Loading...
HomeMy WebLinkAboutAgreements/Contracts - Sheriff & Jail (002)Washington Military Department, Homeland Security Grant Program Agreement Face Sheet Agreement No. E23-094 K23-015 Date signed: :3= , 2023 GRANT COUNTY BOARD OF COUNTY COMMISSIONERS Danny St e, Member ATTEST: Washington Military Department HOMELAND SECURITY GRANT PROGRAM AGREEMENT FACE SHEET 1 , Subrecipient Name and Address, 2. Grant Agreement Amount: 3. _ Grant Agreement Number: Grant, County of $82,487 E23-094 Sheriff's Office, Emergency Management 35 C. Street NW PO Box 37 Ephrata, WA 98823-1685 4. Subreciplent Contact, phone/emai.l., 5. Grant Agreement Start Date: 6. Grant Agreement End Date: Josh Sainsbury, 5.09-750-7306 September 1, 2022 January 31, 2025 _1sainsb_uryff9rantcounWwa,9ov 7. Department Contact, phone/email, 8. Unique Entity Identifier (UEI): 9. UBI # (--state revenue) - Deborah Henderson, 253-612-7470 ZL6WM26K8KR5 136-000-784 Deborah.Henderson@m it.wa.gov 10. Funding Authority: Washington Mil to Department (t e Department) and the U.S. Department of Homeland Security (DHS) 11, Federal Funding Identification 12. Federal Award Date: 13. Assistance Listings # & Title: EMW-2022-SS-00056-S01 09102/2022 97-067 - 22HSGP (SHSP) 14. Total Federal Award Amount: 15. Program Index #,& OBJ/SUB-OBJ-, 16, EIN $1319051347 723SZ, 723SH, 723SB, 723SLI 7233C, 723SQ 1 NZ 91-6001319 17. Service Districts: 18. Service Area by Gounty(ies): 19, Women/Minority-Owned, State BY LEGISLATIVE DISTRICTS: 12,13 Grant Certified, 0 N/A El NO BY CONGRESSIONAL DISTRICTS: 4 11 YES,, OMWBE # 20, Agreement Classification 21. Contract Type (check all that apply)- • Personal Services 0 Client Services 0 Public/Local Govt 0 Contract (9 Grant 10 Agreement • Research/Development 0 A/E 0 Other 0 Intergovernmental (RCW 39,34) El Interagency 22, SUbrecipient Selection Process: 23, Sub -recipient Type i(check all that apply) Ox "To all who apply & qualify" -17 Competitive Bidding 0 Private Organization/Individual E3 For -Profit F-71 Sole Source 0 A/E R.CW ED N/A 0 Public Organization/Jurisdiction 13 'Non -Profit 0 Filed w/OFlM? L-1 Advertised?[] YES 0 NO El CONTRACTOR 0 SUBRECIPIENTEI OTHER 24. PURPOSE & DESCRIPTION: The objective of the Federal Fiscal Year (FIFY) 2022 Homeland Security Graht Program (22HSGP) Is to fund state, local, tribal,. and territorial efforts to prevent terrorism and prepare the nation for threats and hazards that pose the greatest risk to the security of the United States, 22HSGP provides funding to implement investments that build, sustain, and deliver the core capabilities essential to achieving the N-ational Preparedness Goal of a secure and resilient nation. 22HSGP supports care 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 (SI -ISP), 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 22HSGP DHS Award Letter for Grant No. E'MW-2022-SS-00056-SOI ("Grant"), which is incorporated in and attached hereto as Attachment C and has made a subaward of funds to the Subreciplent pursuant to this Agreement. The Subrecipient is accountable to the, Department for use of Federal award- funds provided under this. Agreement. IN WITN.ESS WHEREOF, the De artmentand SUbrecipient acknowledge and accept the P terms o p f 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 Tarms and Conditions (Attachment B); DHS Award Letter (Attachment C), Work Plan (Attachments D -I,,, D-2, D-3), Budget (Attachment E), Timeline (Attachment F),, and all other documents and attachments expressly referenced and incorporated herein contain all the terms and conditions agreed upon by the parties and govern the rights and obligations of the parties to this Agreement. :No other understandings, oral or otherwise, regarding the subject matter of this Lreement shall be deemed to exist or to bind any of the parties, In the event of an inconsistency in this Agreement, unless otherwise provided herein, the inconsistency shall be resolved by giving precedence in the following order: 1. Applicable federal and state statutes and regulations 4. Special Terms and Conditions 2, DHSIFEMA Award and program documents 5. General Terms and Conditions, and, 3. Work Plan, Timeline, and Budget 6. Other provisions of the Agreement incorporated by reference. WHEREAS, the parties have executed this Agreement on the day and y ar last specified below. nn FOR THE DEPARTMENT.: F THE SURECIPIENT: 11/7/2022 V Sig.kte __V 0, Date Sig� aV Date Regan Anne Hesse., Chief Financial Officer Ryan ctenwald, Sheriff Washington Military Department Grant County Sheriffs Office BOILERPLATE APPROVED TO FORM: APPROVED AS TO FORM (if -applicable): Dierk Meierbachtol 9/2812022 Assistant Attorney General Si nature Date DHS-.FEMA-"HS.GP-SHSP-FY.22 Page 1 of 44 Grant County Sheriff's Office, E23-094 Attachment A SPECIAL TERMS AND CONDITIONS ARTICLE 1. KEY PERSONNEL The individuals listed below shall be considered key personnel for point of contact under this Agreement. Any substitution: of key personnel: by either party shall be made by written notification to the current key personnel. SUBRECIPIENT nD A DTh A 1=1\1-r -Name—. Josh Sainsbury Name Deborah Henderson - ------ Title Chief -Deputy Title IE; Program Coc�rdir�ator Email _j-sainsbur Y0 grantcount g:ov Email Debora h.hendlerson@MLl:I.wa. Phone 609-760-73-06 Phone 253-512-7470 Name Mire ya,Garcia Name Reagan Bush -Title EM eciafist Title Pro ram Manager Email mxgarci1a@qrantG0unty,wa.gov Email Rea 9an.bush@miI.wa.jgov Phone 509-906-6831 Phone 253-512-7463 Name Name Courtney Bemu's Title Title Program Assistant Email Email courtney.bemus.5mill.wa.gov Phone—r— Phone 25-3-612-7145 ARTICLE 11, ADMINISTRATIVE l' DI FINANCIAL, REQUIREMENTS The Subrecipient shall comply with all applicable state and federal laws, rules, regulations, requirements and program guidance identified or referenced: in this Agreement and the informational dOCUrnents, published by DHS/FEMA applicable to the 22HSGP Program, including, but not limited to, all criteria, restrictions, and requirements of "The Department of Homeland Security (DHS) Notice of Funding Opportunity (NOFO) Fiscal Year 2022 Homeland Security Grant Program" (hereafter "the N0170") document, the FEMA Preparedness Grants Manual document, Version 3, published May 2022 (hereafter "the Manual"), the DHS Award Letter for the Grant, and the federalregulations commonly applicable to DHS/FEMA grants, all of which are incorporated herein by reference. The DHS. Award Letter is incorporated in this Agreement as Attachment C. The Subrecipient acknowledges, that since this Agreement involves federal award funding, the period of performance may begin prior to the availability of appropriated federal funds. The Subrecipient agrees that it will not hold the Department, the State of Washington, or the United States liable for any damages, claim for reimbursement, or any type of payment whatsoever for services performed under this Agreement prior to distribution of appropriated federal funds, or if federal funds are not appropriated or in a particular amount. A. STATE AND FEDERAL REQUIREMENTS FOR DHSIFEMA PREPAREDNESS GRANTS: The following requirements apply to all DHS/FEMA Preparedness Grants administered by the Department, 1. SUBAWARDS & CONTRACTS BY SUBRECIPIENTS a. The Subrecipient must make a case-by-case determination whether each agreement it makes for the disbursement of 22HSGP funds received under this Agreement casts theparty receiving the funds in, the role of a subrecipient or contractor in accordance with 2 CFR 200.331. b. If the Subrecipient also becomes a pass-through entity by making a subaward to a non-federal entity as its subrecipient, the Subrecipient must make a case-by-case determination whether each agreement it makes for the disbursement of 22HSGP funds received under this Agreem,ent, cast's the party receiving the funds in the role of a subrecipient or contractor in accordance with 2 CFR 200.330, The Subrecipient must comply with all federal laws and regulations applicable to pass- through entities of 22HSGP funds, including, but not limited to, those contained in 2 CFR 200. The Subrecipient shall require its subrecipient(s) to comply with all applicable state and federal laws, rules, regulations, requirements and program guidance identified or referenced in this Agreement and the informational docurnents published by DHS/FEMA applicable to DHS-FEMA­HSGP-SHSP-FY22 Page 2 of 44 Grant County Sheriff's Office, E23-094 the 22HSGP Program, including, but not limited to, all criteria, restrictions, and requirements of the NOFO , the Manual, the DHS Award Letter for the Grant in Attachment C, and the federal regulations commonly applicable to DHS/FEMA grants. iii, The Subrecipient shall be responsible to the Department for ensuring that all 22,HSGP federal award funds provided to its subrecipients are used in accordance with applicable federal and state statutes and regulations, and the terms and conditions of the federal award set forth in Attachment C of this Agreement. 2. BUDGET, REIMBURSEMENT, AND TIMELINE a. Within the total Grant Agreement Amount, travel, subcontracts, salaries, benefits, printing, equipment, and other goods and services or other budget categories will be reimbursed on an actual cost basis upon completion unless otherwise provided in this Agreement. b. The maximum arnount of all reimbursement requests permitted to be submitted under this Agreement, including the final reimbursement request, is limited to and shall not exceed the total Grant Agreement Amount. ,c. If the Subrecipient chooses to Include indirect costs within the Budget (Attachment E), additional documentation Is required based on the applicable situation. As described in 2 CFR 200.414 and Appendix Vit to 2 CFR 200: If the Subrecipient receives direct funding from any Federal agency(ies), documentation of the rate must be submitted to the Department Key Personnel per the following, A. More than $35 million, the approved indirect cost rate agreement negotiated with its federal cognizant agency. 13'. Less than $35 million, the indirect cost proposal developed in accordance with Appendix Vil of 2 CFR 200 requirements, 1j. If the Subrecipient does not receive direct federal funds (i.e., only receives funds as a subrecipient), the Subrecipient must either elect to charge a de m1nimis rate of ten percent (10%) or 10% of modified total direct costs or choose to negotiate a higher rate with the Department. If the latter is preferred, the Subrecipient must contact Department Key Personnel for approval steps. d. For travel costs, the Subrecipient shall comply with 2 CFR 200.475 and should consult their internal policies, state rates set pursuant to RCW 43.03.050 and RCW 43.03.060 as now existing or amended, and federal maximum rates set forth at hftps://www.g , and follow the most restrictive. If travel costs exceed set state or federal limits., travel costs shall not be reimbursed without prior written approval by Department Key Personnel. e, Reimbursement requests will include a properly completed State A-19 Invoice Form and Reimbursement Spreadsheet (in the format provided by the Department) detailing the expenditures for which reimbursement is sought. Reimbursement requests must be submitted to Reirnbursements(Emil.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. Receipts and/or backup documentation for any approved items that are authorized under this Agreement must be maintained by the Subrecipient consistent with record retention requirements of this Agreement and be made available upon request by the Department, and federal, state, ,and local auditors. g. The Subrecipient must request rior written approval from Department Key Personnel to waive or extend a due date in the Timeline (Attachment F), For waived or extended reimbursement due dates, all allowable costs should be submitted on the next scheduled reimbursement due date contained in the Timeline. Waiving or missing deadlines serves as an indicator for assessing an agency's level of risk of noncompliance with the regulations, requirements, and the terms and conditions of the Agreement and may increase reqUired monitoring activities. Any request for a DHS-FEMA-HSGP-SHSP-FY22 Page 3 of 44 Grant County Sheriff's Office, E23-094 waiver or extension of a due date in the Timeline will be treated as a request for Amendment of the Agreement, This request must be submitted to the Department Key Personnel sufficiently in advance of the due date to provide adequate time for Department review and consideration and may be granted or denied within the Department's sole discretion. h. All work under this Agreement must end on or before the Grant Agreement End Date, and the final reimbursement request must be submitted to the Department within forty-five (4-5) days after the Grant Agreement End Date, except as otherwise authorized' by either (1) written amendment of this Agreement or (2) written notification from the Department to the Subrecipient to provide additional time for completion of the Subrecipient's subproject(s). i. No costs for purchases of eqU i pment/su p plies will be reimbursed until the related equ ipmentlsu p plies have been received, by the Subrecipient, its contractor, or any non-federal entity to. which the Subrecipient makes a subaward and is invoiced by the vendor. Failure to submit timely, accurate, and complete reports and reimbursement requests as required by this Agreement (including, but not limited to, those reports in the Timeline [Attachment F]) will prohibit the Subrecipient from being reimbursed until such reports are submitted and the Department has had reasonable time to conduct its review. k. Final reimbursement requests will not be approved for payment until the Subrecipient is current with all reporting requirements contained in this Agreement. f. For SHSP and UASI Subrecipients, a written amendment will be required if the Subrecipient expects GUMLIlatiVe transfers among subproject total's, as identified in the Budget (Attachment E), to exceed ten percent (10%) of the Grant Agreement Amount. If a Subrecipient has only one subproject, cumulative transfers among solution areas within the subproject that exceed ten percent (10%) of the Grant Agreement Amount shall require an amendment to this Agreement. m. For OPSG Subrecipients, any deviations from the approved, direct budget categories will require additional federal approvals and a written amendment. ri. Subrecipients shall only use federal award funds under this Agreement to supplement existing funds and will not use them to replace (supplant) non-federal funds that have been budgeted for the same purpose. The Subrecipient may be required to demonstrate and document that the reduction in non-federal resources occurred for reasons other than the receipt or expected receipt of federal funds. 1 REPORTING a. With each reimbursement request, the Subrecipient shall report how the expenditures, for which reimbursement is sought, relate to the Work Plan (Attachments D-1 I D-2) D-3) activities in the format provided by the Department. b. With the final reimbursement request, the Subrecipient shall submit to the Department Key Personnel a final report describing all completed activities under this Agreement. c, The Subrecipient shall comply with the Federal Funding Accountability and Transparency Act (FFATA) and related OMB Guidance consistent with Public Law 109-282 as amended by section 6202(a) of Public Law 110-252 (see 31 U.S.C. 6101 note) and complete and return to the Department an Audit CertifiGationlFFATA 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. 74. EQUIPMENT AND SUPPLY MANAGEMENT a. The Subrecipient and any non-federal entity to which the Subrecipient makes a subaward shall comply with 2 CFR 200.317 through 200.327 when procuring any equipment or supplies under this Agreement, 2 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 supplies purchased through this Agreement will be owned by the Subrecipient, or a recognized non- DHS-FEMA-HSGP-SHS P-FY22 Page 4 of 44 Grant County Sheriff's Office, E23-094 federal entity to which the Subrecipient has made a subaward., for which a contract, subrecipient grant agreement, or other means of legal transfer of ownership is in place. All equipment, and supplies as applicable, purchased Under this. Agreement will be recorded and maintained in the Subrecipient's inventory system. iii. Inventory system records shall include: A. Description of the. property; B. Manufacturer's serial number, model number, or other identification number; C. Funding source for the property, including the Federal Award Identification Number (FAIN) (Face Sheet, Box 11); D. Assistance Listings Number (Face Sheet,, Box 13); E., Who holds the title; F. Acquisition date; G. Cost of the property and the percentage of federal participation in the cost; H. Location, use and condition of the property at the date the information was reported; 1. Disposition data including the date of disposal and sale price of the property. iv. The Subrecipient shall take a physical inventory of the equipment, and supplies as applicable, and reconcile the results with the property records at least once every two years. Any differences between quantities determined by the physical inspection and those shown in the records shall be investigated by the Subrecipient to determine the cause of the difference. The Subrecipient shall, in connection with the inventory, verify the existence, current utilization, and continued need for the equipment. v. The Subrecipient shall be responsible for any and all operational and maintenance expenses and for the safe operation of the equipment and supplies including all questions of liability. The Subrecipient shall develop appropriate maintenance schedules and procedures to ensure the equipment, and supplies as applicable, are well-maintained and kept in good operating condition. vi. The Subrecipient shall develop a control system to ensure adequate, safeguards to prevent loss, damage, and theft of the property, Any loss, damage, or theft shall be investigated, and a. report generated and sent to the Department's Key Personnel. vii. The Subrecipient must obtain and maintain all necessary certifications and licenses for the equipment. viii. If the Subrecipient is authorized or required to sell the property, proper sales procedures must be established and followed to ensure the highest possible return. For disposition, if upon termination or at the Grant Agreement End Date, when original or replacement supplies or equipment acquired under a federal award are no longer needed for the original project or program or for other activities currently or previously supported by a federal awarding agency, the Subrecipient must comply with the following procedures: A. For Supplies: If there is a residual inventory of unused supplies exceeding $5,000 in total aggregate value upon termination or completion of the project or program and the supplies are not needed for any other federal award, the Subrecipient must retain the supplies for use on other activities or sell them, but must, in either case, compensate the federal government for its share. The amount of compensation must be 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. DHS-FEMA-HSGP-SHSP-FY22 Page 5 of 44 Grant County Sheriffs Office, E23-094 2) Items with a current per-unit fair -market value in excess of five thousand dollars ($5,000) may be retained or sold. The Subrecipient shall compensate the federal awarding: agency in accordance with the requirements of 2 CFR 200.313 (e) (2). ix.. Records for equipment shall be retained by the Subrecipient for a period of six (6) years from the date of the disposition, replacement, or transfer.. If any litigation, claim, or audit is started before the expiration of the six- (6-) year period, the records shall be retained by the Subrecipient until all litigation, claims, or audit findings involving the records have been resolved. b.- The Subrecipient shall comply with the Depailment's Purchase Review Process, which is incorporated by reference and made part of this Agreement. No reimbursement will beprovided unless the appropriate approval has been received. c. Allowable equipment categories for the grant program are listed on the Authorized Equipment List (AEL) located on the FEMA website at https://www.feina.ciov/grants/ It is important that the Subrecipient and any non-federal entity to which the Subrecipient makes a subaward regard the AEL as an authorized purchasing list identifying items allowed under the specific grant program; the AEL includes items that may not be categorized as equipment according to the federal, state, local, and tribal definitions of equipment. The Subrecipient is solely responsible for ensuring and documenting purchased items under this Agreement are authorized as allowed items by the AEL at time of purchase. If the item is not identified on the AEL as allowable under the grant program , the Subrecipient must contact the Department Key Personnel for assistance in seeking FEMA approval rcr to acquisition, d. Unless expressly provided otherwise, all equipment MUSt meet all mandatory regulatory andlor DHS/FEMA adopted standards to be eligible for purchase using federal award funds. e. If funding is allocated to emergency COMMUnications, the Subrecipient Must ensure that all projects comply with SAFECOM Guidance on Emergency Communications Grants, located at haps://www.cisa.goy/safecorn/funding, ensuring the investments are compatible, interoperable, resilient, and support national goals and objectives for improving emergency communications, f. Effbctive 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 telecoMM Uni cations equipment or services as a substantial or essential component of any system, or as critical technology of any system;. il. Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; or iii. Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential, component of any system, or as critical technology as part of any system. This prohibition regarding certain telecommunications and video surveillance services or equipment is mandated by section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (FY 2019 NDAA), Pub. L, No, 115-232 (2018). Recipients and subrecipients may use DHS/FEMA grant funding to procure replacement equipment and services impacted by this, prohibition, provided the costs are otherwise consistent with the requirements of the Manual and applicable N0170. Per subsections 8890(2)-(3) of the FY 2019 NDAA, and 2 CFR 200.216, covered telecommunications equipment or services means: i. Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation, (or any Subsidiary or affiliate of such entities); DHS-FEMA-HSGP-SHSP-FY22 Page 6 of 44 Grant County Sheriffs Office, E23-094 For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities); iii. Telecommunications or video surveillance services provided by such entities or using such equipment; or iv. Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal, Bureau, of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country, g,. For OPSG Subrecipients, items budgeted as equipment in an approved Operations Order should be marked prominently with "Purchased with DHS funds for Operation Stonegarden Use" when practicable. h. 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 SUbreciplent makes a subaward of federal award, funds under this Agreement. 5. ENVIRONMENTAL AND HISTORICAL: PRESERVATION a. The Subrecipient shall ensure full compliance with the DI-IS/FEMA Environmental Planning and: Historic Preservation (EHP) Program. EHP program, information can be found at https://www.fei-na.gov/qrants/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 environment, including, but not limited to, construction of communication towers; modification or renovation of existing buildings, structures, and facilities; or new construction, including replacement of facilities, MUSt participate in the DHS/FEMA EHP review process prior to project initiation. Modification of existing buildings, including minimally invasive improvements such as attaching monitors to interior walls, and training or exercises occurring outside in areas not considered previously disturbed also require a DHS/FEMA EHP review before project initiation. c. The EHP review process involves the submission of a detailed project description that includes the entire scope of work, including any alternatives that may be under consideration, along with supporting documentation so FEMA may determine whether the proposed project has the 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 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 completion of the EHP review process and receipt of approval by the Subrecipient may not be reimbursed. 6. PROCUREMENT a. The Subrecipient shall comply with all procurement requirements of 2 CFR 200,317 through 200.327 and as specified in the General Terms and Conditions (Attachment B, A. 110). b. For all sole source contracts expected to exceed $250,000, the Subrecipient must Submit to the Department for pre -procurement review and approval the procurement documents, such as requests for proposals, invitations for bids and independent cost estimates. This requirement MUSt be passed on to any non-federal entity to which the Subrecipient makes a, subaward, at which point the Subrecipient, will be responsible for reviewing and approving sole Source jUStifications of any non-federal entity -to which the Subrecipient makes a subaward. 7. SUBRECIPIENT MONITORING DHS-FEMA-HSGP-SH S P-FY22 Page 7 of 44 Grant Count, Sheriff's Office, E23-094 a. The Department will monitor the activities of the Subrecipient from award to closeout. The goal of the Department's monitoring activities will be to ensure that agencies receiving federal pass- through funds are in compliance with this Agreement, federal and state audit requirements, federal grant guidance, and applicable federal and state financial regulations, as well as 2 CFR Part 200 Subpart F. b. To document compliance with 2 CFR Part 200 Subpart F requirements, the Subrecipient shall 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., 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, meeting minutes), e- mails, and correspondence; iv. Review of reimbursement requests and -supporting documentation to ensure allowability and consistency with Agreement Work Plan (Attachments D-1, D-2, D-3), Budget (Attachment E), and federal requirements; v. Observation and documentation of Agreement -related activities, such as exercises, training, events, and equipment demonstrations; and vi. On-site visits to review equipment records and inventories, to verify SOUrce documentation for reimbursement requests and performance reports, and to verify completion of deliverables. d. The Subrecipient is required to meet or exceed the monitoring activities, as outlined above, for any non-federal entity to which the Subrecipient makes a subaward as a pass-through entity under this Agreement. e. Compliance will be monitored throughout the performance period to assess risk. Concerns will be addressed through a corrective action plan. 8. LIMITED ENGLI-SH PROFICIENCY (CIVIL RIGHTS ACT OF 1964 TITLE VI) The Subrecipient must comply with the Title V1 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 with limited English proficiency (LEP) to their programs and services. Providing meaningful access for persons with LEP may entail providing language assistance services, including oral interpretation and written translation. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency (August 11, 2000), requires federal agencies to issue guidance to recipients, assisting such organizations and entities in understanding their language access obligations. DHS published the required recipient guidance in,April 2011, DHS Guidance to Federal Financial Assistance Recipients Regarding Title VI Prohibition against inst National Origin Discrimination Affecting Limited English Proficient Persons, 76 Fed. Reg. 21755-21768, (April 18, 2011). The Guidance provides helpful information such as how a recipient can determine the extent of its obligation to provide language services, selecting language services, and elements of an effective plan on language assistance for LEP persons, For additional assistance and information regarding language access obligations, please refer to the DHS Recipient Guidance at httr)s://www.dlis.gov/cLLi,i.dance-pLiblished- ,help-de partment-SLipported-organiza*tions-provide-meaninqfLIl-access-peoQle-limited and additional resources on https://www.lep.gov. 9. NIMS COMPLIANCE a. The National Incident Management System (NIMS) identifies concepts and principles that answer how to manage emergencies from preparedness to recovery regardless of their cause, size, 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 capabilities needed to achieve a secure and resilient nation. DHS-FRAA-HSGP-SHS P-FY22 Page 8 of 44 Grant County Sheriff's Office, E23-094 b. Consistent implementation of NIMS provides a solid foundation across jurisdictions and disciplines to ensure effective and integrated preparedness, planning, and. response. 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 sustain the core capabilities in support of the National Preparedness Goal. c. In order to receive federal preparedness funding from the Department, the Subrecipient must achieve, or be actively working to achieve, all of the NIMS Implementation Objectives located at httr)s://www.fema.gov/eniergency-matiagers/nims/implementation-training. B. HSGP SPECIFIC REQUIREMENTS 1. The Subrecipient must use HSGP funds only to perform tasks as described in the Work Plan (Attachments D-1, D-2; D-3), as approved by the Department, and in compliance with this Agreement. a. S.HSP-funded projects must assist state, local, tribal, and territorial efforts to Wild, sustain, and deliver the capabilities necessary to prevent, prepare for, protect against, and respond to acts of terrorism. b. UASI-funded projects must assist high -threat, high-density Urban Area efforts to build, sustain, 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 CLIStOMS and Border Protection, United States Border Patrol, and federal, state, local, tribal, and territorial 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 states 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 enforcement authorities to support the border security mission and do not receive any additional authority as a result of participation in OPSG. d. State agencies, including law enforcement, must comply with RCW 43.1 '.425 and may not use agency funds (including this grant), facilities, property, equipment, or personnel., to investigate, enforce, cooperate with, or assist in the investigation or enforcement of any federal registration or surveillance programs or any other laws, rules, or policies that target Washington residents solely on the basis of race, religion, immigration, 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 be related to administration of the grant. The maximum percentage of the Grant Agreement Amount that may be used for M&A costs when allocated under this, Agreement shall not exceed five :percent (5%) but may be less. b. At least thirty percent (30%) of the combined HSGP award allocated under SHSP and UASI must be dedicated to law enforcement terrorism prevention activities (LETPA). To meet this requirement, the Subrecipient has agreed, at a minimum, to meet the LETPA percentage indicated in the Budget. If the Subrecipient 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 personnel expenses under this Agreement is identified in the Budget. If the Subrecipient anticipates spending more on personnel costs, an 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 Subrecipient must ensure all Fusion Center analytical personnel demonstrate qualifications that meet or exceed competencies identified in the Common Competencies for state, local, and tribal intelligence analysts, which outlines the minimum categories of training needed for intelligence analysts. All training to ensure baseline proficiency in intelligence analysis and production must be completed within six (6) months of hiring unless the DHS-FEMA-HSGP-SHSP-FY22 Page 9 of 44 Grant COL111ty Sheriff's Office, E23-094 analyst has previously served as an intelligence analyst for a minimum of two (2) years. Proof of' satisfaction of this requirement must be accessible to the Department Key Personnel as applicable. 4. If funding is allocated to non -DHS FEMA training, the Subrecipient must request pLior written approval from the Department Key Personnel before attending the training. The Department will coordinate approval with the State Training Point of Contact. Pursuant to DHS/FEMA Grant Programs Directorate Information Bulletin No. 432, Review and Approval Requirements for Training Courses Funded Through Preparedness Grants, httos.-ifw\A.rw.fema.clov/sites/defaLilt/files/2020- 04/Training Course Review and Approval IB Final 7 19 18.0f, the training must fall within the FEMA mission scope and be in alignment with the Subrecipient's Emergency Operations Plan: This requirement only applies to training courses and does not include attendance at conferences. Furthermore, additional federal approvals are required for courses that relate to, Countering Violent Extremism prior to attendance. 5. For SHSP and UASI, Subrecipients are required to complete the annual Nationwide Cybersecurity Review (NCSR) https://www.cisecurit org/ms-isac/services/ncsr to benchmark and measure progress of improvement in their cybersecurity posture. 6. Except for an elevated National Terrorism Advisory System alert, 26or written approval is required before SHSP and UASI funds may be used for operational overtime. Requests, must be submitted to the Department Key Personnel in advance of the expenditure to ensure all additional approval steps can be met. 7. SHSP Subrecipients shall participate in the State's annual Stakeholder Preparedness Review (SPR), the State's Threat and Hazard Identification and. Risk Assessment (THIRA), core capabilities assessments, and data calls. Non -participation may result in withholding Of funding under future grant years. 8. UASI Subrecipients shall participate in the annual UASI SPR and THIRA process 9. Subrecipients should document their preparedness priorities and use them to deploy a schedUle of preparedness events in a multi-year Integrated Preparedness Plan (IPP). Subrecipients are encouraged to participate in the State's annual Integrated Preparedness Planning Workshop (IPPVV) or may conduct their own local/regional IPPW. Information related to IPPS and Integrated Preparedness Planning Workshops (IPPWs) can be found on the HSE.EP website at https://www.fema.gov/HSEEP and https://preptoolkit.fema.gov/. C. DHS TERMS AND CONDITIONS As a subrecipient of 22HSGP funding, the SUbrecipient shall comply with all applicable DHS terms and conditions of the 22HSGP Award Letter and its incorporated documents , which are incorporated in and made a part of this Agreement as Attachment C. DHS-FEMA-HSGP-SHSP-F'Y22 Page 10 of 44 Grant County Sheriff's Office, E23-094 Attachment B Washington Military Department GENERAL TERMS AND CONDITIONS Department of Homeland Security (DIES)/ Federal Emergency Management Agency (FEMA.) Grants A.1 DEFINITIONS As used throughout this Agreement, the terms will have the same meaning as defined in 2 CFR 200 Subpart A (which is incorporated herein by reference), except as otherwise set forth below: a. "Agreement" means this Grant Agreement. b, "Department" means the Washington Military Department, as a state agency, any division, section, office, unit or other entity of the Department, or any of the officers or other officials lawfully representing that Department. The Department is a recipient of a federal award directly from a federal awarding agency and is the pass-through entity making a subaward to a Subrecipient under this Agreement. C. "Investment" means the grant application submitted by the Subrecipient describing the project(s) for which federal funding is sought and provided under this this Agreement. Such grant application is hereby incorporated into this -Agreement by reference, d. "Monitoring Activities" means all administrative., financial,. or other review activities that are conducted to ensure compliance with all state and federal laws., rules, regulations, authorities and policies. e. "Stakeholders Preparedness Report (SPIR)" The SPR is an annual three-step self-assessment of a community's capability levels based on the capability targets identified in the THIRA. f, "Subrecipient" when capitalized is primarily used throughout this Agreement In reference to the non-federal entity identified on the Face Sheet of this Agreement that has received a subaward from the Department. However, the definition of "Subrecipient" is the same as in 2 CFR 200.1 for all other purposes. "Threat and Hazard Identification and Risk Assessment (THIRA)' The TH[ A is a three-step 9.. ;R risk assessment. The THIRA helps communities understand their risks and determine the level of capability they need in order to address those risks. The outputs from this process lay the foundation for determining a community's capability gaps during the SPR process. A.2 ADVANCE PAYMENTS PROHIBITED The Department shall make no payments in advance or in anticipation of goods or services to be provided under this s Agreement. Subrecipient Shall not invoice the Department in advance of delivery and invoicing Of Such goods or services. A.3 AMENDMENTS AND MODIFICATIONS The Subrecipient or the Department may request, in writing, an amendment or modification of this Agreement. However, such amendment or modification shall not be binding, take effect or be incorporated herein until made in writing and signed by the authorized representatives of the Department and the Subrecipient. No other understandings or agreements, written or oral, shall be binding on the parties, The Agreement performance period shall only be extended by (1) written notification of DHS/FEMA approval of the Award perfo rrn an ce 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 is project(s). AA AMERICANS WITH DISABILITIES ACTADAOF 1990, PUBLIC LAW 101-336, 42 U.S.C. 12101 ET SEQ. AND ITS IMPLEMENTING REGULATIONS ALSO REFERRED TO AS THE "'ADA" 28 CFR Part 35. The Subrecipient must comply with the ADA, which provides comprehensive :civil rights protection to individuals with disabilities in the areas of employment, public accommodations, state and local government services, and telecommunication. DHS-FEMA-HSGP-SHSP-FY22 Page 11 of 44 Grant County Sheriff's Office, E23-094 A.5 ASSURANCES The Department and Subrecipient agree that all activity pursuant to this Agreement will be in accordance with all the applicable current federal, state and local laws, rules, and regulations. A.6 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, OR INELIGIBILITY As federal funds are a basis for this Agreement, the Subrecipient certifies that the Subrecipient is not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in this Agreement by any federal department or agency. The Subrecipient shall complete, sign, and return a Certification Regarding Debai7nent., Suspension, Ineligibility., and V010-ntary Exclusion form located at http://mil.wa-gov/emerqency-management- division/grantslrequiredqrantfornis. Any such form completed by the Subrecipient for this Agreement shall be incorporated into this Agreement by reference. Further, the Subrecipient agrees to comply with all applicable federal regulations concerning the federal debarment and suspension system, including 2 CFR Part 180, The Subrecipient certifies that it will ensure that potential contractors or subrecipients or any of their principalq are not debarred, suspended, proposed for debarment, declared: ineligible, or voluntarily excluded from participation in "covered transactions"r by any federal department or agency. "Covered transactions" include proCUrement, contracts for goods or services awarded under a non -procurement transaction (e,g., grant or cooperative agreement) that are expected to equal or exceed $25,000, and subawards to Subrecipients for any amount. With respect to covered transactions, the Subrecipient may comply with this: provision by obtaining a certification statement from the potential contractor or subrecipient or by checking the System for Award Management (htt,ps://sam.clov/SAM/) maintained by the federal government. The Subrecipient also agrees not to enter into any, arrangements or contracts with any party on the Washington State Department of Labor and Industries' "Debarred Contractor List" (.1ittps://secure.ini.wa.gov/debarandstrike/ContractorDebarList.aspx). The Subrecipient also agrees not to enter into any agreements or contracts for the purchase of goods and services with any party on the Department of Enterprise Services' "Debarred Vendor List;' (http://www.des.wa-gov/services/ContractingPLirchasin-q/Business/Pages/Vendor-Debarment.asr)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 knowledge and belief: (1) no federally appropriated funds have been paid or will be paid by or on behalf of the Subrecipient to any person. for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement; (2) that if any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Agreement, grant, loan, or cooperative agreement, the Subrecipient will complete and Submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions; (3) and that, as applicable, the Subrecipient will require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, SUbgrants, and contracts under grants, loans, and cooperative agreements) and that all Subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into and is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. A,8 COMPLIANCE WITH APPLICABLE STATUTES RULES AND -DEPARTMENT POLICIES The Subrecipient and all its contractors and subrecipients shall comply with, and the Department is not responsible for determining compliance with, any and all applicable federal, state, and local laws, regulations, executive orders, OMB Circulars, and/or policies. This obligation includes, but is not limited to: nondiscrimination laws and/or policies, Energy Policy and Conservation Act (PL 94-163, as amended), the Americans with Disabilities Act (ADA), Age Discrimination Act of 1975, Title V1 of the Civil Rights Act of 1964, Civil Rights Act of 1968, the Robert T. Stafford Disaster Relief and Emergency Assistance Act, (PL 93-288, as amended), Ethics in Public Service (RCW 42.52), Covenant Against Contingent Fees (48 CFR Section 52.203-5), Public Records Act (RCW 42,56), Prevailing Wages on Public Works (RCW DHS-FEMA-HSGP-SHSP-FY22 Sheriff'sPa e 12 of 44 Grant County Office, 9E23-094 A.10 39.12), State Environmental Policy Act (RCW 43.21 C), Shoreline Management Act of 1971(RCW 90-.5 8); State Building Code (RCW 19.27), Energy Related Building Standards (RCW 19.27A), Provisions in Buildings for Aged and Handicapped Persons (RCW 70.92), and safety and health regulations, In the event of noncompliance or refusal to comply with any applicable law, regulation, executive order, OMB Circular or policy by the Subrecipient, its contractors or subrecipients, the Department may rescind, cancel, or terminate the Agreement in whole or in part in its sole discretion. The SUbrecipient is responsible for all costs or liability arising from its failure, and that of its contractors and subrecipients, to comply with applicable laws, regulations, executive orders, OMB Circulars or policies. CONFLICT OF INTEREST No officer or employee of the Department; no member, officer, or employee of the Subrecipient or its designees or agents; no member of the governing body of the jurisdiction in which the project is undertaken or located; and no other official of the Subrecipient who exercises any functions or responsibilities with respect to the protect during his or her tenure, shall have any personal orpecuniary gain or interest, direct or indirect, in any, contract, subcontract, or the proceeds thereof, for work to be performed in connection with the project assisted under this Agreement. The Subrecipient shall incorporate, or cause to incorporate, in all such contracts or subawards, a provision prohibiting such interest pursuant to this provision. CONTRACTING & PROCUREMENT a. The Subrecipient shall use a competitive procurementprocess in the procurement and award of any contracts with contractors or subcontractors that are entered into under the original agreement award. The procurement process followed shall be in accordance with 2 CFR Part 200.318, General procurement standards, through 200.327, Contract provisions. As required by Appendix 11 to 2 CFR Part 200, all contracts entered into by the Subrecipient under this, Agreement must include the following provisions, as applicable: 1) Contracts for more than the simplified fied acquisition threshold currently set at $250,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 19083 :Must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. 2) All contracts in excess of $10,000 must address termination for cause and for convenience by the non-federal entity including the manner by which it will be affected and the basis for settlement. 3) Equal Employment Opportunity, Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided Under 41 CFR 60-1.4(b), in ,accordance with Executive Order 11246, "EqUal Employment Opportunity' (30 FR 12319 12935, 3 CFR Part, 1964-1965 Comp,, p. 339), as amended by Executive Order 11375' "Amending Executive Order 11246 Relating to Equal Employment Opportunity, if and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Depattment of Labor. )] 4) Davis -Bacon Act, as amencled (40 U.S.C. 3141-3148). When required by Federalprogram 'legislation,, all prime construction contracts in excess of $2,000 awarded by non-federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. 3141- 3144,, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covedng Federally Financed and Assisted Construction"). In accordance with the statute, con -tractors must be required topay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors Must be required to pay wages not less than once a week. The non-federal entity Must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-federal entity must report all suspected or reported violations to the federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. 3145), as DHS-FEMA-HSGP-SHSP-FY22 Page 13 of 44 Grant County Sheriff's Office, E23-094 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 by Loans or Grants from the United States"). The Act provides that each contractor or Subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-federal entity must report all suspected or reported violations to the federal awarding agency. 5) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicablel all contracts awarded by the non-federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part. 5). Under 40 U.S.C. 3.702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 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 recipient or Subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance, of experimental, developmental, or research work under that. "funding agreement," the recipient or Subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. 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 to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations MUst be reported to the federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). 8) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the government -wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C-FR1 80 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549, 9) Byrd Anti -Lobbying Amendment (31 U.S.C. 1352} Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, amember 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 entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only DHS-FEMA-HSGP-SHSP-FY22 Page 14 of 44 Grant County Sheriffs Office, E23-094 items designated in guidelines of the Envimnmenta[Protection Agency (EPA) at4DCFR part 247 that contain the highest percentage of recovered nnatoheHs praob � bie, consistent with maintaining esatisfactory level ofcompetition, where the purchase price ofthe item exceeds $10.000 or the value of the quantity acquired during the preceding fiscal year exceeded $10.000| procuring solid waste management services in e manner that maximizes energy and resource recovery; and establishing an affinnoUme procurement program for procurement ofrecovered materials identified inthe EPA guidelines, 11) Notice of federal awarding agency requirements. and, regulations pertaining to reporting. 12\ Federal awarding agency requirements and regulations pertaining to copyrights and rights in data. 13) Access by the Department, the 8ubreoip(eoi, ihe,fedens| awarding agency, the Comptroller General ofthe United 8tetes, or any oftheir duly authorized representatives to any books, documents, papers, and records of the contractor which are directly pertinent to that specific coniraotforthepurpose;ofmak}nBoudit.exanoinstion,exoerpte,andtronsoriptiono. 14) Retention of all required records for six years after the Subrecipient has made final payments and all other pending matters are closed. 15\ Mandatory standards and po||o[ao oa|ebng to energy efficiency vvh\oh are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (pub.LQ4-183.89Stat. 871). 10 Pursuant to Executive Order 13858 "Strengthening Buy -American Preferences for Infrastructure froeots,''and asappropriate and to the extent consistent with law, the non - Federal entity should 'to the greatestextent praot}oab|e under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United 8tebss, 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. § 200.218. 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 Fisc Year201Q(Fy2O18NDAA),PUb.LNo. 115- 232(2018). 15-232/2016U. b. The Department reserves the right to review the Subreoipient's procurement plans and documents and require the Subnac| 'enttornakechangestobr|mgitsp|aneanddoournentointo oornp/henoe with the requirements of CFR Part 200-317 through 200.327. The Subreoipient must ensure that its procurement process requires contractors and subcontractors to provide adequate documentation with sufficient detail to support the cosba of the project and to allow both the SUbreo|p1entand Department tomake adetermination oneligibility ofproject ooats. C. All contracting agreements entered into pursuant to this Agreement oheU incorporate this Agreement by reference. A.11 DISCLOSURE The use or disclosure by any party ofany information concerning the Department for any purpose not directly connected with the administration of the Department's or the Subrecipient'aresponsibilities 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 inthis Agreement, when a bona fide dispute arises between the parties and it oonncd be resolved through discussion and neootiation, either party may request a dispute resolution board to resolve the dispute. A request for a dispute resolution board shall be in writing, state thedisputediaoueo.ototetherelativepooitionsoftheparUes'andbeaanttooUpoMieo.TheboardoheU consist of a representative appointed by the Department, a representative appointed by the Subrecipient and athird party mutually agreed upon bvboth parties, The determination ofthe dispute resolution board oho|| be final and binding on the parties hereto. Each party shall bear the cost for its member of the dispute resolution board and its attorney fees and costs and share equally the cost ofthe third board member. DHS-FEMA-HSGP-SHSP-FY22 Page 15 of 44 Grant County Sheriffs Office, E23-094 A.13 LEGAL RELATIONS |tisunderstood and agreed that this Agreement is solely for the benefit of the parties to the Agreement and gives noright to any other party. No joint ventureor partnership is formed as o result. of this Agreement. — To the extent allowed by law, the Bubnacipieni, its successors orassigns, will proLeoi, save and hold harmless the Oepartrnent, the state of VVoohingion, and the United States Government and their authorized agents and employees, from all claims, actions, costs, damages or expenses of any nature whatsoever by reason of the acts or omissions ofthe Subreoipkaot its subcontractors, oubreo|pienLe' ase|gne, agents, contractors, consultants, |ioenoeeo, inviiees, employees or any person whomsoever arising out oforinconnection with any acts oractivities authorized bythis Agreement. To the extent allowed by law, the Subrecipient further agrees to defend the Department and the state of Washington and their authorized agents and employees in any litigation; including payment of any costs orattorneys' fees for any claims oraction commenced thereon arising Ootoforin, connection with acts oractivities authorized bythis Agreement. This obligation shall not include Such claims, costs, damages orexpenses which may becaused bythe sole neg|igenoeofthe Department; provided, that ifthe claims or damages are caused by or resul't from the concurrent negligence uf(1)the Department, and (2)the 8ubreoipient.its agents, oremp|oyeee this indemn�yprovision shall bevalid and onforo�eb|eon|yt�theext�ntofth�n�g|ig�noaofth�Gubreci�ient orthe SubneoipienX's agentoorernp|oyeeo. , ' Insofar asthe funding source, FEMA, 1s anagency ofthe Federal government, the following shall apply: 44 CFR 206..9 Non-liab . The Federal government shall not be liable for any claim based upon the exercise or performance of, or the failure to exercise or perform o discretionary function or duty on the part of a federal--,, agency or an employee of the Federal 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. Only the Department's Authorized Signature representative and the Authorized Signature representative of the Subrecipient, or Atternate for the Subrecipient, forma[ly 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 of any clause or condition of this Agreement is not effective or binding unless made in writing and signed by both parties' Authorized Signature representatives, except as provided for time extensions in Article Furdzer, only the Authorized Signature representative or Alternate for the 8ubreopieni shall have signature authority to sign reimbursement requests, time extension requests, amendment and modification requests, requests for changes to projects orwork plans, and other requests, certifications and documents authorized bvorrequired under this Agreement, A.15 LOSS OR REDUCTION OF FUNDING In the event funding from state, yedera|, or other sources is withdrawn, reduoed, or limited in any way after the effective date of this Agreement and prior to normal completion or end date, the Department may unilaterally reduce the work plan and budget or unilaterally terminate all or part of the Aoreement as a "Termination for Cause" without providing the Subreciplent 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 noobligation todoso. A.18 NONASSIGNABILITY Neither this Agreement, nor any claim arising under this Agreement, shall be transferred or assigned by thaSubnaoipient. A.17 NONDISCRIMINATION During the performance of this agreement. the SUbrecipient shall comply with all federal and state nondiscrimination statutes and regulations. These requirements include, but are not limited to: a. Nondiscrimination in Employment: The Contractor shall not discriminate against any employee or for employment because ofrao�color, sex, sexual orientation, religion, notion|ohg}n. oreed, marital status, age' Vietnam era or disabled veterans sto1uS, or the presence ofany sensory, mental, or physical handicap. This requirement does not apply, however, to a religious corporation, association, educational institution or society with respect to the employment of individual's of a particular religion to perform work connected with the carrying on by such corporation, association, educational institution or society of its activities. b. The Subrecipient shall take action to ensure that employees are employed and treated during employment without discrimination because of their- race, color, sex, sexual orientation religion, national origin, creed, marital status, age, Vietnam era or disabled veteran status, or the presence of any sensory, mental, or physical handicap. Such action shall include, but not be limited to, the following: Employment, Upgrading, demotion, or transfer, recruitment or recruitment selection for training, including apprenticeships and volunteers. A.18 NOTICES The Subrecipient shall comply with all public notices or notices to individuals required by applicable local, state and federal laws and regulations, and shall maintain a record of this compliance. A.19 OCCUPATIONAL SAFETYMEALTH ACT and WASHINGTON INDUSTRIAL SAFETY/HEALTH ACT SHAD The Subrecipient represents and warrants that its workplace does now or will meet all applicable federal and state safety and health regulations that are in effect during the Subrecipient's performance under this Agreement. To the extent allowed by law, the Subrecipient further agrees to indemnify and hold harmless the Department and its employees and agents from all liability, damages and costs of any nature, including, but not limited to, costs of suits and attorneys' fees assessed against the Department, as, a. result of the failure of the Subrecipient to so comply. A.20 OWNERSHIP OF PROJECT/CAPITAL FACILITIES The Department Makes no claim to any capital facilities or realproperty improved or constructed with funds under this Agreement, and by this subaward of funds does not and will not acquire any ownership interest or title to such property of the Subrecipient. The Subrecipient, shall assume all liabilities and responsibilities arising from the ownership and operation of the project and agrees to indemnify and hold the Department, the state of Washington, and the United States government harmless from any and all causes of action arising from the ownership and operation of the project. A.21 POLITICAL ACTIVITY No portion of the funds provided herein shall be used for any partisan political activity or to further the election or defeat of any candidate for public office 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 inpayment of any bonus or commission for the purpose of obtaining approval of the application for such assistance or any other approval or concurrence under this Agreement provided, however, that reasonable fees or bona fide technical consultant, managerial, or other such services, other than actual 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 advertising andpublicity matters relating to this, Agreement wherein the Department's name is mentioned, or language used from which the connection of the Department's name may, in the Department's judgment, be inferred or implied. The Subrecipient agrees not to publish or use such advertising and publicity matters without the prior written consent of the Department. The, Subrecipient may copyright original work it develops in the course -of or under this Agreement; however,pursuant to 2 CFR Part 200.315, FEMA reserves a royalty - free, nonexclusive, and irrevocable license to reproduce, publish or otherwise use, and to authorize others to use the work for government purposes. Publication resulting from work performed under this Agreement shall include an acknowledgement of FEMA's financial support, by the Assistance Listings Number (formerly CFDA Number), and a statement that the publication does not constitute an endorsement by FEMA or reflect FEMA's views. ' A.24 RECAPTURE PROVISION In the event the Subrecipient fails to expend funds Linder this Agreement in accordance with applicable o . federal, state, and local laws, regulations, and/or the provisions of the Agreement, the Department reserves the right to recapture funds in an amount equivalent to the extent of noncompliance. Such right DHS-FEMA-HSGP-SHSP-FY22 Page 17 of 44 Grant County Sheriff's Office, E23-094 of recapture shall exist for the life of the project following Agreement termination. Repayment by the Subrecipient of funds under this recapture provision shall occur within 30 days of demand. In the event the Department is required to institute legal, proceedings to enforce the recapture provision, the Department shall be entitled to its costs and expenses thereof, including attorney fees from the Subrecipient. A.25 RECORDS a. The Subrecipient agrees to maintain all books, records, documents, receipts, invoices and all other electronic or written records necessary to sufficiently and properly reflect the Subrecipient's contracts, subawards, grant administration, and payments, including all direct and indirect charges, and expenditures in the performance of this Agreement (the "records"). b. The Subrecipient's record's related, to this Agreement and the projects funded may be inspected and audited by the Department or its designee, by the Office of the State Auditor, DHS, FEMA or their designees, by the Comptroller General of the United States or its designees, or by other state or federal officials authorized by law, for the purposes of -determining compliance by the Subrecipient with the terms of this Agreement and to determine the appropriate level of funding to be paid under the Agreement. C. The records shall be made available by the Subrecipient for such inspection and audit, together with suitable space for such purpose, at any and all times during the Subrecipient's normal working day. d, The Subrecipient shall retain and allow access to all records related to this Agreement and the funded project(s) for a period' of at least six (B) years following final.payment and closure of the grant under this Agreement. Despite the minimum federal retention requirement of three, (3) years, the more stringent State requirement of six (6) years must be followed. A.26 RESPONSIBILITY FOR PROJECT/STATEMENT OF WORKMORK PLAN While the Department undertakes to: assist the Subrecipient with the projectistatement of work/workplan (project) by providing federal award funds pursuant to this Agreement, the project itself remains the sole responsibility of the Subrecipient. The Department undertakes no responsibility to the Subrecipient, or to any third party, other than as is expressly set out in this Agreement. The responsibility for the designt development, construction, implementation, operation and maintenance of the project, as these phrases are applicable to this project, is solely that of the Subrecipient, as is responsibility for any claim or suit of any nature by any third party related in any way to the project. Prior to the start of any construction activity, the Subrecipient shall ensure that all applicable federal, state, and local permits and clearances are obtained, including, but not limited to, FEMA compliance with the National Environmental Policy, Act, the National Historic Preservation Act, the Endangered Species Act, and all other environmental laws, regulations, and executive orders. The Subrecipient shall defend, at its own cost, any and all claims or suits at law or in equity, which may be brought against the Subrecipient in connection with the project. The Subrecipient shall not look to the Department, or to any state or federal agency, or to any of their employees or agents, for any performance, assistance, or any payment or indemnity, including, but not limited to, cost of defense and/or attorneys' fees, in connection with any claim or lawsuit brought by any third party related to any design, development, construction, implementation, operation and/or maintenance of a project. A.27 SEVERABILITY If any court of rightful jurisdiction holds any provision or condition under this Agreement or its application to any person or circumstances invalid, this invalidity does not affect other provisions, terms or conditions of the Agreement, which can be given effect without the invalid provision. To this end, the terms and conditions of this Agreement are declared severable. A.28 SINGLE AUDIT ACT REQUIREMENTS (Including all AMENDMENTS The Subrecipient shall comply with and include the following audit requirements in any subawards. Non-federal entities, as Subrecipients of a federal award, that expend $750,000 or more in one fiscal year of federal funds from all sources, direct and indirect, are required to have a single or a program - specific audit conducted in accordance with 2 CFR Part 2-00 Subpart F. Non-federal entities that spend less than $760,000 a year in federal awards are exempt from federal audit requirements for that year, except as noted in 2 CFR Part 200 Subpart F. As defined in 2 CFR Part 200, the term "non-federal entity" DHS-FEMA-HSGP-SHSP-FY22 Page 18 of 44 Grant County Sheriff's Office, E23-094 means. a state, local government, Indian tribe, institution of higher education, or nonprofit organization that carries out a federal award as a recipient or subrecipient. Subrecipients that are required to have an audit must ensure the audit ispcordanceerformed in acwith Generally Accepted Government Auditing Standards (GAGAS) as found, in the Government Auditing Standards (the Revised Yellow Book) developed by the United States Comptroller General and the OM B Compliance Supplement. The Subrecipient has the responsibility of notifying its auditor and requesting an audit in compliance with 2 CFR Part 200 Subpart F, to include the Washington State Auditor ), S Office, a federal auditor, ora public accountant performing work using GAGAS., as appropriate. Costs of the audit may be an allowable grant expenditure as authorized by 2 GFR Pail 200.425, The Subrecipient shall maintain auditable records and accounts so as to facilitatethe audit requirement and shall ensure that any subcontractors also maintain auditable records. The Subrecipient is responsible for any audit exceptions incurred by its own organization or that of its subcontractors. Responses to any 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 send a full copy of the audit and its Corrective Action Plan to the Department at the following address no later than nine (9) months after the end of the Subrecipient's fiscal year(s): Contracts Office Washington Military Department Finance Division, Building #1 TA -20 Camp Murray, WA 98430-5032 OR Contracts Off icem i I wa.a ov The Department retains the sole- discretion to determine whether a valid claim for an exemption from the audit requirements of this provision has been established. Conducting a single or program -specific audit in compliance, with 2 CFR Part 200 Subpart F is a material requirement of this Agreement. In the absence of a valid claim of exemption from the audit requirements of 2 CFR Part 200 Subpart F, the Subrecipient's failure to comply with saidaudit 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 with 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 SUBRECIPI'ENT NOT EMPLOYEE The Subrecipient, and/or employees or agents performing Linder this Agreement, are not employees or agents of the Department in any manner whatsoever. The Subrecipient will not bepresented as nor claim to be an officer or employee of the Department or of the State of Washington by reason hereof, nor will the Subrecipient make any claim, dernand, or application to or for any right,privilege or be applicable to an officer or employee of the Department or of the State of Washington, including, but not 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; OFIVI Reg. 4.3.1.1.8. It is understood that if the Subrecipient is another state department, state agency, state University, state college, state community college, state board, or state commission, that the officers and employees are employed by the State of Washington in their own right. If the Subrecipient is an individual currently employed by a Washington State agency, the Department shall obtain proper approval from the employing agency or institution before entering into this contract. A statement of "no conflict of 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,pay and maintain in Current status all taxes, unemployment contributions, fees, licenses, assessments,permit charges and DHS-FEMA-HSGP-SHSP-FY22 Page 19 of 44 Grant County Sheriffs Office, E23-094 expenses ofany other kind for the Su or its staff required ' �statute or regulation that are applicable toAgreement performance. A.31 TERMINATION FOR CONVENIENCE Notwithstanding any provisions of this Agreement, the Bubreopkant may terminate this Agreement by p�ding��n�i���ohh�|n�on��e����K�p�onne|���in�Agreement, -' specifying: effective edleast thirty (3[) days prior 'tosuch date. Except as otherwise provided in this Aore'ment. the Department, in its sole discretion and in the best interests of the state of Washington, may terminate this Agreement in whole or in part ten (10) business days after emai[[ng notice to the Subreoipient- Upon notice of termination for convenience, the Department reserves the right to suspend all or part, ofthe Agreement, withhold further payments, or prohibit the Subreoipientfrom incurring additional obligations of funds. In the event of termination, the Subneoipient shall be liable for all damages as authorized by law. The rights and remedies of the Department provided: for inthis section shall not be exclusive and are inaddition toany other rights and remedies provided by |emv. A.32 TERMINATION OR SUSPENSION FOR LOSS OF FUNDING The Department may, unilaterally uterminate u'suspend all orpart orthis Grant Agreement, ormay reduce. its scope ofvvork and budget, if there is a reduction in funds by the source of those funds, and if such funds are the basis for this Grant Agreement. The Department will email the Subrecip|entten (1O\ business dayapdorioternninotion. ` ' A.33 TERMINATION OR SUSPENSION FOR CAUSE In the event the Department, in its sole dksoret|on, determines the Subreoipient has failed to fulfill in a -time|yandproperrnannor|toVb|igaiionsunderthhaAgreernent.|s|nonunsoundf|nanoia|nonditionoo as to endanger performance hereunder. is in violation of any |ame or regulations that render the Bubreoipient unable to perform any aspect of the Agreement, or has violated any of the covenants, aQreementsorst1pu|mtionsofthioAgreement,theDepartmenthastheright to'imrnedistek/suspend or terminate this Agreement in whole or in part.- The Department may notify the Bubnsoipient in writing of the need totake corrective action and provide o period of time in which to oure. The Department is not required to allow the Subreuipieot an opportunity to oure if it isnot feasible as determined solely within the Department's discretion, Any time allowed for cure shall not diminish or eliminate the Bubreoipient`a liability for damages or otherwise affect any other remedies available tothe. Department. |fthe Department allows the Subrecipierdan, oppo�unitytocure, the Department shoU notify the Subrec|p|ant in writing of the need to take corrective action, If the corrective ac�onisnottaken, within ten (1O)calendar days oraeotherwise specified bvthe O�pa�ment. or if such corrective action is deemed by the Department to be insufficient, the Agreement may be terminated in whole or in. part. The Department reserves the right to suspend all orpart of the Agreement, withhold further payments, or prohibit the Subrecipient from incurring additional obligations ���d'ng { n�� ���c������.��ng���o�on����ip�.����.-rpending a deorisionbvthe Department toterminate the Agreement |nwhole orin part. |nthe event oftermination, the Gubnaci - ntsha]|be1bab|efuraUdernages aoauthorized bvlaw, including, but not limited to, any cost difference between the original Agreement and the replacement or cover Agreement and all administrative costs d|nsoUy related to the replacement Aonaement, e.g., cost of administering the competitive solicitation prooaoe' mai|ing, advertising and other associated staff time. The rights and remedies of the Department provided for in this section shall not be exclusive and are in addition to any other rights and remedies provided by law., If it is determined that the Gubreoip|ent: (1) was not in default or material breach, or (2) failure to perform was outside of the Subreo7pient'o con1ro|, fault or neg|iQenoe, the termination shall bedeemed to be a termination for convenience. A.34 'TERMINATION PROCEDURES In addition to the procedures set forth below, if the Department terminates this Agreement, the Subreop|ert shall follow any procedures specified in the termination notice. Upon termination of this Agreement and in addition to any other rights provided in this Agreement, the Department may require DHSFEMASGP-SHGP-FY22 Page 20 of 44 Grant COUntySheriff's Office, B3-094 the Subrecipient to deliver to the Department any property specifically produced or acquired for the performance of such part of this Agreement as has been terminated. If the termination is for convenience, the Department shall pay to the Subrecipient as an agreed upon price, if separately stated, for properly authorized and completed work and services rendered or goods delivered to and accepted by the Department prior to the effective date of Agreement termination, the amount agreed upon by the Subrecipient and the Department for (i) completed work and services and/or equipment or supplies provided for which no separate price is stated, (ii) partially completed work and services and/or equipment or supplies provided which are accepted by the Department, (iii) other work, services and/or equipment or supplies which are accepted by the Department, and (iv) the protection and preservation of property. Failure to agree with such amounts shall be a dispute within the meaning of the "Disputes" clause of this Agreement. If the termination is for cause, the Department shall determine the extent of the liability of the Department, The Department shall ' 11 have no other obligation to the Subrecipient for termination. The Department may withhold from any amounts due the Subrecipient such sum as the Department, determines to be necessary to protect the Department against potential loss or liability. The rights and remedies of the Department provided in this Agreement shall not be exclusive and are in addition to any other rights and remedies provided by law. After receipt of a notice of termination, and except as otherwise directed by the Department in writing, the Subrecipient shall., a. Stop work under the Agreement on the date, and to the extent specified, in the notice; b. Place no further orders or contracts for materials, services, supplies, equipment and/or facilities in relation to this Agreement except as may be necessary for completion of such portion of the work under the Agreement as is not terminated; C. Assign to the Department, in the manner, at the times, and to the extent directed by the Department, all of the rights, title, and interest of the Subrecipient under the orders and contracts so terminated, in which case the Department has the right, at its discretion, to settle or pay any or all claims arising out of the termination of such orders and contracts; d. Settle all outstanding liabilities and all claims arising out of such termination of orders and contracts, with the approval or ratification of the Department to the extent the Department may require, which approval or ratification shall be final for all the purposes of this clause; e. Transfer title to the Department and deliver in the manner, at the times, and to the extent directed by the Department any property which, if the Agreement had been completed, would have been required to be furnished to the Department; f. Complete performance Of Such part of the work as shall not have been terminated by the Department in, compliance with all contractual requirements; and 9. Take such action, as may be necessary, or as the Department may require, for the protection and preservation of the property related to this Agreement which is in the possession of the Subrecipient and in which the Department has or may acquire an interest. A.35 MINORITY AND WOMEN -OWNED BUSINESS ENTERPRISES In accordance with the legislative findings and policies set forth in Chapter 39.19 RCW, the State of Washington encourages participation in. all its contracts by MW 13E firms certified by the Office of Minority and Women's Business Enterprises (OMWBE). To the extent possible, the Subrecipient will solicit and encourage minority-owned and women -owned business enterprises who are certified by the OMWBE under the state of Washington certification program to apply and compete for work under this contract. Voluntary numerical MWBE participation goals have been established, and are indicated herein: Minority Business Enterprises: (MBE's): 10% and Woman's Business Enterprises (WBE's)* 6%. A. 36 VENUE This Agreement shall be construed and enforced in accordance with, and the validity and performance shall be governed by, the laws of the state of Washington. Venue of any suit between the parties arising out of this Agreement shall be the Superior Court of Thurston County, Washington. The Subrecipient, by execution of this Agreement, acknowledges the jurisdiction of the courts of the state of Washington, DHS-FEMA-HSGP-SHSP-FY22 Page 21 of 44 Grant county Sheriffs Office, E23-094 A-37 WAIVERS No conditions or provisions of this Agreement can be waived unless approved in advance by the Department in writing. The Department's failure to insist upon strict performance of any provision of the Agreement or to exercise any right based upon a breach thereoft or the acceptance of any performance during, such breach, shall not constitute a waiver of any right under this Agreement. DHS-FEMA-HSGP-SHS P-FY22 Page 22 of 44 Grant County Sheriff's Office, E23-094 MWS 22HSGP ard Letter E-2022Aw-S-00056-SO1 -a- ie'' ------ Bret Daugher-ty V",ashington Nifilitary D ep-a rtme nt Building 20 C a n -i p N1 u r ra y , 'VVA, 9 843-10 - 6 '12 2 Re: C -13'r -a -rpt l\Io.EM%,,1V-2022-SS-00066 Dc-4ar Bret Daugherty. Attachment C US, Depiartrnent of Horne -k -and Se-,Wri�`�/ V'Vashingtori-, D.C. 20472 Congratulations, on behalf of the Departrn ent of Ho rriela rid Security, your application for financial assiss-tance submitte d un der the Fiscal Yenir .(FY) 2022 Hornela ' nd Security Grant Prograrn hac, been approved in the amoun-t of $13(906,347.00. You are not required to match this aw-ard with any arnount of non -Federal funds. Before you requFst and receive any of the' Feder zilfunds a%ekearded to you, you must establish Z-3cGeptance of the av,,lard. By accepting this -avvard, you -ackno,v,,,eledge. th-W the terr-ris rif the following documents are incorporated into the terms of your zi-oi a r d: a Agreerrient Atticlles-. (attached to this A%-vard Letter) x Obligating Document (attached to this Ao/ard Letter) 5 FY 2022 Horneland Securiti? Grant FT,--jgrarn Notice of Funding Opportunity. a FENeIA Preparedriess. Grant -.:s Nlarival Ple;.--ise rnake, sure you re -ad, understand, and rnairitain a col-.iy of these dnix-rients in your official, file forthis av-,eard. In order to e sitablish acceptance of the avvard and its terrns, t--ilease folioo.? these instrurtirin's* Step 1 : Please log in tai the k1l) Grants systern -at https.-,I.lt)cit-t.al.fp-.m,.a.gov. Step 2, After logging in, you will .-'lee the Horne p;nge a Panding Task., --i menu. Click on the Pending Tasks rnenu , eedect ti-jr-, Application sub -menu, and then click the link for 'AA-�,qrd Offer Review" taszks. This link Will nAaVigMe YOU tO AN-,�v-ard Packages that are pending revievii. Step 3- Click the Revievif Avvard Package icon (vvrench) to revie-oi the .4liard Pack -age and accept or decline the a—i;%lard. Please save or printt[-te Avvard Package for your records, Sys or- for-Avi'ard t1.4anagerrient (SMA): Grine recipients are to keep all of their irift.-irri-tation up to daM-Aicula date in S, in partr, 7j your r-qlanizzation's n arrip, address, Unique Entity Identifier (UEI) number, EIN and banking information. Pfeas, -n�--.ure th;.t the UEI nurnbe, r u se. d in SAIV1 i s t h e s a rTie one aced to appl1jwfor all FLENI.Aawardc-.. Future payments%ivill be contingent on the infc)rrnation provided in the SAI'vi; therefore, it 18 imperative that the infort-nation is correct, The Systern for/�P,,vard is located at jit L! , A,`k1vvv%o. s m . tj r-) v. If ;-.-Itly questions. 01, have updated your infort-nation iri SANel, please let your Grants as soon 9-s. po,-;sible. Thiswill help us to rn--ike the rieceS-Iskary updates and avoid any interruptions in the payrrip"nt, p r 0 C. &3 S. DHS-FEMA-HSGP-SHSP-FY22 Page 23 of 44 Grant County Sheriff's Office, E23-094 Pamela S. Willia.ms Asslistailt Admimsti*ator Gr, -int Pi-ogams Directovite PAI vlELASU,S`rl-l',N VV(LL IAN11"S, DHS-FEMA-H,SGP-SHS P-FY22 Page 24 of 44 Grant County Sheriff's Office, E23-094 T h P 0 *1 00: 0 0: 013 G NIT 202 2 U.S. Npartment of Homeland Security Washington, D.C, 20472 I AG RE E ME NT ARTICLE S H ortiel.an d Security Grant Proqrarii, GRANTEE: Washington Military Department PROGRAM: Homeland Security Grant Program AGREEMENT NUMBER: E NNY- 20 22- SE.3-00 05 6-10 I TABLE OF CONTENTS Article I Summary Description of.A.%ward Article I I D HS Stand ard Terms a nd C on dition s Ge ne rally Article III Assurances, administrative Requirements, Cost Principles, Representations and Certifications Article IV General Acknowledgements and A�surances Article V Ackno-o-eledgerrient of' Federal Funding from OHS article VI Activities Conducted Abroad Article V11 Age Discrimination Act of 1975 Article Vill Artie r1cans with Disabilities Act of '1990 Article IX Best Practices for Collection and Use of Personally Identifiable Information Article X Civil Rights Art of 1964 - Title V1 Article XI Civil Rights Act of 1968 Article XII Copyright Article X111 Deb-arment and Suspension D H S - F EM A- H S G P- S H S P - FY2 2 Page 25 of 44 Grant County Sheriff's Office, E23-094 Article XIV Article XV Article XVI Article XVII Article XVIII Article XIX Article XX Article XXI Article XXII Article XXI I I Article XXIV Article XXV Article XXVI Article XXVII Article XXVI I I Article XXIX Article XXX Article XXXI Article XXXI I Article XXXI II Article SIV Article XXXV Drug -Free Workplace Regulations Duplication of Benefits Education Amendments of 1972 (Equal Opportunity in Education Act) - Title IX Energy Policy and Conservation Act False Claims Act and Program Fraud Civil Remedies Federal Debt Status Federal Leadership on Reducing Text Messaging while Driving Fly America Act of 1974 Hotel and Motel Fire Safety Act of 1990 John S. McCain National Defense Authorization Act of Fiscal Year 2019 Limited English Proficiency (Civil Rights Act of 1964 - Title VI) Lobbying Prohibitions National Environmental Policy Act Nondiscrimination in Matters Pertalning to Faith -Based Organizations Non -Supplanting Requirement Notice of Funding Opportunity Requirements Patents and Intellectual Property Rights Procurement of Recovered Materials Rehabilitation Act of 1973 Reporting of Matters Related to Recipient Integrity and Performance Reporting Subawards and Executive Compensation Required Use of American Iron, Steel, Manufactured Products, and Construction Materials DHS-FEMA-HSGP-SHSP-FY22 Page 26 of 44 Grant County Sheriffs Office, E23-094 Article XXXVI SAFECOM Article XXXVII Terrorist Financing Article XXXVI I I Trafficking Victims Protection Act of 2000 (TVPA) Article XXXIX Universal Identifier and System of Award, Management Article XL USA PATRIOT Act of 2001 Article XLI Use of DHS: Seal, Logo and Flags Article XI -11 Whistleblower Protection Act Article XL.Ill Environmental Planning and Historic, Preservation (EHP) Review Article XLIV Applicability of DHS Standard Terms and Conditions to Tribes Article XLV Acceptance of Post Award Changes $-1 Article XLVI Disposition of Equipment Acquired Under the Federal Award Article XLVI I Prior Approval for Modification of Approved Budget Article XLVIII Indirect Cost Rate Article XLIX HSGP Performance Goal Article L Operation Storiegarden Program Hold Article L.1 OPSG Program Performance Goal Article I - Summary Description of Amird The purpose of the FY 2022 HSGP is to support state and local efforts to prevent terrorism and other catastrophic events and to prepare the Nation for the threats and hazards that pose the greatest risk to the security of the United States, The HSGP provides funding to implement investments that build, sustain, and deliver the 32 core capabilities essential to achieving the National Preparedness Goal of a secure and resilient Nation. Among the five basic homeland security missions noted in the DHS Quadrennial Homeland Security Review, HSGP supports the goal to Strengthen National Preparedness and Resilience. The building, sustainment, and delivery of these core capabilities are not exclusive to any single level of government, organization, or community, but rather, require the combined effort of the whole community, This HSGP award consists of State Homeland Security Program (SHSP) funding in the amount of $6,190,947, Urban Area Security Initiative (UASI) funding in the amount of $6,250,000 (Seattle Area, $6,250,000), and Operation Stonegarden (OPSG) funding in the amount of $11464,400. The following counties shall receive OPSG subawards for the following amounts: Adams, $75,000; Clallarn, $100,000; Ferry, $112,500; Island, $100,000; Lower Elwha Tribe, $75,000; Makah Tribe, $75.,000; Nooksack, $99,000; Okanogan, $100,000; Pend Oreille, $150,000; San Juan, $100,000; Spokane, $155,000; Stevens,$150,000; Swinomish Tribe, $72,900; Whatcom, $100,000. These grant programs fund a range of activities, including planning, organization, equipment purchase, training, exercises, and management and administration across all core capabilities and mission areas. Article 11 - DIHIS Standard Terms and Conditions Generally OHS-FEMA-HSGP-SHSP-FY22 Page 27 of 44 Grant County Sheriff's Office, E23-094 The Fiscal Year (FY) 2022 DHS Standard Terms and Conditions apply to all new federal financial assistance awards funded in FY 2022. These terms and conditions flow down to SLibrecipients unless an award term or condition specifically indicates otherwise. The United States has the right to seek judicial enforcement of these obligations. All legislation and digital resources are referenced with no digital links. The FY 2022 DHS Standard Terms and Conditions will be housed on dhs.gov at vAvw,dhs.gov/publication/f"yl5-dhs-standa,rd-terms-and-conditions. Article III - Assurances, Administrative Requirements, Cost Principles, Representations and Certifications I. DHS financial assistance recipients Must complete either the Office of Management and Budget (OMB) Standard Form 424B Assurances - Non -Construction Programs, or OMB Standard Form 424D Assurances - Construction Programs, as applicable. Certain assurances in these documents may not be applicable to your program, and the DHS financial assistance office (DHS FAO) may require applicants to certify additional assurances. Applicants are required to fill out the assurances as instructed by the awarding agency. 11. DHS financial assistance recipients are required to follow the applicable provisions of the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards located at Title 2., Code of Federal Regulations (C. F. R.) Pa rt 200 and adopted by DHS at 2 C. F. R. Part 3002., III. By accepting this agreement, recipientslandtheirexecutives,as defined in 2 C.F.R.section170,315, certifythat their policies are in accordance with 0MRs guidance located at 2 C.F.R. Part 200, all applicable federal laws, and relevant Executive guidance. Article IV - General Acknowledgements: and Assurances All recipients, subrecipients, successors, transferees, and assignees must acknowledge and agree to comply with applicable provisions governing DIAS access to records, accounts, documents, information, facilities, and staff. 1. Recipients must cooperate with any DHS compliance reviews or compliance investigations conducted by DHS. 11. Recipients Must give DHS access toexamine and copy records, accounts, and other documents and sources of infonnation related to the federal financial assistance award and permit access to -facilities or personnel. 111. Recipients must submit timely, complete, and accurate reports to the appropriate DHS officials and maintain appropriate backup documentation to support the reports. IV. Recipients must comply with all other special reporting, data collection,, and evaluation requirements, as prescribed by law, or detailed in program guidance. V. Recipients (as defined in 2 C. F. R. Part 200 and including recipients acting as pass-through entities.) of federal financial assistance from DHS or one of its awarding component agencies must complete the DHS Civil Rights Evaluation Too[ within thirty (30) days of receipt of the Notice of Award for the first award under which this term applies. Recipients of multiple awards of DHS financial assistance should only submit one completed tool for their organization, not per award.. After the initial submission, recipients are required to complete the tool once every two (2) years if they have an active award, not every time an award is made. Recipients should Submit the completed tool, including Supporting materials, to Civi[RightsEvalLiation@hq.dhs.gov. This tool clarifies the civil rights obligations and -related reporting requirements contained in the DHS Standard Terms and Conditions. Subrecipients are not required to complete and submit this tool to DHS. The evaluation tool can be found at https://vvww,dhs.gov/publication/dhs-civ,il-rights-evaluation-tool, The DHS Office for Civil Rights and Civil Liberties will consider, in its discretion, granting an extension if the recipient identifies steps and a timeline for completing the tool. Recipients should request extensions by ernailing the request to. CivilRightsEvaluation@hq.cths.gov prior to expiration of the 30 -day deadline. Article V - Acknowledgement of Federal Funding from DHS Recipients Must acknowledge their use of federal funding when issuing statements, press releases, requests for proposal, bid invitations, and other documents describing projects or programs funded in whole or in part with federal funds. Article VI - Activities Conducted Abroad Recipients must ensure that project activities performed Outside the United States are coordinated as necessary with appropriate government authorities and that appropriate licenses, permits, or approvals are obtained. DHS-FEMA-HS,GP-SHS P-FY22 Page 28 of 44 Grant County Sheriff's Office, E23-094 Article Vill - Age Discrimination Act of 1975 Recipients Must comply with the requirements of the Age Discrimination Act of 1975, Public Law 94-135 (1975) (codified as amended at Title 42, U.S. Code, section 6101 et seq.), which prohibits discrimination on the basis of age in any program or activity receiving federal financial assistance. Article VIII - Americans with Disabilities Act of 1990 Recipients must comply with the requirements of Titles 1, 11, and Ill of the Americans with Disabilities Act, Pub, L. 101-336 (1990) (codified as amended at 42 U.S.C. sections 12101 - 12213), which prohibits recipients from discriminating on the basis of disability in the operation of public entities, public and private transportation systems, places Of Public accommodation, and certain testing entities, Article IX - Best Practices for Collection and Use of Personally Identifiable Information Recipients who collect personally identifiable information (P11) are required to have a publicly available privacy policy that describes standards on the usage and maintenance of the PI I they collect. DHS defines PI I as any information that permits the identity of an individual to be directly or indirectly Inferred, including, any information that is linked or lin1kable to that individual. Recipients may also find the DHS Privacy Impact Assessments: Privacy Guidance and Privacy Template as useful resources respectively, Article X - Civil Rights Act of 1964 - Title VII Recipients must comply with the requirements of Title VI of the Civil Rights Act of 1964 (codified as amended at 42 U.S.G. section 2000d et seg.), which provides that no person in the United States will, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination Linder any program or activity receiving federal financial assistance, DHS implementing regulations for the Act are found at 6 C.F.R. Part 21 and 44 C.F.R. Part 7. Article X11 - Civil Rights Act of 1968 Recipients must comply with Tithe VI I I of the Civil Rights Act of 1968, Pub. L. 90-284, as amended through Pub. L. 113-41 which prohibits recipients from discriminating in the sale, rental, financing, and advertising of dwellings, or in the provision of services. in connection therewith, on the basis of race, color, national origin, religion, disability, familial status, and sex (see 42 U.S.C. section 3601 et seq.), as implemented by the U.S. Department of Housing and Urban Devefopment at 24 C.F.R. Part 100, The prohibition on disability discrimination includes the requirement that new multifamily housing with four or more dwelling units - i.e., the public and common use areas and individual apartment units (all units in builditigs with elevators, and ground -floor units in buildings, without elevators) - be designed and constructed with certain accessible features. (See 24 C.F.R. Part 100, Subpart D,) Article rticle X111 - Copyright Recipients must affix the applicable copyright notices of 17 U.S.C. sections 401 or 402 and an acknowledgement of U.S. Government sponsorship (including the award number) to any work first produced under federal financial assistance awards. Article X11111 - Debarment and Suspension Recipients are subject to the non -procurement debarment and suspension regulations implementing Executive Orders (E.O.) 12549 and ,12689, which are at 2 C.F.R. Part 180 as adopted by DHS at 2 C.F.R. Part 3002, These regUlations, restrict federal financial assistance awards, subawards, and contracts with certain parties that are debarred,, suspended, or otherwise excluded from or ineligible for participation in federal assistance programs or activities. Article XI's- Drug -Free Workplace Regulations Recipients must comply with drug-free workplace requirements in Subpart B (or Subpart C, if the recipient is an individual) of 2 C.F.R. Part 3001, which adopts the Government -wide implementation (2 C.F.R. Part 182) of Sec. 5152-5158 of the Drug -Free Workplace Act of 1988 (41 U.S.C. sections 8101-8106). Article XV - Duplication of Benefits Any cost allocable to a particular federal financial assistance award provided for in 2 C. F.R. Part 200, Subpart E may not be charged to other federal financial assistance awards to overcome fund deficiencies, to avoid restrictions imposed by DHS-FEMA-HSGP-SHSP-FY22 Page 29 of 44 Grant County Sheriff's Office, E23-094 federal statutes, regulations, or federal financial assistance award terms and conditions; or for other, reasons. However, these prohibitions would not preclude recipients from shifting costs that are allowable Linder two or more awards in accordance with existing federal statutes, regulations, or thefederal financial assistance award terms and conditions. Article X1 1 - 5ducation Amendments of 1972 (Equal, Opportunity in Education Act) -'title IX Recipients must comply with the requirements of Title IX of the Education Amendments of 1972, Pub. L. 92-318 (1972� (codified as amended at 20 U.S.C. section 1681 et seq.), which provide that no person in the United, States will, on the basis of sex, be excluded from participation in, be denied the benefits of, or be subjected to discrimination Linder any educational program or activity receiving federal financial assistance. DHS implementing regulations are codified at 6 C.F.R. Part 17 and 44 C. F.R. Part 19, Article XVII - Energy Policy and Conservation Act Recipients MUSt comply with the requirements of the Energy Policy and Conservation Act, Pub. L. 94- 163 (1975) (codified as amended at 42 U.S.C. section 6201 et seq.), which contain policies relating to energy efficiency that are defined in the state energy conservation plan issued in compliance with this Act, Article XVIII - False Claims Act and Program Fraud Civil Remedies Recipients must comply with the requirements of the False Claims Act, 31 U.S.C. sections 3729-:3733; which prohibit the submission of false or fraudulent claims for, payment to the Federal Government. (See 31 U.S.C. sections 3801-3812, which details the administrative remedies for false claims and statements made.) Article XIX - Federal Debt Status All recipients are required to be non-delincluent in their repayment of any federal debt. Examples of relievant debt include delinquent payroll and other taxes, audit disallowances, and benefit overpayments. (See OMB Circular A-129,) Article XX -Federal Leadership on Reducing Text Messaging while Driving Recipients are encouraged to adopt and enforce policies that ban text messaging while driving as described in E.O. 13513 including conducting initiatives described in Section 3(a) of the Order when on official government business or when performing any work for or on behalf of the Federal Government. I Article XXI - Fly America Act of 1974 Recipients must comply with Preference for U.S. Flag Air Carriers (air carriers holding certificates under 49- U.S.C.) for international air transportation of people and property to the extent that such service is available in accordance with the International Air Transportation Fair Competitive Practices Act of 1974, 49 U.S.C. section 40118, and the interpretative guidelines issued by the Comptroller General of the United States in the March 31, 1981, amendment to Comptroller General Decision B-138942. Article XXII - Hotel and Motel Fire Safety Act of 1990 Recipients must ensure that all conference, meeting, convention, or training space funded in whole or in part with federal funds complies with the fire prevention and control guidelines of Section 6 of the Hotel and Motel Fire Safety Act of 19901 15 U.S.C. section 22.25a. Article XXIII - John S. McCain National Defense Authorization Act of Fiscal Year 2019 Recipients, subrecipients, and their contractors and subcontractors are subject to the prohibitions described in section 889 Of the John S. :McCain National Defense Authorization Act for Fiscal Year 2019, Pub. L. No. 115-232 (2018) and 2 C.F. R. sections 200.216, 200.327, 200.471, and Appendix 11 to 2 C.F. R. Part 200. Beginning August 13, 2020, the statute - as it applies to DHS recipients, subrecipients, and their contractors and subcontractors - prohibits obligating or expending federal award funds on certain telecommunications and video Surveillance products and contracting with certain entities for national security reasons. Article XXIV - Limited English Proficiency (Civil Rights Act of 1964 - Title V11) Recipients must comply with Title V1 of the Civil Rights Act of 1964, (42 U.S.C. section 2000d et seq.) prohibition against discrimination on the basis of national origin, which requires that recipients of federal financial assistance take reasonable steps to provide meaningful access to persons with limited English proficiency (LEP) to their programs and services. For DHS-FEMA-HSGP-SI­1SP-F`(22 Page 30 of 44 Grant County Sheriffs Office, E23-094 additional assistance and information regarding language access obligations, please refer to the DHS Recipient Guidance: hftps://www.dhs.gov/guidance,-publIshed-fielp-department-sLipported-organizations-provide-meaningful-access-people-Iimited and additional resources on http:il\A/lw.Iep.gov.. Article XXV - Lobbying Prohibitions Recipients must comply with 31 U.S.C,, section 1352, which provides that none of the funds provided under a federal financial assistance award may be expended by the recipient to pay any person to influence, or attempt to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any federal action related to a federal award or contract, including any extension, continuation, renewal, amendment, or modification. Article XXV1 - National Environmental Polity Act Recipients must comply with the requirements of the National Environmental Policy Act of 1969, (NEPA) Pub. L. 91-190 (1970) (codified as amended at 42 U.S.C. section 4321 et seq.) and the Council on Environmental Quality (CEQ) Regulations for Implementing the Procedural Provisions of NEPA, which require recipients to use all practicable means within their ,authority, and consistent with other essential considerations of national policy', to create and maintain conditions under which people and nature can exist in productive harmony and fulfill the social, economic, and other needs of present and future generations of Americans. Article XXVII - Nondiscrimination in Matters Pertaining to'Faith-Based Organizations It is DHS policy to ensure the equal treatment of faith -based organizations in social service programs administered or supported by DHS or its component agencies, enabling those organizations to participate in providing important social services to beneficiaries. Recipients must comply with the equal treatment policies and requirements, contained in 6 C.F.R. Part 19 and other applicable statues, regulations, and guidance governing the participations of faith -based organizations in individual DHS programs. Article XXVIII - Non-SLIpplanting Requirement Recipients receiving federal financial assistance awards made under programs, that prohibit supplanting by law must ensure that federal funds do not replace (supplant) funds that have been budgeted for the same purpose through non-federal sources. Article XXIX - Notice of Funding Opportunity Requirements All the instructions, guidance, limitations, and other conditions set forth in the Notice of Funding Opportunity (NOFO) for this program are incorporated here by reference in the award terms and conditions. All recipients must comply with any such requirements set forth in the program NOF0. Article XXX - Patents and Intellectual Property Rights Recipients are subject to the Bayh-Dole Act, 35 U.S.C. section 200 et seq, unless otherwise provided by law. Recipients are subject to the specific) requirements governing the development, reporting, and disposition of rights to inventions and patents resulting from federal financial assistance awards located at 37 C.F.R. Part 401 and the standard patent rights clause located at 37 C. F.R, section 401.14. Article XXXII - Procurement of Recovered Materials States, political subdivisions of states, and their contractors Must comply with Section 6002 of the Sol'id Waste Disposal Act Pub. L. 89-272 (1965), (codified as amended by the Resource Conservation and Recovery Act, 42 U.S.C. section 6962.) The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, Article XXXII - Rehabilitation Act of 1973 Recipients must comply with the requirements of Section 604 of the Rehabilitation Act of 1973, Pub. L. 93-112 (1973) (codified as amended at 29 U.S.C. section 794), which provides that no otherwise qualified handicapped individuals in the United States will, solely by reason of the handicap, be excluded from participation in, be denied the benefits of, or be subjected to discrimination Linder any prograrn or activity receiving federal financial assistance, DHS-FEMA-HSGP-SHSP-FY22 Page 31 of 44 Grant County Sheriff's Office, E23-094 Article XXXIII - Reporting of Matters Related to Recipient Integrity and Performance General Reporting Requirements: If the total value of any currently active grants, cooperative agreements, and procurement contracts from all federal awarding agencies exceeds $10,000,000 for any period of time during the period of performance of this federal award, then the recipients must comply with the requirements set forth in the government -wide Award Term and Condition for Recipient Integrity and Performance Matters located at 2 C.F.R. Part 200 Appendix XII, the full text of which is incorporated here b/ reference in the award terms and conditions. Article XXXIV - Reporting Subawards and Executive Compensation Reporting of first tier subawards: Recipients, are required to comply with the requirements set forth in the government -wide. award term on Reporting SUbawards and Executive Compensation located at 2 C.F. R. Part 170, Appendix A, the full text of which is incorporated here by reference in the award terms and conditions. Article XXXV - Required Use of American Iron, Steel, Manufactured ProdUCtS, and Construction Materials Recipients aInd subrecipients must comply with the Build America, Buy America .Act (BABAA), which was enacted as part of the Infrastructure. Investment and Jobs Act Sections 70901-70927, Pub. L. No. 117-58 (2021); and Executive Order 14005, Ensuring the Future is Made in All of America by All of America's Workers. See also Office of Management and Budget (OMB), Memorandum M-22-11, Initial Implementation Guidance on Application of Buy America Preference in Federal Financial Assistance Programs for Infrastructure. Recipients and subrecipients of federal financial assistance programs for infrastructure are. hereby notified that none of the funds provided under this award may be used for a project for infrastructure unless-., (1) all iron and steel Used in the project are produced in the United States --this means all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States-, (2) all manufactured products used in the project are produced in the United 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 of the manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product has been established Linder applicable law or regulation; and (3) all construction materials are manufactured in the United States—this, means that all manufacturing processes for the construction material occurred in the United States. The Buy America preference only applies to articles, materials, and supplies that are consumed in, incorporated into, or affixed to an infrastructure project. As such, it does not apply to tools, equipment, and supplies, such as temporary scaffolding, brought to the construction site and removed at or before the completion of the infrastructure project. Nor does a Buy America preference apply to equipment and furnishings, such as movable chairs, desks, and portable computer 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. (a) When the federal agency has made a determination that one of the following exceptions applies, the awarding official may waive the application of the domestic content procurement preference in any case in, which the agency determines that: (1) applying the domestic content procurement preference Would be inconsistent with the public interest; (2) the types of iron, steel, manufactured products, or construction materials are not produced in the United States in sufficient and reasonably available quantities or of a satisfactory quality; or (3) the inclusion of iron, steel, manufactured products, or construction materials produced in the United States will increase the cost of the overall project by more than 25 percent. A request to waive the application of the domestic Content procurement preference must be in writing, The agency will provide instructions on the format, contents, and supporting materials required for any waiver request. Waiver requests are subject to public comment periods of no less than 15 days and must be reviewed by the OMB Made in America Office, DHS-FEMA-HSGP-SHSP-FY22 Page 32 of 44 Grant County Sheriffs Office, E-23-094 There may be instances where an award qualifies, in Whole or in part, for an existing waiver described. For awards by the Federal Emergency Management Agency (FEMA), existing waivers are available and the waiver process is described at "Buy America" Preference in FEMA Financial Assistance Pro rams for Infrastructure I FEMA.gov. l=or awards by other DHS components, please contact the applicable DHS FAO. To see whether a particular DHS federal financial assistance program is considered an infrastructure program and thus required to include a Buy America preference, please either contact the applicable DHS FAO, or for FEMA awards, please see ProgE_aji)Ei_and Definitions: Build America -nerica Act I ). Buy At -EENIA.gov. Article XXXV1 - AFF M. Recipients, receiving federal financial assistance awards made under programs that provide emergency communication equipment and its related activities Must Comply With the SAFECOM Guidance for Emergency Communication Grants, including provisions on technical standards that ensure and enhance interoperable communications.. Article XXXVII - Terrorist Financing Recipients Must comply with E.O. 13224 and U.S, laws that prohibit -transactions with, and the provisions of resources and support to, individuals and organizations associated with terrorism. Recipients are legally responsible to ensure compliance with the Order and laws, Article XXX' III - Trafficking Victims Protection Act of 2000 (TVPA) Trafficking in Persons: Reciplents. must corripty with the requirements of the government -wide financial assistance award term Which implements Section 106 (g) of the Trafficking Victims Protection Act of 2000 (TVPA), codified as amended at 22 U.S.C. section 7104, The award term is located at 2 C,F.R. section 175,15, the full text of which is incorporated here by reference. Article XXXIX - Universal Identifier and System of Award Management Requirements for System for Award Management and Unique Entity Identifier Recipients are required to comply with the requirements set forth in the government -wide financial assistance award term regarding the System for Al"ard Management and Universal Identifier Requirements located at 2*C.F.R. Part 25, Appendix A, the full text of which is incorporated here by reference. Article XL - USA PATRIOT Act of 2001 Recipients must comply with requirements, of Section 817 of the Uniting and Strengthening America, by Providing Appropriate Tools Required to Interceptand Obstruct Terrorism Act of 2001 (USA PATRIOT Act), which amends 18 U.S.C. sections 175-175co Article XLl - Use of DHS Seal, Logo and Flags Recipients must obtain. permission from their DHS FAO prior to using the DHS seal(s), logos, crests or reproductions of flags or likenesses of DHS agency officials, including use of the United States Coast Guard Seal, logo, crests or reproductions of flags or likenesses of Coast Guard officials. Article XLII -whistleblower Protection Act Recipients must comply with the statutory requirements for whistleblower protections (if applicable) at 10 U.S.0 section 2409, 41 U.S.C. section 4712, and 10 U.S.C'. section 2324, 41 U.S.C, sections 4304 and 4310. Article XLIII - Snvironmental Planning and Historic Preservation (EHP) Review DHS/FEMA funded activities that may require an Environmental Planning and Historic Preservation (EHP) review are subject to the FEMA EHP review process. This review does not address all federal,. state, and local requirements, Acceptance of federal -funding requires the recipient to comply with all federal, state, and local laws. DHS/FEMA is required to consider the, potential impacts to natural and cultural resources of all projects funded by DHS/ FEMA grant funds, through its EHP review process, as mandated by: the National Environmental Policy Act', National Historic Preservation Act of 1966, as amended, National Flood Insurance Program regulations; and any other applicable laws and executive -orders. To access the FEMA EHP screening form and instructions, go to the DHS/FEMA website. In order to DHS-FEMA-HSGP-SHSP-FY22 Page 33 of 44 Grant County Sheriff's Office, E23-094 initiate EHP review of your project(s), you must complete all relevant sections of this form and submit it to, the Grant Programs Directorate (GPD) along with all: other pertinent project information. The EHP review process must be, completed before funds are released to carry out the proposed project; otherwise, DHS/FEMA may not be able to fund the project due to noncompliance with EHP laws, executive orders, regulations, and policies. If ground disturbing activities occur during construction, applicant will monitor ground disturbance, and if any potential archeological resources are discovered the applicant will immediately cease work in that area and notify the pass-through entity, if applicable, and DHS/FEMA. Article XLIV - Applicability of DHS Standard Terms and Conditions to Tribes The DHS Standard Terms and Conditions are a restatement of general requirements imposed upon recipients and flow down to subrecipients as a matter of law, regulation, or executive order. If the requirement does not apply to Indian tribes or there is a federal law or regulation. exempting its application to Indian tribes, then the acceptance by Tribes of, or acquiescence to, DHS Standard Terms and Conditions does not change or alter its inapplicability to an Indian tribe. The execution of grant documents is not 'Intended to change, alter, amend, or impose additional liability or responsibility upon the Tribe where it does not already exist. Article XILV - Acceptance of Post Award Changes In the event FEMA determines that changes are necessary to the award document after an award has, been made, including changes to period of performance or terms and conditions, recipients will be notified of the changes, in, writing. once notification has been made, any subsequent request for funds will indicate recipient acceptance of the changes to the award. Please call the FEMA/GMD Call Center at (866) 927-5646 or via e-mail -to ASK,-GMD@fema.dhs.gov if you have any questions, Article XLVI - Disposition of EqUipment Acquired Under the Federal Award For purposes of original or replacement equipment acquired under this award by a non. -state recipient or non -state subrecipients, when that equipment is no longer needed for the original project or program or for other activities currently or previously supported by a federal awarding agency, you must request instructions from FEMA to make proper disposition of the equipment pursuant to 2 C.F.R. section 200.313, State recipients and state subreciplents, must follow the disposition requirements in accordance with state laws and procedures. Article LVIII - Prior Approval for- Modification of Approved Budget Before making any change to the FEMA approved budget for this award, you must request prior written approval from FEMA where required by 2 C,F,R, section 200,308. For purposes of non -construction projects,FEMAis utilizing its discretion to impose an additional restriction under 2 C.F.R. section 200,308(0 regarding the transfer of funds among direct cost categories, programs, functions,.. or aotivities. Therefore, for awards with an approved budget where the federal share is greater than the simplified acquisition threshold (currently $250,000), you may not transfer funds among direct cost categories, programs, functions, or activities without prior written approval from FEMA where the cumulative amount of such transfers exceeds or is expected to exceed ten percent (10%) of the total budget FEMA last approved. For purposes of awards that support both construction and non -construction work, FEMA is utilizing its discretion under 2 C.F.R. section 200.308(h)(5) to require the recipient to obtain prior written approval from FEMA before making any fund or budget transfers beNveen the two types of work. You must report any deviations from Your FEMA approved budget in the first Federal Financial Report (SF -425) you submit following any budget deviation., regardless of whether the budget deviation requires prior written approval. Article XLVIII - Indirect Cost Rate 2 C.F.R. section 200.211(b)(15) requires the terms of the award to include the indirect cost rate for the federal award. If applicable, the indirect cost rate for this award is stated in the budget documents or other materials approved by FEMA and included in the award file. Article XLIX - HSGP Performance Goal DHS-i~EIVlA-HSGP-SI­IS P-FY22 Page 34 of 44 Grant County Sheriff's Office, E23-094 In addition to the Biannual Strategy Implementation Report (BSIR) submission requirements outlined in the Preparedness Grants Manual, recipients must demonstrate how the grant -funded project addressed the core capability gap associated with this project and identified in the Threat and Hazard Identification and Risk Assessment (THIRA) or Stakeholder Preparedness Review (SPR) or sustains existing capabilities as applicable. The capability gap reduction must be addressed in the Project Description of the BSIR for each project. Article L - Operation Stonegarden Program: Hold The recipient is prohibited from drawing down OPSG funding under this award or reimbursing OPSG subrecipients, of this award until each unique, specific, or modified county level, tribal, or equivalent Operations Order or Fragmentary Order (FRAGO) has been reviewed by FEMA/GPD and Customs and Border Protection/United States Border Patrol (CBP/USBP). The recipient wall receive the official notification of approval from FEMA/GPD. Article Ll - OPSG Program Performance Goal In addition to the Biannual Strategy Implementation Report (BSIR) Submission requirements outlined in the Preparedness Grants Manual, recipients must demonstrate how the grant -funded project addressed the core capability gap associated with this project and identified in the Threat and Hazard identification and Risk Assessment (THIRA) or Stakeholder Preparedness Review (SPR) or sustains existing capabilities as applicable. The capability gap reduction or capability, sustainment must be addressed in the Project Description of the BSIR for each, project. BUDGE COST CATEGORIES Personnel Fringe Benefits Travel Equipment Supplies Contractual Construction Indirect Charges Other $552103.00 $201 k510.00 $91-665.00 $0.00 $81446.00 $13$0281663.00 $0.00 $1041954.00 $0.00 DHS-1=EMA-HSGP-SHSP-FY22 Page 35 of 44 Grant County Sheriff's Office, E23-094 Obligating Document fal, Aivaril/Amendineut .3 mf Ifa- A--GR-E-EN14EJq-TN0- 2- -AMENDIvMENT NO- 4� TYPE OF ACTION 5� CONTROL NO. EN�-,"-W-.'-2022-S',S'-00056-SOI RECIPIENT A� V U RD NVjX-0 4 -4 Ji 7 9 N120•22T NO.. )A -XO -.4r 5 U -3N12 02) 2 T N/A VM4-58ON2022T 6. RE CIPIENT N.-AiNITE AND 7. FENLA OFFICE A -ND S. PAY�',IENNT OFFICE AND ADDRE.SS ADIDIRE:'.�')'S ADDRESS M*VLA Finance Center wasliffigton M111--tarf PENLk-GPD 430 Market Street Depraninent 400 C Street, SWV, 3rd floor Wincliester", VA 22603 Building 20 Vias hing�on, DC 20472-36451 Cwnij> Murrzty, V. r.L. k, 98430 - POC: 866-927-5646 51 22 9..N.4 -ME OF RECIPIENT P1410NITEN10- lo-N.�A2vMC)FFE.hlALPROJECe'TCOORDI-Nr,71C)R P,RC)J,EC,'*?T OFFICER I 253-5127472 C'entnal ScIledulina' i-ind Infonnation Desk (,-t �1 C J'all 'rain Phone:800-369-6499 a,ia-il: Askcsideadlis.gov 11. EFIFECMIT D.A--TE, -, S."S31 -S TA 1\1 " C, E .4 IR R A N G E 3h el Ea N T 14. PERFORIVIANICE PER-TOD TMS AC710N NIMROD Cac.A Reim, bursement 09102,112022 OT7 Frmm: Tar: - P A YNTIE NN T 0 9 101 /2022 0 131 L2 0 2 5 PA R11S, Budget Pei-iod 0910112022 08131,12025 15). E)E,'-3;CT\.IPT10h1 OF ACTION tn� (Intliczete fil Inding dmLafor awards or financi Idij. V're.$) a 11a -in, PRIOGRAIM' CFDA NO. ACCOUNTrING DATA PFJOR AMOUNIT ('TJRRF1`U CUM n-4TIVE NON - NAME CODE) TOTAL A'W.RD ED TOTAL FEDERAL C0,111vM-171 1\4ET, JA�-CROTNYM 0CX X -3 -M CK 3 S -74 a- AN1,7,40-0 THUS kW,,A.RD ACTION Moinf-,Iand 97.0-67 20.2 2 -FA. -C -GO 1 -P41-0- -4101"! $0.00 $.6,1901947.00 $6� 190T947,00 See Total,-, seclifily G -ant prograin Homelmd 017.067 20-22-F-A-GG02-P41-0- -4101 D $0,00 $+,L4641400.00 $1,4,64,400.00 Se'- Tett-th secluit-y a -ant .to gram Homeland 97, .'+.+'05 7 2022,FA -(31101-P410- -410'1^D $0.00 U,2-50,000.00 See TotaLs seclifit y Grant program `4 N .00 90- 347.00 SO.00 b. To describech-angin other th-m fim-duil'a daita �orfmiztnciaj cjj,�k aligges., atttadh .5chedule and check liege_ NIA 16 a. FOR NON'DISAJSTER PROGRA.M.S: RF- CI -PIE N-1 I -S REQUMED T0S,I(3?`1AN1-D RLETURN THREE C3) COPIES OF THIS DOCUTYIENIT TO FEI'vLk (See Block 71�br addre;Sk) .Honielwiet Security Gre-m-tProlgrcam recipients -tue not required toslIgn andretunicopie.s of thi.--i di-ocum.e.-at. Homre-ver, recitli.ents S110vild ,pri and keep a cop- ills a, In't y o�f thi dociument for 16 b. F0 R D IS S T E R PRO, M S.- MC 1 P IENN TI.S NonT R E (p-- D TO sI G NC Tlu-s assi-stance is m-ibjectto -tem and condition's affuldied totliis alwand notice or by micorporacted reference wi-prognam levaisladon cited .17. RECIPIENT SIGNIAT011Y OFFICIAL (Nmmeand Title,) DATE Gail Cram, -Sun &,j) 18 01:22:54 GMT 2022 IS.. IFE11A SI(3-INATOR-Y OFFICLAL -(N-cauestuid Tifl,-O DATE Fri Sep 0') 19:56: 50 GMT 2022 DHS-FEMA-HSGP-SHSP-FY-22 Page 30 of 44 Grant County Sheriff's Office, E23-094 PANYIELA SUSAN WILLIAMS,, DHS-FEMA-HSGP-SHSP-FY22 Page 37 of 44 Grant County Sheriffs Office, E23-094 Attachment D-1 22SHSP Investment Justification Washington is comprised of 39 counties with geography including —forests, mountains, islands., rainforests, rivers, lakes, and plains. The U.S, Bureau of Economic Analysis ranked Washington 8 of 50 states for gross domestic product in 2021; several world-class organizations headquarter their operations within the state. Washington has marine, aviation, rail, and road transportation infrastructure to support its position as a bustling trade center. Over half of' Washington's 7.77 million population lives in the Seattle metropolitan area located along the Puget Sound. This area is the center of transportation, business, and industry and is the fastest growing region in the state. Avast majority of the state's population lives in densely settled urbanized areas. Understanding Washington's population is critical in order to mitigate Vulnerabilities, respond to incidents, and effectively concentrate recovery efforts. Furthermore.. Washington is subject to 10 natural and 7 human -caused hazards. The THIRA focuses on eight . ht of those risks: cyber attack, earthquake,, explosive devices (terrorism.), flood, ha.zmat release (radiological), pandemic- human (biological), tsunami, and wildland fire. The 2022 Washington State Risk Profile scored the state's relative risk as 8,77, ranking it as the 12th highest at -risk state. Washington State has co.nsistently'had a high relative risk score (ranked in the top 25% of states for the past seven years) and must be prepared to prevent, respond to, mitigate, and recover from acts of terrorism. The FY22 projects were selected to build upon or sustain a range of Core Capabilities identified in the 2021, SPR as having significant gaps as well as to support the six National Priority Areas. The investments support the Planning, Organization, Equipment, Training, and Exercise solution areas with a focus in the following Core Capabilities: Access Control, & Identity Verification; COMMUnity Resilience; Critical Transportation; Cybersecurity; Forensics & Attribution; Infrastructure Systems; Interdiction & Disruption; Logistics & Supply Chain Management; Mass Care Services; Mass Search & Res cue Operations; On - Scene Security, Protection, & Law Enforcement; Operational Communications; Operational Coordination; Physical Protective Measures; Planning; Public Health, Healthcare, & Emergency Medical Services; Public Information & Warning; Screening, Search, & Detection; Situational Assessment; and Supply Chain Integrity & Security. Region 7 terrorist targets include: Energy Producing Dams Large Crowds During Events Access Control to Critical Infrastructure Transportation Corridors Agro -Terrorism DHS-FEMA-HSGP-SHSP-FY22 Page 38 of 44 Grant County Sheriff's Office, E23-094 Attachment D-2 22SHSP ENDURING NEEDS SUBPROJECTS WORK PLAN Grant County Sheriff's Office, Emergency Management Investment #1: WA SHSP Sustainment ENDURING NEEDS AMOUNT $47,�437 The State is divided into 9 Regions which differ in, geography (marine to desert), major industry (large business to agricultural), and population (dense urban settings to rural). Each region develops proJects to address their specific risks and hazards which sustain previously built capabilities or close identified gaps. Most initiatives can be tied back to building regional capability to prevent, protect, respond, and recover and be in a state of readiness should a natural or hu man -ca used' catastroph!ic incident occur. Gaps identified in. -Community Resilience: Need to incorporate equity and social justice and access and functione|meeds-Critical Transportation: Transportation needed for the delivery ofvital response personnel, equipment, and services into the affected areas -cybeoecurity Lack ofavulnerability analysis, outdated servers and workstations -interdiction & Disruption: Special teams donot have access to updated equipment -Infrastructure Systems., Lack of proper network access to link to remote city/county facilities - Mass Care Services, Lack ofadequate mass care facilities, lack oflocal mass care volunteers andtrain|ngopportunities-Mas- SAR Operations: Need to train responders to the Structural, CoHanselech Level,Level, lack of heavy lifting/shoring and cutting/breachi ng rescue equipment -On-Scene �ecu�,Protection,& us: Lack of|oos/funding tu maintain and replace aging and/orexpidnSecurity,Protection, equipmentand PPE -Operational comms�Geographical challenges and changes |ncommunications technology hamper the reliability of communications -0p erational Coord: Lack of regional coordination to prioritize projects, connect partners, and share products -Physical Protective Measures: Lack of surveillance cameras and alarm systems in local j urisdictions -Pllannin.g: esFp/ans are out ofdate, lack ofUpdated continuity plans -Public Information & Warning: Lack ofrobust public education campaigns, lack or reliable and consistent messaging -Screening, Search., & Detection Lack of screening and monitoring equipment for large. public festivals and events within local jurisdictions -Situational Assessment,. Lack of common operating picture and in, formation sharing, EN PROJECT #7** SHSP Region 7 - Homeland Security Project Region 7 will address priorities based on regionally identified gaps. The region is challenged by persistent capability gaps which include Operational Communications due toaging equipment and infrastructure aswell aschanges intechnology and the inability to keep pace; Operational Coordination due to. a lack of trained county personnel to fill EOC specific positions and a need for EOC equipment and for analternate EQ[;Mass Search & Rescue Operations due tothe lack ofathermal-equipped unmanned aerial system (UAS) and additionai training for UAS operators; Critical Transportation due to the need for an appropriate vehicle for the delivery of vital response personnel, equipment, and services into affected areas; and Interdiction & Disruption due tothe need for equipment and training for Special Teams, To address capability gaps and sustain current capabilities the region will beinvestingynplanning, organization,, equipment, and training. Activities will include: Operational Communications- Purchase communications equipment and connect locaires,P onse agencies on common command and control frequencies. Operational Coordination: Sponsor and host train/ng for Emergency Management staff, volunteers, and other county personnel and purchase equipment for EOC and EOC satellite operations. Mass Search & Rescue Operations: Purchase a thermal -equipped UAS and accessories for extended operations and train UAS operators. Critical Transportation: Purchase an all -terrain vehicle for use by law enforcement, emergency management personnel,search and rescue, and Special Teams. Interdiction & Disruption: Purchase equipment for Special Teams and host and attend certification trainings. The funding priorities will support the region in their effort to address identified capability gaps with terrorist -related nsks, which will enhance the Region ability to detect, identify, interdict, and recover from a terrorist attack,. SUBPROJECT #1 CORE CAPABILITIES A/temnote£OCFacilities - Operational Coordination (EN All NPAs) Core Capability #1 Sustaining or Enhancing? Enhancing SOLUTION AREAS PLANNING ORGANIZATION EQUIPMENT TRA/m|ms EXERCISE TOTAL $0.001 $0.00 OT 00 $15,000.00 GAP(S) IDENTIFIED Per SPR 2O21 Pg. 35- "Lack of equipment across the county/region to meet this need.." The County lacks alternatefeciUbssthat would support socfunctions if the primary location was lost oruninhabitable. DHS-FEMA-HSGP-SHSP-FY22 page 39 of 44 Grant County Sheriff's Office, E23-094 ACTIVITIES TO BE PERFORMED _ Establish mutual aid agreement with fire agencies in northern and southern portions of Grant County for use of space for alternate emergency operations centers. - Purchase and deploy equipment to alternate EOC I facilities, ASSOCIATED DELIVERABLESIOUTPUTS (IMMEDIATE) - Alternate EOC facilities are established and equipped across. Grant County to immediately support EOC functions if the, primary location is lost or uninhabitable. DESIRED OUTCOMES (INTERMEDIATE AND LONG-TERM) In coordination with local: fire agencies in decentralized parts of Grant County the alternate facilities will -function as incident command post for longer durations in those communities. NEXUS TO TERRORISM Development of alternate EOC facilities improves resiliency of emergency operations within Grant County in the event the primary facility is lost and supports continuity of government planning and, implementation. SUBPROJECT #2 CORE CAPABILITIES SPecial Teams Equipment & Training Operational Coordination (EN & All NPAs) Sustaining or Enhancing? Ea f r Bing Interdiction & Disruption (EN & ST/CP, 11S,. DVE,, & ET) —Sustaining or Enhancing? Enhandna SOLUTION AREAS PLANNING ORGANIZATION EQUIPMENT Core Capability #1 Core Capability #2 (optional) TRAINING EXERCISE $0,00 $0.001 $21,95 $9,980. $0.00 GAP(S) IDENTIFIED Operational Coordination gap -Per SPR 2021 Pg- 35- "Lack of equipment across the county/region to meet this need," Interdiction and Disruption gap'. Lack of equipment- SPR, 2,021, page 64 Numerous Special Teams within Grant County lack equipment and training to fully realize their individual missions. TOTAL $31j937.00 ACTIVITIES TO BE PERFORMED Purchase equipment to fill gaps 'identified by Special Teams within Grant County for acts of terrorism, including active shooter scenarios, and host training to certify team members on purchased equipment. Equipment may include SWAT- ballistic shields,, helmet with carrier, body armor, breaching equipment, and ballistic plates, HAZMAT- monitoring equipment for air sampling/ radiologic detection; and Search and Rescue- dive boat. ASSOCIATED DELIVERABLESIOUTPUTS (IMMEDIATE) Special Teams will have training and equipment to increase their capacity to respond in accordance with their specialty area. DESIRED 0 UTCOMES (INTERMEDIATE AND LONG-TERM) Improved response capacity -for Special Teams such as HAZMAT response,, Tactical Response Team, Search and Rescue, etc. NEXUS TO TERRORISM Special Teams capability to respond to acts of terrorism will be improved. DHS-FEMA-HSGP-SHSP-FY22 Page 40 of 44 Grant County Sheriff's Office, E23-094 AttaiGhment D-3 22SHSP NATIONAL PRIORITY AREA PROJECTS WORK PLAN Grant County Sheriff's Office, Emergency Management -AMOUNT $35,050 National Priority Areas in assessing the national risk profile for FY 2022, six priority areas attracted the most concern. Due to the unique threats, that the nation faces in 2022, DHS/FEMA has determined that these six priorities should be addressed by both a[locating specific percentages of HSGP funding to certain areas as well as allocating the remaining percentage across the remaining priorities. The fallowing are the six priority areas for FY 2022: 1) Enhancing the protection of soft targets/crowded places (ST/CP) 2) Enhancing information and intelligence sharing and analysis (IIS) 3) Combating domestic violent extremism (DDE) 4) Enhancing cybersecurity (CS) 5) Enhancing community preparedness and, resilience (CP&R) 6) Enhancing election security (ES) Washington State will meet the 22SHSP priorities across multiple state and local projects. Investment #6: WA SI ISP National Priority: Community Preparedness and Resilience Community organizations are the backbone of civic life and therefore, must have the capabilities to with -stand acts of terrorism and provide essential services, especially to members. of underserved communities, in the aftermath of an attack. Focus on equity and investing in strategies that meet the needs of underserved communities will strengthen the whole of community system of emergency management. The whole community includes children; older adults; individuals with disabilities. , and others with access and functional needs; those from religious, racial, and ethnically diverse backgrounds; and people with limited English proficiency. Additionally, equity in emergency management requires pro -actively prioritizing actions that reinforce cultural competency, accessibility, and inclusion, as well as reflect the: historical context of specific groups of people. As communicated in 2021 State SPR, the Community, Preparedness & Resilience (CP&R) capability gaps that will be addressed are: - Public Information & Warning: a need to establish a process for promptly distributing emergency communications in the identified top languages; a need for an updated unified public education strategy to include better coordinated public messaging procedures, policies, and training; and a lack of clarity regarding who will. be issuing messages and how quickly they will provide accurate and reliable statements to the public; -Operational Coordination: Staff turnover has created gaps in training and a need for integrated training and exercises between emergency response agencies, healthcare providers, the private sector,, and the community to facilitate unified command operations; -Community Resilience: Large segments of the population (individuals, families, communities, organizations) that have the ability to become prepared have not been motivated/interested in taking action to prepare for emergencies and more trained volunteers are needed (Community Resilience gaps are derived from the 2021 Seattle UASI SPR., which rolls up within the State SPR.); and -Logistics & Supply Chain Management, Most jurisdictions need developed plans for maintaining and restoring the supply chain after a natural, terrorist, or biological event. Through a collaborative ranking and selection process, Washington State has identified several key projects within this Investment to address gaps and sustain/enhance core capabilities directly related to the CP&R, National Priority Area. PROJECT #1 NP CP&R Regional Public Alert and Warning System (investment 6,, Project 5) NATIONAL PRIORITYAREA Community Preparedness & Resilience BRIEF PROJECT DESCRIPTION Public Warning System for Region 7. Chelan, Douglas, Grant, Kittitas, Okanogan, and the Colville Tribe. CORE CAPABILITIES Public Information & Warning (EN & All NPAs) Core Capability #1 Sustaining or 'Enhancing,? I Sustaining Operational Coordination (EN & All NPAs) Core Capability #2 (optional) Sustaining or Enhancing? Enhancing DHS-FEMA-HSGP-SHSP-FY22 Page 41 of 44 Grant County Sheriff's Office, E23-094 PLANNING $0.00 GAPS IDENTIFIED ORGANIZATION $35,050.00 SOLUTION AREAS EQUIPMENT TRAINING EXERCISE TOTAL $0.0o F' $0.00 so -00 $35.1050.00 - "The region lacks a unified plan to summarize and interpret public emergency communications on government response,, community preparedness, pandernics, and other relevant emergency messages for all 13 identified languages. This has a cascading effect on reaching a broader demographic, causing information delays when time is critical."' (SPR page 20) - "The basic Emergency Alert and Warning System isn't able to notify specific, targeted areas or transient populations within the county. Extra functionality and access to IPAWS is critical. There is a need to establish a process for promptly distributing emergency communications in multiple languages throughout the county in a timely manner so, individuals can take appropriate action during an emergency," - The vast different geographic terrain in Region. 7 makes emergent public notification impossible without a mass alert and warning system. Region 7 is susceptible to, natural disasters, domestic terrorist threats, and cri minal activity; a sustained mass notification system is a critical gap for the communities. ACTIVITIES TO BE PERFORMED Renew annual Emergency Alert and Warning System contracts for 2023. COLLABORATION This is a regional project that will benefit all of the Region 7 communities. ASSOCIATED DELIVERABLESIOUTPUTS (IMMEDIATE) This project will allow all of Region 7 to have the ability to notify the public of threats or hazards quickly and effectively in the area. The alert system is also the conduit to [PAWS. The systems can also provide Operational Coordination through the notification to key -first responders such as law enforcement, fire personnel, mayors, commissioners, emergency dispatch., and utilities. DESIRED OUTCOMES (INTERMEDIATE AND LONG-TERM) The Region 7 Public Alert and Warning project will, sustain the ability to alert the community of dangers and what to do to remain safe. This system is the conduit to communicate with a vast area of the Region through one rapid mechanism. The system will also help translate emergency messaging into other languages to assist limit English proficiency populations to remain safe. NEXUS TO TERRORISM AND NPA This project has the ability to quickly warn or alert the population of any threats or dangers fromi foreign or domestic acts of, terrorism. The Emergency Alert and Warning System will enable the messaging to: 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, DHS-FEMA-HSGP-SHSP-FY22 Page 42 of 44 Grant County Sheriff's'Office; E23-094 22SHSP Budget Grant County Sheriff's Office, Emergency Management AGREEMENT AMOUNT Sustainment Subproject(s) SUBPROJECT #1 Alternate EOCFactilittes SUBPROJECT ##2 Special Teams Equipment &Training M&A National Priority Area Project(s) LETPA PERSONNEL M&A Attachment E $82-1487 AMOUNT $40,687.00 49% of the agreement total $0.00 0% of the agreement total $500.00 7% of the agreement total AMOUNT $15"000.00 $31,937.00 $500.00 SUBTOTAL $471437.00 INDIRECT $0.00 TOTAL $47,437.00 AMOUNT PROJECT #1 NP CP&R Regional Public Alert and Warning System (Investment 6., Project 5) $35,,050.00 M&A $o.00 SUBTOTAL $350050.00 INDIRECT $0.00 TOTAL $35,050.00 DHS-FEMA-HSGP-SHSP-FY22 Page 43 of 44 Grant County Sheriffs Office, E23-094 DATE September 1,, 2022 September 2022 NLT January 31, 2023 July 31) 2023 January 31, 2024 July 31, 2024 January 31, 2025 March 17, 2025 Attachment IF Grant County Sheriff's Office, Emergency Management TASK Grant Agreement Start Date Estimated date work scheduled for one or more subprojects/projects Submit proof of completion of Nationwide Cybersecurity Review (NCSR) - NCSR system closes February 28,, 2023 Submit Reimbursement Request and Progress Report Submit Reimbursement Request and Progress Report Submit Reimbursement Request and Progress Report Grant Agreement End Date Submit Final Reimbursement Request and Closeout Report HSGP Performance Period: September 1, 2022, to August 31, 2025 DHS-FEMA-HSGP-SHSP-FY22 Page 44 of 44 Grant County Sheriff's Office, E23-094 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 Sheriffs Office, Emergency Management 12/13/2022 PROJECT DESCRIPTION CONTRACT NUMBER WA St. Military Dept and U.S. Department of Homeland Security E23-094 3. AUTHORIZED TO SIGN REQUESTS FOR REIMBURSEMENT SIGNATURE PRINT OR TYPE NAME TITLE V� Josh Sainsbury Chief Deputy Mireya Garcia EM Specialist \\NAC-1\VOL1\HOME\KARENB\.... MMSIGNAUTH Revised 3/03 III ONE[ IL IMque, Mmil This form identifies the persons who have the authority to sign contracts, amendments ' and requests for reimbursement. It is required for the management of your contract with the Military Department (MD). Please complete all sections. One copy with original signatures is to be sent to MD with the signed contract, and the other should be kept with your copy of the contract. When a request for reimbursement is received, the signature is checked to verify that it matches the signature on file. The payment can be delayed if the request is 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 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. The person(s) with this authority should sign in this space. Usually, it is the county commissioner, mayor, executive director, city clerk, etc. 3. Authorized to Sign Requests for Reimbursement. Often the executive director, city clerk, treasurer, or administrative assistant have this authority. It is advisable to have more than one person authorized to sign reimbursement requests. This will help prevent delays in processing a request if one person is temporarily unavailable. If you have any questions regarding this form or to request new forms, please callyour MD Program Manager. SIGNATURE AUTHORIZATION FORM WASHINGTON STATE MILITARY DEPARTMENT CampMurray, 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 Division PROJECT DESCRIPTION CONTRACT NUMBER WA St Military Dept and the U.S Department of Homeland Security E23-094 AUTHORIZING AUTHORITY SIGNATURE PRINT OR TYPE NAME TITLE/TERM OF OFFICE SIGNATURE Ryan Rectenwald Sheriff (2022) Ryan Rectenwald Sheriff(2022) 2. AUTHORIZED TO SIGN CONTRACTS/CONTRACT AMENDMENTS SIGNATURE PRINT OR TYPE NAME TITLE Ryan Rectenwald Sheriff(2022) 1 wuL 1 1 ri Nevisea 3/uj Washington Military Department Contract Number: E23-094 Debarment, Suspension, Ineligibility or Voluntary Exclusion Certification, Form NAME Doing business as (DBA) Grant County Sheriff's Office, Emergency Management ADDRESS Applicable Procurement WA Uniform Business Federal Employer Tax P.0 Box 37 or Solicitation #, if any: Identifier (UBI) Identification #: Ephrata, WA 98823 136000784 91-6001319 This certification is submitted as part of a request to contract. Instructions For Certification Regarding, Debarment, Suspension, Ineligibility and Voluntary Exclusion --Lower Tier Covered Transactions READ CAREFULLY BEFORE SIGNING THE CERTIFICATION. Federal regulations require contractors and bidders to, sign and abide by the terms of this certification, without modification, in order to participate in certain transactions directly or indirectly involving federal funds. 1. By signing and submitting this proposal below. , the prospective lower tier participant is providing the certification set out 2. The certification in this clause is a material representation of fact upon which reliance was placed when this. transaction was entered into. If it is, later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the department, institution or partoffice to which this proposal is submitted if at any time the prospective lower tier icipant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances, 4. The terms covered transaction., debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause., have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order 12549, You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the Proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered: transaction with a person who is proposed for debarment under the applicable CFR, debarred, suspended, declared 'ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency, with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under applicable CFR, debarred., suspended, ineligible, or voluntarily excluded from covered transactions, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Non -procurement Programs. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records In order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business activity. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under applicable CFR, Suspended,, debarred, ineligible, or voluntarily excluded from participation in this transactionin addition to other remedies available to the Federal Governmen, t, the department or agency with which thistransa.Gtionoriginated may pursue available remedies, including suspension and/or debarment, Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Lower Tier Covered Transactions The prospective lower itier participant certifies, by submission of this proposal or contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this form. Bidder or Contractor Signature: a Date:_ /0 Print Name and Title: Ryan Recte nr6l,ld , Sheriff