Loading...
HomeMy WebLinkAboutR-2007-133 Artifacts Consulting, Inc. Agreement (re: Barge Chestnut area)ti w RESOLUTION NO. R-2007-133 A RESOLUTION authorizing the City Manager to execute a Consultant Agreement with Artifacts Consulting, Inc., to provide professional services related to a Washington State Department of Archeology and Historic Preservation funded architectural survey in the Barge Chestnut area. WHEREAS, the City's Department of Community and Economic Development and the Barge Chestnut neighborhood volunteers desire the assistance of a consultant to provide guidance with the process of conducting an architectural survey of the Barge Chestnut area; and WHEREAS, Artifacts Consulting, Inc., has the experience and expertise necessary to provide consulting services related to the implementation of said project, and is willing to do so in accordance with the terms and conditions of the attached agreement; and WHEREAS, the Washington State Department of Archeology and Historic Preservation has awarded the City a $12,000 grant to fund the survey and inventory in Yakima's Barge Chestnut neighborhood ; and WHEREAS, the City Council deems it to be in the best interest of the City of Yakima to execute a consulting agreement with Artifacts Consulting, Inc.; for professional services as set forth in said attached agreement, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and City Clerk are hereby authorized and directed to execute the attached consultant agreement with Artifacts Consulting, Inc., for professional services in the amount of $12,000, to guide the process of an architectural survey and inventory of the Barge Chestnut neighborhood. ADOPTED BY THE CITY COUNCIL this 2nd day of October, 2007. ATTEST: 42—Az3g4,L5MOD-Le_, City Clerk 1 David E • er, Mayor RECEIVED OCT 1 6 2007 . CONSULTANT AGREEMENT CITY OF YAKIMA COMMUNITY DEVELOPMENT This Agreement is made between the City of Yakima ("the City"), a Washington municipal corporation, and Artifacts Consulting, Inc., a Washington corporation ("Consultant"). In consideration of the covenants, the parties mutually agree as follows. A. Scope of services. The project is a reconnaissance level architectural survey covering eleven blocks of the Barge Chestnut neighborhood, containing approximately 200 resources. The eleven blocks make up a small subset of the neighborhood and present a manageable geographical area to survey in this first phase. The activities to be conducted represent the standard methods used to conduct such a survey. Activities to be conducted include: 1) determine boundaries of survey area, 2) establish criteria for survey, 3) review prior data, surveys and literature, 4) prepare historic context statement to guide the survey, 5) conduct field survey including photography, 6) data analysis, 7) development of inventory, 8) historic and property research, 9) prepare inventory forms, 10) prepare survey maps, and 11) prepare survey report. Tasks will include: Artifacts Consulting, Inc. will guide the process, provide training on research, field work, and database management; conduct quality control review; prepare the map and historic context statement; and format the final report. The neighborhood volunteers will conduct research for individual houses, take photographs, complete the inventory forms, and input information into the database. The work products that will be submitted to the Department of Archaeology and Historic Preservation include: 1) Barge -Chestnut Neighborhood Cultural Resources Survey and Inventory Report and 2) electronic data and photographs for importing into the DAHP Statewide Inventory Database. B. Time of Performance. The term of this Agreement is October 2007 to August 2008. C. Compensation and Budget. The City shall pay the Consultant for the services identified in this Agreement in an amount not to exceed One Hundred Dollars ($100.00) per hour. Total payments made to the Consultant by the City pursuant to this Agreement shall not exceed Twelve Thousand Dollars ($12,000.00). D. Method of payment. The Consultant shall direct invoices to the City of Yakima, Department of Community and Economic Development, at the end of each month during which related tasks were performed. Expense documentation shall be in conformance with the current payment system of the City. Payments shall be made on a monthly basis after receipt of appropriate invoices from Consultant and shall constitute full and complete payment by the City under this Agreement. The City reserves the right to withhold payments pending timely delivery of program reports or documents as may be required under this Agreement or as may subsequently be 1 agreed upon. All costs shall be supported by properly executed payrolls, time records, invoices, vouchers or other documentation, as evidence of the nature and propriety of the charges. All accounting documents pertaining in whole or in part to this Agreement shall be clearly identified and readily accessible, and the City shall have the right to audit the records of the Consultant as they relate to the work, upon reasonable notice. E. Addresses for Notices and Deliverable Materials. All notices and other material to be delivered hereunder shall be in writing and shall be delivered or mailed to the following addresses: If to the City: Bill Cook, Director Department of Community and Economic Development 129 North Second Street Yakima, WA 98901 If to the Consultant: Michael Sullivan Artifacts Consulting, Inc. 201 North Yakima Avenue Tacoma, WA 98403 or such other respective addresses as may be specified herein or as either party may, from time to time, designate in writing. F. Discrimination Prohibited. Affording Equal Employment Opportunity during the performance of the Agreement is mandatory and the Consultant agrees as follows: 1. The Consultant will not discriminate against any employee or applicant for employment because of race, religion, creed, color, sex, marital status, sexual orientation, political ideology, ancestry, national origin, or the presence of any sensory, mental, or physical handicap, unless based upon a bona fide occupational qualification. The Consultant will take affirmative action to ensure that applicants and employees are treated equally during employment, without regard to their creed, religion, race, color, sex, national origin, or the presence of any sensory, mental, or physical handicap. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. The Consultant agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. 2. Failure to comply with any of the terms of this section shall be a material breach of this Agreement. 3. The provisions of this section shall be inserted into all subcontracts for work covered by this Agreement. 4. The consultant shall notify the City's Director of the Department of Community and Economic Development or his designee of any matters affecting the eligibility of the Consultant to continue performance. 2 5. The Consultant shall report any changes in corporate status, bylaws, officers, Board of Directors, key personnel and membership, as applicable. G. Title to Property Supplied and Works. All finished or unfinished documents and material prepared by the Consultant with funds provided by this Agreement shall, at the option of the City, remain the property of the City and shall be forwarded to the City at its request. No material produced in whole or in part under this Agreement shall be subject to copyright in the United States or in any other country. The City shall have unrestricted authority to publish, disclose, distribute, and otherwise use, in whole or in part, any reports, data, or other materials prepared under this Agreement. H. Audit. The consultant shall permit the City, from time to time as the City's Director of the Finance Department or Director of the Department of Community and Economic Development deem necessary (including after the expiration or termination of this Agreement), to inspect and audit at any and all reasonable times in Pierce County, Washington, or at such other reasonable location as the Director of the Finance Department selects, all pertinent books and records of the Consultant and any subconsultants, or other person or entity that has performed work in connection with or related to the Consultant's services under this Agreement, to verify the accuracy of accounting records including trust accounts; and shall supply the City with, or shall permit the City to make, a copy of any books and records and any portion thereof, upon the Director of the Finance Department's or the Director of the Department of Community and Economic Development's request. The Consultant shall ensure that such inspection, audit and copying right of the City is a condition of any subcontract, agreement or other an-angement under which any other person or entity is permitted to perform work in connection with or related to the Consultant's service under this Agreement. I. Compliance with Law. 1. General Requirement: The Consultant, at its sole cost and expense, shall perform and comply with all applicable laws of the United States and the State of Washington, the Charter, Municipal Code, and ordinances of the City; and rules, regulations, orders and directives of their administrative agencies and the officers thereof. 2. Licenses and Similar Authorizations: The Consultant, at no expense to the City, shall secure and maintain in full force and effect during the term of this Agreement all required licenses, permits, and similar legal authorizations, and comply with all requirements thereof. 3. Taxes: The Consultant shall pay, before delinquency, all taxes, levies, and assessments arising from its activities and undertakings under this Agreement; taxes levied on its property, equipment, and improvements; and taxes on the Consultant's interest in this Agreement and any leasehold interest deemed to have been created thereby under applicable law. J. Contractual Relationship. This Agreement does not constitute the Consultant as the agent or legal representative of the City for any purpose whatsoever. The Consultant is not granted 3 any express or implied right or authority to assume or create any obligation or responsibility on behalf of or in the name of the City or to bind the City in any manner or thing whatsoever. K. No Subcontracting. The Consultant shall not subcontract or assign any of the work covered by this Agreement without prior written approval by the City's Director of Community and Economic Development. L. Amendments. No modification or amendment of the provisions hereof shall be effective unless in writing and signed by authorized representatives of the parties hereto. The parties hereto expressly reserve the right to modify this Agreement, from time to time, by mutual agreement. M. Executory Agreement. This Contract will not be considered valid until executed by the City and signed by the City Manager or his authorized designee. N. Binding Effect. The provision, covenants, and conditions in this Agreement apply to bind the parties, their legal heirs, representatives, successors, and assigns. 0. Applicable Law; Venue. This Agreement shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any action brought hereunder shall be in the Superior Court for Yakima County. P. Remedies Cumulative. Rights under this Agreement are cumulative; the failure to exercise on any occasion any right shall not operate to forfeit such right on another occasion. The use of one remedy shall not be taken to exclude or waiver the right to use another. Q. Captions. The titles of sections are for convenience only and do not define or limit the context. R. Invalidity of Particular Provisions. A judicial determination that any term, provision, condition, or other portion of this Agreement, or its application, is inoperative, invalid, or unenforceable shall not affect the remaining terms, provisions, conditions, or other portions of this Agreement, nor shall such a determination affect the application of such term, provision, condition or portion to persons or in circumstances other than those directly involved in the determination in which it is held to be inoperative, invalid, or unenforceable, and as to such other persons or in such other circumstances it shall continue in full force and effect. If any provision of this Agreement is in direct conflict with any statutory provision of the State of Washington, that provision which may conflict shall be deemed inoperative and null and void insofar as it may conflict, and shall be deemed modified to conform to such statutory provision. S. No Waiver. No waiver of full performance by either party shall be construed, or operate, as a waiver of any subsequent default or breach of any of the terms, covenants, or conditions of this Agreement. The payment of compensation to the consultant shall not be deemed a waiver of any right or the acceptance of defective performance. 4 T. Previous Agreements Superseded. The terms and conditions of the Agreement supersede the terms, obligations, and conditions of any existing or prior agreement between the parties regarding the subject matter of this Agreement. U. Entire Agreement. This Agreement, including the exhibits and addenda attached hereto and forming a part hereof (if any), are all of the covenants, promises, agreements, and conditions, either oral or written, between the parties. V. Insurance and Indemnification. 1. Indemnification: The Consultant herby agrees to save harmless and defend the City from all claims and liability due to the negligent or intentional acts, errors, or omissions of the Consultant, its agents, and employees in performing the work required by this Agreement. The City shall not be obligated or liable to the Consultant or to any other party for any claim whatsoever arising in connection with this Agreement except for negligence that is solely and entirely the fault of the City. The indemnification provided for in this section with respect to any acts or omissions during the term of this Agreement shall survive any termination or expiration of this Agreement. 2. General Liability Insurance: Prior to undertaking any work under this agreement, the Consultant, at no expense to the City, shall obtain and file with the City, evidence of a policy of general comprehensive liability insurance, which policy must fully protect the City from any and all claims and risks in connection with any activity performed by the Consultant by virtue of the Agreement. Such policy must provide the following minimum coverage: $1,000,000 per occurrence combined with single limit bodily injury and property damage. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Agreement. The policy shall name the City, its elected officials, officers, agents, and employees as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City thirty (30) calendar days prior written notice (any language in the clause to the effect of "but failure to mail such notice shall impose no obligation or liability of any kind upon the company" shall be crossed out and initialed by the insurance agent.) The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide and admitted in the State of Washington. W. Termination. 1. For Cause: Either party may terminate this Agreement without recourse by the other in the everit that the other fails to perform its obligations as described in this Agreement and such failure has not been corrected to the reasonable satisfaction of the other in a timely manner after notice of breach hasbeen provided to such, other party. Without limitation to the generality of the foregoing, either party may also terminate this Agreement without recourse by the other in the event that the parties cannot agree upon terms identified in this Agreement as requiring future assent, such as identification of form and timing of contract deliverables or details pertaining to scope of services. 5 For Reasons Beyond Control of Parties: Either party may terminate this Agreement without recourse by the other where performance is rendered impossible or impracticable for reasons beyond such party's reasonable control such as, but not limited to, acts of nature, war or warlike operations; civil commotion; riot; labor dispute including strike, walkout, or lockout; sabotage; or superior governmental regulation or control. 3. Notice: Notice or termination pursuant to Subsection W.I. and W.2., hereof shall be given by the party terminating this Agreement to the other not less than five (5) days prior to the effective date of teiinination. IN WITNESS WHEREOF, the parties have representative affix their signatures below. CITY OF YAKIMA Signature Richard A. Zais, Jr. City Manager Date City Contract No. 0206)7-7/ Resolution No. R -a4: 7—/.33 6 executed this Agreement by having their Michael Sullivan Artifacts Consulting, Inc. BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. /0 For Meeting of October 2, 2007 ITEM TITLE: Consideration of a Resolution authorizing the City. Manager to execute a Consultant Agreement with Artifacts Consulting, Inc., to provide professional services related to an architectural survey in the Barge Chestnut neighborhood. SUBMITTED BY: William Cook, Director of Community and Economic Development CONTACT PERSON/TELEPHONE: William Cook (575-6113) SUMMARY EXPLANATION: In June 2007 the City was awarded a $12,000 grant from the Washington State Department of Archaeology and Historic Preservation to conduct a survey and inventory of Yakima's Barge Chestnut neighborhood. The Department of Community and Economic Development is proposing the City enter into a $12,000 professional service agreement with Artifacts Consulting, Inc., to provide professional services related to the survey and inventory. This is a volunteer -based survey project that will serve as a model for future projects in other residential neighborhoods in Yakima. The neighborhood volunteers will conduct research on the individual houses, take photographs, complete in inventory forms, and input information into a database. Artifacts will oversee the process, providing guidance for the volunteers and providing the following services related to the survey: • Provide training on research, field work, and database management; • Conduct quality control review; • Prepare the map and historic context statement; • Format the final report to be submitted to the Department of Archaeology and Historic Preservation. The award letter, the full scope of work, and the schedule for project completion are attached. Resolution X Ordinance Other (Specify) Consultant Agreement Mail to (name and address): Phone: Funding Source Economic Deve ment Fund 123, to be reimbursed by State grant APPROVED FOR SUBMITTAL: - City Manager STAFF RECOMMENDATION: Approve the contract by adopting the Resolution BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: July 19, 2007 Barge -Chestnut Neighborhood Association For a Safe, Viable and Historic Neighborhood Bill Cook Director, Community and Economic Development City of Yakima 129 North 2nd Street Yakima, WA 98901 Dear Mr. Cook: RECEIVED JUL 242007 CITY OF YAKIMA COMMUNITY DEVELOPMENT At our Barge -Chestnut Neighborhood Association (BCNA) Board of Directors meeting on June 21, 2007, we passed a resolution endorsing City of Yakima's hiring of Artifacts Consulting using the -designated grant funds: --The BONA and its -members look forward to working with - Artifacts Consulting and their staff as they lead us through the process of applying for a Historic Neighborhood designation within our Association's established boundaries. We see this as an excellent opportunity to develop a partnership between our neighbors, the City of Yakima, and the staff of Artifacts Consulting to work toward our goal of preserving the historic nature of our neighborhood Sincerely, Walt Ranta, President Barge -Chestnut Neighborhood Association BCNA • c/o 211 S. 24th Avenue • Yakima, WA 98902 Barge -Chestnut Neighborhood Cultural Resource Survey Scope of Work Project Description The project is a reconnaissance level architectural survey covering eleven blocks of the Barge Chestnut neighborhood containing approximately 200 resources. The eleven blocks make up a small subset of the neighborhood and present a manageable geographical area to survey in this first phase. The activities to be conducted represent the standard methods used to conduct such a survey. Activities to be conducted include: 1) determine boundaries of survey area, 2) establish criteria for survey, 3) review prior data, surveys and literature, 4) prepare historic context statement to guide the survey, 5) conduct field survey including photography, 6) data analysis, 7) development of inventory, 8) historic and property research, 9) prepare inventory forms, 10) prepare survey maps, and 11) prepare survey report. Artifacts Consulting, Inc. will guide the process, provide training on research, field work, and database management; conduct quality control review; prepare the map and historic context statement; and format the final report. The volunteers will conduct research for individual houses, take photographs, complete the inventory forms, and input information into the database. This volunteer -based survey project will serve as a model for future phases in the Barge - Chestnut neighborhood as well as for other residential neighborhoods in Yakima, particularly those adjacent to the north and southeast of downtown Yakima. The work products that will be submitted to the Department of Archaeology and Historic Preservation include: 1) Barge -Chestnut Neighborhood Cultural Resources Survey and Inventory Report and 2) electronic data and photographs for importing into the DAHP Statewide Inventory Database. Fees Total contract amount is $12,000. Task Amount Training meetings $ 1,500 Project meetings $ 800 Research $ 2,000 Prepare Historic Context Statement $ 3,500 Prepare Survey/Inventory Report Prepare survey map(s) Conduct review and quality control over volunteer work TOTAL: $ 1,400 $ 800 $ 2,000 $12,000 Schedule (see attached schedule from the CLG Grant Application) STATE OF WASHINGTON RECEIVED OCT 1 7 2007 CITY OF YAKIMA CO Department of Archaeology and Historic PreservationiNITY DEVELOPMENT 1063 S. Capitol Way, Suite 106 • PO Box 48343 • Olympia, Washington 98504-8343 (360) 586-3065 • Fax Number (360) 586-3067 • www.dahp.wa.gov DAHP Contract # FY08-61018-002 Grant Agreement Between Washington State Department of Archaeology and Historic Preservation And City of Yakima Grant No.: FY08-61018-002 Contact Person: Loren Doolittle (360) 586-3072 Federal Grant No.: N/A CFDA No.: 15-904 Grant Title: City of Yakima Effective Date: October 1, 2007 Expiration Date: August 31, 2008 City of Yakima "Barge -Chestnut Neighborhood" Survey and Inventory. This agreement is made between The Department of Archaeology and Historic Preservation hereinafter referred to as the DEPARTMENT, and the City of Yakima, hereinafter referred to as the GRANTEE. Section 1. Responsibilities of the Grantee A. The GRANTEE will perform or cause others to perform the work described in the "Scope of Work" (Attachment 2). Additional special conditions or specifics about the work required by this agreement, if any, are in attachments as enumerated and described in Section 3. The GRANTEE agrees to perform the work in accordance with any such special conditions or specifics. B. The GRANTEE understands that the work called for under this agreement must conform to federal administrative requirements as they relate to the DEPARTMENT, and the GRANTEE agrees to comply with all such DEPARTMENT OF ARCHAEOLOGY & HISTORIC PRESERVATION Protect the Pcst, Shope the Future DAHP Contract # FY08-61018-002 requirements. The following documents summarize some of these requirements and are incorporated herein and made a part hereof as though set forth in full: (1) The requirements of OMB Circular A-133 for States, Local Governments, and Non- profit organizations. (2) The "Secretary of Interior Standards and Guidelines for Archaeology and Historic Preservation." All products under this contract must be in compliance with the relevant Secretary's Standards and Guidelines e.g. Preservation Planning, Identification, Evaluation, Registration, Historic Research and Documentation, Architectural and Engineering Documentation, Archeological Investigation, Historic Preservation Projects, and Preservation Terminology. (3) The "Historic Preservation Fund Grants Manual." - Latest Revision, February 2003. (4) "Grants in Aid Manual." Department of Community Trade and Economic Development, Office of Archaeology and Historic Preservation. (5) "Fiscal Year 2007 Historic Preservation Fund Annual Grant Application and Budget Changes / Special Conditions." (6) "43 CFR 17 Civil Rights, Subpart A, Implementing Title VI of the Civil Rights Act of 1964; and Subpart B, Implementing Section 504 of the Rehabilitation Act of 1973; and Subpart C, Implementing the Age Discrimination Act of 1975; and subpart E, Enforcement of Nondiscrimination on the Basis of Handicap in Programs or Activities Conducted by the Department of the Interior." (7) "Americans with Disabilities Act of 1990," 42 U.S.C. 1201 et seg. (ADA) provides comprehensive civil rights to individuals with disabilities in the areas of employment, public accommodations, state and local government services, and telecommunications. c. The GRANTEE agrees to comply with the restrictions of 18 U.S.C. 1913 concerning lobbying with appropriated funds: "No part of the money appropriated by any enactment of Congress shall, in the absence of express authorization by Congress, be used directly or indirectly to pay for any personal service, advertisement, telegram, telephone, letter, printed or written matter, or other device, intended or designed to influence in any manner a Member of Congress, to favor or oppose, by vote or otherwise, any legislation or appropriation by Congress, whether before or after the introduction of any bill or resolution proposing such legislation or appropriation; but this shall not prevent officers or employees of the United States or its departments or agencies from communicating to Members of Congress at the request of any Member, or to Congress through the proper official DAHP Contract # FY08-61018-002 channels, requests for legislation or appropriations which they deem necessary for the efficient conduct of the public business." D. The GRANTEE agrees to maintain records in a manner which will provide an audit trail to all expenditures reported to the DEPARTMENT. The GRANTEE agrees to keep these records for at least four years following the ending date of the grant. In the event that an audit of the GRANTEE or of the DEPARTMENT should take exception to any expenditures by the GRANTEE, the GRANTEE agrees to refund to the DEPARTMENT on demand the amount determined by the audit as due. In the event that the DEPARTMENT is required to institute legal proceedings to enforce this repayment provision, the DEPARTMENT shall be entitled to its costs thereof, including reasonable attorney's fees. When arranging for an audit, the DEPARTMENT should contact: Vaughn McBride Tel: (509) 576-6315 129 North Second Street, 2" Floor Yakima, WA 98901 E. The GRANTEE agrees to pay all the costs involved in carrying out the terms of this agreement prior to seeking reimbursement as provided for in Section 2. a. When seeking reimbursement, the GRANTEE will submit a completed reimbursement form in writing to the DEPARTMENT and provide such documents as an affidavit of publication for newspaper advertising soliciting bids, contracts, photocopies of canceled checks and invoices, and other documents as may be requested by the DEPARTMENT. The DEPARTMENT will provide the GRANTEE with the reimbursement form and guidelines for financial reporting procedures. The GRANTEE agrees to submit its request for reimbursement within thirty (30) days following completion of the work. F. The GRANTEE agrees to provide the DEPARTMENT with a completion report following a form provided by the DEPARTMENT. The GRANTEE will submit this report on or before the end date. The GRANTEE agrees that the DEPARTMENT shall have the right to withhold all or part of the payment required in Section 2.a. pending receipt of this completion report. G. The GRANTEE agrees that the "Budget" (Attachment 1) shall be a financial guide for the work called for by this agreement. The GRANTEE may exceed the budgeted amounts, but this shall in no way obligate the DEPARTMENT for a greater amount than that stipulated as DEPARTMENT share. In the event that the GRANTEE should spend less than the budgeted amount on an object or element in the budget, the DEPARTMENT may either reduce its obligation proportionately or it may terminate this agreement. The GRANTEE agrees to maintain records which will render an accurate accounting by the elements or objects in the budget. The actual expenditures for the amounts reflected in the budget may vary by 15 percent without requiring an amendment to this grant agreement. H. The GRANTEE agrees that the DEPARTMENT shall have the right to terminate this agreement if the GRANTEE shall fail to fulfill in a timely and proper manner its obligations under this agreement or if the GRANTEE shall violate any of the covenants, conditions, or stipulations of the agreement. In case of such termination by the DEPARTMENT, the GRANTEE agrees to return to the DEPARTMENT within thirty (30) DAHP Contract # FY08-61018-002 days of the effective date of termination, any payments made by the DEPARTMENT to the GRANTEE under the terms of this agreement or any portion of such payments as may be directed by the DEPARTMENT. The GRANTEE agrees to submit the products identified in the Scope of Work on or before the grant end date. GRANTEE acknowledges and understands that final products which do not conform to the terms and conditions of this agreement or which do not meet the applicable Secretary of the Interior's Standards will not be reimbursed. The GRANTEE agrees to submit a "Schedule for Project Completion" (Attachment 6) before beginning work under this agreement. Said schedule form shall list each element described in the "Scope of Work" and shall indicate the approximate date when completion of each can be expected. J. The GRANTEE will maintain regular contact with the DEPARTMENT regarding the progress of the grant project. The GRANTEE agrees that the DEPARTMENT shall have the right to monitor the work called for by this agreement. K. The GRANTEE agrees to use competitive negotiation procedures (or small purchase procedures for under $25,000) for procurement of professional services and subcontracts. GRANTEE agrees to maintain records sufficient to detail the significant history of a procurement and to forward evidence of competitive procurement to the DEPARTMENT prior to reimbursement of funds under this agreement. (See Section 3, Attachment 7.) L. The GRANTEE agrees that it, its agents and employees, and any other person or entity performing any work under this agreement, are independent contractors and not employees of the State of Washington. M. Federal funds are the basis for this contract. The GRANTEE certifies that neither it nor its principals are presently debarred, declared ineligible, or voluntarily excluded from participation in transactions by any federal department or agency. Should for any reason the Federal funds which are the basis for this agreement become withdrawn, the agreement may be terminated without penalty to the DEPARTMENT. N. To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless State, agencies of State and all officials, agents and employees of State, from and against all claims for injuries or death arising out of or resulting from the performance of the Contract. Contractor's obligation to indemnify, defend, and hold harmless includes any claim by Contractors' agents, employees, representatives, or any subcontractor or its employees. Contractor expressly agrees to indemnify, defend, and hold harmless the State for any claim arising out of or incident to Contractor's or any subcontractor's performance or failure to perform the Contract. Contractor's obligation to indemnify, defend, and hold harmless the State shall not be eliminated or reduced by any actual or alleged concurrent negligence of State or its agents, agencies, employees and officials. DAHP Contract # FY08-61018-002 Consistent with RCW 43.17.320.340, the parties shall make every effort to resolve disputes arising out of, or relating to, this contract through discussion and negotiation. Should discussion and negotiation fail to resolve a dispute arising under this contract, the parties shall select a dispute resolution team to resolve the dispute. The team shall consist of a representative appointed by the director of each party and a third party mutually agreed upon by the director of each party. The team shall attempt, by majority vote, to resolve the dispute. If the dispute cannot be resolved in this fashion, either party may request assistance from the Governor pursuant to RCW 43.17.330. o. The GRANTEE agrees to provide or purchase industrial insurance coverage, as applicable, prior to performing work under this agreement. The DEPARTMENT will not be responsible for payment of industrial insurance premiums or for any other claim or benefit for this GRANTEE, or any sub -grantee or employee of the GRANTEE, which might arise under the industrial insurance laws during performance of duties and services under this agreement. If the Department of Labor and Industries, upon audit, determines that industrial insurance payments are due and owing as a result to work performed under this agreement, those payments shall be made by the GRANTEE; the GRANTEE shall indemnify the DEPARTMENT and guarantee payment of such amounts. P. The GRANTEE agrees to include written acknowledgment of National Park Service, Department of Community Trade and Economic Development, and Office of Archaeology and Historic Preservation support for all grant -related publications and public information materials including audio-visual and workshop materials. The GRANTEE further agrees that the written acknowledgment shall comply with the form and content stipulated in the "Historic Preservation Fund Grants Manual — 2005." Q. The GRANTEE agrees to any additional conditions identified in section 3 and attached to this agreement. R. There shall be no discrimination against any person employed by the GRANTEE in connection with work covered by or related to this agreement, or against any applicant for such employment, because of race, creed, color, sex, age, martial status, national origin, or the presence of any sensory, mental, or physical handicap in accordance with Chapter 49.6ORCW. This provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or advertising; layoff or termination; rates of pay or other forms of compensation and selection for training. The GRANTEE shall insert a similar provision in all subcontracts for services covered by this agreement. During the performance of this Contract, the Contractor shall comply with all federal and state nondiscrimination laws, regulations and policies. s. In accordance with legislative findings and policies set forth in Chapter 39.19 RCW the GRANTEE is encouraged in the participation and use of Minority and Women's Business Enterprise firms certified by OMWB. T. The GRANTEE agrees to a 60/40 match of funds. 60% being the full amount of the let grant amount, 40% being the match amount by the GRANTEE. Further, the GRANTEE agrees that any match specifically identified to this grant agreement by the GRANTEE the DAHP Contract # FY08-61018-002 GRANTEE will not claim match directly earmarked or identified for this agreement as match for any other grant, agreement or contract. The DEPARTMENT has first and exclusive claim to match provided by the GRANTEE to this agreement as indirect eligible match to the National Park Service, Historic Preservation Fund award to the DEPARTMENT. DEPARTMENT: Grant Amount: $12,000.00 GRANTEE: Minimum Grant Match Amount: $8,000.00. Section 2. Responsibilities of the DEPARTMENT A. The DEPARTMENT agrees to reimburse the GRANTEE one hundred (100) percent of its actual authorized expenditures for the purpose of this agreement, provided: (1) The total paid by the DEPARTMENT shall not exceed the amount stipulated in the "Budget" (Attachment 1) as DEPARTMENT share. (2) All expenditures were incurred between the beginning and ending dates of the grant. (3) No expenditures have been previously claimed in any other grant from any agency of the state or federal government. (4) The DEPARTMENT has authority to expend the funds required to meet the obligations contained herein. (5) The GRANTEE has met all requirements contained in this agreement. B. The DEPARTMENT agrees to consider requests from the GRANTEE for progress payments if, in the DEPARTMENT'S judgment, the public interest will be served by doing so and if such payments are administratively practical. c. The DEPARTMENT may unilaterally terminate all or part of this contract, or may reduce its scope of work and budget, if there is a reduction in funds by the source of those funds, and if such funds are the basis for this contract. The following attachments are hereby incorporated into and made a part of this agreement. Attachment #1. Attachment #2 Attachment #3A. Attachment #3B, Attachment #3C. Attachment #4. Attachment #5 Attachment #6 "Budget," consisting of one page. "Scope of Work consisting of six pages "Civil Rights Assurance", consisting of one page. "Understanding Grant Requirements", consisting of one page. "Certification Regarding Debarment," consisting of two pages. "State Form A19-1 Invoice Voucher" to be used as basis for billing, consisting of one page. "Report of Services/ Labor Value Appraisal" form to be used by GRANTEE to document labor costs, consisting of one page. "Schedule for Project Completion" form, consisting of one page DAHP Contract # FY08-61018-002 Attachment #7 "Competitive Negotiation and Small Purchases Contracting Documentation," consisting of one page, for a total of fifteen (15) pages. Section 4. Amendments This grant agreement may only be amended if such amendment is in writing (with the exception of the 15% variance for actual expenditures identified in Section 1.g), agreed to and signed by all the parties, and attached hereto. DEPARTMENT: Aly vi All ! roo ✓, Director /0/ (17,97— Date GRANTEE: City of Yakim Date I -66O/2(/3 Fed ID No. Attachment #1 Budget ELEMENT/OBJECT Grant No. FY08-61018-002 Salaries Federal Dollars Hard Match* Soft Match* Total Community/Economic Development Director (20 hrs @$51 hr) $12,000.00 $1020.00 $200.00 $1554.00 Deputy Director (13 hrs @ $38 hr) $494.00 $100.00 $494.00 Staff Planner (40 hrs @ $24 hr) $960.00 $100.00 $960.00 Administrative Asst. (2 hrs @ $23. hr) $46.00 $46.00 Volunteer Historian (50 hrs @ $10 hr) $500.00 $500.00 Neighborhood Volunteers (450 hrs @ $10 hr) $4500.00 $4500.00 Indirect 0/0 Total Element/Object: $2520.00 $5000.00 $7520.00 GOODS & SERVICES Contract Services Federal Dollars Hard Match Soft Match Total Historic Preservation Consultant $12,000.00 $250.00 $200.00 $12,000.00 Historic photos/maps $150.00 $100.00 $250.00 Materials/Supplies/Equipment Federal Dollars 60% Hard Match 40%* Soft Match Total Project Cost - 100% Photocopies/graphics $12,000 $250.00 $200.00 $450.00 Historic photos/maps $150.00 $100.00 $250.00 Field survey materials $100.00 $100.00 $200.00 Other City GIS zoning map update $500.00 $500.00 $1000.00 Total Goods & Services: $12,000.00 $900.00 $900.00 $13,800 Note: Minimum Non -Federal Share REQUIRED is $8,000.00. Non -Federal Share expenditures that are presented and that are above the minimum are subject to the conditions of Section 1; T. of this contract. (Specification, assignment, and claim of indirect match to the Department of Archaeology and Historic Preservation.) *Match can be made up of both hard and soft costs. 40% is the total of match. Federal Dollars 60% Hard Match 40%* Soft Match Total Project Cost - 100% Total Funding Request $12,000 $3420.00 $5900.00 $21,320.00 Note: Minimum Non -Federal Share REQUIRED is $8,000.00. Non -Federal Share expenditures that are presented and that are above the minimum are subject to the conditions of Section 1; T. of this contract. (Specification, assignment, and claim of indirect match to the Department of Archaeology and Historic Preservation.) *Match can be made up of both hard and soft costs. 40% is the total of match. Contract # FY08-61018-002 Attachment #2 Scope of Work I. WORK TO BE ACCOMPLISHED: The GRANTEE shall conduct the following activities: A. CITY OF YAKIMA "BARGE -CHESTNUT NEIGHBORHOOD" SURVEY AND INVENTORY PROJECT: The GRANTEE shall create a historic inventory, as follows: 1. SURVEY AREA AND CRITERIA: The GRANTEE shall create an intensive level survey of: a) AREA: 10 Blocks of Yakima's "Barge -Chestnut Neighborhood" roughly located within the following described boundaries: 24th Avenue - East, 32nd Avenue - West, Large Street — North, Chestnut Avenue - South b) CRITERIA: Historic buildings, structures, objects, and sites forty-five years of age and older, approximately 200 new reconnaissance level inventory forms and a survey report. c) DEFINITIONS: Reconnaissance surveys (also called windshield surveys) are visual or predictive surveys that identify the general distribution, location and nature of historic resources within a given area. A reconnaissance survey of the built environment generally entails the field identification of resources that appear to meet broad survey requirements. Documentation at this level rarely exceeds property address, observational information on architectural style and features, and photographic information. However, it may be possible to discern if the property appears to be a unique resource based on the observations of the overall survey area. If so, this information should be recorded in the "Statement of Significance" section of the database. Reconnaissance surveys are often conducted to establish the boundaries for intensive surveys to follow. Reconnaissance surveys literally consist of driving around a community and noting the general distribution of buildings, structures, and neighborhoods representing different architectural styles, periods and modes of construction. Reconnaissance level survey forms must still be completed on the electronic DAHP Historic Property Inventory Database. Because reconnaissance surveys record only observable information, they may not provide sufficient Page 1 Contract # FY08-61018-002 information with which to make determinations of eligibility beyond architectural significance. A reconnaissance level survey should include the following: All of the location information including UTMs for each property inventoried Surveyor and survey name, but not necessarily the owner information for the property (current and histonc) The "Resource Status" should at least include "survey/inventory", but if the National, State or Local Register information is not known, that need not be researched - The current use of the building should be noted since it is observable from the street, although histonc use does not necessarily need to be researched - All observable architectural information should be completed within the database - The "Descnption of Physical Appearance" section on the Narrative must be completed A concise "Statement of Significance" based on the knowledge of the surveyor (usually related to the architecture of the building) must be completed - A Determination of Eligibility (based solely on the architectural qualities of the structure) - A best guess date of construction Digital image(s) of the resource A reconnaissance level survey does not need to include the following: National, State or Local Register status - Ownership information — either historic or current - The historic use of the property - The historic or common name of the property (unless its discernable from the street) - The Study Unit Theme The architect/engineer/builder - An in-depth "Statement of Significance" - A bibliography (unless sources were consulted by the surveyor) Intensive level survey and evaluation combines a reconnaissance survey with an evaluation by a trained professional. Intensive survey involves in-depth archival research and field -work to record properties in the survey area. For all types of intensive survey and evaluation projects, the objective is to gather sufficient information to recommend proposed significance or non- significance of the investigated properties and develop historic contexts in terms of National Register of Historic Places listing. An intensive level survey should include the completion of all of the fields on the database and would consist of research on the property beyond what can be noted from the street. An intensive level survey should include all of the information required for a reconnaissance level survey plus the following: - An accurate date of construction based on research Page 2 Contract # FY08-61018-002 Historic images if found - The name of the architect or builder - A bibliography - A determination of National Register eligibility by a trained professional - The historic use of the property - Ownership information - Historic or common name of the property The Study Unit Theme And a thorough, in-depth statement of significance section based on the history of the resource, its context, integrity and eligibility for the National Register of Historic Places 2. SURVEY PROJECT MANAGER: The GRANTEE shall ensure that the personnel directing the survey activities meet the professional qualifications in 36 CFR 61, Appendix A. The personnel must be procured using a competitive process as outlined in the Historic Preservation Fund Grants Manual, October 1997, see Attachment #7. Before final selection, the GRANTEE shall afford the DEPARTMENT an opportunity to review and approve candidates for the historic preservation consultant conducting the survey project. 3. SURVEY STANDARDS: The GRANTEE shall conduct the survey activity and produce complete inventory forms and a survey report consistent with the guidelines in "Historic Property Inventory Guide and Database User Manual" and the "Washington State Standards for Cultural Resource Reporting" published by the Department of Archaeology and Historic Preservation and summarized as follows: a) COMPLETED SURVEY: (1) A COMPLETED SURVEY is understood to mean when the GRANTEE has used the STATEWIDE HISTORIC PROPERTY INVENTORY DATABASE to document all required survey materials of the defined survey area and has submitted to the DEPARTMENT exported files from the project area and all pertinent digital images on CD ROM. The inventory records must be determined acceptable by the DEPARTMENT. (2) The REQUIRED SURVEY MATERIALS are understood to consist of a SURVEY PROJECT REPORT including a MAP of the entire survey area with all sites marked and numbered and a CD ROM including exported files from the project area and all pertinent digital images submitted to the DEPARTMENT. Page 3 Contract # FY08-61018-002 b) A COMPLETED INVENTORY FORM is understood to mean a completed record on the STATEWIDE HISTORIC PROPERTY INVENTORY DATABASE, with each section filled out with the inventory information and at least one digital image of the inventoried property. c) A SURVEY PROJECT REPORT is understood to mean a report which follows the guidelines for survey project reports provided by the DEPARTMENT within the "Washington State Standards for Cultural Resource Reporting" which includes the introduction, survey methodology, historic context, analysis, recommendations, a map of the entire survey area with all sites marked and numbered, and appendices. The document shall include in their entirety the following acknowledgement, disclaimer, and non- discrimination statements: This (insert type of publication) has been financed in part with Federal funds from the National Park Service, Department of the Interior administered by the Department of Archaeology and Historic Preservation (DAHP) and the (insert local government credit). However, the contents and opinions do not necessarily reflect the views or policies of the Department of the Interior, DAHP, (*) nor does the mention of trade names or commercial products constitute endorsement or recommendation by the Department of the Interior or DAHP. [*If there are no commercial products, omit that part of the statement.] This program received Federal funds from the National Park Service. Regulations of the U.S. Department of Interior strictly prohibit unlawful discrimination in departmental Federally Assisted Programs on the basis of race, color, national origin, age, or handicap. Any person who believes he or she has been discriminated against in any program, activity, or facility operated by a recipient of Federal assistance should write to: Director, Equal Opportunity Program, U.S. Department of the Interior, National Park Service, 1849 C Street, NW, Washington, D.C. 20240. d) The GRANTEE shall submit to the DEPARTMENT draft copies of a sample of the completed Historic Property Inventory Forms in hard copy and the draft survey project report. First draft materials shall be submitted to the DEPARTMENT no later than May 23, 2008. A second submittal of draft materials shall be submitted no later than July 18, 2008. Final product is due on Friday, August 29, 2008. The DEPARTMENT shall respond to the GRANTEE within thirty days of each draft submittal with comments. If the DEPARTMENT has not responded within thirty days, the GRANTEE shall assume that the DEPARTMENT has no comment on the draft submittals. 4. INCOMPLETE OR INACCEPTABLE MATERIALS: Any required survey materials submitted which are not considered acceptable or complete—which do not meet the DEPARTMENT's cultural resource survey editorial standards and/or do not contain the required level of documentation—will be returned to the GRANTEE for completion within Page 4 Contract # FY08-61018-002 the grant period. The inventory must be submitted as a CD on the STATEWIDE HISTORIC PROPERTY INVENTORY DATABASE. 5. REIMBURSEMENT: The GRANTEE will only be reimbursed for preparing acceptable and complete required survey materials submitted during the grant period. 6. DEPARTMENT RESPONSIBILITIES: The DEPARTMENT shall provide the GRANTEE with the STATEWIDE HISTORIC PROPERTY INVENTORY DATABASE and the database user manual if the GRANTEE does not already possess the DATABASE. B. PUBLIC EDUCATION ACTIVITIES 1. The GRANTEE shall research, design, and conduct at least one public presentation during the grant period subject to the following conditions: a) The purpose of the presentation(s) shall be to present findings of the survey and inventory project and respond to any questions raised by the public. b) The GRANTEE shall notify the DEPARTMENT of the presentation date and shall be afforded an opportunity to attend. c) Summarize the public presentation(s) including but not limited to: number of participants, comments, and notable conclusions arising from the presentation. Include the summary in the completion report. C. REPORTING ACTIVITIES 1. GRANT ADMINISTRATION: The GRANTEE shall establish and maintain contact with the DEPARTMENT throughout the grant period as to the status of all grant activities by preparing and submitting the following reports to the DEPARTMENT at the times indicated: a) SUMMARY REPORTS: The GRANTEE shall prepare the following reports which summarize specific activities in the Scope of Work: (1) COMPLETION REPORT: At the conclusion of the grant activities, prepare a completion report detailing compliance with each aspect of the Scope of Work, which includes the survey project report, database documentation, and all minimum products not already provided to the Page 5 Contract # FY08-61018-002 DEPARTMENT. Submit to the DEPARTMENT on or before the end of the grant period. b) DEPARTMENT RESPONSIBILITIES: The DEPARTMENT shall provide the GRANTEE with all the necessary forms, examples, or guidelines for preparing and submitting the reports. II. PRODUCTS: The GRANTEE shall at a minimum submit the following products to the DEPARTMENT: A. SURVEY A CD ROM containing the exported files of the City of Yakima's `Barge - Chestnut Neighborhood" inventory sites from the CITY OF YA.KIMA'S STATEWIDE HISTORIC PROPERTY INVENTORY DATABASE with at least one digital photograph for each site included on the CD ROM; and a survey project report which includes a map(s) of the entire survey area with each inventoried property marked with location and number. B. PUBLIC EDUCATION: One copy of printed materials produced in conjunction with the public presentation and summary report. C. REPORTS 1. A schedule for project completion (already submitted with grant application). 2. A completion report. Page 6 ATTACHMENT I- 3A STATEMENT OF UNDERSTANDING FOR GRANT MANAGEMENT REQUIREMENTS • CLGs receiving HPF grant assistance must fulfill the terms of their grant agreement with the state and adhere to all requirements of the National Register Programs Manual. This requirement includes compliance with Title VI of the Civil Rights Act of 1964, 78 Stat. 241, as amended, which provides that no person on the grounds of age, race, color, or national origin shall be excluded from participation in, be denied the benefits of, or be subject to discrimination under any activity receiving Federal financial assistance. • Local financial management systems shall be in accordance with the standards specified in OMB Circular A-128, "Standards for Grantee Financial Management Systems." • Indirect costs may be charged as part of the CLG grant only if the CLG subgrantee meets the requirements of the manual. Unless the CLG has a current indirect cost rate approved by the cognizant federal agency, only direct costs may be charged. • Grant recipients must maintain auditable financial records in accordance with the General Accounting Office's Standards for Audit of Governmental Organizations, Programs, Activities, and Functions. • The CLG subgrantee will provide, with request for reimbursement, documentation to support billings (time sheets, front and back canceled checks, etc.) for federal and non-federal share claimed. • Repayment will be made to the SHPO organization if terms and conditions of the subgrant agreement are not followed or costs claimed are disallowed following audit. Citt/ 0 I /%X/i„9 CLG SIGNATURE OF APPLICANT C,.,y /.a717ec- TITLE o7-/d'-2OD7 DATE Previous Edition Usable Standard Form 424D (Rev.7-97) Authorized for Local Reproduction Prescribed by OMB Circular A-102 A-1 ATTACHMENT/. U. S. DEPARTMENT OF THE INTERIOR CIVIL RIGHTS ASSURANCE As the authorized representative of the applicant, I certify that the applicant agrees that, as a condition to receiving any Federal financial assistance from the Department of the Interior, it will comply with all Federal laws relating to nondiscrimination. These laws include, but are not limited to: (a) Title VI of Civil Rights Act of 1964 (42 U.S.C. 2000d-1), which prohibits discrimination on the basis of race, color, or national origin; (b) Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794), which prohibits discrimination on the basis of handicap; (c) the Age Discrimination Act of 1975, as amended (42 U.S.C. 6101 et. seq.), which prohibits discrimination on the basis of age; and applicable regulatory requirements to the end that no person in the United States shall, on the grounds of race, color, national origin, handicap or age, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity conducted by the applicant. THE APPLICANT HEREBY GIVES ASSURANCE THAT it will immediately take any measures necessary to effectuate this agreement. THIS ASSURANCE shall apply to all aspects of the applicant's operations including those parts that have not received or benefited from Federal financial assistance. If any real property or structure thereon is provided or improved with the aid of Federal financial assistance extended to the Applicant by the Department, this assurance shall obligate the Applicant, or in the case of any transfer of such property, any transferee, for the period during which the real property or structure is sued for a purpose for which the Federal financial assistance is extended or for another purpose involving the provision of similar services or benefits. If any personal property is so provided, this assurance shall obligate the Applicant for the period during which it retains ownership or possession of the property. In all other cases, this assurance shall obligate the Applicant for the period during which the Federal financial assistance is extended to it by the Department. THIS ASSURANCE is given in consideration of and for the purpose of obtaining any and all Federal grants, loans, contracts, property, discounts or other Federal financial assistance extended after the date hereof to the Applicant by the Department, including installment payments after such date on account of applicants for Federal financial assistance which were approved before such date. The Applicant recognizes and agrees that such Federal financial assistance will be extended in reliance on the representations and agreements made in this assurance, and that the United States shall have the right to seek judicial enforcement of the assurance. This assurance is binding on the Applicant, its successors, transferees, assignees, and subrecipients and the person whose signature appears below who is authorized to sign this assurance on behalf of the Applicant. SIGNATURE OF AUTHORIZED CERTIFYING OFFICIAL '''.----- J TITLE ry /,�,vg6ti �-- APPLICANT/ORGANIZATION Li Ciry a.F74kim4 _61/ DATE SUBMITTED D5/-/ 7- god 7 APPLICANT/ORGANIZATION MAILING ADDRESS /2 q 4r/ti 24/ ArE 5745 ivei/n4, 1.19 1/ 9a/ BUREAU OR OFFICE EXTENDING ASSISTANCE .7%v.1 - 6/4 5W Previous Edition Usable Authorized for Local Reproduction A-2 DI -1350 (REV 6/91) Standard Form 424D (Rev.7-97) Prescribed by OMB Circular A-102 ATTACHMENT 3C U.S. Department of the Interior Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 43 CFR Part 12, Section 12.510, Participants' responsibilities. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211). Copies of the regulations are included in the proposal package. For further assistance in obtaining a copy of the regulations, contact the U.S. Department of the Interior, Acquisition and Assistance Division, Office of Acquisition and Property Management, 18th and C Streets, N.W., Washington, D.C. 20240. (BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON REVERSE) (1) The prospective lower tier participant certifies, by submission of this proposal that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Name and Title of Authorized Representative o3/,i2 2oa7 Signature Date Previous Edition Usable Standard Form 424D (Rev.7-97) Authorized for Local Reproduction Prescribed by OMB Circular A-102 A-3 FORM A19 -1A STATE OF WASHINGTON INVOICE VOUCHER AGENCY NAME Department of Archaeology & Historic Preservation 1063 S Capitol Way Suite 106 PO Box 48343 Olympia, WA 98504 8343 ATTN: ',VENDQR:,OR CLAIMANT (warrant is to be payable to)` City of Yakima Community Development 129 North Second Street 2nd Floor Yakima, WA 98901 ATTACHMENT NUMBER 4 AGENCY USE ONEY: z•:;:_; , y ` . AGENCY NO. CONTRACT NO: OR GA AUTH NO: 103 FY08-61018-002 ;INSTRUCTIONS TO VENDOR OR CLAIMAN•Ts In the absence of a detailed invoice, submit this form to claim payment for materials, merchandise or services. Show complete detail for each item. Vendor's Certificate: 1 hereby certify under penalty of perjury that the items and totals listed herein are proper charges for materials, merchandise or services furnished to the State of Washington, and that all goods furnished and/or services rendered have been provided without discrimination because of age, sex, marital status, race, creed, color, national origin, handicap, religion, or Vietnam era or disabled veteran status. By: (Sign in ink) (Title) (Date) FEDERAL I.D. NO. OR SOCIAL SECURITY NO RECEIVED BY DATE RECEIVED DATE. - DESCRIPTION: QUANTITY UNITPRICE u='4AM.OUNT' <; CURRENT DOC NO REF DOC NO VENDOR NUMBER VENDOR MESSAGE SUF TRANS CODE M 0 D FUND APPN INDEX PROGRAM INDEX SUB OBJ SUB SUB OBJ CNTY CITY PROJECT AMOUNT INVOICE NUMBER GENERAL LEDGER PREPARED BY (Fiscal) DATE DIVISION APPROVAL DATE DOC DATE CURRENT DOC NO REF DOC NO VENDOR NUMBER VENDOR MESSAGE SUF TRANS CODE M 0 D FUND APPN INDEX PROGRAM INDEX SUB OBJ SUB SUB OBJ CNTY CITY PROJECT AMOUNT INVOICE NUMBER GENERAL LEDGER APPROVED FOR PAYMENT BY FISCAL DATE WARRANT TOTAL Approved CTED Form A19 -1A (10/15/95) Name of Project: Year. Name of Person Performing Services: Monday Address: Wednesday Telephone: ❑ ❑ Did you receive any compensation for the time you devoted to this project? Yes No If yes, who paid you? How much were you paid? Attachment 5 REPORT OF SERVICES Month. Year. Sunday Monday Describe the services you performed. (If you supervised others, include their names and positions.) Wednesday How was the hourly rate shown below determined? ❑ Labor value appraisal on reverse side of this form. ❑ Other, explain. Saturday Total number of hours worked each day during this month: Beginning Sunday Monday Tuesday Wednesday Thursday Friday Saturday Totals I hereby swear that I devoted the time reported above, performing the work described on the project named. This time has not been reported for any other Federal or State project. Date I supervised or coordmated this person's work and verify that it was performed as indicated above. Date Washington State Office of Archaeology and Historic Preservation 1063 S. Capitol Way, Suite 106 PO Box 48343 Olympia, WA 98504-8343 2003 Reprint Total hours this month: # of hours Hourly rate: $ Per hour Amount charged to project: $ INSTRUCTIONS: Use this form to document all labor, whether paid or voluntary, which is claimed against a grant or used for the matching share of a grant. Complete it on a timely basis, i.e., fill it out immediately after the service is provided. ATTACHMENT 6 V. SCHEDULE FOR PROJECT COMPLETION List each proposed grant activity separately estimating the start and completion dates. This should be a complete listing of all potential activities associated with the grant including the two draft submittal dates of May 23, 2008 and July 18, 2008. This year's grant products are due on Friday, August 29, 2008. A start date and completion date are not sufficient for the Schedule of Project Completion. WORK TO BE ACCOMPLISHED Estimated Starting Date Estimated Completion Date Consultant training session(s) October 2007 November 2007 Review prior data, surveys and literature October 2007 November 2007 Determine survey boundaries and criteria October 2007 October 2007 Conduct research for historic context statement October 2007 November 2007 Prepare draft historic context statement November 2007 December 2007 Conduct field survey (including photography) October 2007 January 2008 Conduct historic and property research November 2007 January 2008 Prepare draft inventory forms February 2008 May 2008 Prepare survey maps March 2008 April 2008 Prepare draft survey report April 2008 May 2008 Submit first draft of survey report to DAHP May 23, 2008 City and HP Commission review of report May 2008 June 2008 HP Commission meeting July 2008 Submit second draft of survey report to DAHP July 18, 2008 Prepare final survey report Late July 2008 Late August 2008 Submit final survey report and electronic data and images to DAHP August 29, 2008 4 ATTACHMENT 7 COMPETITIVE NEGOTIATION AND SMALL PURCHASES CONTRACTING DOCUMENTATION THIS FORMAT SHOULD BE USED FOR CONTRACTS FOR PROFESSIONAL SERVICES AND OTHER PROCUREMENT TO DOCUMENT COMPLIANCE WITH FEDERAL PROCUREMENT STANDARDS. 1. Grant Number: 2. Type of Contract: Professional Services Printing Equipment/Supplies Other 3. Addresses of Contractors Contacted: Name of Person/Business: Street or PO Box: City/State/Zip Code: Work Telephone Number: Quote/Bid given: Name of Person/Business: Street or PO Box: City/State/Zip Code: Work Telephone Number: Quote/Bid given: Name of Person/Business: Street or PO Box: City/State/Zip Code: Work Telephone Number: Quote/Bid given: Contractor Selected: Basis for Selection: Lowest Price Other If the basis for selection was not the lowest price, explain the basis used: Signature of Grantee Official Date