DHS Office for Civil Rights and Civil Liberties will consider, in its discretion, granting an extension if the recipient
identifies steps and a timeline for completing the tool. .Recipients I ts should request extensions by emailing the request to
CivilRightsEvaluation@hq.dhs.gov prior to expiration of the 30-day deadline,
Article V - Acknowledgement of Federal Funding from DHS
Recipients must acknowledge their use of federal funding when issuing statements, press releases requests for proposal, bid
invitations 9 1
, and other documents describing projects or programs funded in whole or in part with federa fund
s.
Article VI - Activities Conducted Abroad
Recipients must ensure that project activities performed outside the United States are coordinated as necessary with
appropriate government authorities and that appropriate licenses, permits, or approvals are obtained.
DHS-FEMA-HSGP-SHSP-FY22 Page 28 of 44 Grant COUnty Sheriffs Office, E23-094
Article V11 - Age Discrimination Act of 1976
Recipients Must comply with the requirements of the Age Discrimination Act of 1975, Public Law 94-135 (1975) (codified as
amended at Title 42, U.S. Code; section 6101 et seq.), which prohibits discrimination on the basis of age in any program or
activity receiving federal financial assistance.
Article Vill - Americans with Disabilities Act of 1990
Recipients must comply with the requirements of Titles 1, 11, and III of the Americans with Disabilities Act, Pub. L. 101 -336
(1990) (codified as amended at 42 U.S.C. sections 12101 - 12213), which prohibits recipients from discriminating othe
basis
of disability in the operation of public entities, public and Private transportation systems, places of public accommodation, and
certain testing entities.
Article IX - Best Practices for Collection and Use of Personally Identifiable Information
Recipients who collect personally identifiable information (PII) are required to have a publicly avarlable privacy policy that
describes standards on the usage and maintenance of the P11 they collect. DHS defines P11 as any information that permits the
identity of an individual to be directly or indirectly inferred, including any information that is linked or linkable to that individual,
Recipients may also find the DHS Privacy Impact Assessments: Privacy Guidance and Privacy Template as useful resources
respectively.
Article X - Civil Rights Act of 1964 - Title VI
Recipients must comply with the requirements of Title VI of the Civil Rights Act of 1964 (codified as amended at 42 U.S,C'
section 2000d et seq.), which provides that no person in the United States will on the grounds of race, I
I color, or national origin,
be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity
receiving federal financial assistance. DHS implementing regulations for the Act are found at 6 C.F.R. Part 21 and 44 C.F.R.
Part 7.
Article XI - Civil Rights Act of 1968
Recipients must comply with Title VI I I of the Civil Rights Act of 1968, Pub. L. 90-2841 as amended through Pub. L. 113-41
which prohibits recipients from discriminating in the sale, rental, financing, and advertising of dwellings, or in the provision of
services in connection therewith, on the basis of race, color, national origin, religion, disability, familial status, and sex (see
42 U,S.C. section 3601 et seq.), as implemented by the U.S. Department of Housing and Urban Development at 24 C, F, R.
Part 100. The prohibition on disability discrimination includes the requirement that new multifamily housing with four or more
dwelling units - i.e., the public and common use areas and individual apartment units (all units in buildings with elevators and
ground -floor units in buildings without elevators) - be designed and constructed with certain accessible features. (See 24
C.F.R. Part 100, Subpart D.)
Article X11 - Copyright
Recipients must affix the applicable copyright notices of 17 U.S.C. sections 401 or 402 and an acknowledgement of U.S.
Government sponsorship (including the award number) to any work first produced under federal financial assistance awards.
Article X1111 - Debarment and Suspension
Recipients are subject to the non -procurement debarment and Suspension regulations implementing Executive Orders (E.O.)
12549 and 12689, which are at 2 C.F.R. Part 180 as adopted by DHS at 2 C.F.R, Part 3002. These regulations restrict
federal financial assistance awards, subawards, and contracts with certain parties that are debarred, suspended, or otherwise
excluded from or ineligible for participation. in federal assistance programs or activities.
Article XlV - Drug -Free Workplace Regulations
Recipients must comply with drug -free workplace requirements in Subpart B (or Subpart C, if the recipient is an individual) of 2
C.F.R. Part 3001, which adopts the Government -wide implementation (2 O.F.R. Part 182) of Sec. 5152-5158 of the Drug -Free
Workplace Act of 1988 (41 U,S.C, sections 8101-8106).
Article XV - Duplication of Benefits
Any cost allocable to a particular federal financial assistance award provided for in 2 C.F.R. Part 200, Subpart E may not
be charged to other federal financial assistance awards to overcome fund deficiencies; to avoid restrictions imposed by
DHS-FEMA-HSGP-SHSP-FY22 Page 29 of 44 Grant County Sheriffs Office, E23-094
federal statutes, regulations, or federal financial assistance award terms and conditions; or for other reasons. However, these
prohibitions would not preclude recipients from shifting costs that are allowable tinder two or more awards in accordance with
existing federal statutes, regulations, or the federal financial assistance award terms and conditions,
Article XVI - Education Amendments of 1972 (Equal Opportunity in Education Act) - Title IX
Recipients Must comply with the requirements of Title IX of the Education Amendments of 1972, Pub. L. 92-318 (1972)
(codified as amended at 20 U.S.C. section 1681 et seq.), which provide that no person in the United States will on the basis
of sex, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any ) educational
program or activity receiving federal financial assistance. DHS implementing regulations are codified at 6 C.F.R, Part 17 and
44 C. F.R. Part 19.
Article XVII - Energy Policy and Conservation Act
Recipients must comply with the requirements of the Energy Policy and Conservation At, Pub. L. 94- 163 (1975) (codified as
amended at 42 U.S.C. section 6201 et seq.), which contain policies relating to energy efficiency that are defined in the state
energy conservation plan issued in compliance with this Act.
Article XVIII - False Claims Act and Program Fraud Civil Remedies
Recipients Must Comply with the requirements of the False Claims Act, 31 U,S,C. sections 3729- 3733, which prohibit the
submission of false or fraudulent claims for payment to the Federal ederal Government, (See 31 U.S.C. sections 3801-3812, which
details the administrative remedies for false claims and statements made.)
Article XI X - Federal Debt Status
All recipients are required to be non -delinquent in their repayment of any federal debt. Examples of relevant debt include
delinquent payroll and other taxes, audit disallowances, and benefit over payments, (See OMB Circular A-1 29.)
Article XX - Federal Leadership on Reducing Text Messaging while Drivin g
Recipients are encouraged to adopt and enforce policies that ban text messaging while driving as described in E,O. 135131
including conducting initiatives described in Section 3(a) of the Order when on official government business or when
performing any work for or on behalf of the Federal Government,
Article XXI - Fly America Act of 1974
Recipients Must comply with Preference for U.S. Flag Air Carriers (air carriers holding certificates under 49 *U.S.C.) for
international air transportation of people and property to the extent that such service is available, in accordance with the
International Air Transportation Fair Competitive Practices Act of 1974, 49 U.S.C. section 40118, and the interpretative
guidelines issued by the Comptroller General of the United States in the March 31, 1981, amendment to Comptroller General
Decision B-1 38942.
Article XXII - Hotel and Motel Fire Safety Act of 1990
Recipients must ensure that all conference, meeting, convention, or training space funded in whole or in Part with federal
funds complies with the fire prevention and control guidelines of Section 6 of the Hotel and Motel Fire Safety Act of 1990 15
U.S.C. section 2225a.
Article XXIII - John S. McCain National Defense Authorization Act of Fiscal Year 2019
Recipients, SUbrecipients, and their contractors and subcontractors are subject to the prohibitions described in section 889 of
the John S. McCain National Defense Authorization Act for Fiscal Year 2019, Pub. L. No, 115-232 (.2018) and
2 C.F.R. sections 200.216, 200.3271 200.471, and Appendix 11 to 2 C.F.R. Part 200. Beginning August 13, 2020, the statute
- as it applies to DHS recipients, subrecipients, and their contractors and subcontractors - prohibits obligating or expending
federal award funds on certain telec:&nmunications and video surveillance products and contracting with certain entities for
national security reasons,
Article XXIV - Limited English Proficiency (Civil Rights Act of 1964 - Title VI)
Recipients must comply with Title VI of the Civil Rights Act of 1964, (42 U.S.C. section 2000d et seq,) prohibition against
discrimination on the basis of national origin, which requires that recipients of federal financial assistance take reasonable
I
steps to provide meaningful access to persons with limited English proficiency (LEP) to their programs and services. For
DHS-FEMA-HSGP-SHSP-FY22 Page 30 of 44
Grant County Sheriffs Office, E23-094
additional assistance' and information regarding language access obligations, please refer to the DHS Recipient Guidance:
https://www.dlis.gov/guidance-published-help-department-suppeaorted-organizations-provide-m
and additional resources on http://www.lep.gov, ningful-access-people-limited
Artdole .XXV - Lobbying Prohibitions
.1
assistance award May be expended by the recipient to pay any person to influence
Recipients must comply with 31 U.S.C. section 1352, which provides that none of the funds provided under a federal financial
, or attempt to influence an officer or
employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of
Congress in connection with any federal action related to a federal award or contract, including any extension, continuation
renewal, amendment, or modification,
Article XXV1 - National Environmental Policy Act
Recipients must comply with the requirements of the National Environmental Policy Act of 1969, (NEPA) Pub. L. 91 -1 go
(1970) (codified as amended at 42 U.S.C. section 4321 et se .and and the Council on Environmental Quality (CEQ) Regulations
for Implementing the Procedural Provisions of NEPA, which require recipients to use all practicable means within their
authority, and consistent with other essential considerations of national policy, to create and maintain conditions under which
generations of Americans,
people and nature can exist in productive harmony and fulfill the social, economic, and other needs of present and future
Article XXVII - Nondiscrimination in Matters Pertaining to Faith -Based Organizations
It is DHS policy to ensure the equal treatment of faith -based organizations in social service programs administered or
supported by DHS or its component agencies, enabling those organizations to participate in providing important social
services to beneficiaries. Recipients must comply with the equal treatment policies and requirements contained in 6 C. F.k
Part 19 and other applicable statues, regulations, and guidance governing the participations of faith -
individual DHbased organizations in
S programs.
Article XXVIII - Non -Supplanting Requirement
Recipients receiving federal financial assistance awards made. under programs that prohibit Supplanting by law must ensure
that federal funds do not replace (supplant) funds that have been budgeted for the same purpose through non-federal
sources.
Article XXIX - Notice of Funding Opportunity Requirements
All the instructions, guidance, limitations, and other conditions set forth in the Notice of Funding Opportunity (NOFO) for this
prograrn are incorporated here by reference in the -award terms and conditions. All recipients must comply with any such
requirements set forth in the program NOFO,
Article XXX - Patents and Intellectual Property Rights
Recipients are subject to the Bayh-Dole Act, 35 U.S.C. section 200 et seq, unless otherwise provided by law. Recipients are
subject to the specific requirements governing the development, reporting, and disposition of rights to inventions and patents
resulting from federal financial assistance awards located at 37 C.F.R. Part 401 and the standard patent rights clause I located
at 37 C.F.R, section 401.14.
Article XXXI - Procurement of Recovered Materials
States, political subdivisions of states, and their contractors must comply with Section 6002 of the Solid Waste Disposal Act Pub. L. 89-272 (1965), (codified as amended by the Resource Conservation and Recovery Act, 42 U.S.C. section 6962.)
The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection
Agency (EPA) at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with
maintaining a satisfactory level of competition.
Article XXXII - Rehabilitation Act of 1973
Recipients must comply with the requirements of Section 504 of the Rehabilitation Act of 1973, Pub. L, 93-112 (1973) (codified
as amended at 29 U.S.C. section 794), which provides that no otherwise qualified handicapped individuals in the United
States will, solely by reason of the handicap, be excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any program or activity receiving federal financial assistance.
DHS-FEMA-HSGP-SHSP-FY22 Page 31 of 44 Grant County Sheriff's Office, E23-094
Article XXXIII - Reporting of Matters Related to Recipient Integrity and Performance
General Reporting Requirements:
If the total value of any currently active grants, cooperative agreements, and procurement contracts from all federal awarding
agencies exceeds $10,000,000 for any period of time during the period of performance of this federal award, then the 9
recipients must comply with the requirements set forth in the government -wide Award Term and Condition for Recipient
Integrity and Performance Matters located at 2 C.F.R. Part 200, Appendix XII, the full text of which is incorporated here
reference in the award terms and conditions. by
Article XXXIV - Reporting Subawards and Executive Compensation
Reporting of first tier subawards:
Recipients are required to comply with the requirements set forth in the government -wide award term on Reporting Subawards
and Executive Compensation located at 2 C.F.R. Part 170, Appendix A., the full text of which is incorporated here by reference
in the award terms and conditions.
Article XXXV - Required Use of American Iron, Steel, Manufactured Products, and Construction Materials
Recipients and subrecipients must comply with the Build America, Buy America Act (BABAA), which was enacted as part
of the Infrastructure Investment and Jobs Act Sections 70901-70927, Pub. L. No. 117-58 (2021.); and Executive Order
14005, Ensuring the Future is Made in All of America by All of America's Workers. See also Office of Management and
Budget (OMB), Memorandum M-22-1 1, Initial Implementation Guidance on Application of Buy America Preference in Federal
Financial Assistance Programs for Infrastructure,
Recipients and subrecipients of federal financial assistance programs for infrastructure are hereby notified that none of the
funds provided under this award may be used for a project for infrastructure unless:
(1) all iron and steel used in the project are produced in the United States --this means all manufacturing processes, from the
initial melting stage through the application of coatings, occurred in the United States;
(2) all manufactured products used in the project are produced in the United Sta'tes--this means the manufactured product was
manufactured in the United States; and the cost of the components of the manufactured product that are mined, produced, or
manufactured in the United States is greater than 55 percent of the total cost of all components of the manufactured product,
unless another standard for determining the minimum amount of domestic content of the manufactured product has been
established under applicable law or regulation; and
(3) all construction materials are manufactured in the United States --this means that all manufacturing processes for the
construction material occurred in the United States.
The Buy America preference only applies to articles, materials, and supplies that are consumed in, incorporated into, or
affixed to an infrastructure project. As such, it does not apply to tools, equipment, and supplies, such as temporary scaffolding,
brought to the construction site and removed at or before the completion of the infrastructure project. Nor does a Buy America
preference apply to equipment and furnishings, such as movable chairs, desks, and portable computer equipm nt, that are
I e
used at or within the finished infrastructure project, but are not an integral part of the structure or permanently affixed to the
infrastructure project.
Klaivers
When necessary, recipients may apply for, and the agency may grant, a waiver from these requirements
(a) When the federal agency has made a determination that one of the following exceptions applies, the awarding official may
waive the application of the domestic content procurement preference in any case in which the agency determines that:
(1) applying the domestic content procurement preference would be inconsistent with the public interest;
(2) the types of iron, steel, manufactured products, or construction materials are not produced in the United States in
sufficient and reasonably available quantities or of a satisfactory quality; or
(3) the inclusion of iron, steel, manufactured products, or construction materials produced in the United States will incr
the cost of the overall project by more than 25 percent. ease
A request to waive the application of the domestic content procurement preference must be in writing, The agency will provide
instructions on the format, contents, and supporting materials required for any waiver request, Waiver requests are subject to
public comment periods of no less than 15 days and must be reviewed by the OMB Made in America Office,
DHS-FEMA-HSGP-SHSP-FY22 Page 32 of 44 Grant County Sheriffs Office, E23-094
There may be instances where an award qualifies, in whole or in part, for an existing waiver described, For awards by the
Federal Emergency Management Agency (FEMA), existing waivers are available and the waiver process is described at
"M, America" Preference in FEMA Financial Assistance Infrastructure I FFM For awards by other DHS
components, please contact the applicable DHS FAO.•
To see whether a particular DHS federal financial assistance program is considered an infrastructure program and thus
Pr
required to include a Buy America preference, please either contact the applicable DHS FAO, or for FEMA awards, please
see Pro -grams and Definitions-, Build AmericaI_EEMA_-,gQ,_Y.
Article XXXVI - SAFECOM
Recipients receiving federal financial assistance awards made under programs that provide emergency communication
equipment and its related activities must comply with the SAFECOM Guidance for Emergency Communication Grants,
including provisions on technical standards that ensure and enhance interoperable communications.
Article XXXVII - Terrorist Financing
Recipients must comply with E.O. 13224 and U.S. laws that prohibit transactions with, and the provisions of resources and
support to, individuals and organizations associated with terrorism. Recipients are legally responsible to ensure compliance
with the Order and laws,
Article XXXVIII - Trafficking Victims Protection Act of 2000 (TVPA)
Trafficking in Persons:
Recipients Must comply with the requirements of the government -wide financial assistance award term which implements
Section 106 (g) of the Trafficking Victims Protection Act of 2000 (TVPA), codified as amended at 22 U.S.C. section 7104. The
award term is located at 2 C.F.R. section 175.15, the full text of which is incorporated here by reference.
Article XXXIX - Universal Identifier and System of Award Management
Requirements for System for Award Management and Unique Entity Identifier Recipients are required to comply with the
requirements set forth in the government -wide financial assistance award term regarding the System for Award Management
and Universal Identifier Requirements located at 2 C.F.R. Part 25, Appendix A, the full text of which is incorporated here by
reference.
Article XL - USA PATRIOT Act of 2001
Recipients Must comply with requirements of Section 817 of the Uniting and Strengthening America by Providing Appropriate
Tools Required to Intercept and Obstruct Terrorism Act of 2001 (USA PATRIOT Act), which amends 18 U.S.C. sections
175-175c.
Article XLI - Use of DHS Seal, Logo and Flags
Recipients must obtain permission from their DHS FAO prior to using the DHS sears), logos, crests or reproductions of flags
or likenesses of DHS agency officials, including use of the United States Coast Guard seal, logo, crests or reproductions of
flags or likenesses of Coast Guard officials.
Article XLII - Whistleblower Protection Act
Recipients must comply with the statutory requirements for whistleblower protections (if applicable) at 10 U.S.0 section 2409
41 U.S.C. section 4712, and 10 U.S.C, section 2324, 41 U.S.C. sections 4304 and 4310. 1
Article XLI11 - Environmental Planning and Historic Preservation (EHP) Review
DHS/FEMA funded activities that may require an Environmental Planning and Historic Preservation (EHP) review are subject
to the FEMA EHP review process. This review does not address all federal, state, and local requirements. Acceptance of
federal funding requires the recipient to comply with all federal, state, and local laws.
DHS/FEMA is required to consider the potential impacts to natural and cultural resources of all projects funded by DHS/
FEMA grant funds, through its EHP review process, as mandated by: the National Environmental Policy Act; National Historic
Preservation Act of 1966, as amended; National Flood Insurance Program regulations, and any other applicable laws and
executive orders. To access the FEMA EHP screening form and instructions, go to the DHS/FEMA website. In order to
DHS-FEMA-HSGP-SHSP-FY22 Page 33 of 44 Grant County Sheriff's OfficeE23-094
,
initiate EHP review of your projects), YOU Must complete all relevant sections of this form and submit it to the Grant Programs
Directorate (GPD) along with all other pertinent project information. The EHP review process must be completed before
funds are released to carry out the proposed project; otherwise, DHS/FEMA may not be able to fund the project due to
noncompliance with EHP laws, executive orders, regulations, and policies.
If ground disturbing activities occur during construction, applicant will monitor ground disturbance, and if any potential
archeological resources are discovered the applicant will immediately cease work in that area and notify the pass through
If applicable, and DHS/FEMA. through
Article XL1V - Applicability of DIES Standard Terms and Conditions to Tribes
The DHS Standard Terms and Conditions are a restatement of general requirements imposed upon recipients and flow down
to subrecipients as a matter of law, regulation, or executive order. If the requirement does not apply to Indian tribes or there
is a federal law or regulation exempting its application to Indian tribes, then the acceptance by Tribes of, or acquiescence
to, DHS Standard Terms and Conditions does not change or alter its inapplicability to an Indian tribe. The execution of grant
documents is not intended to change, alter, amend, or impose additional liability or responsibility upon the Tribe where it does
not already exist,
Article XL' - Acceptance of Post Award Changes
In the event FEMA determines that changes are necessary to the award document after an award has been made, including
changes to period of performance or terms and conditions, recipients will be notified of the changes in writing. Once
notification has been made, any subsequent request for funds will indicate recipient acceptance of the changes to the
award. Please call the FEMA/GMD Call Center at (866) 927-5646 or via e-mail to ASK-GMD@fema.dhs.gov if you have any
questions,
Article XL - Disposition of Equipment Acquired Under the Federal Award
For purposes of original or replacement equipment acquired under this award by a non -state recipient or non -state
subrecipients, when that equipment is no longer needed for the original project or program or for other activities currently or
previously supported by a federal awarding agency, you must request instructions from FEMA to make proper disposition
of the equipment pursuant to 2 C.F.R. section 200.313. State recipients and state subrecipients must follow the disposition
requirements in accordance with state laws and procedures.
Article XLVIII - PriorApproval for Modification of Approved Budget
Before making any change to the FEMA approved budget for this award, You must request prior written approval from FEMA
where required by 2 C, F. R. section 200.308.
For purposes of non -construction projects, FEMA is utilizing Its discretion to impose an additional restriction under 2 Ceforsection 200.308(f) regarding the transfer of funds among direct cost categories, programs, functions, or aotivities, There,
for awards with an approved budget where the federal share is greater than the simplified acquisition threshold (currently
rrently
,000), you may not transfer funds among direct cost categories, programs, functions, or activities without prior written
approval from FEMA where the Cumulative amount of such transfers exceeds or Is expected to exceed ten percent (10%) of
the total budget FEMA last approved.
For purposes of awards that support both construction and non- bonstruction work, FEMA is utilizing its discretion under 2
C.F.R. section 200,308(h)(5) to require the recipient to obtain prior written approval from FEMA before making any fund or
budget transfers between the two types of work
You must report any deviations from your FEMA approved budget in the first Federal Financial Report (SF-425) you submit
following any budget deviation, regardless of whether the budget deviation requires prior written approval.
Article XILVIII - Indirect Cost Rate
2 C.F.R. section 200,211 (b)(15) requires the terms of the award to include the indirect cost rate for the federal award. If
applicable, the indirect cost rate for this award is stated in the budget documents or other materials approved by FEMA and
included in the award. file.
Article XLIX - HP Performance Goal
DHS-FEMA-HSGP-SHSP-FY22 Page 34 of 44 Grant County Sheriff's Office, E23-094
In addition to the Biannual Strategy Implementation Report (BSIR) submission requirements outlined in the Preparedness
Grants Manual, recipients must demonstrate how the grant -funded project addressed the core capability gap associated with
this project and identified in the Threat and Hazard Identification and Risk Assessment (THIRA) or Stakeholder Preparedness
Review (SPR) or sustains existing capabilities as applicable. The capability gap reduction must be addressed in the Project
Description of the BSIR for each project.
Article L - Operation Stonegarden Program Hold
The recipient is prohibited from drawing down OPSG funding under this award or reimbursing OPSG subrecipients of this
award until each unique, specific, or modified county level, tribal, arequivalent Operations Order or Fragmentary Order
(FRAGO) has been reviewed by FEMA/GPD and Customs and Border Protection/United States Border Patrol (CBP/USBP.
The recipient will receive the official notification of approval from FEMA/GPD. )
Article Ll - OPSG Program Performance Goal
In addition to the Biannual Strategy Implementation Report (BSIR) submission requirements outlined in the Preparedness
Grants Manual, recipients must demonstrate how the grant -funded project addressed the core capability gap associated with
this project and identified in the Threat and Hazard Identification and Risk Assessment (THIRA) or Stakeholder Prepared I ness
Review (PR) or sustains existing capabilities as applicable, The capability gap reduction or capability sustainment must be
addressed in the Project Description of the BSI R for each project.
BUDGET COST CATEGORIES
Personnel
Fringe Benefits
Travel
Equipment
Supplies
Contractual
Construction
Indirect Charges
Other
$5521103.00
$201,516,00
$9)665.00
$0.00
K446,00
$1310281663.00
$0.00
$1041954.00
$0,00
DHS-FEMA-HSGP-SHSP-FY22 Page 35 of 44 Grant County Sheriff's Office, E23-094
Oblicratingr Document for Awar&Ani end nie iit
la- AGREENM-NT NO.
AMENDINIENT NO. 3-
4- TYPE OF ACTION,
5. CONTROL N 0-
RECIPIEINT
AIVARD
V�X04-579NL2022T,
NO.
WX04583N2022T,
6- RECIPIEW.N,,�AME AND
N/A
7. ISSUE\TG FEN11A. OFFICE AND
IVX0458ON2022T
8- PAY,'v4ENT OFFICE AND ADDRESS
ADDRESS
Washmig.ton Military
ADDRESS
FEMA Finzaice Center
Departinent
��-PI
400 C Street., SW 3rd floor
430 bfuket Street
Winchester, VA 22603
Building 20
W-5
z1swgton,DC 20-64
QIMP Mimy. WA, 98430 -
POC: 866-927-5646
5122
9- NAB OF RECIPIENT,
pH0,NENjo. lo.N.AMEOFFENIA PROJECTR.DIN.ATOR
PROJECT OFCER
2535127472 Central Sche&lj-
1na,,1-md Infonnation Desk
Gall
I I . EFFECMrE DATE OF
TMS ACTION
09/0 2Y2022
: OVV--1 ZS-049
E-mail: Askcsid@dhs.gov
12.
13. ASSISTANCE ARLIRANGEMEINTT 14. PERFORMANTCE PERIOD
ikvIETHOD Cost Reiiubursment
OF
PAYNMENT
PARS
From: To:
09/0 142022 08/31/2025
B11(hyleet Peri jj
ez 10
09101/2022 08/3112025
15.. DESCRIPTION OF ACTIONj
a. (Indicate funding data for awards or financial cha
PROGRAM CFDA N70. A-CCOUNTR\4TG DAMA
NIAME
PRIOR AlIvIOUNT
CURRENT
CUMULATTVE NOINZ-
(ACCS- CODE
ACRONYM
TO)TAL AWARDED
TOTAL
FEDERAL COMN1�71
AIVARD TMS
AWARD
ACTION
+ OR
Homeland 97067
se,culity rjfmt 2021 -GG0 I -P410- 4101 -D
$0,00 $6,190,947.00
S6,1901947-00
See Totals
Pi ogiarn
Hbinehmd 97,067 2022-F-A-GG02-P410- 4101-D
SecurSecurity Chant
ity
-S0,00 $1,464,400-00
S1,464,4010-00
See Totah
Homeland 97-067 2022-FA-GH01-P410- -41-01-D
�,Lnwity G=t
SUO $6,250,000A
See
Frosmm
Totals
$0400 SI-AA51-147.00 -13�90155.3 S 1 47. $0.00
b- To describe changes of thmi fimding data of i�-
luiancial chang-s, attach N/A _schedule a -lid check here-
16 a- FOR ON-ICITERPR0GR-:AN1-S: RECIP'EN-T IS REQU'RED T0,SI(--i-4N7 AN.D PETUPNX THREE (3) COPIES OF THIS
DOCUMENT TO FEMA (See Bloc k 7 for addres)
HonvIand Stcurity giant program recipients are not requ-f ed to sign zuid return copie.s of this document Howevcipients should
print and keep of this dmimmt for theme recor a copy
I ir ds, er, re
16b. F(--)R DISASTER PROGRAMS*- RECIPIENT I-S NOT REOUMD To SIGN
This assistance is subject to ternn ajad coy. <jitions attached to this avvard notice or bynicorporated reference in proFram legislation cited
above-
17. RE'CIIE',NT !-S-'1C'rN,4T0RY OFFICIAL (Name and Title) DATEGailram,
Sun Sep 18 01:22:54 UNIT
18. FENLA SIGNATORY OFFIC1AL Caine(and Title) 22 0 2 2
DATE
Fri Sep 0 2 19 - 5 6.5 0 GIMT
2022
DHS-FEMA-HSGP-SHSP-FY22 Page 36 of 44 Grant County Sheriff's Office, E23-094
A',
PAMELA SUSAN -WILLIAMS,
DHS-FEMA-HSGP-SHSP-FY22 Page 37 of 44 Grant County Sheriff's Office, E23-094
Attachment D-1
----- - HSP Investment Justification
Washington is comprised of 39 counties with geography including forests, mountains, islands , rainforests, rivers, lakes, and
plains. The U.S. Bureau of Economic Analysis ranked Washington 8 of 50 states for gross domestic product in 2021; several
world -class organizations headquarter their operations within the state. Washington has marine, aviation, rail, and road
transportation infrastructure to support its position as a bustling trade center. Over half of Washington's 7.77 million Population
lives in the Seattle metropolitan area located along the Puget Sound. This area is the center of transportation, business, and
industry and is the fastest growing region in the state. Avast majority of the state's population lives in densely settled urbanized
areas, Understanding Washington's population is critical in order to mitigate vulnerabilities, respond to incidents, and
effectively concentrate recovery efforts.
Furthermore, Washington is subject to 10 natural and 7 human -caused hazards. The THIRA focuses on eight of those risks: cyber
attack) earthquake,. explosive devices (terrorism), flood, hazmat release (radiological), pandemic- human (biological), tsunami,
and wildland fire, The 2022 Washington State Risk Profile scored the state"s relative risk as 8.77, ranking it as the 12th highest
at -risk state. Washington State has consistently had a high relative risk score (ranked in the top 25% of states for the past seven
years) and must be prepared to prevent, respond to, mitigate, and recover from acts of terrorism,
The FY22 projects were selected to build upon or sustain a range of Core Capabilities identified in the 2021 SPR as having
significant gaps as well as to support the six National Priority Areas. The investments msupport the Planning, Organization,,,
Equipment, Training, and Exercise solution areas with a focus in the following Core Capabilities., Access Control & Identity
Verification; Community Resilience; Critical Transportation; Cybersecurity; Forensics & Attribution; Infrastructure Systems;
Interdiction & Disruption; Logistics & Supply Chain Management; Mass Care Services; Mass Search & Rescue Operations; On -
Scene Security, Protection, & Law Enforcement, Operational Communications, Operational Coordination; Physical Protective
Measures; Planning; Public Health, Healthcare, & Emergency Medical Services; Public Information & Warning; Screening,
Search, & Detection; Situational Assessment; and Supply Chain Integrity & Security.
Region 7 terrorist targets include-,
Energy Producing Dams
Large Crowds During Events
Access Control to Critical Infrastructure
Transportation Corridors
Agro-Terrorism
DHS-FEMA-HSGP-SHSP-FY22 Page 88 of 44 Grant County She s Office, E23-094
Attachment D-2
22SHSP ENDURING NEEDS SUBPROJECTS_ -WORK PLAN
Grant County Sheriff's Office, Emergency Management -
ENDUR.ING NEEDS AMOUNT $47,437
Investment #1: WA SHSP Sustainment
The State is divided into 9 Regions which differ in geography (marine to desert), major industry (large business to agricultural), and
population (dense urban settings to rural). Each region develops projects to address their specific risks and hazards which sustain
previously built capabilities or close identified gaps. Most initiatives can be tied back to building regional capability to prevent,
protect, respond, and recover and be in a state of readiness should a natural or human -caused catastrophic incident occur.
Gaps identified in: -Community Resilience: Need to incorporate equity and social justice and access and functional needs -Critical
Transportation: Transportation needed for the delivery of vital response personnel, equipment, and services into the affected areas
-Cybersecurity,, Lack of a vulnerability analysis, outdated servers and workstations -Interdiction & Disruption: Special teams do not
have access to updated equipment -Infrastructure Systems: Lack of proper network access to link to remote city/county facilities -
Mass Care Services: Lack of adequate mass care facilities, lack of local mass care volunteers and training opportunities -Mass SAR
Operations: Need to train responders to the Structural Collapse Tech Level, lack of heavy lifting/shoriing and cutting/breaching
rescue equipment -On-Scene Security, Protection, & LE: Lack of local funding to maintain and replace aging and/or expiring
equipment and PPE -Operational Comms: Geographical challenges and changes in communications technology hamper the
reliability of communications -Operational Coord: Lack of regional coordination to prioritize'
projects, connect partners, and share
products -Physical Protective Measures: Lack of surveillance cameras and alarm systems in local jurisdictions -Planning: ESF plans
are out of date, lack of updated continuity plans -Public Information & Warning: Lack of robust public education campaigns, lack of
reliable and consistent messaging -Screening, Search, & Detection Lack of screening and monitoring equipment for large public
festivals and events within local jurisdictions -Situational Assessment: Lack of common operating picture, and information sharing,
EN PROJECT #7#, SHSP Region 7- Homeland Security Project
Region 7 will address priorities based on regionally identified gaps. The region is challenged by persistent capability gaps which
include Operational Communications due to aging equipment and Infrastcapability as well as changes in technology and the inability
to keep pace; Operational Coordination due to a lack of trained county personnel to fill EOC specific positions and a need for EOC
equipment and for an alternate EOC; Mass Search & Rescue Operations due to the lack of a thermal -equipped unmanned aerial
system (UAS) and additional training for UAS operators; Critical Transportation due to the need for an appropriate vehicle for the
delivery of vital response personnel, equipment, and services into affected areas; and Interdiction & Disruption due to the need for
equipment and training for Special Teams.
To address capability gaps and sustain Current capabilities the region will be investing in planning, organization, equipment and
training. Activities will include, Operational Communications: Purchase communications equipment and connect local response
agencies on common command and control frequencies. Operational Coordination: Sponsor and host training for Emergency
Management staff, volunteers, and other county personnel and purchase equipment for EOC and EOC satellite operations, Mass
Search & Rescue Operations: Purchase a thermal -equipped UAS and accessories for extended operations and train UAS operators.
Critical Transportation: Purchase an all terrain vehicle for use bylaw enforcement, emergency management personnel, search and
rescue, and Special Teams, Interdiction & Disruption: Purchase equipment for Special Teams and host and attend certification
trainings. The funding priorities will support the region in their effort to address identified capability gaps with terrorist -related risks,
which will enhance the Region's ability to detect, identify, interdict, and recover -from a terrorist attack.
SUBPROJECT #1
CORE CAPABILITIES
Alternate EOC Facilities
Operational Coordination (EN & All NPAs)
------- ---- Core Capability #1
Sustaining or Enhancing? Enhancing
SOLUTION AREAS
PLANNING ORGANIZATION EQUIPMENT TRAINING EXERCISE TOTAL
O.--677 --- F
so.00 $15,000.00
GAP(S) IDENTIFIED $0,09 T_ $0.06] $151000.00
Per SPR 2021 Pg. 35- "Lack of equipment across the county/region to meet this need." The County lacks alternate facilities that
would Support EOC functions if the primary location was lost or uninhabitable,
DHS-FEIVlA-HSGP-SHSP-FY22 Page 39 of 44 Grant County Sheriffs office, E23-094
ACTIVITIES TO BE PERFORMED
- Establish mutual aid agreement with fire agencies in northern and southern portions of Grant County for use of space for alternate
emergency operations centers.
- Purchase and deploy equipment to alternate EOC facilities.
ASSOCIATED DELI VERABLEsIOUTpUTS (IMMEDIATE)
- Alternate EOC facilities are established and equipped across Grant County to immediately support EOC functions If the primary
location is lost or uninhabitable.
DESIRED OUTCOMES (INTERMEDIATE AND LONG-TERM)
In coordination with local fire agencies in decentralized parts of Grant County the alternate facilities will function as incident
command post for longer durations in those communities.
NEXUS TO TERRORISM
Development of alternate EOC facilities improves resiliency of emergency operations within Grant County in the event the primary.
I
facility is lost and supports continuity of government planning and implementation.
Wt$FKUJtCT W Special Teams Equipment & Training
CORE CAPABILITIES
Operational Coordination (EN &All NPAs) Core Capability #1
Sustaining or Enhancing? Enhancing
Interdiction & Disruption (EN & ST/CP, 11S, DVEI &, ET) Core Capability #2 (optional)
Sustaining or Enhancing? -I
I Enhancina
SOLUTION AREAS
PLANNING ORGANIZATION EQUIPMENT
— $ :0 :0� TRAINING --- EXERCISE TOTAL
0.11 0 $21,957.00 $%980.00 $0.00
A $31,937.00
GAP(S) IDENTIFIED
- Operational Coordination gap- Per SPR 2021 Pg. 35- "Lack of equipment across the county/region to meet this need."
- Interdiction and Disruption gap: Lack of equipment- SPR 2021,, page 64
- Numerous Special Teams within Grant County lack equipment and training to fully realize their individual missions.
A CTI VI TIES TO BE PERFORMED
Purchase equipment to fill gaps identified by Special Teams within Grant County for acts of terrorism, including active shooter
scenarios, and host training to certify team members on purchased equipment. Equipment may include SWAT- ballistic shields,
helmet with carrier, body armor, breaching equipment,, and ballistic plates; HAZMAT- all
equipment for air sampling/
radiologic detection; and Search and Rescue- dive boat.
ASSOCIATED DELIVERABLESIOUTPUTS (IMMEDIATE)
Special Teams will have trainingand equipment quipment to increase their capacity to respond in accordance with their specialty area,
DESIRED OUTCOMES (INTERMEDIATE AND LONO-TERM)
Improved response capacity for Special Teams such as HAZMAT response, Tactical Response Team, Search and Rescue, etc,
NEXUS TO TERRORISM
Special Teams capability to respond to acts of terrorism will be improved.
DHS-FEMA-HSGP-SHSP-FY22 Page 40 of 44 Grant County Sheriffs Office, E23-094
Attachment D-3
22SHSP NATIONAL PRIORITY AREA PR-OJ-EC-TS --- WORK P-A
Grant County Sheriff's Office.
Emergency Management
National Priority Areas AMOUNT $3S,05Q
In assessing the national risk profile for FY 2022, six priority areas attracted the most conc
nation faces in 2ern. Due to the unique threats that the
022, DHS/FEMA has determined that these six priorities should be addressed by both allocating specific percentages
of HSGP funding to certain areas as well as allocating the remaining percentage across th
six priority areas for FY 2022: e remaining priorities. The following are the
1) Enhancing the protection of soft targets/crowded places (ST/CP)
2) Enhancing information and intelligence sharing and analysis (IIS)
3) Combating domestic violent extremism (DVE)
4) Enhancing cybersecurity (CS)
5) Enhancing community preparedness and resilience (CP&R)
6) Enhancing election security (ES)
Washington State will meet the 22SHSP priorities across multiple state and local projects.
Investment #6: WA SHSP National Priority: Community Preparedness and Resilience
Community organizations are the backbone of civic life and therefore, must have the capabilities to withstand acts of terrorism and
provide essential services, especially to members of underserved communities, in the aftermath of an attack. Focus on equity and
investing in strategies that meet the needs of underserved communities will strengthen the whole of community system of
emergency management. The whole community includes children; older adults; individuals with disabilities, and others with access
and functional needs; those from religious, racial, and ethnically diverse backgrounds., and people with limited English proficiency,
Additionally, equity in emergency management requires proactively prioritizing actions that reinforce cultural competency,
accessibility, and inclusion, as well as reflect the historical context of specific groups of people,
As communicated in 2021 State SPR, the Community Preparedness & Resilience (CP&R) capability gaps that will be addressed are, -
Public Information & Warning: a need to establish a process for promptly distributing emergency communications in the identified
. d
top languages; a need for an updated unified public education strategy to include better coordinated public messaging procedures,
policies, and training, and a lack of clarity regarding who will be issuing messages and how quickly they will provide accurate and
reliable statements to the public; -Operational Coordination: Staff turnover has created gaps in training and a need for integrated
training and exercises between emergency response agencies, healthcare providers, the private sector, and the community to
facilitate unified command operations; -Community Resilience: Large segments of the Population (individuals, families,
communities, organizations) that have the ability to become prepared have not been motivated/interested in taking action to
prepare for emergencies and more trained volunteers are needed (Community Resilience gaps are derived from the 2021 Seattle
UASI SPR, which rolls up within the State SPR.); and I
-Logistics & Supply Chain Management: Most jurisdictions need developed plans
for maintaining and restoring the supply chain after a natural, terrorist, or biological event.
Through a collaborative ranking and selection process, Washington State has identified several key projects within this Investment
to address gaps and sustain/enhance core capabilities directly related to the CP&R National Priority Area,
PROJECT #1 NP CP&R Regional Pu - b - lic Alert and Warning stern (investment 6, Project 5)
NATIONAL PRIORITY AREA
Community Preparedness & Resilience
BRIEF PROJECT DESCRIPTION
Public Warning System for Region 7. Chelan, Douglas, Grant, Kittitas/ Okanogan, and the Colville Tribe.
CORE CAPABILITIES
Public Information & Warning (EN -_ & All NPAs) Core Capability #1
Sustaining or Enhancing.? I Sustaining
Operational Coordination (EN & All NPAs) Core Capability #2 (optional)
Sustaining or Enhancing? En h an cin g
DING-FElVlA-HSGP-SHSP-FY22 Page 41 of 44 Grant County Sheriff's Office, E23-094
SOLUTION AREAS
PLANNING --I- ORGANIZATION EQUIPMENT ------- TRAINING EXERCISE TOTAL
$0.00 $35,050.007
$0.00 $0.00
$0.00
GAP(S) IDENTIFIED 1 $35,050.00
- "The region lacks a unified plan to summarize and interpret public emergency communications on government response,
community Preparedness, pandernics, and other relevant emergency messages for all 13 identified languages. This has cascading
effect on reaching a broader demographic, causing information delays when time is critical." (SPR page 20)
- "The basic Emergency Alert and Warning System isn't able to notify specific, targeted areas or transient Populat I ions within the
county. Extra functionality and access to IPAis critical. There is a need to establish a process for promptly distributing emergency
communications in multiple languages throughout the county in a timely manner so individuals can take appropriate action during
an emergency,"
The vast different geographic terrain in Region 7 makes emergent public notification impossible without a mass alert and warning
system. Region 7 is susceptible to natural disasters, domestic terrorist threats, and criminal activity; a sustained mass notification
system is a critical gap for the communities.
ACTIVITIES TO BE PERFORMED
Renew annual Emergency Alert and Warning System contracts for 2023.
COLLABORATION
This is a regional project that will benefit all of the Region 7 communities.
ASSOCIATED DELI VERABLESIOUTPUTS (IMMEDIATE)
This project will allow all of Region 7 to have the ability to notify the public of threats or hazards quickly and effectively in the area.
The alert system is also the conduit to IPAWS. The systems can also provide Operational Coordination through the notification to key
first responders such as law enforcement, fire personnel, mayors, commissioners, emergency dispatch, and utilities,
DESIRED OUTCOMES (INTERMEDIATE AND LONG-TERM)
The Region 7 Public Alert and Warning project will sustain the ability to alert the community of dangers and what to do to remain
safe. This system is the conduit to communicate with a vast area of the Region through one rapid mechanism, The system will also
help translate emergency messaging into other languages to assist limit English proficiency populations to remain safe.
NEXUS TO TERRORISM AND NPA
This project has the ability to quickly warn or alert the population of any threats or dangers from foreign or domes -tic
acts of
terrorism. The Emergency Alert and Warning System will enable the messaging to: give out current information, tell . I people what to
do to be safe, where to go to be safe, and/or what dangers to look out for,
DHS-FEMA-HSGP-SHS P-FY22 Page 42 of 44 Grant County Sheriff's Office, E23-094
22SHSP Budget
Grant county Sheriff's office., Emergency management
AGREEMENT AMOUNT
LETPA
Aftachment E
$2,487
AMOUNT
$400687.00
49% of the agreement total
PERSONNEL $0,00
0% of the agreement total
M&A $500-00
1� of the agreement total
..........
Sustainrnent Subproject(s)
SUBPROJECT#1 Alternate E0CFacilities, AMOUNT
SUBPROJECT#2 Special Teams Equipment & Training
$,15,.000.00
M&A $31,,937.00
$500.00
SUBTOTAL $47,437.00
INDIRECT $0.00
TOTAL
$47,437.00
........... ---
National Prionfty,Area Project(s)
AMOUNT
PROJECT #1 NP CP&R Regional Public Alert and Warning System (investment 6, Project 5)
M&A $35p050.00
$0.00
SUBTOTAL $35,050.00
INDIRECT $0.00
TOTAL $35,050.00
DHS-FEMA-HSGP-SHSP-FY22 Page 43 of 44 Grant County Sheriff's Office, E23-094
DATE
September 1, 2022
September 2022.
NLT January 31, 2023
July 31., 2023
January 31, 2024
July 3., 2024
January 31, 2025
March 17, 2025
Attachment F
22SHSP TIMELINE
Grant County Sheriff's Office, Emergency management
TASK
Grant Agreement Start bate
Estimated date work scheduled for one or more subprojects projects
Submit proof of completion of Nationwide Gybersecurity Review (NCSR) - NCSR
. YStem closes February 28, 202
Submit Reimbursement Request and Progress Report
_ p
Submit Reimbursement Request and Progress Report
Submit Reimbursement Request and Progress Report
Grant Agreement End Date
Submit Final Reimbursement :Request and Closeout Report
HSGP Performance Period; September 1, 2022, to August 31, 2025
DHS-FEMA-HSGP-SHSP-FY22 Page 44 of 44 Grant Count Sheriff's Office, , E23--094
SIGNATURE AUTHORIZATION FORM
WASHINGTON STATE MILITARY DEPARTMENT
Camp Murray, Washington 98430-5122
Please read instructions on reverse side before completinq this form.
NAME OF ORGANIZATION
Grant County Sheriffs Office, Emergency Management Division DATE SUBMITTED
PROJECT DESCRIPTION
WA St Military Dept and the U.S Department of Homeland Security CONTRACT NUMBER
E23-094
Washington Military Department Contract Number: 623-094
Debarment, Suspension, Ineligibility or Voluntary Exclusion Certification Form
NAME
Grant County Sheriffs Office, Emergency Management Doing business as (DBA)
ADDRESS --- Applicable Procurement WA Uniform Business Federal Employer Tax
P.O Box 37 or Solicitation #, if any: Identifier (UBI) Identification #:
Ephrata, WA 98823 136000784 91-6001319
This certification is submitted as part of a request to contract.
Instructions For Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Lower
Tier Covered Transactions
READ CAREFULLY BEFORE SIGNING THE CERTIFICATION. Federal regulations require ate icontractors and bidders to sign and
abide by the terms ocip
f this certification, without modification, in order to artier ate certain transactions directly or
indirectly involving federal funds.
1 By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out
below. rt
2. 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 Prospective lower tier participant knowingly rendered an
erroneous certification, in addition to other remedies available to the Federal Government the
with department or agency
which this transaction on may pursue available remedies, including suspension and/or debarment.
3. The prospective* lower tier participant shall provide immediate written notice to the department, institution or office to
which this proposal is submitted if at any time the prospective lower tier participant learns that its certificai
erroneous when submitted or had become erroneous by reason of changed circumstances. ton was
4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person,
primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meaning
set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the
person to which this proposal is submitted for assistance in obtaining a copy of those regulations.
5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered
transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is
proposed for debarment under the applicable CFR, debarred, suspended, declared ineligible, or voluntarily excluded
from participation in this covered transaction, unless authorized by the department or agency with which this
transaction originated.
6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled
"Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered
Transaction," without modification, in all lower tier covered transactions and in all solicit
transactions. ations for lower tier covered
7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered
transaction that it is not proposed for debarment under applicable CFR, debarred, suspended, ineligible, or voluntarily
excluded from covered transactions, unless it knows that the certification is erroneous. A participant may decide the
method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required
to, check the List of Parties Excluded from Federal Procurement and Non -procurement Programs.
8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to
render in good faith the certification required by this clause. The knowledge and information of a pa(ticipant is not
required to exceed that which is normally possessed by a prudent person in the ordinary course of business activity,
9. Except for transactions authorized under paragraph 5 of these instruct , ionsif a participant in a covered transaction
knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under applicable
CFR, suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other
remedies available to the Federal Government, the department or agency with which this transaction originated may
pursue available remedies, including suspension and/or debarment.
Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Lower Tier
Covered Transactions
The prospective lower tier participant certifies, by submission of this proposal or contract, that
principals is presently debarrednether it nor its
, suspended, proposed for debarment, declared ineligible, or voluntarily excluded
from participation in this transaction by any Federal department or agency. Where the prospective lower tier
participant is unable to certify to any of the statements in this certification, such prospective participant shall
attach an explanation to this form.
Bidder or Contractor Signature: rm. Date:
td, Sheriff Print Name and Title: Ryan Relicten 11 eriff
Washington Military Department, Homeland Security Grant
Aeement NoProgram Agreement Face Sheet
gr. E23 -094
Date signed- 2023
Rob Jon mir
Cindy Cart. , Vice Chair
Z -1 _-
Danny St e, Member
ATTEST.,
X
,isque
the Boarij
K23-015