HomeMy WebLinkAbout000498 Original ContractMEMORANDUM OF UNDERSTANDING
BETWEEN
CITY OF PORT ANGELES FIRE DEPARTMENT AND
CLALLAM COUNTY FIRE PROTECTION DISTRICT No. 3
City of Port Angeles
Record #000498
1) PURPOSE: The purpose of this Memorandum of Understanding (MOU) between CLALLAM
COUNTY FIRE PROTECTION DISTRICT NO. 3, Washington hereinafter referred to as
(District 3) and City of Port Angeles Fire Department hereinafter referred to as Agency.
District 3 and Agency, hereinafter referred to as the "parties joined together to submit a Port
Security Grant. The parties were successful in being awarded the Port Security Grant and
District 3 has agreed to serve as the Lead Agency to administer the Grant funds on behalf of
Agency.
2) AUTHORITY: District 3 and the Agency are entering into this MOU under the authority
provided by Chapter 39.34 RCW and the PSGP FY089 MEMORANDUM OF AGREEMENT
between Marine Exchanges of Puget Sound and Clallam County Fire Protection District No. 3
"MOA" which is attached hereto as Exhibit A and incorporated herein by this reference.
3) SCOPE: This MOU sets forth the agreed upon procedures for management, accountability,
direction, reporting and execution of the process, hereinafter referred to as the Port Security
project as it relates to Grant 2009- PU- T9- K044 -43, Mobile Data Terminals as set forth in
Exhibit A.
4) FUNDING: The parties to the MOU agree to the following funding arrangements:
a) District 3, using Port Security federal grant funding, will:
i) Use the Grant funds identified in the MOA to purchase the Equipment identified in
Exhibit A.
ii) Invoice the Agency for its 25% matching fund contribution and its proportionate share
of the grant maintenance and administration costs.
iii) On payment in full of the invoiced amounts by Agency, transfer the purchased
Equipment to the Agency.
iv) Comply with all terms, conditions, and requirements stated in the MOA.
b) The Agency will:
i) Remit payment of the invoiced amounts to District 3 within 30 days of receipt of an
invoice from District 3.
ii) Sign a receipt, substantially in the form attached as Exhibit C, documenting receipt
of the Equipment.
iii) Comply with all terms, conditions, and requirements stated in the MOA.
1
5) SETTLEMENT OF DISPUTES: Disagreements between the parties arising under or relating to
this MOU will be resolved only by consultation between the parties and will not be referred to a
court, or to any other person for settlement.
6) SECURITY: It is the intent of the parties that the Port Security project carried out under this
MOU will be conducted at the unclassified level. No classified information will be provided or
generated under this MOU. It is considered "Law Enforcement Sensitive."
7) AMENDMENT, TERMINATION, ENTRY INTO FORCE AND DURATION:
a) All activities of the parties under this MOU will be carried out in accordance with the
MOA, the Port Security Project Description and this MOU.
b) Except as otherwise provided, this MOU may be amended by the mutual written consent of
the parties authorized representatives.
c) This MOU may be terminated by either party with advance notice of one hundred eighty
(180) days, or at any time upon the mutual written consent of the parties. In the event both
parties consent to terminate this MOU, the parties will consult prior to the date of
termination to ensure termination on the most economical and equitable terms.
8) PERIOD OF PERFORMANCE: Subject to its other provisions, the period of performance of
this MOU shall commence on the date signed and shall continue until the Equipment has been
purchased and delivered consistent with Paragraph 4.
9) DISTRICT 3 STAFF: District 3 staff providing services under the terns of this MOU shall be
under the direct command and control of the District 3 and shall perform the duties required by
this MOU in a manner consistent with District 3 policies and regulations, applicable federal,
state, and local laws, and the Constitutions of the State of Washington and the United States.
The assignment of personnel to accomplish the purpose of this MOU shall be at the discretion
of District 3.
10) EQUIPMENT: All Equipment purchased or furnished by District 3 for use by the Agency in
accordance with this MOU shall be the property of the Agency and the Agency shall bear the
risk of loss and shall be solely responsible for insuring such property upon receipt of the
Equipment by District 3 regardless of whether District 3 or the Agency is in possession of the
Equipment.
11) MOU MANAGEMENT: The work described herein shall be performed under the
coordination of District 3 or its successors and /or designees. District 3 shall provide
assistance and guidance to the other party necessary for the performance of this MOU.
12) INDEMNIFICATION: Each party shall hold harmless, indemnify and defend its officers,
officials, employees and agents, from and against any and all claims, actions, suits, liability,
loss, expenses, damages, and judgment of any nature whatsoever, including, but not limited
to, costs and attorney's fees in defense there, for injury, sickness, disability or death to
2
persons or damage to property or business, caused by or arising out of the performance of this
MOU.
13) MAINTENANCE: The Party that owns the Equipment purchased shall be responsible for the
maintenance of any and all equipment or systems installed under this MOU.
14) COMPLETE AGREEMENT: This MOU contains all the terms and conditions agreed upon by
the parties. No other understandings, oral or otherwise, regarding the subject matter of this
MOU shall be deemed to exist or to bind any of the parties hereto.
The foregoing represents the understandings reached between District 3 and the Agency on the
matters referred to therein.
IN WITNESS WHEREOF, the parties have executed this MOU.
CLALLAM COUNTY FIRE CITY OF PORT ANGELES FIRE
PROTECTION DISTRICT NO. 3
By:
v
Print Name:
Its Ns
DATE: k I 2-
By:
DEPARTMENT
0
Print Name:_ (it,E,o,i ;bur
Its Ac_t ,,.,r, Pta.AL
DATE: ve. 22 20 1.2
3
ATTEST:
APP OVED AS TO FORM:
EXHIBIT A
PSGP FY089 MEMORANDUM OF AGREEMENT
PSGP FY09 MEMORANDUM OF AGREEMENT (MOA)
Between
MARINE EXCHANGE OF PUGET SOUND
And
CLALLAM COUNTY FIRE PROTECTION DISTRICT #3
This Agreement is made and entered into by and between Northwest Maritime Advisory Service, d/b /a
Marine Exchange of Puget Sound "Marine Exchange a Washington corporation, and Clallam County
Fire Protection District #3 "Subgrantee
WHEREAS, Marine Exchange has been appointed by the Federal Emergency Management Agency
"FEMA to act as the Puget Sound Fiduciary Agent "the FA for the FY 2009 Port Security Grant
Program "PSGP pursuant to 46 USC 70107 and the Maritime Transportation Security Act; and
WHEREAS, a Cooperative Agreement between the FA and FEMA, incorporated into this MOA as Appendix
A, makes the FA responsible for management and administration of PSGP grant award 2009- PU- T9 -K044
"the Award and designates the FA as the direct representative of FEMA and intermediary and funding
pass through agent between FEMA and Subgrantees; and
WHEREAS, the FA's role includes but is not limited to the following tasks:
Serve as funds pass through agent while maintaining fiscal integrity of the Award;
Receive funds from FEMA and disburse funds to Subgrantees in accordance with FEMA
guidelines and policies, Federal grant and procurement laws, and Subgrantee's approved
Investment Justification(s) (IJ(s)) including corresponding budgets, which are incorporated in to
this MOA as Appendix B;
Ensure that procurement and payment documentation provided by Subgrantee is adequate to
satisfy subsequent Federal agency audits;
Monitor Subgrantee's financial and accounting policies and practices with regard to the
Project(s) identified below to ensure that they properly address and comply with FEMA
guidelines and policies and with Federal grant and procurement laws;
Conduct all necessary interactions with FEMA on matters such as project scope and budget
changes, environmental and historic preservation (EHP) requirements, timeline extensions,
andother such matters; and
Monitor Subgrantee's progress in carrying out work on the Project(s) identified below in a
timely fashion in order to complete them within the FY09 grant period; and
WHEREAS, Subgrantee has requested and been granted an allocation of funds from grant award 2009 -PU-
T9-K044 "the Subaward for the following Project(s):
2009- PU- T9- K044 -39, HAZMAT Response Equipment
2009- PU- T9- K044 -43, Mobile Data Terminals
WHEREAS, Subgrantee will plan, develop, and execute that (those) Project(s) in accordance with and as
defined in the IJ(s) in Appendix B; and
WHEREAS, the purpose of this MOA is to establish the conditions and circumstances under which the FA
will manage and administer the Subaward and will disburse funds to Subgrantee for approved costs incurred
in carrying out the Project(s) identified above;
THEREFORE, the parties agree as follows:
1. Pre Proiect and Proiect Initiation Activities
a. With regard to each Project, when FEMA notifies the FA that all conditions imposed by FEMA for
the Project have been satisfied, and after this MOA has been signed by both parties, the FA shall
notify Subgrantee that its Subaward for that Project is formally effective. Such notification shall be
made by electronic or other written means; and the date of that electronic or other written notice
shall constitute the effective date of the Subaward.
b. Subgrantee shall comply with all applicable federal, State and local environmental and historic
preservation (EHP) requirements and shall provide any information requested by FEMA to ensure
compliance with applicable laws. Subgrantee is responsible for identifying and obtaining all other
required federal, state, and local permits and /or approvals necessary to complete projects. The
responsibility to ascertain and comply with all environmental and permitting requirements lies
exclusively with the Subgrantee.
Subgrantee shall not begin any work on any Project, including any obligation of funds, until
informed by the FA that the Subaward for that Project is effective.
Prior to beginning the Project(s), Subgrantee shall provide the following assurances to the FA:
SBA Form 1623 Certification Regarding Debarment, Suspension, and Other Responsibility
Matters
Certification Regarding Drug -Free Workplace Requirements
U.S. Dept. of Commerce Form CD -511— Certification Regarding Lobbying
Standard Form LLL Disclosure of Lobbying Activities (only if Subgrantee has engaged in
lobbying)
Standard Form 242B Assurances Non Construction Programs (if project is not a
construction project)
Standard Form 242D Assurances Construction Programs (if project is a construction
project)
Accounting System and Financial Capability Questionnaire (if Subgrantee has not had an active
Federal grant within the past three years)
Subgrantee agrees to be bound by and comply with these assurances throughout the MOA period
and to bind its contractors, consultants, and vendors to the same assurances..
c.
d.
e. If Subgrantee is a consortium, prior to beginning work on the Project(s), it shall provide to the FA
an MOA or other document clearly setting out the identity of the consortium's coordinator or
facilitator and how the consortium will operate and how distribution and use of the resources
provided by the Subaward will be managed.
MOA Page 2 of 22
f. If Subgrantee plans to provide an in -kind cost share, it shall provide documentation on all elements
of the cost share to the FA prior to beginning the Project(s). Such documentation shall include all
information necessary to determine that the cost is an appropriate in -kind cost share under PSGP
guidelines, including depreciated value and date of acquisition.
g. Subgrantee shall begin each Project within sixty (60) days following the effective date of the
Subaward for that Project, or this agreement may be subject to cancellation with regard to that
Project. Evidence of beginning each Project shall be reported to the FA within sixty (60) days and
may include, but is not limited to, project time line, written and/or electronic communications,
development and issue of solicitation announcements, contracting documents, purchase orders,
and /or similar compliance documents acceptable to the FA.
h. Subgrantee understands and warrants that funds received under this MOA shall supplement, but not
supplant or replace state or local funds or other resources that otherwise, in the absence of such
funds, would have been made available for the Project(s) to be executed under this MOA, and that
if such other funds or resources would otherwise have been made available, Subgrantee may be
required to repay funds received.
2. Proiect Performance
a. Subgrantee shall comply with all federal statutes, regulations and guidance applicable to
administration of a PSGP Subaward, including but not limited to
With regard to administrative requirements:
o For state, local, and tribal governments: 44 CFR Part 13 (OMB Circular A -102)
o For all other Subgrantees: 2 CFR Part 215 (OMB Circular A -110)
With regard to cost principles:
o For state, local, and tribal governments: 2 CFR Part 225 (OMB Circular A -87)
o For colleges and universities: 2 CFR Part 220 (OMB Circular A -21)
o For not for profits: 2 CFR Part 230 (OMB Circular A -122)
o For for profits: 48 CFR Part 31 (FAR 31.2)
With regard to audit requirements:
o For all Subgrantees: OMB Circular A -133, which requires an annual organization -wide or
program audit if Subgrantee expends $500,000 or more of federal funds during its fiscal
year, unless a lower threshold is established by any applicable rule, regulation or standard.
PSGP FY 09 Guidance
b. Subgrantee shall be additionally guided and governed by, and shall strictly adhere to, the
requirements in "Marine Exchange of Puget Sound PSGP Procurement and Purchasing Policies
and Procedures" which is hereby incorporated by reference and made a non severable part of this
Agreement. Marine Exchange shall make changes in that document when required in order for
Subgrantee to comply with federal laws, regulations, or policy, and shall inform Subgrantee by
electronic or other written means within five (5) business days of such changes.
MOA Page 3 of 22
The FA will provide technical assistance where possible, but Subgrantee shall be responsible for
familiarity and compliance with relevant federal statutes, regulations, and PSGP guidance.
Subgrantee shall also assure that where applicable, all recipients of grant funds also comply.
Subgrantee's obligation to comply with these statutes, regulations, and guidance exist separate and
apart from this MOA and shall survive expiration or earlier termination of the MOA.
J•
c. The FA and Subgrantee agree to abide by all Special Conditions of the Cooperative Agreement in
Appendix A. Subgrantee shall also comply with the following requirement specified by FEMA as
a condition of Subaward approval:
For 39, HAZMAT Response Equipment NA;
For 43, Mobile Data Terminals only: Mobile data terminals installed on Washington State
Patrol vehicles are to stay in Clallam County for the life of the grant period. If WSF vehicles
are rotated out of service in Clallam County and other WSF vehicles are rotated into the
county, the terminals shall be moved to the new vehicles.
d. Subgrantee agrees to use all reasonable means to complete the Project(s) by March 31, 2012. If all
reasonable means have been used and the Project(s) cannot be completed by that date, the FA will
attempt to obtain one or more project performance period extensions from FEMA, but in no case
will extensions for project completion, including filing of final reports, be granted beyond June 30,
2014.
e. The FA is the primary contact with FEMA regarding projects under this MOA. If Subgrantee has
any questions, problems, or issues regarding projects, Subgrantee should make every possible
attempt to resolve them with the FA rather than contacting FEMA. The FA will, in any event, be
involved in any resolution handled in coordination with FEMA.
f. Subgrantee must get FA approval for any major project changes, including but not limited to
project intent or scope, including location or capability of equipment, equipment or services not
included in the original IJ and budget, any other budget changes, and grant performance period.
Subgrantee shall notify the FA electronically or by other written means of any such proposed major
changes. The FA will submit the proposed changes to FEMA if necessary, and upon approval, the
FA will incorporate the changes into a revised Appendix B. Subgrantee shall not enter into any
contract and /or purchase agreement for the amended scope or budget until the FA provides notice
by electronic or other written means that the change is approved.
Subgrantee shall not enter into contracts and/or purchase agreements for execution of the Project(s)
for any items and services except those that are listed, specifically or as part of a group of items or
services, in the approved budget for that Project in Appendix B, as revised in accordance with
paragraph 2.f. of this MOA.
h. All contracts for execution of any Project shall provide that Subgrantee, or the designated
coordinator if Subgrantee is a consortium, shall retain ultimate control and responsibility for the
proper execution of the Project and that contract and purchasing requirements as detailed herein,
including those in Appendix A, will also apply and bind any contractor, consultant or vendor when
so required by federal statute and regulations.
i. In any case in which Subgrantee enters into a contract with third parties, the FA is not a party to
such a contract and shall not be obligated or liable for any breach of contract or other action at law
or in equity to any party other than Subgrantee.
Subgrantee shall maintain effective safeguards, control, and accountability for all property acquired
using funds under the Subaward and assure that it is used solely for authorized grant purposes as
described in Subgrantee's IJ(s). Title to and disposal of property shall be handled in accordance
with OMB Circulars A -102 and A -110.
g.
3. Monitorine and Reporting
a. Throughout the Project(s), Subgrantee agrees to facilitate the FA's monitoring responsibilities by
providing reasonable response to requests from the FA, including but not limited to the following:
MOA Page 4of22
MOA Page 5 of 22
Designation of a Project Manager with daily, hands -on involvement in the Project(s), who shall
respond to routine inquiries about the Project(s). Initial Project Manager is:
Name: Phone:
Email:
Designation of a specific financial person who is involved in or supervises invoicing and
processing of reimbursements, and who shall respond to requests to monitor financial policies,
processes, and records. Initial financial contact is:
Name: Phone:
Email:
Provision of prompt notice to the FA, by electronic or other written means from the Project
Manager or Subgrantee's signator to this MOA, if these personnel change
Ensuring that reasonable access to required information about the Project(s) is granted to the FA
and, when requested, to FEMA.
Periodically allowing the FA to make an on -site physical inspection of the Project(s).
Notifying the FA when key milestones have been reached in the Project(s).
b. Subgrantee shall submit programmatic and financial reports on the Project(s) at such times and in
such format as the FA prescribes. These reports shall include but not be limited to quarterly
financial reports submitted not later than the 15th day of January, April, July and October; semi-
annual progress reports by the 15th of January and July each year; and final reports required by
FEMA to close out the Project(s). The final reports must be filed with the FA within thirty (30)
days after completion of each Project, and in no event later than June 30, 2014. The FA will not
pay the final cost invoice for any Project until it has received and approved the final close -out
reports for that Project.
c. Subgrantee shall notify FA of any program income generated by a Project within the month
following the month when it is earned, and shall comply with provisions of OMB Circular A -110
with regard to handling of such income.
4. Funding and Payments
a. In executing this MOA, the FA shall follow all of its normal accounting policies and practices
including the issuance of an internal purchase order for the amount expected to be received from
FEMA and disbursed to Subgrantee for each Project.
b. In matters of invoices, payments, and reimbursements, Subgrantee and the FA shall comply with
the provisions of "Marine Exchange of Puget Sound PSGP Procurement and Purchasing Policies
and Procedures," which is further described in paragraph 2.b. of this MOA. The FA may make
exceptions to the provisions of that document in a one -time case of extreme hardship or
extenuating circumstances, at the sole discretion of the FA.
c. Subgrantee understands and acknowledges that only certain costs are allowable under federal law
and the PSGP guidelines, and that FEMA's approval of Subgrantee's Subaward neither guarantees
that all items and amounts in the approved budget are allowable nor supercedes or waives PSGP
provisions regarding allowable costs.
d. In no event shall the FA be obligated to reimburse Subgrantee for any Project related expenditures
in amounts not expressly included in the approved budget for that Project in Appendix B, as
revised in accordance with paragraph 2.f. of this MOA.
e. The FA may suspend payments to Subgrantee if Subgrantee fails to comply with:
The terms and conditions of the Subaward, including the intent stated in Subgrantee's IJ; or
Any provision of this MOA, including but not limited to the assurances in Section 1.d.
or Appendix A of this MOA, or the document titled in "Marine Exchange of Puget Sound PSGP
Procurement and Purchasing Policies and Procedures or
PSGP FY09 Guidance or any federal, state, or local law related to a Project;
Upon such finding, the FA shall notify the Subgrantee in writing to correct any deficiencies found.
If said deficiencies are not corrected within fifteen (15) business days, after consultation with
FEMA, the Fiduciary Agent may suspend or cancel this MOA and the Subaward upon furnishing
electronic or other written notice of such action to Subgrantee.
f. Subgrantee understands and acknowledges that any of the compliance failures cited in Section 4.e.
may result in a requirement by FEMA that funding already received must be repaid.
g. Subgrantee understands and acknowledges that the FA is a pass through agent for FEMA funds,
and that if any funds are required to be repaid to the federal government because of findings of an
audit by a federal authority or for any other reason, the FA shall not be liable for such repayment.
5. Other Provisions
a. This MOA shall be binding on all parties thereto.
b. If Subgrantee is a consortium, the coordinator or facilitator identified in accordance with paragraph
1.e. of this MOA shall be responsible for compliance by all members of the consortium with the
provisions of this MOA and associated applicable statutes, regulations, and other requirements.
c. Subgrantee shall not assign or transfer any interest in this MOA or the Subaward without prior
written consent of the FA and FEMA. This specifically includes any assignment and/or transfer
occurring as a matter of law or of Subgrantee ownership transfer.
d. The failure of the FA to insist upon strict performance of any provision of this agreement or to
exercise any right based upon a breach thereof, or the acceptance of any performance during such a
breach, shall not constitute a waiver of any rights assigned to the FA under this MOA.
e. The FA encourages Subgrantee to obtain and maintain, for the duration of this MOA, the following
insurance, with the FA named as an additional insured:
Commercial General Liability insurance on ISO Form CG 00 01 10 01 (or equivalent)
Professional Liability Insurance (Errors and Omissions)
Employer's Crime Insurance (Fidelity Bond)
If Subgrantee does not obtain and maintain the described insurance, Subgrantee shall indemnify,
defend, and hold harmless the FA and its officers, directors, employees, contractors, and agents,
from and against all liability, loss, cost or expense (including attorney's fees) by reason of liability
imposed upon the FA that would have been covered by said insurance if Subgrantee had obtained
and maintained it.
MOA Page 6 of 22
E -mail:
Dated:
f. Subgrantee shall indemnify, defend and hold harmless the FA, arising out of or related to
Subgrantee's performance under this MOA and /or the Subgrantee's conduct of the Project(s),
whether caused by or contributed to by the FA or any other party indemnified herein, including but
not limited to any breach, misfeasance, malfeasance, negligent or intentional acts of Subgrantee, its
officers, agents, or employees or its contractors or subcontractors or their officers, agents, or
employees, unless such a loss is caused solely by the misfeasance, malfeasance, or negligence of
the FA, its officers, directors, employees or agents. Such indemnity shall survive the expiration or
earlier termination of this MOA.
Notices shall be delivered to the addresses or e-mails shown in the signature blocks of this MOA
unless one or both of the parties provide change of such contact information by electronic or other
written means.
h. If a dispute arises out of or relates to this MOA, or a breach thereof, and if the dispute cannot be
settled through negotiation, the parties agree first to try in good faith to resolve the dispute by
mediation before resorting to arbitration, litigation or other adversarial dispute resolution process.
The mediation and any subsequent dispute resolution process, including litigation, are to be
conducted in the English language in the city of Seattle, Washington.
i. This MOA, along with the Appendices and other materials referred to in the MOA, constitute the
entire agreement between the FA and the Subgrantee as to the Subaward and the Project(s). Any
and all prior writings between those parties pertaining to those subjects shall have no legally
binding effect, and except as otherwise expressly provided in the MOA or the documents to which
it refers, neither shall any contemporaneous or subsequent changes to the Parties' agreement on
these topics unless made in writing and signed by both Parties.
This MOA shall take effect on the date of signing by both parties and shall remain in effect for the duration
of the Award period, ending September 30, 2014, unless terminated earlier as provided herein.
g.
MARINE EXCHANGE OF PUGET SOUND
100 West Harrison, Suite S -560, Seattle WA 98119
E -mail: asm amarineexchaneesea.com
Dated: Signed:
John E. Veentjer, Executive Director
CLALLAM COUNTY FIRE PROTECTION DISTRICT #3
323 North Fifth Avenue
Sequim, WA 98382
MOA Page 7 of 22
Signed:
Print Name
Title
Appendix A Cooperative Agreement Between the Federal Emergency Management Agency and Marine
Exchange of Puget Sound for management and administration of PSGP grant award 2009
PU-T9-K044
Appendix B Investment Justification and Budget for PSGP grant award 2009- PU- T9- K044 -39,
HAZMAT Response Equipment Project
MOA Page 8 of 22
APPENDICES TO
PSGP FY09 MEMORANDUM OF AGREEMENT (MOA)
Between
MARINE EXCHANGE OF PUGET SOUND
And
CLALLAM COUNTY FIRE PROTECTION DISTRICT #3
Investment Justification and Budget for PSGP grant award 2009- PU- T9- K044 -43, Mobile
Data Terminals Project
Department of Homeland Secunty FEMA
Grant Programs Directorate
1 RECIPIENT NAME AND ADDRESS (Including Zip Code)
Northwest Maritime Advisory Services (DBA Marine Exchange)
100 W Hamson St, Suite S -560
Seattle, WA 98199
IA GRANTEE IRSNENDOR NO
VG0003394
3 PROJECT TITLE
FY 2009 Port Secunty Grant Program
12 SPECIAL CONDITIONS
THE ABOVE GRANT PROJECT IS APPROVED SUBJECT TO SUCH CONDITIONS OR LIMITATIONS AS ARE SET FORTH
ON THE ATTACHED PAGE(S)
13 STATUTORY AUTHORITY FOR GRANT
This project is supported under Consolidated Secunty, Disaster Assistance, and Continuing Appropnations Act, 2009, P L No 110 -329
15 METHOD OF PAYMENT
PARS
4 AWARD NUMBER
5 PROJECT PERIOD FROM 06/01/2009 TO 05/31/2012
I 6 AWARD DATE 08/07/2009 I7 ACTION
8 SUPPLEMENT NUMBER Initial
00
9 PREVIOUS AWARD AMOUNT 0
AGENCY APPROVAL GRANTEE ACCEPTANCE
16 TYPED NAME AND TITLE OF APPROVING DHS OFFICIAL 18 TYPED NAME AND TITLE OF AUTHORIZED GRANTEE OFFICIAL
W Ross Ashley, 111 John E Veentjer
Executive Director
Assistant Administrator, Grant Programs Directorate
17 SIGNATURE OF APPROVING DHS OFFICIAL 19 SIGNATURE OF AUTHORIZED RECIPIENT OFFICIAL 19A DATE
#7,,,7-0-
9 T PU 10 00 00 26888749
OJP FORM 4000/2 (REV 5 -87) PREVIOUS EDITIONS ARE OBSOLETE
OJP FORM 4000/2 (REV 4 -88)
MOA Page 9 of 22
AGENCY USE ONLY
20 ACCOUNTING CLASSIFICATION CODES 21 PU09V40110
FISCAL FUND BUD DN
YEAR CODE ACT OFC REG SUB POMS AMOUNT
Cooperative Agreement
2009- PU- T9 -K044
PAGE 1 OF 3
BUDGET PERIOD FROM 06/01/2009 TO 05/31/2012
10 AMOUNT OF THIS AWARD 26,888,749
11 TOTAL AWARD 26,888,749
OW FORM 4000/2 (REV 4 -88)
MOA Page 10 of 22
Department of Homeland Security
FEMA
Grant Programs Directorate
PROJECT NUMBER 2009 PU T9 K044 AWARD DATE 08/07/2009
A Administrative Requirements
SPECIAL CONDITIONS
AWARD CONTINUATION
SHEET PAGE 2 OF 3
Cooperative Agreement
1. The grantee and any subgrantee shall comply with the most recent version of the Administrative Requirements, Cost
Pnnciples, and Audit Requirements A non exclusive list of regulations commonly applicable to DHS grants are listed
below
1 44 CFR Part 13, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and
Local Governments
2. 2 CFR Part 215, Uniform Administrative Requirements for Grants and Agreements with Institutions of Higher
Education, Hospitals, and Other Non Profit Organizations (OMB Circular A -110)
B. Cost Principles
1. 2 CFR Part 225, Cost Pnnciples for State, Local and Indian Tnbal Governments (OMB Circular A -87)
2. 2 CFR Part 220, Cost Pnnciples for Educational Institutions (OMB Circular A -21)
3. 2 CFR Part 230, Cost Principles for Non -Profit Organizations (OMB Circular A -122)
4. Federal Acquisition Regulations (FAR), Part 31.2 Contract Cost Pnnciples and Procedures, Contracts with
Commercial Organizations
C Audit Requirements
I. OMB Circular A -133, Audits of States, Local Governments, and Non Profit Organizations
2. Recipient understands and agrees that it cannot use any federal funds, either directly or indirectly, in support of the
enactment, repeal, modification or adoption of any law, regulation or policy, at any level of government, without the
express pnor written approval of FEMA.
3. The recipient agrees that all allocations and use of funds under this grant will be in accordance with the FY 2009 Port
Secunty Grant Program guidance and application kit.
4 The Department of Homeland Secunty (DHS) has elected to enter into cooperative agreements with FY 2009 Port
Secunty Grant Program (PSGP) funding recipients for projects taking place within port areas identified as Group 1 or
Group II ports within the FY 2009 PSGP Guidance and Application Kit The nature of the Federal involvement in the
execution of this program may include joint conduct of a Group I or Group II project. Other examples of prospective
substantial Federal involvement include the following.
Collaboration, participation, and/or intervention in any Group I or Group II activity covered by the cooperative
agreement,
Approval from DHS prior to the selection of a new Group I or Group II project or commencement of the next phase
of an approved Group I or Group II project,
Authonty for DHS to halt a Group I or Group II activity if detailed performance specifications are not met;
Authority for DHS to direct or redirect the scope of work of a Group I or Group II project based on new
circumstances; and,
Authonty for DHS to require Group I or Group II award recipients (including Sub recipients) to participate in a port
wide risk management planning project.
Department of Homeland Secunty
FEMA
Grant Programs Directorate
PROJECT NUMBER 2009- PU- T9 -K044 AWARD DATE 08/07/2009
SPECIAL CONDITIONS
AWARD CONTINUATION
SHEET PAGE 3 OF 3
Cooperative Agreement
5 The grantee is prohibited from obligating, expending or drawing down funds provided through this award until a
Budget Review is completed and approved by the Grants Management Division (GMD) and an official notice has been
issued removing this special condition.
6 The grantee is prohibited from obligating, expending or drawing down funds provided through this award until all
applicable programmatic documents are provided to and approved by the program office and an official notice has been
issued removing this special condition.
7. The grantee is prohibited from obligating, expending or drawing down funds provided through this award until all
applicable programmatic documents are provided for and approved by a DHS/FEMA Environmental and Historic
Preservation review and an official notice has been issued removing this special condition
8. Radiological detection equipment must be compliant with applicable national guidelines adopted by the U.S.
Department of Homeland Secunty, including ANSI N323B -2003, ANSI N42.32 -2003, ANSI N42.33 -2003, and
ANSI N42.35 -2004
OJP FORM 4000/2 (REV 4 -88)
MOA Page 11 of 22
Memorandum To: Official Grant File
From: Jeffrey Hall, GPD NEPA Liaison
Subject: Incorporates NEPA Compliance in Further Developmental Stages for Northwest
Maritime Advisory Services (DBA Marine Exchange)
The recipient shall comply with all applicable Federal, State, and local environmental and historic
preservation (EHP) requirements and shall provide any information requested by FEMA to ensure
compliance with applicable laws including: National Environmental Policy Act, National Historic
Preservation Act, Endangered Species Act, and Executive Orders on Floodplains (11988), Wetlands
(11990) and Environmental Justice (12898). Failure of the recipient to meet Federal, State, and local EHP
requirements and obtain applicable permits may jeopardize Federal funding. Recipient shall not
undertake any project having the potential to impact EHP resources without the prior approval of FEMA,
including but not limited to communications towers, physical security enhancements, new construction,
and modifications to buildings that are 50 years old or greater. Recipient must comply with all conditions
placed on the project as the result of the EHP review. Any change to the approved project scope of work
will require re- evaluation for compliance with these EHP requirements. If ground disturbing activities
occur during project implementation, the recipient must ensure monitoring of ground disturbance and if
any potential archeological resources are discovered, the recipient will immediately cease construction in
that area and notify FEMA and the appropriate State Historic Preservation Office. Any construction
activities that have been initiated prior to the full environmental and historic preservation review will
result in a non compliance finding.
MOA Page 12 of 22
Department of Homeland Security, FEMA
Grant Programs Directorate
Washington. D C 20531
Investment Heading
P6tt litta
Ifivestm
I. Background
MOA Page 13 of 22
FY09 PSGP Investment Justification Template Puget Sound
Port Angeles
Washington
Clallam County Sheriff's Office on Behalf of Local Consortium
HAZMAT Response Equipment
$141,522
I. Provide an overview of the port system in which this Investment will take place Max. 1 page
Area of Operations:
o COTP Zone: Puget Sound
o Eligible Port area Port Angeles
Project Site is at the Fire District 3, Sequim Fire Department, Sequim WA
Authorizing Official: Howard V. Doherty, Jr., Chair Clallam County Board of Commissioners
223 E. 4 Street, Port Angeles, WA 98362
360 -417 -2233
mdohertveco.clallam.wa.us
Project Manager: Patti Morris and POC for the Project
223 E. 4th Street, Suite 12
Port Angeles, WA 98362
360 -461 -9008
omorriseco.clallam.wa.us
Ownership or Operation: This IJ is a consortium request for the Clallam County Sheriffs Office, City of Port
Angeles, Port of Port Angeles, Port Angeles Fire Department, Port Angeles Police Department, Clallam County
Fire District #2 and #3, all of which are agencies that would respond to the Port of Port Angeles in the event of
an incident. These partner agencies are working closely together to identify and address risks and gaps in
capabiities and capacities. The Clallam County Sheriffs Office has the resources to manage this grant
Role in providing layered protection of regulated entities. Clallam County Sheriffs office and Port Angeles
Police Dept are the local agencies responsible for homeland security functions in Clallam County. In the event
of an incident, they would be first on the scene, along with Port Angeles Fire Department. Clallam County Fire
District #2 and Clallam County Fire District #3 would provide mutual aid in the event of a large incident at or
near the Port of Port Angeles In particular the Seauim Fire Department (Clallam County Fire District 3) has the
greatest HAZMAT expertise of all local agencies and provides HAZMAT services in all incidents where it is
reauired. These local agencies often provide mutual aid to state and federal agencies and the Coho Blackball
Ferry.
Important features:
PRMP Section 6.5 1 States. "Port Angeles has several sources of strategic risk to the passenger
transportation strategic function with the highest level coming from a vessel being used as a
weapon, followed by an attack by a terrorist assault team and by vessel or vehicle -borne IEDs. The
following facilities have been identified as primary contributors to the strategic risk and are listed in
order of level of risk, highest to lowest: COHO Ferry Terminal, COHO Ferry Vessels"
PRMP states that the facility determined to be the highest risk facility in the Puget Sound region -area,
based on information provided by MSRAM (the Maritime Safety Risk Assessment Model) is the COHO
Black Ball Ferry Terminal.
Regulated facilities in the Clallam County Sheriffs Office AOR include Port of Port Angeles, Coho Ferry
Terminal, Blackball Ferry Vessel, and the Victoria Express Passenger Ferry
The Port Angeles area is the gateway to Puget Sound. There is an average of 30,000 commercial
vessel trips through the Strait each year. All commercial vessels have to pick up a marine pilot, from
Puget Sound Inland Pilots Assn. at Port Angeles to continue their voyage east into Puget Sound. Any
of these vessels could be a possible terrorist target, or be used to transport terrorist or materials for
attacks on U.S.citizens, or critical facilities located in the Port Angeles area
All of the consortium members are NIMS compliant and provide reporting to Washington State EMD on
that status in order to be eligible for grants
Other sources of funding being leveraged for security enhancements. Clallam County Sheriffs Office
continually seeks out all available funding sources to support our Marine Unit. Currently the unit does not
receive any grant funds to operate. We received a DHS (FEMA) interoperability grant in 2003 for $5.8 million,
a DHS /NTIA interoperability grant in 2007 for $7.8 million, and grants for a vessel, training, and exercise in
PSGP FY10.
II. Strategic and Program Priorities
II.A. Provide a brief abstract of the Investment Max. 1 page
Haz -Mat Decon Response Equipment, sufficient to supply two identical mass casualty contaminations suites
located at near the two primary port areas in Clallam County Sequim and Port Angeles. The equipment could
be moved to other locations if needed As the primary user, Fire District 3 (Sequim Fire Department) would
manage and provide upkeep of the assets for the benefit of the consortium.
The investment would provide Scene Management (Barricades and traffic control through a funnel point),
identification (Atmospheric monitors, Weather Monitor, Hazard Identification device), PPE (Suits, donning
doffing assistance, Powered Air Purifying Respirators that we are fit tested annually), Decon (Suites, Heaters,
Pumps, Risers, Runoff collection, Cleaning Solutions, Brushes, etc.), Casualty Collection (Shelter for injured
and wet victims), and Rehab Considerations (Operating in Level B suits makes responders susceptible to heat
exertion /exhaustion.)
The following equipment is requested: (AEL #s on attached list)
1. Monitoring /Detection Equipment consisting of MSA Solans 4 Gas Detector, Kestrel 4500 w /Bluetooth
Yellow, Masimo Rad -57 Oximeter, Smiths Detection LCD 3.3 Chemical Detector.
2 Haz -Mat Personal Protective Ensembles consisting of MSA OptimAirMSA 6 HC PAPR, MSA
Responder PAPR Multi -gas HE (P100 Filter and also poison gases and vapors), MSA Clear Command
Helmet communication system OR Con -Space Throat Mic, HZ9420 Multi- Threat Suite, Chem Bio Suit
Applied Response Solutions.
3. Decontamination Suite /Shelter equipped with Non Ambulatory Transfer Boards, Floor Riser Boards,
Lights, 3 -Line Flash Water Heater, (Diesel /Kerosene /JP8), w /Solution injector, 3 -Line, Salamander
Hesater, Diesel 100,000 BTU /Hr, 1200 CFM, 540 Watt, Black Ducting, 500 Gallon Waste Water
Bladder, Decon Shelter, External Waste Water Basin /Berm, External Basin /Berm, 3 Step Decon, 96" x
96 Shelter, Casualty Management/Treatment/Logistics, Lavatory Shelter, Field setup, Portable, Little
Giant Load Platform Truck with /pneumatic tires.
4. Misc Decon Items including contamination reduction supplies, decontamination solution, water supply
tool kit, and decontamination corridor control items.
5 Rehab Items for Responders including cooling equipment for use with chemical protective suits, cooling
vests, Kore Kooler Rehab Chair Kit, Insta- bench, 3 seat, Crew Boss Rehab Cart Kit for NFPA 1584,
2008 ed.
6. Patient/Contaminated Victim Retrieval Device Skedko Complete Skyhook System, portable stretcher,
wheeled, simulation manikins for HM and Medical Treatment
7. On -Scene Patient/Equipment Movement including Polaris Ranger 6'x6', Kimtek MTD -10 Patient
Transport Skid Unit for Polaris, Wells Cargo 16' Trailer for Polaris Transport
II.B. Describe how the Investment will address one or more of the PSGP priorities and how it
corresponds with the PRMP Max. 1 page
PSGP Priorities:
Enhance IED /CBRNE Prevention, Protection, Response Recovery and Port Wide Collaboration: This
investment will continue to enhance all multi jurisdictional agencies capabilities to prevent, detect, respond,
and recover from terrorist attacks employing IEDs, CBRNE, and other non conventional weapons.
PRMP Priorities:
7.4 1.1 This investment will support the pre planned unified command structure, clarifying the role of state
and local authorities for such an incident.
7 4.4.4 Stakeholders need training on response protocols.
MOA Page 14 of 22
7.4.5.4 The ability to share HAZ -MAT Decon Response Equipment for the Port area will improve the two
way information sharing mechanism and enhance the partnership between local, state, federal, and private
entities
The project supports the response procedures set forth in the AMSP.
III. Impact
III.A. Describe how the project offers the highest risk reduction potential at the least cost Max Y2 page
During a recent exercise (Operation Alligator, capability gaps were identified at the Port of Port Angeles and the
adjacent City Pier. The members of this consortium, together with other state and federal agencies, do not
have the capability to respond effectively to any HAZMAT incident. Clallam County currently has two three line
decontamination suites (TVI Corp.) with only one set of water heater and air heater that is stored in a trailer the
Port Angeles Airport and controlled by the Port Angeles Fire Department. Currently there are no respiratory
protection devices in the area that are appropriate for HAZMAT decon. We do not have Law Enforcement with
adequate PPE or Respiratory Protection to operate in a HOT or WARM zone to enforce compliance through a
casualty collection point such as decontamination The resources requested in this IJ would completely
address this capability gap, enabling effect response to a HAZMAT incident.
III.B. Describe current capabilities similar to this Investment Max. "/2 page
None in the northern Olympic Peninsula or anywhere within reasonable travel time for incident response, that
we are aware of
IV. Funding Implementation Plan
IV.A. Investment Funding Plan
!ED,�an WMD eventfo t rotecti
FY 2009 PSGP
Request Total
Match Grand Total
(Cash or In -Kind)
"x" 1841
7W1.qWmornen ation
gy p ti 4
"otal
IV.B. Provide a high -level timeline, milestones and dates, for the implementation of this Investment such
as stakeholder engagement, planning, major acquisitions or purchases, training, exercises, and
process /policy updates. U to 10 milestones may be provided. Max. 1 page
Upon award, will procure equipment within the 1 12 months of grant.
All work will be completed by March 1st, 2012
Haz -Mat Exercise will take place, funded by consortium agencies prior to March 1, 2012.
Project Close Out March 15, 2012.
MOA Page 15 of 22
$138,071
$3,452
$141,522
$46,023 184,094
$1,151
$47,174
$4,602
$188,696
Category
Item
AEL#
oiitoni
etectionr gwipmnL consisting
MSA Solaris 4 Gas Detector
Kestrel 4500 w/ Bluetooth-
Masimo Rad -57 Oximeter-
Smiths Detection LCD 3.3 Chemical Detector-
f07CS- 01 -KAVC1 Kit. AirNaoor Chemical Sampling
f03SR- 03 -KMON1 Kits. Confined Soace Air Monitoring
f07SE- 03 -ENVS1 Eauioment. Environmental (Weather) Surveillance.
f07ZZ- 00NCBR1 Eawoment. Specialized Hazard Detection. non -CBRNE
r09ME- 03 -PDXI1 Oximeter. Pulse
f07CD- 01 -DPMG1 Detector. Multi- sensor Meter. Point. Chemical
aWPersonai P o
amination /Shelter canstst ng of
Shelter, non ambulatory transfer boards, Floor Riser
Boards, Lights, 3 -Line Flash Water Heater, (Diesel,
Kerosene /JP8), w/ Solution injector, 3 -Line Salamander
Heater (Diesel, 100,000 BTU /hr, 1200 CFM, 540 Watt),
Black Ducting, 500 gallon waste water bladder, Decon
Shelter, External Waste Water Basin /Berm, External
MOA Page 16 of 22
mblescansisting'o
MSA OptimAir, MSA 6HC PAPR, MSA Responder PAPR
Multi -gas HE (P100 Filter and also poison gases and
vapors)-
MSA Clear Command Helmet communications or Con
Space Throat Mic-
HZ9420 Multi- Threat Suit, Chem Bio Suit Applied
Response Solutions-
(01AR -02 CBRN1 Air- Punfvina Resoirator (APR. 01AR -03 CBRN Powered Air
Punfvina Respirator (PAPR)
f06CP- 03 -PRACI Accessories. Portable Radio
f01CB- 02 -ENSM1 Ensemble. Terrorism Incident Protective. NFPA 1994 Class 2.
f08D2- 01 -HTRB1 Heater. Portable Air Blower
108D2- 01 -HTRW1 Heaters. Water. Transportable
108D2- 01 -LDCD1 Device. Liquid Decontamination Containment
(08D2- 01 -LITE1 Liahtina. Decontamination Area
f08D2- 01 -TDCS1 Items. Support. Decontamination Corridor
f08D2 -01 VWVCD1 Drum. Waste Water Containment
Basin/Berm, 3 Step Decon (96" x 96"-
Shelter, Casualty Management/Treatment/Logistics
(Lavatory Shelter, Field Setup Portable)-
Little Giant Load Platform Truck w/ pneumatic tires-
Itehis‘cdpsistingtrk
Tfcg'
MOA Page 17 of 22
Brushes/Barricades/Detergent-
Kore Kooler Rehab Chair Kit (Insta-Bench 3-Seat)-
Crew Boss Rehab Cart Kit for NFPA 1584 2008ed.-
16' Trailer for Polaris Transport-
Rehab iterris for responders corigistingxif: 7,
Cooling Equipment for use with chemical protective
suits (Cooling Vests)-
7
Polaris Ranger with Kimtek MID-10 Patient Transport Skid
Unit for Polans-
PatielytXdptarninated Victim RdevaIDe1ce::
Skedco Skyhook System Portable Stretcher/wheeled
Simulation Manikins for HM and Medical Treatment-
r19SS-00SHEL1Systems. Shelter. Rapid Deployment
f19MH-00CART1 Cart. Field
[08D2-03-T15ED1 Eauloment. Technical Decontamination Dry
r08D2-03-TDEW1 Eauloment. Technical Decontamination Wet
or01ZA-06-COOL1 GarmentlVest/Device. t/De C olina
FO1ZA-06-COOL1 GarmentNest/Device. Cooling
r08D2-01-TDCS1 Items. Support. Decontamination Corridor
r01ZA-06-HYDR1 Hydration System. Personal.
101ZA-06-COOL1Garment/Vest/Device. Cooling
r12TR-00-TEOP1Trailer. Equipment
108;-01-L1TR1 Device. Victim Extrication
09ME- 05 -GURN1 Gurneys
1 Litters/Stretchers
f09TR-01-CSIM1 Er:moment. Trainina/Casualty Simulation
f09ME-05-LITRI Litters/Stretchers
112VE-00-MISS1Vehicle. Specialized Mission. CBRNE
FY09 BUDGET DETAIL WORKSHEET CLALLAM COUNTY HAZMAT RESPONSE EQUIPMENT
Line
Item
BUDGET SUMMARY
MOA Page 18 of 22
Entered by Applicant
Budget Category Item
Est.
Cost
Each
=A. Person.. et
Al 1 Patti Morris Project Mgr &Grant Coord
Personnel Totals
Equipment:; ti_ r
D1 Monitoring /Detection 19,210 1
D2 1 Haz -Mat Personal Protective Ensembles 1 47,280 1 1
D3 1 Decontamination Suite /Shelter 31,333 1 1
D4 1 Misc Decontamination Items 1 12,501 1 1
D5 Rehab Items for Responders 1 9,500 1 1
D6 Patient/Contaminated Victim Retrieval Device 1 50,004 1 1
1 Equipment Totals
I Total Direct Costs
TotalgCosts TAP
Amount to go in "Investment Heading" on IJ
3rand Total" ';(Federal Reque Match) or (Project Cost M&A) :M
Budget Category
A Personnel
B Fringe Benefits
C. Travel
D Equipment
E Supplies
F Consultants /Contractors
G Other
H Indirect
Total Cats
4,602
Qty Est. Cost Sales
Tax
4,602 I-
19,210
47,280
31,333
12,501
9,500
50,004
1,614
3,972
2,632
1,050
798
4,200
Total Federal
Project Funding
Cost Request
3,452 1
J 3,452
20,824 15,618
51,252 1 38,439
33,965 1 25,474
13,551 1 10,163
10,298 1 7,724
54,204 1 40,653
184,0941 138,070
18094 1" 141,522
1,184; 094 "J 7 141;;522!
141,522 a
k
1 "1 $8,696,
Total
Project
Cost
Calculated
184,094
'784;09,4
Federal
Funding
Request
3,452 1
I
I
138,070 1
I
Match Total
Amount M&A
4,602
1,151 1 4,602
5,206 I:
12,813
8,491
3,388
2,575
13,551
46,0231
47,174 "l 4,6020
4707151% 4;602
1,151 1
46,023
90,41";5221107,174
Match Total
Amount M&A
1,151 1 4,602
z;• 4,602+
Investment Heading
A rcant
r izatiott
qveiffi t ttia
:hive mo
I. Background
FY09 PSGP Investment Justification Template Puget Sound
Port Angeles
Washington
Clallam County Sheriffs Office on Behalf of Local Consortium
Mobile Data Terminals
$277,064
1. Provide an overview of the port system in which this Investment will take place Max. 1 page
Area of Operations:
o COTP Zone: Puget Sound
o Eligible Port area Port Angeles and other ports throuighout the Strait of Juan De Fuca
o Project Site is at throughout Clallam County
Point(s) of contact for organization (include contact information):
Authorizing Official: Howard V. Doherty, Jr., Chair Clallam County Board of Commissioners
223 E. 4 Street, Port Angeles, WA 98362
360 -417 -2233
mdohertvbco.clal Iam.wa. us
Project Manager: Patti Morris and POC for the Project
223 E. 4 Street, Suite 12
Port Angeles, WA 98362
360 -461 -9008
omorris( co.clallam.wa.us
Ownership or Operation: Clallam County Sheriffs Office is a local agency; Clallam County Fire Distnct #3 is a
local agency; Washington State Patrol is a state agency.
Role in providing layered protection of regulated entities* Clallam County Sheriffs Office has the
responsibility for all of Clallam County in which the Port of Port Angeles is located. The City of Port Angeles
Police Dept. has primary jurisdiction and is a partner, Clallam County Fire District #3 is the lead agency for
Washington State Homeland Security Region 2 Technical Rescue Team for Clallam and Jefferson Counties.
Washington State Patrol provides ongoing and daily assistance and backup to local law enforcement agencies
in Clallam County.
Important features:
PRMP Section 6.5 1 States: "Port Angeles has several sources of strategic risk to the passenger
transportation strategic function with the highest level coming from a vessel being used as a
weapon, followed by an attack by a terrorist assault team and by vessel or vehicle -borne IEDs. The
following facilities have been identified as primary contributors to the strategic risk and are listed in
order of level of risk, highest to lowest: COHO Ferry Terminal, COHO Ferry Vessels"
PRMP states that the facility determined to be the highest risk facility in the Puget Sound region -area,
based on information provided by MSRAM (the Maritime Safety Risk Assessment Model) is the COHO
Black Ball Ferry Terminal.
Regulated facilities in the Clallam County Sheriffs Office AOR include Port of Port Angeles, Coho Ferry
Terminal, Blackball Ferry Vessel, and the Victoria Express Passenger Ferry.
The Port Angeles area is the gateway to Puget Sound There is an average of 30,000 commercial
vessel trips through the Strait each year. All commercial vessels have to pick up a marine pilot, from
Puget Sound Inland Pilots Assn at Port Angeles to continue their voyage east into Puget Sound. Any
of these vessels could be a possible terrorist target, or be used to transport terrorist or materials for
attacks on U S.citizens, or critical facilities located in the Port Angeles area
All of the consortium members are NIMS compliant and provide reporting to Washington State EMD on
that status in order to be eligible for grants.
MOA Page 19 of 22
Other sources of funding being leveraged for security enhancements: The City of Port Angeles is
contributing $500,000 to waterfront improvements that include the Port Angeles Pier. Clallam County
Sheriffs Office continually seeks out all available funding sources to support our Marine Unit. Currently the
unit does not receive any grant funds to operate. We received a DHS (FEMA) interoperability grant in 2003
for $5 8 million, a DHS /NTIA interoperability grant in 2007 for $7 8 million, and grants for a vessel, training,
and exercise in PSGP FY10.
Background of this IJ: In early 2009, a Stakeholder Committee convened to define issues /solutions
between local, state, federal, and tribal law enforcement agencies within Clallam County that would be
involved in any homeland security inidents. Communications and interoperability were identified as the
number one area needing most improvement The first responder agencies in Clallam County, including
City of Port Angeles Police Fire, Sequim Police Department, Clallam County Fire District #3, Forks Police
Department, La Push Tribal Police Department, Lower Elwha Tribal Police, Neah Bay Tribal Police, and
Clallam County Sheriffs Office, work closely with each other through mutual aid agreements and are
improving their interoperability capabilities. PENCOM 911 is now able to dispatch via the Mobile Data
Terminals that are being deployed by Clallam County Sheriffs Office, Port Angeles Police Department, and
Sequim Police Department through funding from DHS Operation Stonegarden grants.
II. Strategic and Program Priorities
II.A. Provide a brief abstract of the Investment Max. 1 page
Forty -one mobile data terminals and associated equipment. This would include 11 for Washington State Patrol
units in Clallam County, and 30 for Clallam County Fire District #3 These units would be Dell GD8000 -23 or
Panasonic Toughbook CF -31 or equivalent. WSP is aware of and supports this request. [AEL 04HW -01 -MOBL]
II.B. Describe how the Investment will address one or more of the PSGP priorities and how it
corresponds with the PRMP Max. 1 page
PSGP Priorities:
Enhance IED /CBRNE Prevention, Protection, Response Recovery and Port Wide Collaboration: This
investment will enhance multi jurisdictional agencies' capabilities to prevent, detect, respond,
and recover from terrorist attacks employing IEDs, CBRNE, and other non conventional weapons by enabling
them to be dispatched and respons to alerts and incidents in an efficient and effective manner.
PRMP Priorities:
7.4 2 1 Measures to protect passenger transportation systems and other high- consequence facilities from
vessel -borne IEDs and water -borne attacks are needed
This project supports the AMSP
III. Impact
III.A. Describe how the project offers the highest risk reduction potential at the least cost Max Y2 page
Because neither WSP nor Fire District #3 has had funding to buy mobile data terminals, there is an
interoperability gap in dispatching within Clallam County, which can cause confusion and delays in getting the
closest and most appropriate first responder to an incident quickly With all responders on the same dispatch
system as PENCOM 911, responders will be able to work together seamlessly in responding to an incident at
the Port of Port Angeles or in any port area within Clallam County, which extends across the entire north coast
of the Olympic Peninsula
III.B. Describe current capabilities similar to this Investment Max. 1 /2 page
The requesting agencies have no Mobile Data Terminals in their vehicles.
MOA Page 20 of 22
IV. Funding Implementation Plan
entio
fiarAt
over
IV.B. Provide a high -level timeline, milestones and dates, for the implementation of this Investment such
as stakeholder engagement, planning, major acquisitions or purchases, training, exercises, and
process /policy updates. U to 10 milestones may be provided. Max. 1 page
Months 1 -2: Procure the mobile data termoinals.
Month 3: Install in vehicles
Month 4: Test and train,
Month 5: Put into regular use.
Month 6 Close out project.
MOA Page 21 of 22
270,306
6,758
277,064
90,102
2,253
92,355
360,408
9,010
369,418
FY09 BUDGET DETAIL WORKSHEET CLALLAM CTY WSP MOBILE DATA TERMINALS
Entered by Applicant
Line
Item
Al
Grants Manager
Personnel Totals
D: Equipment
BUDGET SUMMARY
Budget Category Item
Budget Category
A Personnel
B Fringe Benefits
C Travel
D Equipment
E Supplies
F Consultants /Contractors
G Other
H Indirect
Total, Costs
MOA Page 22 of 22
Est.
Cost
Each
9,010
8,109 1
Qty Est. Cost Sales
Tax
1
iYt
41 1
i•
D1 Ruggidized Mobile Data Terminals
,Equipment Totals
1 Total Direct Costs
TotaICosts_,,
Amount to go in "Investment Heading" on IJ
Grand Total p {Federal Request Match) or piii ecO'Cost M&A),„„
9,010 E r 1 1 6,758 1 2,253 1 9,010
6,758 2,253
9,010
x
fir:.
332,480 1 27,928 1 360,408 1 270,306 1 90,102
332,480 1 360,408 1 270,306'1 90,102 1
1 360,408 1 277,064 1 92,355 1 9,010,L.
'360,408,x, 2717;064 4 92;355 I* =9 010 ?1
i 277,064
369;41,9
8,109
Calculated
Total
Project
Cost
Total
Project
Cost
:,,,M 1 4,42
360,408
360;408
Federal
Funding
Request
Federal
Funding
Request
6,758
270,306
2717;064
Match Total
Amount M&A
Match Total
Amount M &A
2,253
90,102
92,355:
9,010
EXHIBIT B
EQUIPMENT LIST
pcs mobile
Corporate Headquarters
1200 W Mississippi Ave
Denver, CO 80223
Email: salesi8ncsmobile.com
Customer:
Clallam Co Fire Dist 3
323 North 5th Avenue
Sequim, WA 98382 -3313
1 CF- 31Q2AAF1M
2
3
Page 1
CF- WMBA1002G
RAM INSTALL
Notes
Washington DIS contract number T11- MST -548
Quotation
Win7,13-
2310,320G,2G, Wifi,BT,DP,VZW4G LTE,Ebklt,pr
of sery
PANASONIC 2GB MEMORY
INSTALLATION OF RAM
Quote QT-6223/12
for: Clallam Co Fire Dist 3
Page 1 of 2
Print Date 06/20/2012
Quote Valid Date 07.12.2012 10:15 pm
Inside Sales Rep: Amy Hale
Email: amyh @pcsmobile.com
Phone: 888- 219 -8699
Fax: 940-683-4314
Salesperson: Brian Ferring
Email: brianf @pcsmobile.com
Quote Created By: Brian Ferring
Customer
CLA009
Requested By
Tony Hudson
F.O.B.
Origination
Terms
Net 30 Days
Contract
T11 -MST -548
Line
Number
Item Number
Description /Comments
Quantity Unit Price
Extended
Price
1
1
1
3488
48
30
Quote Sub
Total
Quote Total
3488
48
30
$3566.00
1
$3566.00 I
www.pcsmobile.com
'C
pcs mobile
Terms and Conditions
Portable Computer Systems, Inc., dba: PCS Mobile
Standard Reseller Terms and Conditions
Quote QT-6223/12
for: Clallam Co Fire Dist 3
Page 2 of 2
1 Contract Terms These Terms and Conditions are attached to and made a part of a "Quote" for resale of products "Products
provided by Portable Computer Systems, Inc dba PCS Mobile "PCS to the buyer named therein "Buyer and all further
references herein to "this Agreement" mean the Quote, including these Terms and Conditions Upon acceptance of this Agreement
by Buyer, the provisions of this Agreement constitute a binding contract between PCS and Buyer This Agreement shall be
accepted by Buyer upon either receipt from Buyer of any written communication confirming this Agreement or acceptance by
Buyer of Products shipped by PCS pursuant to this Agreement This Agreement supersedes all prior communications relating to
the Products covered by this Agreement, and any contrary or supplemental provisions in any Buyer purchase order or other
communication from Buyer are specifically rejected
2 Payment Payment for the Products shall be in US dollars as stated in this Agreement Unless stated otherwise, prices stated in
this Agreement do not include any state or local sale, use or other taxes or assessments or freight charges (beyond delivery by PCS
to common carrier), all of which shall be paid by Buyer A service charge of 1 5% per month will be charged on all past due
balances and will be due on demand All PCS costs of collection, including reasonable attorney's fees, shall be paid by Buyer
Buyer grants PCS a security interest (and the right to file UCC financing statements) in the Products to secure payment of all
amounts due If Buyer fails to make any payment when due, PCS shall have the right to revoke any credit extended, regarding the
Products or otherwise, to delay or cancel any or all future deliveries without liability to Buyer The obligation of PCS to deliver
Products shall terminate without notice upon filing of any bankruptcy proceeding by or against Buyer or appointment of any
trustee for Buyer or any of its assets Under no circumstances may Buyer set off against amounts due PCS pursuant to this
Agreement any claim Buyer may have against PCS for any reason
3 Shipment Delivery of all Products shall be F 0 B place of shipment by or for PCS, unless otherwise agreed in wntmg PCS
reserves the nght to select the means of shipment, point of shipment and routing Delivery will be deemed complete upon transfer
of possession of Products to common carrier as described above, whereupon all nsk of loss, damage or destruction to the Products
shall pass to Buyer
4 Acceptance of Products. Returns All Products shall be deemed accepted by Buyer unless Buyer notifies PCS in writing within
seven (7) calendar days of receipt of Products of any short shipment, wrong product shipment, damaged Products or similar
discrepancies Once accepted by Buyer, Products may be returned only with authorization from PCS, in the sole discretion of
PCS, and in no case will returns be considered more than thirty (30) days after delivery to Buyer If accepted for return Products
will be subject to a 20% restocking fee
5 Warranties PCS makes no representation with regard to Products of any kind or nature, express or implied, including any
warranty of merchantability or fitness for a particular purposes, or usage of trade Products are covered by manufacturer's
warranty only Copies of manufacturer's warranty will be provided to Buyer upon written request PCS assigns to Buyer all
warranties on the Products accepted by Buyer, and PCS shall have no obligation relating to processing claims there under, though
PCS may assist Buyer therewith at the sole option of PCS
6 Limitation on Liability In no event shall PCS be liable for any claims for loss of use, revenue, profit or customer, or any
direct, indirect, special, incidental or consequential damages of any kind or nature arising out of, or connected with the Products,
the use thereof, or the sale thereof by PCS to Buyer Further, Buyer agrees to indemnify and defend PCS from any such claims
7 Force Maieure PCS shall not be liable for any delay or failure to perform any obligation of PCS under this Agreement that is
caused by events of force majeure, including without limitation strikes, riots, casualties, acts of God, war, governmental action or
other cause beyond the reasonable control of PCS
8 Miscellaneous This Agreement constitutes the entire agreement between PCS and Buyer regarding the Products, and may not
be modified except by written agreement signed by the party to be charged with the modification Buyer's rights under this
Agreement may not be assigned without the written consent of PCS If any provision of this Agreement shall become invalid or
illegal under any provision of applicable law, the remainder of this Agreement shall not be affected This Agreement shall be
binding upon both PCS and Buyer, and their respective successors and assigns This Agreement shall be interpreted in accordance
with the internal laws of the State of Colorado
Page 2
www.pcsmobile.com
Dated:
[Insert Agency Name]
By:
EXHIBIT C
EQUIPMENT RECEIPT
The Agency identified below, hereby acknowledges receipt of the Equipment, identified in the attached
Exhibit A, purchased pursuant to the Agency's MOU with Clallam County Fire Protection District No.3.
IN CONSIDERATION OF RECEIVING THE EQUIPMENT AGENCY AGREES TO INDEMNIFY
AND HOLD CLALLAM COUNTY FIRE PROTECTION DISTRICT NO. 3 HARMLESS FROM
AND AGAINST THE FULL AMOUNT OF ANY AND ALL COSTS AND EXPENSES
(INCLUDING WITHOUT LIMITATION, ATTORNEYS' FEES AND COURT COSTS INCIDENT
TO ANY SUIT, ACTION, INVESTIGATION OR OTHER PROCEEDING), DAMAGES AND
LOSSES, SETTLEMENTS, REDUCTIONS OR OTHER ADVERSE EFFECTS ARISING OUT OF
OR RESULTING FROM ANY FUTURE CLAIMS RELATING TO THE EQUIPMENT AND THE
USE THE EQUIPMENT EXCEPT FOR THE SOLE NEGLIGENCE OF CLALLAM COUNTY FIRE
DISTRICT 3.