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