HomeMy WebLinkAbout012114_ca08Consent Agenda
Commissioners Office
JEFFERSON COUNTY
BOARD OF COUNTY COMMISSIONERS
AGENDA REQUEST
TO: Board of County Commissioners
Philip Morley, County Administrator
FROM: Leslie Locke, Deputy Clerk of the Board
DATE: January 21, 2014
SUBJECT: AGREEMENT NO. K1357 re: Capital Improvement — Westside Cattle Barn
Upgrade; In the Amount of $3,700.00; Jefferson County Fair; Washington
State Department of Agriculture
STATEMENT OF ISSUE:
AGREEMENT NO. K1357 re: Capital Improvement — Westside Cattle Barn; In the Amount of
$3,700.00; Jefferson County Fair; Washington State Department of Agriculture
Bill McIntire, President of Jefferson County Fair Board submitted this agreement for grant funding and
requests approval.
RECOMMENDATION:
Approve AGREEMENT NO. K1357 re: Capital Improvement — Westside Cattle Barn; In the Amount of
$3,700.00; Jefferson County Fair; Washington State Department of Agriculture
RE E BY:
i
Mominis trato ate
5TA4g
w6 s
� gee
STATE OF WASHINGTON
DEPARTMENT OF AGRICULTURE
PO Box 42560 • Olympia, Washington 98504 -2560 • http: / /agr.wa.gov • (360) 902 -1800
December 19, 2013
Bill McIntire
Jefferson County Fair
PO Box 242
Port Townsend, WA 98368
The Washington State Department of Agriculture is pleased to announce its intention to award two
special assistance grants for capital improvements at the Cowlitz Jefferson Fair:
•
K1357-$3,700: Upgrades to the westside cattle barn
•
K1358-$4,100: Upgrades to the horse barn
Enclosed you will find two separate Agreements that describe the projects for which funds are approved.
Please review the Agreements, complete the information requested on page 9, and have the appropriate
individual(s) sign the agreements. Return all documents to the Department and fully executed
Agreements will be mailed back to you for your files.
Also, please specifically note the following special requirements:
• Section 3 - Special Conditions: Requires one or more community benefits be provided in
consideration of the funding received. When requesting reimbursement, please be sure to
include a description of the community benefit provided.
• Section 5 — Reimbursement and Documentation of Matching Funds or In -Kind: Requires you
provide a letter or attestation with any invoices submitted for reimbursement which document
satisfactory performance of the agreement. This is required under the new performance -based
contracting requirements.
• Section 22 — Change of Ownership or Use: Requires that the acquisition, construction,
improvements, etc. made as a result of the funded project be had by the Contractor for a period
of at least three (3) years following termination of the Agreement.
If, for any reason, you will not be pursuing your project(s), please let me know as soon as possible, as the
funds may be utilized to fulfill a grant requested from another applicant.
Please forward the documents and any questions to:
Kelly Frost, Program Coordinator
Fairs Program
PO Box 42560
Olympia, WA 98504 -2560
Work phone: (360) 902 -1802
Sincerely,
Kelly F t
Fairs Program Coordinator
enclosures
11604
STATE OF WASHINGTON
DEPARTMENT OF AGRICULTURE, FAIRS PROGRAM
Number: K1357
This Interagency Agreement is entered into by and between Jefferson County, a county
within the State of Washington, (hereinafter referred to as the Contractor) and the
Washington State Department of Agriculture (hereinafter referred to as the Department).
RECITALS:
1. The Department has the statutory authority to administer the Fairs Program
under RCW 15.76, the Agricultural Fairs, Youth Shows, Exhibitions Act; and
2. The Department is also given the responsibility to administer funds for capital
projects for those entities qualifying under RCW 15.76.165; and
3. The Washington State Legislature established a one -time appropriation for the
2013 -2015 biennium to make grants for capital projects that make health or
safety improvements to agricultural fair grounds or fair facilities in order to
benefits participants and the fair -going public; and
4. The enabling statute also provides that local governments and nonprofit
organizations may apply to the director for grants of capital funding available
on a competitive basis (RCW 15.76.165).
NOW, THEREFORE, the parties hereto agree as follows:
1. FUNDING
The funds to be reimbursed to the CONTRACTOR hereunder shall be a sum up to,
but not to exceed three thousand seven dollars ($3,700).
2. STATEMENT OF WORK
a) Funds awarded under this performance -based Agreement shall be used
solely for a capital improvement project at the Contractor's fair facility
located at 4907 Landes, Port Townsend, WA, 98368.
b) The Contractor shall perform in accordance with the terms and conditions
of this Agreement and the following exhibit; which, by this reference, is
made a part of this Agreement:
EXHIBIT A - Application for Special Assistance Grant Funds on
behalf of the Contractor
C) All applicants who receive grant funds must follow applicable
procurement procedures.
3. SPECIAL CONDITION(S)
During the period of this contract and for a period of three (3) years following
termination of the Agreement, the Contractor agrees in consideration for the
funding received under this Agreement to provide one or more of the following
Community Benefits:
a) To use the project /capital facility in public interest in the course of holding
an agricultural fair as defined by RCW 15.76.110(1).
b) To charge reasonable standard admission fees for general public admission
to the agricultural fair, if applicable, and to the extent possible, provide
discount or free admission to special populations such as military families,
foster families, student groups, seniors, babies and toddlers.
c) Provide for access to the fair and its exhibits and programs to persons of
differing abilities.
d) Where possible, making the fairground or fair facility available for rental at
reasonable or discounted cost for educational or public programs
benefitting the public interest.
e) Provide space for charity and other nonprofit community organizations to
conduct fundraising and /or educational activities.
f) Support other local groups and programs with similar interests in
promoting the welfare of farm people and rural living including the
exhibition of livestock and agricultural produce of all kinds, and exhibition
of related arts and manufactures including products of the farm home, and
exhibition of educational contests, displays and demonstrations designed
to train youth.
4. CONTRACT PERIOD
a) The effective date of this Agreement shall be the date of the last signature
of the contracting parties.
b) Unless terminated earlier pursuant to provisions of this contract, the
termination date shall be July 31, 2015.
2
5. REIMBURSEMENT AND DOCUMENTATION OF MATCHING FUNDS OR IN-
KIND
Upon completion of the capital improvement project, the Contractor shall provide
documentation up to and including receipts to the Department which detail up to
the amount to be reimbursed for the project outlined in Exhibit A in the amount
stated in this Agreement, including documentation of the non -state matching
requirements, if non -state matching was a part of the budget for the improvement
outlined in Exhibit A. The Contractor shall provide a letter or attestation with any
invoices submitted which document satisfactory performance of the agreement.
Before and after photos of the project are encouraged. The Department will not
reimburse invoices not accompanied by such document. All documentation for
reimbursement for final payment must be received no later than July 31, 2015 or
the Contractor will not be reimbursed for the special project discussed herein.
Reimbursement will not be provided for any work conducted or purchases
made after June 30, 2015.
Instead of one invoice, the Contractor may submit invoices, documentation of
satisfactory performance and proper receipts for reimbursement of expenses on a
more frequent basis provided it is not more than once a month.
6. DISALLOWED COSTS
The Contractor is responsible for any audit exceptions or disallowed costs
incurred by its own organization or that of its Subcontractors.
EVALUATION. REPORTING AND MONITORING
a) The Contractor shall submit written documentation to the Department by
October 31, 2014, confirming that the project will be completed by June 30,
2015, if the project has not yet been completed.
b) The Contractor shall submit documentation to the Department when the
project is completed and confirming that the terms and conditions of this
Agreement have been met including a report of compliance with the
Community Benefit provisions of Section 3.
C) The Contractor shall cooperate with and freely participate in any
monitoring or evaluation activities conducted by the Department that are
pertinent to the intent of this Agreement, including an on -site inspection of
the capital improvement project after its completion and prior to June 30,
2015.
d) The Department or the State Auditor and any of their representatives shall
have full access to and the right to examine during normal business hours
and as often as the Department or the State Auditor may deem necessary,
all the Contractor's records with respect to the matters covered in this
Agreement. Such representatives shall be permitted to audit, examine, and
make excerpts or transcripts from such records and to make audits of all
contracts, invoices, materials, payrolls, and records of matters covered by
this Agreement. The contractors shall retain records for a period of six (6)
years following completion of the project.
8. NONDISCRIMINATION PROVISION
a) During the performance of this Agreement, the Contractor shall abide by
all applicable federal and state nondiscrimination laws and regulations,
including, but not limited to RCW 49.60, Washington's Law Against
Discrimination, and 42 U.S.C. 12101 et. seq., the Americans with
Disabilities Act (ADA).
b) In the event of the Contractor's noncompliance or refusal to comply with
any nondiscrimination law, regulation, or policy, this Agreement may be
rescinded, canceled, or terminated in whole or in part, and the Contractor
may be declared ineligible under this Agreement. If that be deemed the
situation, the Contractor will not receive reimbursement for the capital
project outlined in Exhibit A in the amount identified in this Agreement.
The Contractor shall, however, be given a reasonable time in which to
remedy any such noncompliance. Any dispute may be resolved in
accordance with the "Disputes" procedure set for forth in Section 21 of this
Agreement.
9. CONTRACT MODIFICATIONS
The Department and the Contractor may, from time to time, desire to make
changes to this Agreement. Any such changes that are mutually agreed upon by
the Department and the Contractor shall be incorporated herein by written
amendment. It is mutually agreed and understood that no alteration or variation
of the terms of this contract shall be valid unless made in writing and signed by
the parties hereto prior to implementation of the changes, and that any oral
understanding or agreements not incorporated herein shall not be binding.
10. TERMINATION OF AGREEMENT
a) If, through any cause, the Contractor shall fail to fulfill in a timely and
proper manner its obligations under this Agreement or if the Contractor
shall violate any of its covenants, agreements or stipulations of this
Agreement, the Department shall thereupon have the right to terminate
this Agreement and deny reimbursement of special assistance funds to the
Contractor if such default or violation is not corrected within twenty (20)
days after the Department's submitting written notice to the Contractor
describing such default or violation; Provided, that if more than twenty
(20) days are required to correct any such default or violation and the
Contractor has initiated appropriate corrective measures as reasonable
determined by the Department, the Department will not terminate this
Agreement for such default or violation.
b) In the event the Contractor is unable to complete the capital project prior to
June 30, 2015, in accordance with the terms and conditions as outlined in
this Agreement, the Contractor will not receive reimbursement for the
capital project outlined in Exhibit A in the amount stated in this
Agreement.
C) The Department has the right to terminate the Agreement by giving
written notice to the Contractor at least ten (10) days before the effective
date of termination. If this Agreement is so terminated, the Department is
liable only for payments required under the terms of this Agreement for
work completed prior to termination.
11. WAIVER
The Department's failure to insist upon the strict performance of any provision of
this Agreement or to exercise any right based upon a breach thereof or the
acceptance of any performance during such breach, shall not constitute a waiver of
any right under this Agreement.
12. HOLD HARMLESS
a) It is understood and agreed that this Agreement is solely for the benefit of
the parties hereto and gives no right to any other party. No joint venture
or partnership is formed as a result of this Agreement. Each party hereto
agrees to be responsible and assume liability for its own negligent acts or
omissions, or those of its officers, agents, or employees to the fullest extent
required by law. In the case of negligence of more than one party, any
damages allowed shall be levied in proportion to the percentage of
negligence attributable to each party, and each party shall have the right to
seek contribution from the other party in proportion to the percentage of
negligence attributable to the other party.
b) This indemnification clause shall also apply to any and all causes of action
arising out of the performance of work activities under this Agreement.
Each contract for services or activities utilizing funds provided in whole or
in part by this Agreement shall include a provision that the Department
and the State of Washington are not liable for damages or claims from
damages arising from any subcontractor's performance or activities under
the terms of the contracts.
13. RECAPTURE PROVISION
In the event that the Contractor fails to expend state funds in accordance with state
law and /or the provisions of this Agreement, the Department reserves the right to
recapture state funds in an amount equivalent to the principal amount of the grant
plus interest calculated at the rate of interest on state of Washington general
obligation bonds issued most closely to the date of authorization of the grant.
Such right of recapture shall exist for a period not to exceed three (3) years
following termination of the Agreement. Repayment by the Contractor of state
funds under this recapture provision shall occur within thirty (30) days of
demand. In the event that the Department is required to institute proceedings to
enforce this recapture provision, the Department shall be entitled to its costs
thereof, including reasonable attorney's fees.
14. OWNERSHIP OF PROTECT /CAPITAL FACILITIES
The Department makes no claim to any real property improved or constructed
with funds awarded under this Agreement and does not assert and will not
require any ownership interest in or title to the capital facilities and /or equipment
constructed or purchased with state funds under this Agreement. This provision
does not extend to claims that the Department may bring against the Contractor in
recapturing funds expended in violation of this Agreement.
15. RELATIONSHIP BETWEEN THE PARTIES
The Contractor and its employees or agents performing under this Agreement are
not deemed to be employees of the Department nor agents of the Department in
any manner whatsoever, nor will they hold themselves out as nor claim to be
officers or employees of the Department or of the State of Washington hereof and
will not make any claim, demand, or application to or for any right or privilege
applicable to an officer or employee of the Department or of the State of
Washington.
16. GOVERNING LAW AND VENUE
This Agreement shall be construed and enforced in accordance with and the
validity and performance hereof shall be governed by the laws of the State of
Washington. Venue of any suit between the parties arising out of this Agreement
shall be the Superior Court of Thurston County, Washington.
In the event of an inconsistency in the terms of this Agreement, or between its
terms and any applicable statute or rule, the inconsistency shall be resolved by
giving precedence in the following order:
a. Applicable state and federal statutes and rules;
b. Statement of work; and
c. Any other provisions of the agreement, including materials incorporated
by reference.
17. SEVERABILITY
In the event any term or condition of this Agreement or application thereof to any
person or circumstances is held invalid, such invalidity shall not affect other
terms, conditions, or applications of this Agreement, which can be given effect
without the invalid term, condition, or application. To this end, the terms and
conditions of this Agreement are declared severable.
18. ENTIRE AGREEMENT
This Agreement and all attachments hereto contain all the terms and conditions
agreed upon by the parties. No other understandings, oral or otherwise,
regarding the subject matter of this Agreement and attachments shall be deemed
to exist or to bind any of the parties hereto.
19. SIGNAGE AND MARKERS
If, during the period covered by this Agreement, the Contractor displays signs or
markers or circulates any communication identifying the financial participants in
the project, any such sign, marker, or communication must identify the State of
Washington and the Washington State Department of Agriculture - Fairs Program
as participants. The provisions of this section shall also apply to any permanent
signs or markers displayed at the project site.
20. PREVAILING WAGE
The project funded under this Agreement may be subject to state prevailing wage
law (RCW 39.12). The Contractor is advised to consult with the Washington State
Department of Labor and Industries to determine whether prevailing wages must
be paid. If the project funded by this Agreement is subject to state prevailing wage
laws, the Contractor shall comply with chapter 39.12 RCW, including requiring
any contractor or subcontractor it employs to submit to the Contractor a
"Statement of Intent to Pay Prevailing Wages" and an "Affidavit of Wages Paid"
as required by RCW 39.12.040. The Department is not responsible for determining
whether prevailing wage applies to this project or for any prevailing wage
payments that may be required by law.
21. DISPUTES
Except as otherwise provided in this Agreement, when a bona fide dispute arises
between the parties and it cannot be resolved through discussion and negotiation,
either party may request a dispute hearing. The parties shall select a dispute
resolution team to resolve the dispute. The dispute resolution team shall consist of
a representative appointed by the Department, a representative appointed by the
Contractor, and a third party mutually agreed upon by both parties. The dispute
resolution team shall attempt, by majority vote, to resolve the dispute. The parties
agree that this dispute process shall precede any action in a judicial or quasi -
judicial setting.
22. CHANGE OF OWNERSHIP OR USE
a) The Contractor understands and agrees that any and all real property or
facilities acquired, constructed, improved, or rehabilitated using state
funds under this Agreement shall be held and used by the Contractor for a
period of three (3) years following termination of the Agreement for the
express purpose or purposes stated in Exhibit A or elsewhere in this
Agreement.
b) In the event the Contractor is found to be out of compliance with this
section, the Contractor shall repay to the state general fund the amount of
the grant and interest as provided in Section 13,
23. HISTORICAL AND CULTURAL ARTIFACTS
Pursuant to Executive Order 05 -05, in the event that historical or cultural artifacts
are discovered at the project site during construction, the Contractor shall
immediately stop construction and notify the local historical preservation officer
and the state historical preservation officer at the Department of Archaeology and
Historic Preservation. The Executive Order is included as Exhibit B and is by this
reference incorporated into this agreement.
24. ADMINISTRATION
a) The CONTRACTOR'S representative will be (name, address, telephone,
fax, email (if available) addresses:
Name: ;L r L NA` ttiy
Address: -
City, State, Zip: A V2� "TC a.,.: 47 F1-I&
Phone: Sion,, - o l
E -mail Address: 5St'�eU�a:nsQu�u05�?o u(v
Tax ID No. q ( — (000 t 3 22w-
b) The DEPARTMENT'S representative shall be:
Kelly Frost, Coordinator
WSDA Fairs Program
PO Box 42560
Olympia, WA 98504 -2560
(360) 902 -1802 Work
(360) 902 -2092 Fax
email: kfrost@agr.wa.gov
IN WITNESS WHEREOF, the DEPARTMENT and CONTRACTOR have executed this
Agreement as of the date and year written below.
FOR THE DEPARTMENT:
Don R. Hover, Director
Print Name and Title
Signature
FOR THE CONTRACTOR:
Print Name and Title
Signature
Date: Date:
O
e
o:
a_
W
Washington
WSDA State Department of
tooYrA Agriculture
Fairs & Commissions Program
PO Box 42560
Olympia WA 9&W4 -2560
(360) 902 -1802
APPLICATION FOR CAPITAL IMPROVEMENT GRANT FUNDS
Application deadline: October 18, 2013
(See reverse for eligibility requirements & application process)
NAME OF FAIR
APPLICATION DATE
Jefferson County Fair
10 -11 -13
STREET ADDRESS
MAILING ADDRESS
4907 Landes
P.O Box 242
CRY
STATE
ZIP
MAILING CITY
STATE
ZIP
Port Townsend
WA
98368
Port Townsend
WA
98368
NAME OF REQUESTING OFFICER (PLEASE PRINT)
TELEPHONE NUMBER (INCLUDE AREA CODE)
E-MAIL ADDRESS
Bill McIntire-- Manager/President
360- 385 -1013
jeffcofairgrounds @olypen.com
IF YOU SUBMIT MORE THAN ONE APPLICATION FOR SPECIAL ASSISTANCE GRANT FUNDS, WHAT PRIORITY Is THIS APPLICATION (1 BEING THE HIGHEST PRIORITY)?
This application is priority number 1 of the 2 grant applications we intend to submit for this fair.
CAPITAL ••
DESCRIPTION OF CAPITAL IMPROVEMENT (USE ADDITIONAL PAGES IF NECESSARY)
Improvement for this project is to remove rotten siding, on the west side. Replace with plywood and James Hardie Plank
siding (may have to replace sill plate and some wall studs with the proper building materials for the county codes)broken
cow tie rack, (Replace with treated wood and bolt through the building) Its held up now with nails that are rotten. Replace
water line behind tie rack and change out faucets. Paint with a good washable paint.
On the east side of the building replace 8 rotten post that hold up the part of the roof.( see pictures)
AMOUNT BEING REQUESTED FROM WSOA
TOTAL PROJECT AMOUNT
TYPE OF MATCH
$3700.00
$21,100.00
❑ Monetary ❑ In -kind ® Both monetary & in -kind ❑ Nomatch
DESCRIPTION OF MATCH
Our match will be in kind labor and monetary contributions from the JCFA
Labor will be supplied by the Fairboard members and its volunteers +Labor to remove and replace siding and post
HEALTH / SAFETY / LEGAL REQUIREMENT OF CAPITAL IMPROVEMENT
The west side of this building has lots of weather,water damage as the result of years of neglect. Need to
replace this to put building back up to building codes in Jefferson County. They tie up approc 10 to 15 cows at
a time to wash for shows, the rack has been replaced several times in the years past. The east side has 8 rottten
post. Replace them on high rise cement footings and replace posts. These posts hold up part of the roof (see
ictures
WHAT IS THE IMPACT IF YOU WERE TO RECEIVE A GRANT AWARD LESS THAN REQUESTED?
CAN THE PROJECT BE COMPLETED
Will not be able to complete this project the safest and correct way.
SYJUNE30,2M5?
® Yes ❑ No
under penalty of Periury that the foregoing information is true and correct to the best of
Exhibit A
AGR FORM 3D4-5593 (W9113) Pape 1 M 3
SIGRHTVRE OF OFFICER COMPLETING APPLICATION DATE SIGNED
AGR FORM 3O45543 OUT/13) Page 2 of 3
Grant #1
West Side Cattle Barn
Work
Estimated Costs
Monetary
In Kind /Donated
Remove /dispose of old siding 100 hours @ $30 = $3,000
75 hours @ $15 = $1,125
$4,125.00
Hours to install: plywood, Hardie Plank, paint, replace tie
rack, water line & faucets 400 hours @ $30 = $12,000
325 hours @ $15 = $4,875
$16,875.00
Sheeting, Hardie Plank, 2x6 boards, nails, primer paint, etc
(See Bid)
$3,169.60
Exterior Paint 17 gallons @$30
$510.00
Fair Administrative
Time spent acquiring bids, estimates, etc.
$100.00
Total estimates
$3,679.60
$21,100.00
Total Cost of Project
$24,779.60
HADLOCK BUILDING SUPPLY
901 NESS CORNER RD
PORT HADLOCK, WA 98339
Phone: (360) 385 -1771 Fax: (360) 385 -1980
--------------------------------- ---- - - - - --
Page 1 <<< QUOTE >>> Quote# 00024500
SPECIAL NOTES Time:19:20:36
Terms:10TH Due Date:11/10/2013
T 91 Placed By:MCINTIRE, BILL Invoice Date:10 /02/2013
Salesperson RYAN L. No:122 ACCt:218 REPRINT Ship Date:10 /02/2013
Sold: JEFF. CO. FAIR ASSOC. Ship:JEFF. CO. FAIR ASSOC.
To: P.O. BOX 242 To:.
PORT TOWNSEND „ WA 98368
Phone: (360) 385 -1013 Phone: (360) 385 -1013 f:7
Customer No.: 3851013 Job: Customer P.O. WEST SIDE COW BARN Ship Via PORT TOWNSEND
------------------------------------------------------------------------------------------------------------------------------------
Ln Order B/O Ship Unit Price Item No. Description Qty unit Price Extension
1 32 L PC 17.890 P12CDX5 CDX 15/32 (1/2) 4.8 5 -PLY (5- 10 -15) 1.024 MBF 558.19 572.48
2 10 L PC 26.990 PT6608 PRESSURE TREATED 6 X 6 X 8 LP22 0.240 MBF 1122.19 269.90
4 118
P PC
8.390
M
GS
7 4"
L RL
19.190
4.000
RFFELT15
B 12
L PC
9.050
PT2610
9 40
P PC
2120
MBF
GS
10 40
P EA
0.230
H810509
11 16
P EA
6.190
2.12
HG128T
12 16
L EA
2.790
HB11630
13 16
L EA
0.500
9.20
H810512
14 6
L PC
7.690
SONOTUBEI2
15 6
P EA
21.090
16.000
HDGEPB66
16 21
L EA
2.655
CCRM
17 1
P PC
96.000
EA
GS
18 1
P PC
43.850
GS
19 2
__P EA
116.991
7.69
867143
81/4X12 HARDIE
NON - RETURNABLE /NON- REFUNDABLE
----------------------------------------
FELT #15 f30 300 SQ FT 36"
PRESSURE TREATED 2 X 6 X 10 LP22
3 /8X10 GALV CARR. BOLT
GALV HX NUTS DES 3/8 -16 100
SIMPSON 128T T -STRAP 12XBX2
GALV HX BOLTS 1/2X7
GALV HX NUTS USS 1/2 -13 50
SONG TUBE 12" x 4-
SIMPSON HDG EPB66 ELEVATED POST BRACKET
RM REDI -MIX CONCRETE 60# .44cuft
8D GALV BOX 500
16D VC. SINKER 304
WA 5GAL Pastel Base
Greener option Clean Air
Prices may change due to market
118.000
PC
M
8.39
990.02
4.000
RL
19.19
76.76
0.120
MBF
904.81
108.60
40.000
PC
M
2.12
84.80
40.000
EA
0.23
9.20
16.000
EA
6.19
99.04
16.000
EA
2.79
44.64
16.000
EA
0.50
8.00
6.000
PC
7.69
46.14
8.000
EA
21.09
168.72
21.000
RA
2.65
55.76
1.000
PC
M
96.00
96.00
1.000
PC
M
43.85
43.85
2.000
EA.
116.99
233.98
HADLOCK BUILDING SUPPLY
901 NESS CORNER RD
PORT HADLOCK, WA 98339
Phone: (360) 385 -1771 Fax: (360) 385 -1980
-------------------------------------------------------------------------------
Page 2 <<< QUOTE >>> Quote# 00024500
SPECIAL NOTES Time:19:20:36
Terms:10TH Due Date:11 /10/2013
T 91 Placed By:MCINTIRE. BILL Invoice Date:10 /02/2013
Salesperson RYAN L. No-122 Acct-218 REPRINT Ship Date:10 /02/2013
-------------------------------------------------------------------------------
Sold: JEFF. CO. FAIR ASSOC. Ship:JEFF. CO. FAIR ASSOC.
To: P.O. BOX 242 To:.
PORT TOWNSEND „ WA 98368
Phone: (360) 385 -1013 Phone: (360) 385 -1013 f:f:7
Customer No.: 3851013 Job: Customer P.O. WEST SIDE COW BARN Ship via PORT TOWNSEND -
Ln Order B/0 Ship Unit Price Item No. Description Qty Unit Price Extension
Please confirm prices prior to ordering.
+ IF DELIVERED: HAND UNLOADED WITHIN
* OR BE ACCESSIBLE BY FORKLIFT
WEIGHT: 1517 Its T.B.F. 1384.00 QUOTE EXPIRES 1011612013
----------------- _________--------------------------------------------------
QUOTE EXPIRES 10/16/2013 QUOTE EXPIRES 10/16/2013 QUOTE EXPIRES 10/16/2013
24500
Taxable
Nontaxable
Item tax: WASH 189.01 1601 72.70
Sub : $2907.89
2907.89 Tax
0.00
Invoice Total:
261.71
$3169.60
MoresaiwX1. Your ato >:
(r ws Lander #4702 (change)
Searen i.tf What can we help you find? Pr
Model # GL6811 -01 Store SKU # 411044 Store SO
$26.971 each
t
This item cannot be shipped to the fallowing state
PRODUCT OVERVIEW
i
The Glidden Premium 1- Gallon Semigloss Latex Exterio� Paint is ideal
for application on all siding, trim, doors, shutters and fences. The 100%
acrylic latex base resists fading and other damage caused by UV rays
and severe weather conditions. The mildew- resistant paillt can be
applied in temperatures as low as 35 degrees Fahrenheit, allowing you
an extended painting season.
California residents: seeProposition 65 it or iationm
• Ideal for application on all siding, trim, doors, shutters and
fences
• Can be applied in temperatures as low as 35 degrees
Fahrenheit
• 100% acrylic latex base provides a durable, chip- resistant
finish
• Formulated for an easy cleanup with soap and water
• Quick -drying formula is dry to the touch in as little as 45
minutes
Store Only
Info & Guides
MSDS
You will need Adobe® Acrobat® Re
PDF documents. Download a free c
Adobe Web site.
E
�:
�"
F�, j"�` -
/1
f
,,,.
,'
I �
i
i
���
�' '
[R
§ t\
\�
+ fr \�
i
O
�; .- v�
�4-
7
s
October 11, 2013
Jefferson County Fair Association
PO Box 242.4907 Landes
Port Townsend, WA 98368
Phone: (360) 385 -1013 • Fax: (360) 385 -0865
e -mail: jeffcofairgrounds @ olypen.com
www.jeffcofairgrounds.com
Washington State Department of Agriculture
Fairs Program
1111 Washington Street SE
PO Box 42560
Olympia, WA 98504 -2560
Re: Grant Applications
'CIS
The Jefferson County Fair Association would like to submit two applications for grant funding.
1) Westside Cattle Barn — remove and replace the siding on the west side of the building and
repaint. Improve hold downs on the wash rack. Eastside of barn remove, put in footings and
replace 8 post that hold the up the roof.
2) Horse Barn — remove the siding on the North end, put in a footing, reframe wall, reinstall
siding and paint
The Jefferson County Fair is a small old fashioned country fair held the second weekend of
August. The Jefferson County Fair and Fairgrounds is maintained, operated and funded by the
JCFA year round. Our operating capital comes from the Washington State Fair Fund allocation
and the revenue we generate throughout the year. Our revenue is generated from grounds and
building rentals, vehicle storage and our campground. The JCFA also sponsors three other
events during the year: a Community Garage Sale in March, our JeffCo EXPO in the April and a
Holiday Fair in November in addition to the Fair. The rental of our grounds, buildings,
campground and the JCFA events are essential to the continuing existence of our fair.
We have been working the past 11 years to upgrade and make necessary improvements on our
50+ year old buildings after many years of neglect and status quo. Building upgrades, grounds
maintenance, improvements, painting, etc are all done by our dedicated volunteers.
We are requesting a $3,700.00 grant to replace the siding on the Westside of the Cattle Barn.
Please see enclosed pictures for the condition of the wall.
Our second grant request is for $4,100.00 to remove siding on the north end of Horse Barn. Pour
a footing, frame the wall and replace the siding. Please see enclosed pictures for the condition of
the building. With this grant, the building will be in fairly good shape with the south end finished
earlier this year.
We feel that with the grant money and our volunteer labor we will have no problem completing
the projects on time.
s
Thank you for your consideration of our grant requests.
Sincerely,
Bill McIntire
Jefferson County Fair Association
President /Fair Manager
EXECUTIVE ORDER 05 -05
ARCHEOLOGICAL AND CULTURAL RESOURCES
WHEREAS Washington has a rich and diverse cultural heritage, as represented
by the numerous archaeological and historic sites that have been identified and located
throughout our state; and
WHEREAS preservation and protection of these sites provides educational and
cultural values for all citizens and leads to better understanding between cultures of our
shared history; and
WHEREAS many citizens of Washington contribute their time and efforts to
preserve and protect Washington's unique archaeological and historic sites, and
traditional cultural places; and
WHEREAS these sites and places hold special cultural, historical, and spiritual
significance for both tribal members and citizens of Washington; and
WHEREAS the Department of Archaeology and Historic Preservation (DAHP)
and the Governor's Office of Indian Affairs (GOIA) have key statewide responsibility
to enhance the public's awareness of the need and value of protecting Washington's
heritage and establish effective consultation with Native American tribal governments.
NOW, THEREFORE, I, Christine O. Gregoire, Governor of the state of
Washington, hereby order all state agencies to:
1. Review capital construction projects and land acquisitions for the
purpose of a capital construction project, not undergoing Section 106 review under the
National Historic Preservation Act of 1966 (Section 106), with the DAHP and affected
Tribes to determine potential impacts to cultural resources. This review shall be
required on all capital construction projects unless they are categorically exempted by
DAHP. Cultural resources are defined as archeological and historical sites and artifacts,
and traditional areas or items of religious, ceremonial and social uses to affected tribes.
This review should be done as early in the project planning process as possible. Should
DAHP identify a known culturally significant site in the area of a project, or should
DAHP inform the agency of the potential that such a significant site is likely to be
found in a project locale, the agency shall:
Exh 'lit
A. Work with DAHP and affected Tribes on appropriate
archaeological survey and mitigation strategies consistent with state and federal
laws.
B. Consult with affected Tribes in a way that includes a face -to -face
meeting or other agreed upon method to discuss the project before a state agency
completes the project design. The agency will work with GOIA and DAHP to
identify affected Tribes and, if needed, seek their help to arrange a meeting to
discuss the project in question. If an agency is unable to arrange such a meeting,
it will promptly notify GOIA and DAHP of the situation.
C. Take reasonable action to avoid, minimize or mitigate adverse
effects to the archeological or cultural resource.
D. Notify DAHP and GOIA, in advance, of any meeting with
affected Tribes during which matters concerning cultural resources related to a
capital construction project will be discussed, and extend invitations to both
agencies to attend any such meetings. If representatives from DAHP or GOIA
cannot attend, the agencies will provide DAHP and GOIA with detailed meeting
notes.
2. Submit all agreements between state agencies and affected Tribes
concerning cultural resources that are developed outside the Section 106 process for
review and comment to DAHP. DAHP's review and comment on any such agreement
must occur before the agency can sign such agreement. Consult with DAHP and
affected Tribes during project design and prior to construction on projects not
undergoing Section 106 review, as a condition to receiving state grants or loans for the
purposes of a capital construction project. Should either DAHP or the affected Tribes
identify cultural resources affected by the proposed project, the state agency or agencies
will ensure that the grant recipient finds reasonable ways to avoid, minimize or mitigate
impacts to the resource before state funding is disbursed. State agencies shall take steps
to insure that this type of review is incorporated into their grant and loan management
process.
3. The Office of Financial Management is directed to include in its capital
budget instruction a requirement that agencies consult with DAHP and GOIA, as
appropriate, as part of the budgeting process for pre- design, design and construction.
4. To the extent that they have not already received training, all appropriate
state agency employees managing capital construction projects or pass through capital
grants will attend Government -to- Government training and Cultural Resource training
provided by GOIA and DAHP.
5. By January 15, 2007, DAHP shall report back to the Governor's Office
and the Office of Financial Management on the implementation of this executive order
including any recommendations on ways of improving implementation.
2
I invite institutions of higher education, public schools, statewide elected
officials, boards, commissions, and others to implement the practices herein described
within their agencies.
This executive order takes effect immediately.
IN WITNESS WHERE OF, I have
hereunto set my hand and caused the seal
of the state of Washington to be affixed at
Olympia this 10th day of November, Two
Thousand and Five.
CHRISTINE O. GREGOIRE
Governor of Washington
BY THE GOVERNOR:
Secretary of State