Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContractWashington State Military Department
EMERGENCY MANAGEMENT PERFORMANCE GRANT AGREEMENT FACE SHEET
1.Subrecipient Name and Address:2.Grant Agreement Amount:3.Grant Agreement Number:City of Renton $50,653 E25-091OfficeofEmergencyManagement1055SGradyWayRenton, WA 98057-32324.Subrecipient Contact, phone/email:5.Grant Agreement Start Date:6.Grant Agreement End Date:Hannah Miller, 425-430-6546 June 1, 2024 September 30, 2025hlmiller®rentonwa.qov7.Department Contact. phone/email:8.Unique Entity Identifier (UEI):9.UBI# (state revenue):Deborah Henderson, 253-512-7470 UG2PSBS6UJJ3 177-000-094deborah.henderson@mil.wa.gov10.Funding Authority:
Washington State Military Department (the "DEPARTMENT"') and the U.S. Department of Homeland Security (OHS}
11.Federal Award 10 # (FAIN):12.Federal Award Date:113.Assistance Listings# & Title:
EMS-2024-EP-05000 9/9/2024 97.042 (24EMPGt14.Total Federal Amount:15.Program Index# & OBJ/SUB-OBJ:16 .EIN:$
6,821,397 743PT NZ 91-600127117.Service Districts:18.Service Area by County(ies):19.Women/Minority-Owned, StateCertified: [81 N/A NO(BY LEGISLATIVE DISTRICT): 11, 33, 37,4 1 King(
BY CONGRESSIONAL DISTRICT): 8, 9 YES, OMWBE #
20.Agreement Classification:21.Contract Type (check all that apply):
D Personal Services D Client Services Public/Local Gov·t D Contract Grant 181 Agreement
D Research/Development 0 AIE D Other D Intergovernmental (RCW 39.34)0 lnteragency
22.Subrecipient Selection Process:23.Subrecipient Type (check all that apply):
181 'To all who apply & qualify" D Competitive Bidding D Private Organization/Individual D For-Profit
D Sole Source 0 A/ERCW NIA 181 Public Organization/Jurisdiction D Non-Profit
0 Filed w/OFM? Advertised? 0 YES NO CONTRACTOR 181 SUBRECIPIENT CJOTHER24.PURPOSE & DESCRIPTION:
The purpose of the Fiscal Year (FY) 2024 Emergency Management Performance Grant (24EMPG) program is to provide U.S.
Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA) Federal award funds to statestoassiststate, local, territorial, and tribal governments in preparing for al l hazards through sustainment and enhancementofthoseprogramsasdescribedintheWorkPlan.
The Department is the Recipient and Pass-through Entity of the 24EMPG OHS Award Letter for Grant No. EMS-2024-EP-05000("
Grant"), which is incorporated in and attached hereto as Attachment C and has made a subaward of Federal award funds to
the Sub recipient pursuant to this Agreement. The Subrecipient is accountable to the Department for use of Federal awardfundsprovidedunderthisAgreementandtheassociatedmatchingfunds.
IN WITNESS WHEREOF, the Department and Subrecipient acknowledge and accept the terms of this Agreement. including all referenced
Attachments which are hereby incorporated in and made a part hereof, and have executed this Agreement as of the date below. This
Agreement Face Sheet; Special Terms & Conditions (Attachment A); General Terms and Conditions (Attachment B); 24EMPG Award Letter
EMS-2024-EP-05000 (Attachment C); Work Plan (Atlachment D); Timeline (Attachment E); Budget (Attachment F); Build America, Buy
America Act Self-Certification (Attachment G); and all other documents 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 Aareement shall be deemed to exist or to bind anv of the parties hereto.
In the event of an inconsistenc y 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 andConditions2.DHS/FEMA Award and program documents 5.General Terms and Conditions, and,
3.Work Plan, Timeline, and Budget 6.Other orovisions of the Agreement incorporated byreferenceWHEREAS. the parties hereto have executed this Agreement on the day and year last specified below.
FOR THE DEPARTMENT:
Signature Date
Regan Anne Hesse, Chief Financial Officer
Washington State Military Department
BOILERPLATE APPROVED AS TO FORM:
Dierk Meierbachtol July 12, 2024
Assistant Attorney General
DHS-FEMA-EMPG-FY24
FOR TH RECIPIENT:
I?--I l I 1-:w "J.-L\,
e.Nro'',,,,, Signature Date /0<__, ............. ,,,. \
Armo?tP
7'
avone, tl!J· City of Renton /. / {€'(' t v··y;\ '
I rz., -z,tj \•\: 4 .. lif , ( .'fl.. '•,,, " """"""""' •' /
i --( I I ,,,,, 'o.,,,.,,-,_,,,• Signa 'Ire ti 'Date ,,,,,,,,,,,,, ....... (
Alte ) Jason A. Seth, City Clerk, City ofRenton
APP OVED AS TO FORM (if applicable):
Approved by Alex Tuttle via email 12/9/2024
Signature Date
Page 1 of 46 City of Renton OEM, E25-091
CAG-24-317
DHS-FEMA-EMPG-FY24 Page 2 of 46 City of Renton OEM, E25-091
Attachment A
SPECIAL TERMS AND CONDITIONS
ARTICLE I. KEY PERSONNEL The individuals listed below shall be considered key personnel for point of contact under this Agreement. Any substitution of key personnel by either party shall be made by written notification to the current key personnel.
SUBRECIPIENT DEPARTMENT
Name Hannah Miller Name Deborah Henderson
Title Administrative Assistant Title Program Coordinator
Email hlmiller@rentonwa.gov Email deborah.henderson@mil.wa.gov
Phone 425-430-6546 Phone 253-512-7470
Name Deborah Needham Name Peter Drance
Title EM Director Title Program Manager
Email dneedham@rentonwa.gov
em@rentonwa.gov Email peter.drance@mil.wa.gov
Phone 425-430-7725 Phone 253-512-7322
Name Name Grant Miller
Title Title Program Assistant
Email Email grant.miller@mil.wa.gov
Phone Phone 253-512-7061
ARTICLE II. ADMINISTRATIVE AND/OR FINANCIAL REQUIREMENTS
The Subrecipient shall comply with all applicable state and federal laws, rules, regulations, requirements and
program guidance identified or referenced in this Agreement and the informational documents published by
DHS/FEMA applicable to the 24EMPG Program, including, but not limited to, all criteria, restrictions, and
requirements of “The U.S. Department of Homeland Security (DHS) Notice of Funding Opportunity (NOFO)
Fiscal Year 2024 Emergency Management Performance Grant Program” (hereafter “the NOFO”), the
Preparedness Grants Manual, FM-207-23-0001 April 2024 (hereafter “the Manual”), the DHS Award Letter for
the Grant, and the federal regulations commonly applicable to DHS/FEMA grants, all of which are incorporated
herein 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 performance
period 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 DHS/FEMA PREPAREDNESS GRANTS:
The following requirements apply to all DHS/FEMA Preparedness Grants administered by the
Department.
1. SUBAWARDS & CONTRACTS BY SUBRECIPIENT
a. The Subrecipient must make a case-by-case determination whether each agreement it
makes for the disbursement of 24EMPG funds received under this Agreement casts the
party receiving the funds in the role of a subrecipient or contractor in accordance with 2
CFR 200.331.
b. If the Subrecipient becomes a pass-through entity by making a subaward to a non-federal
entity as its subrecipient:
i. The Subrecipient must comply with all federal laws and regulations applicable to
pass-through entities of 24EMPG funds, including, but not limited to, those
contained in 2 CFR 200.
ii. The Subrecipient shall require its subrecipient(s) to comply with all applicable
state and federal laws, rules, regulations, requirements, and program guidance
identified or referenced in this Agreement and the informational documents
published by DHS/FEMA applicable to the 24EMPG Program, including, but not
DHS-FEMA-EMPG-FY24 Page 3 of 46 City of Renton OEM, E25-091
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
24EMPG federal award funds provided to its subrecipients, and associated
matching funds, 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.
iv. The Subrecipient must follow their own policies and procedures to eliminate or
reduce the impact of conflicts of interest when making subawards, adhering to
any applicable federal or state statutes or regulations. Any real or potential
conflicts of interest must be reported to the Department in writing upon discovery.
2. BUDGET, REIMBURSEMENT, AND TIMELINE
a. Within the total Grant Agreement Amount, travel, subcontracts, salaries, benefits, printing,
equipment, and other goods and services or other budget categories will be reimbursed
on an actual cost basis upon completion unless otherwise provided in this Agreement.
b. The maximum amount of all reimbursement requests permitted to be submitted under this
Agreement, including the final reimbursement request, is limited to and shall not exceed
the total Grant Agreement Amount.
c. If the Subrecipient chooses to include indirect costs within the Budget (Attachment F),
additional documentation is required based on the applicable situation. As described in 2
CFR 200.414 and Appendix VII to 2 CFR 200:
i. If the Subrecipient receives direct funding from any Federal agency(ies),
documentation of the rate must be submitted to the Department Key Personnel
per the following:
A. More than $35 million, the approved indirect cost rate agreement
negotiated with its federal cognizant agency.
B. Less than $35 million, the indirect cost proposal developed in accordance
with Appendix VII of 2 CFR 200 requirements.
ii. If the Subrecipient does not receive direct federal funds (i.e., only receives funds
as a subrecipient), the Subrecipient must either elect to charge a de minimis rate
of ten percent (10%) or 10% of modified total direct costs or choose to negotiate
a higher rate with the Department. If the latter is preferred, the Subrecipient must
contact Department Key Personnel to request approval from FEMA per 2CFR
200.102(b)..
d. For travel costs, the Subrecipient shall comply with 2 CFR 200.475 and should consult
their internal policies, state rates set pursuant to RCW 43.03.050 and RCW 43.03.060 as
now existing or amended, and federal maximum rates set forth at https://www.gsa.gov,
and follow the most restrictive. If travel costs exceed set state or federal limits, travel costs
shall not be reimbursed without written approval by Department Key Personnel. All
international travel requires prior FEMA approval.
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 Reimbursements@mil.wa.gov no later than the due dates listed within the
Timeline (Attachment E).
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
DHS-FEMA-EMPG-FY24 Page 4 of 46 City of Renton OEM, E25-091
requirements of this Agreement and be made available upon request by the Department
and auditors.
g. The Subrecipient must request prior written approval from Department Key Personnel to
waive or extend a due date in the Timeline (Attachment E). 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. For waived or extended reimbursement due dates,
all allowable costs should be submitted on the next scheduled reimbursement due date
contained in the Timeline. Any request for a waiver or extension of a due date in the
Timeline will be treated as a request for Amendment of the Agreement. This request must
be 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 the time
period notated in the Timeline (Attachment E) 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 project(s). If
funds are not required, the Subrecipient shall notify the Department Key Personnel.
i. All costs for equipment and supplies must be incurred, and items received, before the
Grant Agreement End Date.
j. Failure to submit timely, accurate, and complete reports and reimbursement requests as
required by this Agreement (including, but not limited to, those reports in the Timeline
(Attachment E) will prohibit the Subrecipient from being reimbursed until such reports and
reimbursement requests 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.
l. A written amendment will be required if the Subrecipient expects cumulative transfers to
approved, direct budget categories, as identified in the Budget (Attachment F), to exceed
ten percent (10%) of the Grant Agreement Amount. Any changes to budget category totals
not in compliance with this paragraph will not be reimbursed without approval from the
Department.
m. 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 a reduction in non-federal resources occurred for reasons other than the
receipt or expected receipt of federal funds.
3. REPORTING
a. With each reimbursement request, the Subrecipient shall report how the expenditures, for
which reimbursement is sought, relate to the Work Plan (Attachment D) 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 (in the format provided by the Department) describing all
completed activities under this Agreement, status of training course completion by
individual personnel, how the match was met and documented, and progress made with
NQS implementation.
c. The Subrecipient shall comply with the Federal Funding Accountability and Transparency
Act (FFATA) and related OMB Guidance consistent with Public Law 109-282 as amended
by section 6202(a) of Public Law 110-252 (see 31 U.S.C. 6101 note) and complete and
return to the Department an Audit Certification/FFATA Form. This form is required to be
completed once per calendar year, per Subrecipient, and not per agreement. The
DHS-FEMA-EMPG-FY24 Page 5 of 46 City of Renton OEM, E25-091
Department’s Contracts Office will request the Subrecipient submit an updated form at the
beginning of each calendar year in which the Subrecipient has an active agreement.
d. To document compliance with the National Incident Management System (NIMS), the
Subrecipient shall complete the annual NIMS survey conducted by Washington
Emergency Management Division (EMD).
4. 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.
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 ensure and maintain adoption and implementation of NIMS. See Agreement
Attachment A, Article II section 3.c. for associated reporting requirements. The list of
objectives used for progress and achievement reporting can be found at
https://www.fema.gov/emergency-managers/nims/implementation-training.
d. FEMA requires phased implementation of the National Qualification System (NQS) for
EMPG subrecipients. The NQS Implementation Objectives reflect the concepts and
principles contained in NQS doctrine and aim to promote consistency in NQS
implementation nationwide. Subrecipients will be considered in compliance with NQS
requirements as long as they are working towards implementing the NQS Implementation
Objectives can be found at
https://www.fema.gov/sites/default/files/documents/fema_nims-nqs-implementation-
objectives_fact-sheet.pdf. Only EMPG-funded deployable personnel (determined by the
Subrecipient) will be required to meet NQS certification requirements.
For 24EMPG NQS Phase 2 of implementation, Subrecipients must:
i. Design procedures for an organizational qualification system and subsequently
document approval.
ii. Ensure designated EMPG-funded deployable personnel meet the minimum
training requirements for their job title/position qualification.
iii. Track qualification, certification and credentialling for EMPG-funded deployable
personnel.
iv. Describe the status of implementation as a part of the annual NIMS survey
conducted by EMD staff at the end of the calendar year.
v. Note within the EMPG final report which EMPG funded personnel are categorized
as deployable and status of implementation, as applicable.
5. 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, and all Washington State procurement
statutes, when procuring any equipment or supplies under this Agreement, 2 CFR 200.313
for management of equipment, and 2 CFR 200.314 for management of supplies, to
include, but not limited to:
DHS-FEMA-EMPG-FY24 Page 6 of 46 City of Renton OEM, E25-091
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-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.
ii. 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, or other identification number
C. Funding source for the property, including the Federal Award Identification
Number (FAIN) (Face Sheet, Box 11)
D. Assistance Listings Number (Face Sheet, Box 13)
E. Who holds the title
F. Acquisition date
G. Cost of the property and the percentage of federal participation in the cost
H. Location, use, and condition of the property at the date the information was
reported
I. Disposition data including the date of disposal and sale price of the
property.
iv. The Subrecipient shall take a physical inventory of the equipment, and supplies
as applicable, and reconcile the results with the property records at least once
every two years. Any differences between quantities determined by the physical
inspection and those shown in the records shall be investigated by the
Subrecipient to determine the cause of the difference. The Subrecipient shall, in
connection with the inventory, verify the existence, current utilization, and
continued need for the equipment.
v. The Subrecipient shall be responsible for any and all operational and
maintenance expenses and for the safe operation of the equipment and supplies
including all questions of liability. The Subrecipient shall develop appropriate
maintenance schedules and procedures to ensure the equipment, and supplies
as applicable, are well maintained and kept in good operating condition.
vi. The Subrecipient shall develop a control system to ensure adequate safeguards
to prevent loss, damage, and theft of the property. Any loss, damage, or theft shall
be investigated, and a report generated and sent to the Department’s Key
Personnel.
vii. The Subrecipient must obtain and maintain all necessary certifications and
licenses for the equipment.
viii. If the Subrecipient is authorized or required to sell the property, proper sales
procedures must be established and followed to ensure the highest possible
return. For disposition, if upon termination or at the Grant Agreement End Date,
when original or replacement supplies or equipment acquired under a federal
award are no longer needed for the original project or program or for other
activities currently or previously supported by a federal awarding agency, the
Subrecipient must comply with the following procedures:
A. For Supplies: If there is a residual inventory of unused supplies exceeding
$5,000 in total aggregate value upon termination or completion of the
project or program and the supplies are not needed for any other federal
DHS-FEMA-EMPG-FY24 Page 7 of 46 City of Renton OEM, E25-091
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 $5,000 or less may
be retained, sold, transferred, or otherwise disposed of with no further
obligation to the federal awarding agency.
2) Items with a current per-unit fair-market value in excess of $5,000
may be retained or sold. The Subrecipient shall compensate the
federal awarding agency in accordance with the requirements of 2
CFR 200.313 (e) (2).
C. Notify Department Key Personnel to initiate the disposition process by the
federal awarding agency.
ix. Records for equipment shall be retained by the Subrecipient for a period of six
years from the date of the disposition, replacement, or transfer. If any litigation,
claim, or audit is started before the expiration of the six-year period, the records
shall be retained by the Subrecipient until all litigation, claims, or audit findings
involving the records have been resolved.
b. The Subrecipient shall comply with the Department’s Purchase Review Process, which is
incorporated by reference and made part of this Agreement. No reimbursement will be
provided unless the appropriate approval has been received.
c. Allowable equipment categories for the grant program are listed on the Authorized
Equipment List (AEL) located on the FEMA website at
https://www.fema.gov/grants/guidance-tools/authorized-equipment-list. It is important that
the Subrecipient and any non-federal entity to which the Subrecipient makes a subaward
regard the AEL as an authorized purchasing list identifying items allowed under the
specific grant program; the AEL includes items that may not be categorized as equipment
according to the federal, state, local, and tribal definitions of equipment. The Subrecipient
is solely responsible for ensuring and documenting purchased items under this Agreement
are authorized as allowed items by the AEL at time of purchase.
If the item is not identified on the AEL as allowable under the grant program, the
Subrecipient must contact the Department Key Personnel for assistance in seeking FEMA
approval prior to acquisition.
d. Equipment might require more than one waiver. The Subrecipient must contact the
Department Key Personnel for assistance in identifying what waivers are needed and in
seeking FEMA approval prior to acquisition.
e. Equipment purchases (those with a current per-unit fair market value in excess of
$5,000) must be identified and explained to the Department. Use, management, and
disposition of such equipment is subject to requirements outlined in 2 CFR 200.313.
Before making such purchases, the Subrecipient should analyze the cost benefits of
purchasing versus leasing equipment, especially those subject to rapid technical
advances.
f. Unless expressly provided otherwise, all equipment must meet all mandatory regulatory
state and DHS/FEMA adopted standards to be eligible for purchase using federal award
funds.
g. If funding is allocated to support emergency communications activities, the Subrecipient
must ensure that all projects comply with SAFECOM Guidance on Emergency
Communications Grants, located at https://www.cisa.gov/safecom/funding, including
provisions on technical standards that ensure and enhance interoperable
communications.
DHS-FEMA-EMPG-FY24 Page 8 of 46 City of Renton OEM, E25-091
h. Effective August 13, 2020, FEMA recipients and subrecipients, as well as their contractors
and subcontractors, may not obligate or expend any FEMA award funds to:
i. Procure or obtain any equipment, system, or service that uses covered
telecommunications equipment or services as a substantial or essential
component of any system, or as critical technology of any system;
ii. Enter into, extend, or renew a contract to procure or obtain any equipment, 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) and
2 CFR 200.216, 200.327, 200.471, and Appendix II to 2CFR200. 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 the NOFO.
Per subsections 889(f)(2)-(3) of the FY 2019 NDAA, and 2 CFR 200.216, covered
telecommunications equipment or services means:
iv. Telecommunications equipment produced by Huawei Technologies Company or
ZTE Corporation (or any subsidiary or affiliate of such entities);
v. 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);
vi. Telecommunications or video surveillance services provided by such entities or
using such equipment; or
vii. 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.
i. The Subrecipient must pass through equipment and supply management requirements
that meet or exceed the requirements outlined above to any non-federal entity to which
the Subrecipient makes a subaward under this Agreement.
6. ENVIRONMENTAL AND HISTORICAL PRESERVATION
a. The Subrecipient shall ensure full compliance with the DHS/FEMA Environmental
Planning and Historic Preservation (EHP) program. EHP program information can be
found at https://www.fema.gov/grants/guidance-tools/environmental-historic all of which
are incorporated in and made a part of this Agreement.
b. Projects that have historical impacts or the potential to impact the environment, including,
but not limited to, construction of communication towers; modification or renovation of
existing buildings, structures and facilities; installation of sonar system; or new
construction including replacement of facilities, must participate in the DHS/FEMA EHP
review process prior to 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.
DHS-FEMA-EMPG-FY24 Page 9 of 46 City of Renton OEM, E25-091
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 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 will not be reimbursed.
7. PROCUREMENT
The Subrecipient shall comply with all procurement requirements of 2 CFR Part 200.317 through
200.327 and as specified in the General Terms and Conditions (Attachment B, A.10).
a. For all contracts expected to exceed the simplified acquisition threshold, per 2 CFR 200.1,
the Subrecipient must notify the Department. The Department may request pre-
procurement documents, such as request 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 requesting and reviewing pre-procurement documents.
b. For all sole source contracts expected to exceed the micro-purchase threshold per 2 CFR
200.1, the Subrecipient must submit justification to the Department for review and
approval. This requirement must be passed on to any non-federal entity to which the
Subrecipient makes a subaward, at which point the Subrecipient will be responsible for
reviewing and approving sole source justifications to any non-federal entity to which
Subrecipient makes any award.
c. The Subrecipient as well as its contractors and subcontractors must comply with the Build
America, Buy America Act (BABAA), which was enacted as a part of the Infrastructure
Investment and Jobs Act §§ 70901-70297, 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.
BABAA requires any infrastructure project receiving federal funding must ensure:
i. All iron and steel used in the project are produced in the United States. This means
all manufacturing processes, from initial melting stage through the application of
coatings, occurred in the United States.
ii. All manufactured products must be produced in the United States. For a
manufactured product to be considered produced in the United States, the cost of
the components of the manufactured product that are mined, produced, or
manufactured in the United States must be greater than 55% of the total cost of all
minimum amount of domestic content of manufactured product, unless subject to
another standard.
iii. All construction materials are manufactured in the United States. This means that
all manufacturing processes for construction material occurred in the United States.
Additionally, applicable infrastructure projects are subject to domestic preference
requirements. A domestic preference does not apply to non-infrastructure spending under
an award that also includes a covered project. A domestic preference applies to an entire
infrastructure project, even if it is funded by both federal and non-federal funds under one
or more awards.
i. Domestic preferences under BABAA only apply to articles, materials, and supplies
that 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 domestic preference apply to
DHS-FEMA-EMPG-FY24 Page 10 of 46 City of Renton OEM, E25-091
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 or permanently affixed to the structure.
ii. Infrastructure, for the purposes of BABAA, includes, at a minimum, the structures,
facilities, and equipment for, in the United States, roads, highways and bridges;
public transportation; dams, ports, harbors and other maritime facilities; intercity
passenger and freight railroads; freight and intermodal facilities; airports; water
systems, including drinking water and wastewater systems; electrical transmission
facilities and systems; utilities; broadband infrastructure; and buildings and real
property. Infrastructure includes facilities that generate, transport, and distribute
energy.
iii. The Subrecipient’s contractors and their subcontractors who apply or bid for an
award for an infrastructure project subject to the domestic preference requirement
in the BABAA shall file a required certification to the Subrecipient with each bid or
offer for an infrastructure project, unless a domestic preference requirement is
waived by FEMA. Contractors and subcontractors must certify that no federal
financial assistance funding for infrastructure projects will be provided unless all the
iron, steel, manufactured projects, and construction materials used in the project
are produced in the United States. BABAA, Pub. L. No. 117-58, §§ 70901-52.
Contractors and subcontractors shall also disclose any use of federal financial
assistance for infrastructure projects that does not ensure compliance with BABAA
domestic preference requirement. Such disclosures shall be forwarded to the
Subrecipient who will forward them to the Department who, in turn, will forward the
disclosures to FEMA. The Build America, Buy America Act Self-Certification form
is included herein as Attachment G.
If the Subrecipient is interested in applying for a waiver, the Subrecipient should contact
the Department Key Personnel to determine the requirements. All waiver requests must
include a detailed justification for the use of goods, products, or materials mined,
produced, or manufactured outside the United States and a certification that there was a
good faith effort to solicit bids for domestic products supported by terms included in
requests for proposals, contracts, and nonproprietary communications with potential
suppliers.
8. SUBRECIPIENT MONITORING
a. The Department will monitor the activities of the Subrecipient from award to closeout. The
goal of the Department’s monitoring activities is to ensure that subrecipients 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. Reporting
requirements are referenced in section 3.c.
c. Monitoring activities may include, but are not limited to:
i. Review of financial and performance reports
ii. Monitoring and documenting the completion of Agreement deliverables
iii. Documentation of phone calls, meetings (e.g. agendas, sign-in sheets, meeting
minutes), e-mails and correspondence
iv. Review of reimbursement requests and supporting documentation to ensure
allowability and consistency with Agreement work plan, budget, and federal
requirements
v. Observation and documentation of Agreement related activities, such as
exercises, training, events, and equipment demonstrations
DHS-FEMA-EMPG-FY24 Page 11 of 46 City of Renton OEM, E25-091
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.
9. LIMITED ENGLISH PROFICIENCY (CIVIL RIGHTS ACT OF 1964 TITLE VI)
a. The Subrecipient must comply with the Title VI of the Civil Rights Act of 1964 (Title VI)
prohibition against discrimination on the basis of national origin, which requires that
subrecipients of federal financial assistance take reasonable steps to provide meaningful
access to persons with limited English proficiency (LEP) to their programs and services.
FEMA Policy FP-256-23-001 (www.fema.gov/sites/default/files/documents/fema_)policy-
language-access.pdf) further stresses this requirement applies to anyone awarded FEMA
funding. 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 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 https://www.dhs.gov/guidance-published-help-
department-supported-organizations-provide-meaningful-access-people-limited and
additional resources on https://www.lep.gov.
b. Subrecipients are encouraged to perform and document their analysis of the most
appropriate language assistance services necessary to ensure a LEP individual has
meaningful access to the Subrecipient’s programs and activities. The analysis should
consider
i. The number or proportion of LEP individuals eligible to be served or likely
encountered by the program
ii. The frequency with which LEP individuals come in contact with the program
iii. The nature and importance of the program, activity, or service provided by the
program to people’s lives
iv. The resources available to the program and costs
B. EMPG PROGRAM SPECIFIC REQUIREMENTS
The Department receives EMPG funding from DHS/FEMA, to assist state, local, and tribal governments
to enhance and sustain all-hazards emergency management capabilities as authorized by Robert T.
Stafford Disaster Relief and Emergency Assistance Act, as amended (42 U.S.C. §§ 5121 et seq.) and
Section 662 of the Post Katrina Emergency Management Act (6 U.S.C. § 762).
A portion of the grant program is passed through to local jurisdictions and tribes with emergency
management programs to supplement their local/tribal operating budgets to help sustain and enhance
emergency management capabilities pursuant to Washington Administrative Code (WAC) 118-09.
a. The Subrecipient shall use the EMPG funds authorized under this Agreement only to perform
tasks as described in the Work Plan (Attachment D) and the Subrecipient’s approved application
for funding, incorporated into this Agreement.
DHS-FEMA-EMPG-FY24 Page 12 of 46 City of Renton OEM, E25-091
b. Funding may not be used to replace or supplant non-federal funding of emergency management
programs.
c. The Subrecipient shall provide a fifty percent (50%) cash match from non-federal source(s). The
Federal share applied toward the EMPG budget shall not exceed fifty percent of the total budget
as submitted and approved in the application and documented in the Budget (Attachment F). To
meet matching requirements, the Subrecipient’s cash matching contributions must be verifiable,
reasonable, allowable, allocable, and necessary under the grant program and must comply with
all state and Federal requirements and regulations, including, but not limited to, 2 CFR Part 200.
An appropriate mechanism must be in place to capture, track, and document matching funds.
d. To gather data for the required FEMA deliverables (i.e., Stakeholder Preparedness Review [SPR],
Threat Hazard Identification and Risk Assessment [THIRA]), EMD is piloting a three-year County
Emergency Preparedness Assessment (CEPA) process with workshops, occurring in a third of
the 39 counties each calendar year 2024-2026. The Subrecipient must participate in a CEPA
workshop located in their county and in any follow-on data calls to receive EMPG funding.
e. Subrecipients shall participate in the State’s Integrated Preparedness Planning Workshop
(IPPW). Non-participation may result in withholding of funding under future grant years.
f. If funding is allocated to non-FEMA training, the Subrecipient must request prior 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, https://www.fema.gov/sites/default/files/2020-
04/Training_Course_Review_and_Approval_IB_Final_7_19_18.pdf, the training must fall within
the FEMA mission scope and be in alignment with the Subrecipient’s Emergency Operations Plan.
This requirement only applies to training courses and does not include attendance at conferences.
Furthermore, additional federal approvals are required for courses that relate to Countering
Violent Extremism prior to attendance.
g. All personnel funded in any part through federal award or matching funds under this Agreement
shall complete and record proof of completion of:
i. NIMS training Independent Study (IS): IS-100, IS-200, IS-700, and IS-800, and
ii. Either the FEMA Professional Development Series (PDS) IS-120, IS-230, IS-235, IS-240,
IS-241, IS-242, and IS-244, or the Emergency Management Professionals Program (EMPP)
Basic Academy IS-230, E/L101, E/L 102, E/L103, E/L104 and E/L105.
C. DHS TERMS AND CONDITIONS
As a Subrecipient of 24EMPG funding, the Subrecipient shall comply with all applicable DHS terms and
conditions of the 24EMPG Award Letter and its incorporated documents for the Grant, which are
incorporated and made a part of this Agreement as Attachment C.
DHS-FEMA-EMPG-FY24 Page 13 of 46 City of Renton OEM, E25-091
Attachment B
Washington State Military Department
GENERAL TERMS AND CONDITIONS
Department of Homeland Security (DHS)/
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 State 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. “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.
d. “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.
A.2 ADVANCE PAYMENTS PROHIBITED
The Department shall make no payments in advance or in anticipation of goods or services to be provided
under this Agreement. Subrecipient shall not invoice the Department in advance of delivery and invoicing
of such goods or services.
A.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 performance period, followed up with a mutually agreed written amendment, or (2)
written notification from the Department to the Subrecipient to provide additional time for completion of
the Subrecipient’s project(s).
A.4 AMERICANS WITH DISABILITIES ACT (ADA) OF 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.
Except as provided herein, 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. If the ADA does not apply to the
Subrecipient because the Subrecipient is a federal recognized Indian Tribe, then the acceptance by the
Tribe of, or acquiescence to, these General Terms and Conditions does not change or alter its
inapplicability to the Indian Tribe. The execution of grant documents is not intended to change, alter,
amend, or impose additional liability or responsibility upon the Tribe where it does not already exist.
A.5 ASSURANCES
The Department and Subrecipient agree that all activity pursuant to this Agreement will be in accordance
with all the applicable current federal, state and local laws, rules and regulations.
DHS-FEMA-EMPG-FY24 Page 14 of 46 City of Renton OEM, E25-091
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 Debarment, Suspension,
Ineligibility, and Voluntary Exclusion form located at https://mil.wa.gov/requiredgrantforms. Any such form
completed by the Subrecipient for this Agreement shall be incorporated into this Agreement by reference.
Further, the Subrecipient agrees to comply with all applicable federal regulations concerning the federal
debarment and suspension system, including 2 CFR Part 180. The Subrecipient certifies that it will ensure
that potential contractors or subrecipients or any of their principals are not debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participation in “covered
transactions” by any federal department or agency. “Covered transactions” include procurement
contracts for goods or services awarded under a non-procurement transaction (e.g., grant or cooperative
agreement) that are expected to equal or exceed $25,000, and subawards to subrecipients for any
amount. With respect to covered transactions, the Subrecipient may comply with this provision by
obtaining a certification statement from the potential contractor or subrecipient or by checking the System
for Award Management (https://sam.gov/SAM/) maintained by the federal government. The Subrecipient
also agrees not to enter into any arrangements or contracts with any party on the Washington State
Department of Labor and Industries’ “Debarred Contractor List”
(https://secure.lni.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 (https://www.des.wa.gov/services/contracting-
purchasing/doing-business-state/vendor-debarment).
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 VI of the Civil Rights Act
of 1964, Civil Rights Act of 1968, the Robert T. Stafford Disaster Relief and Emergency Assistance Act,
(PL 93-288, as amended), Ethics in Public Service (RCW 42.52), Covenant Against Contingent Fees (48
CFR Section 52.203-5), Public Records Act (RCW 42.56), Prevailing Wages on Public Works (RCW
39.12), State Environmental Policy Act (RCW 43.21C), Shoreline Management Act of 1971 (RCW 90.58),
State Building Code (RCW 19.27), Energy Related Building Standards (RCW 19.27A), Provisions in
Buildings for Aged and Handicapped Persons (RCW 70.92), and safety and health regulations.
DHS-FEMA-EMPG-FY24 Page 15 of 46 City of Renton OEM, E25-091
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.
A.9 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 project during his or her tenure, shall have any personal or pecuniary
gain or interest, direct or indirect, in any contract, subcontract, or the proceeds thereof, for work to be
performed in connection with the project assisted under this Agreement.
The Subrecipient shall incorporate, or cause to incorporate, in all such contracts or subawards, a
provision prohibiting such interest pursuant to this provision.
A.10 CONTRACTING & PROCUREMENT
a. The Subrecipient shall use a competitive procurement process in the procurement and award of
any contracts with contractors or subcontractors that are entered into under the original
agreement award. The procurement process followed shall be in accordance with 2 CFR Part
200.318, General procurement standards, through 200.327, Contract provisions.
As required by Appendix II 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 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. 1908,
must address administrative, contractual, or legal remedies in instances where contractors
violate or breach contract terms, and provide for such sanctions and penalties as appropriate.
2) All contracts in excess of $10,000 must address termination for cause and for convenience
by the non-federal entity including the manner by which it will be effected 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,” and
implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance
Programs, Equal Employment Opportunity, Department of Labor.”
4) Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program
legislation, all prime construction 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 Covering Federally Financed and
Assisted Construction”). In accordance with the statute, contractors must be required to pay
wages to laborers and mechanics at a rate not less than the prevailing wages specified in a
wage determination made by the Secretary of Labor. In addition, contractors must be
required to pay wages not less than once a week. The non-federal entity must place a copy
of the current prevailing wage determination issued by the Department of Labor in each
solicitation. The decision to award a contract or subcontract must be conditioned upon the
acceptance of the wage determination. The non-federal entity must report all suspected or
reported violations to the federal awarding agency. The contracts must also include a
provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as
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
DHS-FEMA-EMPG-FY24 Page 16 of 46 City of Renton OEM, E25-091
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 applicable,
all contracts awarded by the non-federal entity in excess of $100,000 that involve the
employment of mechanics or laborers must include a provision for compliance with 40 U.S.C.
3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under
40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every
mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of
the standard work week is permissible provided that the worker is compensated at a rate of
not less than one and a half times the basic rate of pay for all hours worked in excess of 40
hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction
work and provide that no laborer or mechanic must be required to work in surroundings or
under working conditions which are unsanitary, hazardous or dangerous. These
requirements do not apply to the purchases of supplies or materials or articles ordinarily
available on the open market, or contracts for transportation or transmission of intelligence.
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 CFR 180
that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR
part 1989 Comp., p. 235), “Debarment and Suspension.” 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, a member of
Congress, officer or employee of Congress, or an employee of a member of Congress in
connection with obtaining any federal contract, grant or any other award covered by 31
U.S.C. 1352. Each tier must also disclose any lobbying with non-federal funds that takes
place in connection with obtaining any federal award. Such disclosures are forwarded from
tier to tier up to the non-federal award.
10) Procurement of recovered materials -- As required by 2 CFR 200.323, a non-federal 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
items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part
247 that contain the highest percentage of recovered materials practicable, consistent with
maintaining a satisfactory level of competition, where the purchase price of the item exceeds
DHS-FEMA-EMPG-FY24 Page 17 of 46 City of Renton OEM, E25-091
$10,000 or the value of the quantity acquired during the preceding fiscal year exceeded
$10,000; procuring solid waste management services in a manner that maximizes energy
and resource recovery; and establishing an affirmative procurement program for
procurement of recovered materials identified in the EPA guidelines.
11) Notice of federal awarding agency requirements and regulations pertaining to reporting.
12) Federal awarding agency requirements and regulations pertaining to copyrights and rights in
data.
13) Access by the Department, the Subrecipient, the federal awarding agency, the Comptroller
General of the United States, or any of their duly authorized representatives to any books,
documents, papers, and records of the contractor which are directly pertinent to that specific
contract for the purpose of making audit, examination, excerpts, and transcriptions.
14) Retention of all required records for six (6) years after the Subrecipient has made final
payments and all other pending matters are closed.
15) Mandatory standards and policies relating to energy efficiency which are contained in the
state energy conservation plan issued in compliance with the Energy Policy and
Conservation Act (Pub. L. 94–163, 89 Stat. 871).
16) Pursuant to Executive Order 13858 “Strengthening Buy-American Preferences for
Infrastructure Projects,” and as appropriate and to the extent consistent with law, the non-
Federal entity should, to the greatest extent practicable under a Federal award, provide a
preference for the purchase, acquisition, or use of goods, products, or materials produced in
the United States, as required in 2 CFR Part 200.322, in every contract, subcontract,
purchase order, or sub-award that is chargeable against federal financial assistance awards.
17) Per 2 C.F.R. § 200.216, prohibitions regarding certain telecommunications and video
surveillance services or equipment are mandated by section 889 of the John S. McCain
National Defense Authorization Act for Fiscal Year 2019 (FY 2019 NDAA), Pub. L. No. 115-
232 (2018).
b. The Department reserves the right to review the Subrecipient’s procurement plans and
documents and require the Subrecipient to make changes to bring its plans and documents into
compliance with the requirements of 2 CFR Part 200.317 through 200.327. The Subrecipient must
ensure that its procurement process requires contractors and subcontractors to provide adequate
documentation with sufficient detail to support the costs of the project and to allow both the
Subrecipient and Department to make a determination on eligibility of project costs.
c. All contracting agreements entered into pursuant to this Agreement shall incorporate this
Agreement by reference.
A.11 DISCLOSURE
The use or disclosure by any party of any information concerning the Department for any purpose not
directly connected with the administration of the Department's or the Subrecipient's responsibilities with
respect to services provided under this Agreement is prohibited except by prior written consent of the
Department or as required to comply with the state Public Records Act, other law or court order.
A.12 DISPUTES
Except as otherwise provided in this Agreement, when a bona fide dispute arises between the parties
and it cannot be resolved through discussion and negotiation, either party may request a dispute
resolution board to resolve the dispute. A request for a dispute resolution board shall be in writing, state
the disputed issues, state the relative positions of the parties, and be sent to all parties. The board shall
consist of a representative appointed by the Department, a representative appointed by the Subrecipient,
and a third party mutually agreed upon by both parties. The determination of the dispute resolution board
shall be final and binding on the parties hereto. Each party shall bear the cost for its member of the
dispute resolution board and its attorney fees and costs and share equally the cost of the third board
member.
DHS-FEMA-EMPG-FY24 Page 18 of 46 City of Renton OEM, E25-091
A.13 LEGAL RELATIONS
It is understood and agreed that this Agreement is solely for the benefit of the parties to the Agreement
and gives no right to any other party. No joint venture or partnership is formed as a result of this
Agreement.
To the extent allowed by law, the Subrecipient, its successors or assigns, will protect, save and hold
harmless the Department, the state of Washington, and the United States Government and their
authorized agents and employees, from all claims, actions, costs, damages or expenses of any nature
whatsoever by reason of the acts or omissions of the Subrecipient, its subcontractors, subrecipients,
assigns, agents, contractors, consultants, licensees, invitees, employees or any person whomsoever
arising out of or in connection with any acts or activities authorized by this Agreement.
To the extent allowed by law, the Subrecipient further agrees to defend the Department and the state of
Washington and their authorized agents and employees in any litigation; including payment of any costs
or attorneys' fees for any claims or action commenced thereon arising out of or in connection with acts
or activities authorized by this Agreement.
This obligation shall not include such claims, costs, damages or expenses which may be caused by the
sole negligence of the Department; provided, that if the claims or damages are caused by or result from
the concurrent negligence of (1) the Department, and (2) the Subrecipient, its agents, or employees, this
indemnity provision shall be valid and enforceable only to the extent of the negligence of the Subrecipient,
or the Subrecipient's agents or employees.
Insofar as the funding source, FEMA is an agency of the Federal government, the following shall apply:
44 CFR 206.9 Non-liability. The Federal government shall not be liable for any claim based upon the
exercise or performance of, or the failure to exercise or perform a discretionary function or duty on the
part of a federal agency or an employee of the Federal government in carrying out 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 Alternate for the Subrecipient, formally
designated in writing, shall have the express, implied, or apparent authority to alter, amend, modify, or
waive any clause or condition of this Agreement. Any alteration, amendment, 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
A.3.
Further, only the Authorized Signature representative or Alternate for the Subrecipient shall have
signature authority to sign reimbursement requests, time extension requests, amendment and
modification requests, requests for changes to projects or work plans, and other requests, certifications
and documents authorized by or required under this Agreement.
A.15 LOSS OR REDUCTION OF FUNDING
In the event funding from state, federal, or other sources is withdrawn, reduced, or limited in any way
after the effective date of this Agreement and prior to normal completion or end date, the Department
may unilaterally reduce the work plan and budget or unilaterally terminate all or part of the Agreement as
a “Termination for Cause” without providing the Subrecipient an opportunity to cure. Alternatively, the
parties may renegotiate the terms of this Agreement under “Amendments and Modifications” to comply
with new funding limitations and conditions, although the Department has no obligation to do so.
A.16 NONASSIGNABILITY
Neither this Agreement, nor any claim arising under this Agreement, shall be transferred or assigned by
the Subrecipient.
A.17 NONDISCRIMINATION
During the performance of this agreement, the Subrecipient shall comply with all federal and state
nondiscrimination statutes and regulations. These requirements include, but are not limited to:
a. Nondiscrimination in Employment: The Subrecipient shall not discriminate against any employee or
applicant for employment because of race, color, sex, sexual orientation, religion, national origin,
creed, marital status, age, Vietnam era or disabled veteran status, or the presence of any sensory,
DHS-FEMA-EMPG-FY24 Page 19 of 46 City of Renton OEM, E25-091
mental, or physical handicap. This requirement does not apply, however, to a religious corporation,
association, educational institution or society with respect to the employment of individuals of a
particular religion to perform work connected with the carrying on by such corporation, association,
educational institution or society of its activities.
b. The Subrecipient shall take action to ensure that employees are employed and treated during
employment without discrimination because of their race, color, sex, sexual orientation religion,
national origin, creed, marital status, age, Vietnam era or 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 SAFETY/HEALTH ACT and WASHINGTON INDUSTRIAL SAFETY/HEALTH ACT
(OSHA/WISHA)
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 real property improved or constructed with
funds under this Agreement, and by this subaward of funds does not and will not acquire any ownership
interest or title to such property of the Subrecipient. The Subrecipient shall assume all liabilities and
responsibilities arising from the ownership and operation of the project and agrees to defend, 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 in payment of any bonus or commission
for the purpose of obtaining approval of the application for such assistance or any other approval or
concurrence under this Agreement provided, however, that reasonable fees or bona fide technical
consultant, managerial, or other such services, other than actual 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 and publicity
matters relating to this Agreement wherein the Department’s name is mentioned, or language used from
which the connection of the Department’s name may, in the Department’s judgment, be inferred or
implied. The Subrecipient agrees not to publish or use such advertising and publicity matters without the
prior written consent of the Department. The 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 under this Agreement in accordance with applicable
federal, state, and local laws, regulations, and/or the provisions of the Agreement, the Department
reserves the right to recapture funds in an amount equivalent to the extent of noncompliance. Such right
DHS-FEMA-EMPG-FY24 Page 20 of 46 City of Renton OEM, E25-091
of recapture shall exist for the life of the project following Agreement termination. Repayment by the
Subrecipient of funds under this recapture provision shall occur within 30 days of demand. In the event
the Department is required to institute legal proceedings to enforce the recapture provision, the
Department shall be entitled to its costs and expenses thereof, including attorney fees from the
Subrecipient.
A.25 RECORDS
a. The Subrecipient agrees to maintain all books, records, documents, receipts, invoices and all
other electronic or written records necessary to sufficiently and properly reflect the Subrecipient's
contracts, subawards, grant administration, and payments, including all direct and indirect
charges, and expenditures in the performance of this Agreement (the “records”).
b. The Subrecipient's records related to this Agreement and the projects funded may be inspected
and audited by the Department or its designee, by the Office of the State Auditor, DHS, FEMA or
their designees, by the Comptroller General of the United States or its designees, 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 (6) years following final payment and closure of the
grant under this Agreement. Despite the minimum federal retention requirement of three (3) years,
the more stringent State requirement of six (6) years must be followed.
A.26 RESPONSIBILITY FOR PROJECT/STATEMENT OF WORK/WORK PLAN
While the Department undertakes to assist the Subrecipient with the project/statement of work/work plan
(project) by providing federal award funds pursuant to this Agreement, the project itself remains the sole
responsibility of the Subrecipient. The Department undertakes no responsibility to the Subrecipient, or to
any third party, other than as is expressly set out in this Agreement.
The responsibility for the design, development, construction, implementation, operation and maintenance
of the project, as these phrases are applicable to this project, is solely that of the Subrecipient, as is
responsibility for any claim or suit of any nature by any third party related in any way to the project.
Prior to the start of any construction activity, the Subrecipient shall ensure that all applicable federal,
state, and local permits and clearances are obtained, including, but not limited to, FEMA compliance with
the National Environmental Policy Act, the National Historic Preservation Act, the Endangered Species
Act, and all other environmental laws, regulations, and executive orders.
The Subrecipient shall defend, at its own cost, any and all claims or suits at law or in equity, which may
be brought against the Subrecipient in connection with the project. The Subrecipient shall not look to the
Department, or to any state or federal agency, or to any of their employees or agents, for any
performance, assistance, or any payment or indemnity, including, but not limited to, cost of defense
and/or attorneys’ fees, in connection with any claim or lawsuit brought by any third party related to any
design, development, construction, implementation, operation and/or maintenance of a project.
A.27 SEVERABILITY
If any court of rightful jurisdiction holds any provision or condition under this Agreement or its application
to any person or circumstances invalid, this invalidity does not affect other provisions, terms or conditions
of the Agreement, which can be given effect without the invalid provision. To this end, the terms and
conditions of this Agreement are declared severable.
A.28 SINGLE AUDIT ACT REQUIREMENTS (including all 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 200 Subpart F. Non-federal entities that spend
less than $750,000 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-EMPG-FY24 Page 21 of 46 City of Renton OEM, E25-091
means a state, local government, Indian tribe, institution of higher education, or nonprofit organization
that carries out a federal award as a recipient or subrecipient.
Subrecipients that are required to have an audit must ensure the audit is performed in accordance with
Generally Accepted Government Auditing Standards (GAGAS) as found in the Government Auditing
Standards (the Revised Yellow Book) developed by the United States Comptroller General and the OMB
Compliance Supplement. The Subrecipient has the responsibility of notifying its auditor and requesting
an audit in compliance with 2 CFR Part 200 Subpart F, to include the Washington State Auditor’s Office,
a federal auditor, or a public accountant performing work using GAGAS, as appropriate. Costs of the
audit may be an allowable grant expenditure as authorized by 2 CFR Part 200.425.
The Subrecipient shall maintain auditable records and accounts so as to facilitate the audit requirement
and shall ensure that any subcontractors also maintain auditable records. The Subrecipient is responsible
for any audit exceptions incurred by its own organization or that of its 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.Office@mil.wa.gov
The Department retains the sole discretion to determine whether a valid claim for an exemption from the
audit requirements of this provision has been established.
Conducting a single or program-specific audit in compliance with 2 CFR Part 200 Subpart F is a material
requirement of this Agreement. In the absence of a valid claim of exemption from the audit requirements
of 2 CFR Part 200 Subpart F, the Subrecipient’s failure to comply with said audit requirements may result
in one or more of the following actions in the Department’s sole discretion: a percentage of federal awards
being withheld until the audit is completed in accordance with 2 CFR Part 200 Subpart F; the withholding
or disallowing of overhead costs; the suspension of federal awards until the audit is conducted and
submitted; or termination of the federal award.
A.29 SUBRECIPIENT NOT EMPLOYEE
The Subrecipient, and/or employees or agents performing under this Agreement, are not employees or
agents of the Department in any manner whatsoever. The Subrecipient will not be presented as nor
claim to be an officer or employee of the Department or of the state of Washington by reason hereof, nor
will the Subrecipient make any claim, demand, or application to or for any right, privilege or benefit
applicable to an officer or employee of the Department or of the state of Washington, including, but not
limited to, Workers’ Compensation coverage, unemployment insurance benefits, social security benefits,
retirement membership or credit, or privilege or benefit which would accrue to a civil service employee
under Chapter 41.06 RCW; OFM Reg. 4.3.1.1.8.
It is understood that if the Subrecipient is another state department, state agency, state university, 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-EMPG-FY24 Page 22 of 46 City of Renton OEM, E25-091
expenses of any other kind for the Subrecipient or its staff required by statute or regulation that are
applicable to Agreement performance.
A.31 TERMINATION FOR CONVENIENCE
Notwithstanding any provisions of this Agreement, the Subrecipient may terminate this Agreement by
providing written notice of such termination to the Department Key Personnel identified in the Agreement,
specifying the effective date thereof, at least thirty (30) days prior to such date.
Except as otherwise provided in this Agreement, the Department, in its sole discretion and in the best
interests of the state of Washington, may terminate this Agreement in whole or in part ten (10) business
days after emailing notice. Upon notice of termination for convenience, the Department reserves the right
to suspend all or part of the Agreement, withhold further payments, or prohibit the Subrecipient from
incurring additional obligations of funds. In the event of termination, the Subrecipient shall be liable for all
damages as authorized by law. The rights and remedies of the Department provided for in this section
shall not be exclusive and are in addition to any other rights and remedies provided by law.
A.32 TERMINATION OR SUSPENSION FOR LOSS OF FUNDING
The Department may unilaterally terminate or suspend all or part of this Grant Agreement, or may reduce
its scope of work and budget, if there is a reduction in funds by the source of those funds, and if such
funds are the basis for this Grant Agreement. The Department will email the Subrecipient ten (10)
business days prior to termination.
A.33 TERMINATION OR SUSPENSION FOR CAUSE
In the event the Department, in its sole discretion, determines the Subrecipient has failed to fulfill in a
timely and proper manner its obligations under this Agreement, is in an unsound financial condition so
as to endanger performance hereunder, is in violation of any laws or regulations that render the
Subrecipient unable to perform any aspect of the Agreement, or has violated any of the covenants,
agreements or stipulations of this Agreement, the Department has the right to immediately suspend or
terminate this Agreement in whole or in part.
The Department may notify the Subrecipient in writing of the need to take corrective action and provide
a period of time in which to cure. The Department is not required to allow the Subrecipient an opportunity
to cure if it is not feasible as determined solely within the Department’s discretion. Any time allowed for
cure shall not diminish or eliminate the Subrecipient’s liability for damages or otherwise affect any other
remedies available to the Department. If the Department allows the Subrecipient an opportunity to cure,
the Department shall notify the Subrecipient in writing of the need to take corrective action. If the
corrective action is not taken within ten (10) calendar days or as otherwise specified by the Department,
or if such corrective action is deemed by the Department to be insufficient, the Agreement may be
terminated in whole or in part.
The Department reserves the right to suspend all or part of the Agreement, withhold further payments,
or prohibit the Subrecipient from incurring additional obligations of funds during investigation of the
alleged compliance breach, pending corrective action by the Subrecipient, if allowed, or pending a
decision by the Department to terminate the Agreement in whole or in part.
In the event of termination, the Subrecipient shall be liable for all damages as authorized by law, including,
but not limited to, any cost difference between the original Agreement and the replacement or cover
Agreement and all administrative costs directly related to the replacement Agreement, e.g., cost of
administering the competitive solicitation process, mailing, advertising and other associated staff time.
The rights and remedies of the Department provided for in this section shall not be exclusive and are in
addition to any other rights and remedies provided by law.
If it is determined that the Subrecipient: (1) was not in default or material breach, or (2) failure to perform
was outside of the Subrecipient’s control, fault or negligence, the termination shall be deemed to be a
termination for convenience.
A.34 TERMINATION PROCEDURES
In addition to the procedures set forth below, if the Department terminates this Agreement, the
Subrecipient shall follow any procedures specified in the termination notice. Upon termination of this
Agreement and in addition to any other rights provided in this Agreement, the Department may require
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.
DHS-FEMA-EMPG-FY24 Page 23 of 46 City of Renton OEM, E25-091
If the termination is for convenience, the Department shall pay to the Subrecipient as an agreed upon
price, if separately stated, for properly authorized and completed work and services rendered or goods
delivered to and accepted by the Department prior to the effective date of Agreement termination, the
amount agreed upon by the Subrecipient and the Department for (i) completed work and services and/or
equipment or supplies provided for which no separate price is stated, (ii) partially completed work and
services and/or equipment or supplies provided which are accepted by the Department, (iii) other work,
services and/or equipment or supplies which are accepted by the Department, and (iv) the protection and
preservation of property.
Failure to agree with such amounts shall be a dispute within the meaning of the "Disputes" clause of this
Agreement. If the termination is for cause, the Department shall determine the extent of the liability of the
Department. The Department shall have no other obligation to the Subrecipient for termination. The
Department may withhold from any amounts due the Subrecipient such sum as the Department
determines to be necessary to protect the Department against potential loss or liability.
The rights and remedies of the Department provided in this Agreement shall not be exclusive and are in
addition to any other rights and remedies provided by law.
After receipt of a notice of termination, and except as otherwise directed by the Department in writing,
the Subrecipient shall:
a. Stop work under the Agreement on the date, and to the extent specified, in the notice;
b. Place no further orders or contracts for materials, services, supplies, equipment and/or facilities
in relation to this Agreement except as may be necessary for completion of such portion of the
work under the Agreement as is not terminated;
c. Assign to the Department, in the manner, at the times, and to the extent directed by the
Department, all of the rights, title, and interest of the Subrecipient under the orders and contracts
so terminated, in which case the Department has the right, at its discretion, to settle or pay any
or all claims arising out of the termination of such orders and contracts;
d. Settle all outstanding liabilities and all claims arising out of such termination of orders and
contracts, with the approval or ratification of the Department to the extent the Department may
require, which approval or ratification shall be final for all the purposes of this clause;
e. Transfer title to the Department and deliver in the manner, at the times, and to the extent directed
by the Department any property which, if the Agreement had been completed, would have been
required to be furnished to the Department;
f. Complete performance of such part of the work as shall not have been terminated by the
Department in compliance with all contractual requirements; and
g. 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 MWBE firms certified by the Office of Minority
and Women’s Business Enterprises (OMWBE). To the extent possible, the Subrecipient will solicit and
encourage minority-owned and women-owned business enterprises who are certified by the OMWBE
under the state of Washington certification program to apply and compete for work under this contract.
Voluntary numerical MWBE participation goals have been established and are indicated herein: Minority
Business Enterprises: (MBEs): 10% and Woman’s Business Enterprises (WBEs): 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. Except for as provided herein, venue of any
suit between the parties arising out of this Agreement shall be the Superior Court of Thurston County,
Washington, and the Subrecipient, by execution of this Agreement, acknowledges the jurisdiction of the
courts of the state of Washington. Provides, that if the Subrecipient is a federally recognized Indian Tribe,
the parties agree that, in the event either party to this Agreement commences any suit relating to or
arising from the Agreement, the United States District Court for the Western District of the State of
Washington shall have the sole and exclusive jurisdiction over such proceeding. If the court lacks federal
DHS-FEMA-EMPG-FY24 Page 24 of 46 City of Renton OEM, E25-091
subject matter jurisdiction, then the Tribe agrees to waive its sovereign immunity from suit for the limited
purpose of permitting the State to enforce the terms of this Agreement in the Superior Court of
Washington under Washington law, and venue for such suit shall be the Superior Court of Thurston
County, Washington. This limited waiver of sovereign immunity is solely for the benefit of the State. This
limited waiver of sovereign immunity shall not be for, nor shall it be construed as for, the benefit of any
other person or entity, and the Tribe does not waive its immunity with respect to any action brought by,
or on behalf of, any other entity or person.
A.37 WAIVERS
No conditions or provisions of this Agreement can be waived unless approved in advance by the
Department in writing. The Department's failure to insist upon strict performance of any provision of the
Agreement or to exercise any right based upon a breach thereof, or the acceptance of any performance
during such breach, shall not constitute a waiver of any right under this Agreement.
DHS-FEMA-EMPG-FY24 Page 25 of 46 City of Renton OEM, E25-091
Attachment C
24EMPG Award Letter
EMS-2024-EP-05000
DHS-FEMA-EMPG-FY24 Page 26 of 46 City of Renton OEM, E25-091
// due to new system inclusion of information with no context, pages 5-12 not included – available on request //
DHS-FEMA-EMPG-FY24 Page 27 of 46 City of Renton OEM, E25-091
DHS-FEMA-EMPG-FY24 Page 28 of 46 City of Renton OEM, E25-091
DHS-FEMA-EMPG-FY24 Page 29 of 46 City of Renton OEM, E25-091
DHS-FEMA-EMPG-FY24 Page 30 of 46 City of Renton OEM, E25-091
DHS-FEMA-EMPG-FY24 Page 31 of 46 City of Renton OEM, E25-091
DHS-FEMA-EMPG-FY24 Page 32 of 46 City of Renton OEM, E25-091
DHS-FEMA-EMPG-FY24 Page 33 of 46 City of Renton OEM, E25-091
DHS-FEMA-EMPG-FY24 Page 34 of 46 City of Renton OEM, E25-091
DHS-FEMA-EMPG-FY24 Page 35 of 46 City of Renton OEM, E25-091
DHS-FEMA-EMPG-FY24 Page 36 of 46 City of Renton OEM, E25-091
DHS-FEMA-EMPG-FY24 Page 37 of 46 City of Renton OEM, E25-091
DHS-FEMA-EMPG-FY24 Page 38 of 46 City of Renton OEM, E25-091
DHS-FEMA-EMPG-FY24 Page 39 of 46 City of Renton OEM, E25-091
DHS-FEMA-EMPG-FY24 Page 40 of 46 City of Renton OEM, E25-091
DHS-FEMA-EMPG-FY24 Page 41 of 46 City of Renton OEM, E25-091
Attachment D
WORK PLAN
FY 2024 Emergency Management Performance Grant
The purpose of this attachment is to identify the activities planned by the Subrecipient under this Grant
Agreement, funded by EMPG and required match funding, and subsequently approved as allowable under
EMPG by the EMPG Program Manager.
Emergency Management Organization: City of Renton Office of Emergency Management (OEM)
The purpose of EMPG is to assist with the enhancement, sustainment and improvement of state, local, and tribal
emergency management programs. Activities conducted using EMPG funding should relate directly to the five mission
areas of the national preparedness goal of prevention, protection, response, recovery, and mitigation. Washington
State does not require a specific number of activities to receive EMPG funding. However, there are required
capabilities that must be sustained in order to remain eligible for EMPG funding, including but not limited to the
ability to communicate and warn, educate the public, plan, train, exercise, and be NIMS compliant. The Work Plan
delineates the Emergency Management Organization's emergency management program planning and priority focus
for this grant cycle (to include EMPG grant and local funds).
Priority Area #1 4.10 Training
Primary Core Capability Operational Coordination
Secondary Core Capability Operational Communications
Build or Sustain Sustaining/Maintaining
WORK PLANNED IDENTIFIED GAP/NEED ANTICIPATED PROJECT IMPACT
Send emergency management team,
city staff, volunteers and community
partners through training for
emergency planning, response,
recovery or mitigation.
The 2023 Integrated Preparedness Plan
identifies numerous areas in which
additional training and exercising is
needed. In the 2023 5-year Emergency
Management Strategic Plan Goal #2 is
"Prepared and responsive city teams",
where "All employees are prepared for
emergencies, can be reached, and report
to work promptly" and "City teams
contribute to, train on, exercise and learn
from emergency plans and incidents."
Having properly trained and prepared EOC
workers is a NIMS requirement. Other
departments lack sufficient or targeted
training dollars to do the extra training
requested of them by emergency
management.
A smoother response resulting
in better utilization of resources
and less duplication of effort
while protecting lives, property,
the environment, and the
economy.
Priority Area #2 4.12 Emergency Public Information and Education
Primary Core Capability Public Information and Warning
Secondary Core Capability Community Resilience
Build or Sustain Sustaining/Maintaining
WORK PLANNED IDENTIFIED GAP/NEED ANTICIPATED PROJECT IMPACT
Conduct an annual outreach
campaign.
Without a regular outreach campaign and
ongoing training programs, our residents
will not have access to essential
information to protect themselves and
their loved ones.
Community outreach as a whole
will allow our community to be
better prepared for any disaster
by teaching preparedness skills
and spreading awareness with
DHS-FEMA-EMPG-FY24 Page 42 of 46 City of Renton OEM, E25-091
multilingual materials/
resources.
Promote and conduct emergency
preparedness classes through the
Renton Emergency Preparedness
Academy (REPA).
Our community is language diverse. There
is a great need to effectively communicate
essential information before, during, and
after a disaster.
Providing emergency public
information in multiple
languages creates equitable
access to emergency messaging
for our diverse community.
Provide translation/interpretation for
community classes as requested, and
in emergency situations as required.
In the 2023 5-year Emergency
Management Strategic Plan Goal #1 is "A
prepared and resilient community", where
"Everyone can receive emergency
information", "Individuals take
responsibility for their own household and
business preparedness", and "Those with
Limited English Proficiency or Access and
Functional Needs receive equitable
assistance in an emergency." The
provision of emergency information in
multiple languages is also mandated by
state law.
Providing emergency public
information in multiple
languages creates equitable
access to emergency messaging
for our diverse community.
Priority Area #3 4.8 Communications and Warning
Primary Core Capability Operational Communications
Build or Sustain Sustaining/Maintaining
WORK PLANNED IDENTIFIED GAP/NEED ANTICIPATED PROJECT IMPACT
Continue the replacement cycle for
existing aging equipment used for
emergency communications,
including replacing dead battery
packs, radios, and damaged antennae
for amateur radio equipment, and
instituting a regular replacement
cycle. (Batteries: 10BC-00-BATT;
Radios and antennae: 06CP-03-
TOWR, 06CP-01-PORT, 06CP-01-
MOBL, and 06CP-01-BASE)
Without operational communications
equipment responders, the EOC, and
other partners are unable to communicate
and coordinate during a disaster.
Operational Communications, and
interoperable communications (which our
supported by our amateur radio
volunteers and equipment) are a NIMS
requirement.
Additional aging equipment failures arose
in 2024, therefore had not been
accounted for in the biennial budget, thus
grant funds are requested.
Communications are
operational, facilitating
emergency response
coordination.
Priority Area #4 4.11 Exercises, Evaluations, and Corrective Actions
Primary Core Capability Operational Coordination
Secondary Core Capability On-scene Security, Protection, and Law Enforcement
Build or Sustain Sustaining/Maintaining
WORK PLANNED IDENTIFIED GAP/NEED ANTICIPATED PROJECT IMPACT
Plan and execute a major exercise
series in preparation for the World
Cup activities anticipated in 2026.
In the 2023 5-year Emergency
Management Strategic Plan Goal #2 is
"Prepared and responsive city teams",
where "All employees are prepared for
emergencies, can be reached, and report
Law enforcement, EMS, and
hospital personnel will be able
to coordinate with one another
in a complex situation, resulting
DHS-FEMA-EMPG-FY24 Page 43 of 46 City of Renton OEM, E25-091
to work promptly" and "City teams
contribute to, train on, exercise and learn
from emergency plans and incidents."
Having properly trained and prepared
emergency responders is a NIMS
requirement. In the 2020 King County
Regional Hazard Mitigation noted:
"Terrorists have increasingly targeted
mass-gatherings in densely populated or
high-profile areas."
Because the World Cup presence in the
metro area is a novel event announced
only this year, it was not anticipated in the
development of the current biennial
budget.
in lives saved during a terrorist
or mass violence incident.
Priority Area #5 4.5 Operational Planning and Procedures
Primary Core Capability Planning
Build or Sustain Sustaining/Maintaining
WORK PLANNED IDENTIFIED GAP/NEED ANTICIPATED PROJECT IMPACT
Revise SOPs to include task books
and Duty Officer Manual updates in
digital format.
Proofreading and template
adaptation/preparation for new and
existing plans (Recovery Framework,
Debris Management, Hazard
Mitigation, etc.)
NIMS credentialing requirements and new
EOC training requires the creation of EOC
task books. The EOC Duty Officer Manual
is due for revision and would benefit from
the addition of digital bookmarks.
In the current economic climate and
within budget constraints, city funds are
insufficient to accomplish all of the
necessary work in plan revision.
EOC staff will have clear
guidance in their positions,
leading to more efficient and
effective handling of disaster
related tasks.
The EOC Duty Officer will have a
better organized and accessible
manual, leading to more
efficient and effective handling
of disaster related tasks.
City staff will have access to the
latest emergency plans in a
usable, accessible format that
complies with state and federal
planning requirements.
DHS-FEMA-EMPG-FY24 Page 44 of 46 City of Renton OEM, E25-091
Attachment E
TIMELINE
FY 2024 Emergency Management Performance Grant
The purpose of this attachment is to identify applicable and agreed upon due dates for Grant Agreement
milestones to include deliverables that must be submitted to the Department. Both the Department and the
Subrecipient shall monitor adherence with the dates below.
DATE TASK
June 1, 2024 Grant Agreement Start Date
April 30, 2025 Submit reimbursement request
September 30, 2025 Grant Agreement End Date – all work must be complete
November 15, 2025 Submit final reimbursement request, final report, training
requirement report, and/or other deliverables.
The Subrecipient must request prior written approval from Department Key Personnel to waive
or extend a due date in the above Timeline.
For waived or extended reimbursement due dates, all allowable costs should be submitted on the
next scheduled reimbursement due date contained in the above Timeline.
DHS-FEMA-EMPG-FY24 Page 45 of 46 City of Renton OEM, E25-091
Attachment F
BUDGET
FY 2024 Emergency Management Performance Grant
The purpose of this attachment is to identify applicable and agreed upon due dates for Grant Agreement
milestones to include deliverables that must be submitted to the Department. Both the Department and the
Subrecipient shall monitor adherence with the dates below.
24EMPG AWARD 50,653.00$
SOLUTION
AREA BUDGET CATEGORY EMPG AMOUNT MATCH AMOUNT
Personnel & Fringe Benefits -$ -$
Travel/Per Diem -$ -$
Supplies -$ -$
Consultants/Contracts 17,512$ -$
Other -$ -$
Subtotal 17,512$ -$
Personnel & Fringe Benefits 16,845$ 50,653$
Travel/Per Diem -$ -$
Supplies -$ -$
Consultants/Contracts 700$ -$
Other -$ -$
Subtotal 17,545$ 50,653$
Personnel & Fringe Benefits -$ -$
Travel/Per Diem -$ -$
Supplies 5,000$ -$
Consultants/Contracts 5,000$ -$
Other -$ -$
Subtotal 10,000$ -$
Personnel & Fringe Benefits -$ -$
Travel/Per Diem 800$ -$
Supplies 1,500$ -$
Consultants/Contracts 2,096$ -$
Other -$ -$
Subtotal 4,396$ -$
Equipment 1,200$ -$
Subtotal 1,200$ -$
Personnel & Fringe Benefits -$ -$
Travel/Per Diem -$ -$
Supplies -$ -$
Consultants/Contracts -$ -$
Other -$ -$
Subtotal -$ -$
Indirect -$ -$
Indirect Cost Rate on file 0.00%N/A
TOTAL Grant Agreement AMOUNT:50,653$ 50,653$
for Time Period of:
M&
A
PL
A
N
N
I
N
G
OR
G
A
N
I
Z
A
T
I
O
N
EX
E
R
C
I
S
E
TR
A
I
N
I
N
G
EQ
U
I
P
The Subrecipient will provide a match of $50,653 of non-federal origin, 50% of the total project cost (local budget
plus EMPG award).
Cumulative transfers to budget categories in excess of ten percent (10%) of the Grant Agreement Amount will
not be reimbursed without prior written approval from the Department.
Funding Source: U.S. Department of Homeland Security - PI# 743PT – EMPG
DHS-FEMA-EMPG-FY24 Page 46 of 46 City of Renton OEM, E25-091
Attachment G
BUILD AMERICA, BUY AMERICA ACT SELF-CERTIFICATION
The undersigned certifies, to the best of their knowledge and belief, that:
The Build America, Buy America Act (BABAA) requires that no federal financial assistance for “infrastructure”
projects is provided “unless all of the iron, steel, manufactured products, and construction materials used in the
project are produced in the United States.” Section 70914 of Public Law No. 117-58, §§ 70901-52.
The undersigned certifies that for the Insert Project Name and Location that the iron, steel, manufactured
products, and construction materials used in this contract are in full compliance with the BABAA requirements
including:
1. All iron and steel used in the project are produced in the United States. This means all manufacturing
processes, from the initial melting stage through the application of coatings, occurred in the United States.
2. All manufactured products purchased with FEMA financial assistance must be produced in the United
States. For a manufactured product to be considered produced in the United States, the cost of the
components of the manufactured product that are mined, produced, or manufactured in the United States
is greater than 55% of the total cost of all components of the manufactured product, unless another
standard for determining the minimum amount of domestic content of the manufactured product has been
established under applicable law or regulation.
3. All construction materials are manufactured in the United States. This means that all manufacturing
processes for the construction material occurred in the United States.
“The [Contractor or Subcontractor], ______________________, certifies or affirms the truthfulness and
accuracy of each statement of its certification and disclosure, if any. In addition, the [Contractor or
Subcontractor] understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for
False Claims and Statements, apply to this certification and disclosure, if any.”
_______________________________________________________
Signature of [Contractor’s or Subcontractor’s] Authorized Official
Enter Name and Title
Name and Title of [Contractor’s or Subcontractor’s] Authorized Official
Date
SIGNATURE AUTHORIZATION FORM (SAF)
WASHINGTON MILITARY DEPARTMENT
Camp Murray,Washington 98430-5122
Please read instructions on page 2 before completing this form.
NAME OF ORGANIZATION DATE SUBMITTED
City of Renton 10/29/2024
GRANT PROGRAM -Acronyms Accepted AGREEMENT NUMBER(S)
EMPG E25-091‘.4
1.AUTHORIZING AUTHORITY
PHYSICAL SIGNATURE E-SIGNATURE PRINT OR TITLE &TERM OF OFFICE
TYPE NAME (If applicable)
Armondo Pavone Mayor,2024-2028
2.AUTHORIZED TO SIGN AGREEMENTS I AMENDMENTS
PHYSICAL SIGNATURE E-SIGNATURE PRINT OR TITLE &TERM OF OFFICE
TYPE NAME (If applicable)
Armondo Pavone Mayor,2024-2028
L9 Ed Van Valey Chief Administrative Officer\J Kristi Rowland Deputy Chief Administrative Officer
3.AUTHORIZED TO SIGN REQUESTS FOR REIMBURSEMENT
PHYSICAL SIGNATURE E-SIGNATURE PRINT OR TITLE &TERM OF OFFICE
TYPE NAME (If applicable)
Deborah Needham Emergency Management Director
/Y,79j%_—“MJ Thomas Emergency Management Coordinator
gOAAc y_v—RoseanneDo SeniorGrantsAnalyst
SAF Revised 5/8/2024
I IPageof.
Washington Military Department Contract Number:________
Debarment,Suspension,Ineligibility or Voluntary Exclusion Certification Form
NAME Doing business as fDBA)
City of Renton
ADDRESS Applicable Procurement WA Uniform Business Federal Employer Tax
or Solicitation #,if any:Identifier fUBI)Identification #:
1055 S Grady Way,Renton,WA 98057 177-000-094 91-6001 271
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,the prospective lower tier participant is providing the certification set out
below.
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 office to
which this proposal is submitted if at any time the prospective lower tier participant 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
ttansaction be entered into,it shall not knowingly enter into any lower tier coveted 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 transaction,in addition to other
remedies available to the Federal Government,the department or agency with which this transaction originated may
pursue available remedies,including suspension and/or debarment.
Certification Regarding Debarment,Suspension,Ineligibility and Voluntary Exclusion--Lower Tier
Covered Transactions
The prospective lower tier participant certifies,by submission of this proposal or contract,that 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:Q0 Date:
Print Name and Title:tO c -eiv’,y’1+‘