Loading...
HomeMy WebLinkAbout20195048.tiffRESOLUTION RE: APPROVE GRANT AGREEMENT FOR PRE -DISASTER MITIGATION PROGRAM (HAZARD MITIGATION PLAN UPDATE) AND AUTHORIZE CHAIR TO SIGN LETTER OF ACCEPTANCE WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with a Grant Agreement for the Pre -Disaster Mitigation Program (Hazard Mitigation Plan Update) between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Office of Emergency Management, the U.S. Department of Homeland Security, Federal Emergency Management Division, and the Colorado Division of Homeland Security and Emergency Management, commencing on October 2, 2019, and ending April 1, 2021, with further terms and conditions being as stated in said agreement, and WHEREAS, after review, the Board deems it advisable to approve said agreement, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Grant Agreement for the Pre -Disaster Mitigation Program (Hazard Mitigation Plan Update) between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Office of Emergency Management, the U.S. Department of Homeland Security, Federal Emergency Management Division, and the Colorado Division of Homeland Security and Emergency Management, be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said Letter of Acceptance. cG: oc.xy c c2,i;), acTc(3cic0) o /23/20 2019-5048 EM0018 GRANT AGREEMENT FOR PRE -DISASTER MITIGATION PROGRAM (HAZARD MITIGATION PLAN UPDATE) PAGE 2 The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 11th day of December, A.D., 2019, nunc pro tunc October 2, 2019. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLODO ATTEST: d);L Weld County Clerk to the Board BY: Deputy Clerk to the Board APP V 'D AS T At . rney Date of signature: i1/l1(// Steve Moreno EXCUSED aarbara Kirkmeyer, i hair Mike Freeman, Pro -Tern Sean P Conway . James 2019-5048 EM0018 Cor-Pfrac+ 1O 39g. BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: 2019-2020 Hazard Mitigation Planning Grant DEPARTMENT: OEM DATE: 11-21-19 PERSON REQUESTING: Roy Rudisill Brief description of the problem/issue: Commissioners, attached is the State Letter of Agreement and supporting documentation for the 2019-2020 Hazard Mitigation Planning Grant. The BOCC approved our application in Dec of 2018, this grant funding will help pay for a contractor to complete an update to our Hazard Mitigation Plan. This is a Federal requirement that we complete an update every five years. The Federal Funding is 60,000.00 with a 20,000.00 required match for a total of 80,000.00 for the project. I have worked with Don Warden during the budget process to budget the matching funds. I request that you allow me to add this document to the BOCC agenda for approve and signing of the agreement letter. This will allow use to move forward with the project. What options exist for the Board? (include consequences, impacts, costs, etc. of options): Sign the agreement letter, this will allow use to move forward with the project and receive the grant funding. Decline the grant funding, this will not change the need to complete the project, but will require the County to pay for the full cost of the project. Recommendation: Sign the agreement letter. Approve Recommendation Sean P. Conway Mike Freeman, Pro-Tem Scott K. James Barbara Kirkmeyer, Chair Steve Moreno /O2/1 Schedule Work Session Other/Comments: 2019-5048 &MOO ►8' COLORADO Division of Homeland Security & Emergency Management Department of Public Safety .e FEDERAL FUNDING ACCOUNTABILITY'AND TRANSPARENCY ACT h(FFATA) requires the' Division• of Homeland Security and Emergency Management (DHSEM) to, collect the following .,. information' for: each EMPG "sub -award of $25,000.00 or more. This informationis required by the . Offce of Management: and Budget (OMB) and must be submitted by DHSEM into the SUB -AWARD . REPORTING.SYSTEM'(FSRS): •, Unless otherwise indicated; all -fields must be -completed in order to be an eligible sub -grant recipient.. -:Information Field ` : Field Description Response Agency or Jurisdiction DUNS # DUNS number assigned to your jurisdiction or specifically to your agency 075757955 Parent Organization DUNS number, if applicable If the Jurisdiction has a DUNS number and the Agency has -one as well, insert the Jurisdiction's DUNS here. Name of Entity Receiving Award Jurisdiction or Agency Name to which the DUNS number is assigned Weld County Government Location of Entity Receiving Award Full Street Address of the Recipient Agency 1150 0 Street, PO Box 758 Greeley, Co 80632 Primary Location of Performance of the Award Include City, State, Zip Code (must provide 9 digits) and Greeley, Co 80634-9596 Congressional District The Information below_ is required; if the following three conditions Required,. in row 1: •. -1. In.:the.preceding fiscal year, 80% or moreof the entity annual, gross government; and, 2. Those revenues are greater than $25M annually;. and . " 3•. Compensation information is;not already available through reporting are met, otherwise enter "Not revenues are from the Federal : :.. to the IRS Or SEC Names and Total Compensation of the Five (5) most highly compensated officers 1. Not Required 2. 3. 4. 5. DEC 11 2019 Date: Signature: ; gency's Authorized R presentativ (usually the Grant Administrator or Program Manager or Coordinator) By signing above, I certify that the information contained in this FFATA data report is complete and accurate to the best of my knowledge. CZo19- �h�8 COLORADO Division of Homeland Security & Emergency Management Department of Public Safety Roy Rudisill, Director WELD COUNTY 1150 O Street Greeley, CO 80632 October 30, 2019 Re: Pre -Disaster Mitigation Program Grant Award Letter 18PDM20WEL Dear Mr. Rudisill, The Colorado Division of Homeland Security Er Emergency Management (DHSEM) is pleased to inform you that your application for funding pursuant to the 2018 Pre -Disaster Mitigation program is approved in the amount of $60,000.00 (funding source: Federal Funds). Project funding award is based on the project description provided in the application and outlined in the following table: Description Federal Share Required Non- Federal Local Share . Total Project Hazard Mitigation Planning Activities $60,000.00 $20,000.00 $80,000.00 Total Award Amount $60,00O.00 DHSEM will issue your grant award as a Small Dollar Grant Agreement (SDGA). The issuance of a SDGA functions like a 'purchase order' for requests for reimbursements (RFRs) in the State financial system, and does not require original signatures on a formal agreement from your approving authorities, as done in the past, in order to reduce unnecessary delays in processing formalized agreement documents and your awarded projects. To issue the SDGA, DHSEM must receive the following up-to-date forms (included with this letter) submitted electronically to Mark Thompson, markw.thompson®state.co.us: 1. W-9 2. EFT form 3. Letter of Acceptance signed by Authorized Signatory (See attached) After receiving the above mentioned required forms, DHSEM will issue the completed SDGA and terms and conditions for your grant award to you. The period of performance for the PDM 2018 SDGA is from October 2, 2019 to April 1, 2021. AR requests for reimbursements must cover work completed, or expenditures claimed, within this period of te,„, COLORADO Department of Public Safety 700 Kipling Street, Lakewood, CO 80215 I www.colorado.gov/publicsafety Jared Polis, Governor I Stan Hilkey, Executive Director performance. Quarterly RFR and Progress Report submissions will continue to utilize the EMGrants Pro system. For questions regarding your SDGA or the Pre -Disaster Mitigation program, please contact Mark Thompson at (720) 630-0770 or markw.thompson@state.co.us, or Patricia Gavelda at (970) 749-8280 or patricia.gavelda@state.co.us. Please feel free to contact me at (303) 239-4183 or Larisa.Cannon@state.co.us if you have further questions. Thank you for your assistance in managing this grant award. Sincerely, aa,„ Larisa Cannon Grants and Contracts Manager Division of Homeland Security and Emergency Management CC: File it, COLORADO Department of Public Safety 700 Kipling Street, Lakewood, CO 80215 I www.colorado.gov/publicsafety Jared Polls, Governor I Stan Hilkey, Executive Director COLORADO Division of Homeland Security & Emergency Management Department of Public Safety Office of Grants Management 8000 S. Chester Street, Suite 575 Centennial, CO 80112 Letter of Acceptance October 30, 2019 Encumbrance Number: 18PDM20WEL Subrecipient Name: Weld County Grant Name: 2018 Pre -Disaster Mitigation This letter serves as notification and acceptance of the Small Dollar Grant Agreement (SDGA) for the 2018 Pre -Disaster Mitigation program in the amount of $60,000.00 issued by the Colorado Department of Public Safety, Division of Homeland Security and Emergency Management (CDPS/DHSEM). By signing below, the agency, in accordance with acceptance, acknowledges the receipt, review and concurrence of the provided terms and conditions, scope of work, and any additional requirements identified. Additionally, the following required documents are provided for issuance of the award through the State financial system and accompany this letter of acceptance: 1. Current Request for Taxpayer Identification Number and Certification (W-9) form 2. Current Electronic Funds Transfer (EFT) form By signing and returning this letter, the undersigned holds authority to enter into, and understands and accepts all the terms and conditions outlined for the Small Dollar Grant Agreement referenced above. By (Printed Name): Barbara Kirkmeyer Title: Chair, Board of Weld County Commissioners COLORADO Department of Public Safety Date: DEC 1 1 2019 700 Kipling Street, Lakewood, CO 80215 I www.colorado.gov/publicsafety Jared Polis, Governor I Stan Hilkey, Executive Director State Agency Department of Public Safety Grant Maximum Amount $60,000.00 Sub -Recipient Board of County Commissioners of Weld County Grant Issuance Date October 2, 2019 Small Dollar Grant Agreement Number: Encumbrance #: 18PDM20WEL Subrecipient DUNS#: 075757955 Federal Award Identification # (FAIN): EMD-2019-PC-003 Total Award of Federal Award: $60,000.00 Federal Award Date October 2, 2019 Name of Federal Awarding Agency FEMA CFDA 97.047 Pre -Disaster Mitigation Identification if the Award is for R&D: No Grant Expiration Date April 1, 2021 Fund Expenditure End Date April, 2021 Grant Authority Federal authority to enter into this Grant exists in the Homeland Security Act of 2002 through CFDA 97.047 and State Authority to enter into this Grant exists in CRS §24-1- 128.6. STATEMENT OF WORK 1. GENERAL DESCRIPTION OF THE PROJECT(S). 1.1 Project Description. This project is for the development of a FEMA-approvable multi jurisdictional local Hazard Mitigation Plan (HMP) Update with adherence to the most current FEMA guidance. Sub -recipient will hire a contractor to complete an HMP Update for Weld County. The HMP Update will meet all of FEMA's requirements. Sub -recipient will execute and complete the projects as specified and outlined in their approved Application Scope of Work. 1.2 Project Expenses. Project expenses include the costs to hire a contractor and local personnel time to complete the project as described in §1.1 of this Statement of Work (SOW). All eligible expenses are listed in the budget agreement amount table of §8 of this SOW. Provided, however, that all Project costs specifically authorized in the FEDERAL EMERGENCY MANAGEMENT AGENCY Notice of Award that have been incurred after 10/2/2019 but prior to the Issuance Date may be submitted for reimbursement from Federal Funds, as provided in §5.1 below. 1.3 Non -Federal Match: This non-federal match section applies to this grant. This Grant requires a non- federal match contribution of 25 % of the total Grant budget. Documentation of expenditures for the non-federal match contribution is required with each drawdown request. If applicable the match may include in -kind match. Provided, however, that all or some of the costs or expenses incurred by Sub - Recipient after 10/2/2019 but prior to the Effective Date which have been or will be paid from Local Matching Funds, if such costs or expenses are properly documented as eligible expenses in the PRE - DISASTER MITIGATION (PDM) program 42 U.S.C. 5133, may be submitted for reimbursement from Federal Funds, as provided in §5.1 below. 2. DELIVERABLES: 2.1 Sub -Recipient shall submit narrative and financial reports describing project progress and accomplishments, any delays in meeting the objectives and expenditures to date as described in §3 of this Statement of Work. 3. REPORTING REQUIREMENTS: 3.1 Quarterly Financial Status and Progress Reports. The project(s) approved in this Grant are to be completed on or before the termination date stated on the Award Letter. Sub -Recipient shall submit quarterly financial status and programmatic progress reports for each project identified in this agreement using the forms provided by the Colorado Division of Homeland Security and Emergency Management 18PDM20WEL Page 1 of 4 Statement of Work 18PDM20WEL throughout the life of the grant. One copy of each required report with original or electronic signatures shall be submitted in accordance with the schedule below. The order of the reporting period quarters below that are irrelevant to the grant. If the grant is open during the "report period" reports for that period are due on the dates listed. If the grant is for more than one year, reports are due for every quarter that the grant remains open. Report Period Due Date January —March April 15 April — June July 15 July — September October 15 October — December January 15 3.2 Final Reports: Sub -Recipient shall submit final financial status and progress reports that provide final financial reconciliation and final cumulative grant/project accomplishments within 45 days of the end of the project/grant period. The final report may not include unliquidated obligations and must indicate the exact balance of unobligated funds. The final reports may substitute for the quarterly reports for the final quarter of the grant period. If all projects are completed before the end of the grant period, the final report may be submitted at any time before its final due date. Further reports are not due after the Colorado Division of Homeland Security and Emergency Management has received, and sent notice of acceptance of the final grant report. 4. TESTING AND ACCEPTANCE CRITERIA: The Colorado Division of Homeland Security and Emergency Management shall evaluate this Project(s) through the review of Sub -Recipient submitted financial and progress reports. The Colorado Division of Homeland Security and Emergency Management may also conduct on -site monitoring to determine whether the Sub -Recipient is meeting/has met the performance goals, administrative standards, fmancial management and other requirements of this grant. The Colorado Division of Homeland Security and Emergency Management will notify Sub -Recipient in advance of such on -site monitoring. 5. PAYMENT: 5.1 Payment Schedule: Sub -Recipient shall submit requests for reimbursement using the Colorado Division of Homeland Security and Emergency Management's provided form at least quarterly. One original or electronically signed/submitted copy of the reimbursement request is due on the same dates as the required financial reports. All requests shall be for eligible actual expenses incurred by Sub -Recipient, as described in detail in the budget table(s) of this Exhibit. Requests shall be accompanied by supporting documentation totaling at least the amount requested for reimbursement and any required non-federal match contribution. If any financial or progress reports are delinquent at the time of a payment request, the Colorado Division of Homeland Security and Emergency Management may withhold such reimbursement until the required reports have been submitted. 5.2 Payment Amount: If non-federal match is required, such match shall be documented with every payment request. Excess match documented and submitted with one reimbursement request shall be applied to subsequent requests as necessary to maximize the allowable reimbursement. 5.3 Remittance Address. If mailed, payments shall be sent to the representative identified in §6 of this SOW Grant Representative: WELD COUNTY PO Box 758 Greeley, CO 80632 18PDM20WEL Page 2 of 4 Statement of Work 18PDM20WEL 6. PRINCIPAL REPRESENTATIVES: For the State: Larisa Cannon, Grants & Contracts Manager Department of Public Safety, Division of Homeland Security & Emergency Management 8000 S. Chester Street, Suite 575 Centennial, CO 80112 Larisa.Cannon@state.co.us For Sub -Recipient: Roy Rudisill, Director Weld County 1150 O Street Greeley, CO 80632 rrudisill@weldgov.com 7. ADMINISTRATIVE REQUIREMENTS Required Documentation: Sub -Recipients shall retain all procurement and payment documentation on site for inspection. This shall include, but not be limited to, purchase orders, receiving documents, invoices, vouchers, equipment/services identification, and time and effort reports. 7.1 Sufficient detail shall be provided with reimbursement requests to demonstrate that expenses are allowable and appropriate as detailed below: 7.1.1 Equipment or tangible goods. When requesting reimbursement for equipment items with a purchase price of or exceeding $10,000, and a useful life of more than one year, the Sub - Recipient shall provide a unique identifying number for the equipment, with a copy of the Sub - Recipient's invoice and proof of payment. The unique identifying number can be the manufacturer's serial number or, if the Sub -Recipient has its own existing inventory numbering system, that number may be used. The location of the equipment shall also be provided. In addition to ongoing tracking requirements, Sub -Recipient shall ensure that equipment items with per unit cost of $10,000 or more are prominently marked in a manner similar to the following: Purchased with funds provided by the U.S. Department of Homeland Security. 7.1.2 Services. Sub -Recipients shall include contract/purchase order number(s) or employee names, the date(s) the services were provided and the nature of the services. 7.2 Procurement: A Sub -Recipient shall ensure its procurement policies meet or exceed local, state, and federal requirements. Sub -Recipients should refer to local, state, and federal guidance prior to making decisions regarding competitive bids, sole source or other procurement issues. In addition: 7.2.1 Any sole source transaction in excess of $250,000 shall be approved in advance by the Colorado Division of Homeland Security and Emergency Management. 7.2.2 Sub -Recipients shall ensure that: (a) All procurement transactions, whether negotiated or competitively bid, and without regard to dollar value, are conducted in a manner that provides maximum open and free competition; (b) Sub -Recipient shall be alert to organizational conflicts of interest and/or non-competitive practices among contractors that may restrict or eliminate competition or otherwise restrain trade; (c) Contractors who develop or draft specifications, requirements, statements of work, and/or Requests for Proposals (RFPs) for a proposed procurement shall be excluded from bidding or submitting a proposal to compete for the award of such procurement; and (d) Any request for exemption of item a -c within this subsection shall be submitted in writing to, and be approved by the authorized Sub -Recipient official. 7.2.3 Sub -Recipient shall verify that the Contractor is not debarred from participation in state and federal programs. Sub -Recipients should review contractor debarment information on http://www.sam.gov. 18PDM20WEL Page 3 of 4 Statement of Work 18PDM20WEL 7.2.4 When issuing requests for proposals, bid solicitations, and other published documents describing projects or programs funded in whole or in part with these grant funds, Sub -Recipient and Sub - Recipients shall use the phrase -"This project was supported by grant #18PDM20WEL, issued by the Colorado Division of Homeland Security and Emergency Management." 7.2.5 Sub -Recipient shall verify that all purchases are listed in §1 or §7 of this SOW. Equipment purchases, if any, shall be for items listed in the Approved Equipment List (A.E.L) for the grant period on the Responder Knowledge Base (RKB), at https://www.fema.gov/authorized- equipment-list. Additionally, funds used to support emergency communications activities should comply with the FY 2019 SAFECOM Guidance for Emergency Communication Grants, at https://www.911.gov/pdf/OEC SAFECOM Guidance Emergency Communications Grants FY 2019.pdf 7.2.6 Sub -Recipient shall ensure that no rights or duties exercised under this grant, or equipment purchased with Grant Funds having a purchase value of $10,000 or more, are assigned without the prior written consent of the Colorado Division of Homeland Security and Emergency Management. 7.2.7 Sub -Recipient shall ensure that all funds are needed to supplement and not to supplant the Sub - Recipient's own funds. 7.3 Additional Administrative Requirements: 7.3.1 The Sub -Recipient must request approval in advance for any change to this Grant Agreement, using the forms and procedures established by the Colorado Division of Homeland Security and Emergency Management. 7.3.2 All applicant agencies that will or have purchased resources with grant funds provided through Colorado Division of Homeland Security and Emergency Management, must agree to participate in the State Emergency Management Resource program through the Colorado Resource Rate Form (CRRF) and update their availability status as requested. 7.3.3 All funding related to exercises must be managed and executed in accordance with the Homeland Security Exercise and Evaluation Program (HSEEP) and must be National Incident Management System (NIMS) compliant. Regardless of exercise type or scope, After Action Reports/Improvement Plans are due to the State Training and Exercise Program Manager within 45 days of the exercise. 8. BUDGET AGREEMENT AMOUNT TABLE: Project Activity/Line Item Federal Share Local Share* TOTAL Project Contractual $60,000.00 $20,000.00 $80,000.00 TOTAL BUDGET $60,000.00 $20,000.00 $80,000.00 TOTAL AWARD AMOUNT $60,000.00 18PDM20WEL Page 4 of 4 Statement of Work EXHIBIT D, FEDERAL PROVISIONS 1. APPLICABILITY OF PROVISIONS. 1.1 The Grant Award Letter to which these Federal Provisions are attached has been funded, in whole or in part, with an Award of Federal funds. In the event of a conflict between the provisions of these Federal Provisions, the Special Provisions, the agreement or any attachments or exhibits incorporated into and made a part of the agreement, the provisions of these Federal Provisions shall control. 2. DEFINITIONS. 2.1. For the purposes of these Federal Provisions, the following terms shall have the meanings ascribed to them below. 2.1.1. "Agreement" means the Grant Award Letter to which these Federal Provisions are attached and includes all Award types in §2.1.2.1 of this Exhibit. 2.1.2. "Award" means an award of Federal financial assistance, and the agreement setting forth the terms and conditions of that financial assistance, that a non -Federal Entity receives or administers. 2.1.2.1. Awards may be in the form of: 2.1.2.1.1. Grants; 2.1.2.1.2. Contracts; 2.1.2.1.3. Cooperative agreements, which do not include cooperative research and development agreements (CRDA) pursuant to the Federal Technology Transfer Act of 1986, as amended (15 U.S.C. 3710); 2.1.2.1.4. Loans; 2.1.2.1.5. Loan Guarantees; 2.1.2.1.6. Subsidies; 2.1.2.1.7. Insurance; 2.1.2.1.8. Food commodities; 2.1.2.1.9. Direct appropriations; 2.1.2.1.10. Assessed and voluntary contributions; and 2.1.2.1.11. Other financial assistance transactions that authorize the expenditure of Federal funds by non -Federal Entities. 2.1.2.1.12. Any other items specified by OMB in policy memoranda available at the OMB website or other source posted by the OMB. 2.1.2.2. Award does not include: 2.1.2.2.1. Technical assistance, which provides services in lieu of money; 2.1.2.2.2. A transfer of title to Federally -owned property provided in lieu of money; even if the award is called a grant; 2.1.2.2.3. Any award classified for security purposes; or HSGP 2019 Encumbrance # 19SHS20NCR Page 1 of 9 Exhibit D 2.1.2.2.4. Any award funded in whole or in part with Recovery funds, as defined in section 1512 of the American Recovery and Reinvestment Act (ARRA) of 2009 (Public Law 111- 5). 2.1.3. "Contractor" means the party or parties to an Agreement funded, in whole or in part, with Federal financial assistance, other than the Prime Recipient, and includes grantees, subgrantees, Subrecipients, and borrowers. For purposes of Transparency Act reporting, Contractor does not include Vendors. 2.1.4. "Data Universal Numbering System (DUNS) Number" means the nine -digit number established and assigned by Dun and Bradstreet, Inc. to uniquely identify a business entity. Dun and Bradstreet's website may be found at: http://fedgov.dnb.com/webform. 2.1.5. "Entity" means all of the following as defined at 2 CFR part 25, subpart C; 2.1.5.1. A governmental organization, which is a State, local government, or Indian Tribe; 2.1.5.2. A foreign public entity; 2.1.5.3. A domestic or foreign non-profit organization; 2.1.5.4. A domestic or foreign for-profit organization; and 2.1.5.5. A Federal agency, but only a Subrecipient under an Award or Subaward to a non -Federal entity. 2.1.6. "Executive" means an officer, managing partner or any other employee in a management position. 2.1.7. "Federal Award Identification Number (FAIN)" means an Award number assigned by a Federal agency to a Prime Recipient. 2.1.8. "Federal Awarding Agency" means a Federal agency providing a Federal Award to a Recipient as described in 2 CFR §200.37 2.1.9. "FFATA" means the Federal Funding Accountability and Transparency Act of 2006 (Public Law 109-282), as amended by §6202 of Public Law 110-252. FFATA, as amended, also is referred to as the "Transparency Act." 2.1.10. "OMB" means the Executive Office of the President, Office of Management and Budget. 2.1.11. "Prime Recipient" means a Colorado State agency or institution of higher education that receives an Award. 2.1.12. "Subaward" means an award by a Recipient to a Subrecipient funded in whole or in part by a Federal Award. The terms and conditions of the Federal Award flow down to the Award unless the terms and conditions of the Federal Award specifically indicate otherwise in accordance with 2 CFR §200.38. The term does not include payments to a contractor or payments to an individual that is a beneficiary of a Federal program. 2.1.13. "Subrecipient" means a non -Federal Entity (or a Federal agency under an Award or Subaward to a non -Federal Entity) receiving Federal funds through a Prime Recipient to support the performance of the Federal project or program for which the Federal funds were awarded. A Subrecipient is subject to the terms and conditions of the Federal Award to the Prime Recipient, including program compliance requirements. The term "Subrecipient" includes and may be referred to as Subgrantee. The term does not include an individual who is a beneficiary of a federal program. HSGP 2019 Encumbrance # 19SHS20NCR Page 2 of 9 Exhibit D 2.1.14. "Subrecipient Parent DUNS Number" means the subrecipient parent organization's 9 -digit Data Universal Numbering System (DUNS) number that appears in the subrecipient's System for Award Management (SAM) profile, if applicable. 2.1.15. "Federal Provisions" means these Federal Provisions for Federally Funded Contracts, Grants, and Purchase Orders subject to the Transparency Act and Uniform Guidance, as may be revised pursuant to ongoing guidance from the relevant Federal or State of Colorado agency or institutions of higher education. 2.1.16. "System for Award Management (SAM)" means the Federal repository into which an Entity must enter the information required under the Transparency Act, which may be found at http ://www.sam.gov. 2.1.17. "Total Compensation" means the cash and noncash dollar value earned by an Executive during the Prime Recipient's or Subrecipient's preceding fiscal year and includes the following: 2.1.17.1. Salary and bonus; 2.1.17.2. Awards of stock, stock options, and stock appreciation rights, using the dollar amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2005) (FAS 123R), Shared Based Payments; 2.1.17.3. Earnings for services under non -equity incentive plans, not including group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of Executives and are available generally to all salaried employees; 2.1.17.4. Change in present value of defined benefit and actuarial pension plans; 2.1.17.5. Above -market earnings on deferred compensation which is not tax -qualified; 2.1.17.6. Other compensation, if the aggregate value of all such other compensation (e.g. severance, termination payments, value of life insurance paid on behalf of the employee, perquisites or property) for the Executive exceeds $10,000. 2.1.18. "Transparency Act" means the Federal Funding Accountability and Transparency Act of 2006 (Public Law 109-282), as amended by §6202 of Public Law 110-252. The Transparency Act also is referred to as FFATA. 2.1.19. "Uniform Guidance" means the Office of Management and Budget Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, which supersedes requirements from OMB Circulars A-21, A-87, A-110, and A-122, OMB Circulars A-89, A-102, and A-133, and the guidance in Circular A-50 on Single Audit Act follow-up. The terms and conditions of the Uniform Guidance flow down to Awards to Subrecipients unless the Uniform Guidance or the terms and conditions of the Federal Award specifically indicate otherwise. 2.1.20. "Vendor" means a dealer, distributor, merchant or other seller providing property or services required for a project or program funded by an Award. A Vendor is not a Prime Recipient or a Subrecipient and is not subject to the terms and conditions of the Federal award. Program compliance requirements do not pass through to a Vendor. 3. COMPLIANCE. HSGP 2019 Encumbrance # 19SHS20NCR Page 3 of 9 Exhibit D 3.1. Contractor shall comply with all applicable provisions of the Transparency Act, all applicable provisions of the Uniform Guidance, and the regulations issued pursuant thereto, including but not limited to these Federal Provisions. Any revisions to such provisions or regulations shall automatically become a part of these Federal Provisions, without the necessity of either party executing any further instrument. The State of Colorado may provide written notification to Contractor of such revisions, but such notice shall not be a condition precedent to the effectiveness of such revisions. 4. SYSTEM FOR AWARD MANAGEMENT (SAM) AND DATA UNIVERSAL NUMBERING SYSTEM (DUNS) REQUIREMENTS. 4.1. SAM. Contractor shall maintain the currency of its information in SAM until the Contractor submits the final financial report required under the Award or receives final payment, whichever is later. Contractor shall review and update SAM information at least annually after the initial registration, and more frequently if required by changes in its information. 4.2. DUNS. Contractor shall provide its DUNS number to its Prime Recipient, and shall update Contractor's information in Dun & Bradstreet, Inc. at least annually after the initial registration, and more frequently if required by changes in Contractor's information. 5. TOTAL COMPENSATION. 5.1. Contractor shall include Total Compensation in SAM for each of its five most highly compensated Executives for the preceding fiscal year if: 5.1.1. The total Federal funding authorized to date under the Award is $25,000 or more; and 5.1.2. In the preceding fiscal year, Contractor received: 5.1.2.1. 80% or more of its annual gross revenues from Federal procurement contracts and subcontracts and/or Federal financial assistance Awards or Subawards subject to the Transparency Act; and 5.1.2.2. $25,000,000 or more in annual gross revenues from Federal procurement contracts and subcontracts and/or Federal financial assistance Awards or Subawards subject to the Transparency Act; and 5.1.3. The public does not have access to information about the compensation of such Executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d) or § 6104 of the Internal Revenue Code of 1986. 6. REPORTING. 6.1. Contractor shall report data elements to SAM and to the Prime Recipient as required in this Exhibit if Contractor is a Subrecipient for the Award pursuant to the Transparency Act. No direct payment shall be made to Contractor for providing any reports required under these Federal Provisions and the cost of producing such reports shall be included in the Agreement price. The reporting requirements in this Exhibit are based on guidance from the US Office of Management and Budget (OMB), and as such are subject to change at any time by OMB. Any such changes shall be automatically incorporated into this Agreement and shall become part of Contractor's obligations under this Agreement. 7. EFFECTIVE DATE AND DOLLAR THRESHOLD FOR REPORTING. 7.1. Reporting requirements in §8 below apply to new Awards as of October 1, 2010, if the initial award is $25,000 or more. If the initial Award is below $25,000 but subsequent Award HSGP 2019 Encumbrance # 19SHS2ONCR Page 4 of 9 Exhibit D modifications result in a total Award of $25,000 or more, the Award is subject to the reporting requirements as of the date the Award exceeds $25,000. If the initial Award is $25,000 or more, but funding is subsequently de -obligated such that the total award amount falls below $25,000, the Award shall continue to be subject to the reporting requirements. 7.2. The procurement standards in §9 below are applicable to new Awards made by Prime Recipient as of December 26, 2015. The standards set forth in §11 below are applicable to audits of fiscal years beginning on or after December 26, 2014. 8. SUBRECIPIENT REPORTING REQUIREMENTS. 8.1. If Contractor is a Subrecipient, Contractor shall report as set forth below. 8.1.1. To SAM. A Subrecipient shall register in SAM and report the following data elements in SAM for each Federal Award Identification Number no later than the end of the month following the month in which the Subaward was made: 8.1.1.1. Subrecipient DUNS Number; 8.1.1.2. Subrecipient DUNS Number + 4 if more than one electronic funds transfer (EFT) account; 8.1.1.3. Subrecipient Parent DUNS Number; 8.1.1.4. Subrecipient's address, including: Street Address, City, State, Country, Zip + 4, and Congressional District; 8.1.1.5. Subrecipient's top 5 most highly compensated Executives if the criteria in §4 above are met; and 8.1.1.6. Subrecipient's Total Compensation of top 5 most highly compensated Executives if criteria in §4 above met. 8.1.2. To Prime Recipient. A Subrecipient shall report to its Prime Recipient, upon the effective date of the Agreement, the following data elements: 8.1.2.1. Subrecipient's DUNS Number as registered in SAM. 8.1.2.2. Primary Place of Performance Information, including: Street Address, City, State, Country, Zip code + 4, and Congressional District. 9. PROCUREMENT STANDARDS. 9.1. Procurement Procedures. A Subrecipient shall use its own documented procurement procedures which reflect applicable State, local, and Tribal laws and regulations, provided that the procurements conform to applicable Federal law and the standards identified in the Uniform Guidance, including without limitation, §§200.318 through 200.326 thereof. 9.2. Procurement of Recovered Materials. If a Subrecipient is a State Agency or an agency of a political subdivision of the State, 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 $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 HSGP 2019 Encumbrance # 19SHS20NCR Page 5 of 9 Exhibit D affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 10. ACCESS TO RECORDS 10.1. A Subrecipient shall permit Recipient and auditors to have access to Subrecipient's records and financial statements as necessary for Recipient to meet the requirements of §200.331 (Requirements for pass -through entities), §§200.300 (Statutory and national policy requirements) through 200.309 (Period of performance), and Subpart F -Audit Requirements of the Uniform Guidance. 2 CFR §200.331(a)(5). 11. SINGLE AUDIT REQUIREMENTS 11.1. If a Subrecipient expends $750,000 or more in Federal Awards during the Subrecipient's fiscal year, the Subrecipient shall procure or arrange for a single or program -specific audit conducted for that year in accordance with the provisions of Subpart F -Audit Requirements of the Uniform Guidance, issued pursuant to the Single Audit Act Amendments of 1996, (31 U.S.C. 7501-7507). 2 CFR §200.501. 11.1.1. Election. A Subrecipient shall have a single audit conducted in accordance with Uniform Guidance §200.514 (Scope of audit), except when it elects to have a program -specific audit conducted in accordance with §200.507 (Program -specific audits). The Subrecipient may elect to have a program -specific audit if Subrecipient expends Federal Awards under only one Federal program (excluding research and development) and the Federal program's statutes, regulations, or the terms and conditions of the Federal award do not require a financial statement audit of Prime Recipient. A program -specific audit may not be elected for research and development unless all of the Federal Awards expended were received from Recipient and Recipient approves in advance a program -specific audit. 11.1.2. Exemption. If a Subrecipient expends less than $750,000 in Federal Awards during its fiscal year, the Subrecipient shall be exempt from Federal audit requirements for that year, except as noted in 2 CFR §200.503 (Relation to other audit requirements), but records shall be available for review or audit by appropriate officials of the Federal agency, the State, and the Government Accountability Office. 11.1.3. Subrecipient Compliance Responsibility. A Subrecipient shall procure or otherwise arrange for the audit required by Part F of the Uniform Guidance and ensure it is properly performed and submitted when due in accordance with the Uniform Guidance. Subrecipient shall prepare appropriate financial statements, including the schedule of expenditures of Federal awards in accordance with Uniform Guidance §200.510 (Financial statements) and provide the auditor with access to personnel, accounts, books, records, supporting documentation, and other information as needed for the auditor to perform the audit required by Uniform Guidance Part F -Audit Requirements. 12. CONTRACT PROVISIONS FOR SUBRECEPIENT CONTRACTS 12.1. If Contractor is a Subrecipient, then it shall comply with and shall include all of the following applicable provisions in all subcontracts entered into by it pursuant to this Agreement. 12.1.1. 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 shall 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, HSGP 2019 Encumbrance # I9SHS20NCR Page 6 of 9 Exhibit D 12.1.1.1. 12.1.1.1.1 12.1.1.1.2. 12.1.1.1.3. 12.1.1.1.4. 12.1.1.1.5. 12.1.1.1.6. 12.1.1.1.7. "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. During the performance of this contract, the contractor agrees as follows: Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. In the event of Contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. Contractor will include the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing HSGP 2019 Encumbrance # 19SHS2ONCR Page 7 of 9 Exhibit D such provisions including sanctions for noncompliance: Provided, however, that in the event Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States." 12.1.2. Davis -Bacon Act. 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 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. 12.1.3. 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 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," 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. 12.1.4. 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). 12.1.5. 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. HSGP 2019 Encumbrance # 19SHS2ONCR Page 8 of 9 Exhibit D 12.1.6. 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. 13. CERTIFICATIONS. 13.1. Unless prohibited by Federal statutes or regulations, Recipient may require Subrecipient to submit certifications and representations required by Federal statutes or regulations on an annual basis. 2 CFR §200.208. Submission may be required more frequently if Subrecipient fails to meet a requirement of the Federal award. Subrecipient shall certify in writing to the State at the end of the Award that the project or activity was completed or the level of effort was expended. 2 CFR §200.201(3). If the required level of activity or effort was not carried out, the amount of the Award must be adjusted. 14. EXEMPTIONS. 14.1. These Federal Provisions do not apply to an individual who receives an Award as a natural person, unrelated to any business or non-profit organization he or she may own or operate in his or her name. 14.2. A Contractor with gross income from all sources of less than $300,000 in the previous tax year is exempt from the requirements to report Subawards and the Total Compensation of its most highly compensated Executives. 14.3. There are no Transparency Act reporting requirements for Vendors. 15. EVENT OF DEFAULT. 15.1. Failure to comply with these Federal Provisions shall constitute an event of default under the Agreement and the State of Colorado may terminate the Agreement upon 30 days prior written notice if the default remains uncured five calendar days following the termination of the 30 day notice period. This remedy will be in addition to any other remedy available to the State of Colorado under the Agreement, at law or in equity. HSGP 2019 Encumbrance # 19SHS20NCR Page 9 of 9 Exhibit D New Contract Request Entity Information Entity Name* DEPARTMENT OF HOMELAND SECURITY Entity ID* @00026683 Contract Name* HAZARD MITIGATION PLAN GRANT 18PDM20WEL Contract Status CTB REVIEW ❑ New Entity? Contract ID 3298 Contract Lead GMARQUEZ Contract Lead Email gmarquezi co_wefico_us Parent Contract ID Requires Board Approval YES De ent Project # Contract Description* 18PDM20WEL - THIS GRANT FUNDING WILL HELP PAY FORA CONTRACTOR TO COMPLETE AN UPDATE TO OUR HAZARD MITIGATION PLAN. Contract Description 2 Contract Type CONTRACT Amount* $60,000.00 Renewable * YES Automatic Renewal Grant IGA OEM Department Email CM-OEM@weldgov.com Department Head Email CM-OEM- DeptHead@weldgov.com County Attorney GENERAL COUNTY A I I ORNEY EMAIL County Attorney Email CM- COUNTYA I I ORNEY@WELD GOV.COM Requested BOCC Agenda Date* 12/0912019 Due Date 12105/2019 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Review Date* 11/30/2020 Committed Delivery Date Renewal Date* 12/30/2020 Expiration Date Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head ROY RUDISILL DH Approved Date 12/06/2019 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 12/11/2019 Originator GMAROUF7 Contact Type Contact Email Finance Approver BARB CONNOLLY Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approved Date 12109/2019 Tyler Ref # AG 121119 Legal Counsel BOB CHOATE Legal Counsel Approved Date 12/09/2019 Submi Hello