Loading...
Architectural/Historical Survey/ Evaluation Project Consulant Recommendation . .' .. h '}>'-_:~ CITY OF DUBUQUE, IOWA MEMORANDUM October 28, 1999 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Consultant Recommendation for Architectural/Historical Survey/ Evaluation Project Planning Services Manager Laura Carstens is recommending approval of a contract with the consulting firm History Pays! for the Architectural/Historical Survey/ Evaluation Project, in the amount of $22,403, This project is the first phase of the Historic Preservation Survey that will evaluate the historic context and supporting architectural themes throughout the entire community and will involve researching several neighborhoods in the City of Dubuque. I concur with the recommendation and respectfully request Mayor and City Council approval. /l 4./ .7~~ d~ / /' tt:.A~ ( .1t--/~ /. ~,,~v M' el C. Van Milligen t {/ /"J MCVM/j Attachment cc: Barry Lindahl, Corporation Counsel Tim Moerman, Assistant City Manager Laura Carstens, Planning Services Manager . . CITY OF DUBUQUE, IOWA MEMORANDUM October 28, 1999 TO: FROM: Michael C. Van Milligen, City Manager Laura Carstens, Planning Services Manager ~ SUBJECT: Consultant Recommendation for Architectural/Historical Survey/Evaluation Project INTRODUCTION The purpose of this memo is to request the City Council select a consultant for the Architectural/Historical Survey/Evaluation Project and authorize approval of a contract with that consultant. This project is the first phase of the Historic Preservation Survey that will evaluate the historic context and supporting architectural themes throughout the entire community and will involve researching several neighborhoods in the City of Dubuque. BACKGROUND City staff solicited proposals from qualified consulting firms to conduct the historic preservation survey. This survey will serve to guide the determination of eligibility for properties to the National Register and also tend to eliminate conditions of lead which exist in numerous structures within these targeted areas. The City has received a Certified Local Government (CLG) grant of $12,758 for this project from the State Historic Preservation Office (SHPO). The total cost for this project was estimated at $30,158. DISCUSSION A proposal review committee composed of Pam Myhre, Associate Planner; Cindy Steinhauser, Parking System Supervisor; Kathy Sturm, Purchasing Coordinator, Mark Noble, Assistant Planner; and myself reviewed the proposals received for this project. Proposals were received from the following consultants, and were ranked by the committee in the order shown: 1. History Pays! 2. Tallgrass Historians, L.C. After evaluating the proposals, the Committee felt that both consultants were well qualified. The committee evaluated the proposals using the following factors: a) Qualifications and experience of the firm, reference checks, achievements and completion of similar projects within the past five years. Memo to Michael C. Van Milligen Consultant Recommendation for Architectural/Historical Survey/Evaluation Project October 28, 1999 Page 2 b) Project design team qualifications and experience of the principal consulting staff proposed to work on the project, variety in application of various disciplines within the team and availability and qualifications of the subcontracting staff. c) Grasp of project requirements - the firms analysis, preparation and level of interest. d) Design approach/methodology in completing the scope of services - technology alternatives, creativity, and problem solving ability e) Responsiveness - compatibility between consultants and the City of Dubuque, general attitude and ability to communicate. f) Local economic impact - proximity of firm(s) to Dubuque, ability to incorporate local firms g) Schedule evaluation - time required to complete the project, ability to deliver the products in a timely manner. h) Cost evaluation - proposed cost to complete project. RECOMMENDATION The proposal review committee recommends the consultant team of History Pays! be retained to conduct the historic preservation survey for the City of Dubuque. They are the recommended choice for the following reasons: 1) They have conducted surveys similar in scope and magnitude; 2) they have shown that the project will be done in a timely manner; and 3) they will complete the project within the estimated budget cost. The consultant's proposed cost $22,403. Reference checks indicated satisfaction with similar projects. An amount sufficient to cover the cost of this consultant contract has been allocated in the City budget. In addition, the consultant has been asked to develop survey alternatives that will reduce the cost of this project. ACTION STEP The requested action step is for the City Council to concur with the selection of History Pays! as the consultant for the Architectural/Historical Survey/Evaluation Project, and to authorize the Mayor to sign the attached contract for consulting services with History Pays! LC/mkr Attachments CONTRACT FOR CONSULTING SERVICES TO ASSIST THE CITY OF DUBUQUE IN PREPARATION OF ARCHITECTURAUHISTORICAL SURVEY/EVALUATION THIS AGREEMENT, entered into this e;nJo. day of November, 1999, by and between the City of Dubuque (hereinafter referred to as the "City") and History Pays! (hereafter referred to as "Contractor"); witnesseth: In order to accomplish the objectives of the Architectural/Historical Survey/ Evaluation the City and the Contractor for considerations and other conditions below, agree as follows: 1. The Contractor agrees to assist the City in the performance of an Architectural/ Historical Survey/Evaluation as follows: A. The Contractor will complete the tasks specified in the attached Exhibit C, Scope of Work, and as specified in the attached contract between the City and the State Historical Society of Iowa, hereinafter referred to as the "State Contract." B. The Contractor will prepare the products described in Exhibit C, and as -required by the State Contract. 2. The City agrees to reimburse the Contractor in the performance of the Scope of Work specified under this contract, as described in the attached Exhibit A, Contract Budget, as follows: A. The City will pay the Contractor an amount not to exceed $18,515.00 for services and expense reimbursement under this contract. The Contractor will be paid at a rate of $35.00 per hour. The number of hours spent by the Contractor in fulfilling the terms of this Contract shall be reflected on a billing submitted to the City. The billing shall specify hours by date and project phase. B. The City shall reimburse the Contractor for automobile mileage, meals and lodging necessary to complete the duties and responsibilities of the Contract. The rate of reimbursement for mileage will be 24~ per mile, $20.00 for meals each day, and $40.00 for lodging each night. C. The City shall reimburse the Contractor for materials, film, telephone, facsimile, and supplies necessary to complete the duties and responsibilities of the Contract. The rate of reimbursement shall be as shown on the Contract Budget. 3. The term of this contract shall begin upon the execution of this contract by the Mayor and shall terminate on July 31, 2000. 4. The City may terminate this agreement at any time by giving notice by Certified Mail to the Contractor at James Jacobsen, History Pays!, 4215 Northwest Drive, City of Dubuque Contract for Consulting Services Arch itectu ral/H istorical S u rvey/Eval uation Page 2 Des Moines, Iowa 50310. In that event, equitable adjustment shall be made for all work completed prior to termination. The adjustment amount shall be based upon the number of hours as certified by the Contractor times the hourly rate, plus expenses. 5. The Contractor may terminate this Contract by giving a 21 day notice by Certified Mail to the Mayor of the City of Dubuque. In that event, equitable adjustment shall be made for all work completed prior to termination. The adjustment amount shall be based upon the number of hours as certified by the Contractor times the hourly rate, plus expenses. 6. Reproduction and use of the reports and documentation produced from this Contract shall be at the discretion of the City. 7. The Contractor's obligation and duties under this Contract shall not be assigned without the permission of the City. 8. In performing the functions set forth in this agreement, it is understood and agreed that the Contractor is an independent Contractor and that all work performed hereunder shall be conducted in a professional and satisfactory manner. Furthermore, the Contractor shall hold harmless the city for any injury or damage caused by the acts or omissions of the Contractor, its employees or agents, and the Contractor agrees to indemnify the City for any such injury or damages. 9. The Contractor shall provide such insurance as required by the City's Administrative Policy 3.26: Standard Insurance for City Contracts, Leases and Agreements. In witness, whereof the parties hereto have caused this Contract to be executed this 6(1-\ day of November, 1999. .........., \ \ '- \ --"< ~..~\ tlA~ g; ('i47 Date . James E. Jacobsen, Princi al Consultant Histo~ Pays! ~ ~c CrttJ/) ( UI.A_,oGG -- ( iY ry!;-. ------- Terrance M. Duggan, Mayo City of Dubuque ~ / /919 Date EXHIBIT A CONTRACT BUDGET ARCHITECTURAL/HISTORIC SURVEY /EV ALUA TION 1. MultiDle ProDertv Documentation Form (MPDF) Item Unit Quantitv Unit Cost Amount Labor /Research HR 93 $35 $3,255 Labor/Report Development HR 112 $35 $3,920 Labor/Edit/ Admin HR 60 $35 $2.100 Total Labor HR 265 $35 $9,275 Materials (binding, printing, LS 1 $300 $300 copies, materials, maps) Total MPDF $9,575 2. Survey and Evaluation Item Unit Quantitv Unit Cost Amount Labor /Research HR 83 $35 $2,905 Labor/Field Work HR 101 $35 $3,535 Labor/Site Sheets HR 80 $35 $2.800 Total Labor HR 264 $35 $9,240 Per Diem Days 25 $20 $500 Housing/Lodging Days 25 $40 $1,000 Mileage MI 3,500 $0.24 $840 Film LS 1 $300 $300 Telephone/Facsimile LS 1 $100 $100 Supplies (binding, printing, LS 1 $300 $300 copies, materials, maps) Total Survey/Evaluation $12,280 Project Contingency LS $548 Grand Total $22,403 A 70% billing will be submitted during the course of the project. --"~'\: 2 2 r,~:,,:; Contract No. 19-99.003 STATE HISTORICAL SOCIETY OF IOWA GRANT-IN-AID AGREEMENT FOR: the City of Dubuque an Architectural/Historical Survey/Evaluation Project This agreement is made and entered into by and between the City of Dubuque, hereinafter referred to as the RECIPIENT, and the STATE HISTORICAL SOCIETY OF IOWA, hereinafter referred to as the STATE; WITNESSETH THAT: WHEREAS, the STATE, is interested in broadening the role of local governments in historic preservation through the Certified Local Government program; and WHEREAS, the STATE, in accordance with the National Historic Preservation Amendments of 1980, is providing 10% of its annual federal Historic Preservation Fund appropriation to Certified Local Governments; and WHEREAS, the RECIPIENT has demonstrated its interest in historic preservation by becoming a Certified Local Government, and desires to complete an Architectural/Historical Survey/Evaluation Project; NOW THEREFORE, it is agreed by and between the parties hereto as follows: 1. That the RECIPIENT is qualified to complete the attached Scope of Work (Exhibit C); 2. That the RECIPIENT will be responsible for overseeing all aspects of fiscal management; 3. That the RECIPIENT provide a permanent copy of financial records suitable for State and Federal audit as directed under the Single Audit Act of 1984, P.L. 98-502, if required; 4. That the STATE provide for only project costs eligible under provisions stipulated by the National Park Service, U.S. Department of the Interior for grants -in-aid. Project work which does not meet Secretary of Interior Standards will not be reimbursed for under this contract; 5. That the STATE monitor the project and provide input as called for in the attached Scope of Work (Exhibit C); 6. That the Recipient and the STATE mutually agree that if, during the duration of the contract, it is deemed necessary by either party to make alterations to or amendments to this Agreement, such changes shall be incorporated into this contract upon mutual agreement and shall be in effect as of the date of the amendment unless otherwise specified within the amendment; 7. That the STATE agrees to pay the project eligible costs under the terms of this Agreement; 8. That the RECIPIENT and the STATE mutually agree to abide by the general and specific conditions attached hereto as Exhibits A, S, C, and 0; 9. That the RECIPIENT and the STATE mutually agree that all work performed under this contract will be completed by July 31, 2000: 10. That the RECIPIENT and the STATE mutually agree that the cost of this contract shall be $30,158.00. All eligible costs necessary to carry out the project shall be initially advanced by the RECIPIENT and then the STATE shall reimburse the RECIPIENT for $12,758.00, upon receipt of all work products and as specified in the Scope of Work. The agreement will end on July 31,2000. The final bill must be submitted with the final report by July 31,2000. 1 11. Expenditures are to be according to the Budget, attached as Exhibit D. Adjustments between budget categories are permissible following written mutual consent between the RECIPIENT and the STATE; 12. The RECIPIENT will faithfully comply with all applicable Federal and State laws, regulations and guidelines, including the Secretary of the Interior's Standards and Guidelines for Archaeology and Historic Preservation as published in the Federal Register on September 29, 1983; 13. The RECIPIENT shall hold the STATE and federal government harmless from damages in any action arising from the performance of work described herein. IN WITNESS WHEREOF, the parties hereto have executed this contract on the day and year last specified below. Date /~ f1tiL It ' STATE ~ Patricia . hfe~~~~uty State Hi~rii:i.c!rvation Officer (y -2;}_41 Date 2 EXHIBIT A GENERAL CONDITIONS ARTICLE I - Amendment of Contract: The RECIPIENT or the STATE may, during the duration of the Contract, deem it necessary to make alterations to the provisions of this agreement. Any changes, which shall be mutually agreed upon by both parties, shall be incorporated into this Contract. The provisions of the amendment shall be in effect as of the date of the amendment unless otherwise specified within the amendment. A waiver of any conditions of this Contract must be in writing from a duly authorized official of the STATE. ARTICLE II - Patent and Copyright: a. No material or product in whole or in part under this Contract shall be subject to patent or copyright by either part in the United States or in any other country. b. The U.S. Department of the Interior reserves a royalty-free no-exclusive and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use, any materials produced in whole or in part under this Contract for government purposes. Any publication by the RECIPIENT must bear in an appropriate place an acknowledgment of grant support under the National Historic Preservation Act of 1966, as amended, from the U.S. Department of the Interior and the State Historical Society of Iowa. ARTICLE III - Accounts and Records: a. Accounts - the RECIPIENT shall maintain books, records, documents and other evidence pertaining to all costs and expenses incurred and revenues acquired under this Contract to the extent and in such detail as will properly reflect all costs, direct and indirect, of labor, materials, supplies, services, and other costs and expenses of whatever nature, for which payment is claimed under this Contract. b. Audit and Inspection - At all times during normal business hours and as frequently as is deemed necessary, the RECIPIENT shall make available to the STATE all of its records, pertaining to all matters covered by this Contract and shall permit the STATE to audit, examine and make excerpts from such records and all other matters covered by this Contract. c. Retention of Financial Records - All records in the possession of the RECIPIENT pertaining to this Contract shall be retained by the RECIPIENT for a period of three (3) years beginning with the date upon which final payment under this Contract is issued. All records shall be retained beyond the three (3) year period if audit findings have not been resolved within that period. d. The STATE shall reimburse the RECIPIENT for actual, necessary and eligible costs incurred by the RECIPIENT in the conduct of this project. All claims shall include copies of time utilization sheets, records, documents and other evidence in support of all costs and expenses incurred for the performance of this Contract. ARTICLE IV - Termination of Contract a. Termination for Cause - The STATE or the RECIPIENT may terminate this Contract in whole or in part, at any time before the date of completion, whenever it is determined that the other party has failed to comply with the conditions of the Contract. The STATE or RECIPIENT shall promptly notify the other party in writing of the determination and the reasons for the termination, together with the effective date. The RECIPIENT shall not incur new obligations for the terminated portion after the effective date, and shall cancel as many outstanding obligations as possible. The STATE shall allow full credit to the RECIPIENT for no-cancelable obligations up to the amount of $12,758.00, if said obligations are properly incurred by the RECIPIENT prior to termination. The STATE shall terminate the contract if it determines that the RECIPIENT is not following cost eligibility as outlined in the Secretary of Interior Standards, 36 CFR; OMS Circular A-87; and OMS Circular A-102. b. Termination for Convenience - The STATE and the RECIPIENT may terminate this Contract in whole or in part, when both parties agree that the continuation of the project would not produce beneficial results commensurate with the future expenditure of funds. The two parties shall agree upon the termination conditions, including the effect date 3 and, in the case of partial termination, the portion to be terminated. The RECIPIENT shall not incur new obligations for the terminated portion after the effective date, and shall cancel as many outstanding obligations as possible. The STATE shall allow full credit to the RECIPIENT for non-cancelable obligations up to the amount of award, if said obligations are properly incurred by the RECIPIENT prior to termination. c. Termination due to Non-Appropriation - Notwithstanding any other provisions of this Contract, if funds anticipated for the continued fulfillment of the Contract are at any time not forthcoming or insufficient, either through the failure of the Federal Government or of the State of Iowa to appropriate funds or discontinuance or material alteration of the program under which funds were provided, then the STATE shall have the right to terminate this Contract without penalty by giving not less than thirty (30) days written notice documenting the lack of funding, discontinuance or program alteration. Unless otherwise agreed to by the parties, the Contract shall become null and void on the last day of the fiscal year for which appropriations were received, except that if an appropriation to cover the costs of this Contract becomes available within sixty (60) days subsequent to termination under this clause, the STATE agrees to re-enter a Contract with the terminated RECIPIENT under the same provisions, terms and conditions as the original award. In the event of termination of this Contract due to non-appropriation, the exclusive, sole and complete remedy of the RECIPIENT shall be payment for service completed prior to termination. d. Right in Incomplete Products - In the event the Contract is terminated, all finished or unfinished portions of the work prepared by or for the RECIPIENT under this Contract shall, at the option of the STATE, become its property, and the RECIPIENT shall be entitled to receive just and equitable compensation for any satisfactory work completed on the project. . ARTICLE V - Interest of Officials and Others: a. STATE - No officer, employee or advisor of the STATE inclUding a member of the State Historical Society of Iowa Board of Trustees or the State Nominations Review Committee, shall participate in any decisions relating to this Contract which affect his personal interest or the interest of any corporation, partnership or association in which he is directly or indirectly interested or have any interest, direct or indirect, in this Contract or the proceeds thereof. A person has a conflict of interest with respect to a subgrant, contract subcontract, or any agreement supported with state or federal assistance if the person or any of the following has a financial interest in that application. 1. The person, the person's spouse, minor child, or partner, or; 2. Any organization in which the person is serving as an officer, director, trustee, partner or employee or; 3. Any person or organization with whom the person is negotiating or has any arrangements concerning prospective employment. Benefit or remuneration other than a fee in accordance with applicable statewide procedures includes, without exception, royalty, commission, contingent fee, professional services contract, brokerage fee, or other payment accruing to the person or any member of his immediate family. b. RECIPIENT - The RECIPIENT convenants that it presently has no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of services required to be performed under this Contract. ARTICLE VI - Assignment of Interest: Neither this Agreement or any interest therein, no claim thereunder, shall be assigned or transferred by the RECIPIENT to any other party or parties. ARTICLE VII - Subcontract: None of the work or services required under this Agreement shall be subcontracted by the RECIPIENT without prior written approval to subcontract by the STATE. ARTICLE VIII - Procurement of Professional Services and Equipment: The RECIPIENT shall procure professional services by competitive negotiation, or small purchase procedures. This requires solicitations from at least three sources to permit reasonable competition consistent with the nature and 4 requirements or the procurement. "Cost-plus-a-percentage-of-cost" contracting is strictly forbidden. Rather, cost reimbursement or fixed price contracting is required. Project principal investigators must meet the minimum professional standards as outlined in the Code of Federal Regulations, Volume 36 Part 61. The purchase of any equipment under this agreement over $300 may not occur without prior written permission of the STATE. The STATE will not approve such purchases until the same are approved in writing by the National Park Service. EXHIBIT B SPECIAL CONDITIONS ARTICLE I - Identification of Parties: This Contract is entered into by and between the State Historical Society of Iowa, hereinafter called the STATE, and the the City of Dubuque, hereinafter called the RECIPIENT. ARTICLE II - Designation of Officials: a. STATE - The State Historic Preservation Officer is the State Official authorized to execute any changes in the terms, conditions, or amounts specified in this Contract. He (She) may designate a member of his (her) staff to negotiate, on behalf of the State, any changes to the Contract. b. RECIPIENT - the City of Dubuque, is authorized to execute any changes in the terms, conditions, or amounts as specified in this contract. ARTICLE III - Additional Special Conditions: a. Audit Requirements - The RECIPIENT shall annually have performed, on a timely basis, independent financial and compliance audits of the historic preservation funds received from the STATE. All such audits shall be conducted in accordance with applicable auditing standards set forth in OMB Circular A-128, "Audits of State and Local Governments", pursuant to the Single Audit Act of 1984. Costs associated with such audits are the responsibility of the RECIPIENT. A copy of this audit must be submitted to the STATE. If the RECIPIENT is a non-profit organization, public college or university, audits shall be made in accordance with statutory requirements and the provision of Circular A-11 0 a copy of this audit must be submitted to the STATE. b. General Obligations - All work performed under this Contract shall be carried out in a lawful, proper and satisfactory manner in accordance with appropriate Federal, State and Local regulations, including OMS Circular A-102 and NPS 49; and any circular, policies, procedures and requirements as may from time to time be prescribed by the U.S. Department of Interior. ARTICLE IV - Conditions of Payment: a. Maximum Payment - It is expressly understood and agreed to that the maximum amounts to be paid to the RECIPIENT by the STATE for any item of work or services shall be the amount specified herein. All payments for work and services under this Contract shall be on a cost incurred, non-profit basis. b. Requisition for Payment - All payments to the RECIPIENT shall be subject to the receipt by the STATE of a Request for Reimbursement. This request shall be made according to the format specified by the STATE with reimbursement to the RECIPIENT occurring at intervals no more than sixty (60) days after approval of request. 5 ARTICLE V - REQUIRED ACKNOWLEDGMENTS: Publication, films, exhibits, etc. developed as a part of this Contract shall acknowledge Federal aid by including the following statement as part of the Title or Acknowledgment Section with each item produced. "This project has been funded with the assistance of a matching grant-in-aid from the State Historical Society of Iowa, Community Programs Bureau, through the Department of the Interior, National Park Service, under provisions of the National Historic Preservation Act of 1966; the opinions expressed herein are not necessarily those of the Department of the Interior." ARTICLE VI - Equal Opportunity Acknowledgment: Publications, films, exhibits, etc. developed as a part of the Contract shall acknowledge equal opportunity and nondiscrimination practices by including the following statement as part of the Title or Acknowledgment Section with each item produced. "This program received Federal funds from the National Park Service. Regulations of the U.S. Department of the Interior strictly prohibit unlawful discrimination in Federally Assisted Programs on the basis of race, color, national origin, age or handicap. Any person who believes he or she has been discriminated against in any program, activity, or facility operated by a recipient of Federal assistance should write to: Director, Equal Opportunity Program, U.S. Department of the Interior, National Park Service, 1849 C Street, Washington, D.C. 20240." ARTICLE VII - Certification Regarding Lobbying: This certification is required by Section 1352, Title 31, U.S. Code. The sub-grantee certifies, to the best of his or her knowledge and belief that: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, any officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the undersigned shall complete and submit Standard Form 1963 "Disclosure Form to Report Lobbying," in accordance with instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to civil penalty of not less than $10,000 and not more than $100,000 for each such failure. ARTICLE VIII - Equal Opportunity: Code of Fair Practices 1. The RECIPIENT will not discriminate against any employee or applicant for employment because of race, creed, color, religion, national origin, sex, age or physical or mental disability. The RECIPIENT will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, religion, national origin, sex, age or physical or mental disability except where it related to a bona fide occupational qualification. Such action shall include but be not limited to the following; employment, upgrading, demotion or transfer, recruitment or recruitment advertising; layoff or termination; rate of payor other forms of compensation; and selection for training, including apprenticeship. The RECIPIENT agrees to post in conspicuous 6 places, available to employees and applicants for employment, notices setting forth provisions of this nondiscrimination clause. 2. The RECIPIENT will, in all solicitations or advertisements for employees placed by or on behalf of the RECIPIENT, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, religion, national origin, sex, age or physical or mental disability except where it relates to a bona fide occupational qualification. 3. The RECIPIENT will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice advising the labor union or worker's representative of the RECIPIENT commitments under this nondiscrimination clause and shall post copies of the notice in a conspicuous place available to employees and applicants for employment. 4. The RECIPIENT will comply with all relevant provisions of the Iowa Civil Rights Act of 1965 as amended, Iowa Executive Order #15 of 1973, Federal Executive Order 11246 of 1965 as amended by Federal Executive Order 11275 of 1967, the Equal Employment Opportunity Act of 1972, and all provision relevant to fair employment of the rules and regulations of the STATE. The RECIPIENT will furnish all information and reports requested by the STATE or required by or pursuant to the rules and regulations thereof and will permit access to payroll and employment records by the STATE for purposes of investigation to ascertain compliance with such rules, regulations or requests, or with this nondiscrimination clause. 5. In the event of the RECIPIENTS noncompliance clauses of this contract or with any of the aforesaid rules, regulations or requests, this contract may be canceled, terminated, or suspended in whole or in part and the RECIPIENT may be declared ineligible for further contracts with the STATE. In addition, the STATE may take such further action, and such other sanctions may be imposed and remedies invoked, as provided by the Iowa Civil Rights Act of 1965 as amended, Chapter 601 A, Code of Iowa 1973, as heretofore and hereinafter amended, or by the rules and regulations of the State or as otherwise provided by law. 7 Public reporting burden for this collection of information is estimated to average 15 minutes per response, includmg time tor revlewrnc instructions. searching existing data sources, gathering and maintaining the data needed, and completin!} and reviewing the coHection 0: information. Send comments regarding the burden estimate or any other aspect of this collection of information. including suggestions lor reducing this burden, to the Office of Management and Budget, Paperwor1< Reduction Project (0348..()()4()). Washington, DC 20503. . PLEASE DO NOT RETURN YOUR COMPLETED FORM TO THE OFFICE OF MANAGEMENT AND BUDGET. SEND IT TO THE ADDRESS PROVIDED BY THE SPONSORING AGENCY. NOTE: Certain of these assurances may not be applicable to your project or program. If you have questions. please contact th( awarding agency. Further. certain Federal awarding agencies may require applicants to certify to additional assurances. If suct is the case. you will be notified. . As the duly authorized representative of the applicant, I certify that the applicant: 1. Has the legal authority to apply for Federal assistance and the institutional, managerial and financial capability (including funds sufficient to pay the non-Federal share or project cost) to ensure proper planning, management and completion of the project described in this application. 2. Will give the awarding agency. the Comptroller General of the United States and. if appropriate. the State, through any authorized representative, access to and the right to examine all records, books. papers, or documents related to the award; and will establish a proper accounting system in accordance with generally accepted accounting standards or agency directives. 3. Will establish safeguards to prohibit employees from using their positions for a purpose that constitutes or presents the appearance of personal or organizational conflict of interest, or personal gain. 4. Will initiate and complete the wor1< within the applicable time frame after receipt of approval 01 the awarding agency. 5. Will comply with the Intergovemmental Personnel Act of 1970 (42 U.S.C. 994728-4763) relating to prescribed standards for merit systems for programs funded under one of the 19 statutes or regulations specified in Appendix A of OPM's Standards for a Merit System of Personnel Administration (5 C.F.R. 900, Subpart F). 6. Will comply with all Federal statutes relating to nondiscrimination. These include but are not limited to: (a) Title VI of th.e Civil Rights Act of 1964 (P.L. 88-352) which prohibits discrimination on the basis of race. color or national origin: (b) Title IX of the Education Amendments of 1972, as amended (20 U.S.C. 991681- 1683, and 1685-1686). which prohibits discrimination on the basis of sex; (c) Section 504 01 the Rehabilitation Previous Edition Usable Act of 1973, as amended (29 U.S.C. 9794), which prohibits discrimination on the basis of handicaps; (d) the Age Discrimination Act of 1975. as amended (42 U.S.C. 996101-6107), which prohibits discrimination on the basis of age; (e) the Drug Abuse Office and Treatment Act of 1972 (P.L 92-255). as amended. relating to nondiscrimination on the basis of drug abuse; (f) the Comprehensive Alcohol Abuse and Alcoholism Prevention. Treatment and Rehabilitation Act of 1970 (P.L 91-616). as amended. relating to nondiscrimination on the basis of alcohol abuse or alcoholism; (g) 99523 and 527 of the Public Health Service Act of 1912 (42 U.S.C. 99290 dd-3 and 290 ee 3), as amended. relating to confidentiality of alcohol and drug abuse patient records; (h) Title VIII of the Civil Rights Act of 1968 (42 U.S.C. 993601 et seq.), as amended. relating to nondiscrimination in the sale. rental or financing of housing: (i) any other nondiscrimination provisions in the specifiC statute(s) under which application lor Federal assistance IS being made; and, Ul the requirements 01 any other nondiscrimination statute(s) which may apply to the application. 7. Will comply, or has already complied. with the requirements of Titles II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (PL 91-646) which prOVide for fair and equitable treatment 01 persons displaced or whose property is acquired as a result of Federal or federally-assisted programs. These reqUlrolments apply to all interests in real property acqUired for project purposes regardless of Federal partiCipation in purchases. 8. Will comply, as applicable. with provISions of the Hatch Act (5 U.S.C. S91501.1508 and 7324.7328) which limit the political activities 01 employees whose principal employment activities are funded In whole or in part with Federal funds. Authorized for Local ReprOduction Standard Form 424B (Rev. 7-9 Prescribed by OMB Circular A.1C 8 ..... ..........."t-'l/,~,.I ~t""t-'.~.....H;;I nl~1I UH;; ~4\J"I.;;tII"".h:;J Vi Ule Ua.>Vl.::)- Bacon Act (40 U.S.C. 99276a to 276a-7), the Copeland Act (40 U,S.C. 9276c and 18 U.S.C. 9874), and the Contract Wor!< Hours and Safety Standards Act (40 U.S.C. 99327- 333), regarding labor standards for federally-assisted construction subagreements. 10. Will comply, If applicable, with flood insurance purchase requirements of Section 102(a) of the Flood Disaster Protection Act of 1973 (P.L 93-234) which requires recipients in a special flood hazard area to participate in the program and to purchase flood insurance If the total cost of insurable construction and acquisition is $10,000 or more. 11. Will comply with environmental standards which may be prescribed pursuant to the following: (a) instiMion of environmental quality control measures under the National Environmental Policy Act of 1969 (P.L 91-190) and Executive Order (EO) 11514; (b) notification of violating facilities pursuant to EO 11738; (c) protection of wetlands pursuant to EO 11990; (d) evaluation of flood hazards in floodplains in accordance with EO 11988,; (e) assurance of project consistency with the approved State management program developed under the Coastal Zone Management Act of 1972 (16 U.S.C. 991451 et seq.); (f) conformity of Federal actions to State (Clean Air) Implementation Plans under Section 176(c) of the Clean Air Act of 1955. as amended (42 U.S.C. 997401 et seq.); (g) protection of underground sources of drinking water under the Safe Drinking Water Act of 1974, as amended (P.L. 93.523); and. (h) protection of endangered species under the Endangered Species Act of 1973, as amended (P.L. 93- 205). SIGNATURE APPLICANT ORGANIZATION ~.~ () + Dtvlo l).1Jt e. f'ill \..Ullq.Jlj .....llII l..t:: W.'H.J dllU .:ll...t::lll(.; nrvers ~C{ or 1968 (16 U.S.C. 991271 et seq.) related to protecting components or potential components of the national wild and scenic rivers system. 13. 'Nill assist the awarding agency in assuring compliance with Section 106 of the National Historic Preservation Act of 1966, as amended (16 U.S.C. 9470), EO 11593 (identification and protection of historic properties). and the Archaeological and Historic Preservation Act of 1974 (16 U.S.C. 99469a-1 et seq.). 14. 'Nill comply with P.L 93-348 regarding the protection of human subjects involved in research, development, and related activities supported by this award of assistance. 15. Will comply with the Laboratory Animal Welfare Act of 1966 (P.L 89-544, as amended, 7 U.S.C. 992131 et seq.) pertaining to the care, handling, and treatment of warm blooded animals held for research, teaching, or other activities supported by this award of assistance. 16. 'Nill comply with the Lead-Based Paint Poisoning Prevention Act (42 U.S.C. 994801 et seq.) which prohibits the use of lead-based paint in construction or rehabilitation of residence structures. 17. Will cause to be performed the required financial and compliance audits in accordance with the Single Audit Act Amendments of 1996 and OMB Circular No. A-133. "Audits of States, Local Governments. and Non-Profit Organizations. . 18. Will comply with all applicable requirements of all other Federal laws, executive orders, regulations. and policies. governing this program. TITLE M~CJV DATE SUBMITTED b - 7 -7'1 Standard Form 4248 (Rev. 7-97) Back 9 VCI '''I''Q'IVII~ I\.C~<lj Ulll~ L.lt:lJdl Hlen~ .;)uspenSjon ana Other Responsibility Matters, Drug-Free Workplace Requirements and Lobbying Persons signing this form should refer to the regulations referenced below for complete instructions: Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions - The prospective primary participant further agrees by submitting this proposal that It will Include the clause titled, "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction," provided by the department or agency entering Into this covered transaction, without modification, In all lower tier covered transactions and In all solicitations for lower tier covered transactions. See below for language to be used or use this form for certification and sign. (See Appendix A of Subpart D of 43 CFR Part 12.) Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions - (See Appendix 8 of Subpart D of 43 CFR Part 12.) Certification Regarding Drug-Free Workplace Requirements - Ntemate I. (Grantees Other Than Individuals) and Alternate II. (Grantees Who are Individuals) - (See Appendix C of Subpart D of 43 CFR Part 12) Signature on this form provides for compliance with certification requirements under 43 CFR Parts 12 and 18. The certifications shall be treated as a material representation of fact upon which reliance will be placed when the Department of the Interior determines to award the covered transaction, grant, cooperative agreement or loan. P ART A: Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions CHECK_IF THIS CERTIFICA TlON IS FOR A PRIMARY COVERED TRANSACTION AND IS APPUCABLE. (1) The prospective primary participant certifies to the best of its knowledge and belief, that It and its principals: (a) Are not presently debarred, suspended, proposed for debarment. declared ineligible, or voluntarily excluded by any Federal department or agency; (b) Have not within a three-year period preceding this proposal 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 (Federal, State or local) transaction or contract under a public transaction: violation of Federal or State antitrust statutes or commission of embezzlement, theft. forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) 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 certification: and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal. State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification. such prospective participant snail attach an explanation to this proposal. PART B: Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion. Lower Tier Cov.ered Transactions . . CHECK,j!rF THIS CERTlFICA TlON IS FOR A LOWER TIER COVERED TRANSACTION AND IS APPLICABLE. (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred. suspended: 'proposed for debannent, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 10 01-2010 JUM 1"5 (This lonn repLac.. 01.1153. OI-1tS04, 01.1155. DI.1'~ and 0I-1M3' CHEcd IF THIS CERTlFICA TlON IS FOR ~ APPUCANT WHO IS NOT AN INDIVIDUAL. Alternate I. (Grantees Other Than Individuals) A. The grantee certifies that It will or continue to provide a drug-free wOrXplace by: (a) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the grantee's workplace and specifying the actions that will be taken against employees for violation of such prohibition; (b) Establishing an ongoing drug-free awareness program to inform employees about- (1) The dangers of drug abuse in the workplace; (2) The grantee's policy of maintaining a drug-free workplace; (3) Any available drug counseling, rehabilitation, and employee assistance programs; and (4) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (c) Making it a requirement that each employee to be engaged in the performance of the grant be given a copy of the statement required by paragraph (a); (d) Notifying the employee in the statement required by paragrar;h (a) that, as a condition of employment under the grant, the employee will - (1) Abide by the terms of the statement: and (2) Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction; (e) Notifying the agency in writing, within ten calendar days after receiving notice under subparagraph (d)(2) from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide notice, including position title, to every grant officer on whose grant activity the convicted employee was working, unless the Federal agency has designated a central point for the receipt of such notices. Notice shall include the identification numbers(s) of each affected grant; (f) Taking one of the following actions, within 30 calendar days of receiving notice under subparagraph (d)(2). with respect to any employee who is so convicted - (1) Taking appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; or (2) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency; (g) Making a good faith effort to continue to maintain a drug-free workplace through implementation of paragraphs (a) (b), (c), (d), (e) and (f). B. The grantee may insert in the space provided below the site(s for the performance of work done in Connection with the speCific grant: Place of Performance (Street address, city. county. state. Zip code) CheCk_if there are WOrkplaces on file that are not identified here. PART D: Certification Reqarding Drua-Free Workplace Requirements CHECK_IF THIS CERTIFICATION IS FOR AN APPLICANT WHO IS AN INDIVIDUAL. Alternate II. (Grantees Who Are Individuals) (a) The grantee certifies that. as a condition of the grant. he or she will not engage in the unlawful manufacture, distribution. dispensing. possession, or use of a controlled substance in conducting any activity with the grant; (b) If convicted of a criminal drug offense resulting from a violation occurring during the conduct of any grant activity, he or she will report the conviction, in writing, within 10 calendar days of the conviction, to the grant officer or other designee, unless the Federal agency designates a central point for the receipt of such notices. When notice is made to such a central point, it shall include the identification number(s) of each affected grant. Of.2010 June 1"5 (This tonn I'elIlacec Of.1153, Of.1154. Of.1155, Of.1t~ and Of.1M31 11 CHECK IF CERTIFlCA TION IS FOR THE AWARD OF ANY OF THE FOLLOWING AND THE AMOUNT EXCEEDS $100.000: A FEDERAL GRANT OR COOPERA TIVE AGREEMENT; SUBCONTRACT. OR SUB GRANT UNDER THE GRANT OR COOPERA TIVE AGREEMENT. CHECK IF CERTIFICATION IS FOR THE AWARD OF A FEDERAL LOAN EXCEEDING THE AMOUNT OF $150.000. OR A SUB GRANT OR SUBCONTRACT EXCEEDING $100.000. UNDER THE LOAN. The undersigned certifies. to the best of his or her knowledge and belief, that (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned. to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress. and officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract. the making of any Federal grant. the making of any Federal loan, the entering into of any cooperative agreement. and the extension, continuation. renewal, amendment, or modification of any Federal contract, grant. loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant. loan, or cooperative agreement. the undersigned shall complete and submit Standard Form-lll. "Disclosure Form to Report lobbying: in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants. loans, and cooperative agreements) and that all subrecipients shall certify accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352. title 31. U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. As the authorized certifying official, I hereby certify that the above specified certifications are true. SIGN Terrance M. Duqqan, Mavor TYPED NAME AND TITLE (p -7 ,.qq DATE 01.2010 June 1"5 (Thll fonn "pYc" 01-1153. 01-1154. 01.1155,01.1156 and 0I.1M31 12 EXHIBIT C SCOPE OF WORK A. WORK ELEMENTS The City of Dubuque will undertake the first phase of an intensive survey of the entire City. Phase 1 will include two components. The first is developing the historic contexts and identifying architectural themes and styles for the entire City. The second is conducting an intensive survey and evaluation of historic properties located in the Washington/Jackson/ Elm Street area. The Washington/Jackson/Elm Street neighborhood was selected for the following reasons. A high percentage of Section 106 reviews are conducted on properties in this area and it is anticipated that this trend will continue. The City of Dubuque Housing Services Department has identified the area as a focal point for the Lead Paint Hazard Reduction Grant. This grant intends to eliminate conditions of lead which exist in almost every pre-1970 structure within the area. There is particular emphasis on structures built prior to 1950. These are the same structures that are eligible for National Register listing and likely to have significant historical value. Given the large amount of older housing stock, this area has a high potential for properties that merit local designation as landmarks or historic districts. Phase 1 will involve developing historic contexts for the entire City following the criterion from National Register Bulletin 15. Key factors in identifying the scope of the historic contexts will include the progression of commercial and industrial development up to 1950 and its impact on the creation of additional residential structures. Factors that will influence architectural themes will include stylistic developments; works by major architects, craftsmen or developers; use of construction materials and method of construction. Phase 1 will also include a survey and evaluation of 1,033 structures within the Washington/Jackson/Elm Street neighborhood. During this portion of the project, the consultant will work with the City of Dubuque and property owners to gather data on property ownership, dates of construction, architects or contractors used in construction, physical integrity and other items that relate to the property's significance as a National Register eligible property or district. Finally, Phase 1 will include an evaluation of eligibility for National Register listing by weighing the information gathered during the survey against the contexts and the criteria as outlined in National Register Bulletins 15 and 16A. Following the completion of the evaluation, each structure will then be assigned a rating as to its significance. The ratings will be 1) individually eligible or not eligible; and 2) contributing or not contributing to a potential or established historic district. All surveyed properties will be photographed, mapped and recorded on Iowa Site Inventory Form will. Completed forms for individually eligible or for properties within a potential or listed district will be printed and hard copies stored by the City and the State. The final component of the project is the production of a report that follows the format of a Multiple Property Cover Document. The report will contain an introduction; describe the research design and survey methodology; discuss the historic contexts that were developed; summarize the results of the field survey; and provide recommendations. The text of the report should contain citations of reference material used in its preparation. The report should have a 13 References Cited or Bibliography that contains bibliographic information for reference materials used in its preparation. The project report will identify individual properties and/or districts that are potentially eligible for National Register designation and recommend future survey activities in other areas of the City. If it is determined that there is architectural and/or historical integrity within the surveyed area sufficient to justify District designation, then proposed district boundaries will be delineated and the structures contained within the district will be identified as a) contributing structure or b) non-contributing structure. Draft copies of the report will be made available for review and comment by the public and the Historic Preservation Commission. The final copy of the project report will address public and commission comments. All work on the project will conform to the "Secretary of the Interior's Standards and Guidelines for Identification and Evaluation", published on pages 44720 through 44723 of the Federal Register of September 29, 1983; to the Fiscal Year 1999 Grants Manual For Certified Local Governments; and to the CLG's grant application submitted in December, 1998. The Historic Preservation Commission will hire a consultant who meets the "Secretary of the Interior's Professional Qualification Standards", Federal Register published September 29, 1983 for an Architectural Historian and Historian. The consultant will also have expertise in the field of archival survey and documentation. A Historic Preservation City staff person will serve as project director. The project director, a GIS City staff person and, if possible, an intern will be involved in the survey in -terms of project management and assistance in the collection of data, research, and/or photography. The consultant will serve as the project principal investigator; will be responsible for research, evaluation and preparation of draft and final reports and recommendations and preparing the Historical Architectural Data Base (HADB) form and Iowa Site Inventory forms. The consultant will work with a representative from City staff and an intern to integrate the results of the survey into the City's Geographic Information System. The consultant will meet with the Historic Preservation Commission at the beginning and upon completion of the project to review project goals and results. The City of Dubuque's financial officer is responsible for fiscal administration of the Grant. The City of Dubuque will be responsible for furnishing the public with a draft copy of the report for review and comment. The draft report must be complete when submitted for review. In the event that major revisions are required, the State may request, and the CLG will supply, a revised draft report for review at no additional cost to the State. In the event that a revised draft is required, it will be due 30 days after the State requests the revised draft. Changes directed by the State shall be made prior to submission of the final report. B. PRODUCTS The State will furnish the following: 1) Copies of How to Complete the Iowa Site Inventory Forms, 2) Copies of Iowa Site Inventory forms, 3) Print File preservers for 35 mm black and white negatives and prints, 14 4) Print File preservers for 35 mm color slides, 5) Photograph/Catalogue Field Sheets, 6) One Historic-Architectural database (HADB) encoding form. The CLG will oreoare the followina oroducts: 1) Two copies of the draft Request For Proposals (RFP) to send to consultants; 2) Two copies of the draft subcontract agreement with the consultant; 3) Three copies of the fully executed subcontract agreement with the consultant; 4) Three draft copies of survey report; for historical and architectural survey projects, the report will follow the format of a Multiple Property Cover Document; 5) The title page of the draft and final report and any other publications produced for this grant project will carry the following acknowledgments: "This Project has been funded with the assistance of a matching grant-in-aid from the State Historical Society of Iowa, Community Programs Bureau, through the department of the Interior, National park Service, under provisions of the National Historic Preservation Act of 1966; the opinions expressed herein are not necessarily those of the Department of the Interior" "This program received Federal funds from the National Park Service. Regulations of the U.S. Department of the Interior strictly prohibit unlawful discrimination in Federally Assisted Programs on the basis of race, color, national origin, age or handicap. Any person who believes he or she has been discriminated against in any program, activity, or facility operated by a recipient of federal assistance should write to: Director, Equal Opportunity Program, U.S. Department of the Interior, National Park Service, 1849 C Street NW, D.C. 20240." 6) Two finished sets of typed Iowa Site Inventory forms, each set with at least one black and white photographic print enclosed in a Print-File type plastic sleeve; 7) One black and white photograph will be taken of each surveyed property; two contact sheets and one set of negatives for each roll of black and white film used during the survey; 8) For any colored slides taken for the survey, prepare a copy; 9) Two typed copies of "Photograph/Catalog Field Sheet" for each roll of black and white or colored slide film; 10) A minimum of eleven copies of the final project report, to include five bound copies and one unbound, print-ready master copy; 11) Two (2) copies of one page report summarizing project results. 15 12) A completed Historic-Architectural Data Base (HADB) encoding form for summarizing report information. The CLG will distribute the products as follows: 1) One draft copy of the RFP to the State, for review, comment and approval; the CLG will retain one copy for its file; 2) One draft copy of the consultant subcontract to the State, for review, comment and approval; the CLG will retain one copy for its file; 3) One copy of the fully executed consultant subcontract will be sent to the State, one copy will be sent to the consultant, the CLG will retain one copy for its file. 4) One contact sheet and negatives for each roll of black and white film, filed in a Print File print and negative preserver will be sent to the State; The CLG will keep the second contact sheet; 5) A copy of all color slides taken, filed in Print File slide preservers, will be submitted to the State; The CLG will keep the originals; 6) A typed "Photographic/Catalog Field Sheet" accompanying each roll of black and white and color film will be submitted to the State; The CLG will keep a copy of each completed sheet for its file; 7) A draft copy of the survey report accompanied by a letter from the historic preservation commission indicating they have received a draft copy for review will be submitted to the State; One copy of the draft survey report should be reviewed by the CLG (historic preservation commission, city council/board of supervisors, other related city/county departments or commissions); One copy should be made available for public review and comment; 8) A sample of five to ten completed Iowa Site Inventory forms for review will be submitted to the State when the draft survey report is submitted for review; 9) One finished set of typed Iowa Site Inventory forms with black and white photos in Print- File plastic sleeves will be submitted to the State; The CLG will keep one set of Iowa Site Inventory forms for its inventory; 10) Eleven copies oHhe final report; The CLG will keep one print-ready, unbound copy and four bound copies for its inventory; The State will receive six bound copies; 11) One copy of the one-page report, summarizing the project results, as required for all grant- funded activities will be submitted to the State; the CLG will keep one copy for its file. The CLG will keep one copy for its file. 12) A completed Historic - Architectural Data Base (HADB) encoding form for summarizing report information will be given to the State. 16 C. SCHEDULE Work under this contract will begin in the summer of 1999, upon signing of the contract . by the CLG and the State. The CLG is expected to begin work on the project within 20 days of receiving a copy of the fully executed contract, signed by the CLG and the State. The contract will end on or before July 31,2000. Early completion of contract activities and submission of contract products is encouraged. Deadlines for contract activities are as follows: The CLG will return all three copies of the contract, bearing the chief elected-official's signature, to the State no later than June 15, 1999. State will return one fully executed copy to CLG no later than June 30, 1999. The recipient will submit draft RFP and draft subcontract for consultant to the State for review and approval no later than July 15, 1999. State will provide comments and approval no later than August 1,1999. The recipient will submit copy of executed subcontract with consultant to the State no later than September 1, 1999. Contracted projects which do not have consultants under subcontract by September 1, 1999 will be canceled. The recipient will submit the draft project report for the State's review and comment no later than March 1, 2000. State will provide written comment and approval of the draft report no later than May 1, 2000. The recipient will submit final corrected project report and other grant products by July 31, 2000. D. REIMBURSEMENT SCHEDULE Payments by the State shall be made upon receipt of billing invoices from the CLG that relate expenses being billed to budgeted expenses identified in Exhibit E. Each payment request will be audited by the State to insure that sufficient progress has been made in support of the invoice. Timely submission of products is essential for reimbursement. Claims for reimbursement must be accompanied by a progress report. Claims and progress reports must be submitted to Patricia Ohlerking, DSHPO/Grants Manager, State Historical Society of Iowa, New Historical Building, 600 East Locust, Des Moines, Iowa 50319 - 0290. The following payment schedule shall be used: Approval of draft report: up to 70% of grant Approval of all products : 100% of the grant 17 E. COORDINATION This agreement will be managed by the CLG in cooperation with the State. The CLG will be represented by Mark Noble, the Project Director, Mark Noble, Planning Services, 50 W 13th St, Dubuque, IA 52001,319/589-4214 day time phone, and the State will be represented by Ralph Christian, Project Manager, Community Programs Bureau, State Historical Society of Iowa, 600 East Locust, Des Moines, Iowa 50319-0290, 515/281- 8697 and Patricia Ohlerking, Grants Manager. Routine information and technical guidance will be provided by Ralph Christian, Project Manager. All accounting matters and payments shall be handled by Patricia Ohlerking, Grants Manager (515) 281-8824. The CLG's Project Director, Mark Noble, will maintain continuous coordination with the State's Project Manager, Ralph Christian, during the course of this contract. This will consist of a written monthly progress report due on the 5th of each month. These reports will keep the State abreast of contract progress and serve as a vehicle for assessing performance of the contract. Progress reports shall be directed to Ralph Christian. 18