Loading...
HomeMy WebLinkAboutFD07-163 - Original - Wa State Military Department - EMPG Grant #E07-349 - 10/01/2006 A r"rti r rf C M a.mj}a ¢ P m IQ r ■ V I t41 ✓ 1 ♦ ■ %,L it;a t.a ■ v ■ ■ } sv�e V7 3k N`ZK W ASHIXOTOH �¢ Document CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed, if you have questions, please contact City Clerks Office. Vendor Name: Vendor Number: JD Edwards Number Contract Number: This is assigned by Deputy City Clerk Description: Em P 6 oi�,n��7a $�� L3 Detail: Ary�1 ��02 _3 9( 9 Project Name: Contract Effective Date: Termination Date: O Contract Renewal Notice (Days): / 119 Number of days required notice for termination or renewal or amendment Contract Manager: -9zI_Z n Department: ` Abstract: S Public\RecordsManagement\Forms\ContractCover\ADC17832 07/02 Washington State Military Department CONTRACT FACE SHEET 1 Contractor Name and Address 2 Contract Amount 3 Contract Number City of Kent Emergency Management 24611 116th Avenue S.E. $61,636 E07-349 Kent,WA 980304939 4 Contractor's Contact Person, phone number 5 Contract Start Date 6 Contract End Date. Brian Felczak, (253)856-4345 October 1, 2006 December 31,2007 7 MD Program Manager/phone number 8 State Business License# 9 UBI#(state revenue) Rachel Sova (253)512-7064 NA 173-000-002 10 Funding Authority Washington State Military Department(Department)and the Department of Homeland Security (DHS) 11 Funding Source Agreement# 12 Program Index# & OBJ/SUB-OJ 13 CFDA#&Title 14 TIN or SSN. 2007-EM-E7-0017 77314 NZ 97 042 EMPG 91-6001254 15 Service Districts 1 King County 6 Service Area by County(ies) 17 Women/Minonty-Owned, State (BY LEG DIST) 31,47 Certified? X NIA ❑ NO ❑ (BY CONG DIST) 8, 9 YES,OMWBE# 18 Contract Classification 19 Contract Type(check all that apply) ❑ Personal Services ❑ Client Services X Public/Local Gov't X Contract ❑ Grant ❑ Agreement ❑ Collaborative Research ❑ A/E ❑ Other ❑ Intergovernmental (RCW 39 34) ❑ Interagency 20 Contractor Selection Process 21 Contractor Type(check all that apply) X "To all who apply&qualify' ❑ Competitive Bidding ❑ Private Organization/Individual ❑ For-Profit ❑ Sole Source ❑ A/E RCW ❑ N/A X Public Organization/Jurisdiction X Non-Profit ❑ Filed w/OFM? ❑ Advertised? ❑YES ❑NO ❑ VENDOR X SUBRECIPIENT ❑ OTHER 22 BRIEF DESCRIPTION To provide Department of Homeland Security (DHS) Emergency Management Performance Grant(EMPG)funds to local jurisdictions and tribes that have emergency management programs to support their emergency management operating budget in an effort to enhance their emergency management program. IN WITNESS WHEREOF, the Department and Contractor acknowledge and accept the terms of this contract and attachments hereto and have executed this contract as of the date and year written below This Contract Face Sheet, Special Terms and Conditions, General Terms and Conditions, Statement of Work, and Budget govern the rights and obligations of both parties to this contract In the event of an inconsistency in this contract, unless otherwise provided herein, the inconsistency shall be resolved by giving precedence in the following order (a) Applicable Federal and State Statutes and Regulations (b) Statement of Work (c) Special Terms and Conditions (d) General Terms and Conditions, and if attached, (e) any other provisions of the contract incorporated by reference. This contract contains all the terms and conditions agreed upon by the parties No other understandings, oral or otherwise, regarding the subject matter of this contract shall be deemed to exist or to bind any of the parties hereto WHEREAS, the parties hereto have executed this contract on the day and year last spec) led below FOR THE DEPARTMENT FOR THE CONT TOR Signature Date nat a 7 Date James M Mullen, Director Su ett Cooke, Mayor Emergency Management Division + r Washington State Military Department City of Kent Emergency Management APPROVED AS TO FORM Spencer W Daniels (signature on file) 7/20/06 Assistant Attorney General Form 10/27/00 kdb DHS-EMPG-FFY 07 Page 1 of 61 City of Kent Emergency Management E07-349 SIGNATURE AUTHORIZATION FORM WASHINGTON STATE MILITARY DEPARTMENT Camp Murray, Washington 918435-5122 Please read instructions on reverse side before completing this form. r�n-rr nl 101VIFTCh NAME OF ORGANIZATION ur\ uu, „ , ✓i✓ C ) r-Y Oi K�rvT PROJECT DESCRIPTION CONTRACT NUMBER C�'r� -Ncv M ,wfG r�vi �n E-07 -3Lt 1 AUTHORIZING AUTHORITY SIGNATURE PRINT OR TYPE NAME TITLE/TERM OF OFFICE ' 551429-TTT=- CCDKE- 'ra �,`'�.`n.4oY 4s"+rg!.x' 'ror'• "c !"Ta,. y, "=: aa±�a�it'v :.wi .+`".r s _ _ xa g —^ tz.:'ti "r_.x._rs, "'? � TNft" ;trs,y't ,3v S�.., ^,u.E:c• ,r�iM�', ,`q,1�:`n���-i' _'' ,"'ro.x,,..'tS �r--F 77 , �'i 2. AUTHORIZED TO SIGN CONTRACTS/CONTRACT AMENDMENTS SIGNATURE PRINT OR TYPE NAME TITLE i K /-'� f 1 41,17 "s"4Y'R; a,•�.. ^:u: �+', c {' >� ,w-, - �, _ y,s _ p�.;�,}�°g 4s.�.�4=r:+= `���r.i�a.,.. �� a+�.ta_�rtiY�' �"t:,.:Z'1m'_.a' �, :e�?�i^; k__`.'• "r, �+ _-.r`v 3.�'`' ar.,=- ,,, - _ r 3. AUTHORIZED TO SIGN REQUESTS FOR REIMBURSEMENT SIGNATURE PRINT OR TYPE NAME - TITLE �'7 fv� 1/war ✓( v \\NAC-1\VOU\HOME\KAR NB1 lWP\SIGNAUTH Revised 5100 Debarment, Suspension, Ineligibility or Voluntary Exclusion Certification Form NAME Doing business as (DBA) c i ADDRESS Z Ll.n', /:�X— s—_ Applicable Procurement WA Uniform Business Federal Employer Tax or Solicitation e,if any Identifier(UBIi Identification# KemT� WA - '91832-58F 173 0C3000 Z qi -GOO This certification is submitted as part of a request to contract [__•L_YscionJ For CGer.t:fficav on Regarding Debarment,SuSnPnslQn; Inelinibility 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 Z 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 transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under the applicable CFR, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated, 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions 7 A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under applicable CFR, debarred, suspended, ineligible, or voluntarily excluded from covered transactions, unless it knows that the certification is erroneous A participant may decide the method and frequency by which it determines the eligibility of its principals Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Non-procurement ent 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 voiiintarily excluded from particicatlon in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction onginated 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 Date Print Name and Title �% Miry SPECIAL TERMS AND CONDITIONS ARTICLE I --COMPENSATION SCHEDULE: This is a fixed price, reimbursement contract. Within the total contract amount, travel, subcontracts, salaries and wages, benefits, printing, equipment, and other goods and services or other budget categories will be reimbursed on an actual cost basis unless otherwise provided in this contract. Any travel or subsistence reimbursement allowed under the contract shall be paid in accordance with rates set pursuant to RCW 43.03.050 and RCW 43.03.060 as now existing or amended and in agreement with federal rates. Receipts and/or backup documentation for any approved budget line items including travel related expenses that are authorized under this contract must be maintained by the Contractor and be made available upon request by the Military Department Some flexibility to shift funds between/among budget categories is allowed as follows: Changes to any single budget category in excess of 10% or$100, whichever is greater, will not be reimbursed without the prior written authorization of the Department. Budget categories are as specified or defined in the budget sheet of the contract ARTICLE II -- REPORTS: In addition to the reports as may be required elsewhere in this contract, the Contractor shall prepare and submit the following reports to the Department's Key Personnel: Financial #/Copies Due Date Invoices 1 Within 30 days after the end of the period in which the work was performed as specified in Attachment A Invoices must be submitted no more frequently than monthly and it is recommended that invoices be submitted at least bi-annually. Final Invoice 1 No later than 45`' day (shall not exceed overall contract amount) following the contract end date All contract work must end on the contract end date, however the Contractor has up to 45 days after the contract end date to submit all final billing. Technical #/Copies Due Date Bi-Annual Strategy Implementation Report Electronic January 15, 2007 July 15, 2007 Performance Report Electronic May 31, 2007 Final Report Electronic No later than 45"' day following the contract end date NIMS Compliance Progress Reports Electronic April 30, 2007 September 30, 2007 All contract work must end on the contract end date, however the Contractor has up to 45 days after the contract end date to submit all final reports and/or deliverables. The Bi-Annual Strategy Implementation Report will be submitted via DHS's web-based grant reporting tool located at https //www reporting odp dhs qov/. The Performance Report and the Final Report will be submitted via the Military Department's web-based grant management tool located at https 1/fortress wa qov/mil/gms/gms/. ARTICLE III -- KEY PERSONNEL: The individuals listed below shall be considered key personnel. Any substitution must be notified in writing by the Military Department. CONTRACTOR: MILITARY DEPARTMENT: Brian Felczak Rachel Sova, EMPG Program Manager DHS-EMPG-FFY 07 Page 2 of 61 City of Kent Emergency Management E07-349 ARTICLE IV --ADMINISTRATIVE REQUIREMENTS: The Contractor shall comply with OMB Circular A-87, Cost Principles for State, Local, and Indian Tribal Governments; OMB A-102, Grants and Cooperative Agreements with State and Local Governments; and A- 133, Audits of States, Local Governments, and Non-Profit Organizations. ARTICLE V-- ADDITIONAL SPECIAL CONDITIONS AND MODIFICATION TO GENERAL CONDITIONS: 1. Funds are provided by the U.S Department of Homeland Security (DHS), Office of Grants and Training (G&T) solely for the use of supporting emergency management programs as provided by the Emergency Management Performance Grant (EMPG). The Contractor shall use the funds to perform tasks as described in the Statement of Work and Budget portions of the Contractor's request for funding, as approved by the Department. Funding may not be used to replace or supplant existing local or tribal government funding of emergency management programs. 2. The Contractor shall provide a match of $61,636 of non-federal origin. Said match may be in the form of goods, services, and in-kind services. 3. The Contractor acknowledges that since this contract involves federal funding, the period of performance described herein will likely begin prior to the availability of appropriated federal funds. Contractor 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 contract prior to distribution of appropriated federal funds. Contractor 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 if federal funds are not appropriated or are not appropriated in a particular amount 4. The Contractor agrees that in order to receive Federal Fiscal Year 2008 (FFY08) federal preparedness funding, to include EMPG, the National Incident Management System (NIMS) compliance requirements for 2007 must be met. Applicants will be required to certify as part of their FFY08 EMPG applications that they have met the FFY07 NIMS requirements. The NIMS Integration Center (NIC) web page, http//www fema gov/emergency/nims/index shtm, is updated regularly with information about the NIMS. The website can also be used as a useful tool to determine the extent to which your jurisdiction is already compliant, as well as identify the NIMS requirements you have not yet met. ARTICLE VI — EQUIPMENT MANAGEMENT: All equipment purchased under this contract, by the Contractor or a Subcontractor, will be recorded and maintained in the Contractor's equipment inventory system. 1. Upon successful completion of the terms of this contract, all equipment purchased through this contract will be owned by the Contractor, or a recognized sub-contractor/sub-grantee for which a contract, sub- grant agreement, or other means of legal transfer of ownership is in place 2. The Contractor, or a recognized sub-contractor/sub-grantee, shall be responsible for any and all operation and maintenance expenses and for the safe operation of their equipment including all questions of liability. 3. The Contractor shall maintain equipment records that include: a description of the property; the manufacturer's serial number, model number, or other identification number, the source of the equipment, including the Catalogue of Federal Domestic Assistance (CFDA) number, who holds title, the acquisition date, the cost of the equipment and the percentage of Federal participation in the cost, the location, use and condition of the equipment at the date the information was reported; and disposition data including the date of disposal and sale price of the property. 4. Records for equipment shall be retained by the Contractor for a period of six years from the date of the disposition, replacement or transfer If any litigation, claim, or audit ts started before the expiration of the six year period, the records shall be retained by the Contractor until all litigations, claims, or audit findings involving the records have been resolved. DHS-EMPG-FFY 07 Page 3 of 61 City of Kent Emergency Management E07-349 5. The Contractor shall take a physical inventory of the equipment 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 Contractor to determine the cause of the difference. The Contractor shall, in connection with the inventory, verify the existence, current utilization, and continued need for the equipment. 6. The Contractor 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. 7. The Contractor will develop adequate maintenance procedures to keep the property in good condition. 8. If the Contractor is authorized or required to sell the property, proper sales procedures must be established to ensure the highest possible return. 9. When original or replacement equipment is no longer needed for the original project or program or for other activities currently or previously supported by a Federal agency, disposition of the equipment will be made as follows: a. Items of equipment with a current per-unit fair market value of less than $5,000 may be retained, sold or otherwise disposed of by the Contractor with no further obligation to the awarding agency. b. Items of equipment with a current per-unit fair market value of more than $5,000 may be retained or sold and the Contractor shall compensate the Federal-sponsoring agency for its share. 10. As sub-grantees of federal funds the Contractor must pass on equipment management requirements that meet or exceed the requirements outlined above for all sub-contractors, consultants, and sub-grantees who receive pass-through funding from this contract ARTICLE VII —SUBRECIPIENT MONITORING The Department will monitor the activities of the Contractor from award to closeout and for the life of equipment purchased under this contract The goal of the Department's monitoring activities will be to ensure that agencies receiving federal pass-through funds are in compliance with federal and state audit requirements, federal grant guidance, applicable federal and state financial guides, as well as OMB Circular A-133 and A-122 where applicable. Monitoring activities may include: • review of performance reports; • monitoring and documenting the completion of contract deliverables; • documentation of phone calls, meetings, a-mails and correspondence; • review of reimbursement requests to insure allowability and consistency with contract budget; • observation and documentation of contract related activities, such as exercises, training, funded events and equipment demonstrations; • on-site visits to review equipment records and inventories, verify source documentation for reimbursement requests and performance reports and verify completion of deliverables. As a sub-grantee of federal funds the Contractor is required to meet or exceed the monitoring activities, as outlined above, for all sub-contractors, consultants, and sub-grantees who receive pass-through funding from this contract. DHS-EMPG-FFY 07 Page 4 of 61 City of Kent Emergency Management E07-349 Exhibit A Subrecipient Washington Military Department GENERAL TERMS AND CONDITIONS 1. DEFINITIONS As used throughout this contract, the following terms shall have the meaning set forth below- a. "Department" shall mean the Washington Military Department, as a state agency, any division, section, office, unit or other entity of the Department, or any of the officers or other officials lawfully representing that Department. b. "Contractor" shall mean that firm, organization, group, individual, or other entity performing services under this contract, and shall include all employees of the Contractor. It shall include any subcontractor retained by the prime Contractor as permitted under the terms of this contract. "Contractor' shall be further defined as one or the other of the following and so indicated on face sheet of the contract. 1) "Subrecipient' shall mean a contractor that operates a federal or state assistance program for which it receives federal funds and which has the authority to determine both the services rendered and disposition of program funds. 2) "Vendoe' shall mean a contractor that agrees to provide the amount and kind of service or activity requested by the Department and that agrees to provide goods or services to be utilized by the Department C. "Recipient and/or Pass-Through Entity" means the Washington State Military Department as it is applied to this contract. d. "Cognizant State Agency" shall mean the state agency from which the subrecipient receives federal financial assistance. If funds are received from more than one state agency, the cognizant state agency shall be the agency who contributes the largest portion of federal financial assistance to the subrecipient unless the designation has been reassigned to a different state agency by mutual agreement. e. "Subcontractor" shall mean one, not in the employment of the Contractor, who is performing all or part of those services under this contract under a separate contract with the Contractor. The terms "subcontractor" and "subcontractors" mean subcontractor(s) in any tier. f. "Grant" - For the purposes herein, the term "grant" may be used to mean "contracts" or "grants" or"agreements". g. "CFR"— Code of Federal Regulations h. "OMB"—Office of Management and Budget i. "RCW" - Revised Code of Washington j "WAC" -Washington Administrative Code. 2. SUBRECIPIENT MONITORING a. The Washington Military Department (the Department), as a recipient agency, receives federal financial assistance funds for federal programs and is charged with maintaining compliance with federal and state laws and regulations regarding the monitoring, documentation, and auditing of subrecipient grant activities using federal financial assistance funds Management and implementation guidelines for the federal programs ensure compliance with statutes, grant guidelines, the sub-award agreement, Office of Management and Budget (OMB) circulars, in particular the OMB Circular A-133, subrecipient audits, and other guidance found in the Federal Register b. The Contractor shall perform under the terms of the contract and the Department has responsibility for reasonable and necessary monitoring of the Contractor's performance. The Department shall conduct contract monitoring activities on a regular basis. Monitoring is defined as any planned, ongoing, or periodic activity that measures and ensures contractor compliance with the terms, conditions, and requirements of a contract. Monitoring involves prudent collection of information about Contractor operations and is not limited to site visits or the completion of formal reviews. DHS-EMPG-FFY 07 Page 5 of 61 City of Kent Emergency Management E07-349 Monitoring may include periodic contractor reporting to the Department, Department review of audit reports, invoice reviews, onsite reviews and observations, and surveys. Adequate documentation is essential for effective contract monitoring and will include copies of letters, meeting notes, and records of phone conversations as evidence that conscientious monitoring has occurred during the period of the contract C. The Department and the Contractor acknowledge and agree to the following: 1) The Department as the pass-through entity (recipient) shall monitor its subrecipients If the Department subawards federal funds to a subrecipient, then the Department staff must monitor the subrecipient. 2) Review of the A-133 Single Audit report is a primary monitoring activity used by pass- through entities to ensure compliance. 3) Subrecipient monitoring will occur throughout the year rather than relying solely on a once-a-year audit. 4) The Department as the pass-through entity (recipient) will conduct on-site visits as appropriate and required by contract for "for-profit" subrecipients, since the A-133 Single Audit does not apply to "for-profit" organizations 3. RECORDS, MONITORING AND AUDIT ACCESS a. The Contractor shall cooperate with and freely participate in any monitoring or evaluation activities conducted by the Department that are pertinent to the intent of this contract. b The Contractor shall maintain books, records, documents, and other evidence and accounting procedures and practices that sufficiently and properly reflect all direct and indirect costs of any nature expended in the performance of this contract These records shall be subject at all reasonable times to inspection, review, or audit by personnel duly authorized by the Department, the Office of the State Auditor, and federal officials so authorized by law, rule, regulation, or contract. The Contractor will retain all books, records, documents, and other materials relevant to this contract for six (6) years from the end date of the grant through which this contract is funded and make them available for inspection by persons authorized under this provision. C. The Department or the State Auditor or any of their representatives and federal officials so authorized by law, rule, regulation, or contract shall have full access to and the right to examine during normal business hours and as often as the Department or the State Auditor may deem necessary, all of the Contractor's records with respect to all matters covered in this contract. Such representatives shall be permitted to audit, examine, and make excerpts or transcripts from such records and to make audits of all contracts, invoices, materials, payrolls, and records of matters covered by this contract. Such rights last for six (6) years from the end date of the grant through which this contract is funded. d. If any litigation, claim, or audit is started before the expiration of the six (6) year period, the records shall be retained until all litigation, claims, or audit findings involving the records have been resolved 4. SINGLE AUDIT ACT REQUIREMENTS (INCLUDING ALL AMENDMENTS) Non-federal entities as subrecipients that expend $500,000 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 the Office of Management and Budget (OMB) Circular A-133-Audits of States, Local Governments, and Non-Profit Organizations (revised June 27, 2003, effective for fiscal years ending after December 31, 2003). Non-federal entities that spend less than $500,000 a year in federal awards are exempt from federal audit requirements for that year, except as noted in Circular No A-133. Circular A-133 is available on the OMB Home Page at http://www omb gov and then select "Grants Management" followed by"Circulars". DHS-EMPG-FFY 07 Page 6 of 61 City of Kent Emergency Management E07-349 Contractors required to have an audit must ensure the audit is performed in accordance with Generally Accepted Auditing Standards (GARS); Government Auditing Standards (the Revised Yellow Book) developed by the Comptroller General and the OMB Compliance Supplement. The Contractor has the responsibility of notifying the State Auditor's Office and requesting an audit. Costs of the audit may be an allowable grant expenditure. The Contractor shall maintain auditable records and accounts so as to facilitate the audit requirement and shall ensure that any subcontractors also maintain auditable records. The Contractor 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 Contractor 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 Contractor all disallowed costs resulting from the audit. Once the single audit has been completed, the Contractor must send a full copy of the audit to the Department and a letter stating there were no findings or if there were findings, the letter should provide a list of the findings The Contractor must send the audit and the letter no later than nine (9) months after the end of the Contractor's fiscal year(s) to. Accounting Manager Washington Military Department Finance Division, Building #1 TA-20 Camp Murray, WA 98430-5032 In addition to sending a copy of the audit, the Contractor must include a corrective action plan for any audit findings and a copy of the management letter if one was received. The Contractor shall include the above audit requirements in any subcontracts. 5. ACCESS TO PUBLIC RECORDS a. The parties acknowledge that public records, as defined by RCW 42.56.020, that have been made or received by the Department in connection with the transaction of public business are subject to inspection by the public in accordance with RCW Chapter 42 56 and to the extent applicable WAC Chapter 118-02, except as exempted under RCW 42.56, RCW 43.21 F.060(1), or other statutes b. In compliance with RCW 39.29.080, the Contractor shall provide access to data generated under this contract to the Department and the State Auditor at no additional cost. This includes access to all information that supports the findings, conclusions, and recommendations of the Contractor's reports, including computer models and methodology for those models. 6 RECAPTURE PROVISIONS In the event that the Contractor fads to expend funds under this contract in accordance with state laws and/or the provisions of this contract, the Department reserves the right to recapture state funds in an amount equivalent to the extent of the noncompliance Such right of recapture shall exist for a period not to exceed six years following contract termination or audit resolution, whichever is later. Repayment by the Contractor of funds under this recapture provision shall occur within 30 days of demand In the event that the Department is required to institute legal proceedings to enforce the recapture provision, the Department shall be entitled to its costs thereof, including reasonable attorney's fees. 7. COMPLIANCE WITH APPLICABLE LAW The Contractor and all subcontractors shall comply with, and the Department is not responsible for determining compliance with, any and all applicable federal, state, tribal government, and local laws, regulations, and/or policies DHS-EMPG-FFY 07 Page 7 of 61 City of Kent Emergency Management E07-349 This obligation includes, but is not limited to, nondiscrimination laws and/or policies; the Americans with Disabilities Act (ADA), Ethics in Public Service (RCW 42.52); Covenant Against Contingent Fees (48 C.F.R. Sec. 52 203-5), Public Disclosure (RCW 42 56); and safety and health regulations. In the event of the Contractor's or a subcontractor's noncompliance or refusal to comply with any law or policy, the Department may rescind, cancel, or terminate the contract in whole or in part. The Contractor is responsible for any and all costs or liability arising from the Contractor's failure to comply with applicable law. 8. NONDISCRIMINATION During the performance of this contract, the Contractor shall comply with all federal and state nondiscrimination statutes and regulations. These requirements include, but are not limited to: a. Nondiscrimination in Employment: The Contractor shall not discriminate against any employee or applicant for employment because of race, color, sex, sexual orientation, religion, national origin, creed, marital status, age, Vietnam era or disabled veterans 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. 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 9. AMERICANS WITH DISABILITIES ACT (ADA) OF 1990, PUBLIC LAW 101-336, 42 U S C. 12101 et seq. also referred to as the "ADA" 28 CFR Part 35 and its implementing regulations The Contractor 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. 10. PUBLICITY The Contractor agrees to submit to the Department all advertising and publicity relating to this contract 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 Contractor agrees not to publish or use such advertising and publicity without the prior written consent of the Department. 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 Contractor's responsibilities with respect to services provided under this contract is prohibited except by prior written consent of the Department. 12. CERTIFICATION REGARDING DEBARMENT SUSPENSION OR INELIGIBILITY If federal funds are the basis for this contract, the Contractor certifies that neither the Contractor nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in this contract by any federal department or agency. If requested by the Department, the Contractor shall complete and sign a Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion form Any such form completed by the Contractor for this Contract shall be incorporated into this Contract by reference. Further, the Contractor agrees not to enter into any arrangements or contracts related to this grant with any party that is on the "General Service Administration List of Parties Excluded from Federal Procurement or Non-procurement Programs" which can be found at www eels gov DHS-EMPG-FFY 07 Page 8 of 61 City of Kent Emergency Management E07-349 13. LIMITATION OF AUTHORITY--"Authorized Signature" Only the assigned Authorized Signature for the Department or the assigned delegate by writing (delegation to be made prior to action) shall have the express, implied, or apparent authority to alter, amend, modify, or waive any clause or condition of this contract. Furthermore, any alteration, amendment, modification, or waiver of any clause or condition of this contract is not effective or binding unless made in writing and signed by the authorized person 14. CONTRACTOR NOT EMPLOYEE The Contractor, and/or employees or agents performing under this contract are not employees or agents of the Department in any manner whatsoever. The Contractor 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 Contractor 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, Worker's 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. It is understood that if the Contractor 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 Contractor is an individual currently employed by a Washington State agency, the Department shall obtain proper approval from the employing agency or institution. A statement of "no conflict of interest" shall be submitted to the Department 15. NONASSIGNABILITY Neither this contract, nor any claim arising under this contract, nor the work to be provided under this contract, and any claim arising thereunder, shall be assigned or delegated by either party in whole or in part, without the express prior written consent of the other party. Consent shall not be unreasonably withheld. 16. SUBCONTRACTING All subcontracts entered into pursuant to this contract shall incorporate this contract in full by reference. Neither the Contractor nor any subcontractor shall enter into subcontracts for any of the work contemplated under this contract without obtaining prior written approval of the Department Contractor shall use a competitive process in award of any contracts with subcontractors that are entered into after original contract award. The Military Department may request a copy of any and/or all subcontracts for work being completed under this contract. 17 CONTRACT MODIFICATIONS The Department and the Contractor may, from time to time, request changes to the contract or grant. Any such changes that are mutually agreed upon by the Department and the Contractor shall be incorporated herein by written amendment to this contract. It is mutually agreed and understood that no alteration or variation of the terms of this contract shall be valid unless made in writing and signed by the parties hereto, and that any oral understanding or agreements not incorporated herein, unless made in writing and signed by the parties hereto, shall not be binding. 18 SEVERABILITY In the event any term or condition of this contract or application thereof to any person or circumstances is held invalid, such invalidity shall not affect other terms, conditions, or applications of this contract, which can be given effect without the invalid term, condition, or application To this end, the terms and conditions of this contract are declared severable NHS-EMPG-FFY 07 Page 9 of 61 City of Kent Emergency Management E07-349 19. ADVANCE PAYMENTS PROHIBITED The Department shall make no payments in advance or in anticipation of goods or services to be provided under this contract. Contractor shall not invoice the Department in advance of delivery of such goods or services. 20. TAXES All payments accrued on account of payroll taxes, unemployment contributions, any other taxes, insurance or other expenses for the Contractor or its staff shall be the sole responsibility of the Contractor 21. TRAVEL AND SUBSISTENCE REIMBURSEMENT Unless the contract specifically provides for different rates, any travel or subsistence reimbursement allowed under the contract shall be paid in accordance with rates set pursuant to RCW 43 03.050 and RCW 43.03 060 as now existing or amended The Contractor may be required to provide to the Department copies of receipts for any travel related expenses that are authorized under this contract. 22. GOVERNING LAW AND VENUE This contract shall be construed and enforced in accordance with, and the validity and performance hereof shall be governed by, the laws of the state of Washington. Venue of any suit between the parties arising out of this contract shall be the Superior Court of Thurston County, Washington. 23. LEGAL RELATIONS Each party to this contract shall be responsible for injury to persons or damage to property resulting from negligence on the part of itself, its employees, agents, officers, or subcontractors Neither party assumes any responsibility to the other party for the consequences of any act or omission of any third party. 24. WAIVER OF DEFAULT Waiver of any default shall not be deemed to be a waiver of any subsequent default. Waiver of breach of any provision of the contract shall not be deemed to be a waiver of any other or subsequent breach and shall not be construed to be a modification of the terms of the contract unless stated to be such in writing, signed by The Adjutant General or his Authorized Department Representative and attached to the original contract 25. DISPUTES The parties shall make every effort to resolve disputes arising out of or relating to this contract through discussion and negotiation Should discussion and negotiation fail to resolve a dispute arising under this contract, the parties shall select a dispute resolution team to resolve the dispute. The team shall consist of a representative appointed by each party and a third representative mutually agreed upon by both parties. The team shall attempt, by majority vote, to resolve the dispute Both parties agree that this disputes process shall precede any action in a judicial or quasi-judicial tribunal Nothing in this section shall preclude the parties from mutually agreeing to a different dispute resolution method in lieu of the procedure outlined above. 26. ATTORNEY'S FEES In the event of litigation or other action brought to enforce contract terms, or alternative dispute resolution process, each party agrees to bear its own attorney's fees and costs. 27. TERMINATION OR SUSPENSION FOR CAUSE In the event the Department determines the Contractor has failed to comply with the conditions of this contract in an acceptable and timely manner, the Department has the right to suspend or terminate this contract. The Department shall notify the Contractor in writing of the need to take corrective action. DHS-EMPG-FFY 07 Page 10 of 61 City of Kent Emergency Management E07-349 If the default or violation is not corrected after ten (10) days or within a reasonable timeframe as determined by the Department, the contract shall be deemed terminated. The Department reserves the right to suspend all or part of the contract, withhold further payments, or prohibit the Contractor from incurring additional obligations of funds during investigation of the alleged compliance breach and pending corrective action by the Contractor or a decision by the Department to terminate the contract. In the event this contract is terminated as provided above, the Department shall be entitled to pursue the same remedies against the Contractor as it could pursue in the event of a breach of the contract by the Contractor. The rights and remedies of the Department provided for in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law. The existence of facts upon which The Adjutant General or his Authorized Department Representative makes any determination under this clause shall be an issue that may be reviewed as provided in the "Disputes" clause of this contract. The termination shall be deemed to be a `Termination for Convenience" if it is determined that the Contractor: (1) was not in default, or (2) failure to perform was outside of their control, fault or negligence The rights and remedies of the Department provided in this contract are not exclusive and are in addition to any other rights and remedies provided by law. 28. TERMINATION FOR CONVENIENCE a. Notwithstanding any provisions of this contract, the Contractor may terminate this contract by providing written notice of such termination to the Department's Point of Contact identified in the contract, specifying the effective date thereof, at least thirty (30) days prior to such date b. Notwithstanding any other provisions of this contract, the Department may, by ten (10) days written notice, beginning on the second day after the mailing of the written notice, terminate this contract, in whole or in part. If this contract is so terminated, the Department shall be liable only for payment required under the terms of this contract for services rendered or goods delivered prior to the effective date of termination. (Upon notice of termination for convenience, the Department reserves the right to suspend all or part of the contract, withhold further payments, and prohibit the Contractor from incurring additional obligations of funds ) 29. 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 contract and prior to normal completion, the Department may terminate the contract immediately upon notification to the Contractor under Item 28. "Termination for Convenience, Section Y, without the ten (10) day notice requirement Alternatively, the parties may renegotiate the terms of this contract under "Contract Modifications" to comply with new funding limitations and conditions, although the Department has no obligation to do so. 30. TERMINATION PROCEDURE Upon termination of this contract the Department, in addition to any other rights provided in this contract, may require the Contractor to deliver to the Department any property specifically produced or acquired for the performance of such part of this contract as has been terminated. The Department shall pay to the Contractor the agreed upon price, if separately stated, for completed work and services accepted by the Department, and the amount agreed upon by the Contractor and the Department for (i) completed work and services for which no separate price is stated, (h) partially completed work and services, (iii) other property or services which are accepted by the Department, and (iv) the protection and preservation of property, unless the termination is for default, in which case The Adjutant General or his Authorized Department Representative shall determine the extent of the liability of the Department. Failure to agree with such determination shall be a dispute within the meaning of the "Disputes" clause of this contract. DHS-EMPG-FFY 07 Page 11 of 61 City of Kent Emergency Management E07-349 The Department may withhold from any amounts due the Contractor such sum as The Adjutant General or his Authorized Department Representative determines to be necessary to protect the Department against potential loss or liability The rights and remedies of the Department provided in this section shall not be exclusive and are in addition to any other rights and remedies provided by law or under this contract. After receipt of a notice of termination, and except as otherwise directed by the Department, the Contractor shall: a. Stop work under the contract on the date, and to the extent specified, in the notice; b. Place no further orders or subcontracts for materials, services, or facilities except as may be j necessary for completion of such portion of the work under the contract as is not terminated; C. Assign to the Department, in the manner, at the times, and to the extent directed by The Adjutant General or his Authorized Department Representative, all of the rights, title, and interest of the Contractor under the orders and subcontracts 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 subcontracts. d. Settle all outstanding liabilities and all claims arising out of such termination of orders and subcontracts, with the approval or ratification of the Department to the extent The Adjutant General or his Authorized Department Representative 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 contract 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, 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 contract which is in the possession of the Contractor and in which the Department has or may acquire an interest. AAG Approved 7/20/06 I DHS-EMPG-FFY 07 Page 12 of 61 City of Kent Emergency Management E07-349 Exhibit B Statement of Work FFY 2007 Emergency Management Performance Grant Program INTRODUCTION: The Washington State Military Department Emergency Management Division (EMD) receives grant monies each year from the Department of Homeland Security (DHS) through the Emergency Management Performance Grant (EMPG). A portion of this grant has been identified by the state to be passed through to local jurisdictions and tribes that have emergency management programs to supplement their local/tribal operating budget. Each jurisdiction or tribe that applies and meets the qualifications specified in WAC 118-09 is awarded a grant based on the size of their agency's emergency management operating budget. Funds are used by local jurisdictions and tribes to enhance their emergency management capability. The Statement of Work outlines the activities and deliverables the Contractor has identified to be performed for FFY07 EMPG The Timeline outlines the schedule that the Contractor agrees to in order to fulfill the grant deliverables during the contract performance period The Budget Sheet outlines the Contractor's emergency management operating budget (excluding federal funds) that is dedicated to emergency management activities. In addition, the Budget Sheet is used to announce the FFY07 EMPG award and serves as documentation for the local match to the federal funds GENERAL PROGRAM REQUIREMENTS: 1. Prepare and submit a Bi-Annual Strategy Implementation Report (BSIR), via the web-based grant reporting tool (https//www reporting odp dhs gov). Failure to meet all of the reporting deadlines outlined in the Milestone and Timeline Schedule will prohibit the Contractor from being reimbursed while reports are outstanding. 2. Report progress on deliverables and advise the Military Department, in writing, of necessary adjustments to the content of the contract. Performance reports will be submitted using the on-line electronic Grant Management System (e-GMS) located at https //fortress wa gov/mil/gms/qms/ 3. Adhere to all financial and procurement guidance, including competitive processes and other procurement requirements as set forth in the current edition of the Office of Grant Operations Financial Management Guide found at www dhs qov/xlibrary/assets/Grants Financial ManagementGuide pdf. Local and state procurement and contracting regulations take precedent over these requirements when local and state regulations are more stringent. • Adhere to G&T requirements that all sole source contracts over $100,000 be reviewed and approved by the Department prior to execution of a contract. This requirement must be passed on to all of the Contractor's sub-contractors, at which point the Contractor will be responsible for reviewing and approving their sub-contractors' sole source justifications. • Adhere to G&T requirements that all contracts with individual consultants, that are not competitively bid, and where the consultant will be charging an excess of $450 per day (excluding travel and subsistence) must be approved by the Department before the contract is executed. This requirement must be passed on to all of the Contractor's sub-contractors, at which point the Contractor will be responsible for reviewing and approving their sub-contractors' contract 4. Plan and implement equipment purchases, exercises, training, planning and management/ administration in accordance with the FFY07 Emergency Management Performance Grant Program Guidance, which can be found at http //www oip usdoi.gov/odp/does/fv2007empg pdf, as well as all subsequent policy changes. 5. Ensure that all sub-contractors are in compliance with the FFY07 Emergency Management Performance Grant Program Guidance through monitoring of expenditures and periodic reviews of activities. 6. If purchasing equipment using EMPG funds, the Contractor must meet the following requirements: a. Be in compliance with the G&T Authorized Equipment List (AEL), as detailed at: http//wwwl rkb mipt org/ DHS-EMPG-FFY 07 Page 13 of 61 City of Kent Emergency Management E07-349 b. Submit all proposed equipment purchases to the Committee on Homeland Security, sub- committee on equipment to ensure that the requested equipment is on the AEL, is aligned with the statewide equipment purchasing strategy, and submit to G&T if necessary No reimbursement for purchased equipment will occur until the appropriate approvals have been obtained C. Determine whether or not it is in the best interest of the Contractor to make purchases using its own procurement process or ask the Department to make purchases on its behalf d. Make a request to the Department in writing that authorizes the Department to de-obligate funding from the Contractor's contract and use the state's procurement process and contracts to purchase equipment on behalf of the Contractor. This will necessitate an amendment to the contract reducing the Contractor's award by an amount sufficient for the Department to make the purchase(s). The Department will pay the vendor directly and all items will be drop shipped to a location designated by the Contractor. 7. Exercises that are implemented with grant funds must meet the requirements of the FFY07 Emergency Management Performance Grant. Upon completion of the exercise, an After Action Report and an Improvement Plan must be prepared and submitted to the Department within 60 days of completion of the exercise. Final reimbursement for related expenditures can not be made until this requirement has been met. 8. No more than 3% of the total grant award may be used on Management and Administrative expenditures. 9. Submit at maximum monthly requests for reimbursement to the Department for costs incurred using the online a-GMS located at https 1/fortress wa qov/mil/qms/qms/ 10. No costs will be paid in advance of their being incurred by the Contractor. 11. No equipment costs will be reimbursed until the equipment has been received by the Contractor and invoiced by the vendor. 12. No travel or subsistence costs, including lodging and meals, reimbursed with EMPG funds may exceed federal maximum rates which can be found at http://www gsa qov. CONTRACTOR TASKS: 1. Perform activities described in the attached Scope of Work (Attachment A). 2. Manage and administer the FF07 Emergency Management Performance Grant Program. 3. If necessary, hire a Subcontractor to assist in accomplishing the contract tasks. 4. Complete all work under the contract by the contract end date, to include receipt of approved equipment items 5. Each request for reimbursement will be accompanied by a spreadsheet detailing the expenditures. Related financial documents and invoices must be kept on file by the Contractor and be made available upon request to the Department, and local, state, or federal auditors. 6. Requests for reimbursement of equipment purchases will include a copy of the vendor's invoice and packing slip or a statement signed and dated by the Contractor's authorized representative that "all items invoiced have been received in good working order, are operational, and have been inventoried according to contract and local procurement requirements " THE MILITARY DEPARTMENT AGREES TO: 1. Provide technical assistance, expertise, and state coordination with G&T where necessary. 2. Reimburse the Contractor within 45 days of receipt and approval of requests for reimbursement and all documentation of expenditures as required DHS-EMPG-FFY 07 Page 14 of 61 City of Kent Emergency Management E07-349 MILESTONE TIMELINE FFY07 Emergency Management Performance Grant Program MILESTONE TASK October 1, 2006 Start of contract performance period January 15, 2007 Submission of Bi-annual Strategy Implementation Report(BSIR) to GRT Apnl 2007 Contract Execution April 30, 2007 Submit first NIMS Compliance Report May 31, 2007 Submission of Performance Report to a-GMS July 15, 2007 Submission of Bi-annual Strategy Implementation Report (BSIR) to GRT September 30, 2007 Submit NIMS compliance report December 31, 2007 End of grant performance period No later than February 14, 2008 Submit all final reports, requests for reimbursement and/or deliverables. DHS-EMPG-FFY 07 Page 15 of 61 City of Kent Emergency Management E07-349 Exhibit C Budget Sheet FFY07 Emergency Management Performance Grant Program Contract expenditures shall be documented according to the following categories when appropriate: LOCAL EMERGENCY MANAGEMENT OPERATING BUDGET SUMMARY 2007 Local Funds Budget* Personnel $293,701 96 In-Direct Costs $0 00 Travel $1,079.00 Equipment $0 00 Supplies $19,588 00 Telephones $6,970.00 Printing $4,461 00 Jaint/Maint $0 00 Auto Lease $0 00 Space Rental $0.00 Insurance $170.00 Subcontractor $2,387.00 Other $34,798.00 Total All Program Costs $363,154.96 FFY 07 EMPG Award $61,636.00 The Kent (City of) Emergency Management award is $61,636. This is based on the FFY07 allocation factor of 16.97% of approved local emergency management operating budgets This award will not be used to supplant the existing local funds identified above. The Department's Reimbursement Spreadsheet will accompany each reimbursement request submitted in e-GMS In addition, the Contractor agrees to make all records available to Military Department staff, upon request. A total of 3% of this award can be used to pay for management and administration of this contract. * No federal funds are included in the local emergency management operating budget. Funding Source- Department of Homeland Security- PI#77314— EMPG DHS-EMPG-FFY 07 Page 16 of 61 City of Kent Emergency Management E07-349 City of Kent Emergency Management Scope of Work Attachment A Communications and Warning - Required Activities Activity#1 Participate in all scheduled National Warning System (NAWAS)tests and exercises,whether a Primary NAWAS Warning Point,a Secondary Warning Point, or a Tertiary Warning Point This is the on-going test of the statewide warning fan-out as outlined in the State CEMP and warning annex All emergency management jurisdictions must be a part of this fan-out Deliverables:❑ Performance Measures: Deadlines: a Ensure jurisdiction is a Success will be measured incorporated into the fan out ❑ODD by the jurisdictions incorporation b As scheduled through state lead b Participate in scheduled tests into the fan out ongoing annually or as required Id Success will be measured by the number of tests the jurisdiction participates in on a regular basis Activity#2 Participate in all scheduled EAS tests commensurate with your EAS plan and operational status of your Local Relay Network(LRN) Deliverables: Performance Measures: Deadlines: a Success will be measured b a Participate as scheduled Y the number of scheduled tests the a As scheduled through regional jurisdiction participates in coordinator ongoing annually or as required Activity#3 Work with EMD to ensure Comprehensive Emergency Management Network(CEMNET)capability is maintained and participate in scheduled testing between the local Emergency Operations Center(EOC)or similar facility and the state EOC Deliverables:. Performance Measures: Deadlines: a Communicate regularly with EMD a Success will be measured by the to retain CMET capability and participate number of tests the jusrisdiction a As schedueled through state In testing as scheduled participates in lead ongoing annually or as required City of Kent Emergency Management DHS-EMPG-FFY07 Page 17 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Communications and Warning - Required Activities Activity#4 Develop and/or update local plans and equipment for use of amateur radio (HAM bands)through the Radio d as per the state RACES Ian Amateur Civil Emergency Service(RACES)program an p p Deliverables: Performance Measures: Deadlines: a. Update local plans and equipment. a Success will be determined by n/a whether the plans are updated at the conclusion of the performance period Activity#5 Work with the Local Area Emergency Alert System (EAS)Committee (LAECC)to complete an EAS plan and the LRN per existing guidance from the FCC, FEMA, and the State Emergency Communications Committee with assistance from the State EMD Telecommunications staff. Deliverables: ❑Performance Measures: Deadlines: a Develop/update an EAS Plan a Success will be measured by whether the plans are updated at n/a the conclusion of the performance period Activity#6 Notify the state EOC immediately upon activation of your local EOC. Provide periodic(at least once per day) Situation Reports (SITREPs) Deliverables: ❑Performance Measures: Deadlines: a Submit a daily Situation Report(SITREP) a Daily Situation Reports are submitted As required due to an activation. to the State during an activation to the state EOC during activation of the jurisdiction's EOC Activity#7: Log-in to the State WebEOC system when notified that the state is activated at the Phase III level. If the activation and/or exercise affect your jurisdiction remain logged-in and share information to improve response to the event Note Internet access is the only required capability to complete this activity, purchase of WebEOC is not necessary Deliverables: ❑Performance Measures: Deadlines: a Log-in when notified of a Phase III event a Successful log-ins for activations and a As required due to a Phase exercises will be recorded within WebEOC III activation City of Kent Emergency Management DHS-EMPG-FFY07 Page 18 of61 E07-349 City of Kent Emergency Management Participate once a month in the King County 800 MHz radio test Deliverables: Performance Measures: Deadlines. a Improved communication capabilities with Communication links can be made and a Monthly partnering agencies in the County government acknowledged and outside of Zone 3 City of Kent Emergency Management DHS-EMPG-FFY07 Page 19 of 61 E07-349 City of Kent Emergency Management Develop and draft local plans and equipment for use of amateur radio(HAM bands)through the Radio Amateur Civil Emergency Service (RACES)program and as per the state RACES plan Deliverables. Performance Measures Deadlines. a A draft local plan Success will be determined by whether a plan a December 2007 is drafted at the conclusion of the performance period City of Kent Emergency Management DHS-EMPG-FFY07 Page 20 of 61 E07-349 City of Kent Emergency Management Conduct monthly citywide 800 Mhz radio tests between the ECC and city DOC The test vwll be used to verify operational proficiency and the volume and clarity of the the citywide radio system components Deliverables. Performance Measures: Deadlines- a Ensure citywide redundant communcation a Maintain a monthly test log a Monthly,the last capabilities are maintained internally between Wednesday of each month at DOC's and the Kent ECC Provide training 8 15 am opportunities to staff who normally do not use the radio on a regular basis City of Kent Emergency Management DHS-EMPG-FFY07 Page 22 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Crisis Communication, Public Education and Information Program Deliverable-Required Activity Activity 1. Conduct a public disaster education program for the inhabitants of your community Deliverables:❑ Performance Measures: Deadlines: a. Success will be measured by the a. Preparedness presentations and b April 2007 distribution of preparedness materials number of presentations provided and to schools civic business materials distributed.0000 groups, organizations, nursing care facilities, b Success will be measured through child care facilities, governmental participation in the campaign agencies, hospitals and the general public,E and/or0000 b. Participate in the April Disaster Preparedness Campaign City of Kent Emergency Management DHS-EMPG-FFY07 Page 23 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Crisis Communications,Public Education and Information Program Deliverable Additional Activity Develop and produce a monthly EM newsletter for web distribution Deliverables: Performance Measures: Deadlines: a Dissemination of EM informaton to city Web sites visits as capabilites permit a Monthly through employees, community groups,business December2007 sector and neighboring neighborhoods on current events and EM related resources and information City of Kent Emergency Management DHS-EMPG-FFY07 Page 24 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Crisis Communications,Public Education and Information Program Deliverable Additional Activity Conduct a minimum of 3 C E R T academies To teach the full 7 week long FEMA course using the approved arriculum Accomodate students from the general citizenry in Kent and Fire District 37,the business community in the greater Kent area,and employees from Kent and Covington If there is room outside agencies may also attend Deliverables: Performance Measures: Deadlines: a Improved employee, business,and atizens Evaluation forms and program growth a Spring and Fall of 2007 capabilities to personally prepare themselves to respond and support their community and first resonders during times of emergency and disasters City of Kent Emergency Management DHS-EMPG-FFY07 Page 25 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Crisis Communications,Public Education and Information Program Deliverable Additional Activity Conduct a public disaster education program for the community Deliverables: Performance Measures: Deadlines: a Preparedness presentations and distribution Success will be measured by the number of a Ongoing as requested of preparedness materials to schools, civic presentations provided and materials from various community groups, business organizations, nursing care distributed agencies facilities, child care facilities,governmental agencies,hospitals and the general public, City of Kent Emergency Management DHS-EMPG-FFY07 Page 26 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Crisis Communications,Public Education and Information Program Deliverable Additional Activity Set up and Staff visual public display booths for large citywide events including Cornucopia Days and Whistle Stop days and hand out training flyers and preparedness information Deliverables: Performance Measures: Deadlines: a Interaction with the citizens, promotion of Handout material distibution and public a July 2007 personal and family safety Promotion of the interaction CERT program and other preparedness classes and opportunities City of Kent Emergency Management DHS-EMPG-FFY07 Page 27 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Direction Control and Warning Program Deliverable Additional Activity Have an EMD member capable of delivering the ICS 300 and ICS 400 course per county and state ICS training standards Deliverables. Performance Measures: Deadlines. a Complete the ICS 300-400 training Credentialmg or certificate a November 15-17,2006 b Complete the 300-400 train the trainer ICS 300 and December 19 course -20,2006 ICS 400 b January 8-12,2007 City of Kent Emergency Management DHS-EMPG-FFY07 Page 29 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Direction Control and Warning Program Deliverable Additional Activity Install WEB EOC and begin to build onto the incident management software to improve citywide response to large emergencies and disasters To begin transitioning to an electronic based ECC process and start training programs to employees who would need to interface with the program at various levels Deliverables Performance Measures. Deadlines a Physical purchase of the hardware, Improved management and communications a March 2007 software during large emergencies and disasters b April 2007 b Installation c April 2007 c Initial training to EMD software d May 2007 administrators a June 2007 d Build boards that mirror ECC processes and navigate through the boards e Test functions during an exercise City of Kent Emergency Management DHS-EMPG-FFY07 Page 30 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Direction Control and Warning Program Deliverable Additional Activity Provide and take ICS specific training for Planning Section Chief,Situation Unit Leader,and Resource Unit Leader to enhance planning, analysis, and tracking mechanisms for city staff and Zone 3 partnering agencies Deliverables: Performance Measures: Deadlines a Arrange for and take the training Credentialing or certificate a February 12-17,2007 City of Kent Emergency Management DHS-EMPG-FFY07 Page 31 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Exercises, Evaluations and Corrective Action Deliverables-Required Activity 1. Participate in the design, conduct and evaluation of either a functional or full-scale exercise Each jurisdiction receiving EMPG funds MUST complete at least one major exercise during the performance penod The recommended sequencing is three functional and one full-scale exercise in a four-year period This may be accomplished alone or in conjunction with FEMA, EMD, other public or private entities, or with a neighboring jurisdiction Mere participation, as opposed to active involvement, in an exercise sponsored by some other entity will be insufficient to meet this requirement Active shooter in a school Domestic terrorists take hostages at a school Simulated gunfire, casualties,explosions prompt SWAT, Fire, PIO, EMS, response along with School District Liaison,activation of the ECC and the JIS Mayors Leadership Team will also play Multiple agency involvement with a specific planning component for second operational period IAP Deliverables: Performance Measures: Deadlines: I a. Submit an After Action Report (AAR) a Success will be measured by and Improvement Plan (IP)to the State the submission of the AAR and IP a Exercise date is June 8,2007 Exercise Training Officer(ETO)within to the ETO The ETO will issue a AAR/IP to ETO by August 8,2007. 60 days of the completion of the exercise letter of EMPG credit to the The appropriate format for the AAR and jurisdiction upon approval of the IP can be found in Volumn II of the reports Homeland Security Exercise and Evaluation Program (HSEEP) manuals which can be found at http//www ojp usdoj gov/odp/docs/ HSEEPv2 pdf Activity 2. In the event a jurisdiction experiences an actual event that adequately tests overall emergency management capabilities, exercise credit may be requested within 60 days Deliverables: Performance Measures: Deadlines: a Success will be measured by a As necessary, depend in a Submit an After Action Report(AAR) and the submission of the AAR and IP depending on actual evens Improvement Plan (IP)to the State Exercise to the ETO The ETO will issue a Training Officer(ETO)within 60 days of the letter of EMPG credit to the jurisdiction event The appropriate format for the AAR upon approval of the reports. and IP can be found in Volumn II of the H omeland Secunty Exercise and Evaluation Program (HSEEP) manuals which can be found at http 11www ojp usdoj gov/odp/docs/ HSEEPv2 pdf Four Year Exercise Schedule 2007 Full scale 2009 Functional 2008 Functional 2010 Functional City of Kent Emergency Management DHS-EMPG-FFY07 Page 32 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Exercises, Evaluations and Corrective Actions Program Deliverable Additional Activity Participate in functional exercise with King County Zone 1 to measure participant agencies abilities to effectively expand regional collaboration and operate within the King County Regional Disaster Plan for Public and Private Organizations Deliverables: Performance Measures- Deadlines- a Expanding communications and Test ECC objectives, ESF-2 and ESF-15 a May 30 2007 P 9 1 Y collaborative efforts using the framework of the components RDP I City of Kent Emergency Management DHS-EMPG-FFY07 Page 33 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Exercises, Evaluations and Corrective Actions Program Deliverable Additional Activity Participate in Regional Pandemic Flu exercise with King County EMD Use of WEB EOC to test City and Zonal response mechanisms and communications Deliverables: Performance Measures Deadlines a Enhanced regional communications and Real time information available to all 3 zones a March,20,2007 coordination using WEB EOC and Regional on pandemic situation,policy, and coordination Disaster Plan issues City of Kent Emergency Management DHS-EMPG-FFY07 Page 34 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Mutual Aid Program Deliverable-Required Activity 1. Review mutual aid agreements, following the guidance set forth in the state Emergency Management Division's Mutual Aid and Inter-local Agreement Handbook ❑ Deliverables: Performance Measures: Deadlines: a Update mutual aid agreements a.The success of this activity will be September 2007 as deemed necessary by the jurisdiction measured by the number of mutual aid agreements that need and receive updating during the performance period GO❑ City of Kent Emergency Management DHS-EMPG-FFY07 Page 35 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Planning Program Deliverable-Additional Activity Continue to coordinate COOP plan developement for all city departments, review draft plans and assist with standardizations for essential functions and alternate DOC locations Deliverables: Performance Measures: Deadlines. a Identification and plan for the continuity of Test the relocation to alternate facility element a Alt DOC element,April 24, esssential city servioes/funcoons and to reduce during April earthquake month Drop,Cover 2007 or mitigate social and economic disruptions to and Hold time the citizens and employees of the city of Kent City of Kent Emergency Management DHS-EMPG-FFY07 Page 36 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Planning Program Deliverable-Additional Activity Continue to update the draft Pandemic Flu appendix 1 to ESF-#8 of the CEMP Deliverables: Performance Measures: Deadlines. A framework for response should the H5N1 100%completion of draft plan by December N/A virus mutate and cause a pandemic situation 31,2007 A plan that would incorporate elements of departmental COOP plans as well as community strategies for communications, education, and responsibilities City of Kent Emergency Management DHS-EMPG-FFY07 Page 37 of 61 E07-349 2007 Emergency Management Performance Grant Finance and Administration Program Deliverable-Required Activity 1.Submit reimbursement requests online, ensuring all applicable Office of Management and Budget(OMB)Circulars are complied with Applicants should refer to the Department of Homeland Security, Office of Grants and Training, L D Financial Management Guide released January 2006 as a reference for financial management and grant administration requirements for EMPG For an electronic copy of this guide please contact the EMPG Program Manager at r.sova@emd wa gov 000c Deliverables: Performance Measures: Deadlines: a Submit a request for reimbursement a Success will be measured by the a Please indicate how often online using a-GMS A Reimbursement submission of completed Reimbursement reimbursement requests will Spreadsheet showing how the EMPG Spreadsheets be submitted (not more funds were spent must accompany all frequently than monthly) requests for reimbursement Expenditures b Success will be measured by the inclusion as needed listed on the Reimbursement Spreadsheet in each performance report of a verification cannot be items listed in the 2007 Local statement Funds Budget portion of the Total Emergency Management Operating Budget b May 15,2007 and in this application. February 14, 2008 b.Verify in performance reports that the agency has reviewed and agrees to all relevant State and Federal requirements to include OMB Circulars A-87 (Cost Principles for State, Local and Tribal Governments) and A-133 (Audits of State, Local Governments, and Non-Profit Organizations) coo D D City of Kent Emergency Management DHS-EMPG-FFY07 Page 38 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Program Management Program Deliverable-Required Activity 1. Performance reports and BSIRs are required twice during the contract period Failure to submit either type of report may result In cancellation of the contract. Deliverables:❑ Performance Measures: Deadline: a Performance reports must be a. Success is measured by the a May 31, 2007 and submitted online in a-GMS no later than submission of comprehensive February 14,2008 0000 May 31, 2007 and February 14, 2008 performance reports by the deadline. Reports must clearly describe the progress b Success is measured by the b January 15,2008 and the recipient is making towards the accurate submission of the June 15, 2008 deliverables described in this application jurisdiction's BSIR through and the contract Scope of Work the on-line system b The Bi-annual Strategy Implementation Report(BSIR) must be submitted through the Dept of Homeland Security on-line Grant Reporting Tool every June and January The website for this tool is https//www reporting odp dhs gov REPORT REQUIREMENT ACKNOWLEDGEMENTS 000 Please check this box to certify that your agency has reviewed the above reporting requirements and agrees to comply with them if/when an EMPG contract is awarded City of Kent Emergency Management DHS-EMPG-FFY07 Page 39 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Program Management Program Deliverable-Additional Activity Participate in the King County Regional Disaster Planning Task Force Current projects include conversion to NRP format,defining issues related to plan activation,training and exercising the plan and continued growth of signatories Deliverables. Performance Measures: Deadlines- Regional collaboration to a standard Measure attendance at task force meetings. a Meetings occur every two framework for response to a large event or months with planning disaster subcommittee work done in between City of Kent Emergency Management DHS-EMPG-FFY07 Page 40 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Program Management Program Deliverable-Additional Activity Enhance collaboration in Region 6 Zone 3 through quarterly meeting of the Zone 3 Emergency Management Directors To continue common methodologies in the four phases of EM Deliverables: Performance Measures- Deadlines: a Improved coordination for Zone 3 Continued enhancements to Zone 3 a Quarterly meetings junsdictons and agencies Sharing of planning communications, resources and materials Serve as a conduit to Zone 1 and 5 leadership groups to improve collaborative efforts City of Kent Emergency Management DHS-EMPG-FFY07 Page 41 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Program Management Program Deliverable-Additional Activity Citywide radio system Deliverables: Performance Measures: Deadlines a Ensure appropriate number of radios are in Radios and support equipment is distnbuted to a Ongoing monthly service, maintained,and tested the apporpriate locales and bills are paid b Ongoing monthly b Manage monthly access fees to PSAP City of Kent Emergency Management DHS-EMPG-FFY07 Page 42 of 61 E07-349 City of Kent City ofEmergency Management 2007 Emergency Management Performance Grant Program Management Program Deliverable-Additional Activity City Emergency Planning Committee meets to address all four phases of emergency management within the city of Kent Members are representatives of individual departments and the meeting activities incorporate training, ECC/DOC interface, and planning elements Deliverables Performance Measures- Deadlines: a Citywide coordination of EM functions Attendance roster of departmental a February,May,August, representation of over 70%or 7 minimum November 2007 I City of Kent Emergency Management DHS-EMPG-FFY07 Page 43 of 61 E07-349 Gty of Kent Emergency Management 2007 Emergency Management Performance Grant Program Management Program Deliverable-Additional Activity Local Emergency Planning Committee meets twice a year and performs one exercise per year The planning meetings provide information on EPCRA, hazard mitigation, input for informational resources(newsletter,website)and exercise planning and review The LEPC also reviews the local Hazardous Materials Emergency Response Plan (HMERP)on an annual basis Deliverables Performance Measures: Deadlines- a LEPC meetings to bring community and a N/A a March 21,2007&October facility folks together to discuss issues related b AAR/IP 17, 2007 to hazardous materials in the city of Kent b 3rd or 4th quarter as b Exercise to test the HMERP determined by the LEPC City of Kent Emergency Management DHS-EMPG-FFY07 Page 44 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Program Management Program Deliverable-Additional Activity Continued participation in the King County Emergency Management Advisory Committee,the Region 6 Homeland Security Council and the King County Citizen Corps Council Continue implementing the Region 6 Homeland Security Strategic Plan and funding distribution plans Deliverables Performance Measures. Deadlines: a Advise policy makers on measures for Measure meeting attendance a Montly meetings on the protecting communitdes and enhancing the second Tuesday of each region's response to Homeland Security month concerns and all hazard approaches to the four phases of emergency management To coordinate Huth county Citizen Corps Councils and continue the developement of all program elements City of Kent Emergency Management DHS-EMPG-FFY07 Page 45 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Program Management Program Deliverable-Additional Activity Participate in Region 6 HS training and exercise subcommittee Deliverables. Performance Measures. Deadlines a Determination of training and exercise Successful completion of identified training and a Monthly meeting priorities and funding allocations exercises City of Kent Emergency Management DHS-EMPG-FFY07 Page 46 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Hazard Identification, Risk Assessment and Impact Analysis Program Deliverables Coordinate with community development to monitor high risk or high hazard occupancy growth within the city Deliverables: Performance Measures: Deadlines: a Identification of hazardous or potentially Contact with identified occupancies that a December 2007 hazardous occupancies establishing fall in the parameters of risk themselves in the city City of Kent Emergency Management DHS-EMPG-FFY07 Page 47 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Hazard Identification, Risk Assessment and Impact Analysis Program Deliverables Map identified hazards through available GIS or other visual display products Deliverables: Performance Measures: Deadlines: a.Visual displays for ECC,training,and other Maps are created and maintained a.December 2007 purposes City of Kent Emergency Management DHS-EMPG-FFY07 Page 48 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Laws and Authorities Program Deliverables Review laws and authorities involving emergency worker statutes during disaster response Deliverables: Performance Measures: Deadlines- a.Clarification and understanding of legal Update emergency worker program a 4th quarter 2007 authorities governing local EM disaster workers City of Kent Emergency Management DHS-EMPG-FFY07 Page 49 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Logistics and Facilities Program Deliverables Improve the portability of communication equipment Deliverables: Performance Measures: Deadlines: a The ability to move, relocate,or reassign The ability to safely package and a 4th quarter 2007 communication elements to alternate facility, transport communications equipment or secondary location City of Kent Emergency Management DHS-EMPG-FFY07 Page 50 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Logistics and Facilities Program Deliverables Review documentation proccesses for clarity,efficiency,and portability Deliverables: Performance Measures: Deadlines: a.Improvement to documentation and Improved documentation methodology a 3rd Quarter 2007 portablility capabilities resulting in ease of relocating to alternate sites and improved visibilty of documented disaster activities City of Kent Emergency Management DHS-EMPG-FFY07 Page 51 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Logistics and Facilities Program Deliverables Evaluate visual display elements to incorporate the addition of WEB EOC Deliverables: Performance Measures: Deadlines a Enhanced and consistent visual display's Feedback from ECC and WEB EOC a 3rd Quarter 2007 throughout the ECC campus users from drills and exercises City of Kent Emergency Management DHS-EMPG-FFY07 Page 52 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Logistics and Facilities Program Deliverables Perform monthly ECC in service days to test systems Deliverables: Performance Measures: Deadlines: a All systems such as electronic,displays, Improved functional capabilities and a Monthly test forms, and other material required for proccesses to be noted in monthly activation are checked and tested documentation records City of Kent Emergency Management DHS-EMPG-FFY07 Page 53 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Operations and Procedures Program Deliverables Review ECC operational protocols and readiness activities as it relates to NIMS Deliverables: Performance Measures: Deadlines: a Identify any gaps that require adjustments, Meets the NIMS standards a 4th quarter 2007 training, or equipment needs City of Kent Emergency Management DHS-EMPG-FFY07 Page 54 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Operations and Procedures Program Deliverables Improve or enhance post disaster area survey and damage assessment capability Deliverables: Performance Measures: Deadlines: a. Better information gathering and Through feedback from training and 3rd quarter 2007 pnontization of disaster response drills b User friendly tools, checklist,and equipment for survey teams City of Kent Emergency Management DHS-EMPG-FFY07 Page 55 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Resource Management Program Delivera Research and develop pre disaster and just in time contracts that can be used during disasters Deliverables: Performance Measures: a A draft suite of contracts to be reveiwed by Contracts get approved and added to city legal logistics Cdy DHS-EMPG-FFY07 Page 56 of 61 City of Kent Emergency Management 2007 Emergency Management Performance Grant Training Program Deliverables Attend Partners in Preparedness conference Deliverables: Performance Measures: Deadlines: a Enhance knowledge base, improved New partnerships developed and a April 10-11,2007 regional cooperation,and planning resources greater awareness of EM functions and area initiatives City of Kent Emergency Management DHS-EMPG-FFY07 Page 58 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Training Program Deliverables Attend the 2007 LEPC conference Deliverables: Performance Measures: Deadlines: a Networking and idea sharing from other N/A May 14- 16,2007 LEPC organizations City of Kent Emergency Management DHS-EMPG-FFY07 Page 59 of61 E07-349 y .. City of Kent Emergency Management 2007 Emergency Management Performance Grant Training Program Deliverables Research,attend and participate in various training seminars,events,organizations, classes,and other forums to enhance the professional development of EMD staff and others with EM specificjob functions during a disaster Deliverables: Performance Measures: Deadlines: a Increased proficiency and knowledge base Training certificates from course a Ongoing as events occur or of staff attendance training is offered City of Kent Emergency Management DHS-EMPG-FFY07 Page 60 of 61 E07-349 City of Kent Emergency Management 2007 Emergency Management Performance Grant Training Program Deliverables Host ICS 300 and ICS 400 for command staff Deliverables: Performance Measures: Deadlines: a NIMS compliance and improved capabilities Training Certificates Train 50 staff a May 2007,June 2007 for ICS of command staff 300,3rd quarter for ICS 400 City of Kent Emergency Management DHS-EMPG-FFY07 Page 61 of 61 E07-349