Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
012114_ca09
Consent 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. K1358 re: Capital Improvement — Horse Barn Upgrade; In the Amount of $4,100.00; Jefferson County Fair; Washington State Department of Agriculture STATEMENT OF ISSUE: AGREEMENT NO. K1358 re: Capital Improvement — Horse Barn Upgrade; In the Amount of $4,100.00; 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. K1358 re: Capital Improvement — Horse Barn Upgrade; In the Amount of $4,100.00; Jefferson County Fair; Washington State Department of Agriculture REVJKWED 17 r rp M04 ex- 0 istrator Date 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 AGREEMENT Number: K1358 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 four thousand one hundred dollars ($4,100). 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 CONDITIONS) 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) 0 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. 7 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: Address: City; State, Zip: Phone: E -mail Address: Tax ID No. ql -UoU tZ, 2z- 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 Date: FOR THE CONTRACTOR: Print Name and Title Signature Date: as to m only t1/ 3 1q, nwia Alwrez, cniercivil 0 Washington Fairs & Commissions Box 42560 S� State Department of Olympia WA 98504 -2560 100 Agriculture (360) 902 -+802 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 CITY STATE ZIP MALING CITY STATE 21P Port Townsend WA 98368 Port Townsend WA 98368 NAME OF REQUESTING OFFICER (PLEASE PRINT) TELEPHONE NUMBER (INCLUDE AREA OWE) E -MAL 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 2 of the 2 grant applications we intend to submit for this fair. CAPITAL R DETAIL DESCRIPTION OF CAPITAL IMPROVEMENT (USE ADDITIONAL PAGES IF NECESSARY) This end of the horse barn is the north end. Remove rotten lumber, post and pillar base, remove some of the old cloth wiring. To bring this building up to Jeffferson County building specs,must build a footing and stub wall. Want to match the other end. Construct new walls, add windows for summertime ventalation. Add plywood sheating and finish with James Hardie Plank material. Paint with a good latex paint. AMOUNT BEING REQUESTED FROM WSDA TOTAL PROJECT AMOUNT TYPE OF MATCH $4100.00 $19,715.40 Monetary ❑ In ® Both monetary & in -kind C] No match DESCRIPTION OF MATCH Our match will be in kind and monetary contribution from the JCFA The labor will be supplied by the Fairboard members and its volunteers. +Labor to remove and construct new wall HEALTH f SAFETY I LEGAL REQUIREMENT OF CAPITAL IMPROVEMENT The north is not as bad as the south end. Sill has rotten post and pillar,old cloth wiring that is not up to county code. Siding is starting to fall off. Wall is hanging by the roof support in a couple of spots. We consider this a safety problem. High winds could blow down this south end of bam. WHAT IS THE IMPACT IF YOU WERE TO RECEIVE A GRANT AWARD LESS THAN REQUESTED? CAN THE PROJECT BE COMPLETED BY JUNE 30.2015? We will not be able to complete this project ® Yes F] No APPLICANT I hereby certify under penalty of pedury that the foregoing information is true and correct to the best of my knowledge. SIGNATURE OF OFFICER COMPLETING APPLICATION DATE SIGNED D- -/I v AGR FORM 3045593 (Rn113) Pape 1 of 2 / v Exhibit A Grant #2 North Side Horse Barn Work Estimated Costs Monetary In Kind /Donated Remove /dispose of old wall and siding 80 hours @ $30 = $2,400 80 hours @ $15 = $1,200 $3,600.00 Footings and pour concrete 40 hours @$30 = $1,200 40 hours @ $15 = $600 $1,800.00 Concrete $600.00 Frame in wall 120 hours @ $30 = $3,600 120 hours @ $ 15 = $1,800 $5,400.00 Hours to Sheeting, Hardie Plank 80 hours @ $30 = 2,400 80 hours @ $15 = $1,200 $3,600.00 Hardie plank - $947.22 Paint exterior 40 hours @ $30 = $1,200 $1,200.00 Materials: sheeting, lumber, nails, primer paint, etc. (See bid) $2,138.18 Exterior Paint 11 gallons @$30 $330.00 Fair Administrative Time spent acquiring bids, estimates, etc. $100.00 Total estimates $4,015.40 $15,700.00 Total Cost of Project $19,715.40 rnntea Oct 09, 13 15:58 ( ) _ dZlrhBU Page 1/1 f:7 Customer HADLOCK BUILDING SUPPLY 1 Job: 49.00 Customer P.O. ___ Ship Via _______ -_ ________________-- __________ - -_ _________________ In 901 NESS CORNER RD ______ ______ B/O Ship Unit ________ Price _______ Item No. Description ..... -------- . .. --- --- ... ..... ------- ... .......... 1 FORT HADLOCK, WA 98339 :..:....---- L PC 16.900 . a. ..... ...... ----- DF21012 Phone: (360) 385 -1771 Fax: (360) 385 -1980 ________ L PC 0.490 ______________ Page 1 ________ ______ _______ ______ ____ «< QUOTE >a> - ______________- Quote# 00024505 _ _______ ______________ 16 L PC ___- ______ ______ SPECIAL NOTES _______________________________ CCSC8118 SPREADER CLEATS 8 x 1 1/8 Time :15:58:28 1 L RL 7.013 M Terms: CASII Due Date:10 /09/2013 T 79 L PC Placed d B Hy: Invoice Oate:10 /09/2013 Salesperson : VIVIAN S. No:180 ________________ Acct:180 - _______-- _____- - -____ Ship Date:10 /09/2013 __________________ Sold: CASH - _____________ taxable Shi p CASH - taxable 17.590 M To: CDX 15/32 (1 /2) 4.8 5 -PLY (5- 10 -15) To: 70 L PC 4.590 WEIGHT: 1488 lbs T.B.F. 2192.66 QUOTE EXPIRES 11/08/2013 QUOTE EXPIRES 11/08/2013 QUOTE EXPIRES 17/OB/2013 QUOTE EXPIRES 11/08/2013 24505 Sub : $1961.63 Taxable 1961.63 Tax 176.55 Nontaxable 0.00 Invoice Total: $2138.18 Item tax: WASH 127.51 1600 49.04 JEFFERSON UNINCORP --------------------------------- _ Qty Unit Price Extension 0.100 Phone: ( ) _ 845.00 84.50 f:7 Customer No.: 1 Job: 49.00 Customer P.O. ___ Ship Via _______ -_ ________________-- __________ - -_ _________________ In Order ______ ______ B/O Ship Unit ________ Price _______ Item No. Description ..... -------- . .. --- --- ... ..... ------- ... .......... 1 ----------- 5 :..:....---- L PC 16.900 . a. ..... ...... ----- DF21012 DOUG FIR 2 x10 x 12 ED STD&BTR 2 16 L PC 0.490 M CCAB1230 ANCHOR BOLT 1/2 X 10 (100 0 BAG) 3 16 L PC 0.560 M CCSC8118 SPREADER CLEATS 8 x 1 1/8 4 1 L RL 7.013 M CCFS SILL SEALER FOAM 1/4x5 1 /2x50' 5 4 L PC 10.650 M PT2612 PRESSURE TREATED 2 X 6 X 12 LP22 6 6 L PC 26.490 M PT6606 PRESSURE TREATED 6 X 6 X 8 LP22 7 34 L PC 17.590 M P12CDX5 CDX 15/32 (1 /2) 4.8 5 -PLY (5- 10 -15) 8 70 L PC 4.590 DF260B DOUG FIR 2 x 6 x B XD STD&BTR 9 8 L PC 6.890 DF2612 DOUG FIR 2 x 6 x 12 KD 10 4 L PC 9.190 DF2616 DOUG FIR 2 x 6 x 16 RD STUSBTR 11 4 P EA 6.790 HG128T SIMPSON 128T T -STRAP 12xBx2 12 8 L EA 4.690 RF138DM FLASHING BROWN DRIP CAP 1 3 /8x10' 13 5 L PC 17.490 F54616 FASCIA PRIMED SPRUCE 5/4 "X6%16' S1S2E 14 4 P EA 23.390 HDGEPB66 SIMPSON HDG EPB66 ELEVATED POST BRACKET 15 4 L RL 21.290 RFFELT15 FELT 4115 f30 300 SQ FT 36" 16 B L PC 3.590 DF2408 DOUG FIR 2 x 4 x 8 M STD&BTR 17 1 P EA 20.990 110692 ELEC WIRE 12/2 NMB W/G 25' 16 2 P EA 129.990 867143 WA SGAL Pastel Base Greener Option Clean Air WEIGHT: 1488 lbs T.B.F. 2192.66 QUOTE EXPIRES 11/08/2013 QUOTE EXPIRES 11/08/2013 QUOTE EXPIRES 17/OB/2013 QUOTE EXPIRES 11/08/2013 24505 Sub : $1961.63 Taxable 1961.63 Tax 176.55 Nontaxable 0.00 Invoice Total: $2138.18 Item tax: WASH 127.51 1600 49.04 JEFFERSON UNINCORP --------------------------------- _ Qty Unit Price Extension 0.100 MBF M 845.00 84.50 0.160 BAG M 49.00 7.84 16.000 PC 0.56 8.96 1.000 RL 7.01 7.01 0.048 MBF M 887.50 42.60 0.144 MBF M 1103.75 158.94 1.088 MBF M 549.68 598.06 0.560 MEP M 573.75 321.30 0.096 MBF M 574.16 55.12 0.064 MBF M 574.37 36.76 4.000 EA 6.79 27.16 8.000 EA 4.69 37.52 0.050 MBF 1741.69 87.45 4.000 EA 23.39 93.56 4.000 RL 21.29 65.16 0.043 MBF 660.09 26.72 1.000 EA 20.99 20.99 2.000 EA 129.99 259.98 Hr RT HAD[ PLGF PE 70 iN`iCIGENUMHLI- `+ ..p�G�_'�'� %'� i I1 6?`L 980 ! �i RRESPONDENGE 11voice. 01 C', 7147 i ).lid 10 ' Sr I, / 613 �a sc '�rls Inv,, .. X116 %131 o e z86 Duv z h C/i 3 .... 286 DAWN �. AR�oc.._ ti,N 7 s F FAR A3)5 C. JEFF. CO. FAIR P.O. BOX 242 'SORT TOWNSEPdf.. ,'VA 3E90E e pousigCz �wsE sAAr. ccae e,:�ncui I`i� �� L� H x 3851013 T ,- a -E �...EXTENSIO ___ �._S✓ TiON�.._ RET.�ILPRiCE __. -�1C ° ° -�"T"" 11,5✓J.�- '..6900 eu 869 30 i 100..dC. 100 LO L'., EA HAF NO N " ..._� F it UNTABLE Ni C APP,' J, 00 Lu HOC ' "_� 0.000 IE. t0000G,. �. _. � AHl C °LOCK. Ti : UI? SUSINE> All I .I &PPED DFIV R '. ,`-ttl;.;B YOigI $g69.7� a1 i JEF -- RECEIVE - -I _ J.`CONDITICPI _. - %ZN-- j I .1 axa, J; -taxao,:a —' L — - - ql S LANCE C~ARSECF1 -1 rF UNPAID B, - _ ;, :ToGueioin..F �ONP - )LCCwIV[ �YA,L $947. _ ,-+rT, - ..S v-P AGREES TC ?A. ��_�u-ECTIpN FF - r. ..} n yC}y, q'y i 1Illilll�lillllfllllllr�� 'I '` iII�I���' �I�Illill�ll��liil�l��il1 #illNlh �N�1111�i °��� Glidden Premium 1 -gal. Semigloss Latex Exterior Paint- GL6811 -01 at The Home Depot Page 1 of 2 0=;" , ®': F1111111!1111111,11" 1114=01 OR NOW. ROW A11AN AK9*OMER 460y0000 s PRO She Tool i Trek Rental Get k Installed GHt Cards Help a titers Your Store use Lander #47021ceaes�l Search All PRODUCT OVERVIEW What can we help you find? Project How-To Gf k19nPiefimJ- gJSerifslal®cF ', Pat Model # GL8811 -01 Stop SKU # 411041 Sere SO SKU # 851M $26.971 each This item cannot be shipped to the following state(s)- CA,CT,OR Store Only The Glidden PrerNUn I -GaAan Swallow Labs Exterior Pain) is Idol for appfralion an Y siding. ben does, student and fences. The 100% acrylic, bass base reside finding and other dame" caused by UV rays ntl eewas VABOW conditions. The midew-resistant Paint can be applied in lanpmewas as low as 35 degrees Fahrenheit allowing you an extended pa' ' eastern. CalifuMe raedgrds ae,i Bfl 7cr ation • Neel for application on all siding, trkn, doors, shtders and fences • Can be applied in banperabsas as low as 35 degrees Fahrenheit • 100% acrylic latex base providesa durable, chip-resislant finish • Fonnadated for an easy, cleanup with soap and water • Quick-drying fomsYe is dry to this touch in as liftle as 45 minnitea • Restate failing and other demage caused by UV rays and seven weather conditions for a long-lasting freshly Painted look with minimal maintenance • Remits mildew growth to mailers a pristine appearance • 350 sq. R of cow nege • Subject to or will include a recycling fee in the following subs: CA, OR, CT • Aced paint colors may vary from cn -seem and printer represerrtstions • MFG Model #: GL6811 -01 - MFG Pon #:5109307 SPECIFICATIONS Application Method Roller Assembled Height (in.) 8 in Color Fatuity vat" Container Sim 1 GAGalbn Info & Guides MSDS You will need Pdoba® AcrobaW Reader to view PDF documents. a free copy from the Adobe Web site Assembled Depth (n.) 7 in Assembled VddBt (n.) 7 n 151 or, Your Account W1uea 8 custom cobsTlM appropriao CobrlFnimt base withDsmatore"r Colorants Coverage Area (sq. tL) 350 iP http: / /www.homedepot.comIp /Glidden- Premium -l- gal - Semigloss- Latex - Exterior- Paint -G... 10/9/2013 COTTON REDIMIX PO BOX 179 PORT HADLOCK WA 9833 ) 360- 385 -0480 FAX 360- 379 -4S Bill To JEFFERSON COUNTY FAIR PO BOX 242 PORT TOWNSEND WA 98368 Date Quantity J2/272I1'_ 12/21/2012 1.25 YDS 3500 PSI BL; BILL bICINTYRE 4.75 YDS SMALL LOP Description Rite SUBTOTAL 1 I 90.50 9 %PORT TOWNF (J76 YD 'AINIMUM) V r Date Invoice # J2/272I1'_ 25100 i i f P.O No. Terms Project BILL bICINTYRE Net 10 days F'.iRGROUNDS Description Rite Amount FAIR CONCRETE LOCAL 90.50 113.13T (J76 YD 'AINIMUM) 20,00 . 95.00T 208.13 1601 SAES TAX 9.00% 18.73 e Total $226.86 SHOLD EXCAVATING INC COTTON REDIMIX PO BOX 179 PORT HADLOCK `vUA 98339 360 -385 -0480 FAX 360- 379 -68 Bill To 7EFFERSON COi ' Y FAIR PO BOX 242 PUP.T TORTSE7\'D WA 98368 Date Quantity 12;1212012 195 TS 350OPSI W /A([ 3➢_L MC1,YRE 4.25 YDS RkALLLOAF) Description Rae SUBTOTAL NCRETE LOCAL 90.50 9% PORT TOWNSEi- (6 YD M'N(MUM) EDace Invoice # 2 , _ 250 °8 ?.0. i o. Terms ?roject 3➢_L MC1,YRE Vet 10 days FA,F GROUNDS Description Rae Amount NCRETE LOCAL 90.50 158.38T (6 YD M'N(MUM) 20.00 85.00T 243.38 b01 SALES "AX 9.00% 21.90 . F :I $Zfi5.2'fi. SHOLD EXCAVATNG INC COTTON PEDMIIR PO BOX 179 PORT HADLOCK WA 9833" 360 -385 -0480 FAX 360- 379 -6 - Bill To JEFFERSON COUNTY FAIR PO BOX 242 PORT TOATSEND WA 98368 Dace Invoice # 1130:'uI- 1 24968 P.0 Vc. Terms 'roject FOOTING Net 10 days I :AI GROUNDS Description Rate Amount FI©T N'. -, "PcR 1 "/� POZ CC \ICRFTE ADD OV FAX 100.00 9.00 °% 100 GOT 9.00 I [Total $109.00 i 1 3 �'U.I r !r r � "�. F 0 oti s �.. :` b.i �� Qx p ; � � fir, ��, _. �..b. � . r 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 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. 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: Ex!t# [1 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 fmds 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. 3 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. BY THE GOVERNOR: Secretary of State 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 10'' day of November, Two Thousand and Five. CHRISTINE O. GREG01RE Governor of Washington