Loading...
HomeMy WebLinkAboutR-2015-036 Construction Contract with Yakima Habitat for HumanityRESOLUTION NO. R-2015-036 A RESOLUTION authorizing the City Manager to execute a construction contract with Yakima Habitat for Humanity for the sum of $150,000 to purchase Tots and construct four (4) single family homes to be sold to qualified first time homeowners in the vicinity of N 2nd Street. WHEREAS, the City of Yakima is a recipient of federal HOME funds from HUD, which may be used, among other things, to provide land purchase and new construction costs, and WHEREAS, HUD requires construction contracts with Community Housing Development Organizations (CHDO's) to construct single family homes using HOME funds, and WHEREAS, The City Council finds and determines that the proposal submitted by Yakima Habitat for Humanity is for the benefit of qualified first time homeowners and an eligible use of HUD HOME Investment funds, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The Yakima City Council hereby authorizes the City Manager to sign a contract for the amount of $150,000 to be paid to a certified Community Housing Development Organization (CHDO) Yakima Habitat for Humanity to purchase lots and construct four new single family homes to be sold to qualified first time homebuyers as approved by HUD. ADOPTED BY THE CITY COUNCIL this 17th day of March, 2015. ATTEST: Soriy6 Claar Tee, City Cle Micah Cawl: , Mayor AGREEMENT BETWEEN THE CITY OF YAKIMA OFFICE OF NEIGHBORHOOD DEVELOPMENT SERVICES AND AWARDEE - HABITAT FOR HUMANITY 1. AWARDEE: Yakima Valley Partners Habitat for Humanity 2. Address: 21 W. Mead Ave. Ste 110, Yakima, WA. 98902 3. Phone: (509) 453-8077 4. Contact Person: Steve Luten , 5. Title of Service or Program being funded: New Construction of four new single family homes located at 1009, 1011, 1013 and 1015 N. 2"d Street. 6. 7. Amount of Contract Award: $150,000 (HOME) CFDA Contract # 14218 7. The term of this Contract shall commence upon the execution date of Contractors' receipt of "Letter to Proceed" from City of Yakima Office or Neighborhood Development Services and terminate on December 31, 2015 at midnight, unless sooner terminated by either party in accordance with Section XXII of Exhibit "A", attached hereto and incorporated herein by this reference. 8. This contract award and the rights and obligations of both parties hereto shall be subject to and govemed by the following: (a) "Terms and Conditions" attached hereto as Exhibit "A" and incorporated herein by this reference; and (b) Operating budget including the funding sources and uses statement and the work plan, attached hereto as Exhibit "B" and incorporated herein by this reference. (c) City of Yakima Resolution No. R-2015- , a copy of which is attached hereto as Exhibit "C" and incorporated herein by this reference. 9. Final Contract payment shall be subject to satisfactory completion of the project described in Exhibit "B", and satisfaction of all contract terms and conditions as stated in Exhibit "A", Exhibit "B" and Exhibit "C". This written document, together with all of the incorporated exhibits hereto, constitutes the entire Contract and terms of agreement between the parties hereto. IN WITNESS THEREOF the parties have executed this Contract as of the day and year stated below. CITY OF AKIMA Ton Date: CRY CONTRACT NO;//,, (� ^l1 o S RESOLUTION NO. 40 �-V 1 of 17 AWAR ' EE: Hai' at for Humanity By: Title: x�� ,e rec ' r Date: 3/ cf/j ' City of Yakima 3/4/2015 Page 1 Joan Da A nport, CDD Director Date: 3 -1 2---1 ATTEST Sonya Ciaar Tee, City Clerk City Contract No.: EXHIBIT "A" 2 of 17 City of Yakima 3/4/2015 Page 2 TERMS AND CONDITIONS WITNESSETH WHEREAS, the CITY is the recipient of HOME Investment Partnerships Program Funds from the U.S. Department of Housing and Urban Development (HUD), including funds that are reserved forthe use of Community Housing Development Organizations (CHDOs); and WHEREAS, the AWARDEE has been certified with the CITY as a CHDO, and has submitted a proposal for use of CHDO funds for a CHDO-eligible project under HOME regulations; NOW, THEREFORE in consideration of the mutual covenants and obligations herein contained, including the Attachments, and subject to the terms and conditions hereinafter stated, the parties hereto understand and agree as follows: Section I — Definitions A. AGENCY — is hereby defined as the Office of Neighborhood Development Services, the HOMEProgram administering agency of the City of Yakima. For the purpose of this Agreement and all administration of HOME funds, the AGENCY shall act on behalf of the CITY in the execution and fiscal and programmatic control of this agreement. The term "Approval by the CITY" or like term used in this Agreement shall in no way relieve the AWARDEE from any duties or responsibilities under the terms of this Agreement, or obligation State or local taw or regulation. B. FEE — is hereby defined as the amount of money the CITY agrees to pay and the AWARDEE agrees to accept as payment in full for all the professional, technical and construction services rendered pursuant to this Agreement to complete the WORK as further defined in Section III -SCOPE OF WORK, hereof. C. WORK — is hereby defined as all the professional, technical and construction services to berendered or provided by the AWARDEE as described here. D. PROJECT — is defined in Section IV below. E. HOME — is hereby defined as the HOME Investment Partnerships Program as described in 24 CFR Part 92, under the authority of 42 U.S.C. 3535 (d) and 12701 - 12839. Section II — Term The AWARDEE expressly agrees to complete all work required by this agreement in accordancewith the timetable set forth. Milestone Deadline Project Start Date.Date of signature. Interim Milestones/Deadlines (list below): Project Completion Date; December 31 2016 In addition, this project is subject to ongoing compliance requirements of HOME for Ten (10) yearsfrom the date of initial occupancy. During this compliance period, the AWARDEE will assure continuedcompliance with HOME requirements. For homebuyer units this includes monitoring units for principal residency and recapture of funds at time of resale. For rental units, this includes ongoing property standards, occupancy and rent limits compliance. Timely completion of the work specified in this agreement is 3 of 17 City of Yakima 3/4/2015 Page 3 an integral and essential part of performance. The expenditure of HOME funds is subject to Federal deadlines and could result in the Toss of the Federal funds. By the acceptance and execution of this agreement, it is understood and agreed by the AWARDEE that the PROJECT will be completed as expeditiously as possible and that the AWARDEE will make every effort to ensure that the project will proceed and will not be delayed. Failure to meet these deadlines can result in cancellation of this contract and the revocation of HOME funds. Since it is mutually agreed that time is of the essence as regards this agreement, the AWARDEE shall cause appropriate provisions to be inserted in all contracts or subcontracts relative to the work tasks required by this agreement, in order to ensure that the PROJECT will be completed according to the timetable set forth. It is intended that such provisions inserted in any subcontracts be, to the fullest extent permitted by law and equity, binding for the benefit of the CITY and enforceable by the CITY against the AWARDEE and its successors and assigns to the project or any part thereof or any interest therein. In the event the AWARDEE is unable to meet the above schedule or complete the above services because of delays resulting from Acts of God, untimely review and approval by the CITY and other governmental authorities having jurisdiction over the PROJECT, or other delays that are not causedby the AWARDEE, the CITY shall grant a reasonable extension of time for completion of the WORK. It shall be the responsibility of the AWARDEE to notify the CITY promptly in writing whenever a delay is anticipated or experienced, and to inform the CITY of all facts and details related to the delay. Section 111— Scope of Work The AWARDEE, in close coordination with the CITY, shall perform all professional services (the 'WORK") necessary to complete the development and occupancy of the following project in fullcompliance w Exhibit "B"project description, including HOME - assisted units description & compliance tern) It is understood that the AWARDEE will provide a specific working budget and realistic timetable as relates to: acquisition, construction/rehabilitation, soft costs, development fees and other allowable costs/activities prior to any fund usage. Said budget shall identify all sources and uses of funds, and allocate HOME and non -HOME funds to activities or line items. The aforementioned Work tasks will be performed in essentially the manner proposed in the AWARDEE's proposal as received by the AGENCY on 11/18/2014. The aforementioned document will be considered to be a part and portion of this agreement for reference. Section IV — Reimbursement of Expenses & Developer Fees A. GENERAL. Project expenses (excluding developer fee) shall be paid based on vouchers for actual expenses incurred or paid. Requests for payment must be submitted by the AWARDEE on forms specified by the CITY, with adequate and proper documentation of eligible costs incurred in compliance with 92.206 and necessary for HUD IDIS disbursement requirements. All such expenses shall be in conformance to the approved project budget. Budget revision and approval shall be required prior to payment of any expenses not conforming to the approved project budget. The City reserves the right to hold payment until adequate documentation has 4 of 17 City of Yakima 3/412015 Page 4 been provided by the Contractor and reviewed by the City. The Contractor agrees to the following provisions in satisfying the terms and conditions of this contract: B. PAYMENT AND DISBURSEMENTS: Disbursements by the City of Yakima from this contract/grant award shall be on a reimbursement basis covering actual expenditures by the Contractor or obligations of the Contractor currently due and owing, but not paid. Disbursements shall be limited to allowable costs and so shall be made upon the occurrence of all the following, in addition to any other conditions contained herein or in the special conditions: 1. Receipt by the City of Yakima ONDS of a written reimbursement request on forms provided by the City of Yakima ONDS supported by copies of vouchers, invoices, salary and wage summaries, or other acceptable documentation; and 2. Determination by the City of Yakima ONDS that the expenditures or obligations for which reimbursement is sought constitute allowable costs under the principles set forth in Federal Management Circular 74-4 "eligible costs under the CDBG Program" and that also fall within the applicable Project Budget. The Contractor shall submit monthly written claims for reimbursement of services performed under this Agreement. C. No payment shall be made for any service rendered by the Contractor except for services within the scope of a category set forth in the budget in Exhibit "B" of this Contract, and all funds received must be used for service as identified in Exhibit "B" of this Contract. D. 1. The Contractor shall submit to the City of Yakima ONDS a written request for approval of budget revision when a proposed revision would result in an increase or decrease of ten percent (10%) or more per home, from what has been set forth in the approved budget subject category. The City's written budget revision approval must be received by the Contractor prior to the Contractor incurring any expenditures against the revised budget subject categories. 2. When the revision of the Contractor budget does not exceed ten percent (10%) of an approved budget subject category, the Contractor must submit a revised budget to the City of Yakima ONDS prior to the submittal of claims against the budget. E. CITY reserves the right to inspect records and project sites to determine that reimbursement and compensation requests are reasonable. The CITY also reserves the right to hold payment until adequate documentation has been provided and reviewed. F. AWARDEE may submit a final invoice upon completion. Final payment shall be made afterthe CITY has determined that all services have been rendered, files and documentation delivered, and units have been placed in service in full compliance with HOME regulations, including submission of a completion report 5 of 17 City of Yakima 3/4/2015 Page 5 and documentation of eligible occupancy, property standards and long-term use restrictions. G. CITY shall have the right to review and audit all records of the AWARDEE pertaining to any payment by the CITY. Said records shall be maintained for a period of five years aftercompletion. Section V — Project Requirements The AWARDEE agrees to comply with all requirements of the HOME Program as stated in 24 CFRPart 92, including but not limited to the following. A. No HOME project funds will be advanced, and no costs can be incurred, until the City has conducted an environmental review of the proposed project site as required under 24 CFR Part 58. The environmental review may result in a decision to proceed with, modify or cancel theproject. Notwithstanding any provision of this Agreement, the parties hereto agree and acknowledge that this Agreement does not constitute a commitment of funds or site approval, and that such commitment of funds or approval may occur only upon satisfactory completion of environmental review and receipt by the CITY of a release of funds from the U.S. Department of Housing and Urban Development [or the State of Washington) under 24 CFR Part §58. Further, the AWARDEE will not undertake or commit any funds to physical or choice -limiting actions, including property acquisition, demolition, movement, rehabilitation, conversion, repair or construction prior to the environmental clearance, and must indicate that the violation of this provision may result in the denial of any funds under the agreement. B. Any HOME funds advanced to the PROJECT will be secured by a note and mortgage, and inthe case of a rental project, a deed covenant as required by 24 CFR Part 92. C. The AWARDEE will ensure that any expenditure of HOME funds will be in compliance with the requirements at 92.206, and acknowledges that HOME funds will only be provided as reimbursement for eligible costs incurred, including actual expenditures or invoices for work completed. D. If the project is to be owner -occupied, the AWARDEE will ensure that all HOME assisted unitswill be in compliance with 24 CFR 92.254, including documenting that the property is eligible under 92.254(a)(1) — (2), and will maintain compliance during the minimum compliance period. (If the property also contains a rental unit assisted with HOME funds, the AWARDEE will ensure that occupancy complies with the requirements of 92.254(a)(6).) If the project is to be a rental, the AWARDEE will ensure that that project is eligible under 92.214, and that it will meet the applicable standards of 24 CFR 92.252 253 at occupancy and for the minimum compliance period. E. The designated HOME -assisted units of this PROJECT will meet the affordability requirements as found in 24 CFR 92.252 (rental) or 92.254 (owner -occupied) as applicable. The AWARDEE shall collect and maintain Project beneficiary information pertaining to household size, income levels, racial characteristics, and the presence of Female Headed Households in order to determine tow and moderate -income benefit in a cumulative and individual manner. Income documentation shall be in a form consistent with HOME requirements as stated in the HUD Technical Guide for Determining Income and Allowances Under the HOMEProgram. 6 of 17 City of Yakima 3/4/2015 Page 6 F. In the selection of occupants for PROJECT units, the AWARDEE shall comply with all nondiscrimination requirements of 24 CFR 92.350. If the project consists of 5 or more units, the AWARDEE will implement affirmative marketing procedures as required by 24 CFR 92.351. Such procedures are subject to approval of the AGENCY. G. If the PROJECT is occupied at the time of this commitment, the AWARDEE will comply with the relocation requirements of 24 CFR 92.353. H. AWARDEE shall assure compliance with 24 CFR 92.251 as relates to Property Standards and Housing Quality Standards (HQS), Accessibility Standards under 24 CFR 92.251(a)(3) as applicable, and Lead Based Paint Requirements as found in 24 CFR 92.355 and 24 CFR Part 35. I. If the PROJECT is to be owner -occupied, the AWARDEE shall assure that any NOTES and MORTGAGES recorded for homebuyers shall be in compliance with 24 CFR 92.254 and that the AWARDEE will monitor each unit for principal residency (under 92.254(a)(3)) and resale/recapture (under 92.254 (a)(4) — (5)). J. AWARDEE will provide any documentation required by the AGENCY regarding match as may be required to document match for purposes of the HOME program. K. If any project under this agreement involves the construction or rehabilitation of 12 or more HOME -assisted units, the AWARDEE shall comply with the provisions of the Davis -Bacon Act (40 U.S.C. 276 a to a - 7) as supplemented by AGENCY of Labor regulations (29 CFR, Part 5),as amended. L. If the property is sold through a lease -purchase agreement, the AWARDEE will ensure compliance with 92.254(a)(7), as modified by the 1999 Appropriations Act, Section 599B. M. AWARDEE will be monitored by the AGENCY for compliance with the regulations of 24 CFR 92 for the compliance period specified above. The AWARDEE will provide reports andaccess to project files as requested by the AGENCY during the PROJECT and for Five (5) yearsafter completion and closeout of the AGREEMENT. Section VI — Repayment of Loan A. All HOME funds are subject to repayment in the event the PROJECT does not meet the ProjectRequirements as outlined above. B. It is understood that upon the completion of the PROJECT, any HOME funds reserved but notexpended under this agreement will revert to the CITY. C. If the PROJECT is for owner -occupancy, the AWARDEE shall lend the HOME funds to the individual buyers in an amount sufficient to make the purchase affordable. Any HOME funds that reduce the price of the property below the fair market value of the property shall be secured by a HOME note and mortgage as required in 92.254(a)(5)(ii), using the note and mortgage prescribed or approved by the AGENCY (and consistent with the method of recapture identified in the CITY's "Consolidated Plan"). All net sales proceeds from the sale of units are considered to be CDHO proceeds that may be retained by the AWARDEE and used in conformance with 24 CFR 92.300(a)(2), to be retained by the CDHO and used to further affordable housing for qualified first time home buyers within the City of Yakima. 7 of 17 City of Yakima 3/4/2015 Page 7 Section VII — CHDO Provisions It is understood that the AWARDEE has certified that it is and will maintain CHDO (Community Housing Development Organization) status for the term of the PROJECT/AGREEMENT in accordance with 24 CFR 92. The AWARDEE agrees to provide information as may be requested by the AGENCY to document its continued compliance, including but not limited to an annual board roster and certification of continued compliance. Any funds advanced as CHDO pre -development funds must be in compliance with 92.301, and are forgivable only under the terms in 92.301. Any funds advanced to the CHDO as CHDO Operating Expenses must be expended in compliance with 24 CFR 92.208. Any funds that the CHDO is permitted to retain as CHDO proceeds from this project shall be used in compliance with 24 CFR 92.300(a)(2) or as specified in this Agreement. If the project is rental, the AWARDEE will create and follow a tenant participation plan as required in 24 CFR 92.303. Section VIII — Procurement Standards The AWARDEE shall establish procurement procedures to ensure that materials and services are obtained in a cost-effective manner. When procuring for services to be provided under this agreement, the AWARDEE shall comply at a minimum with the nonprofit procurement standards at 24 CFR 84.40 - .48. In addition, the following requirements are imposed on any procurement under this PROJECT: Any personal property having a useful life of more than one year and purchased wholly or in part with sub -grant funds at a cost of three hundred dollars ($300) or more per item, shall upon its purchase or receipt become the property of the City of Yakima and/or federal govemment. Final ownership and disposition of such property shall be determined under the provisions of Attachment N of OMB, A-102. The Contractor shall be responsible for all such property, including its care and maintenance, and shall comply with the following procedural requirements: 1. Property records shall be maintained accurately and provide for: A description of the property; manufacturer's serial number or other identification number; acquisition date and cost; source of the property; percentage of HOME funds used in the purchase of property; location, use, and condition of the property. 2. A physical inventory of property shall be taken and the results reconciled with the property records at least once every two years to verify the existence, current utilization, and continued need for the property. 3. A control system shall be in effect to insure adequate safeguards to prevent lose, damage, or theft to the property. Any loss, damage, or theft of the property shall be investigated and fully documented. 4. Adequate maintenance procedures shall be implemented to keep the property in good condition. 5. If the Contractor elects to capitalize and depreciate such nonexpendable personal property in lieu of claiming the acquisition cost as a direct item of cost, title to such property shall remain with the Contractor. An election to capitalize and depreciate or claim acquisition cost as a direct item of cost shall be irrevocable. 8 of 17 City of Yakima 3/42015 Page 8 6. Nonexpendable personal property purchased by the Contractor under the terms of this Contract, in which title is vested in the City of Yakima or Federal Govemment shall not be rented, loaned, or otherwise passed to any person, partnership, corporation, association or organization without the prior express approval of the City of Yakima ONDS. 7. Any nonexpendable personal property fumished to, or purchased by, the Contractor, title to which is vested in the City of Yakima ONDS or federal government shall, unless otherwise provided herein or approved by the Contracting Officer, be used only for the performance of activities defined in this Contract. 8. As a condition prerequisite to reimbursement for the purchase of nonexpendable personal property, title to which shall vest in the City of Yakima ONDS or federal government, the Contractor agrees to execute such security agreements and other documents as shall be necessary for the City of Yakima ONDS or federal govemment to perfect its interest in such property in accordance with the "Uniform Commercial Code - Secured Transactions" as codified in Article 9A of RCW Chapter 62A. 9. The Contractor shall be responsible for any Toss or damage to the property of the City of Yakima ONDS or federal government (including expenses entered thereunto) which results from negligence, willful misconduct, or lack of good faith on the part of the Contractor to maintain and administer in accordance with sound management practices that property, to ensure that the property will be returned to the City of Yakima ONDS or federal govemment in like condition to that in which condition the property was acquired by purchase, fair wear and tear accepted. In addition, it is understood that any AWARDEE that can be considered to be a religious organization shallabide by all portions of 24 CFR 92.257. Section IX — Conflict of Interest Provisions The AWARDEE warrants and covenants that it presently has no interest and shall not acquire anyinterest, directly or indirectly, which could conflict in any manner or degree with the performance of its services hereunder. The AWARDEE further warrants and covenants that in the performanceof this contract, no person having such interest shall be employed. HOME conflict of interest provisions, as stated in 92.356, apply to the award of any contracts under the agreement and the selection of tenant households to occupy HOME -assisted units. No employee, agent, consultant, elected official, or appointed official of the AWARDEE may obtain a financial interest or unit benefits from a HOME -assisted activity, either for themselves or those with whom they have family or business ties, during their tenure or for one year thereafter. This prohibition includes the following: Any interest in any contract, subcontract or agreement with respect to a HOME - assisted project or program administered by the AWARDEE, or the proceeds thereunder, or Any unit benefits or financial assistance associated with HOME projects or programs administered by the AWARDEE, including: 9 of 17 City of Yakima 3/4/2015 Page 9 Occupancy of a rental housing unit in a HOME -assisted rental project; Receipt of HOME tenant -based rental assistance; Purchase or occupancy of a homebuyer unit in a HOME -assisted project; Receipt of HOME homebuyer acquisition assistance; or Receipt of HOME owner -occupied rehabilitation assistance. This prohibition does not apply to an employee or agent of the AWARDEE who occupies a HOME assisted unit as the on-site project manager or maintenance worker. In addition, no member of Congress of the United States, official or employee of HUD, or official or employee of the Participating Jurisdiction shall be permitted to receive or share any financial or unit benefits arising from the HOME -assisted project or program. Prior to the implementation of the HOME -assisted activity, exceptions to these provisions may be requested by the AWARDEE in writing to the Participating Jurisdiction. The AWARDEE must demonstrate and certify that the policies and procedures adopted for the activity will ensure fair treatment of all parties, and that the covered persons referenced in this policy will have no inside information or undue influence regarding the award of contracts or benefits of the HOME assistance. The Jurisdiction may grant exceptions or forward the requests to HUD as permitted by24 CFR 92.356, 85.36 and 84.42, as they apply. Section X — City Responsibilities CITY shall furnish the AWARDEE with the following services and information from existing CITY records and CITY files: A. CITY shall provide to the AWARDEE information regarding its requirements for the PROJECT. 8. CITY will provide the AWARDEE with any changes in HOME regulations or program limits that affect the project, including but not limited to income limits, property value limits and rent Limits. C. CITY will conduct progress inspections of work completed to protect its interests as lender and regulatory authority for the project, and will provide information to the AWARDEE regarding any progress inspections or monitoring to assist it in ensuring compliance. CITY's review and approval of the WORK will relate only to overall compliance with the general requirements of this Agreement and HOME regulations, and all CITY regulations and ordinances. Nothing contained herein shall relieve the AWARDEE of any responsibility as provided under this Agreement. Section XI — Equal Employment Opportunity During the performance of this contract, the AWARDEE agrees as follows: A. AWARDEE will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin(s). The AWARDEE will take affirmative action to ensure the applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin(s). Such action shall include, but not be limited to, the following: employment, 10 of 17 City of Yakima 3/4/2015 Page 10 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 AWARDEE agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer of the CITY setting forth the provisions of this nondiscrimination clause. B. AWARDEE will, in all solicitations or advertisements for employees placed by or on behalfof the AWARDEE, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. C. AWARDEE will send to each labor union or representative of workers with which he has acollective bargaining agreement or other contract or understanding, a notice to be provided by the CITY's contracting officer, advising the labor union or worker's representative of the AWARDEE's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. D. AWARDEE will comply with all provisions of Executive Order 11246 of September 24,1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. E. AWARDEE will furnish all information and reports required by Executive Order 11248 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to its books, records, and accounts by the AGENCY and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and order. F. In the event the AWARDEE is found to be in noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations or orders, this contract may be canceled, terminated or suspended in whole or in part and the AWARDEE may be declared ineligible for further Govemment contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965 or by rule, regulations, or order of the Secretary of Labor or as otherwise provided by law. G. AWARDEE will include the provisions of paragraphs (a) through (g) of this agreement in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The AWARDEE will take such action with respect to any subcontract or purchase order as the AGENCY may direct as a means of enforcing such provisions, including sanctions for noncompliance; provided, however, that in the event the AWARDEE becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the AGENCY, the AWARDEE may request the United States to enter into such litigation to protect the interest of the United States. Section XII — Labor, Training & Business Opportunity AWARDEE agrees to comply with the federal regulations goveming training, employment andbusiness opportunities as follows: A. It is agreed that the WORK to be performed under this agreement is on a project assisted under a program providing direct Federal financial assistance from the US 11 of 17 City of Yakima 3/4%1015 Page 11 Department of Housing and Urban Development and is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701 u, as well as any and all applicable amendments thereto. Section 3 requires that, to the greatest extent feasible, opportunities for training and employment be given low and moderate income residents of the project area, and that contracts for work in connection with the project be awarded to business concerns which are located in, or owned in substantial part by persons residing in the project area. B. AWARDEE shall comply with the provisions of said Section 3 and the regulations issued pursuant thereto by the Secretary of Housing and Urban Development set forth in 24 Code of Federal Regulations and all applicable rules and orders of the AGENCY of Housing and Urban Development issued thereunder as well as any and all applicable amendments thereto prior to the execution of this contract as well as during the term of this contract. The AWARDEE certifies and agrees that it is under no contractual or other disability, which would prevent it from complying with these requirements as well as any and all applicable amendments thereto. C. AWARDEE will include this Section 3 clause in every subcontract for work in connection with the project and will, at the direction of the CITY, take appropriate action pursuant to the subcontractor upon a finding that the subcontractor is in violation of regulations issued by the Secretary of Housing and Urban Development, in 24 Code of Federal Regulations. The AWARDEE will not subcontract with any subcontractor where it has notice or knowledge that the latter has been found in violation of regulations under 24 code of Federal Regulations and will not let any subcontract unless the subcontractor has first provided it with a preliminary statement of ability to comply with these requirements as well as with any and all applicable amendments thereto. D. Compliance with the provisions of Section 3, the regulations set forth in 24 Code of Federal Regulations and alt applicable rules and orders of the AGENCY of Housing and Urban Development issued thereunder prior to the execution of the contract shall be a condition precedent to federal financial assistance being provided to the PROJECT as well as a continuing condition, binding upon the applicant or recipient for such assistance, its successors, and assigns. Failure to fulfill these requirements shall subject the AWARDEE or recipient, its contractors and subcontractors, its successors, and assigns to those sanctions specified by 24 Code of Federal Regulations as well as with any and all applicable amendments thereto. Section XIII — Compliance with Federal, State & Local Laws A. GENERAL. The AWARDEE covenants and warrants that it will comply with all applicable laws, ordinances, codes, rules and regulations of the state local and federal governments, and all amendments thereto, including, but not limited to; Title 8 of the Civil Rights Act of 1968 PL.90-284; Executive Order 11063 on Equal Opportunity and Housing Section 3 of the Housing and Urban Development Act of 968; Housing and Community Development Act of 1974, as well as all requirements set forth in 24 CFR 92 of the HOME INVESTMENT PARTNERSHIP PROGRAM. The AWARDEE covenants and warrants that it will indemnify and hold the City forever free and harmless with respect to any and all damages whether directly or indirectly arising out of the provisions and maintenance of this contract. AWARDEE agrees to comply with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). AWARDEE further warrants and agrees to include or cause to be included the criteria and requirements of this section in every non-exempt subcontract in excess of $100,000. AWARDEE also agrees to take such action as the federal, state or local 12 017 City of Yakima 3/4/2015 Page 12 govemment may direct to enforce aforesaid provisions. B. PROCUREMENT AND CONSTRUCTION OR REPAIR PROJECT REQUIREMENTS. The following federal provisions may apply, among others, to this Contract 1. CERTIFICATION REGARDING DEBARMENT, SUSPENSION OR INELIGIBILITY AND VOLUNTARY EXCLUSION—PRIMARY AND LOWER TIER COVERED TRANSACTIONS (a) AWARDEE, defined as the primary participant and it principals, certifies by signing these General Terms and Conditions that to the best of its knowledge and belief that they: (b) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency. (c) Have not within a three-year period preceding this Agreement, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public or private agreement or transaction, violation of Federal or State antitrust statutes or commission of embezzlement, theft,forgery, bribery, falsification or destruction of records, making false statements, tax evasion, receiving stolen property, making false claims, or obstruction of justice; (d) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this section; and (i) Have not within a three-year period preceding the signing of this Agreement had one or more public transactions (Federal, State, or local) terminated for cause of default. (i1) Where the AWARDEE is unable to certify to any of the statements in this Agreement, the AWARDEE shall attach an explanation to this Agreement. (iii) The AWARDEE agrees by signing this Agreement that it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction. (iv) The AWARDEE further agrees by signing this Agreement that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction," as follows, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions: 13 of 17 City of Yakima 3/4/2015 Page 13 (e) LOWER TIER COVERED TRANSACTIONS (i) Each lower tier contractor certifies, by signing this Agreement 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. (ii) Where the lower tier contractor is unable to certify to any of the statements in this Agreement, such contractor shall attach an explanation to this Agreement 2. Office of Federal Contract Compliance Programs regulations, 41 CFR Part 60, Executive Order 11246 as amended by Executive Order 12086, and 24 CFR 570.601 (Discrimination prohibited). 3. The Lead Based Paint Poisoning Prevention Act, 42 USC Section 4831 et seq., and HUD regulations implementing the Act, 24 CFR Part 35, where, residential structures are involved. The Contractor shall provide whatever assistance is necessary to enable the City of Yakima's Building Official to carry out its inspection and certification responsibility under those regulations. 4. Historic and Archaeological Preservation requirements as set forth in 24 CFR Section 570.604.36 CFR Part 800, RCW 27.44.010 (Native American Burial Law), RCW 27.53.010-.090 (Protection of Archaeological Resources), and RCW 43.51.750-.820 (Preservation of Historic Properties). 5. Architectural Barriers Act of 1968 as amended, 42 USC Section 4151 et seq., implementing regulations, and Chapter 70.92 RCW. 6. Accessibility Standard as set forth in 92.251(a)(3). 7. Clean Air Act as amended, 42 USC Section 1857 et weq; Water Pollution Control Act, as amended, 33 USC Section 1251 et seq.; and Environmental Protection Agency regulations, 40 CFR Part 15. 8. Section 3 of the Housing and Urban Development Act of 1968 (12 USC Section 1701u) and 24 CFR Part 135 (Employment opportunities for project area businesses and low income persons). 9. Contract Work Hours and Safety Standards Act, 40 USC Sections 327- 333, (Overtime Compensation). 10. Davis -Bacon Act, as amended, 40 USC Sections 276a — 276a — 5, and RCW Chapter 3--12 (Prevailing Wage Rates). 11. Attachment 0 of the Office of management and Budget Circular, A-102 (Procurement Standards) and Federal Management Circular, FMC 74-4. 12. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as amended, and regulations contained in 24 CFR Parts 42 and 570. 14 of 17 City of Yakima 3/4/2015 Page 14 13. Title VI of the Civil Rights Act of 1964 (P.L. 88-352) as amended, and HUD regulations with respect thereto including the regulations under 24 CFR Part 1. In the sale, lease or other transfer of land acquired, cleared or improved with assistance provided under this Agreement, and Contractor shall cause or require a covenant running with the land to be inserted in the deed or lease for such transfer, prohibiting discrimination upon the basis of race, color, religion, sex, or national origin, in the sale, lease or rental, or in the use or occupancy of such land or any improvements erected or to be erected thereon, and providing that the Contractor, the County, and the United States are beneficiaries of and entitled to enforce such covenant. The Contractor, in undertaking its obligation in carrying out the program assisted hereunder, agrees to take such measures as are necessary to enforce such covenant and will not itself so discriminate. 14. Age Discrimination Act of 1975 (24 CFR 146). 15. Fair Housing Act (24 CFR 100, CFR 107 and 24 CFR 1). 16. Washington State/Local Building Codes/Housing Quality Standards (24 CFR 882.109). 17. WBE/MBE (24 CFR 85.36 (e)). Section XIV — Suspension & Termination In accordance with 24 CFR 85.43, suspension or termination may occur if the AWARDEE materially fails to comply with any term of the award, and that the award may be terminated for convenience in accordance with 24 CFR 85.44. If, through any cause, the AWARDEE shall fail to fulfill in timely and proper manner its obligations under this contract, or if the AWARDEE shall violate any of the covenants, agreements, or stipulationsof this contract, the CITY shall thereupon have the right to terminate this contract by giving written notice to the AWARDEE of such termination and specifying the effective date thereof, at least five (5) days before the effective date of such termination. In such event, the AWARDEE shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder to the date of said termination. Notwithstanding the above, the AWARDEE shall not be relieved of liability to the CITY for damages sustained by the CITY by virtue of any breach of the contract by the AWARDEE and the CITY may withhold any payments to the AWARDEE for the purpose of setoff until such time as the exact amount of damages due the CITY from the AWARDEE is determined whether by court of competent jurisdiction or otherwise. Section XV — Termination for Convenience of the CITY The CITY may terminate for its convenience this contract at any time by giving at least thirty (30) days notice in writing to the AWARDEE. If the contract is terminated by the CITY, as provided herein, the City will reimburse for any actual and approved expenses incurred, including those costs involved in terminating the contracts and shutting down the work as of the date of notice, and the AWARDEE will be paid as a FEE an amount which bears the same ratio to the total compensation as the services actually performed bear to the total service of the AWARDEE covered by this contract, less payments of compensation previously made. Claims and disputes between the parties will be submitted to the American Arbitration Association for resolution. Award or judgment may be entered in any court having jurisdiction thereof. 15 of 17 City of Yakima 3/4/2015 Page 15 Section XVI — Default -Loss of Grant Funds If the AWARDEE fails in any manner to fully perform and carry out any of the terms, covenants, and conditions of the agreement, and more particularly if the AWARDEE refuses or fails to proceedwith the work with such diligence as will insure its completion within the time fixed by the schedule set forth in Exhibit B of this agreement, the AWARDEE shall be in default and notice in writing shall be given to the AWARDEE of such default by the AGENCY or an agent of the AGENCY. If the AWARDEE fails to cure such default within such time as may be required by such notice, the CITY, acting by and through the AGENCY, may at its option terminate and cancel the contract. In the event of such termination, all grant funds awarded to the AWARDEE pursuant to this agreement shall be immediately revoked and any approvals related to the PROJECT shall immediately be deemed revoked and canceled. In such event, the AWARDEE will no longer be entitled to receive any compensation for work undertaken after the date of the termination of this agreement, as the grant funds will no longer be available for this project. Such termination shall not effect or terminate any of the rights of the CITY as against the AWARDEE then existing, or which may thereafter accrue because of such default, and the foregoing provision shalt be in addition to all other rights and remedies available to the CITY under the law and the note and mortgage (if in effect), including but not limited to compelling the AWARDEE to complete the project in accordance with the terms of this agreement, in a court of equity. The waiver of a breach of any term, covenant or condition hereof shall not operate as a waiver of any subsequent breach of the same or any other term, covenant, or condition hereof. Section XVII — Reporting Responsibilities AWARDEE agrees to submit any and all quarterly reports required by HUD or the CITY to theAGENCY on the following due dates: October 1, January 1, April 1, and July 1, next following the date of this agreement. The AGENCY will send the AWARDEE one reminder notice if the quarterly report has not been received fourteen (14) days after the due date. If the AWARDEE has not submitted a report fourteen (14) days after the date on the reminder notice, the CITY will have the option to terminate the contract as described in this agreement. In addition, the AWARDEE agrees to provide the AGENCY information as required to determine program eligibility, in meeting national objectives, and financial records pertinent to the project. Additional reporting requirements are included in Exhibit B. Section XVIII — Inspection, Monitoring & Access to Records CITY reserves the right to inspect, monitors, and observe work and services performed by theAWARDEE at any and all reasonable times. CITY reserves the right to audit the records of the AWARDEE any time during the performance of this Agreement and for a period of five years after final payment is made under this Agreement. If required, the AWARDEE will provide the AGENCY with a certified audit of the AWARDEE's records representing the Fiscal Year during which the PROJECT becomes complete whenever the amount listed in SECTION VII is at or exceeds $300,000, pursuant to the requirements of OMB Circular A-133. Access shall be immediately granted to the CITY, HUD, the Comptroller General of the United States, or any of their duly authorized representatives to any books, documents, papers, and records of the AWARDEE or its contractors which are directly pertinent to that specific contract for the purpose of making audit, examination, excerpts, and transcriptions. Section XIX — General Conditions A. All notices or other communication which shall or may be given pursuant to this Agreement shall be in writing and shall be delivered by personal service, or by registered mail addressed to the other party at the address indicated herein or as the same may be changed from time to time. Such notice shall be deemed given on the 16 of 17 City of Yakima 3/4/2015 Page 16 day on which personally served; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. City address: Awardee address: City Manager Yakima City Hall 129 North 2`"' Street Yakima, Washington 98901 Habitat for Humanity 21 W. Mead Avenue, Suite 110 Yakima, Washington 98902 B. Title and paragraph headings are for convenient reference and are not a part of this Agreement. C. In the event of conflict between the terms of this Agreement and any terms or conditionscontained in any attached documents, the terms in this Agreement shall rule. D. No waiver or breach of any provision of this Agreement shall constitute a waiver of a subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. E. The parties hereto agree that this Agreement shall be construed and enforced according to thelaws of the State of Washington. F. Should any provisions, paragraphs, sentences, words or phases contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Washington or the City of Yakima, such provisions, paragraphs, sentences, words or phrases shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable to conform with such laws, then same shall be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect. G. AWARDEE shall comply with the provisions of the Copeland Anti -Kick -Back Act(18 U.S.C. 874) as supplemented in the AGENCY of Labor Regulations (29 CFR Part 3), asamended. H. AWARDEE shall comply with the provisions of sections 103 and 107 of the Contract Work Hours and Safety Standard Act (40 U.S.C. 327-330) as supplemented by AGENCY of Labor regulations (29 CFR, Part 5), as amended. I. AWARDEE further warrants and agrees to include or cause to be included the criteria and requirements of paragraphs (G) through (H) of this section in every nonexempt subcontract. The AWARDEE also agrees to take such action as the federal, state or local government may directto enforce aforesaid provisions. J. The obligations undertaken by AWARDEE pursuant to this Agreement shall not be delegated orassigned to any other person or agency unless CITY shall first consent to the performance orassignment of such service or any part thereof by another person or agency. K. This Agreement shall be binding upon the parties hereto, their heirs, executors, legal representative, successors and assigns. 17 of 17 City of Yakima 3/4/2015 Page 17 L. AWARDEE shall indemnify and save CITY harmless from and against any negligent claims, liabilities, losses and causes of action which may arise out of AWARDEE's activities under thisAgreement, including all other acts or omissions to act on the part of AWARDEE, including anyperson acting for or on its behalf, and, from and against any orders, judgments, or decrees which may be entered, and from and against all costs, attorneys fees, expenses and liabilities incurred in the defense of any such claims, or in the investigation thereof. M. AWARDEE and its employees and agents shall be deemed to be independent contractors, andnot agents or employees of the CITY, and shall not attain any rights or benefits under the civil service or pension ordinances of the CITY, or any rights generally afforded classified or unclassified employee; further they shall not be deemed entitled to state Compensation benefits as an employee of the CITY. N. Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and is subject to amendment or termination due to lack offends, or authorization, reduction of funds, and/or change in regulations. 18 of 17 City of Yakima 3/4/2015 Page 18 A.) Exhibit "B" Yakima Valley Partners Habitat for Humanity PROPOSAL SUMMARY/PROJECT ABSTRACT Yakima Valley Partners Habitat for Humanity will purchase property parcels 181313-14448,181313-14449,1811313-14450,181313-14451 on N. 2"d St. Yakima, also known as 1009, 1011,1013, and 1015 N. 2nd Street, Yakima . Construct four (4) new single family homes as described in attached "Proposal from Habitat for Humanity dated November 18, 2014; and sell to a qualified low income first time homebuyers and monitor the "Affordability Period" for a period of no less than Ten (10) years, after which all net proceeds shall be granted to Habitat. B.) ASSESSMENT OF NEED/PROBLEM STATEMENT Habitat for Humanity will provide the construction of four (4) new single family dwellings to be sold to a qualified low to moderate income first time homebuyers and monitor the project for a Ten (10) year affordability period in exchange for all net proceeds redeemed from the sale of the homes known as 1009, 1011, 1013, and 1015 N. 2nd Street, Yakima C.) PROGRAM GOAL AND OBJECTIVES Goal Purchase property and construct four(4) new affordable single family residences within in the City of Yakima. Objectives 1. Purchase property. 2. Construct four (4) new single family dwellings. 3. Sell the new single family homes to a qualified low to moderate first time homebuyers. D.) METHODOLOGY From the contract execution date to continue until the termination date at which it will expire at midnight, Yakima Valley Habitat for Humanity will Purchase said property, construct four (4) new single family dwellings to be sold to a low to moderate income first time homebuyers to be monitored for a ten (10) year affordability period per HUD regulations governing HOME Investment funded projects. E.) OUTCOMES & EVALUATION As a condition of reimbursement, Habitat for Humanity will, 19 of 17 City of Yakima 3/4/2015 Page 19 1. Purchase said property. 2. Construct four (4) new single family dwellings 3. Affect the sale of the property and dwellings to qualified low to moderate income first time homebuyers. 4. Agree to monitor the properties for a period of no less than a ten (10) year affordability period as per HOME Investment requirements. F.) BUDGET Yakima Valley Habitat for Humanity will be reimbursed up to $150,000 between the contract execution date and terminate on December 31, 2016 at midnight, for eligible activities. Exhibit "D" Is the attached proposal as submitted to the City of Yakima on November 18, 2014 20 of 17 City of Yakima 3/4/2095 Page 20 Yakima Valley Partners Hat for Humanity® November 18, 2014 Archie Matthews, Manager Office of Neighborhood Development 112 S 8th Street Yakima, WA 98901-3022 Dear Mr. Matthews, Please consider this as a proposal from Yakima Valley Partners Habitat for Humanity for a grant in the amount of $150,000 for the construction of 4 houses at 1009, 1011, 1013, and 1015 N 2nd St Yakima. See attached plot diagrams. Yakima Valley Partners proposes to construct 3 to 4 bedroom homes to be sold to families whose incomes are between 30 and 60% of the median income in Yakima County. Each home will be purchased by the families using a no interest loan from Habitat for Humanity. The families are required to invest a minimum of 500 hours of "sweat equity" on their home before they begin occupancy. The homes would be constructed by Yakima Valley Partners utilizing our construction staff, volunteers from the community, and the family and friends of the future home owners. We have negotiated the purchase price of $96,000 ($24,000 per lot). The lots will need fill dirt, concrete removal and stump removal and sidewalks installed to be build ready. Property purchase (1009, 1011, 1013, 1015 N 2nd St - $24,000 per/lot) Closing Costs Property clean up and development (Waste removal, fill dirt, sidewalks $3,000) Design improvement ($10,000 per home) Total $ 96,000 $ 2,000 $ 12,000 $ 40,000 $150,000 The design improvements include garage and porch upgrades similar to previous project partnerships. See attached pictures. 21 W Mead Ave, Ste 110, Yakima, WA 98902 Phone: (509) 453-8077 Fax: (509) 453-8190 www.yakimahabitat.org We are currently engaged in the home owner selection process for 2015 and have 22 families participating in the application process. The floor plans and number of bedrooms of each home is dependent on the needs of the families selected. Therefore, we are unable to provide specific floor plans at this time. However, we expect to build homes that are between 1000 and 1200 square feet with 2 bathrooms per home. Working in partnership, Steve Luten Executive Director Parcel Numbers 181313-14448,181313-14449,181313-14450, 181313-14451, on N 2nd St Yakima W Bartlett PI Shell ➢ =�' 0 `= Bartlett P1 3�rtirc, W rlarnmmg cs Mexican Nestauraunt Bar & Grill Gasperetti s ;,Dunnet Tammy's Mexican Jack In the Box ,t F-11 lied Lobster New York Teriyaki oti Z m 7,0 � tv to Barge -Lincoln Elementary School !� EiSt Murphy Ln C.: (J Examples of previous design upgrades 1607 Grant St 3101 Hathaway St Exhibit "C" (THIS PAGE LEFT BLANK INTENTIONALLY FOR "EXHIBIT C RESOLUTION") 21 of 17 City of Yakima 3/4/2015 Page 21 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 5.A. For Meeting of: March 17, 2015 ITEM TITLE: SUBMITTED BY: Resolution authorizing a contract with Yakima Habitat for Humanity for the sum of $150,000 to purchase lots and construct four (4) single family homes to be sold to qualified first time homeowners in the vicinity of N 2nd Street Joan Davenport, AICP, Community Development Director Archie Matthews, ONDS Manager (509) 575-6101 SUMMARY EXPLANATION: Yakima Habitat for Humanity will Purchase four lots (4) and construct four (4) new single family three to four bedroom homes to be sold to qualified first time home buyers furthering affordable housing opportunities within the city limits of Yakima using Federal HOME Investment funding. Resolution: X Ordinance: Other (Specify): Contract X Contract Tenn: 9 months Start Date: March 17, 2015 End Date: December 31, 2015 Item Budgeted: Yes Amount: $150,000 Funding SourcelFiscal Impact: HOME Funds Strategic Priority: Improve the Built Environment Insurance Required? Yes Mail to: Yakima Valley Partners Habitat for Humanity, 21 W Mead Ave Ste. 110, Yakima, WA 98902 Phone: (509) 453-8077 APPROVED FOR SUBMITTAL: City Manager RECOMMENDATION: Approve the Resolution to authorize this agreement. ATTACHMENTS: Description Upload Date Type ❑ Resolution - Habitat for Humanity 3/9/2015 Resolution ❑ Contract - Habitat for Humanity 3/9/2015 Contract When Recorded Return to: City of Yakima — Utilities and Engineering Department 129 N 2nd Street Yakima, WA 98901 11111ii16 11111911181111,1111 1 FILE# 7867984 YAKIMA COUNTY, WA 03/26/2015 10:40:38AM MISCELLANEOUS PAGES: 3 VALUED CUSTOMER YAKIMA VALLEY PARTNERS HABITAT FOR HUMANITY Recording Fee: 74.00 DEPARTMENT OF UTILITIES AND ENGINEERING Debbie Cook, PE, Director Engineering Division 129 North Second Street Yakima, Washington 98901 (509) 575-6111 • Fax (509) 576-6305 DEPOSITED CASH IN LIEU OF BOND per YAKIMA MUNICIPAL CODE 14.05.200 I. PARTIES Yakima Valley Partners Habitat for Humanity, hereinafter the "Developer", and the City of Yakima, a municipal corporation of the State of Washington, hereinafter the "City." II. RECITALS The Developer has purchased a four (4) lot subdivision located on North 2nd Street approximately 179' north of East "I" Street, in the City of Yakima, Washington (See City File - FSP#001-14). A bond was provided for the public improvements by the previous developer in order to obtain the final short plat approval. The Developer is now responsible for the required public improvements, which for this project include sidewalk, curb and gutter along the site frontage, as well as all related work such as water and sewer services, storm drainage and additional pavement. Civil plans are required to be submitted and approved by the City Engineering Division prior to beginning construction of the public improvements. In addition, record drawings need to be provided upon completion of all public improvements In order to begin construction of any new structures within the subdivision, the Developer hereby proposes, in lieu of actual construction and completion of the required public improvements or providing the City with a surety bond, to secure actual completion of the required public improvements by depositing money into a City account created for City File FSP#001-14 This document has been reviewed and approved by the City Attorney as well as the Director of Utilities and Engineering III. AGREEMENT The Developer, in consideration of the City's review and approval of building permits within the subdivision prior to actual construction of required public improvements, covenants as follows: 1. The Developer agrees to deposit cash into a City account created for City File FSP#001-14. The sum of Fifty One Thousand Six Hundred Fifty Four Dollars and 68/100 ($51,654.68) shall be deposited into the account, said sum being 110% of the estimated cost of the required public improvements, namely sidewalk, curb and gutter along the site frontage, as well as all related work such as water and sewer services, storm drainage and additional pavement, as well as record drawings 2. The Subject Account has been established, in lieu of actual construction completion of the required improvements or the provision of a surety bond, as security that the Developer will make all the required improvements The Developer herby agrees and covenants to make such improvements within one (1) year after approval of this agreement, prior to Certification of Occupancy being provided for any structure built within the subdivision or as such deadline may be extended, if requested by the developer in writing to the City Engineer thirty (30) days before the expiration of this Cash In Lieu of Bond Agreement, at the sole option of the City Engineer. Such obligation shall constitute and covenant against and shall run with all lots and real property contained and described in City File FSP#001-14. 3. In the event the Developer fails to complete the required improvements, as determined solely by the City, the City, upon thirty (30) days written notice to the Developer and the Developers' continued default thereafter as determined by the City, may construct such improvements and may reimburse itself from the Subject Account for all costs and expenses so incurred There shall be no time limitation within which the City must make any such withdrawals To the extent such account is not sufficient to cover all of the costs of the required improvements, the Developer agrees to pay such deficiency, and the City shall have a lien against all lots and real property contained and described in the above referenced long plat which lien may be foreclosed as deeds of trust are foreclosed pursuant to Washington law. 4 As the required improvements are constructed and approved by the Director of Utilities and Engineering, the Director of Utilities and Engineering may permit the Developer to withdraw portions of the account, from time to time. For example, as improvements are installed and the City's need for full security thus diminishes, portions of the deposited funds equivalent to the work performed and approved by the City could be released to Developer, but the same shall be discretionary with the City, at its sole option, and not mandatory. While the Developer may request that such reductions be permitted, the Developer shall not have any right to demand or require the City to grant the same However, the City shall not unreasonably refuse to consider such requests 5. Upon final approval hereof by the City Engineer, the Developer shall record this Agreement with the Yakima County Auditor, at the Developers' sole expense and return a copy of the recorded agreement to the City. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed this day of 01a4f,V/ , 2015 Countersigned: CITY OF ,F,YAKIMA DEVELOPER this�day of e MJ. Q,U ' 2015. By: Director of Utilities and Engineenn t5)—eve LGLi (Print Name) Itse0wfiAC _ ts\nec.-C (President, Owner, etc.) Address: 2./ II, /r Vf€ca 5te../a2 yattflialo.W T89oZ ADDENDUM TO AGREEMENT BETWEEN THE CITY OF YAKIMA OFFICE OF NEIGHBORHOOD DEVELOPMENT SERVICES AND YAKIMA VALLEY PARTNERS HABITAT FOR HUMANITY (1013 and 1015 N. 2nd Street- Extension of Completion Date) City of Yakima Contract 2015-056 THIS ADDENDUM modifies the above Agreement between the parties executed on or about March 4, 2015 and approved pursuant to Resolution No. 2015-036. The purpose of the Addendum is to extend the Completion Date of the Agreement from December 31, 2015 through June 30, 2016, in order to provide for full performance. WHEREFORE, the undersigned parties agree as follows: The Completion Date set forth in Section 7 of the Cover Sheet in the above -referenced Agreement is hereby amended to provide that the termination date shall be midnight on June 30, 2016. All other terms, conditions and provisions of the Agreement shall remain unchanged. AGREED and executed this 1 day of January 2016. CITY OF YAKIMA, OFFICE OF NEIGHBORHOOD DEVELOPMENT SERVICES By: i/ 1 chie M. Matthews, ONDS Manager Cm CONTRACT NO: o7U RESOLUTION NO:V`'^201 > YAKIMA VALLEY PARTNERS HABITAT F • ' UMANITY r' Vicki Baker, Ex utive Director