Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Grant Related - Emergency Management
GRANT 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:JeSSICB Olsen onrE:11/19/2024 PHONE (509) 906 - 9100 CONTACT PERSON ATTENDING ROUNDTABLE: MlreYa Garcia/Jessica Olsen CONFIDENTIAL INFORMATION: DYES ©NO ❑Agreement / Contract ❑AP Vouchers ❑Appointment / Reappointment ❑ARPA Related ❑ Bids / RFPs / Quotes Award ❑ Bid Opening Scheduled ❑ Boards / Committees [:]Budget ❑Computer Related ❑Count Code ❑ Emergency Purchase ❑ Employee Rel. ❑ Facilities Related ❑ Financial ❑ Funds ❑ Hearin 9 ❑ Invoices / Purchase Orders *Grants — Fed/State/County ❑ Leases ❑ MOA / MOU El Minutes ❑Ordinances ❑Out of State Travel [:]Petty Cash ❑ Policies ❑ Proclamations [:]Request for Purchase ❑ Resolution ❑Recommendation ❑Professional Serv/Consultant ❑Support Letter ❑Sur lus Re . p q ❑Tax Levies ❑Thank You's ❑Tax Title Property ❑WSLCB � / �s ' //i��-, �/ice %/ ' � � • � y � � Request to approve State Homeland Security pp Program Grant agreement number E25-205. Grant period is from 9/24-2/27 in the amountof $112,078. This is a re-occuring grant. If necessary, was this document reviewed by accounting? 0 YES ❑ NO g ❑ N/A If necessary, was this document reviewed by legal? 0 YES ❑ NO ❑ N /A DATE OF ACTION: APPROVE: DENIED ABSTAIN D2: D3: REX DEFERRED OR CONTINUED TO: WITHDRAWN: 4/23/24 Department: Emergency Management C� Grantor: Washington Military Department and the U.S. Department of Homeland Security Grant No. E25-205 Date signed: ?024 GRANT COUNTY BOARD TY COMMISSIONERS Cindy Carter, Bair Danny E./Stone, Vice -Chair Rob, er ATTEST: arbara. J. Vasquez, CMC Clerk of the Board Approved as to form: (Pri N me (Signed) Deputy Prosecpting Attorney Date: 2-4 2/ - NOV 19 2024 Re"INT C 0, L! 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 E25-205 1. AUTHORIZING AUTHORITY SIGNATURE PRINT OR TYPE NAME TITLE/TERM OF OFFICE Cindy Carter Commissioner, Chair Danny E. Stone Commissioner, Vice Chair Rob Jones Commissioner, Member 2. AUTHORIZED TO SIGN CONTRACTS/CONTRACT AMENDMENTS SIGNATURE PRINT OR TYPE NAME TITLE Joe Kriete Sheriff John McMillan Undersheriff Josh Sainsbury Chief Deputy 3. AUTHORIZED TO SIGN REQUESTS FOR REIMBURSEMENT SIGNATURE PRINT OR TYPE NAME TITLE Jessica Olsen IEM Specialist Mireya Garcia I EM Specialist 1\NAC-11VOL1\HOME\KARENB\.... 1WP\SIGNAUTH Revised 3/03 INSTRUCTIONS FOR SIGNATURE AUTHORIZATION FORM This form identifies the persons who have the authority to sin contracts amendments, an r g ents, d requests for reimbursement. It is required for the management of our contract with .. g Y th the Military Department (MD). Please complete all sections. One co with or' na copy original signatures tures 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 ma tches the signature on file. The payment can be if the delayed 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. 1. Authorizing Authority. Generally, the person(s) signing in this box heads g g 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 . It is advisable t authority. o have more than one person authorized to sign reimbursement requests. This will help prevent delays in processing a . p g request if one person is temporarily unavailable. If you have any questions regarding this form or to request new forms lease call your MD Program Manager. p Washington Military Department HOMELAND SECURITY GRANT PROGRAM AGREEMENT FACE SHEET 1. Subrecipient Name and Address: 2. Grant Agreement Amount: 3. Grant Agreement Number: County of Grant $112 078 g E25-205 Sheriffs Office, Emergency Management 35 C Street NW PO Box 37 Ephrata, WA 98823-1685 4. Subrecipient Contact, phone/email: 5. Grant Agreement Start Date: 6. Grant Agreement End Date: Josh Sainsbury,509-750-7306 g September 1, 2024 sainsbu rantcount wa. ov February 28, 2027 7. Department Contact, phone/email: 8. Unique Entity Identifier (UEI): 9. UBI # state revenue): Deborah Henderson, 253-512-7470 ( ) ZL6WM26K8KR5 132-001-884 Deborah. henderson@mil.wa.gov 10. Funding Authority: Washington Military Department (the Department) and the U.S. Department of Homeland Security (DHS) 11. Federal Funding Identification #: 12. Federal Award Date: 13. Assistance Listings # & Title: EMW-2024-SS-05028 9/19/2024 97.067 - 24HSGP (SHSP) 14. Total Federal Award Amount: 15. Program Index # & OBJ/SUB-OBJ: 16. EIN $12,381,602.00 743SB, 743SC, 743SH, 743SL, 743SQ, 743SZ / NZ 91-6001319 17. Service Districts: 18. Service Area by County(ies): 19. Women/Minorit -Ow y ned, State BY LEGISLATIVE DISTRICTS: 12,13 Grant Certified: N N/A N NO BY CONGRESSIONAL DISTRICTS: 4 ❑ YES, OMWBE # 20. Agreement Classification 21. Contract Type (check all that apply): ❑ Personal Services ❑ Client Services N Public/Local Gov't ❑ Contract N Grant N Agreement ElResearch/Development El A/E 39.34) ❑A/E ❑ Other ❑ Intergovernmentalg ( interagency 22. Subrecipient Selection Process: 23. Subrecipient Type (check all that a N "To all who apply & qualify" ❑ Competitive Bidding El Private apply) ate Organization/Individual El For -Profit ❑ Sole Source ❑ A/E RCW ❑ N/A N Public Organization/Jurisdiction ❑ Non-Profi ❑ Filed w/OFM? El Advertised? El YES El NO t ❑ CONTRACTOR N SUBRECIPIENT ❑ OTHER 24. PURPOSE & DESCRIPTION: The objective of the Federal Fiscal Year (FFY) 2024 Homeland Security Grant Program (24HSGP) is to fund state, local, tribal, and territorial efforts to prevent, protect against, and respond to terrorist attacks, and prepare the nation for threats and hazards that pose the greatest risk to the security of the United States. 24HSGP provides funding to implement investments that build, sustain, and deliver the core capabilities essential to achieving the National Preparedness Goal of a prepared and resilient nation. 24HSGP 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 (UASI), and Operation Stonegarden (OPSG). Together, these grant programs fund a range of preparedness activities, including planning, organization, equipment purchase training, exercises, and management and administration. The Department is the Recipient and Pass -through Entity of the 24HSGP DHS Award Letter for Grant No. EMW-2024-SS-05028 ("Grant"),which is incorporated in and attached hereto as Attachment C and has made a subaward of Federal award funds to the Subrecipient pursuant this Agreement. The Subrecipient is accountable to the Department for use of Federal award funds provided under this Agreement. to 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 EMW-2024-SS-05028 (Attachment C), Work Plan (Attachments D-1 D- 2, Budget (Attachment E), Timeline (Attachment F); Build America, Buy America Act Self -Certification (Attachment G) 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, regarding the subject matter of this Agreement 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 followin order. 9 1. Applicable Federal and State Statutes and Regulations 4. Special Terms and Conditions 2. DHS/FEMA 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 year last specified below. FOR THE DEPARTMENT: FOR THE SUBRECIPIENT: Signature Date Signature Date Regan Anne Hesse, Chief Financial Officer Joe Kriete, Sheriff Washington Military Department Grant County Sheriffs Office BOILERPLATE APPROVED TO FORM: APPROVED AS TO FORM (if applicable): Dierk Meierbachtol 09/04/2024 Assistant Attorney General Signature Date DHS-FEMA-HSGP-SHSP-FY24 Page 1 of 51 Grant County, E25-205 Attachment A SPECIAL TERMS AND CONDITIONS ARTICLE I. KEY PERSONNEL The individuals listed below shall be considered key personnel for point of contact under this A substitution of keyy p Agreement. Any personnel b either arty shall be made by written notification to the current key personnel. SUBRECIPIENT Name Josh SainsburyName Title Chief Deputy Title Email jsainsbyry t wa. ov Email Phone 509-750-7306 Phone Name Jessica Olsen Name Title EMSpecialist Title Email jrolsen@grantcountyvv Email Phone 509-906-9100 Phone Name Mire a Garcia Name Title EM Specialist Title Email mxgarcia@grantcountywa.gov Email Phone 509-906-6831 Phone DEPARTMENT Deborah Henderson Program Coordinator deborah.henderson mil.wa. ov 253-512-7470 Gail Cram Program Manager ail.cram mil.wa. ov 253 -512 -7472 Grant Miller Program Assistant grant.miller@mil.wa.gov 253-512-7061 ARTICLE II. ADMINISTRATIVE AND/OR FINANCIAL REQUIREMENTS The Subrecipient shall comply with all applicable state and federal laws, rules regulations, req uirements quirements and program guidance identified or referenced in this Agreement and the informational documents published by DHS/FEMA applicable to the 24HSGP Program, including, but not limited to all criteria restrictions, tractions, and requirements of "The U.S. Department of Homeland Security (DHS) Notice of FundingOpportunity pp ortuni ty (NOFO) Fiscal Year 2024 Homeland Security Grant Program" (hereafter "the NOFO"), the Preparedness - ) p Grants Manual FM 207- 23 0001 April 2024 (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 b reference. p y The DHS Award Letter is incorporated in this Agreement as Attachment C. The Subrecipient acknowledges that since this Agreement involves federal award funding,t ' he period of performance may begin prior to the availability of appropriated federal funds. The Subrecipient agrees re ' not hold the Department, the state of W p g es that it will p Washington, or the United States liable for any damages, claim for reimbursement, or any type of payment whatsoever for services performed under this Agreement federal funds g ment prior to distribution of appropriated , 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 b the De partment. epartment. 1. SUBAWARDS & CONTRACTS BY SUBRECIPIENTS a. The Subrecipient must make a case -by -case determination whether each agreement it makes es for the disbursement of 24HSGP funds received under this Agreement casts the art receiving party g the funds in the role of a subrecipient or contractor in accordance with 2 CFR 200.331. b. If the Subrecipient becomes a pass -through entity by making a subaward to a non-federa l entity as its subrecipient: i. The Subrecipient must comply with all federal laws and regulations applicable to g pp pass - through entities of 24HSGP funds, including, but not limited to, those contained in 2 CFR -200. ii. The Subrecipient shall require its subrecipient(s) to comply with all applicable state pp 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 24HSGP Program, including, but not limited to, all criteria, restrictions, and requirements of the NOFO, the Manual ward Letter for the Grant in Attachment DHS A q nt C, and the federal regulations commonly applicable to DHS/FEMA grants. DHS-FEMA-HSGP-SHSP-FY24 Page 2 of 51 Grant Count E25 y, - 205 The Subrecipient shall be responsible to the Department for ensuring g that all 24HSGP 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 set forth in Attachment C of this Agreement.federal award iv. The Subrecipient must follow their own policies and procedures to eliminate Hate or reduce the impact of conflicts of interest when making subawards, adheringto ulation any applicable federal or state statutes or regulations. s. Any real or potential conflicts of interest must be reported to the Department in writing upon discovery. 2. BUDGET, REIMBURSEMENT, AND TIMELINE a. Within the total Grant Agreement Amount, travel, subcontracts salaries, printing, equipment, and other goods and services or other budget categories will be reimbursed actual cost basis upon completion g mbursed on an p p unless otherwise provided in this Agreement. b. The maximum amount of all reimbursement requests permitted to be p submitted under this Agreement, including the final reimbursement request, is limited to and shall no t exceed the total Grant Agreement Amount. c. If the Subrecipient chooses to include indirect costs within the Bud et (Attachment E), additional documentation i g s required based on the applicable situation. As described in 2 CFR 200.414 and Appendix VII to 2 CFR 200: If the Subrecipient receives direct funding from any Federal a enc ies g Y( ), documentation of the rate must be submitted to the Department Key Personnel per the following: g A. More than $35 million, the approved indirect cost rate agreement negotiated with its federal cognizant agency. g g B. Less than $35 million, the indirect cost proposal developed in accordance Appendix VII of 2 CFR 20 p ordance with Ap p 0 requirements. ii. If the Subrecipient does not receive direct federal funds onl(i.e., Y receives funds as a subreci pient), the Subrecipient must either elect to charge a de minimis rate of ten er (10%) or 10% of modified total direct costs percent or choose to negotiate a higher rate with the Department. If the latter is preferred, the Subrecipient must contact Dep artment Key Personnel to request approval from FEMA per 2 CFR 200.102(b). 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 43.03.0 60 as now existing or amended, and federal maximum rates set forth at htt s://www. sa. ov and follow g � the most restrictive. If travel costs exceed set st ate or federal limits, travel costs shall not be reimbursed without prior written approval by Department Key Personnel. All international trav FEMA a royal. el requires prior pp 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(@mil wa qov 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. f. H Receipts and/or backup documentation for any approved items that are autho rized under this Agreement must be maintained by the Subrecipient consistent with record retention Agreement and be mad requirements of this A g e available upon request by the Department and auditors. The Subrecipient must request rior written approval from Department Key p y Personnel to waive or extend a due date in the Timeline (Attachment F). Waiving or missingdeadlines indicator for assessingan agency's serves as an level of risk of noncompliance with the regulations, requirements, and the terms and conditions of the Agreement and may increase re monitoring activities. For waived or extended reimbursement Y required eimbursement due dates, all allowable costs should DHS-FEMA-HSGP-SHSP-FY24 Page 3 of 51 Grant County, E25-205 be submitted on the next scheduled reimbursement due date contained in the Timeline. line. Any request for a 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 q q submitted to the Department Key Personnel sufficiently in advance of the due date to provide adequate time for Department revie w ew 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, te, and the final reimbursement request must be submitted to the Department within the time period F p d notated in the Timeline(Attachment ) except as otherwise authorized by either (1) written amendment of this Agreement or (2) written notification from the Department to the Subrecipient to p provide additional time for completion of the Subrecipient s subproject(s). If funds are not required, _ re uire d, theSubrecipient shall notify the Department Key Personnel.i. All costs for equipment and supplies must be incurred, and items received before the Grant Agreement End Date. j Failure to submit timely, accurate, and complete reports and reimbursement requests ' ' q as required by this Agreement (including, but not limited to, those reports in the Timeline rohibit the Sur [Attachment F]) will p 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 Subrecip ient pient is current with all reporting requirements contained in this Agreement. I. For SHSP and UASI Subrecipients, a written amendment will be required if the Su brecipient ubrecipient expects cumulative transfers among subproject totals, as identified in the Budget(Attachment Eto exceed ten er(10%)g )' percent of the Grant Agreement Amount. If a Subrecipient has onlyone subproject, cumulative transfers among solution areas wit 9 within the subproject that exceed ten percent (10%) of the Grant Agreement Amount shall require an amendment to this Agreement. et totals not in co g t' Any changes to budget compliance with this paragraph will not be reimbursed without approval from the Department. m. For OPSG Subrecipients, any deviations from the approved, direct budget categories will g g require additional federal approvals and possibly a written amendment. n. Subrecipients shall only use federal award funds under this Agreement to supplement ' pp t existing funds and will not use them to replace (supplant) non-federal funds that have been budg eted for the same purpose. The Subrecipient may be required to demonstrate and document tha t the reduction in non-federal resources occurred for reasons other than the r or receipt expected of federal funds. p p receipt 3. REPORTING a. With each reimbursement request, the Subrecipient shall report how the expenditures, fo r or which i reimbursement s sought, relate to the Work Plan (Attachments D-1, D-2 activities in the provided ) format p by the Department. b. With the final reimbursement request, the Subrecipient shall submit to the Department report(in the f p ment Key Personnel a final rep format provided by the Department) describing all completed activities under this Agreement. p 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 Public Law 110-252 (see 31 U.S.C. 6101 note) and complete and return to the Department an Audit Certification/FFATA Form. This form is required to be completed once per calendar year, per Subrecipient, and not per agreement. The Department'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. d. To document compliance with the National Incident Management System (NIMS), the Subrecipient shall complete the annual NIMS survey conducted by Washington Emergency Management Division (EMD). DHS-FEMA-HSGP-SHSP-FY24 Page 4 of 51 Grant County, E25-205 4. NIMS COMPLIANCE a. The National Incident Management System (NIMS) identifies concepts and that principles answer how to manage emergencies from preparedness to recovery regardless of their cause siz e, location, or complexity. NIMS provides a consistent, nationwide approach and vocabulary for multiple agencies or jurisdictions to work together to build, sustain, and deliver the core oe capabilities needed to achieve a secure and resilient nation. b. Consistent implementation of NIMS provides a solid foundation across jurisdictions and disciplines to ensure effective and integrated preparedness, planning, and response. g p NIMS empowers the components of the National Preparedness System, a requirement of Presidential Policy Directive 8, to guide activities within the public and private sector and describes the planning, organizational activities, equipping, training, and exercising needed to build and sust ain the core capabilities in support of the National Preparedness Goal. c. In order to receive federal preparedness funding from the Department, the Subrecipient p must ensure and maintain adoption and implementation of NIMS. See Agreement Attachment A Article I section 3.d. for associated reporting requirements. The list of objectives used for and achievement reporting can be found at progress htt s://www.fema. ov/emer enc -mana ers/nims/im lementation-trainin . 5. EQUIPMENT AND SUPPLY MANAGEMENT a. The Subrecipient and any non-federal entity to which the Subrecipient makes a subaward sha ll comply with 2 CFR 200.317 through 200.327, and all Washington State procurement statutes when procuring any equipment or supplies under this Agreement, 2 CFR 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 su i supplies purchased through this Agreement will be owned by the Subrecipient, or a recognized non- federal entity to which the Subrecipient g p 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, purchased under this Agreement be record ed ded 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 Numbe r (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 ro ert . p p Y iv. The Subrecipient shall take a physical inventory of the equipment, and supplies p pp s as applicable, and reconcile the results with the property records at least once ever two quantities determined Y ears. Any differences between y q ed 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 Y Y , current utilization, and continued need for the equipment. DHS-FEMA-HSGP-SHSP-FY24 Page 5 of 51 Grant Count E25 y, -205 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 p p 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 rev safeguards to g 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 p 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 procedure s 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 p q award are no longer needed for the original project or program or for other activities currently or previously supported b a federal ply with p the following procedures: awarding agency, the Subrecipient must comply w' y 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 an other f g y 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 amountp of compensation must be computed in 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. 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). C. Notify Department Key Personnel to initiate the disposition process by the federal awarding agency. 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 provid ed ed unless the appropriate approval has been received. c. Allowable equipment categories for the grant program are listed on the Authorized Equipment Li (AEL) located on the FEMA website at List https://www.fema.gov/qrants/qu idance-tools/authorized equipment -list. It is important that the Subrecipient and any non-federal entityto which the e Subrecipient makes a subaward regard the AEL as an authorized purchasing list identifying ite ms allowed under the specific grant program; the AEL includes items that may not be categorized Y g as equipment according to the federal, state, local, and tribal definitions of equipment. Th e Subrecipient is solely responsible for ensuring and documenting purchased items under th is 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 the Subrecipient program, i pent must contact the Department Key Personnel for assistance in seeking FEMA approval rior to acquisition. p p �_ DHS-FEMA-HSGP-SHSP-FY24 Page 6 of 51 Grant Count E2520 y, -5 d. Equipment might require more than one waiver. The Subrecipient must contact the Department p ent Key Personnel for assistance in identifying what waivers are needed and in seeking FEMA approval prior to acquisition. e. Equipment purchases (those with a current per -unit fair market value in excess of $5 000) must be identified and explained to the Department. Use, management, and disposition of suc h ch equipment is subject to requirements outlined in 2 CFR 200.313. Before makingsuch purchases, ze the cos p ' the Subrecipient should analyze t benefits of purchasing versus leasing equipment, especially high -cost items and those subject to rapid technical advances. f. Unless expressly provided otherwise, all equipment must meet all mandatoryregulatory g ry state and DHS/FEMA adopted standards to be eligible for purchase using federal award funds. g. If funding is allocated to support emergency communications activities, the Subrecipient mus t st ensure that all projects comply with SAFECOM Guidance on Emergency Communications Grants, located at https://www.cisa.gov/safecom/funding, including provisions on technic al cal standards that ensure and enhance interoperable communications. h. 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, s stem 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 telecommunication s 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) and 2 CFR 200. 216 200.327 200.471, and Appendix 11 to 2CFR200. Recipients and subrecipients may use DHS/FEMA gran t funding to procure replacement equipment and services impacted b this prohibition, provided Y p , p ded the costs are otherwise consistent with the requirements of the Manual and the NOFO. Per subsections 889(f)(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 g p Y Corporation, (or any subsidiary or affiliate of such entities); ii. For the purpose of public safety, security of government facilities, security physical ty surveillance of critical infrastructure, and other national security purposes, ur video p p surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiaryor affiliate of such entities) iii. Telecommunications or video surveillance services provided b such entities or using s equipment; or Y g such iv. Telecommunications or video surveillance equipment or services produced or provided b an entitythat the Secretary p Y y of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonablybelieves to be an entity owned or controlled b of y, or otherwise connected to, the government of a covered foreign country. DHS-FEMA-HSGP-SHSP-FY24 Page 7 of 51 Grant County, E25-205 i. For OPSG Subrecipients, items budgeted as equipment in an approved Operations pp p Order should be marked prominently with "Purchased with DHS funds for Operation Stonegarden Use" practicable. 9 se when j. The Subrecipient must pass through equipment and supply management requirements that meet or exceed the requirements outlined above to any non-federal entity to which the Subrecipient makes a subaward of federal 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 https://www.fema.aov/grants/guidance-tools/environmental historic all of which are incorporated in and made a part of this Agreement. b. Projects that have historical impacts or the potential to impact the natural or built env ironment, including, but not limited to, construction of communication towers; modification or reno vation of existing buildings, structures and facilities; installation of sonars system; or new construction, struction, including replacement of facilities, must participate in the DHS/FEMA EHP review ro p cess prior to project initiation. Modification of existing buildings, including minimal) invasive improvements Y p ments such as attaching monitors to interior walls, and training or exercises occurringoutside in r not considered previous) disturbed also r areas Y require a DHS/FEMA EHP review before project initiation. c. The EHP review process involves the submission of a detailed project description that in cludes ncludes the entire scope of work, including any alternatives that may be under consideration alo ng with supporting documentation so FEMA may determine whether the project proposed ect has th p p e potential to impact environmental resources and/or historic properties. d. The Subrecipient agrees that, to receive any federal preparedness funding,all EHP compliance requirements outlined in applicable guidance must be met. The EHP review process mu royal mu p must be completed and FEMA approval must be received by the Subrecipient before any work is started for which reimbursement will be later requested. Expenditures for projects started before p � ore completion of the EHP review process and receipt of approval by the Subrecipient will not reimbursed. p be 6. PROCUREMENT The Subrecipient shall comply with all procurement requirements of 2 CFR 200.317 throug h h 200.327 and as specified in the General Terms and Conditions (Attachment B, A.10). a. For all contracts expected to exceed the simplified acquisition threshold per 2CFR20 p 0.1, the Subrecipient must notify the Department. The Department may request Y q pre -procurement documents, such as request for proposals, invitations for bids and independent cost es timates. stimates. This requirement must be passed on to any non-federal entity to which the Subrecipient point the Sur p nt makes a subaward, at which p Subrecipient be responsible for requesting and reviewing pre - procurement documents. b. For all sole source contracts expected to exceed the micro -purchase threshold per 2 the Subrecipient must p CFR 200.1, p submit justification to the Department for review and approval. This requirement must be passed on to any non-federal entity to which the Subrecipient makes a subaward, at which point the Subrecipient will p p Il be responsible for reviewing and approving sole source justifications to any non-federal entity to which Subrecipient makes any award. c. The Subrecipient as well as its contractors and subcontractors must comply with th America, BuyAmerica Act(BABAA),p Y e Budd which was enacted as a part of the Infrastructure Investment and Jobs Act §§ 70901-70297, Pub. L. No. 117-58 and Executiv e Order 1400 (2021); 5, Ensuring the Future is Made in All of America by All of America's Workers. BAB AA requires any infrastructure project receiving federal funding must ensure: i. All iron and steel used in the project are produced in the United States. This me ans all manufacturing processes, from initial melting stage through the application of coatings occurred in the United States. pp' DHS-FEMA-HSGP-SHSP-FY24 Page 8 of 51 Grant County, E25-205 ii. All manufactured products must be produced in the United States. For a manufac tured red product to be considered produced in the United States, the cost of the components of the manufactured product that are mined p p ,produced, or manufactured in the United States must be greater than 55% of the total cost of all minimum amount of domestic content of manufactured product, unless subject to another standard. iii. All construction materials are manufactured in the United States. This means th at all manufacturing processes for construction material occurred in the United States. Additionally, applicable infrastructure projects are subject to domestic reference requirements. p q nts. A domestic preference does not apply to non -infrastructure spendingunder an award that t also includes a covered project. A domestic preference applies to an entire infrastructure jro project, even if it is funded by both federal and non-federal funds under one or more awards. i. Domestic preferences under BABAA only apply to articles, materials, and supplies that pp 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 g , brought to the construction site and removed at or before the completion of the infrastructure project. Nor does a domestic reference apply toe equipment p � p q pment and furnishings, such as movable chairs, desks, and portable computer equipment, that are used at or within the finished infrastructure project but are not an integral part of or permanently affixed to the structure. ii. Infrastructure, for the purposes of BABAA, includes at a minimum, structures, facilities, and equipment for, in the United States, roads, highways and bridges; public transportation; dams, ports, harbors and other maritime facilitie s; intercity passenger and freight railroads; freight and intermodal facilities; airports; water systems, includingdrinking water an g d wastewater systems; electrical transmission facilities and systems; utilities" broadband infrastructure; and buildings and real g property. Infrastructure includes facilities that generate, transport, and distribute energy. The Subrecipient's contractors and their subcontractors whoa I or bid for an award apply for an infrastructure project subject to the domestic preference requirement in the BABAA shall file a required certification to the Subrecipient with each bid or offer er for an infrastructure project unless a domestic preference requirement is waived by FEMA. Contractors and subcontractors must certify that no federal financial assistance fundingfor infrastructure projects will be provided unless a p all the iron, steel, manufactured projects, and construction materials used in the project are produced in the United States. BABAA, Pub. L. No. 117- 58, §§ 70901-52. Contractors and subcontractors shall also disclose an of federal Y use I financial assistance for infrastructure projects that does not ensure compliance with BABA A AA domestic preference requirement. Such disclosures shall be forwarded to the Subrecipient p nt who will forward them to the Dep artment who, in turn, will forward the disclosures to FEMA. The Build America, Buy America Act Self -Certification form is included herein as Attachmen t G. If the Subrecipient is interested in applying for a waiver, the Subrecipient should contac t ct the Department Key Personnel to determine the requirements. All waiver requests must includ e de a detailed justification for the use of goods, products, or materials mined produced, manufactured outside the United States and certification � p or a certification that there was a good faith effort to solicit bids for domestic products supported by terms included in requests for proposals, contracts, and nonproprietary communications with potential suppliers. 7. SUBRECIPIENT MONITORING a. The Department will monitor the activities of the Subrecipient from award to closeout. The go al al of the Department's monitoring activities will be to ensure that subreci ients receiving federal p g pass - through funds are in compliance with this Agreement, federal and state audit requirements, guidance, and applicable q ments, federal grant g pp le federal and state financial regulations, as well as 2 CFR Part 200 Subpart F. DHS-FEMA-HSGP-SHSP-FY24 Page 9 of 51 Grant Count E2 y, 5- 205 b. To document compliance with 2 CFR Part 200 Subpart F requirements, the Subrec ipient cipient shall complete and return to the Department an Audit Certification/FFATA form. Rep orting requirements are referenced in section 3.c. C. Monitoring activities may include, but are not limited to: i. Review of financial and performance reports; ii. Monitoring and documenting the completion of Agreement deliverables iii. Documentation of phone calls, meetings (e.g., agendas, sign -in sheets, meetingminutes)- mails and correspondence; nutes), e iv. Review of reimbursement requests and supporting documentation to ensure allow ability and consistency with Agreement Work Plan (Attachments D-1, D-2), Budget (Attachment E ), andfederal requirements; v. Observation and documentation of Agreement -related activities, such as exercises training, ning, events, and equipment demonstrations; and vi. On -site visits to review equipment records and inventories, to verifysource documentation anon for reimbursement requests and performance reports, and to verify completion of deliverab les. bles. d. The Subrecipient is required to meet or exceed the monitoringactivities as outlined above, for any non-federal entity to which the Subrecipient makes a subaward as a entity under this Agreement. pass -through e. Compliance will be monitored throughout the performance period to assess risk. Concern s will be addressed through a Corrective Action Plan. 8. LIMITED ENGLISH PROFICIENCY (CIVIL RIGHTS ACT OF 1964 TITLE VI) ) a. The Subrecipient t must comply with the Title VI of the Civil Rights Act of 1964 (Title VI) prohibition against discrimination on the basis of national origin, which requires that subrecipients of federal financial assistance take reasonable steps to provide meaningful access to persons g p s with limited English proficiency (LEP) to their programs and services. FEMA PolicyFP2 -56- 23-001 www.fema. ov/sites/default/files/documents/fema olic -Ian ua e-access. df further stresses this requirement applies toanyoneawarded FEMAfundinq Providingmeaningful accessf g or persons with LEP may entail providing language assistance services, includingoral interpretation an p d 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 recipients, g p ts, assisting such organizations and entities in understanding their language access obligations. DHS g published the required recipient guidance in April 2011, DHS Guidance to Federal Financial Assistance Recipients Regarding Title VI Prohibition against National Orig Discrimination Affecting ng Limited English Proficient Persons, 76 Fed. Reg. 21755-21768, (April 18, 2011). The Guidance helpful inform ) ce provides p information such as how a recipient can determine the extent of its obligation to provide language services, selectinglanguage services g , and elements of an effective plan on language assistance for LEP persons. For additional assistance and information regarding language obligations, please refer to the DHS Recipientg gaccess Guidance at https://www.dhs.gov/guidance-published- hel -de artment-su orted-or anizations- rovide-meanin ful-access- eo le -limited an p p d additional resources on https://www.IW.gov. b. Subrecipients are encouraged to perform and document their analysis of the most Y appropriate language assistance services necessary to ensure a LEP individual has meaningful acce ss ess to the Subrecipient's programs and activities. The analysis should consider i. The number or proportion of LEP individuals eligible to be served or lik ely encountered by the program ii. The frequency with which LEP individuals come in contact with the ro ram p g iii. The nature and importance of the program, activity, or service provided p by the program to people's lives DHS-FEMA-HSGP-SHSP-FY24 Page 10 of 51 Grant County, E25-205 iv. The resources available to the program and costs B. HSGP SPECIFIC REQUIREMENTS The objectives of the HSGP are to (1) build and sustain core capabilities, includingLaw Enforcement cement and Terrorism Prevention Activities and the National Priority Areas; (2) address capability gaps p y g p identified in the Threat and Hazard Identification and Risk Assessment (THIRA)and Stakeholder PRev' Preparedness Review (SPR) process; and (3) implement a comprehensive and coordinated approach to pp address enduring security needs of communities that includes planning, trainingand awareness campaigns, equipment and capital projects, and mpaigns, p p � exercises. 1. The Subrecipient must use HSGP funds onlyto perform task p s as described in the Work Plan (Attachments D-15 D-2), as approved by the Department, and in compliance with this Agreement. p g ement. a. SHSP-funded projects must assist state, local, tribal, and territorial efforts to build sustain , and deliver the capabilities necessary to prevent, prepare for, protect against, and respond to acts of terrorism. p b. UASI-funded projects must assist high -threat, high -density Ur g g y ban Area efforts to build, sustain g p and deliver the capabilities necessary to prevent, prepare for, protect against, and respond to acts, of terrorism. c. OPSG-funded projects must support enhanced cooperation and coordination among Customs and Border Protection, United States Border Patrol, and federal, state, local, tribal and terri torial law enforcement agencies to support joint efforts to secure the United States' borders along routes of ingress/egress to and from international borders, to include travel corridors in stat es bordering Mexico and Canada, as well as states and territories with international water borders. State, local, tribal, and territorial law enforcement agencies utilize their inherent law enforc ement authorities to support the border security mission and do not receive an additional authority participating in OPSG. Y ty by 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, or personnel, to investigate, g e, enforce, cooperate with, or assist in the investigation or enforcement of any registration federal g stration or surveillance programs or any other laws, rules, or policies that target Washington resident solely on the basis of race, reli ion immi ration ° ' g s g g , or citizenship status, or national or ethnic origin, except as provided in RCW 43.17.425 (3). 2. The Budget (Attachment E) may include the following caps and thresholds: a. If funds are allotted for Management and Administration (M&A), such expenditures must ust be related to administration of the grant. The maximum percentage of the Grant Agreement Amount mount that may be used for M&A costs whe n allocated under this Agreement shall not exceed five percent (5%) but may be less. b. At least thirty percent (35%) of the combined HSGP award allocated under SHSP and UASI must be dedicated to law enforcement terrorism prevention activities(LETPA). To me . et this requirement, the Subrecipient has agreed, at a minimum, to meet the LETPA percentage Budget. If the Su p tage indicated in the Bud g brecipient anticipates spending less than the indicated amount, a budget amendment is required. c. The maximum percentage of the Grant Agreement Amount that may be used for Y personnel sonnet expenses under this Agreement is identified in the Budget. If the Subreci ient anticipates spending more on personnel costs an am p p p amendment is required. Additional approval steps may also be required before the personnel percentage can be increased. 3. If funding is allocated to a Fusion Center investment, the Subreci ient must ensure all Fusio n ion Center analytical personnel demonstrate qualifications that meet or exceed competencies identified p in the Common Competencies for state, local, and tribal intelligence analysts, which outlines the ' Y minimum categories of training needed for intelligence analysts. All training to ensure baseline proficie ncy ncy in intelligence analysis and production must be completed within six(6)months of hirin ua g unless the analyst has previously served as an intelligence analyst for a minimum of two (2) ears. P (Y roof of satisfaction of this requirement must be accessible to the Department Key Personnel as applicable. DHS-FEMA-HSGP-SHSP-FY24 Page 11 of 51 Grant Count E y, 25- 205 4. If funding is allocated to non-DHS FEMA training, the Subrecipient must request rior writ q �_ ten approval from the Department Key Personnel before attending the training. The Department will coordinate approval with the State TrainingPoint p t of Contact. Pursuant to DHS/FEMA Grant Programs Directorate Information Bulletin No. 432, Review and Approval Requirements for Tra ining aining Courses Funded Through Preparedness Grants, htt s://www.fema. ov/sites/default/files/202 - - o 04/Training Course Review and Approval IB Final 7 19 18 pdf the trainingmust fall within n the FEMA mission scope and be in alignment with the Subrecipient's Emergency Operations Plan g Y p . 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. 5. For SHSP and UASI, Subrecipients are required to complete the annual Nationwide C bers y ecu rity Review (NCSR) https://www.cisecurity.orq/ms-isac/services/ncsr to benchmark and mea sure progress of improvement in their cybersecurity posture. However, if the Subrecipient receives State and Local Cybersecurit(SLCGP)fundin th pY g, they do not have to report completion under SHSP and/or UASI but only under SLCGP. 6. Except for an elevated National Terrorism Advisory System alert, rior written approval is �-- pp required before SHSP and UASI funds ma y be used for operational overtime. Requests must be submitted to the Department Key Personnel in advance of the expenditure to ensure all additional approval can be met. pp steps 7. To gather data for the required FEMA deliverables (i.e., Stakeholder Preparedness Review [SPR], Threat Hazard Identification and Risk Assessment [THIRA]), EMD is piloting athree-year County Emergency Preparedness Assessment (CEPA) process with workshops, occurring in a third of the 39 counties each calendar year 2024-2026. SHSP Subrecipient must participate in a CEPA workshop located in their county and in any follow-on data calls to receive SHSP funding. 8. UASI Subrecipients shall participate in the annual UASI SPR and THIRA process. C. DHS TERMS AND CONDITIONS As a subrecipient of 24HSGP funding, the Subrecipient shall comply with all applicable DHS term s ms and conditions of the 24HSGP Award Letter and its incorporated documents for the Grant whic h are incorporated in and made a part of this Agreement as Attachment C. DHS-FEMA-HSGP-SHSP-FY24 Page 12 of 51 Grant Count E25 y, -205 Washington Military Department GENERAL TERMS AND CONDITIONS Department of Homeland Security (DHS)/ Federal Emergency Management Agency (FEMA) Grants A.1 DEFINITIONS Attachment B As used throughout this Agreement, the terms will have the same meaningas 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, ' ' ' section, office unit or other e any division, entity of the Department, or any of the officers or other officials lawful) representing that Department. The Department is a recipient of a p a federal award directly from a federal awarding agency and is the pass -through entity makinga subaward to a Subrecipient under this Agreement. recipient "Monitoring Activities" means aadministrative, financial, or other review activities C. all dhies that are conducted to ensure compliance with all state and federal laws, rules, regulations, authorities sand policies. d. "Subrecipient" when capitalized is primarily used throughout this Agreement in reference erence to the non-federal entity identified on the Face Sheet of this Agreement that has received a sub award from the Department. However, the definition of "Subrecipient" is the same as in 2 CFR 200.1 for all other purposes. A.2 ADVANCE PAYMENTS PROHIBITED The Department shall make no payments in advance or in or services anticipation of goods p g to be provided under this Agreement: Subrecipient shall not invoice the Department in advance of delivery d invoicing 'ng of such goods or services. A.3 AMENDMENTS AND MODIFICATIONS The Subrecipient or the Department may request, in writing, an amendment or g modification of this Agreement. However, such amendment or modification shall not be bindin take g, effect or be incorporated herein until made in writing and signed by the authorized representatives of the P Department and the Subrecipient. No other understandings or agreements, written or oral shall be bindin g 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 Subrecipient's project(s). AA AMERICANS WITH DISABILITIES ACT ADA OF 1990 PUBLIC LAW 101 -3367 42 U.S.C. 12101 ET SEQ. AND ITS IMPLEMENTING REGULATIONS ALSO REFERRED TO AS THE "ADA" 28 CFR Part 35. Except as provided herein, the Subrecipient must comply with the ADA, which provides com prehensive mprehensive civil rights protection to individuals with disabilities in the areas of employment,ublic accommodations, government services, p mmodations, state and local g ices, and telecommunication. If the ADA does not apply to the Subrecipient because the Subrecipient is a federal recognized Indian Tribe then the acceptance acquiescence to � eptance by the Tribe of, or ac q , these General Terms and Conditions does not change or alter its inapplicability to the Indian Tribe. The execution of grant documents is not intended to ch ange, alter, amend, or impose additional liability or responsibility upon the Tribe where it does not already exist. A.5 ASSURANCES The Department and Subrecipient agree that all activity pursuant to this Agreement will be in 9 accordance with all the applicable current federal, state and local laws, rules, and regulations. DHS-FEMA-HSGP-SHSP-FY24 Page 13 of 51 Grant County, E25-205 A.6 CERTIFICATION REGARDING DEBARMENT SUSPENSION OR INELIGIBILITY As federal funds are a basis for this Agreement, the Subrecipient certifies that the Subre cipient is not presently debarred, suspended, proposed for debarment, declared ineligible, or excluded g y from participating in this Agreement by any federal department or agency. The Subrecipient shall complete, sign, and return a Certification Regarding Debarment, g g t, Suspension, Ineligibility, and Voluntary Exclusion form located at htt ://mil.wa. ov/emer - - qenc y management- division/grants/reguiredgrantforms. Any such form completed by the Subrecipient for this Agreement be incorporated into this Agreement by reference.p g Bement shall Further, the Subrecipient agrees to comply with all applicable federal regulations concerning ng the federal debarment and suspension system, including 2 CFR Part 180. The Subrecipient certifies that i p twill ensure that potential contractors or subrecipients or any of their principals are not debarred proposed for debarment declare p ,suspended, d ineligible, or voluntarily excluded from participation in "covered transactions" by any federal department or agency. "Covered transactions" include r contracts for goods or services awarded under anon- procurement procurement transaction (e.g., grant or cooperative agreement) that are expected to equal or exceed $25,000, and subawards to subrecipients f amount. With respect to covered transactions the Su p or any Subrecipient may comply with this provision by obtaining a certification statement from the potential contractor or subreci lent orb checking for Award Management(https:Hsam.qov/SAM/)p Y g the System g maintained by the federal government. The Subrecipient also agrees not to enter into any arrangements or contracts with p any party on the Washington State Department of Labor and Industries' "Debarred Contrac tor List' (https:Hsecure.Ini.wa.qov/debarandstrike/ContractorDebarList.as x . The Subrecipient p) p also agrees not to enter into any agreements or contracts for the purchase of goods and services with an Department of Enterprise Y party on the p Services' "Debarred Vendor List" (htt ://www.des.wa. ov/services/Contractin Purchasin /Business/Pa esNendor-Debarm ent.as x). A.7 CERTIFICATION REGARDING RESTRICTIONS ON LOBBYING As required by 44 CFR Part 18, the Subrecipient hereby certifies that to the best of its knowledg e and belief: (1) no federally appropriated funds have been paid or will be aid b p y or on behalf of the Subrecipient to any person for influencing or attempting to influence an officer or employee a Member of Congress, an officer of an agency, 9 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 rant the making any federal loan, the enteringinto of an coo grant, g of y cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or ree cooperative agreement; g ment, (2) that if any funds other than federal appropriated funds have been paid or will be aid to a influencing or attemptingto influence an officer p any person for e 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 coon with this Agreement, grant, loan, or cooperative agreement, the Subrecipient will complete and subm it mit 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, sub rants and contracts g , under grants, loans, and cooperative agreements) and that all Subrecipients shall certifyand disclose accordingly. cordingly. This certification is a material representation of fact upon which reliance was laced when this trans action saction was made or entered into and is a prerequisite for making or entering into this transaction imposed U.S.C. 1352. by 31 A.8 COMPLIANCE WITH APPLICABLE STATUTES RULES AND DEPARTMENT POLICI ES ES 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 loc al laws, regulations, executive orders, OMB Circulars, and/or policies. This obligation includes but is g not limited to: nondiscrimination laws and/or policies, Energy Policy and Conservation Act 94-163 as a(PL mended), the Americans wit h 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 Disasterg Relief and Emergency Assistance Act, (PL 93-288, as amended), Ethics in Public Service (RCW 42.52), Covenant Against Contin gent ngent Fees (48 CFR Section 52.203-5), Public Records Act (RCW 42.56), PrevailingWages on Public 39.12),State Environmental Poi(RCW g Works (RCW Icy Act 43.21C), Shoreline Mana ementActof 1971(RCWState Buildin Code(RCW 1 g 90.58), g 9.27), Energy Related Building Standards (RCW , Provisions in Buildings19.27A for Aged and Handicapped ) g d capped Persons (RCW 70.92), and safety and health regulations. DHS-FEMA-HSGP-SHSP-FY24 Page 14 of 51 Grant County, E25-205 In the event of noncompliance or refusal to comply with any applicable law, regulation, executive g ecutive order, OMB Circular or policy by the Subrecipient, its contractors or subreci ients, the Department . p p t may rescind, cancel, or terminate the Agreement in whole or in part in its sole discretion. The Subr ecipient is responsible for all costs or liability arising from its failure, and that of its contractors and subreci i regulations, executive p ents, to comply with applicable laws, re g cutive orders, OMB Circulars or policies. A.9 CONFLICT OF INTEREST No officer or employee of the Department; no member, officer, or employee of the Subrecipient ecipient or its designees or agents; no member of the governing body of the jurisdiction in which t J he project is undertaken or located; and no other official of the Subrecipient who exercises an functions y unctions or responsibilities with respect to the project during his or her tenure, shall have an personal or Y p pecuniary gain or interest, direct or indirect, in any contract, subcontract, or the proceeds thereof, for p 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 procur ement and award of any contracts with contractors or subcontractors that are entered into under the original agreement award. The procurement process p p cess followed shall be in accordance with 2 CFR Part 200.318, General procurement standards, through 200.327, Contract provisions. As required by Appendix II to 2 CFR Part 200, all contracts entered into b the Subrecipient this Agreement must include the followingY p t under provisions, as applicable: 1) Contracts for more than the simplified acquisition threshold currently set at $250,000, which is the inf lation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized b 41 U.S.C. 1 Y ... 908, 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 con venience by the non-federal entity including the manner by which it will be affected and the bas is for settlement. 3) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Pa rt 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Par t 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4 b accordance with Executive ()' in Order 11246, "Equal Employment Opportunity' (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended b Executive Order 1 Y 1375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity, " y and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance ance Programs, Equal Employment Opportunity, Department of Labor." 4) Davis -Bacon Act, as amended (40 U.S.C. 3141-3148). When required equired by Federal program legislation, all prime construction contracts in excess of $2,000 awarded b f y non-federal entities must include a provision for compliance with the Davis -Bacon Act U.S.C. 31 - 3144 and - (40 41 3146 3148) as supplemented by Department of Labor regulations CFR Part 5 "Labor Stan (29 Standards Provisions Applicable to Contracts Covering FederallyFinanced and Assisted Construction"). In accordance with the statute, contractors must be required to a wages to laborers and mechanics at a rate not less thanY 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 entitymust lace a co of the current prevailing wage de p copy p g g termination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon fiance of the wage deter p the acceptance g 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 U.S.C. 3145(40 ), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part b Grants from the United States"). The Act provides Y Loans or p vides that each contractor or Subrecipient must DHS-FEMA-HSGP-SHSP-FY24 Page 15 of 51 Grant County, E25-205 be prohibited from inducing, by any means, any person employed in the construction, uction, completion, or repair of public work, to give up any part of the compensation to which he p or she is otherwise entitled. The non-federal entity must report all suspected or reported ported violations to the federal awarding agency. 5) 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 p and 3704, as supplemented pp 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 p g every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excessof the standard work week is permissible provided that the worker is compensated at a ra te ate 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 area applicable to constru uction ction work and provide that no laborer or mechanic must be required to work in surroundings g or under working conditions which are unsanitary, hazardous or dangerous. The g se requirements do not apply to the purchases pp Y p es of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. g e. 6) 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 or recipient Subr ' p ecipient wishes to enter into a contract with a small business firm or' nonprofit organization regarding g the substitution of parties, assignment or performance of experimental developmental, � p I, or research work under that "funding agreement," the recipient or Subrecipient must comp) Y with the requirements of 37 CFR Part 401 "Rights to 1 g Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants Contracts and Cooperative Agreements," and any implementing regulations issued b the awarding a Y g agency. 7 Clean Air Act (42 U.S.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 g ee to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671 q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the federal awarding agencyRegional and the n Agency (EPA).Office of the Environmental Protectio 8) Debarment and Suspension (Executive Orders 12549 and 12689 A contract award and (see 2 CFR) 180.220) must not be made to parties listed on the government -wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR R 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., . 189 and 12689 3 p ) ( CFR part 198 p 9 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties es declared ineligible under statutoryor regulatory authority 1 g ry ority other than Executive Order 12549. 9) Byrd Anti -Lobbying Amendment (31 U.S.C. 1352) Contractors that apply bid for pp y or 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 pa an person or organization Y Y p for influencing or attempting to influence an officer or employee of an agency, Y 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. 10) Procurement of recovered materials — As required by 2 CFR 200.323 a non-federal ' , al 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 b the Resource Y e Conservation and Recover Act. The r Y requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency at40 CFg Y R part 247 thatcontain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase rice of the item exceeds eds DHS-FEMA-HSGP-SHSP-FY24 Page 16 of 51 Grant County, E25-205 $10,000 or the value of the quantity acquired during the precedingfiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy ; and establishing an a and resource recovery; g affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 11) Notice of federal awarding agency requirements and regulations pertaining reporting. to re ortin . 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 p 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 makingaudit examination, p anon, excerpts, and transcriptions. 14) Retention of all required records for six years after the Subrecipient has made final m a p y ents 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 Y Polic 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), Pub. L. No. 115- 232 (2018). b. The Department reserves the right to review the Subrecipient's procurement plans an d 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 p . p q contractors 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. p C. All contracting agreements entered into pursuant to this Agreement shall incorporate this Agreement by reference. p A.11 DISCLOSURE The use or disclosure by any party of any information concerning the Department for purposeany not directly connected with the administration of the Department's or the Subreci ient's responsibilities w' p p 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 parti es es and it cannot be resolved through discussion and negotiation, either party may request dispute Y q a p resolution board to resolve the dispute. A request for a dispute resolution board shall be in writing,state to the disputed issues, state the relative positions of the parties, and be sent to all parties. The board sh all hall consist of a representative appointed by the Department, a representative appointed b the Subrecipient, and a third party mutual) agreed upon b both Y p ' Y g p y 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 equal) the cost of the third boar member. Y d DHS-FEMA-HSGP-SHSP-FY24 Page 17 of 51 Grant County, E25-205 A.13 LEGAL RELATIONS It is understood and agreed that this Agreement is sole) for the benefit of the a Y 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 ho ld old harmless the Department, the state of Washington, and the United States Government and the ir authorized agents and employees, from all claims, actions, costs, damages or an expenses of nature p y e whatsoever by reason of the acts or omissions of the Subrecipient, its subcontractors subreci lent p s, 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; includingpayment of p Y 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 b Y y the sole negligence of the Department; provided, that if the claims or damages are caused b result from Y or rn the concurrent negligence of (1) the Department, and (2) the Subrecipient, its agents, or employees, thi g s indemnity provision shall be valid and enforceable only to the extent of the negligence of the Subrecipient, or the Subrecipient's agents or employees. g p Insofar as the funding source, FEMA, is an agency of the Federal government, the followingshall apply: 44 CFR 206.9 Non -liability. The Federal government shall not be liable for an claim based upon th Y p e exercise or performance of, or the failure to exercise or perform a discretionary function or dutyon the part of a federal agency or an employee of the Federal over • ' government in carrying out the provisions of the Stafford Act. 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. Onlythe De artmen ' p p t s Authorized Signature representative and the Authorized Signature representative of the Subrecipient or Alternate for the Subrecipient, formally y 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, modification or waiver f o any clause or condition of this Agreement is not effective or binding unless made in writingand signed by both parties' Authorized Signature representatives, g g except as provided for time extensions in Article A.3. Further, only the Authorized Signature representative or Alternate for the Subrecipient shall have e signature authority to sign reimbursement requests, time extension requests, amendment q and modification requests, requests for changes to projects or work plans, and other requests, certifications s 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 limit ed in any way after the effective date of this Agreement and prior to normal completion or end date the Department p nt 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 g p g Subrecipient an opportunity to cure. Alternatively, the parties may renegotiate the terms of this Agreement under "Amendments and Modifications" to comply with new funding limitations and conditions although the Department has no obligation to do sop Y . A.16 NONASSIGNABILITY Neither this Agreement, nor any claim arising under this Agreement, shall be transferred g � erred or assigned by the Subrecipient. A.17 NONDISCRIMINATION During the performance of this agreement, the comply Subrecipient shall with p p y all federal and state nondiscrimination statutes and regulations. These requirements include, but are not limited to: DHS-FEMA-HSGP-SHSP-FY24 Page 18 of 51 Grant County, E25-205 a. Nondiscrimination in Employment: The Subrecipient shall not discriminate an against g y employee or applicant for employment because of race, color, sex, sexual orientation, religion, national origin, g , creed, marital status, age, Vietnam era or disabled veteran status, or the presence of an sensory, mental, or physical handicap. This r p Y �' p Y p 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, associa tion, anon, 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, I gion, national origin, creed, marital status, age, Vietnam era or disabled veteran status or the pres ence ence of any sensory, mental, or physical handicap. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment selection' for training, including apprenticeships and volunteers. A.18 NOTICES The Subrecipient shall comply with all public notices or notices to individuals required b applicable regulations q Y pp able local, state and federal laws and re g ons and shall maintain a record of this compliance. A.19 OCCUPATIONAL SAFETY/HEALTH ACT and WASHINGTON INDUSTRIAL SAFETY/ HEALTH ACT QSHA/WlSHA) The Subrecipient represents and warrants that its workplace does now or will meet all applicable and state safetyand health regulations pp e federal g ons that are in effect during the Subrecipient's performance under this Agreement. To the extent allowed by law, the Subrecipient further agrees to indemnifyand hold harmless the Department and its employees and agents from all liability, damages and costs of an including, but not limited to costs of g y nature, 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 p Y p constructed with funds under this Agreement, and by this subaward of funds does not and will not an acquire ' q y ownership interest or title to such property of the Subrecipient. The Subrecipient shall assume all liabilities litres and responsibilities arising from the ownership and operation of the project and agrees to defend indemnify, g emnify, and hold the Department, the state of Washington, and the United States government harmless fro m om 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 fu rther the election or defeat of any candidate for public office or influence the approval or defeat of any ballot issue. A.22 PROHIBITION AGAINST PAYMENT OF BONUS OR COMMISSION The assistance provided under this Agreement shall not be used in payment of an bonus Y or commission for the purpose of obtaining approval of the application for such assistance or an other y approval or concurrence under this Agreement provided, however, that reasonable fees or bona fide technical consultant, managerial, or other such services, other than actual solicitation, are not hereby prohibited if otherwise eligible as project costs. A.23 PUBLICITY The Subrecipient agrees to submit to the Department prior to issuance all advertisingand 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 Subreci lent a rees not to ' p g publish or use such advertising and publicity matters without the prior written consent of the Department. The Subrecipient may copyright original work it develops 9 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 acknowledg ement of FEMA's financial support, by the Assistance Listings Number (formerlyCFDA Number and athat the ublicati )� statement publication does not constitute an endorsement by FEMA or reflect FEMA's views. DHS-FEMA-HSGP-SHSP-FY24 Page 19 of 51 Grant Count E25 y, -205 A.24 RECAPTURE PROVISION In the event the Subrecipient fails to expend funds under this Agreement in accordance cordance with applicable federal, state, and local laws, regulations, and/or the provisions of the Agreement, the g , Department reserves the right to recapture funds in an amount equivalent to the extent of noncompliance. Such right fight 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, Department shall be entitled to its cost p p ovision, the s 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 nd all other electronic or written records necessary to sufficiently and proper) reflect the Subreci i ' Y pent s contracts, subawards, grant administration, and payments, including all direct and indirec t charges, and expenditures in the performance of this Agreement the "records" . b. The Subrecipient's records related to this Agreement and the may J ro'ects funded P y be inspected and audited by the Department or its designee, by the Office of the State Auditor DHS FEM A or their designees, by the Comptroller General of the United States or its designees, or b g y other state or federal officials authorized by law, for the purposes of determiningcompliance p liance 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 tog ether gether with suitable space for such purpose, at any and all times during the Subreci ient's norm al working day. d. The Subrecipient shall retain and allow access to all records related to this Agreement g nt and the funded project(s) for a period of at least six (6) years following final and closure payment of the grant under this Agreement. Despite the minimum federal retention requirement of three ent State (3) years, the more stringent e requirement of six (6) years must be followed. A.26 RESPONSIBILITY FOR PROJECT/STATEMENT OF WORK/WORK PLAN While the Department undertakes to assist the Subrecipient with the J ro'ect/statement of p work/work plan (project) by providing federal award funds pursuant to this Agreement, the project itself re p 1 mains the sole responsibility of the Subrecipient. The Department undertakes no responsibility to the Subrecipient, t, 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 ma intenance aintenance of the project, as these phrases are applicable to this project, is sole) that of the Subrecipient, pient, as is responsibility for any claim or suit of any nature by any third party related in an way to the project. Y Y p j Prior to the start of any construction activity, the Subrecipient shall ensure that all applicable permits and clearances pp able federal, state, and local p earances are obtained, including, but not limited to, FEMA compliance with the National Environmental Policy Act, the National Historic Preservation Act the Endangered g ed 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, ht against the Subrecipient q y, which may be brought g p t 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 a gents, for any performance, assistance, or any payment or indemnity, including, but not limited to cost and/or attorneys' fees in connection of defense Y ction with any claim or lawsuit brought by any third party related to an design, development, construction, implementation operation r eration and/or maintenance of a projectY . 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 p conditions of the Agreement, which can be given effect without the invalid provision. To this end the e terms and conditions of this Agreement are declared severable. A.28 SINGLE AUDIT ACT REQUIREMENTS (includinq all AMENDMENTS The Subrecipient shall comply with and include the following audit an requirements in subs q y wards. DHS-FEMA-HSGP-SHSP-FY24 Page 20 of 51 Grant Count E y, 25- 205 Non-federal entities, as Subrecipients of a federal award, that expend $750,000 or more in one fisc al I year of federal funds from all sources, direct and indirect, are required to have a ro a or single program - specific p g specific audit conducted in accordance with 2 CFR Part 200 Subpart F. Non-federal entities that s end less than $750,000 a year in federal awards are exempt from f p p 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 entit " means a state, local government, Indian tribe, institution of higher y g 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 wit h Generally Accepted Government Auditing Standards (GAGAS) as found in the Government Auditing Standards (the Revised Yellow Book developed b the United p y 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 i q g p include the Washington State Auditor's Office, a federal auditor, or a public accountant performing work using GAGAS, as appropriate. ro riate. 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 q t and shall ensure that any subcontractors also maintain auditable records. The responsible Subrecipient is p for any audit exceptions incurred by its own organization or that of its subcontractors. Responses to any y unresolved 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 g p t send a full copy of the audit and its Corrective Action Plan to the Department at the Subrecipientfollowing address no later than nine (9) months after the end of the Subrec i 's fiscal year(s): Contracts Office Washington Military Department Finance Division, Building #1 TA-20 Camp Murray, WA 98430-5032 OR Contracts. OfficeArnil.wa.gov The Department retains the sole discretion to determine whether a valid claim for an exemption from the e 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 I 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 Subreci ient's f q p p allure to comply with said audit requirements may result in one or more of the following actions in the Department'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 g 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 b reason hereof, nor g Y , will the Subrecipient make any claim, demand, or application to or for any , ri htprivilege or benefit g p g applicable to an officer or employee of the Department or of the state of , Washin tonincluding, but not g g, limited to, Workers' Compensation coverage, unemployment insurance benefits, social security benefits, retirement membership or credit, or privilege or benefit which would accrue to a civil service employee under Chapter 41.06 RCW; OFM Reg. . 4.3.1.1.8. It is understood that if the Subrecipient is another state department, state agency, state university, y, 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. DHS-FEMA-HSGP-SHSP-FY24 Page 21 of 51 Grant County, E25-205 If the Subrecipient is an individual currently employed by a Washington State agency, the De Department p tment shall obtain proper approval from the employing agency or institution before enteringinto this contract. A statement of "no conflict of interest" shall be submitted to the Department. A.30 TAXES, FEES AND LICENSES Unless otherwise provided in this Agreement, the Subrecipient shall be responsible for, a and p pay maintain aintain in current status all taxes, unemployment contributions, fees, licenses, assessments permit charges ges and expenses of any other kind for the Subrecipient or its staff required by statute or regulation that are applicable to Agreement performance. g A.31 TERMINATION FOR CONVENIENCE Notwithstanding any provisions of this Agreement, the Subrecipient may terminate ' p y e 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 dateg t' . 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 ten artp (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 men a p y ts, 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 g of the Department provided for in this section shall not be exclusive and are in addition to any g other rights and remedies provided by law. A.32 TERMINATION OR SUSPENSION FOR LOSS OF FUNDING The Department may unilaterally terminate or suspend all or part of this Grant Agreement, or may y reduce its scope of work and budget, if there is a reduction in funds by the source of those funds and if re � such funds are the basis for this Grant Agreement. ement. The Department will email the Subrecipient ten (10) business days prior to termination. A.33 TERMINATION OR SUSPENSION FOR CAUSE In the event the Department, in its sole discretion, determines the Subrecipient has fail ' p 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 covenants, of the e ants, agreements or stipulations of this Agreement, the Department has the right to immediate) suspend or p terminate this Agreement in whole or in art. Y p The Department may notify the Subrecipient in writing of the need to take corrective action and r p ovide a period of time in which to cure. The Department is not required to allow the Subrecipient an opportunity p pp ity to cure if it is not feasible as determined solely within the Department's discretion. An time . , , Y 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 cur the Department shall notifythe Subrecipient in writing pp Y e' p writing of the need to take corrective action. If the corrective action is not taken within ten (10) calendar days or as otherwise specified b the Department, or if such corrective action is deemed b t Y p ' y he 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 a or prohibit the Subrecipient from incurring additional obligations payments, p ing additional obligations of funds during investigation of the alleged compliance breach, pending corrective action by the Subrecipient, if allowed or pendi ng ng 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 b law, includ ing, ding, but not limited to, any cost difference between the original Agreement and the replacement or p cover Agreement and all administrative costs directly related to the replacement Agreement, e. g 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. DHS-FEMA-HSGP-SHSP-FY24 Page 22 of 51 Grant County, E25-205 If it is determined that the Subrecipient: (1) was not in default or material breach or(2)failur . e 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 terminate s es this Agreement, the Subrecipient shall follow any procedures specified in the termination notice. Upon termination ' p anon of this Agreement and in addition to any other rights provided in this Agreement, the Department may ay require the Subrecipient to deliver to the Department any property specificallyproduced or acquired p q ed 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 p 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, g urination, the amount agreed upon by the Subrecipient and the Department for (i) completed work and services an d/or equipment or supplies provided for which no separate price is stated,(ii)artiall com leted w . partially p work and services and/or equipment or supplies provided which are accepted by the Department,(iii)othservices and/orequipment p � other work, 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 lia bility of the Department. The Department shall have no other obligation to the Subrecipient for termination. Department may withhold from an a p nation. The Y y mounts due the Subrecipient such sum as the Department determines to be necessary to protect the Department against potential loss or liability. Y 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 b the Department the Subrecipient shall: Y p nt in writing, 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 ' ' . pP �and/or facilities in relation to this Agreement except as may be necessary for completion of such portion p p 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 cont racts so terminated, in which case the Department has the right, at its discretion, to settle or a a or all claims arising out of the termination of such orders and contracts, pay any 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 m Department require, which approval or ratification shall be p may 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 dire cted by the Department any property which, if the Agreement had been completed, would have p been required to be furnished to the Department; f. Complete performance of such part of the work as shall not have been termin ated by the Department in compliance with all contractual requirements; and g. Take such action as may be necessary, or as the Department may require, for the protection . Y q p on and preservation of the property related to this Agreement which is in the possession of the has or may acquire an interest Subrecipient and in which the Department . A.35 MINORITY AND WOMEN -OWNED BUSINESS ENTERPRISES In accordance with the legislative findings and policies set forth in Chapter 39.19 RCW p ,the state of Washington encourages participation in all its contracts by MWBE firms certified b the Office ' y e of Minority and Women's Business Enterprises (OMWBE). To the extent possible, the Subrecipient will solicit p solicit and encourage minority -owned and women -owned business enterprises who are certified b the OMWB under the state of Washington certification Y E 9 program to apply and compete for work under this contract. Voluntary numerical MWBE participation goals have been established and are indicated herein: n. Minority Business Enterprises: (MBE's): 10% and Woman's Business (WBE's): Enterprises 6%. p DHS-FEMA-HSGP-SHSP-FY24 Page 23 of 51 Grant County, E25-205 A. 36 VENUE This Agreement shall be construed and enforced in accordance with, and the validityand performance p mance shall be governed by, the laws of the state of Washington. Except for as provided herein venue eofany suit between the parties arising out of this Agreement shall be the Superior Court of Thurston County, Washington, and the Subrecipient, by execution of this Agreement, jurisdiction acknowled es theg of the courts of the state of Washington. Y g Provided, that if the Subrecipient is a federal) recognized Indian Tr ibe, the parties agree that, in the event either party to this Agreement commences an suit relating gtoor arising from the Agreement, the United States District Court for the Western District of the St ate of Washington shall have the sole and exclusive jurisdiction over such proceeding. If the court lacks s federal subject matter jurisdiction, then the Tribe agrees to waive its sovereign immunityfrom suit for the ' e limited purpose of permitting the State to enforce the terms of this Agreement in the Superior Cour t rt of Washington under Washington law, and venue for such suit shall be the Superior Court of p Thurston County, Washington. This limited waiver of sovereign immunity is sole) for the benefit of the ' Y State. This limited waiver of sovereign immunity shall not be for, nor shall it be construed as for the benefit of any other person or entity, and the Tribe does not waive its immunity with respect to an action brought or on behalf of, any other entity or person. p Y ght by, A.37 WAIVERS No conditions or provisions of this Agreement can be waived unless approved in advance pp by the Department in writing. The Department's failure to insist upon strict performance of an provision y p sion of the Agreement or to exercise any right based upon a breach thereof, or the acceptance of an performance p y p ormance during such breach, shall not constitute a waiver of any right under this Agreement. DHS-FEMA-HSGP-SHSP-FY24 Page 24 of 51 Grant Count E25 y, - 205 24HSGP Award Letter EMW-2024-SS-05028 Effective date: 09/19,12024 Gail Cram MILITARY DEPARTMENT, WASHINGTON STATE BUILDING 1 MILITIA DR STATE FINANCIAL SERVICES CAM P MURRAY, WA 08430 EMW-2024-SS-05028 Dear Gail Cram, Attachment C U.S. Department of Homeland Security Washington, D.C, 20472 Congratulations on behalf of the Departnnt of Homeland Security, your application sub nifted for the . I Fiscal Year (FY) 2024 HomelarxJ Security Grant Program, has been approved in the- amount, of $121381,602.,0 0 i n Federal funding. This award of federal assistance i s executed as a Grant. Before you request and receive any of the Federal funds awarded to you, you must establish axceptan ce of the award through the FEMA Grants outcomes (FEMA GO) system, By accepting this award, you acknowledge that the terms of the- foillo'-wing documents are incorporated Intio the t .erms of your award, # Award Summary - included in this document * Agreement-., Articles. - included In this document # Obligating Docu nnt - included in this document * Fiscal Year (FY) 2024 Home -land Security Grant Program (HSGP) Notice of Funding Opportunity * The Preparedness Grant Manual (PGM" P'ease mik,:--) sure you read, understand, and maintain a copy -of these documents in your officiall file; for th is award. Sincereiyl PAMELA WILLIAMS Assistant Administrator, Grant Programs Region 4 DHS-FEMA-HSGP-SHSP-FY24 Page 25 of 51 Grant County, E25-205 Award Surnmary Program: Fiscal Year 2024 Homeland Security Grant Program Recipient: MILITARY DEPARTMENT, WASHINGTON STATE UEI-EFT.- D2EJRGZ2PLG8-0001 DUNS number. 60 383 001 Award number: EMW-2024-SS-05028 The Fiscal Year (FY) 2024 Homeland Security Grant Program (HSGP) is one of three grant programs that constitute the DHS/FEMA focus on enhancing the ability of state, local, tribal, and territorial governments, as well as nonprofits, to prevent, protect against respond to, and recover from terrorist attacks. These grant programs are part of a comprehensive, set of measures authorized by Congress and implemented by five DHS to help strengthen the Nation's communities against potential terrorist attacks. Among the ba sic homeland security missions noted in the DHS Strategic Plan, the HSGP supports the goal to Strengthen National Preparedness and Resilience. rz 0 ME " 4 . MM7�7 The amount of the award is detailed in the attached Obligating Document for Award. %pproved Scope of work After review of your application, FEMA has approved the below scope of work. Justifications are provided for any differences between the scope of work in the original application and the approved scope of work under this award,. You must submit scope or budget revision requests for FEMA's prior approval, via an ameMment request, as appropriate per 2 C.F.R. § 200.308 and the FY2024 HSGP NOFO. // due to new system inclusion of information with no context, pages 4-58 not included — available on request // Agreement Articles Program: Fiscal Year 2024 Homeland Security Grant Program Recipient: MILITARY DEPARTMENT, WASHINGTON STATE UEI-EFT: D2EJRGZ2PLG8-0001 DUNS number. 8088833830001 Award number: EMS-2024-SS-05028 DHS-FEMA-HSGP-SHSP-FY24 Page 26 of 51 Grant County, E25-205 Table of contents Artiste I Assurances, Administrative Requirements, Cost Principles, Representations, and Certifications Article 2General Acknowledgments and Assurances Article 3Acknowledgement of Federal Funding from DHS Article 4Activities Conducted Abroad Article SAge Discrimination Act of 1976 Article 6Americans nth Disabilities Act of 19W. Article 7Best Practices for Collection and Use of Personally Identifiable Information Article 8CiV1I Rights Act of 1964 — Title VI Article 9C*M*ll Rights Act of 1-968 Article Copyright 10 Article Debarment and Suspension 11 Article Drug -Free Workplace Regulations *1% 14 Article Duplicative Costs 13 Article EducAtl* on Amendments of 1972 (Equal Opportunity In Education Act) — Title. IX 14 Article E.O. 14074 —Advancing Effective, Accountable Policing and Criminal Justice React" Ice$ is to Enhance Public Trust and Public Safety Article Energy Policy and Conservation Act 16 Article False Claims Act and Program Fraud Civil Remedies 17 Article Federal Debt Status Article Federal Leadership on Reducing Text Messaging white Driving 1.9 Article Fly America Act of 1974 20 Article Hotel and Motel Fire Safety Act of 19W, Article John S. McCain National Defense Authorization Act of Fiscal Year 2019 22 Article Limited English Proency (Civil Rights Art of 1964, Title VI) 23 Article Lobbying Prohibitions 24 Article National Environmental Policy Act 26 Article Nondiscrimination in Matters Pertaining to Faith -Based Organizations 26 Article Non -Supplanting Requirement 27 Article Notice of Funding Opportunity Requirements 28 Article Patents and Intellectual Property Rights 29 Article Procurement of Recovered Materials 30 Article Rehabilitation Act of 1973 -31 DHS-FEMA-HSGP-SHSP-FY24 Page 27 of 51 Grant County, E25-205 -Article Reporting of Matters Related to Recipient Integrity and Performance 32 Article Reporting Su arils and Executive Compensation 33 Article Required Use of American lro� Ste -of, Manufactured Products., and Construction .34 Materials Article SAFECOM 36 Article Terrorist Financing 36 Article Trafficking Victims Protection Act of 2000 (TVPA) 37 Article Universal Identifier and System of Award Management 3-8 Article USA PATRIOT Act of 2001 39 Article Use of DHS Seal, Logo and Flags 40 Article Whistleblower Protection Act 41 ,Article Environmental Planning and Historic Pres-ervat)on (EHP ) Review 42 Article Applicability of DHS Standard Terms, and Conditions to Tribes 43 Article Acceptance of Post Award Changes 44 Article Disposition of Equipment Acquired Under the Federal Award 4*5 Article Prior Approval for Modification of Approved Budget 46 Article Ind Irect Cost Rate 47 Article Summary Description of Award and Sub -programs 48 Article HSGP Performance Goal 49 Article OPSG Program Performance Goal so Article Operation Stonegard,on Program Hold 61 DHS-FEMA-HSGP-SHSP-FY24 Page 28 of 51 Grant County, E25-205 Articte I Assurances s Requiremen., d Principle-,,, Re e-sent-at' ,;,.Ad mini ts Co3 I I ions s pr. and Certifications I . Recipients must com lete either the Office of Management and B udget (OM B) p Standard Form 424B Assurances - Non- Construction Programs, or OMB: Standard Form 424D Assurancas - Coni truction Programs, as app] b- able. Certa" J in assura i I h these, documents ma ca ncta ynotbeappl[ ble to your program, and the DHS fina I assi. M-ance office (DHS FA-0) may requ'l7re ap plic fy ants to certiadditional assurances'. Applicants- are required to fill out the assurances, a-sinstructedby the. federal aw auding agency - A .01 e rti, a 2 General'Acknowledgi im� nts and Assurancess Recipients are. required to fol.low the applic ble provisions of the U 'form a nt r Administrafi ve Requ] rem ents , Cost P rincl ples, -and Audit Requirements for Federal Awards vn off -a nd I W as of the feder, I award date located at 2 C.F.R. Part 200 and adopted by DH 8 at 2 C -F. R. § 3W2.1 0. All rest pi.ents and s ub- rec-ip' leMs must I , acknowledge and agree to provide DHS access to records, accounts, documents- 1 nfor m-at on, facilities, and staff pu runt to 2 C. F. R. § 200M7. 1. R I pints musect c nce 'ga cooperate with any DHS, comp'lia -reviewsorcompianceinve-sti Rec,, [pients must DHS accerss to examine and copy records, accounts, and other give, documents and sources ofiinformation related to the federal financial, assistance award and permit access to facitittes and personnel. 111. Recle it p n1smus .ubmitlimely, co at mplete, and accurate reports to the approp n' 'ale DHS offic, "I'als and -m intean Iple ppropria backup docum. ton tosupp ort the re- po rts. IV' Red nts must com ly enta p with 11 o e, �equireo ther sip -i 1. reporting data collect evaluation requ ments. ec ton, and tr r bylaw, federal' regu.. lation, Not' e Fining r1nityfrl rds din u. "fic terms .,offu c ppo , edeaawa - p and conditions and/or federal awardi. ng agency program, nceN.Rec"p"ents gulda must compAete the DHS; Civi"IR.1 U E wibl i gh valuaiionTo I ,, ty -, 0) days- Of r e-c- . elvi` ng a I In IN r (3 Iles o the Notice of Amard fortie first award under whioh lhiS term appl -Reo nts f le multiple federa awards- from D HS should only submit one completed toot for their org iza- to federal award. After the 'nit, I subm]: -,s' c .an t rt, not per .1, ta is. ion, re, ipterits are- required to complete the too] once every tm (2) years if they have an e federal award, tv, , not every time a federal -award 1 s made. Recip tents must sub mit the completed tool V iricludingsup rUng materials to C! 'IR" Evalua po i vi. igh. s ion t' @hq.dhs.gov Thi too Uri' 'in clarMas IVII rig 1 0 S :rements con%J d' the: c" rights ob-11gati" m and related rep oil! ng req no these DH.S Standard Terms and Cond itions. S ubred plents are- not required to - complete andsubrn't thi's toot to DHS. The evaluation tool can befounda hiAp�s://w.w-w,.dh-s-.g.ov/'P.ubil.'Cation-ldh:s-c*ivl"[,-ri'ght-s--w--aluation,-to ol. DH!S civil Rights Evaluation Tool I Homeland Security. The DHS, Office for CIVII, Rights and Civil Li, berties W I ill. consider, in its discrelt Ming an ex W-day dflneif on, gra lensiontothe the reoipient identifies steps and atimefine for compieling the tool. Recipients mus-t request extensions by emaifll'ng the request to I CivIlRigh Evaluati'on.@,hq.dh.s.gov prior to expi ration of the 30-day dead lIne. ArticIe 3-P, Ackn.owled gm ent of Federat Fund!q from DHS Reolpients must acknowledge their use of federal award funding when Issuing sal i Inxilt ions -ndother statements, press releases, requests. for propo bdw Ut' -ja doc i,.j meats d m-ribing projects or programs funds 'I n whole. or 1 n p rt with fe -ral -a de award funds. DHS-FEMA-HSGP-SHSP-FY24 Page 29 of 51 Grant County, E25-205 Article 4 Activities Conducted Abroad Recipients must coordinate with appropriate government authorities when performing project activities outside the United States obtain all appropriate licenses, permits, or approvals. Article -6 Age Discrimination Act of 1976 Recipients must comply With the requirements of the Age Discrimination Act of 1975, Pub. L. No. 94-135 (codified as amended at 42 U.S.C. § 6101 et sue.), which prohibits, discrimination on the basis of age in any program or activity re-ceiVing federal financial assistance. Article 6 Americans with Disabilities Act of 1990 Reolplents must comply With the requirements of Titles 11 11, and III of the Americans with Dina "ItftlAc, PubL.N101-3619(codified as amended at 42 U.S.C. 12101- 12213), which prohibits rec*lplentster omd*iscrim'lnafingon the basis of disability *In the operation of public entities, public and, private transportation systems, places of public accommodation, and certain testing entities.. Article 7 Bost Practices for Collection and Use of Personally Identifiable Information Recipients, who collect personally 'identifiable information (P11) as partof carrying out the scope of work under a federal award are required to have a publicly available privacy pol icy that describes standards on the usage and maintenance of the P I I they collect. DHS defines PH 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 ImpactAssessments: P(rvacy Guidance and Privacy Template as useful resources respectively. Article 8 Civil Rights Act of 1964 - Title V1 Recipients must comply With the requirements of Title VI of the Civil FUghts Act of 1964, Pub. L. No. 88-3 52 (codified as amended at 42 U.S.C. § 2000d et seq.) , which provides that no par sonin the United States will, on the grounds of race, Color, o r national origi n, be excluded from participation in, be denied the benefits d , or be - subjected to discriminationun d er IVI , any program or activity receiving federal financial assistance. DHS implementing regulations for the Act are found at 6 C.F.R. Part 21 Recipients of an award from the Federal Emergency Management Agency (FEMA) must also comply with FEMA's implementing regulations at 44 C.F.R. Part 7. Article 9 Civil Rights Act of 1 %8 Recipients must comply with Title VI 11 of the Civil Rights Act of 1968, Pub. L. No. 90. 284 (codified as amended at 42 U.S.C. § 3W 1 et seq.) which prohibits recipients from discriminating in the sale, rental, financing, and advertising of dwellings, or in the ' 1 10 1 for I provision of services in connecti n. therewith, on the basis of race, national origin, religion, disability, familial status, and sex, as 'implemented by the U.S. Department of Housing and Urban Development at 24 C.F.R. Part 100. The prohibition on disability d is r1imlination 1 noludes the requirement that new'mult family housing with four or more dwelling units— i.e., the public and common use areas and Individual apartment units (all units in build ngs 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. DHS-FEMA-HSGP-SHSP-FY24 Page 30 of 51 Grant County, E25-205 Article 10 Copyright Recipients must affix the applicable copyright notices of 17 U.S.C. §§ 401 or 402 to any work first produced under federal awards and also include an acknowledgement that the work was produced under a federal award (*Including the federal award number and federal awa rd ing agent). As detailed in 2 C R R § 200 �1 5, a federal awarding agency reserves a royalty -free, nonexclusive, and, irrevocable right to reproduce, publish, or otherwise use the work for federal purposes and to authorize others to do sox Article I I Debarment and Suspension Recipients must comply with the non -procurement debarment and suspension regulations implementing Executive Orders (E.O.) 12549 and 12689 set forth at 2 C.F.R. Part 180 as implemented by DIES at 2 C.F.R. Part 31000. These regulations prohibit recipients from entering into covered transactions such as subawards and contracts) With certal n parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in federal assistance programs or activities, Article 12 Drug -Free Workplace Regulations Recipients- must comply With drug -free workplace requirements In Subpart B or Subpart C, if the recipientisanindividual') of 2 C.F.R. Part 3MI, which adopts the Government- wide implementation (2 C.F.R. Part 182) of the Drug -Free Workplace Act of 1988 (41 U.S.C. §§ 8101 8106). Article 13 Duplicative Costs Recipients are prohibited from charging any cost to this federal award that Will be included as a cost or used to meet cost sharing or match i ng requirements of any other federal award in either the current or a prior budget periiod. (See 2 C.F.R. 200403(t)). However, recipient 1 1, s may shift costs that are allowable under two or more federal awards where otherwise permitted by federal statutes, regulations, or the federal financial assistance award terms and conditions. Article 14 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. No. 92-318 (codified as amended at 20 U.S.C. § 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 fi nanoi al assistance. DHSimplemenfing regulations are codified at 6 C.F.R. Part 17. Rectipients of an award from the Federal Emergency Management Agency (FEMA) must also comply With FEMA's implementing regulations at 44 C.F.R. Part '19. Article 16 E-0. 14074 — Advancing Effective, Accountable Policing and Criminal Justice Practices to Enhance Public Trust and Public Safety Recipient State, Tribal, local, or territorial law enforcement agencies must comply With the requirements of section 12(c) of E.O. 14074. Recipient State, Tri 1, 1 1, or ba oca territorial law enforcement agencies are also encouraged to adopt and enforce policies consistent with E.O. 14074 to support safe and effective policing. DHS-FEMA-HSGP-SHSP-FY24 Page 31 of 51 Grant County, E25-205 Article 16 Energy Policy and Conservation Act Recipients must comply With the requirements of the Energy Policy and Conservation Act, Pub. L. No. 94-163 (1975) (codified as amended at 42 U.S.C. § 6201 et seq.), which contain polic !as relating to, energy efficiency that are defined *1 n the s We energy conservation plan issued In compliance with this Act. Article 17 False Claims Act and Program Fraud Civil Remedies Recipients must comply Wth the requirements of the False Claims kt, 31 U.S.C. 3729- 3733, which prohibit the submission of false or fraudulent claims for payment to the Federal Government. (See 31 U.S.C. §§ 3801-3,812, which details the administrative remedies for false claims and statements mad a) Article 18 Federal Debt Status All reel pients are required to be non -deli nquentin their repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowances, and benefit overpayments. (See OMB Circular A"129) Article 19 Federal Leadership on Reducing Text -g Messa Ing while Dn*vi,ng Reoilpil ants are encouraged to adopt and enforce policies that, ban text messaging while driving recipient -owned, reciplent-rented, or privately owned vehicles when on official government business or when performing any work for or on behalf of the Federal Government. Recipients are also encouraged to conduct the initiatives of the ty e descrt I 'bed in Section 3(a) of E.O. 13513. . p Article 20 Fly America Act of 1974 Recipients must comply with Preference for U.S. Flag Air Carriers (a list of certified air cated A' Ca iecan loon at Air farriers List I US Department of carrrs be d Corti Ifi Transportation, https,,,,//www.transportatortgov/pol'icy/aviation-policy/certficated, air, - carriers -list )for rote national air transportation of people and property to the, extent that such service is available,, in accordance mnth the International Air Transportation Fair Competitive Practices Act of 1974, 49 U .8 .0 40118, and the interpretative guidelines issued by the Comptroller General of the United States in the March 31, 198 1,, amendment to Comptroller General Decision 13- 136942, Article 21 Hotel and Motel Fire Safety Act of 1990 Recipients must ensure that all conference, meeting, convention, or training space funded entirely or in part by federal award funds complies with the fire prevention and control guidelines of Section 6 of the Hotel and Motel Fire Safety Act of moo, U.S.C. § 222saig Article 22 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. 200 216, 200 327, 2W.47 1, and Appendix II to 2 C.F.P. Part 200. The statute - as it appliestoDI-ISrecipients rea.isub *pents, and tircontractors and subcontractors - prohibits obligating or expending federal award funds on certain telecommicatiun i ions and video surveillance products and contracting with certain entities for national ity reasons. secur DHS-FEMA-HSGP-SHSP-FY24 Page 32 of 51 Grant County, E25-205 IV I -j 1W A.) Artidwe -2-3, Limited Englli-s'h Proft A c -.o T'itle V lie ncy (C 1 11*1 R ig h ft- t, Recipients mus Aco amply with Title M of the 0 l Ri I gh Is Act of 1964 (42 U.S.C. -000d et seq.) p b[bi" -n agaiihst dl's.c 'rri'naton on the basi's of na. a 2 ro it 10 1 rt i I" n. -1 or[.gi n wh" h requi res th. -at abl recipients of federal ii nancila-l' -assistance take reasone steps prto ovide me r. aningf ul access to persons with limited English,: proficiency it , nal a$ Programs andsery ices. For addil to Sts ge lance, and informatfion' re - rd�nq langua ga i acce-ss obl ig -a Mions-, please refero the DRS Re-cp[erne Guidance: UJI nce -p, n,fz-a h1tp-s:1Aivww.dft gov/g 'da . -published-hel p-- de, '-. artment-wpported-orga Von- 'rde-mean W ngf W-access-people-firrited and add if nalresoturceso. provi 1 10 n httpVww.w,11epQov,. Art[ 1' 24 Lobb it; n.s- -C e y1n.19 P-r-ohibit"O Recipients must cornpl'Y Rh 31 U-8-C. 1352 and 6 C.F.R. Part 9, wh h provide 1h a- .1 W Ic none of the f u nds provided under a federal award may b e expended by the recipient to pay any person loinfluence., or attempt 11 vnfluenceanoffic ror M e ployee of any agency, a Mern ber of Congress, anoffer oremployee dCongressoranemployee nth -any federal act'..nf re'lated to a f ad, ral' of a Member of Congress 'in- connection w e tr awarr .on holLi . men any exte- nstion, conti[nuation', ren Owa1, -a drrent, or d oc ad I .-d . Mlodlikatt'On. Per 6 C.F.R. Part 9., rect' nA '� ple file a lobby' �ngcertfficaili nfora as 0 Ix av-a n, Gra des d nAppend' Alo6C.F.R. Part 9 or .1, [able, e n1 s- gov- az the .crtbe i Gran,.As.g.ov Lobbyl --ng Form and file a lob byirng disolos- u re form as des- c rioeaIn Append ix B to 6 C. F. R. Part 9 or available on Grants Qov -as the DIS-60-sure of Lobbying Actilvilials. (SF--LLL). A '0 rtifelb 25M Nat' nal[ Environments[ P61[icy Act. Rac I re a I POR pi' Ms. nn ust o- rn W Nat to � Vironmenta Icy o ply 'th. the requ"rernents of the n En I Act of 196-9, Nb o L. Noe 91-1 90 (1970) (c. od111 ed as amended at 42 U -S.C. 4321 et seq.) (NEPA) and the Council on, Environmental Q --.afity (CEQ) Regulat ns for u o e Imple,men,,,,t'ngi,hoPr-o-cedur,af,,'Pro vi,sion,sotNEPAwh,ic.h:req,ur; .ree*cipir Mslous.-eall wit Practicable means within thel"r authority, and consIr s -tent h: others con iderations of national policy to crea-le and mal Main conditions und S nor Wh"t ch e - ei - o C pe.o. ppe and nature can wdstin productive harmony and fu 11 thoc..rs [a c nomil and other needs of present and f LA ure generations of America M.- - Aor rt[cl[ 2-6 Non.dlscr10 iminat` n i',n,. Matters. Perta'nOrgan,; : ins to Faith- dmazions I I v1' DHS� ruza 1.0 t .: S policy to ensure the equal treatment of faith -based orga, V nzn: soc 1-al. Sri programs a m"nistered or supported by DHS. or"ttsi, component -agencies, d tpa I Ise enavRng those org nizatoins. to par tid le is prov. iding im.p so-6 I se 'Cas to b C11 ecl lents mu-�st comply with: the eq ual treatment pol'i c enefi -'arles-- R 1p' .I.-G.Sand requirements contained 'in 6 C.F.R. Part 1: and other applic-, We;statu --s, regula ns, 9 tio; and guidance governing the parti ipa 10 ba, [nolvIa U. 1, c I A " n--s of faith- s nizat[ons In -e d org DH S programs. A ri t i; c I e 27 -7 Nore- Supplantm, Requirement Recipients of federal awards under program that p rohlbit up plantiF ng by law rn ust ensure that federal. fund s . swpplerrent but do not -supplant non-federal funds that in the absenc Is, 1. e of such f aderal f unds, woul d otherw` Fe have been made ava" [able for the - .same purpose. DHS-FEMA-HSGP-SHSP-FY24 Page 33 of 51 Grant County, E25-205 Article 28 Notice of Funding Opportunity Requirements All the instructors, guidance, limitations, scope of work, and other conditions set forth # ?i I I n the Notice of Funding Opportunity (NOFO) for this federal award are 'incorporated by reference. All recipients must comply With any such requfirerents set forth ire n the NOFO. If a condition of the NOFOis 'Inconsistent with these terms and conditions and any such terms of the Award, the condition in the NOFO steal I be invalid to the extent of the inconsistency. The remainder of that condition and all other conditions set forth in the NOFO shall remain in effect. Article 29 Patents and Intellectual Property Rights Recipients are subject to the Bayh-Dole Act, 35 U.S.C. § 200 et seq. and applicable regulations governing.inventions and patents, including the regulations 'Issued by the Department of Commerce at 37 C.F.R. Part 401 (Rights to Inventions Made by Nonprofit Organizations and Small Business Firms under Government Awards, Contracts, and Cooperative Agreements) and the standard patent rights clause set forth at 37 C. F.R. § 401.14. Article 31 Rehabilitation Act of 1.973 Recipients must comply With the requirements of Section 504 of the Rehabilitation Act of 1973, Pub. L. No. 93--112 (codified as amended at 29 U.S.C. § 794), which provides that no otherwise qualified handicapped individuals in the United States W*11, solely by reason of I he hancri ca �b 1 10 1 1 P, e excluded from parti6pat'. n in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving federal financial assistance. Article 32 Reporting of Matters Related to Recipient Integrity and Performance 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 the federal award, then the recipient must comply With the requirements set forth in the government -wide Award Term and Cond ition for Reci pleat Integrity and Performance Matters located at 2 C.F.R. Part 200, Appendix XII, the full text of which is incorporated by reference. Article 33 Reporting Su ward and Executive Compensation For federal awards that equal or exceed $30,000, recipients are required to comply with the re * . quirements set forth In the government -wide award term on Reporting Se awards and Executive Compensation set forth at 2 C.F.R. Part 170, Appendix A, the full text of which is 'incorporated, by reference. DHS-FEMA-HSGP-SHSP-FY24 Page 34 of 51 Grant County, E25-205 Article 34 Required Use of American Iron,, Steel, Manufactured Products, and Construction Materials Recipients of an award of Federal financial assistance from a program 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 al I manufacturing processes:, from the I0 melting stage, through the application of coatings, occurred in the Un" d es; initial I tie , St (2) all manufactured products used in the project are produced in the United States — 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 d the manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product has been I established under ap►l" be law or regulation- and (3) all construction materials are pica, manufactured in the United States this means that all manufacturingproc mes, for the construction material =—urred in the United States. The Buy America preference only applies to articles, materials, and supplies that are consumed in, incorporat ed into, or affixed to an 'Infrastructure project. As such, it does not apply to toolst equipment, and -supplies, such as temporary scaffolding, brought to the construction site and removed at or before the completion of the P "roi aect.Nordm V Buy America preference apply to equipment and furni'shings, such as movable c-hairs-1, desks, and portable computer equipment, that are used at or within the finished infrastructure project but are not an integral part of the structure or permanently affixed to the infrastructure project. Waivers When necessary, recipients may apply -for, and the agency may grant, a waiver from these requirements. The agency should notify the recipient for information on tie process for westing a waiver from these requirements. (a) When the Federal agency has determined that one of the following exceptions applies the awarding official may waii ve the application of the domestic content procurement preference ii n any case in which the agency determines that,-, 0) applying the domestic content procurement preference, would be *Inconsistent with the public ty Interests (2) the 1, , pes of iron, steel, manufactured products, or construction materials are not produced In the United States insufficient and reasonably available quantities- or of a satisfactory quality; or (3) the inclusion of iron, steel, manufac tured products, or construction materials produced in the United States will "increase the cost of the overall project by more than 25 percent. A request to waive the application of the domes, is content procurement preference must be in writing. The agency Will provide 'Instructions on the format, contents, and supporting materials requi red for any waiver request. Waiver requests are subject to public comment periods of no less than, 15 days and must be reviewed by the Made in America Office. There may be instances where an award qualifies, In whole or in part, for an existing waiver described at "Buy America" Preference in FEMA Financial Assistance Programs for Infrastructure I FEMA.gov. Definitions The definitions applicable to this term are set forth at 2 C.F.R. § 184.31 the full text of which is incorporated by reference. Article 35 SAE ECOM 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. The SAFECOM Guidance is updated annually and can be found at Funding and Sustainment `ISA. DHS-FEMA-HSGP-SHSP-FY24 Page 35 of 51 Grant County, E25-205 Art'Ircte 36 Terrorism Fii1nanCii'.ng Rec[pilenlsi must comply MAh ED. 13,224- and applicable Matutory prohllbitllors on to rans -actions with, and the prt ovis " n:s of resources I avd $up port to,'nd'Iidu- a-l's nd V. organ i� zations associated with terror'[Sm. Re-c[p'ients -are le -ally re spon -.s-i'b le for g ensuring compflan.c. e- With the E.O.. -and laws. , Artict -37 Traffic kin-g Vii'r Ac W 2DW V A) Roo fplentsm.wst com p ly with the requfrements of t -he government-Wde financ iat assistance award term WhichImplements Trafflok'ng Victims Protect n,A0020W ed rd PubL - No. 10, 6-3,§§ 10, (codif! as amended at 22 U-S -C § 7104 The awa termli's [W2 C. F.R. 15 et 1exwhiorprabrejerence, Arai 38 Un.'I'Vlerssa- I Idemiff er -an,:d Siystemoj Award'Maria gemerat ReIentsare requ".redmplyw1th rquirem ensset forthn the overnment- wida fi nanc-'ilat as sistance award term regardi'ng the Syste m. for Award Management and Un-1veIrsa-1 Identifier Requirements located at 2 C.F.R. Part .2-5, Appendix A the fu I text of wh,'tLc':h:'t,'s.'tn.co.rp.orated.ren. efe-;r,. - ec- Re 'p'e I. - W1. : 1, K) t al I mt must c, MPI eq.,'rernents- of -Sect" n 6-17 of the Unit"n-g and -.o y thr u Strengthening AmerIca by Provi , dIng Approprtate Tools Requ] red to I ntercept and Olnlrucl Terrodsm Act of 2001 (USA PATRIOT Act), Wh1chl amends 1;8 U.S.C. 1:75-17.5c. Arfic. 10 40 Use of DHS —eat, Logo an!d' F11 a1g, RecIp'[ents must obtaln written permls- silon from; DHS Pdor t using the DHS seals, 17 o us] 1preor reproduc ion. of tags, or 1" kanesDHSncy oJs ] s includes use of DH,S component (e.g., FEMA, CISA, e1c.) seals, �logos, crests, or reproducti'Ons of 11 ags, or 11ken-esses of component oftfals. Article 41 WMstleblower PratnoonAct Recipfen tsi mus. o m- wit -s Autory req- ulrem;ents for wNsWerblow-r protecti"ons ply h the .1a e at 10 U.&C § 470141 U.S.C. § 4712. DHS-FEMA-HSGP-SHSP-FY24 Page 36 of 51 Grant County, E25-205 Article 42 Environmental Plannin, - and His-tod-C Pra.slervat"'on EH) ReW 91 � I I ew DHS/FEMA f unded activities th -a 1 1: PI n n-1 ng a nd, H fs I may require an Environmenta a -toric Preservation rev 1 review � Al n (EHP) review are, subject to the FEMA EHP low process. ThIr 'S does not address all federal, state, and local requirements. Acceptanc f f e o ederal fund'ingreq urestherecip" n1tocompty 'Ahallfe W de ral, le and local laws. DHS/FEMA[s required to con ider the, potential'mp acts to, natural, -and cultural resources of all projects f untied by DHS/FED grant funds, through its E H P review process, as an dat ed by: the Na to t' nal Environmental Policy Act; National Hits ic a -mend ,d Insurance P rog ram Preservation Act of 1966, as W; National Floo regulations; and any other applIc0able, laws and executive orders. General, guidance for FEMA's E HP process is avai table on the DH STEMA Website at: r https:lhvww.faima.gov rantstguidance-todslenv'i�,ron.mental-hi'sto 1c. Specific, appl" ant /9 1C guidance on how to s ubmit 'Informati on for EH P review depends on the individ ual grant program and applicants should contact their grant Program Officer to be put into contact with, EH Pstaff res pon " bl' i for a kst'ng th 'r s ific, gr -ant pr r ss el pec si e og -am!. The E HP review process must be completed before funds are released to carry out the pro -posed p roject; otier ' , DH S/FEMA may not be able to fund the p rojed d ue to -noncompliance With EHP laws, executive orders-, regulationsi, and policies. If ground di.-sturbing, act it'le. [V5- occur during, c , s- ic, , a ni W'll monitor g round on truct" n plica disturbance, andif any, potenti" 1: archaeolog'ca-i res ources, are discovered the applicantwi'll i'mme.diat [y ceas v mrk i -hrough, n etirAy, if _e in that area and notify the, pa-t ss appffic a-ble, and DHS /FEMA Article 43 Applicabilitt. - of DH.S., St -and-, rd TO.r m-s and Condition.. t, Trbea, The DHS! Standard Terms and Conditions are a restatement of generalrequitrements I r i 1 1 rrposed up in re ip - ents and flow down to sub -recipients as a matter of law, 1pi n I regulation, or exe 1ive order. It the reqUire. ment does not apply to Ind" . -s cu la tribe . or there is -a federallaw or regulation exempting "is ppllW"ontoindt. ntz,Ihen the W Co DSnrrn HS tadad Tems ad Conditiom., acceptance by Tr[bas of , or acquieS ne t does not change or alter its inappHicability loan Indian tn"be. The executio.n of grant doc umenri.s. i's, not- intended to change, alter, aa mend, orimpa J liabill w. to d Cna or it tyUp Onth.eTribewhore--'itdoesn.o.lalre�-a vexist. re po nsi i b Article 44 Apra of Post Award Changes In the event FE MA elerm"nes d that an erri.n the award package has been made, or e 1 P [fa-na min1stra. v chang A b -a ec" [plena, . W1 11, e d mush award ge r t le b notified of the c hange in writ Ing. 0 nce, the notification has been made, any subsequent reques s A t r accept - ofthe ch ranges to the, award. Ic [PI -t,sforfun.d will"rid' ate ac' 'e anc e Plea ,se call FEMA Grant Management Operations at (8%) 927-,%46 or e-mailto: via ASK-GMD@fema.dh.ls.gov if you have any questions. Articl 4 .6 Disposition i 0 W" it: IV A e 1. OT "'uIpment Acquired Under the Federal Award For purpos I a Jac cqu" red under th'. award by a es, of origin I or re _p ementequirpmenta I is non -state recipient or non,- atesu4--recip r st tents, when that equ 1 pment no lo ger ed for the orig [nal project or program or for other acti vit ies c, u rrentl y or previousiy supported by a f aderal avmrding a st ru t' gency, you must request in c lons from. FEMA to make p roper di -spos ition, of the equ i pment pu rs-uant to 2 C. F-R . section 20 0313. State re cl pie ntsand; SAWerle ssub-eci'm p' nts usit follow the disposition requirements in accordance with -state laws and procedures. DHS-FEMA-HSGP-SHSP-FY24 Page 37 of 51 Grant County, E25-205 Article 46 Prior Approval, for MO-dificatton: of Approved Budget Before making any hange to the FEMA approved budget for this award you Mus prior written approro requ esl I val fmere rer , FEMA whq Wed by secti01 308. 2 C..R. F1:on, 2 For purposes of,non-construct n pro I I io 0 Is-, FEMA is uttizingits discret'. n to impo d anad [o a -c it n I restrl tion nor F.R. secton 20.0.3_0.8_(� regardingtransie of er2C r civitl'es for ms Ions, or -a 3 ,.r funds among direct 00-sIcategorles, progra s,funct' . Therefore 'er era' than the, . --im 11fied awards with anapproved budget wh ethefed -I sharel"s greater is p 0 250,000). you may -not transfer funds arrong ire dict acq u-131f n; threshold (currently $ IV I f roml cost categories, programs, functions, act ities- wrilhou to ritten approve or t prior w FEMA where the cumulative amount of svch� transfers exceeds or is. expected to exceed Aen: peroent (109/4�) of the total, budget FED fast approved. For p�o urp ses . of I'S Me"Als. awards that support both construction and non-con-structlon, mrk, FEMA u1i. z.1ng 1. discretion under 2 C.F-R.wctlon 2:010.3080)(5) to re- quire the recIple-M to obtain prior written approval from FEMA before, making any fund or budget transfe rs between, the two types of vuork.. You must report any deviations from, your FEMA approved bud get 'a QW.Ing any dget In the first Ferderal Fnanc'i I Report (SF-425) you submit loll bu L ddeviation, re rd-less of wnether the budget deViat'lon. requ' -t res-prior written ap pro FOR clude the, ndi, rec t 2 C. F. R. sec. tion 203 211 1 M (15) re - ulres the, terms of tbe awr a-rd o't n I q cost raMe ,b for the federal amerd . If ap�p licale 1 co , the In direo sit rate. for th.s. - vm r. d stalad 1n the budget docurrents. o ir o, ther m I In ateri als approved by FEMA and `ncluded' the award file. Article 48 Su,,m,,m,aryD;.,:cr'plonojA-ward'an. Sub-pmigraiffts The purp oseoftheFY202-4HSG P to support state and local efforts to prevent 1s. -oph I.C. the Nat" n for the threats and terrorISMI and other catastr .1 events and to prepare 10. hazards that, pose. the greatest rIsk to the security of the Urite d8ta-tes. The HSG.P P ides in nd deflver the 32 core, rovt funding to'implement vestments that build, a I pad[ to ac lev. I red nos s GoW of a secure and hi ngtheNai -[Pre tona P Ic ns I e nasa iont Na ion. Among the five bas horneland sec urity m1s sto . no led n, h DHS � . - V Quadre,nnial Homeland Sec urity. Review, HSGP sup ports the- goalto Strengthen NaAiionat', Prep avedness and Resilien-ce. The bui I i oi ng, s ustjan.ment, and delivery of these core capab'ili';rtles are not exclusIV e to any 3't ngle level d government , organization, or community, but rather, refire the comt)lne d effort of hole the w com,munity. This HSOP award consi'stsof State HomelandSeourily Frogram.(S.1-1,13) fun.din g*inthe amount of $35,57-1,81.52.0.0-, Urban: Ares. Se urity Initiative Ail funding in; the amount of $509,750-00. (Seattle Area, $5,60-9,750), and Operation Sjonegarden (OP.SG) fundingin the amount of $1', 1200 1000.0, 0. The fo[ lowi, n_9 CoUn't fies $hall receive OP SG, sub, -awards for the. fotlowing a dams, mounts: Ams, $55,000; Clallam, 0- Is land, $90,000; Lower E lwha T n , , " be$65000- M a-kah Trib e, $6 5, 0 Okanogan., $90,000; Pend Oreille, $140,000; San, Juan, $9 - 0,000; Spokane, -140,000; Swinom'sh T 'be, $50,000; 0 1000; Stev ens, $ 1 n Whatcomi, $165,000. $11 " These grant programs fund a range of act' ides, "n uding p Ing, orgy I ion, IV I, cl Ianr�` ri"zat equ [p mend p u rchase, traini ng, exerc firs, and ma nagement and nMi r [st 1 a , a on across dmi" a on area. "Core, C, alpabi'lities. and rnI ssi' DHS-FEMA-HSGP-SHSP-FY24 Page 38 of 51 Grant County, E25-205 Articla 49 HSGP Perf-orm-anceiGoal' Ina itionetannl 1implemetnReport s'i -on requ "rements oulli. ned, 'n the P rep avedness G r -- nt, nual, recipients mu 1 1: ; , a s Ma demonstrat grant-fundedprojec-taddress-e-dthe- corecap p e how t he ability ga assodated wit h this proWmt -and Ide- ntified In, the Th re -at and [bz rd I dertfifloatr -n an - a 1.0 R [Sk Analysiz (TH I RA) or Stakeholder P reparedness Review S P R) or suSAW, n.s--. exist'rgcpabiI Rieasalivable. Theapabi lity gpreuction rn u s bred"n the Project Des- cripton of the E38IR for each project. Articcte 60 0 PSG ProSram Performw -a nee Goo I In, if a ion IIremea ion Rep rt (136111) subm.1-s-si ddtot he B' nnual Strategy pint e ss on requirements. outH[ ne- d 'i n t he P reparedness G rants Man Uall reci pients must demonst rate how t he grant-f unded p root addrerss�d the core ca.pa-bi.1 it y gap t h associated withth"s project and identifiedt n tie Threat and Ha-za-rd I dentfificat to n and R is Anal'ysirs (TH I RA) or St a-keholder P reparedness Review (S:P R) or sustains. ex'Sinmilit[icI . . fl it rionorapa t Ulity su-stainmeni must be addresse, d In the P rojecl w ri ption, of the BS I R for each, project. Operat"On Ston; gardlen Program Rold Arficte .0, t I SA T -he reCiplent Is pro htl[blted from draw"rig down OPS G. fund"rig, underth" awardor I wbreclple - of this award a reirnbunshg OPSGs- "nts unfit e niqwe4 sp_ '3 ch u xcific or mod d I'Va county. leml, tribal' oor re le atns Order oFragmentary Z rd G I qui , nt Oper , 0 . ler (FRA . 0) has been. reviewed by FEMA/GPD and Customs and Border Protect" n] n' S W, to , U ited Aes' Border Patrol (CBP/U SB P). The reic'[pient wit I rec 'I've. the. oftl I -no 1 ca 'ion of At U approval from FEMA/GPD. DHS-FEMA-HSGP-SHSP-FY24 Page 39 of 51 Grant County, E25-205 la document �. —Agreemen-412, F3_Rec111p1iin_fl4_.Type of Ts. —Control Not No. Amendment No. Action WX:05787N2024TY. EMW-2024- No. 916001095 AWARD WX05786N2024,T T SS-05 028 MrX05785N2024T .J.N 6 . Reciplent Name and Address 7-Iss Wing FEMA Moe Payment Office and MILITARY DEPARTMENT, and Address ddress. WASHINGTON STATE, Grant Programs Directorate FEMA, Financial CAMP MURRY BUILDING 1 500 C Street,, S.W. Services Branch CAMP MURRAY, WA 98430 Washington DO, 2062; - 5 8 500 G. Street S.W.,, 7000 Room 723 1-.6 8. -927-5646 a_ h to DC7.20742 9. Name of Recipient 9a. Phone 10. Name of FEMA Project -one I Oa. Ph Project Offic Noy to Gail Cram 253- Homeland Security Grant Program 1-877-585- 512741 r- rant Program 242 11. ,tEffec of ive Do -of 12 -ethod M 13. Assistance 14. Performance This AcHon PaymentA Pr= 09/01/2024 to 09/19/2024 O"HER -FEMA COST 08/31/2027 GO REIMBURSEMENT Budget Period 09/01/2024 to 108/31/2027 15. Descriptilon of Action a. (indicate funding data for awards or financial changes) Program : Assistance Acc*unt*ing Data Prior Amount urrent Total umulati've I Name Listling No. (ACCS Total Awarded This ard N N on-Federal Abbreviallon Code) Award Action + or Commitment 2024-FA- HSGP 97-067 GG,02 - P41 O-)O=- $000 $112007000.0:0 17200,1000.00 Se e Totals 4101 i-D 2,024-FA- HSGP 97-067 GH 1 4. P41 O-xxxx- $51�609,750.00 ,609,750.00 See. Totals 4101 -D 2024-FA- HSOP 97.0,67 GG01 - P41 -)cm- 0 $0.00 5 571,852.01 0 $, 5Y2.. 71 IrB S .500 See Totals 101 -D A—, Titals $0.00 .8, 1.6 12,3 1 . 02.00, 12,381 j602 0 _$0.0 .0 0 b. To dose ribechanges other than fundilng data or financial -changes, attach schedule and check here: N/A I A cc n I e ij ev C 12 1prftr (M ^nPIM nr. VWI!Q Mai AND for IRA Mft.%W'Wz mazs-w '%W'%WAN&6NT TO FER&A 0ddF This field is n2jMLicable fir Mae 1:11ebok 7 17. RECIPIENT SIGNATORY OFFICIAL (Name and Tiftle) DATE Gail Cram 10/04/2024 18. FEMA SIGNATORY OFFICIAL Name and Title) DATE FAMELA WI LLIAMStAls,slistant Adminilstrator, Grant Programs Region 4 09/19/2024 DHS-FEMA-HSGP-SHSP-FY24 Page 40 of 51 Grant County, E25-205 Attachment D-1 24SH-S-P ENDURING SECURITY NEEDS (EN) Work Plan Grant County Sheriffs Office, Emergency Management SHSP Enduring Security Needs (EN) Local The State is divided into nine Homeland Security (HLS) 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 to close identified gaps. The HLS Regions have identified several key projects that sustain the core capabilities of Community Resilience, Intelligence &Information Sharing, Interdiction &Disruption, Mass Care Services, Mass Search & Rescue Operations, On -scene Security, Protection, &Law Enforcement, Operational Communication, Operational Coordination, Planning, Public Information &Warning, and Screening, Search &Protection. Projects focus on effective planning, organizing, equipping, training, and exercising to build, sustain, and deliver capabilities necessary to prevent, prepare for, protect against, and respond to acts of terrorism. As communicated in the SPR, capability gaps have been identified in: Community Resilience: (1) There is a large segment of the population that has not taken action to prepare for emergencies. (2) There is a need to collaborate with and build capacity in CERT. (3) There is a need for staffing to meet public outreach needs. Intelligence &Information Sharing: (1) Local funding for sustainment of intelligence analysts continues to be a challenge. Interdiction &Disruption: (1) There is a need to replace expiring and upgrade law enforcement equipment. (2) There is a lack of developed policies, plans, procedures, mutual aid agreements, strategies, and other publications, including the collection and analysis of intelligence and information. (3) There is a need for tactical law enforcement operations training and exercises. Mass Care Services: (1) Local responders lack the necessary equipment/ supplies to support mass care site locations services during disaster conditions. Mass Search &Rescue Operations: (1) There is a need for equipment and supplies for rescue services (structural collapse). (2) There are critical job vacancies expected for Structural Collapse and Heavy Rescue Technicians. (3) There is a need for equipment to conduct search and rescue efforts. On -scene Security, Protection, &Law Enforcement: (1) There is a need to replace expiring and upgrade law enforcement equipment. (2) There is a need for equipment, supplies, and systems for response personnel. Operational Communication: (1) There is a need for operational communication equipment. (2) There is a lack of emergency backup communications. (3) There is a need to coordinate the acquisition and deployment of communications equipment, personnel, and resources to establish temporary communication capabilities. Operational Coordination: (1) There is a lack of adequate EOC staffing. (2) EOCs need adequate numbers of phones, multifunction copy/scan/print/fax devices, copiers, computers. (3) There is a need for integrated training and exercises to facilitate unified command operations. (4) There is a need for making information easily accessible in an EOC. Planning: (1) There is a need to evaluate and update plans. DHS-FEMA-HSGP-SHSP-FY24 Page 41 of 51 Grant County, E25-205 (2) Planning concepts and efforts need to be better coordinated. (3) There is a need for integrated training and exercising. (4) There is a need for corrective action programs to implement and track areas for improvement identified during tests, exercises, or real -world incidents. Public Information & Warning: (1) There is a need for an updated unified public education strategy to include coordinated public messaging procedures, policies, and training. (2) There is a need for messaging to be inclusiveness of the entire public. (3) There is a need for establishing lines of communication. Screening, Search & Detection: (1) There is a lack of first responder equipment to detect CBRNE dangers. This regional investment funds salaries, benefits, equipment, supplies, and training support costs (instructors, travel, supplies, tuition). Homeland Security (HLS) Region 7 is comprised of Chelan, Douglas, Grant, Kittitas, and Okanogan counties. The HLS Region 7 investment supports projects that address the core capabilities of Interdiction & Disruption; Mass Search & Rescue Operations; Operational Communications; Operational Coordination; Planning; and Public Information & Warning. Projects include: (1) Mobile operational response readiness (2) Emergency management -related training (3) Support for After Actions and Improvement Plans (4) Special teams equipment and training (5) Support for EOC operations (6) Public information and warning system(s) (7) Operational communications SUBPROJECTS (SP): SP #1 Mobile Operations Command Center and Response Vehicle Updates SOLUTION AREA PLANNING ORGANIZATION EQUIPMENT TRAINING EXERCISE TOTAL $0.00 $7,000.00 $1,000.00 $0.00 $0.00 $8,000.00 CORE CAPABILITY BEING ADDRESSED Operational Coordination NEXUS TO TERRORISM The Grant County Sheriff's Office Mobile Operations Command Center (MOCC) is a field command vehicle that functions as an incident command post and incident support vehicle during active shooter or terrorism related events. The MOCC is equipped with multiple radio systems, network and data infrastructure supported by cellphone networks, two generators for power, and multiple computer workstations for personnel. In the event of a terrorist act or domestic extremism impacting Grant County, the MOCC would be used to coordinate field activities and serve as a hub for response in the impacted area. The three emergency management vehicles would also be deployed in the event of a terrorist act. WHY IS THE WORK NEEDED? CAPABILITY GAP IDENTIFIED • There is a need for allocating and mobilizing resources. • There is a need for establishing alternative Emergency Operations Center operations. ACTIVITIES TO BE PERFORMED • Purchase equipment/supplies for MOCC and Emergency Management response vehicles • Maintain/upgrade the heating and cooling system for the MOCC • Maintain the generator for the MOCC DHS-FEMA-HSGP-SHSP-FY24 Page 42 of 51 Grant County, E25-205 ASSOCIATED DELIVERABLES/OUTPUTS • Fully functional MOCC and Emergency Management response vehicles ready for deployment. DESIRED OUTCOMES Operational MOCC and Emergency Management Response vehicles ready to respond to a terrorist act to provide mutual aid to local partners in law enforcement and fire. SP #2 Incident Management Team Development SOLUTION AREA PLANNING ORGANIZATION EQUIPMENT TRAINING EXERCISE TOTAL $0.00 1 $0.00 1 $0.00 $10,000.00 1 $0.00 $10,000.00 CORE CAPABILITY BEING ADDRESSED Operational Coordination NEXUS TO TERRORISM Ensuring that emergency response staff are properly trained on the National Incident Management System and ICS will improve the overall response to an act of terrorism. Promoting regional training of response staff also strengthens the mutual aid capacity of Central and Eastern Washington. WHY IS THE WORK NEEDED CAPABILITY GAP IDENTIFIED • There is a lack of trained personnel within the county to fill EOC specific positions during emergencies. Staff turnover has created gaps in training in some departments. There is a need for EM staff to attend trainings and conferences for professional development. • There is a need to expand dedicated emergency management staffing. It is the only way to fill existing planning, training, exercise gaps. We also need to train more staff on ICS/EOC principles. ACTIVITIES TO BE PERFORMED • Identify training priorities • Register and attend training • Host training such as ICS 300 and ICS 400 ASSOCIATED DELIVERABLES/OUTPUTS Training is completed and enhances the Type 3 Incident Management Team (IMT) as well as Grant County's Emergency Management program. DESIRED OUTCOMES A higher capacity of trained response staff available for deployment regionally as well as an increase of ICS- trained first responders regionally. SP #3 After Actions and Improvement Plans SOLUTION AREA PLANNING ORGANIZATION EQUIPMENT TRAINING EXERCISE TOTAL $0.00 1 $27500.00 1 $2,500.00 1 $0.00 1 $0.00 $5,000.00 CORE CAPABILITY BEING ADDRESSED Planning NEXUS TO TERRORISM This subproject will allow improvement plans and after actions items identified through exercise or incidents to take place and improve response to acts of terrorism. The Gorge Amphitheater is located in Grant County and experienced a mass shooting June 2023. The Gorge is a soft target and attracts 27,000 people in attendance during sold -out shows. Every year we DHS-FEMA-HSGP-SHSP-FY24 Page 43 of 51 Grant County, E25-205 exercise response plans with the Gorge, and an After Action Report/Improvement Plan (AAR/IP) is critical to helping identify counterterrorism gaps. Another exercise Grant County participates in is related to the Columbia Generating Station (CGS), a critical infrastructure that would be a key terrorist target because of its nuclear material. WHY IS THE WORK NEEDED? CAPABILITY GAP IDENTIFIED • Creating a corrective action program to implement and track areas for improvement identified during tests, exercises, or real -world incidents. • There is a need for After Action reporting. ACTIVITIES TO BE PERFORMED • Complete AAR/IP for responses, exercises, and incidents. • Identify and prioritize items in Improvement Plans. • Purchase supplies/equipment identified in AAR/lPs. ASSOCIATED DELIVERABLES/OUTPUTS • Post -incident After Action review meetings • After Action reviews • Improvement plans DESIRED OUTCOMES Grant County will be a better prepared community able to mitigate life safety in the events of a terrorist attack or active shooter. SP #4 Special Teams Equipment SOLUTION AREA PLANNING ORGANIZATION EQUIPMENT TRAINING EXERCISE TOTAL F $0.00 1 $0.00 $23,903.00 1 $0.00 1 $0.00 $23,903.00 CORE CAPABILITY BEING ADDRESSED Mass Search and Rescue Operations NEXUS TO TERRORISM Grant County is the fourth -largest county in Washington by area and has well over 2,000 miles of freshwater shoreline. Grant County has over 20 lakes to which over 100,000 visits are made in one year. In addition, Grant County has 28 dams that could be a major target for a terrorist attack. The purchase of the trailer would increase the longevity and availability of a boat used for Search and Rescue in the aftermath of an attack. WHY IS THE WORK NEEDED? CAPABILITY GAP IDENTIFIED • Lack of Mass Search and Rescue equipment, and PPE across the state's local jurisdiction, especially for specialty teams. There is a need to maintain equipment and training to ensure response readiness. • The only way for the region to maintain and build SAR capabilities and required equipment is through grant funding Agencies (Fire, LE, etc.) do not have the internal budgets to fund this specialty training and equipment. A long-term dedication to growing these programs is necessary. ACTIVITIES TO BE PERFORMED • Purchase equipment ASSOCIATED DELIVERABLES/OUTPUTS • Enclosed cargo trailer for Search and Rescue Boat DHS-FEMA-HSGP-SHSP-FY24 Page 44 of 51 Grant County, E25-205 DESIRED OUTCOMES Have a fully functional inflatable boat that is ready to respond to life saving search and rescue efforts during the aftermath of a terrorist event. DHS-FEMA-HSGP-SHSP-FY24 Page 45 of 51 Grant County, E25-205 Attachment D-2 24SHSP National Priority (NP) Work Plan Grant County Sheriff's Office, Emergency Management SHSP NPA: Community Preparedness & Resilience (CP&R) Community organizations are the backbone of American civic life, providing essential services especially to underserved communities. In the aftermath of a terrorist incident, they must have the capability to withstand acts of terrorism while continuing to provide services. Those responding, often the first on the scene after a terrorist attack, need the capability to aid their fellow citizens ensuring community resilience. Washington has identified four key investments to enhance the Community Preparedness & Resilience NPA addressing the core capabilities of Community Resilience (CR), Public Information & Warning (PI&W), and Intelligence & Information Sharing (I&IS). The gaps from the SPR that will be addressed are: 1. (CR) There is a need to collaborate with and build capacity in Community Emergency Response Teams (CERT). 2. (CR) There is a need to establish, train, and maintain CERT and Teen CERT, with a focus on historically undeserved communities. 3. (PI&W) There is a need for funding for Mass Notification Systems. 4. (I&IS) There is a need for planning efforts that would identify critical objectives to provide a complete and integrated picture of the sequence and scope of the tasks to achieve the goals. 5. (I&IS) There is a lack of training on plans. 6. (I&IS) There is a lack of exercising on plans. NATIONAL PRIORITY PROJECTS (NPP):��� �� NPP #1 SHSP NPA CP&R: Eastern WA Mass Notification (HLS R7 & R8) This project will fund (1) the service contract for the HLS Region 7 Public Alert and Warning Systems for Chelan, Grant, Douglas, Kittitas, and Okanogan counties, (2) the service contract for the HLS Region 8 Mass Emergency Notification system for Benton, Franklin, Klickitat, Walla Walla, and Yakima Counties and (3) personnel costs to manage the system State SPR "Approaches for Addressing Capability Gaps and Sustainment Needs" identified the funding of mass notification systems as a way to address the Public Information & Warning gap. This project builds on previous CP&R NPA work in support of mass notification systems. During a terrorist event, it is imperative to quickly and clearly get life-saving information and instructions to the public. Mass notification system messaging will give out current information, tell people what to do to be safe, where to go to be safe, and/or what dangers to look out for. Project partners include partners throughout HLS Region 7 (Chelan, Grant, Douglas, Kittitas, and Okanogan Counties), HLS Region 8 (Benton, Franklin, Klickitat, Walla Walla and Yakima Counties), as well as the general public that receive the messaging. Community engagement through a variety of methods encourages the public to sign up for the services. There are two key challenges to this project: (1) effectively addressing limited English proficiency (LEP) requirements, and (2) getting the public to sign up for the mass notification alerts. Ways to mitigate these challenges are to engage the state LEP Program Manager for assistance with leveraging community leaders who are known to those with limited English and seeking out community events and opportunities to educate about the mass notification systems. Project success will be measured by (1) the number of new registrations for the mass notification systems, and (2) through evaluating real time data from annual tests and actual activations to identify the percentage of participants reached and the percentage no longer "in service". A project manager will ensure oversight of grant expenditures throughout the grant life cycle. The project outcome is an informed public after a terrorist attack. DHS-FEMA-HSGP-SHSP-FY24 Page 46 of 51 Grant County, E25-205 SOLUTION AREA PLANNING ORGANIZATION EQUIPMENT TRAINING EXERCISE TOTAL $0.00 $343068.00 $0.00 $0.00 $0.00 $34,068.00 CORE CAPABILITY BEING ADDRESSED Public Information and Warning A CTI VI TIES TO BE PERFORMED • Renew mass notification system subscription • Host regional training on system SHSP NPA: Domestic i/eolent Extremism DVE _....... _.r .._. Per the Office of the Director of National Intelligence (ODNI), "domestic violent extremists are US -based actors who conduct or threaten activities that are dangerous to human life in violation of the criminal laws of the United States or any state; appearing to be intended to intimidate or coerce a civilian population; and influence the policy of a government by intimidation or coercion or affect the conduct of a government by mass destruction, assassination, or kidnapping." While foreign terrorist organizations still intend to attack the Homeland within and from beyond our borders, the primary terrorist threat inside the United States stems from lone offenders and small cells of individuals, including domestic violent extremists and foreign terrorist - inspired Homegrown Violent Extremists, who exploit social media platforms and other technologies to spread violent extremist ideologies that encourage violence and influence actions within the United States. Per the ODN I, the Intelligence Community assesses that several factors could increase the likelihood or lethality of DVE attacks, including escalating support from persons in the United States or abroad, growing perceptions of government overreach related to legal or policy changes and disruptions, and high -profile attacks spurring follow-on attacks and innovations in targeting and attack tactics. Supporting the NPA of DVE is a priority, and as such Washington has identified five key projects to enhance the core capabilities of Interdiction and Disruption (I&D) and Operational Coordination (OC). The gaps from the State SPR that will be addressed are: (1) (I&D) There is a lack of equipment to respond to high -risk terrorist and domestic extremist attacks as well as provide for responder safety in response to those events. (2) (I&D) There is a need for Anti -Terrorism Operations training and exercises. (3) (OC) There is a need to ensure information flow and establish lines of communication. NATIONAL PRIORI PROJECTS (NI'P): NPP #2 SHSP NPA DVE. North Central Washington Hazmat Team Equipment (Grant County) This project will fund radiological detection and personal dosimetry equipment for the North Central Washington Hazmat Team. This project will give the Hazmat team the capability of rapid identification of radiological or nuclear hazards that may be associated with domestic violent extremism or acts of terrorism. Currently, the team only has access to limited radiological detection equipment that is on loan from various agencies for a short-term basis. This project would allow for self-sustainment of the team's radiological response and will begin to build the DVE NPA in Grant County. State SPR "Approaches for Addressing Capability Gaps and Sustainment Needs" identified the purchase of equipment, such as radiological detection and personal dosimetry equipment, as a way to address the Interdiction & Disruption gap. The Hazmat team collaborates with the WA Department of Health (DOH) Office of Radiation Protection for training and response support as well as equipment calibration. Collaboration also exists for response to all of Homeland Security Region 7 in the event of hazardous materials incidents. Project partners include but are not limited to the North Central Washington Hazmat Team, Moses Lake Fire Department, Wenatchee Valley Fire Department, Lake Chelan Fire and Rescue, Kittitas and Okanogan counties, and WA DOH Office of Radiation Protection. DHS-FEMA-HSGP-SHSP-FY24 Page 47 of 51 Grant County, E25-205 A potential challenge to this project is ongoing supply chain issues that could cause procurement delays. A way to mitigate this challenge is by carefully timing the purchase and maintaining open communications with the vendor regarding the estimated delivery time to manage expectations. Project success will be measured through the decrease in time it takes to identify radiological or nuclear hazards as well as a decrease in injuries to responders and citizens. A project manager will ensure oversight of grant expenditures throughout the grant life cycle. To maximize cost effectiveness, multiple bids will be requested with the use of a clearly delineated project scope. The County Board of Commissioners will additionally have oversight of this project. The project outcome is saving lives during a DVE incident involving radiological or nuclear hazards. SOLUTION AREA PLANNING ORGANIZATION EQUIPMENT TRAINING EXERCISE TOTAL 1 $0.00 $0.00 $30,000.00 $0.00 $0.00 $30,000.00 CORE CAPABILITY BEING ADDRESSED Interdiction and Disruption A CTI VI TIES TO. BE PERFORMED • Purchase equipment • Train Hazmat Technician on use of equipment DHS-FEMA-HSGP-SHSP-FY24 Page 48 of 51 Grant County, E25-205 Attachment E 24SHSP Budget Overview ..;�� v___.✓=�r..,... _...�+.:5 v/u.__✓.i w�_.1......:ulLb i ✓:i_✓u... ..�o-.uC..9i� .. Grant County Sheriffs Office, Emergency Management TOTAL AGREEMENT AMOUNT $112,078.00 AMOUNT TOTAL LETPA $2,500.00 2 % of the agreement total TOTAL PERSONNEL $0.00 0 % of the agreement total ENDURING NEEDS (EN) SUBPROJECT BUDGET TITLE AMOUNT SP #1 Mobile Operations Command Center and Response Vehicle Updates $8,000.00 SP #2 Incident Management Team Development $109000.00 SP #3 After Actions and Improvement Plans $57000.00 SP #4 Special Teams Equipment $23,903.00 EN M&A $17107.00 EN SUBTOTAL $481010.00 EN INDIRECT $0.00 EN TOTAL $48,010.00 NATIONAL PRIORITY NP PROJECT BUDGET TITLE AMOUNT NPP #1 SHSP NPA CP&R: Eastern WA Mass Notification (HLS R7 & R8) $34,068.00 NPP #2 SHSP NPA DVE: North Central Washington Hazmat Team Equipment $30,000.00 (Grant County) NP M&A NP SUBTOTAL NP INDIRECT NP TOTAL $0.00 $64,068.00 $0.00 $64, 068.00 DHS-FEMA-HSGP-SHSP-FY24 Page 49 of 51 Grant County, E25-205 24SHSP TIMELINE Grant County Sheriff's Office, Emergency Management DATE TASK September 1, 2024 December 31, 2024 April 30, 2025 July 31, 2025 October 31, 2025 January 31, 2026 April 30, 2026 July 31, 2026 October 31, 2026 ---- ------------------ February 28, 2027 ___ -------- April 14, 2027 Attachment F Grant Agreement start date Estimated date work scheduled _ ................................. ... ......._ __....___._._.____--___.____.___._..____._._.--- ----- .___.___..___...____...------- ____.._ _.__.._.__.__..________.__.. _._.__.._..__...._._...___.___.._.__.._.._____.__...__... __..__.__......._.__.._._......._.__..__.....__........__........._.........______.._._..._.................._.._._.._ ._._.... Complete Nationwide Cybersecurity Review (NCSR) f ..........................__....._.__..___.__._.--- __._.._...._...__._...__.._.__.......__..�....a.._..._....._..._...__......______.._------- I Submit Reimbursement Request and Progress Report Submit Reimbursement Request and Progress Report Submit Reimbursement Request and Progress Report Submit Reimbursement Request and Progress Report -------------- -- ... -- --------------- ------- -- ---- -- ------ ----------------------- - - ----------- -'-- --------------------------------------------- ---- - -- Submit Reimburs-- ------- "I ---ement Request and Progress Report ------- Submit Reimbursement Request and Progress Report ---------- - ----------- --- -------- - ----------------------- ------ -------- ----------------------------1-11-11-11111-1 ---------- - ---- - -------- Submit Reimbursement Request and Progress Report ----------- Grant Agreement end date Submit Final Reimbursement Request and Closeout Report HSGP Performance Period: September 1, 2024 to August 31, 2027 DHS-FEMA-HSGP-SHSP-FY24 Page 50 of 51 Grant County, E25-205 Attachment G BUILD AMERICA, BUY AMERICA ACT SELF -CERTIFICATION The undersigned certifies, to the best of their knowledge and belief, that: The Build America, Buy America Act (BABAA) requires that no federal financial assistance for "infrastructure" projects is provided "unless all of the iron, steel, manufactured products, and construction materials used in the project are produced in the United States." Section 70914 of Public Law No. 117-587 §§ 70901-52. The undersigned certifies that for the Insert Project Name and Location that the iron, steel, manufactured products, and construction materials used in this contract are in full compliance with the BABAA requirements including: 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 purchased with FEMA financial assistance must be produced in the United States. For a manufactured product to be considered produced in the United States, the cost of the components of the manufactured product that are mined, produced, or manufactured in the United States is greater than 55% 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. 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 [Contractor or Subcontractor], , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the [Contractor or Subcontractor] understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any." Signature of [Contractor's or Subcontractor's] Authorized Official Enter Name and Title Name and Title of [Contractor's or Subcontractor's] Authorized Official DHS-FEMA-HSGP-SHSP-FY24 Page 51 of 51 Grant County, E25-205