HomeMy WebLinkAboutAgreements/Contracts - BOCCGRANT COUNTY
COMMISSIONERS AGENDA MEETING REQUEST FORM
(Must be submitted to the Clerk of the Board by 12:00pm on Thursday)
REQUESTING DEPARTMENT: BOCC
REQUEST SUBMITTED gY: Karrie Stockton
CONTACT PERSON ATTENDING ROUNDTABLE: Kafl'I@ Stockton
CONFIDENTIAL INFORMATION: ❑YES ONO
DATE:10/15/2024
PHONE:2937
MY:- HIM .. >%�/'H//%�����/.a'e,'s�
nos• ,3'�°" i
®Agreement / Contract
❑AP Vouchers
❑Appointment / Reappointment
❑ARPA Related
[]Bids / RFPs / Quotes Award
❑ Bid Opening Scheduled
❑ Boards / Committees
❑ Budget
❑Computer Related
❑County Code
El 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
El Recommendation
El Professional Serv/Consultant
❑Support Letter
❑Surplus Req.
[]Tax Levies
❑Thank You's
❑Tax Title Property
❑WSLCB
Interagency Agreement between Washington State Department of Agriculture and
Grant County, WSDA Contract No. K5556. The purpose of this grant is to fill continued gaps
in emergency food resources, total award amount is $75,054.29. Term is December 1, 2024 - June 30, 2025.
If necessary, was this document reviewed by accounting? ❑ YES ❑ NO 0 N/A
If necessary, was this document reviewed by legal? 0 YES ❑ NO ❑ N/A
DATE OF ACTION: 0
APPROVE: DENIED ABSTAIN
D1:
D2:
D3:
DEFERRED OR CONTINUED TO:
WITHDRAWN:
4/2 3/24
K24-253
WSDA Contract No. K5556
INTERAGENCY AGREEMENT
BETWEEN
WASHINGTON STATE DEPARTMENT OF AGRICULTURE
AND
GRANT COUNTY
Agreement number K5556 is made and entered into by and between the Washington State
Department of Agriculture, "WSDA" or "Agency", located at 1111 Washington St. SE, PO Box 42560,
Olympia, WA 98504-2560, and Grant County, or "Subrecipient", located at 35 C St. NW, PO Box 37,
Ephrata, WA 98823. Subrecipient's UEI is: ZL6WM261<81<R5
AUTHORITY
Funding for this agreement has been provided in the 2023-2025 biennial state Operating Budget, ESSB
5187, pursuant to Federal grants to Washington State under the American Rescue Plan Act of 2021
(ARPA or "Act"), sec. 9901, Public Law 117-2, codified at 42 U.S.C. 802.
PURPOSE
The purpose of this agreement is to facilitate strong relationships and effective communication
channels among Washington state's emergency food response networks, including county and state
government agencies and local hunger relief organizations. To fill continued gaps in emergency food
resources, fundingwill be used for county -directed procurement and distribution of emergencyfood
to hunger relief organizations as part of a state alternative to the federal USDA Farmers to Food Box
program. This agreement is part of the state's coordinated response to increase farm and food
business viability, reduce food access barriers for socially disadvantaged communities, and increase
food security for all Washingtonians while contributing to long-term emergency preparedness and
food system resilience.
STATEMENT OF WORK
The Subrecipient shall furnish the necessary personnel, equipment, material and/or service(s) and
otherwise do all things necessary for or incidental to the performance of work set forth in Exhibit "A"
attached and incorporated herein.
PERIOD OF PERFORMANCE
Subject to its other provisions, the period of performance of this Agreement shall commence on
September 5, 2024 or upon execution, whichever is later, and end on June 30, 2025 unless terminated
sooner as provided in this Agreement, or extended through a properly executed amendment.
COMPENSATION
Compensation for the work provided in accordance with this Agreement has been established under
the terms of chapter 39.34.130 RCW. The parties have estimated that the cost of accomplishing the
work herein will not exceed $75,054.29. Payment for satisfactory performance of the work shall not
exceed this amount unless the parties mutually agree to a higher amount prior to the commencement
of any work which will cause the maximum payment to be exceeded. Compensation for services shall
be in accordance with the Budget in Exhibit "B"which is attached and incorporated herein. The
committed funding is from the Coronavirus State Fiscal Recovery Fund, Assistance Listing 21.027.
Page 1 of 12
WSDA Contract No. K5556
INDIRECT COSTS
Subrecipient shall provide its indirect cost rate agreement that has been negotiated between the
Subrecipient and the federal government. If no such rate exists a de Minimis indirect cost rate of 10%
of modified total direct costs (MTDC) will be used.
ACKNOWLEDGEMENT OF FEDERAL FUNDING
Federal Award Identification Number (FAIN): SLFRP0002
The committed funding is from the federal Coronavirus State Fiscal Recovery Fund, Assistance Listing
21.027. Coronavirus State Fiscal Recovery Funds were authorized in the American Rescue Plan in
response to COVID-19. Information from the US Department of the Treasury about this federal fund
source can be found here: https://home.treasury_gov/policy-issues/coronavirus/assistance-for-state
local-and-tribal-governments/state-and-local-fiscal-recovery-funds. Subrecipient, by accepting this
agreement, is a subrecipient of the federal funds that support this award and is subject to all of the
federal requirements. 2022 CSLFRF Compliance Supplement can be found here:
https://home.treasury.gov/system/files/1 36/21.027-SLFRF-2022-Co mplia nce-Su p pie ment. Ddf
Subrecipient agrees that any publications (written, visual, or sound) but excluding press releases,
newsletters, and issue analyses, issued by the Subrecipient describing programs or projects funded in
whole or in part with federal funds under this Agreement, shall contain the following statements:
This project was supported by funds awarded by the US Department of the Treasury. Points of
view in this document are those of the author and do not necessarily represent the official
position or policies of the US Department of the Treasury. Funds are administered by the
America Rescue Plan Act, State and Local Fiscal Recovery Funds, Washington State
Department of Agriculture.
COMPLIANCE WITH APPLICABLE FEDERAL LAW AND REGULATIONS
A. Subrecipient agrees to comply with the requirements of section 603 of Title VI — Coronavirus
Relief, Fiscal Recovery, and Critical Capital Projects Funds of the Act, regulations adopted by
Treasury pursuant to section 603(f) of the Act, and guidance issued by Treasury, and as
amended, regarding the foregoing. Subrecipient also agrees to comply with all other
applicable federal statutes, regulations, and executive orders, and Subrecipient shall provide
for such compliance by other parties in any agreements it enters into with other parties
relating to this award.
B. Federal regulations applicable to this award include, without limitation, the following:
1. Uniform Administrative Requirements, Cost Principles, and Audit Requirements for
Federal Awards, 2 C.F.R. Part 200, other than such provisions as Treasury may determine
are inapplicable to this Award and subject to such exceptions as may be otherwise
provided by Treasury. Subpart F — Audit Requirements of the Uniform Guidance,
implementing the Single Audit Act, shall apply to this award.
2. Universal identifier and System for Award Management (SAM), 2 C.F.R. Part 25, pursuant to
which the award term set forth in Appendix A to 2 C.F.R. Part 25 is hereby incorporated by
reference.
3. Reporting Sub Award and Executive Compensation Information, 2 C.F.R. Part 170,
pursuant to which the award term set forth in Appendix A to 2 C.F.R. Part 170 is hereby
incorporated by reference.
4. OMB Guidance to Agencies on Government wide Debarment and Suspension (Non -
procurement), 2 C.F.R. Part 180, including the requirement to include a term or condition
Page 2of12
WSDA Contract No. K5556
in all lower tier covered transactions (contracts and subcontracts described in 2 C.F.R.
Part 180, subpart B) that the award is subject to 2 C.F.R. Part 180 and Treasury's
implementing regulation at 31 C.F.R. Part 19.
5. Recipient Integrity and Performance Matters, pursuant to which the award term set forth in
2 C.F.R. Part 200, Appendix XII to Part 200 is hereby incorporated by reference.
6. Government wide Requirements for Drug -Free Workplace, 31 C.F.R. Part 20.
7. New Restrictions on Lobbying, 31 C.F.R. Part 21.
8. Uniform Relocation Assistance and Real Property Acquisitions Act of 1970 (42 U.S.C. §§
4601-4655) and implementing regulations.
9. Generally applicable federal environmental laws and regulations.
C. Statutes and regulations prohibiting discrimination applicable to this award include, without
limitation, the following:
1. Title VI of the Civil Rights Act of 1964 (42 U.S.C. §§ 2000d et seq.) and Treasury's
implementing regulations at 31 C.F.R. Part 22, which prohibit discrimination on the basis
of race, color, or national origin under programs or activities receiving federal financial
assistance;
2. Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. § 794), which
prohibits discrimination on the basis of disability under any program or activity receiving
federal financial assistance;
3. The Age Discrimination Act of 1975, as amended (42 U.S.C. §§ 6101 et seq.), and
Treasury's implementing regulations at 31 C.F.R. Part 23, which prohibit discrimination on
the basis of age in programs or activities receiving federal financial assistance; and
4. Title II of the Americans with Disabilities Act of 1990, as amended (42 U.S.C. §§ 12101 et
seq.), which prohibits discrimination on the basis of disability under programs, activities,
and services provided or made available by state and local governments or
instrumentalities or agencies thereto.
AUDIT
Federal Funding of $750,000 or more. If Subrecipient expends $750,000 or more from all federal
sources during Subrecipient's fiscal year, as determined under § 200.501 of the Federal Award
Uniform Guidance, Subrecipient shall obtain an annual Single Audit conducted in accordance with §
200.514 except when it elects to have a program -specific audit conducted in accordance with
paragraph (c) of § 200.501. The $750,000 includes the value of food received from federal food
programs and any other federal funding sources.
DEBARMENT, SUSPENSION AND INELIGIBILITY
The Subrecipient certifies that neither it nor its principals are presently debarred, declared ineligible,
or voluntarily excluded from participation in transactions by the State of Washington and any federal
department or agency. Signature of this contract certifies that to the best of its knowledge that they:
a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by any federal, state or local government
entity;
b. Have not within a three-year period preceding this contract been convicted of or had a civil
judgement rendered against them for: commission of fraud or a criminal offense in connection
with obtaining, attempting to obtain, or performing a public transaction or Agreement (federal,
state, or local); violation of federal or state antitrust statutes; or commission of
Page 3of12
WSDA Contract No. K5556
embezzlement, theft, forgery, bribery, falsification or destruction of records, making false
statements, tax evasion, or receiving stolen property;
c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity
(federal, state, or local) with commission of any of the offenses enumerated in paragraph (1)(b)
of federal Executive Order 12549; and
d. Have not within a three-year period preceding the signing of this contract had one or more
public transactions (federal, state, or local) terminated for cause or default.
PROCUREMENT STANDARDS FOR FEDERALLY FUNDED PROGRAMS
Subrecipient shall establish procurement policies in accordance with 2 CFR Part 200. The
Subrecipient's procurement system should include at least the following:
A. A code or standard of conduct that shall govern the performance of its officers, employees, or
agents engaged in the awarding of contracts using federal funds.
B. Procedures that ensure all procurement transactions shall be conducted in a manner to
provide, to the maximum extent practical, open and free competition.
C. Minimum procedural requirements, as follows:
i. Follow a procedure to assure the avoidance of purchasing unnecessary or duplicative
items.
ii. Solicitations shall be based upon a clear and accurate description of the technical
requirements of the procured items.
iii. Positive efforts shall be made to use small and minority -owned businesses.
iv. The type of procuring instrument (fixed price, cost reimbursement) shall be determined by
the Subrecipient, but must be appropriate for the particular procurement and for
promoting the best interest of the program involved.
v. Subcontracts shall be made only with reasonable subcontractors who possess the
potential ability to perform successfully under the terms and conditions of the proposed
procurement.
vi. Some form of price or cost analysis should be performed in connection with every
procurement action.
vii. Procurement records and files for purchases shall include all the following:
a. Subcontractor selection or rejection.
a. The basis for the cost or price.
a. Justification for lack of competitive bids if offers are not obtained.
BILLING PROCEDURES
The Subrecipient shall submit invoices monthly. Payment for approved goods and/or services will be
made by check, warrant or account transfer within 30 days of receipt of a valid invoice. Upon
expiration of the Agreement, invoices shall be paid, if received within 30 daXs after the expiration date.
However, invoices for all work done by June 30t" of each year must be submitted by July 15t".
BILLING DETAIL
Each invoice voucher submitted to the Agency by the Subrecipient shall include such information as is
necessary for the Agency to determine the exact nature of all expenditures. Subrecipient must retain
all back-up documentation to support invoices to WSDA, which must be made available to WSDA
upon request. At a minimum, the Subrecipient shall specify the following:
Page 4 of 12
WSDA Contract No. K5556
a. WSDA Agreement Number K5556.
b. Subrecipient's Statewide Vendor Registration number assigned by Washington State
Office of Financial Management (OFM).
c. The month and year of the billed services.
d. The total cost for each budget line item of Exhibit "B" — Budget for each month billed.
e. The total invoice amount.
If Subrecipient does not have an invoice template to request payment, Subrecipient can request a
copy of a Certified State Invoice Voucher (Form A-19) from WSDA. Invoices shall be submitted
electronically to WSDA's Contract Manager by the 20th of each month for services provided in the
previous calendar month.
Payment shall be made after acceptance by WSDA's Contract Manager of each deliverable as
described in the Statement of Work. No payment in advance or in anticipation of services or supplies
under this Contract shall be made by WSDA. Invoices and supporting documentation must be
submitted within 90 days of completion of all services to be eligible for payment. If invoices and
supporting documentation are not submitted within 90 days of the provision of service, then payment
may be forfeited. Claims for payment submitted by the Subrecipient to WSDA for costs due and
payable under this Contract that were incurred prior to the end date of the period of performance shall
be paid if received by WSDA within 15 days.
DUPLICATION OF BILLED COSTS
The Subrecipient shall not bill the Agency for services performed under this contract, and the Agency
shall not pay the Subrecipient, if the Subrecipient is entitled to payment or has been or will be paid by
any other source, including grants, for that service.
FUNDING CONTINGENCY
In'the event funding from state, federal, or other sources is withdrawn, reduced, or limited in anyway
after the effective date of this Agreement and prior to completion of the work in this Agreement, the
Agency may:
a. Terminate this Agreement with 30 days advance notice. If this Agreement is terminated,
the parties shall be liable only for performance rendered or costs incurred in accordance
with the terms of this Agreement prior to the effective date of termination;
b. Renegotiate the terms of the Agreement under those new funding limitations and
conditions;
c. After a review of project expenditures and deliverable status, extend the end date of this
Agreement and postpone deliverables or portions of deliverables; or,
d. Pursue such other alternative as the parties mutually agree to writing.
MAINTENANCE OF RECORDS
a. The parties to this Agreement shall each maintain books, records, documents and other
evidence that sufficiently and properly reflect all direct and indirect costs expended by
either party in the performance of the service(s) described herein. These records shall be
subject to inspection, review or audit by personnel of both parties, other personnel duly
authorized by either party, the Office of the State Auditor, and federal officials so
authorized by law. All books, records, documents, and other material relevant to this
Agreement will be retained for six years after expiration of the contract, and the Office of
the State Auditor, federal auditors, and any persons duly authorized by the parties shall
Page 5 of 12
WSDA Contract No. K5556
have full access and the right to examine any of these materials during this period.
b. If any litigation, claim or audit is started before the expiration of the six (6) year period, the
records shall be retained until all litigation, claims, or audit findings involving the records
have been resolved.
c. Records and other documents, in any medium, furnished by one party to this Agreement to
the other party, will remain the property of the furnishing party, unless otherwise agreed.
The receiving party will not disclose or make available any confidential information to any
third parties without first giving notice to the furnishing party and giving it a reasonable
opportunity to respond. Each party will utilize reasonable security procedures and
protections to assure that records and documents provided by the other party are not
erroneously disclosed to third parties. However, the parties acknowledge that State
Agencies are subject to chapter 42.56 RCW, the Public Records Act.
SITE SECURITY
While on Agency premises, the Subrecipient, its agents, employees, or Subcontractors shall comply
with the Agency security policies and regulations.
RIGHTS IN DATA
Unless otherwise provided, data that originates from this Agreement shall be "works for hire" as
defined by the U.S. Copyright Act of 1976 and shall be owned by WSDA. Data shall include, but not be
limited to, reports, documents, pamphlets, advertisements, books, magazines, surveys, studies,
computer programs, films, tapes and'/or sound reproductions. Ownership includes the right to
copyright, patent, register, and the ability to transfer these rights.
INDEPENDENT CAPACITY
The employees or agents of each party who are engaged in the performance of this Agreement shall
continue to be employees or agents of that party and shall not be considered for any purpose to be
employees or agents of the other party.
AMENDMENT
This Agreement may be amended by mutual agreement of the parties. Such amendments shall not be
binding unless they are in writing and signed by personnel authorized to bind each of the parties.
SUBCONTRACTING
a. "Subcontractor" means one not in the employment of a party to this Agreement, who is
performing all or part of those services under this Agreement under a separate contract
with a party to this Agreement. The terms "subcontractor" and "subcontractors" mean
subcontractor(s) in any tier.
b. Except as otherwise provided in the Agreement, the Subrecipient shall not subcontract any
of the contracted services without the prior approval of the Agency. The Subrecipient is
responsible to ensure that all terms, conditions, assurances and certifications set forth in
this Agreement are included in any and all Subcontracts. Any failure of Subrecipient or its
Subcontractors to perform the obligations of this Agreement shall not discharge
Subrecipient from its obligations under this Agreement.
Page 6 of 12
WSDA Contract No. K5556
TERMINATION FOR CONVENIENCE
Either party may terminate this Agreement upon 30 calendar days' prior written notification to the
other party. If this Agreement is so terminated, the parties shall be liable only for performance
rendered or costs incurred in accordance with the terms of this Agreement prior to the effective date
of termination.
TERMINATION FOR CAUSE
If for any cause either party does not fulfill in a timely and proper manner its obligations under this
Agreement, or if either party violates any of these terms and conditions, the aggrieved party will give
the other party written notice of such failure or violation. The responsible party will be given the
opportunity to correct the violation or failure within 15 working days. If the failure or violation is not
corrected, this Agreement may be terminated immediately by written notice of the aggrieved party to
the other.
DISPUTES
In the event that a dispute arises under this Agreement, either of the parties may request intervention
by the Governor, as provided by chapter 43.17.330 RCW, in which event the Governor's process will
control.
LICENSING. BONDING, INDUSTRIAL INSURANCE AND OTHER INSURANCE COVERAGE
Subrecipient shall ensure that all Subcontractors hired to perform services under this Agreement shall
comply with all applicable licensing and bonding requirements for the type of service to be performed,
and with the provisions of Title 51, Industrial Insurance. Subrecipient shall also ensure that all
Subcontractors provide proof of an adequate amount of commercial general liability insurance
coverage for the activities to be performed under any subcontract.
GOVERNING LAW AND VENUE
This Agreement shall be construed and interpreted in accordance with the laws of the state of
Washington and the venue of any action brought under this Agreement shall be in Superior Court for
Thurston County.
ASSURANCES
The parties agree that all activity pursuant to this Agreement shall be in accordance with all applicable
federal, state and local laws, rules, and regulations as they currently exist or as amended.
ASSIGNMENT
The work to be provided under this Agreement, and any claim arising under this Agreement, is not
assignable or delegable by either party in whole or in part, without the express prior written consent of
the other party, which consent shall not be unreasonably withheld.
WAIVER
A failure by either party to exercise its rights under this Agreement shall not preclude that party from
subsequent exercise of such rights and shall not constitute a waiver of any other rights under this
Agreement. Waiver of any default or breach shall not be deemed to be a waiver of any subsequent
default or breach. Anywaiver shall not be construed to be a modification of the terms of this
Agreement unless stated to be such in writing and signed by personnel authorized to bind each of the
Page 7of12
WSDA Contract No. K5556
parties.
SEVERABILITY
If any term or condition of this Agreement is held invalid, such invalidity shall not affect the validity of
the other terms or conditions of this Agreement.
CONTRACT MANAGEMENT
The contract manager for each of the parties shall be responsible for and shall be the contact person
for all communications and billings regarding the performance of this Agreement.
The Contract Manager for WSDA is:
The Contract Manager for Subrecipient is:
Andrea Litzow, Contracts Specialist
Karrie Stockton, Grant Administrative Specialist
Washington State Department of Agriculture
Grant County
1111 Washington St. SE, PO Box 4256
35 NW C St., PO Box 37
Olympia, WA 98504-2560
Ephrata, WA 98823
Phone: (360) 918-6914
Phone: (509) 754-2011 Ext. 2937
E-Mail: And rea.Litzow@Agr.wa.gov
E-Mail: Kstockton@grantcountywa.gov
ORDER OF PRECEDENCE
In the event of an inconsistency in the terms of this Agreement, or between its terms and any
applicable statute or rule, the inconsistency shall be resolved by giving precedence in the following
order:
a. Applicable state and federal statutes, and local laws, rules and regulations.
b. This Agreement.
c. Exhibit "A" Statement of Work
d. Exhibit "B" Budget
Page 8 of 12
WSDA Contract No. K5556
ALL WRITINGS CONTAINED HEREIN
This Agreement, consisting of twelve (12) pages, contains all the terms and conditions agreed upon by
the parties, which will be delivered in accordance with the WSDA General Terms and Conditions. It is
executed by the persons signing below who warrant that they have the authority to execute the
contract. No other understanding, oral or otherwise, regarding the subject matter of this Agreement
shall be deemed to exist or to bind any of the parties hereto.
IN WITNESS WHEREOF, the parties have executed this Agreement.
Subrecipient
Cindy Carter
(Print Name)
Washington State Department of Agriculture
Jason Ferrante
(Print Name)
Chair, Board of County Commissioners Deputy Director
(Title)
(Signature) (Date) (Signature) (Date)
Approved as to form:
(Printed Name)
4-
r
(Signed)
Deputy Prosecuting Attomey
Date.
Page 9 of 12
WSDA Contract No. K5556
Exhibit A
STATEMENT OF WORK
Background. To respond to sustained high rates of food insecurity and continued gaps in emergency
food resources following the COVI D-19 pandemic, WSDA and Grant County are working together to
facilitate county -directed procurement and distribution of emergency food to hunger relief
organizations, including organizations that serve black, indigenous, people of color (BIPOC) and other
socially disadvantaged communities. The purpose of this Agreement is to build and reinforce
relationships among Washington state's emergency food response networks, including county and
state government agencies and local hunger relief organizations. It also aims to support local farmers
and producers to increase farm and food business viability and increase food security in Washington
state, while contributing to long-term emergency preparedness and food system resilience. This
Statement of Work describes the services that Subrecipient will perform though June 30, 2025.
Services. The Subrecipient will perform the following services:
1. In compliance with County procurement policies and federal funding requirements, develop
and implement county -directed procurement and distribution of emergency food to local
hunger relief organizations that ensures equitable access to resources and purchasing of
Washington grown and produced foods, when possible. Subrecipient may determine a variety
of program activities based on identified community needs.
2. Complete reporting on project activities and food security recommendations for future public
health emergencies.
Schedule. The parties anticipate that the Subrecipient will perform services under this Statement of
Work until the earlier of June 30, 2025, or the exhaustion of the funding commitment set forth below.
The parties may agree on additional Statements of Work for services to be performed following the
completion of this Statement of Work, which will be agreed upon through a fully executed
amendment.
Funding Commitment. WSDA has committed $75,054.29 for compensation to be paid to the
Subrecipient for its satisfactory performance of services under this Statement of Work. The
Subrecipient will not be obligated to perform any services and will not be compensated for services
that do not fall within the funding commitment.
Additional Details.
1. Subrecipient must begin services no later than December 1, 2024.
2. Subrecipient is required to allocate at least 50% of the total funding commitment to
emergency food purchasing. Purchasing maybe directly from farms and other local or regional
food producers or through subcontracts to one or more qualified nonprofit hunger relief
organizations based on identified community needs and is generally encouraged to source
food from local or regional food producers wherever possible.
3. All Subrecipient and Subcontractors (where applicable) must comply with the following
service terms:
a. Must comply withal[ federal and state nondiscrimination laws, regulations, and
policies.
b. Prayer or religious services must not be required of individuals seeking emergency
food.
c. Emergency -food must not be sold or bartered. It must be given freely to persons in
need.
d. Must comply with the WA Retail Food Code.
Page 10 of 12
WSDA Contract No. K5556
Documents. The Subrecipient will produce and deliver the following written reports and other
documents ("deliverables") by the dates indicated in the following chart. The Subrecipient's delivery
of each document will entitle the Subrecipient to submit an invoice for the applicable amount set forth
below.
Document
Due Date
Applicable Fee
Monthly Summary of Expenses & Activities to include:
Monthly on the 20th
All allowable billed
• Expenses by budget category for that month
expenses will be
• Direct purchasing summary by farm or food
reimbursed up to
vendor and amount
budget totals by
• New subaward agreements by organization
category on
name and total amount
Exhibit "B"
Final report on project activities. Report to include.
July 15, 2025
N/A
• Total amount of funding spent on the purchase
of food by Subrecipient or Subcontractor(s),
• Summary of hunger relief organizations that
received food or funding through this award,
including organization name and location,
• Number and list of farms and food producers
Subrecipient or Subcontractor(s) sourced
emergency food from,
• Total amount of funding spent on the purchase
of food per farm or food producer,
• Number of households served by hunger relief
organizations that received food or funding
through this award during the period of
performance,
• Total pounds of food purchased by Subrecipient
or Subcontractor(s),
• Total pounds of food distributed by type:
1. Produce, 2. Meat, 3. Seafood, 4. Non -meat
protein, 5. Dairy, 6. Grain, 7.Other, and,
• Lessons learned.
Final report on food security recommendations related
July 15, 2025 N/A
to future public health emergencies. Report to include:
• Recommendations on preferred
communication channels between local
government agencies and state government
specific to food assistance and emergency food
response;
• A link to or copy of Grant County's current
emergency response plan for feeding people
during an emergency response, including
existing community networks, and;
• Lessons learned from COVID-19 food security
response to inform future emergency actions.
Page 11 of 12
WSDA Contract No. K5556
Exhibit B
BUDGET
The parties have estimated that the cost of accomplishing the work herein will not exceed $75,054.29.
Direct Cost Category*
Amount
Comments
Salaries & Benefits
$0
N/A
Pass -through Awards"
$75,054.29
Funding to the Moses Lake Food
Bank which distributes to other
food banks in the county.
Food Purchases
$0
N/A
Distribution & Transportation
$0
N/A
Indirect Costs
$0
N/A
Other (please describe)
$0
N/A
TOTAL
1 $752054.29
*WSDA requires a contract amendment for budget revisions that transfer funds among direct cost categories
when the cumulative amount of such transfers exceeds 10 percent of the total approved budget.
**WSDA requires at least 50% of the total funding commitment to be spent on the purchase of food, either
through direct food purchasing by the subrecipient or through the recipient(s) of the pass -through award(s).
Therefore, WSDA expects that a minimum of $37,527.14 will be reported on food purchases during the period of
performance.
Page 12 of 12