HomeMy WebLinkAboutGrant Related - BOCC (003)GRANT COUNTY
COMMISSIONERS AGENDA MEETING REQUEST FORM
(Must be submitted to the Clerk of the Board by 12:00pm on Thursday)
REQUESTING DEPARTMENT: BOCC
REQUEST SUBMITTED BY: Karrie Stockton
CONTACT PERSON ATTENDING ROUNDTABLE: Kafl"I@ Stockton
CONFIDENTIAL INFORMATION: ❑YES ®NO
DATE:12/16/2024
PHONE:2937
RAgreement / Contract
❑AP Vouchers
❑Appointment / Reappointment
❑ARPA Related
❑ Bids / RFPs / Quotes Award
❑ Bid Opening Scheduled
❑ Boards / Committees
❑ Budget
❑Computer Related
❑County Code
El Emergency Purchase
El Employee Rel.
❑ Facilities Related
❑ Financial
❑ Funds
❑ Hearing
❑ Invoices / Purchase Orders
*Grants — Fed/State/County
❑ Leases
❑ MOA / MOU
❑ Minutes
❑ Ordinances
❑ Out of State Travel
❑ Petty Cash
❑ Policies
❑ Proclamations
❑ Request for Purchase
❑ Resolution
❑ Recommendation
❑ Professional Serv/Consultant
❑ Support Letter
❑ Surplus Req.
❑Tax Levies
❑Thank You's
❑Tax Title Property
❑WSLCB
! •' • i' i s •
Subrecipient Agreement between Community Services of Moses Lake and Grant
County. Alternative USDA Farmers to Food Box Program, WSDA Contract No. K5556 in
the amount of $75,054.29. Term is December 17, 2024 through June 30, 2025.
oueMY roan c
If necessary, was this document reviewed by accounting? ❑ YES ❑ NO 0 N/A
If necessary, was this document reviewed by legal? 0 YES ❑ NO ❑ N/A
DATE OF ACTION: 12-12-7, 2
APPROVE: DENIED ABSTAIN
D1:
D2:
D3:
DEFERRED OR CONTINUED TO:
WITHDRAWN:
4/23/24
WASHINGTON STATE DEPARTMENT OF AGRICULTURE
Alternative USDA Farmers to. Food Box Program
WSDA Contract No. K5556
SUB RECIPIENT AGREEMENT
THIS AGREEMENT is made and entered into by and between GRANT COUNTY,
WASHINGTON ("COUNTY"), duly organized and operating under and by virtue of the
Constitution and the laws of the State of Washington, and Community Services of Moses Lake
Grant County, UEI #TQMGPF2A9N29 ("SUB RECIPIENT"), collectively referred to as the
"Parties."
In consideration of the mutual benefits and covenants contained herein, the parties agree
as follows:
1. DURATION OF AGREEMENT
The term of this subrecipient agreement with Washington State Department of
Agriculture Agreement, Contract No. K5556, shall begin on September 5, 2024 or upon
execution whichever is later, and shall terminate on June 30, 2025. The original contract No.
K5556 is incorporated into this agreement as Exhibit C and subrecipient will be required to
adhere to all requirements therein.
2. SERVICES PROVIDED BY THE SUB RECIPIENT
The SUB RECIPIENT represents that it is qualified and possesses the necessary expertise,
knowledge, training, and skills, and has the necessary licenses and/or certification to perform the
services set forth in this Agreement.
The SUB RECIPIENT shall perform the following services:
Facilitate county -directed procurement and distribution of emergency food to hunger
relief organizations, as set forth in Exhibit A, the WA Department of Agriculture Guidelines
attached hereto and fully incorporated by reference.
a. A description of the services to be performed by the SUB RECIPIENT is set forth
in Exhibit A.
b. The SUB RECIPIENT agrees to provide its own labor and materials. Unless
otherwise provided for in the Agreement, no material, labor, or facilities will be furnished by the
COUNTY.
C. The SUB RECIPIENT shall perform according to standard industry practice of the
work specified by this Agreement.
d. The SUB RECIPIENT shall complete its work in a timely manner and in
accordance with the schedule agreed to by the parties.
Washington State Department of Agriculture, Community Services of Moses Lake, Sub Recipient Agreement - 1
e. The SUB RECIPIENT shall, from time to time, during the progress of the work,
confer with the COUNTY. At the COUNTY'S request, the SUB RECIPIENT shall prepare and
present status reports on its work.
f. The SUB RECIPIENT shall be in compliance with the Department of Agriculture
Grant Guidelines attached hereto as Exhibit A and/or as may be updated by the Department of
Commerce, with such guidelines fully incorporated herein by reference.
g. The SUB RECIPIENT shall submit all financial performance and other reports to
COUNTY as required to close out this award.
3. SERVICES PROVIDED BY THE COUNTY
In order to assist the SUB RECIPIENT in fulfilling its duties under this Agreement, the
COUNTY shall provide the following:
a. Relevant information as exists to assist the SUB RECIPIENT with the performance
of the SUB RECIPIENT'S services.
b. Coordination with other County Departments or other Consultants as necessary for
the performance of the SUB RECIPIENT'S services.
C. Services documents, or other information identified in Exhibit A.
4. AGREEMENT REPRESENTATIVES
Each party to this Agreement shall have a contract representative. Each party may
change its representative upon providing written notice to the other party. The parties'
representatives are as follows:
For COUNTY: Karrie Stockton
Grant Administration Specialists
Board of County Commissioners
Grant County Courthouse
P.O. Box 37
Ephrata WA 98823-0037
For Sub Peny Archer
Recipient: Community Services of Moses
Lake, dba Moses Lake Food Bank
PO Box 683
Moses Lake, WA 98837
Washington State Department of Agriculture, Community Services of Moses Lake, Sub Recipient Agreement - 2
5. COMPENSATION
a. For services performed hereunder, the SUB RECIPIENT shall be paid, on a fixed
basis concerning the term of this Agreement, defined herein as September 5, 2024 or upon execution,
whicheveris laterto June 30, 2025, from those rates/funds set forth in Contract #K5556, a copy of the
same attached hereto as Exhibit B and incorporated herein by reference. The maximum total
amount payable by the COUNTY to the SUB RECIPIENT under this Agreement shall not exceed
$75,054.29, or as may be amended by the Washington State Department of Agriculture;
b. No payment shall be made for any work performed by the SUB RECIPIENT,
except for work identified and set forth in this Agreement or supporting exhibits or attachments
incorporated by reference into this Agreement.
C. The SUB RECIPIENT must submit invoices to the COUNTY at least monthly, for
reimbursement. Invoices shall cover the time SUB RECIPIENT performed work for the
COUNTY during the billing period. The COUNTY shall pay the SUB RECIPIENT for services
rendered in the month following the actual delivery of the work and will remit payment within
thirty (30) days from the date of receipt of billing.
d. The SUB RECIPIENT shall not be paid for services rendered under the Agreement
unless and until they have been performed to the satisfaction of the COUNTY.
e. In the event the SUB RECIPIENT has failed to perform any substantial obligation
to be performed by the SUB RECIPIENT under this Agreement and such failure has not been
cured within ten (10) days following notice from the COUNTY, then the COUNTY may, in its
sole discretion, upon written notice to the SUB RECIPIENT, withhold any and all monies due and
payable to the SUB RECIPIENT, without penalty until such failure to perform is cured or
otherwise adjudicated. "Substantial" for purposes of this Agreement means faithfully fulfilling the
terms of the Agreement with variances only for technical or minor omissions ordefects.
f. Unless otherwise provided for in this Agreement or any exhibits or attachments
hereto, the SUB RECIPIENT will not be paid for any billings or invoices presented for payment
prior to the execution of the Agreement or after its termination.
6. AMENDMENTS AND CHANGES IN WORK
a. In the event of any errors or omissions by the SUB RECIPIENT in the performance
of any work required under this Agreement, the SUB RECIPIENT shall make any and all necessary
corrections without additional compensation. All work submitted by the SUB RECIPIENT shall
Washington State Department of Agriculture, Community Services of Moses Lake, Sub Recipient Agreement - 3
be certified by the SUB RECIPIENT and checked for errors and omissions. The SUB RECIPIENT
shall be responsible for the accuracy of the work, even if the work is accepted by the COUNTY.
b. No amendment, modification or renewal shall be made to this Agreement unless
set forth in a written Contract Amendment, signed by both parties and attached to this Agreement.
Work under a Contract Amendment shall not proceed until the Contract Amendment is duly
executed by the COUNTY.
7. HOLD HARMLESS AND INDEMNIFICATION
a. The SUB RECIPIENT shall hold harmless, indemnify and defend the COUNTY,
its officers, officials, employees and agents, from and against any and all claims, actions, suits,
liability, losses, expenses, damages, and judgments of any nature whatsoever, including costs and
attorney's fees in defense thereof, for injury, sickness, disability or death to persons or damage to
property or business, caused by or arising out of the SUB RECIPIENT'S acts, errors or omissions
or the acts, errors or omissions of its employees, agents, subcontractors or anyone for whose acts
any of them may be liable, in the performance of this Agreement. Claims shall include, but not be
limited to, assertions that information supplied or used by the SUB RECIPIENT or subcontractor
infringes any patent, copyright, trademark, trade name, or otherwise results in an unfair trade
practice. PROVIDED HOWEVER, that the SUB RECIPIENT'S obligations hereunder shall not
extend to injury, sickness, death or damage caused by or arising out of the sole negligence of the
COUNTY, its officers, officials, employees or agents. PROVIDED, FURTHER, that in the event
of the concurrent negligence of the parties, the SUB RECIPIENT'S obligations hereunder shall
apply only to the percentage of fault attributable to the SUB RECIPIENT, its employees, agents
or subcontractors.
b. In any and all claims against the COUNTY, its officers, officials, employees and
agents by any employee of the SUB RECIPIENT, subcontractor, anyone directly or indirectly
employed by any of them, or anyone for whose acts any of them may be liable, the indemnification
obligation under this Section shall not be limited in any way by any limitation on the amount or
type of damages, compensation, or benefits payable by or for the SUB RECIPIENT or
subcontractor under Worker's Compensation acts, disability benefits acts, or other employee
benefits acts, it being clearly agreed and understood by the parties hereto that the SUB RECIPIENT
expressly waives any immunity the SUB RECIPIENT might have had under Title 51 RCW. By
executing the Agreement, the SUB RECIPIENT acknowledges that the foregoing waiver has been
mutually negotiated by the parties and that the provisions of this Section shall be incorporated, as
relevant, into any contract the SUB RECIPIENT makes with any subcontractor or agent
performing work hereunder.
C. The SUB RECIPIENT'S obligations hereunder shall include, but are not limited to,
investigating, adjusting and defending all claims alleging loss from action, error or omission, or
breach of any common law, statutory or other delegated duty by the SUB RECIPIENT, the SUB
RECIPIENT'S employees, agents or subcontractors.
Washington State Department of Agriculture, Community Services of Moses Lake, Sub Recipient Agreement - 4
8. INSURANCE
SUB RECIPIENT shall provide insurance coverage as set out in this section. The intent
of the required insurance is to protect the COUNTY should there be any claims, suits, actions,
costs, damages or expenses arising from any loss, or negligent or intentional act or omission of
SUB RECIPIENT, or it agents, while performing under the terms of this Agreement.
The insurance required shall be issued by an insurance company authorized to do business
within the State of Washington. Except for Professional Liability or Errors and Omissions
Insurance, the insurance shall name the COUNTY, its agents, officers, and employees as
additional insureds under the insurance policy. All policies shall be primary to any other valid
and collectable insurance. SUB RECIPIENT shall instruct the insurers to give COUNTY thirty
(30) calendar days advance notice of any insurance cancellations, non -renewal or modification.
SUB RECIPIENT shall submit to COUNTY within fifteen (15) calendar days of the
Agreement start date, a certificate of insurance which outlines the coverage and limits defined
in this insurance section. During the term of this Agreement, SUB RECIPIENT shall submit
renewal certificates not less than thirty (30) calendar days prior to expiration of each policy
required under this section.
SUB RECIPIENT shall provide insurance coverage that shall be maintained in full force
and effect during the term of this Agreement, as follows:
Commercial General Liability Insurance Policy. Provide a Commercial General
Liability Insurance Policy, including contractual liability, written on an occurrence basis,
in adequate quantity to protect against legal liability arising out of Agreement activity but
not less than $1,000,000.00 per occurrence. Additionally, SUB RECIPIENT is
responsible for ensuring that any subcontractors provide adequate insurance coverage for
the activities arising out of subcontracts.
Automobile Liability. In the event that performance pursuant to this Agreement involves
the use of vehicles, owned or operated by the SUB RECIPIENT, automobile liability is
$1,000,000.00 per occurrence, using a Combined Single Limit for bodily injury and
property damage.
Professional Liability, Errors and Omissions Insurance. SUB RECIPIENT shall
maintain Professional Liability or Errors and Omissions Insurance. SUB RECIPIENT
shall maintain minimum limits of no less than $1,000,000.00 per occurrence to cover all
activities by the SUB RECIPIENT and licensed staff employed by SUB RECIPIENT.
COUNTY, its agents, officers, and employees need not be named as additional insureds
under this policy.
Fidelity Insurance. Every officer, director, employee, or agent who is authorized to act
on behalf of SUB RECIPIENT for the purpose of receiving or depositing funds into
program accounts or issuing financial documents, checks, or other instruments of
payment for program costs shall be insured to provide protection against loss:
Washington State Department of Agriculture, Community Services of Moses Lake, Sub Recipient Agreement - 5
A. The amount of fidelity coverage secured pursuant to this Agreement shall be
$100,000.00 or the highest of planned reimbursement for the Agreement period,
whichever is lowest. Fidelity insurance secured pursuant to this paragraph shall
name the COUNTY as a beneficiary.
B. SUB RECIPIENT shall secure fidelity insurance as noted above. Fidelity
insurance secured by SUB RECIPIENT pursuant to this paragraph shall name the
COUNTY as beneficiary.
C. SUB RECIPIENT shall provide, at COUNTY' s request, copies of insurance
instruments or certifications from the insurance issuing agency. The copies of
certifications shall show the insurance coverage, the designated beneficiary, who
is covered, the amounts, the period of coverage, and that COUNTY will be
provided thirty (30) days advance notice of cancellation.
9. TERMINATION
a. The COUNTY may terminate this Agreement for convenience in whole or in part
whenever the COUNTY determines, in its sole discretion that such termination is in the best
interests of the COUNTY. The COUNTY may terminate this Agreement upon giving thirty (30)
days written notice by Certified Mail to the SUB RECIPIENT. In that event, the COUNTY shall
pay the SUB RECIPIENT for all costs incurred by the SUB RECIPIENT in performing the
Agreement up to the date of such notice. Payment shall be made in accordance with Section 5 of
this Agreement.
b. In the event that funding for this project is withdrawn, reduced or limited in any
way after the effective date of this Agreement, the COUNTY may summarily terminate this
Agreement notwithstanding any other termination provision of the Agreement. Termination under
this paragraph shall be effective upon the date specified in the written notice of termination sent
by the COUNTY to the SUB RECIPIENT. After the effective date, no charges incurred under this
Agreement are allowable.
C. If the SUB RECIPIENT breaches any of its obligations hereunder and fails to cure
the breach within ten (10) days of written notice to do so by the COUNTY, the COUNTY may
terminate this Agreement, in which case the COUNTY shall pay the SUB RECIPIENT only for
the costs of services accepted by the COUNTY, in accordance with Section 5 of this Agreement.
Upon such termination, the COUNTY, at its discretion, may obtain performance of the work
elsewhere, and the SUB RECIPIENT shall bear all costs and expenses incurred by the COUNTY
in completing the work and all damage sustained by the COUNTY by reason of the SUB
RECIPIENT'S breach. If, subsequent to termination, it is determined for any reason that (1) the
SUB RECIPIENT was not in default, or (2) the SUB RECIPIENT'S failure to perform was not its
fault or its subcontractor's fault or negligence, the termination shall be deemed to be a termination
under subsection a of this section.
Washington State Department of Agriculture, Community Services of Moses Lake, Sub Recipient Agreement - 6
10, ASSIGNMENT, DELEGATION, AND SUBCONTRACTING
a. The SUB RECIPIENT shall perform the terms ofthe Agreement using only its bona
fide employees or agents who have the qualifications to perform under this Agreement. The
obligations and duties of the SUB RECIPIENT under this Agreement shall not be assigned,
delegated, or subcontracted to any other person or firm without the prior express written consent
of the COUNTY.
b. The SUB RECIPIENT warrants that it has not paid, nor has it agreed to pay any
company, person, partnership, or firm, other than a bona fide employee working exclusively for
SUB RECIPIENT, any fee, commission, percentage, brokerage fee, gift, or other consideration
contingent upon or resulting from the award or making of this Agreement.
11, NON -WAIVER OF RIGHTS
The parties agree that the excuse or forgiveness of performance, or waiver of any
provision(s) of this Agreement does not constitute a waiver of such provision(s) or future
performance or prejudice the right of the waiving party to enforce any of the provisions of this
Agreement at a later time.
12. INDEPENDENT CONTRACTOR
a. The SUB RECIPIENT'S services shall be furnished by the SUB RECIPIENT as an
Independent Contractor and not as an agent, employee or servant of the COUNTY. The SUB
RECIPIENT specifically has the right to direct and control SUB RECIPIENT'S own activities in
providing the agreed services in accordance with the specifications set out in this Agreement.
b. The SUB RECIPIENT acknowledges that the entire compensation for this
Agreement is set forth in Section 5 of this Agreement, and the SUB RECIPIENT is not entitled to
any County benefits, including, but not limited to: vacation pay, holiday pay, sick leave pay,
medical, dental, or other insurance benefits, fringe benefits, or any other rights or privileges
afforded to Grant County employees.
C. The SUB RECIPIENT shall have and maintain complete responsibility and control
over all of its subcontractors, employees, agents, and representatives. No subcontractor, employee,
agent or representative of the SUB RECIPIENT shall be or deem to be or act or purport to act as
an employee, agent or representative of the COUNTY.
d. The SUB RECIPIENT shall assume full responsibility for the payment of all
payroll taxes, use, sales, income or other form of taxes, fees, licenses, excises, or payments
required by any city, county, federal or state legislation which is now or may during the term of
this Agreement be enacted as to all persons employed by the SUB RECIPIENT and as to all duties,
activities and requirements by the SUB RECIPIENT in performance of the work on this project
and under this Agreement and shall assume exclusive liability therefore, and meet all requirements
thereunder pursuant to any rules or regulations.
Washington State Department of Agriculture, Community Services of Moses Lake, Sub Recipient Agreement - 7
e. The SUB RECIPIENT agrees to immediately remove any of its employees or
agents from assignment to perform services under this Agreement upon receipt of a written request
to do so from the COUNTY'S contract representative or designee.
13. COMPLIANCE WITH LAWS
The SUB RECIPIENT shall comply with all applicable federal, state and local laws, rules
and regulations in performing this Agreement.
14. INSPECTION OF BOOKS AND RECORDS
The COUNTY may, at reasonable times, inspect the books and records of the SUB
RECIPIENT relating to the performance of this Agreement. The SUB RECIPIENT shall keep all
records required by this Agreement for six (6) years after termination of this Agreement for audit
purposes.
15. NONDISCRIMINATION
The SUB RECIPIENT, its assignees, delegates or subcontractors shall not discriminate
against any person in the performance of any of its obligations hereunder on the basis of race,
creed, color, national origin, sex, honorably discharged veteran or military status, sexual
orientation, or the presence any sensory, mental, or physical disability or the use of a trained dog
guide or service animal by a person with a disability. Implementation of this provision shall be
consistent with RCW 49.60, et. seq.
16. OWNERSHIP OF MATERIALS/WORKPRODUCED
a. Material produced in the performance of the work under this Agreement shall be
"works for hire" as defined by the U.S. Copyright Act of 1976 and shall be owned by the
COUNTY. This material includes, but is not limited to, books, computer programs, plans,
specifications, documents, films, pamphlets, reports, sound reproductions, studies, surveys, tapes,
and/or training materials. Ownership includes the right to copyright, patent, register, and the
ability to transfer these rights. The COUNTY agrees that if it uses any materials prepared by the
SUB RECIPIENT for purposes other than those intended by this Agreement, it does so at its sole
risk and it agrees to hold the SUB RECIPIENT harmless therefore to the extent such use is agreed
to in writing by the SUB RECIPIENT.
b. An electronic copy of all or a portion of material produced shall be submitted to the
COUNTY upon request or at the end of the job using the word processing program and version
specified by the COUNTY.
17. DISPUTES
Differences between the SUB RECIPIENT and the COUNTY, arising under and by virtue
of this Agreement, shall be brought to the attention of the COUNTY at the earliest possible time
in order that such matters may be settled, or other appropriate action promptly taken. Any dispute
relating to the quality or acceptability of performance and/or compensation due the SUB
Washington State Department of Agriculture, Community Services of Moses Lake, Sub Recipient Agreement - 8
RECIPIENT shall be decided by the COUNTY'S Contract representative or designee. All rulings,
orders, instructions and decisions of the COUNTY'S contract representative shall be final and
conclusive, subject to the SUB RECIPIENT'S right to seek judicial relief pursuant to Section 18.
18. CHOICE OF LAW. JURISDICTION AND VENUE
a. This Agreement has been and shall be construed as having been made and delivered
within the State of Washington, and it is agreed by each party hereto that this Agreement shall be
governed by the laws of the State of Washington, both as to its interpretation and performance.
b. Any action at law, suit in equity, or judicial proceeding arising out of this
Agreement shall be instituted and maintained only in any of the courts of competent jurisdiction
in Grant County, Washington.
19. SEVERABILITY
a. If a court of competent jurisdiction holds any part, term or provision of this
Agreement to be illegal, or invalid in whole or in part, the validity of the remaining provisions
shall not be affected, and the parties' rights and obligations shall be construed and enforced as if
the Agreement did not contain the particular provision held to be invalid.
b. If any provision of this Agreement is in direct conflict with any statutory provision
of the State of Washington, that provision which may conflict shall be deemed inoperative and
null and void insofar as it may conflict and shall be deemed modified to conform to such statutory
provision.
C. Should the COUNTY determine that the severed portions substantially alter this
Agreement so that the original intent and purpose of the Agreement no longer exists, the COUNTY
may, in its sole discretion, terminate this Agreement.
20. ENTIRE AGREEMENT
The parties agree that this Agreement is the complete expression of its terms and
conditions. Any oral or written representations or understandings not incorporated in this
Agreement are specifically excluded.
21. NOTICES
Any notices shall be effective if personally served upon the other party or if mailed by
registered or certified mail, return receipt requested, to the addresses set out in Section 4. Notice
may also be given by facsimile with the original to follow by regular mail. Notice shall be deemed
to be given three days following the date of mailing or immediately if personally served. For
p y
service by facsimile, service shall be effective upon receipt during working hours. If a facsimile
is sent after working hours, it shall be effective at the beginning of the next working day.
The parties hereto acknowledge that the waiver of immunity set out in Section 7.b. was
mutually negotiated and specifically agreed to by the parties herein.
Washington State Department of Agriculture, Community Services of Moses Lake, Sub Recipient Agreement - 9
THIS AGREEMENT, is executed by the Pet -sons si(ynin(._T� below who warrant that they
have the authority, tO Mcute the Agreement, 4:7 %1
GRANT COUNTY WASHINWITON COMMUlity Services of Moses Lake
BOARD OF COUNTY COMMISSIONERS
ADOPTED on this 3 ADOPTED on this day of December
� , day of Deceniber 1014.
2024.
-- ---- Petry Areher Operatiy' na4verCindy Cartern
--
Chair
Danny E S, one
Vice-Cha r
R �b J�qn �,,
ob pi��.,
Member
ATTE
Clerk of the Bozird
APPROVED AS TO FORM. -
Chief Civit De Puty ProsecutingAttomey
Washin0ton Stat,.-_ Department of AgricultUre, ("oullnunitv Services of looses Lake. Sub Recipient Agreen-lent -- 10
THIS AGREEMENT, is executed by the persons signing below who warrant that they
have the authority to execute the Agreement.
GRANT COUNTY WASHINGTON Community Services of Moses Lake
BOARD OF COUNTY COMMISSIONERS
ADOPTED on this day of December
ADOPTED on this day of December 2024.
2024.
Peny Archer, Operating Manager
Cindy Carter
Chair
Danny E Stone
Vice -Chair
Rob Jones
Member
ATTEST:
Clerk of the Board
APPROVED AS TO FORM:
Chief Civil'D uty Prosecuting Attorney
Washington State Department of Agriculture, Community Services of Moses Lake, Sub Recipient Agreement — 10
K24-253
WSDA Contract No. K5556
INTERAGENCY AGREEMENT
BETWEEN
WASHINGTON STATE DEPARTMENT OF AGRICULTURE
AND
GRANT COUNTY
Agreement number K5556 is made and entered into by and between the Washington State
Department of Agriculture, "WSDA" or "Agency", located at 1111 Washington St. SE, PO Box 42560,
Olympia, WA 98504-2560, and Grant County, or "Subrecipient", located at 35 C St. NW, PO Box 37,
Ephrata, WA 98823. Subrecipient's UEI is: ZL6WM26K8KR5
AUTHORITY
Funding for this agreement has been provided in the 2023-2026 biennial state Operating Budget, ESSB
5187, pursuant to Federal grants to Washington State under the American Rescue Plan Act of 2021
(ARPA or "Act"), sec. 9901, Public Law 117-2, codified at 42 U.S.C. 802.
PURPOSE
The purpose of this agreement is to facilitate strong relationships and effective communication
channels among Washington state's emergency food response networks, including county and state
government agencies and local hunger relief organizations. TO fill continued gaps in emergency food
resources, fundingwill be used for county -directed procurement and distribution of emergencyfood
to hunger relief organizations as part of a state alternative to the federal USDA Farmers to Food Box
program. This agreement is part of the state's coordinated response to increase farm and food
business viability, reduce food access barriers for socially disadvantaged communities, and increase
food securityfor all Washingtonians while contributingto longterm emergency preparedness and
food system resilience.
STATEMENT OF WORK
The Subrecipient shall furnish the necessary personnel, equipment, material and/orservice(s) and
otherwise do all things necessary for or incidental to the performance of Work set forth in Exhibit "A!'
attached and incorporated herein.
PERIOD OF PERFORMANCE
Subject to its other provisions, the period of performance of this Agreement shall commence on
September 5, 2024 or upon execution, whichever is later, and and on June 30, 2025 unless terminated
sooner as provided in this Agreement, or extended through a properly executed amendment.
COMPENSATION
Compensation for the work provided in accordance with this Agreement has been established under
the terms of chapter 39.34.130 RCW. The parties have estimated that the cost of accomptishingthe
work herein will not exceed $75,054.29. Payment for satisfactory performance of the work shall not
exceed this amount unless the parties mutually agree to a higher amount'prior to the commencement
of any work which will cause the maximum payment to be exceeded. Compensation for services shall
be in accordance with the Budget in Exhibit "S"which is attached and incorporated herein. The
committed funding is from the Coronavirus State Fiscal Recovery Fund, Assistance Listing 21.027.
Page 1 of 12
A
V! 5S DA, 0 o nt 1, a N no � K5 5 5 6
Subre.cipient, shatl Provide Its inOirect cost.. rate agreerinent that has beer', neootiated betvie�ken the
-i e f rnij i indirect cast rate, of 10%
S u b 1, e c i P n t. amn" d t eral gove-nmcnt. If no such rate exists a d^: Nlinimis i
of modifir-)d totalt direct cots (,ITDO) wilt be used,
A —CM —OWL D-O.E-M-E]INT, _FEE DE RAt
Fedora' Award Identification Nunnbi,:%r 'FAIN' � SIO-FRP000,12,
The IrCommitte-d fu-nding is froni the federat Coronaviruis State Fiscal, Recover� Fund, AssistanC-2 Listing
1
21.09-7, Coronavirus State, Fiscal R-21.,coveriy Funds wer*e authorized in the American Rescue- Ptan in
response to COVID-19. informationllrom the US Depa,ritment of the, Treasury about this fia-deeral, fund
source c..an be. ficound here: httDS://hQ e.treasu -issues/car
ate-
QY Olicv _Qnavirus/asSistance.Lf�ort
local-and-tribat-,a--overnments/state-and-local-fiscat-recovery-funds, SubrecJpient, byqc11;.epting thils
agireemi-:3rit, is a subrecipi--entof the., fiedefat funids tf-iat support this award and is subject to wt of tn�n
fedterial re u r r e ts. 2022 CSL1;:RF Compliance SLIPPteme_nt can be found heare:
)Lttp.5://I-iome-treasurv.gov/5ystem/files/1 36/21.027-SLFRF-2022-Coinp
Wit _rice -Sup. ternenj_,.pdf
Subre:0,ipier -tt aarees that any pubtications (written, visuat, or sol,,,jnd) but exalud`ing pres s reteases,
ni ewstt� 1. tle, r Is, and issue a n atyses, issue di by the Stj bre r i pient d eso ri bi fig proC,e;ra rns or PrOj1_E_,,CtSfunded in
M- , Agreerncmt, shat conitain the failtov.,,ng statc,-1.1-1 ients:
vJ1 tode or, in Part with fedlerat funds un 141's- t� - I
Tk , , lm t- n Q
17 1 S 0 rQj 19,C' t W a S -S u p p 0 Ir d b y "`t n d s aw z, i r ded' b y " h,"* U,; De.. P a ift m e n t, c il� t h e Tr e a s u iry < P o i n t C�
view in this docum -,-.n ta nkal- r6hose o If the se a utill or an d d o P, of n e,,.,e ssarily illrede nt, the o ff i(C ia I
positfon or po fficie's olf the US D -pairtmen t of the Treas ury. Fu,,,,, cjs are admin!`.,tar ad by the
A m ericc- R-l-. sC-. Sta te�� and Loca I Fis r-, a-, Re moven yFunds, VAlashington StatNne
Departnoierf f., of Aggriculture.
A, Subrec.-O, eInt argrees to compty wittlii,, the. neq uirement-csi of section 6
Z) _03-o-tTitle V1 - CDrD_nav_ffU_S
Retief, Fiscal Recoverv. and Critigal Capital Projects Funds L I of the Act, recrutations adopted by
Treasury pursuant to section 603(t) of the Act, and gLjidance_issued. _UyTLeasuN, andas
re-eis to compty'vtith att other
amended, regal,dincf thi-n. fur e-oing. Sublrecip.I.Mt aLso a5c,
p tipli c-able federat statutes, reaulahons—and eaxecut've orders, and-.5-Librecipient shati. Provide.
f o r Sue[ c o m p 1 a n., c e b y o t h e, r p a r t i e � -3 i n cn. n Y 2 Ocl egar i 1 -1: 1. n t -) !t. e n t e s info with other P a t i e S
rellatina to this award,
0
'10
B. 'F-edel-at .:-,guta:,tions applicabt-.:.� to this award incluide, v%;ith ut tim-itation, the fottovvincs:
1, Uniform Adry mist 1iiative R.-equirements, Cost Principtes, and Audit R;:-quh�,
Principle - I '11� %_." 1 emnints for
F edre-, ra t A%vva rd s, 2 C F-, R, tart 200, ot h e:i r th a n s u 11C. hi p rovi s i o n s a s T re as u rj m ay d tami n e,
are inapplicabteto tnisAwand and suby act to such exceptions as may othervviseb
I
-V, S U P aa rt F - P, u d4it Requiremnonnts of the Uniform G, i;dance
'd by S,,
P o v U1
Sincyle Audit Act, shattappty to this aw-ard.
n P t tz;m 9 i tiny the
. _0
2, IJ nitverscqll identifier aln,(_'. System for Award Management �SM,1), 2 C F. R, Part 25 . pursu -a nt to
VI_ 1;cah the sward term set forth in Ap cowporated by
ge n cri _xA t o 2 C - F - R . Ra _rt2_5 i s h e r gc_., b y i n
r "e, f e r e n tk-_� e
'na � - �1 ,� � 5 i
Report Sut Aword a, d Ex��c,utlive Compensation Informatior , 2 CIF.R. Part 170, 11 L! 1 1
purst,la nt to vihich the awl rcl term sc,_-t, forth in Atooen d "x A to 2 C Ji R . Part 170 is hereby
inicorporated by reference,
4o OM B Guid -.. n-ce to Ao-E-.--n^,,1 es on Government wi d e Dnba rnnarnt: and Su spensi o n (Non -
procure nn.ent), 2 C.F.Rs Part, 180, including toe ralqiAirement to ini,Wde a term or condit,10(1
Page 2 of 12
fE, I
o r%i s (D n t r a i- t s si ibcontracts de-S)cribed in 2 C.E%s
in al' 'o-,,.Aine tier cavn.rc-�dtrans, ctif k__ il,and -U t�
Part 11,80, subr., :
pall B), t1hat the award F s 1.4 bj; 19'(_-, t to 2 C, FJRx, P a rt 180 a n d re s u -,y " s
i M P t Mae n n --s r e ina u a Ho n a 3 1 R. Part 1 P,
S. Reciphent I ntegilty a n d Fedor fi r#" e, Matters PU T'Su ant to %wvhich t1r, e ativard termn set f orth J n
1 01 b, ref-e - ,
-- ad n e
2G.F,R. Part 200, Appendix XII to Part 20Cj is hareby K Corp; Y
Gov;--,-,.nrT---ie;nt wide. Requirementfor Dr., gf-F-e�ie \Pvlorkpdace, 31 CF.R. Part M.
Rstrictions ojf!� Lobbying, 31 G,F.R, Part, 21
New Ra..
8Uniform Rg_:�;'Locatilon Assistance an' Real Property cq, iisitions Atct of 1970 (42 U,SfC.
Real je , �-_- I
0 I... Generatty applicable federat environmemtat taws and fregulations.
,,Crimin at ion app II I c- a b I. e., to thtis a x4v a rd in c I. ud In., without
C� StatLlt(�S and regutations p,rohilbiting ,
di
ti
�4 m'ta t of 2, t h (d, f o 1, L o w i ngg:
1 Tit te V of th e Civit Rli ghts Ac t of I *-4�D4 L11112 U S _C - § § 2000d elt s--q .) a nn d Tre 2 stl ry's,
9
impte-z!mePI-tinot re-rutattions at 31 (-,,F.R- Parlt, 22, whch prohb"dscrimina-11? tbs" io, iz
of race, pra-11 ina
10
-racotor, or nat-ionall origin under rJ11-001-I-EIMS 01' an"Jivitt s re"',emnig fade, I. fi i - i ciat
assistance;
2, Section 15.04 of the Rehabititation AC,,�tl of 1 9730 as amended (29 U.&C, § 794), which
prohibits disc; irTnination on theo: ba-sis of disabilib und�r any program or activity recev,,vfing
fadlerat fintanciat assis-tancn*
3 The Age Disclri mi nation Act of 1975, as amendt.-,ald (42 U,-SaC, M 6101 at S%eq.), and
TreaSUry-'s Irnpler-nantincr regutatir-ins at 3-1, CYR P3:11rit 21-3, which prohibit. discrimination, on
the b, si s of age in pro gra m - 0 r activiti es receiriv -. ng f edBrat f i n �aln cial a ssista n cel ; a nd
4tte I I of the AmgIa01,NCP,_ Its With Di bitities Acit of 1990, as a r-I i end ed (42 U -S.C. §§ 121 W
seq.), which pfrohlibits di sCrimi nation on the basis of d"Isabilkity uncle'r programs, actiMcls,
and serviicl_es provided or made avaitabIlLe! by state. and hi-Calt governments or
instrume.-n.ntal'ities or agencies ti"I;!Dreto
NUIF, IT
� _r —at r i 1 f Su t) recippi ent exhem s $75-)0 1,000 or micire f ro m aU.. fiz�dera-a-
sourices durlhnia Subrecipient's f i. scat y-lealf", a cle"',
r rn d u n -d er a-200,501 rof the Federal Award
U
rd r ith ! n i to 1-m Gu id a n c e, Su b rec, i P i ne nt sh 3111 o, b 1[ -9 i n Cal n a i n -gtia Au dit cond u d i n a CCO
200,514 exoep"[ when it eI.E.Acts to Kave ra progirarn-sptncifilk: audit conducted
) -Si- foi ieedodae vit
15iccvh
parauraph (co§200-50, Th_70,000nctudes thevatuoforcevfrom federat food
p r o g ra rn Is at - rfp in s oiul - es
� I �d any oth nll,,i derat f und 1 i
Th Subrecipi ent Celtif i es ,hat neither it, nor its pri nr., i. pat.sz a ri-::; pre s-eritty d e'.10al-red, d eclat ed i ni e-itlgi b! e,
s P-A ?C r, i D n catte of Vila shi n gton a nd any f ed
or voluntarily exctude`icJI from participation in tral by the St
-3 co ciert fies that to tl P be-st of its knoviiiledle tf.
hat they-
deoartm eant or ale ncy. Sic-, natt-i re of thi ntrae-A ka
Zn n
'Y
a, Are, n ot pre3oritty d eba rreo, su si-o, end ed, proposed f or d aba rm ent, d ect_ ra d i n aU b te,
L ered tra - -a otions by any f ederaol, state or toAcal, ff-sovern rneInt,
�-Vh fro,
._jnM-i`Yexchjdn �-r I c o v 5
eiltity;
b. Hav-e not with*; I` a t"Mree-yaar p�,rlod prece(J ing this contract been convicted of or had !9, civil,
j U d a e, r n e n t r j:,. n d --a r -e d a airier t t he nn f Or
ense in connelct,
0 M ir in rs si n of f r a u d o r a c r i m n a t o
'Y i i -
with obtaining, attempting to obt-,-:11in, or per formme a pu b t' c t a n sa cl t i o n o r e e rT-%, el n t (f e d er
s tat-e'-, or all) , vio to on of f e Oe- j a t o state antitirust or corn mi ssi in n of
i
WSDA Contract No. K5556
embezzlement, theft, forgery, bribery, falsification or destruction of records, making false
statements, tax evasion, or receiving stolen property;
C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity
(federal, state, or local) with commission of any of the offenses enumerated in paragraph (1)(b)
of federal Executive Order 12549; and
d. Have not within a three-year period preceding the signing of this contract had one or more
public transactions (federal, state, or local) terminated for cause or default.
i
PROCUREMENT STANDARDS FOR FEDERALLY FUNDED PROGRAMS
i
Subrecipient shall establish procurement policies in accordance with 2 CFR Part 200. The
Subrecipient's procurement system should include at least the following:
A. A code or standard of conduct that shall govern the performance of its officers, employees, or
agents engaged in the awarding of contracts using federal funds.
B. Procedures that ensure all procurement transactions shall be conducted in a manner to
provide, to the maximum extent practical, open and free competition.
C. Minimum procedural requirements, as follows:
L Follow a procedure to assure the avoidance of purchasing unnecessary or duplicative
items.
ii. Solicitations shall be based upon a clear and accurate description of the technical
requirements of the procured items.
iii. Positive efforts shall be made to use small and minority -owned businesses.
iv. The type of procuring instrument (fixed price, cost reimbursement) shall be determined by
the Subrecipient, but must be appropriate for the particular procurement and for
promoting the best interest of the program involved.
v. Subcontracts shall be made only with reasonable subcontractors who possess the
potential ability to perform successfully under the terms and conditions of the proposed
procurement.
vi. Some form of price or cost analysis should be performed in connection with every
procurement action.
vii. Procurement records and files for purchases shall include allthe following:
a. Subcontractor selection or rejection.
a. The basis for the cost or price.
a. Justification for lack of competitive bids if offers are not obtained.
BILLING PROCEDURES
The Subrecipient shall submit invoices monthly. Payment for approved goods and/or services will be
made by check, warrantor account transfer within 30 days of receipt of a valid invoice. Upon
expiration of the Agreement, invoices shall be paid, if received within 30 daP after the expiration date.
However, invoices for all work done by June 30t" of each year must be submitted by July 151".
BILLING DETAIL
Each invoice voucher submitted to the Agency by the Subrecipient shall include such information as is
necessary for the Agency to determine the exact nature of all expenditures. Subrecipient must retain
all back-up documentation to support invoices to WSDA, which must be made available to WSDA
upon request. At a minimum, the Subrecipient shall specifythe following:
Page 4 of 12
i
WSDA Contract No. K5556
a. WSDA Agreement Number K5556.
b. Subrecipient's Statewide Vendor Registration number assigned by Washington State
Office of Financial Management (OFM).
c. The month and year of the billed services.
d. The total cost for each budget line item of Exhibit "B" — Budget for Bach month billed.
e. The total invoice amount.
If Subrecipient does not have an invoice template to request payment, Subrecipient can request a
copy of a Certified State Invoice Voucher (Form A-19) from WSDA. Invoices shall be submitted
electronically to WSDA's Contract Manager by the 20th of each month for services provided in the
previous calendar month.
Payment shall be made after acceptance by WSDA's Contract Manager of each deliverable as
described in the Statement of Work. No payment in advance or in anticipation of services or supplies
under this Contract shall be made by WSDA. Invoices and supporting documentation must be
submitted within 90 days of completion of all services to be eligible for payment. If invoices and
supporting documentation are not submitted within 90 days of the provision of service, then payment
may be forfeited. Claims for payment submitted by the Subrecipient to WSDAfor costs due and
payable under this Contract that were incurred prior to the end date of the period of performance shall
be paid if received by WSDA within 15 days.
DUPLICATION OF BILLED COSTS
The Subrecipient shall not bill the Agency for services performed under this contract, and the Agency
shall not pay the Subrecipient, if the Subrecipient is entitled to payment or has been or will be paid by
any other source, including grants, for that service.
FUNDING CONTINGENCY
In -the event funding from state, federal, or other sources is withdrawn, reduced, or limited in anyway
after the effective date of this Agreement and prior to completion of the work in this Agreement, the
Agency may:
a. Terminate this Agreement with 30 days advance notice. If this Agreement is terminated,
the parties shall be liable onlyfor performance rendered or costs incurred in accorda
nce
ance
with the terms of this Agreement prior to the effective date of termination;
b. Renegotiate the terms of the Agreement under those new fu nding limitations and
conditions;
c. After a review of project expenditures and deliverable status, extend the end date of this
Agreement and postpone deliverables or portions of deliverables; or,
d. Pursue such other alternative as the parties mutually agree to writing.
MAINTENANCE OF RECORDS
a. The parties to this Agreement shall each maintain books, records, documents and other
evidence that sufficiently and properly reflect all direct and indirect costs expended by
either party in the performance of the service(s) described herein. These records shall be
subject to inspection, review or audit by personnel of both parties, other personnel duly
authorized by either party, the Office of the State Auditor, and federal officials so
authorized by law. All books, records, documents, and other material relevant to this
Agreement will be retained for six years after expiration of the contract, and the Office of
the State Auditor, federal auditors, and any persons duly authorized by the parties shall
Page 5 of 12
WSDA Contract No. K5556
have full access and the right to examine any of these materials during this period.
b. If any Litigation, claim or audit is started before the expiration of the six (6) year period, the
records shalt be retained until all Litigation, claims, or auditfindings invotvingthe records
have been resolved.
c. Records and other documents, in any medium, furnished by one party to this Agreement to
the other party, will remain the property of the furnishing party, unless otherwise agreed.
The receiving party will not disclose or make available any confidential information to any
third parties withoutf irst giving notice to the furnishing party and giving it a reasonable
opportunity to respond. Each party will utilize reasonable security procedures and
protections to assure that records and documents provided by the other party are not
erroneously disclosed to third parties. However, the parties acknowledge that State
Agencies are subject to chapter 42.56 RCW, the Public Records Act.
SITESECUBITY
White on Agency promises, the Subreciplent, its agents, employees, or Subcontractors shalt comply
with the Agency security policies and regulations.
RIGHTS IN DATA
Unless otherwise provided, data that originates from this Agreement shalt be "worl<s for hire," as
defined bythe U.S. Copyright Act of 1976 and shalt be owned byWSDA. Data shalt include, but not be
Limited to, reports, documents, pamphlets, advertisements, books, magazines, surveys, studies,
computer programs, films, tapes and/or sound reproductions. Ownership includes the right to
copyright, patent, register, and the ability to transfer these rights.
INDEPENDENT CAPACITY
The employees or agents of each party who are engaged in the performance of this Agreement shalt
continue to be employees or agents of that party and shall not be considered for any purpose to be
employees or agents of the other party.
AMENDMENT
This Agreement may be amended by mutual agreement of the parties. Such amendments shalt not be
binding unless they are in writing and signed by personnel authorized to bind each of the parties.
SUBCONTRACTING.
a. "Subcontractor" means one not in the employment of a party to this Agreement, who is
performing all or part of those services under this Agreement under a separate contract
with a party to this Agreement. The terms "subcontractor" and "subcontractors" mean
subcontractor(s) in anytier.
b. Except as otherwise provided in the Agreement, the Subreciplent shalt not subcontract any
of the contracted services without the prior approval of the Agency. The Subreciplant is
responsible to ensure that all terms, conditions, assurances and certifications set forth in
this Agreement are included in any and all Subcontracts. Any failure of Subreciplent or its
Subcontractors to perform the obligations of this Agreement shalt not discharge
Subreciplent from its obligations under this Agreement.
Page 6 of 12
WSDA Contract No. K5556
TERMINATION FOR CONVENIENCE
Either party may terminate this Agreement upon 30 calendar days' prior written notification to the
other party. If this Agreement is so terminated, the parties shall be liable ontyfor performance
rendered or costs incurred in accordance with the terms of this Agreement prior to the effective date
of termination.
TERMINATION FOR CAUSE
If for any cause either party does notfutfiLl in a timely and proper manner its obligations under this
Agreement, or if either party violates any of these terms and conditions, the aggrieved party will give
the other party written notice of such failure orviolation. The responsible party will be given the
opportunity to correct the violation or failure within 15 working days. If the failure or violation is not
corrected, this Agreement may be terminated immediately by written notice of the aggrieved party to
the other.
DISPUTES
In the event that a dispute arises under this Agreement, either of the parties may request intervention
by the Governor, as provided by chapter 43.17,330 ROW, in which event the Governor's process will
control.
LICENSING, BONDING, INDUSTRIALINSURANCE AND OTHER INSURANCE COVERAGE
Sub recipient shalt ensure that all Subcontractors hired to perform services. under this Agreement shall
comply with attappticabl.e licensing and bonding requirements for the type of service to be performed,
and with the provisions of Title 51, Industrial Insurance. Sub recipient shall also ensure that all
Subcontractors provide proof of an adequate amount of commercial general liability insurance
coverage for the activities to be performed under any subcontract.
I GOVERNING LAW AND VENUE
This Agreement shalt be construed and interpreted in accordance with the laws of the state of
Washington and the venue of any action brought under this Agreement shalt be in Superior Courtf or
Thurston County.
ASSURANCES
The parties agree that all activity pursuant to this Agreement shalt be in accordance with all applicable
federal, state and Local laws, rules, and regulations as they currently exist or as amended.
ASSIGNMENT
The workto be provided under this Agreement, and any claim arising under this Agreement, is not
assignable or delegable by either party in whole or in part, withoutthe expre8s priorwritten consent of
the other party, which consent shalt not be unreasonably withheld.
WAIVER
AfaiLure by either partyto exercise its rights underthis Agreement shalt not preclude that partyfrom
subsequent exercise of such rights and shalt not constitute a waiver of any other rights under this
Agreement. Waiver of any default or breach shatl not be deemed to be a waiver of any subsequent
default or breach. Anywaiver shall not be construed to be a modification of the terms of this
Agreement unless stated to be such in writing and signed by personnel authorized to bind each of the
Page 7 of 12
VVSDA Contract No. K5656
parties.
SEVERABILITY
If any term or condition of this Agreement is hold invalid, such invalidity shall not affect the vati-dity of
the other terms or conditions of this Agreement.
CONTRACT MANAGEMENT
The contract manager for each of the parties shalt be responsible for and shalt be the contact person
for all, communications and billings regarding the performance of this Agreement.
The Contract Manager for WSDA is: The Contract Manager for Subrecipient is:
Andrea Litzow, Contracts Specialist Karrie Stockton, 'Grant Administrative Specialist
Washington State Department of Agriculture Grant County
1111 Washington St. SE, PO B.ox 4256 35 NW C St., PO Box 37
Olympia, WA 98504-2560 Ephrata, WA 98823
Phone: (360) 918-6914 Phone: (509) 754-2011 Ext. 2937
E-Mail: Andrea. Litzow@Agr.wa.gov E-Mait:.Kstocl<ton@grantcountywa.gov
ORDER OF PRECEDENCE
In the event of an inconsistency in the terms of this Agreement, or between its terms and any
applicable statute or rule, the inconsistency shalt be resolved by giving precedence in the following
order:
a. Applicable state and federal statutes, and local laws, rules and regulations.
b. This Agreement.
c. Exhibit "A" Statement of Work
d. Exhibit "B" Budget
I
t N o K,55556
I-,' C emu!. o
ALL WRITINGzE') CONTAINED -HEREIN
T h Beni_. tcans s t i n o f tw ro We (19)
pa=-,sta'! '-P-gg%, conInsLLhV-rmsandconditonsaeed upon by
C
Vnie. parties whikch wit[ be delivered in accord- nee, with the WSDA Gen prat Terms and Conditions. it is,
eVe—Juledby the pa -Sons sig" ng betowwho Nvarant that th eyha v,th e author i ct o e x cutet h
contract. No oth4::,r undn-stalrldincv rega rdi n-, the subject o 'l thirs Agree m ent
oral or o+Lh,,----:,irAmsn LO
s! Icatt be deerned to exist or to bind any of the parties hereto.
IN P tie partic-s hav�� e,,xecutf:,,d this A-reemer WITNES"S WHEREOr-F
Subrecipi. -ent
(Print Name)
Washin�ton State Depaqiment of Agri c-uIture
(Print Name)
C.ha'r, Board of Courity CorTlMissioners, Dleapiut-y Dl;rekctoi-
jidel,
Nl
(Sicrnatur-\
kDate) fS I a n a t u re)
, 0 (Dale)
ApProved as to form$
1W
rf ri
a tee)
(S"gnedi
Deputy Pro-Secuting Attorn,cj
Date-
P @ 9 of 12
WSDA Contract No. K5556
Exhibit A
STATEMENT OF WORK
Background. To respond to sustained high rates of food insecurity and continued gaps in emergency
food resources following the COVID-19 pandemic, WSDA and Grant County are working together to
facilitate county -directed procurement and distribution of emergencyfood to hunger relief
organizations, including organizations that serve black, indigenous, people of color (BIPOC) and othe* r
socially disadvantaged communities. The purpose of this Agreement is to build and reinforce
relationships among Washington state'§ emergencyfood response networl<s, including county and
state government agencies and local hunger relief organizations. It also aims to support locatfarmers
and producers to increase farm and food business viability and increase food security in Washington
state, white contributing to long-term emergency prepar'edness and food system resilience. This
Statement of Work describes the services that Subrecipient will perform though June 30, 2025.
Services. The Subrecipient will perform the following services:
1 In compliance with County procurement policies and federatfunding requirements, develop
and implement county -directed procurement and distribution of emergencyfood to local
hunger relief organizations that ensures equitable access to resources and purchasing of
Washington grown and produced foods, when possible. Subrecipient may determine a variety
of program activities based on identified community needs,
2. Complete reporting on project activities and food security recommendations for future public
health emergencies.
Schedule. The parties anticipate that the Subrecipient will perform services under this Statement of
Work until the earlier of June 30, 2025, or the exhaustion of the funding commitment set forth below.
The parties may agree on additional Statements of Workfor services to be performed fottowingthe
completion of this Statement of Work, which will be agreed upon through a fully executed
amendment.
Funding Commitment. WSDA has committed $75,054.29 for compensation to be paid to the
Subrecipient for its satisfactory performance of services under this Statement of Work. The
Subrecipient will not be obligated to perform any services and will not be compensated for services
that do notfa[Lwithin the funding commitment.
Additional Details.
1. Subrecipient must begin services no later than December 1, 2024.
2. Subrecipient is required to allocate at least 50% of the total funding commitment to
emergencyfood purchasing. Purchasing maybe ' directly f rom farms and other local or regional
food producers or through subcontracts to one or more qualified nonprofit hunger relief
organizations based on identified community needs and is generally encouraged to source
food from local or regional food producers wherever possible.
3. All Subrecipient and Subcontractors .(where applicable) must complywith the following
service terms:
a. Must comply with all federal and state nondiscrimination laws, regulations, and
policies.
b. Prayer or religious services must not be required of individuals seeking emergency
food.
c. Emergency -food must not be sold or bartered. It must be given freely to persons in
need.
d. Must comply with the WA Retail Food Code.
Page 10 of 12
WSDA Contract No. K5556
Documents. The Subrecipient will produce and deliver the following written reports and other
documents ("deliverables") by the dates indicated in the fotlo'wingchart. The Sub recipient's delivery
of each document will entitle the Subrecipient to submit an invoice forth e a ppticabte amount set forth
below.
Document
Due Date Applicable Fee
Monthly Summary of Expenses & Activities to include: Monthly on the 20th All allowable bitted
0 Expenses by budget category for that month expenses witL be
0 Direct purchasing summary byfarm or food b reim ursed up to
vendor and amount budget totals by
New subaward agreements by organization category on
name and total amount Exhibit "B"
Final report on project activities. Report to include, July 15, 2025 N/A
• Total, amount of f unding spent on the purchase
of food by Subrecipient or Subcontractor(s),
• Summary of hunger relief organizations that
received food or funding through this award,
including organization name and location,
Number and list of farms and food producers
Subrecipient or Subcontractor(s) sourced
emergency food from,
• Total amount of funding spent on the, purchase
of food perfarm orfood producer,
• Number of households served by hunger relief
organizations that received food or funding
through this award during the period of
performance,
0 Total pounds of food purchased by Subrecipient
or Subcontractor(s),
4 Total pounds of food distributed by type:
1. Produce, 2. Meat, I Seafood, 4. Non -meat
protein, 5. Dairy, 6. Grain, 7. Other, and,
• Lessons learned.
Final report on food security recommendations related July 15, 2025 N/A
to future public health emergencies. Report to include:
• Recommendations on preferred
communication channels between local
government agencies and state government
specific to food assistance and emergencyfood
response;
• A Unkto or copy of Gra6t County's current
emergency response plan for feeding people
during an emergency response, including
existing community networks, and;
• Lessons learned from COVID-1 9 food security
response to inform future emergency actions.
Page 11 of 12
WSDA Contract No. K5556
Exhibit B
BUDGET
The parties have estimated that the cost of accomplishing the work herein will not exceed $75,054,29.
''.•,y.'1;,; '. r. :{•,. ,t'r....:a its''.; 4.
• % c, `,` r :.'.�; r. ' is 'r 'r,• r .'t:• r: i ,
IDir:®ct�is die or *
g y r.r Auntr
5 .....Comments
salaries & Benefits $0 N/A
Pass -through Awards** $75,054.29 Fundingto the Moses ses Lake Food
Bank which distributes to other
food banks in the county.
Food Purchases $0 NIA
Distribution & Transportation $0 N/A
Indirect Costs $0 N/A
Other (please describe) $0 N/A
TOTAL $75,054.29
*WSDA requires a contract amendment for budget revisions that transfer funds among direct cost categories
when the cumulative amount of such transfers exceeds 10 percent of the total approved budget.
**WSDA requires at least 509/6 of the total funding commitment to be spent on the purchase of food, either
through direct food purchasing by the subrecipient or through the recipients) of the pass through award(s).
Therefore, WSDA expects that a minimum of$37,527.14 will be reported on food purchases during the period of
performance.
Page 12of 12