HomeMy WebLinkAbout060517_ca05Department of Public Works
O Consent Agenda
Page 1 of 1
Jefferson County
Board of Commissioners
Agenda Request
To: Board of Commissioners
Philip Morley, County Administrator
From: Monte Reinders, Public Works Director/County Enginee��
Agenda Date: June 5, 2017
Subject: Environmental Permitting Consultant Contract - Oil City Road MP 8.8 to
MP 8.9 Emergency Repair
Statement of Issue:
Contract for environmental permitting coordination on the previously completed Oil City Road
MP 8.8 to MP 8.9 emergency repair.
Analysis/Strategic Goals/Pro's £t Con's:
This contract is for federal permitting coordination work required as follow up to the
previously completed Oil City Road MP 8.8 to MP 8.9 emergency repair. This section of road
(approximately 800 feet in length) was washed out by the Hoh River in November 2015 and
was repaired under an emergency declaration. The repair consisted of rebuilding the washed
out section with large stone rip rap. State and federal permitting agencies were notified and
emergency permits or permit exemptions were obtained. The site was determined to be
eligible for Federal Emergency Management Act (FEMA) financial assistance; however, a
Biological Assessment must be prepared and "after the fact" consultation must occur with
federal agencies including the US Fish and Wildlife Service and the National Marine Fisheries
Service. This contract is for preparation of the Biological Assessment and consultation with
federal agencies and coordination with FEMA.
Fiscal Impact/Cost Benefit Analysis:
Not to exceed $20,423. Cost will be funded at 87.5% by FEMA. County responsible for
remaining 12.5%.
Recommendation:
Please sign the three (3) contracts and return to Public Works for further processing.
Department Contact:
Monte Reinders, Public Works Director
Reviewed By:
fi ip Morley,o ty Administrator,; Date
PROFESSIONAL SERVICES AGREEMENT FOR
Environmental Documentation and Permitting
Oil City Road MP 8.8 to MP 8.9 Emergency Repair
THIS AGREEMENT is entered into between the County of Jefferson, a municipal corporation,
hereinafter referred to as "the County", and Widener & Associates, hereinafter referred to as "the
Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the County to perform environmental
coordination, analysis, and documentation necessary to satisfy federal consultation
requirements for the previously completed emergency repairs at Oil City Road MP 8.8 to
MP 8.9.
2. Scope of Services. Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor.
3. Time for Performance. Work under this contract shall commence upon the giving of
written notice by the County to the Consultant to proceed. Consultant shall perform all
services and provide all work product required pursuant to this agreement on the dates
listed on Exhibit "A"
4. Payment. The Consultant shall be paid by the County for completed work and for
services rendered under this agreement as follows:
a. Payment for the work provided by Consultant shall be made as provided on
Exhibit "B" attached hereto, provided that the total amount of payment to
Consultant shall not exceed $20,423.20 without express written modification of
the agreement signed by the County.
b. The Consultant may submit invoices to the County once per month during the
progress of the work for partial payment for project completed to date. Such
vouchers will be checked by the County, and upon approval thereof, payment will
be made to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned
will be made promptly upon its ascertainment and verification by the County after
the completion of the work under this agreement and its acceptance by the
County.
d. Payment as provided in this section shall be full compensation for work
performed, services rendered and for all materials, supplies, equipment and
incidentals necessary to complete the work.
e. The Consultant's records and accounts pertaining to this agreement are to be kept
available for inspection by representatives of the County and state for a period of
Page 1 of 6
three (3) years after final payments. Copies shall be made available upon request.
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
agreement shall be the property of the County whether the project for which they are
made is executed or not. The Consultant shall be permitted to retain copies, including
reproducible copies, of drawings and specifications for information, reference and use in
connection with Consultant's endeavors.
6. Compliance with laws. Consultant shall, in performing the services contemplated by this
agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services to be rendered under this
agreement.
7. Indemnification. Consultant shall indemnify, defend and hold harmless the County, its
officers, agents and employees, from and against any and all claims, losses or liability, or
any portion thereof, including attorney's fees and costs, arising from injury or death to
persons, including injuries, sickness, disease or death to Consultant's own employees, or
damage to property occasioned by a negligent act, omission or failure of the Consultant.
8. Insurance.
The Consultant shall obtain and keep in force during the terms of the Agreement, policies
of insurance as follows:
If and only if the Consultant employs any person(s) in the status of employee or
employees separate from or in addition to any equity owners, sole proprietor, partners,
owners or shareholders of the Consultant, Worker's Compensation Insurance in an
amount or amounts that are not less than the required statutory minimum(s) as established
by the State of Washington or the state or province where the Consultant is located.
Commercial Automobile Liability Insurance providing bodily injury and property
damage liability coverage for all owned and non -owned vehicles assigned to or used in
the performance of the work for a combined single limit of not less than $500,000 each
occurrence with the COUNTY named as an additional insured in connection with the
CONSULTANT'S performance of the contract.
General Commercial Liability Insurance in an amount not less than a single limit of one
million dollars ($1,000,000) per occurrence and a aggregate of not less than two (2) times
the occurrence amount ($2,000,000.00 minimum) for bodily injury, including death and
property damage, unless a greater amount is specified in the contract specifications. The
insurance coverage shall contain no limitations on the scope of the protection provided
and include the following minimum coverage:
a. Broad Form Property Damage, with no employee exclusion;
b. Personal Injury Liability, including extended bodily injury;
C. Broad Form Contractual/Commercial Liability — including completed operations;
Page 2 of 6
d. Premises — Operations Liability (M&C);
e. Independent Contractors and subcontractors;
f. Blanket Contractual Liability.
The County shall be named as an additional insured party under this policy.
Such insurance coverage shall be evidenced by one of the following methods:
* Certificate of Insurance;
* Self-insurance through an irrevocable Letter of Credit from a qualified financial
institution.
Certificates of coverage as required by this section shall be delivered to the County
within fifteen (15) days of execution of this agreement.
Any deductibles or self-insured retention shall be declared to and approved by the County
prior to the approval of the contract by the County. At the option of the County, the
insurer shall reduce or eliminate deductibles or self-insured retention or the Consultant
shall procure a bond guaranteeing payment of losses and related investigations, claim
administration and defense expenses.
The Consultant shall include all subcontractors as insured under its insurance policies or
shall furnish separate certificates and endorsements for each subcontractor. All insurance
provisions for subcontractors shall be subject to all of the requirements stated herein.
Failure of the Consultant to take out and/or maintain any required insurance shall not
relieve The Consultant from any liability under the Agreement, nor shall the insurance
requirements be construed to conflict with or otherwise limit the obligations concerning
indemnification.
It is agreed by the parties that insurers shall have no right of recovery or subrogation
against the County (including its employees and other agents and agencies), it being the
intention of the parties that the insurance policies so affected shall protect both parties
and be primary coverage for any and all losses covered by the above described insurance.
It is further agreed by the parties that insurance companies issuing the policy or policies
shall have no recourse against the County (including its employees and other agents and
agencies) for payment of any premiums or for assessments under any form of policy. It
is further agreed by the parties that any and all deductibles in the above described
insurance policies shall be assumed by and be at the sole risk of the Consultant.
It is agreed by the parties that judgments for which the County may be liable, in excess of
insured amounts provided herein, or any portion thereof, may be withheld from payment
due, or to become due, to the Consultant until such time as the Consultant shall furnish
additional security covering such judgment as may be determined by the County.
The County reserves the right to request additional insurance on an individual basis for
extra hazardous contracts and specific service agreements.
Page 3 of 6
Any coverage for third party liability claims provided to the County by a "Risk Pool"
created pursuant to Ch. 48.62 RCW shall be non-contributory with respect to any policy
of insurance the Consultant must provide in order to comply with this Agreement.
If the proof of insurance or certificate indicating the County is an "additional insured" to
a policy obtained by the Consultant refers to an endorsement (by number or name) but
does not provide the full text of that endorsement, then it shall be the obligation of the
Consultant to obtain the full text of that endorsement and forward that full text to the
County.
The County may, upon the Consultant's failure to comply with all provisions of this
contract relating to insurance, withhold payment or compensation that would otherwise
be due to the Consultant.
9. Independent Contractor. The Consultant and the County agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this agreement.
Nothing in this agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither Consultant nor any employee of
Consultant shall be entitled to any benefits accorded County employees by virtue of the
services provided under this agreement. The County shall not be responsible for
withholding or otherwise deducting federal income tax or social security or for
contributing to the state industrial insurance program, otherwise assuming the duties of
an employer with respect to Consultant, or any employee of Consultant.
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant,
any fee, commission, percentage, brokerage fee, gifts, or any other consideration
contingent upon or resulting from the award or making of this contract. For breach or
violation of this warranty, the County shall have the right to annul this contract without
liability or, in its discretion to deduct from the contract price or consideration, or
otherwise recover, the full amount of such fee, commission, percentage, brokerage fee,
gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it
under this agreement, will not discriminate on the grounds of race, color, national origin,
religion, creed, age, sex or the presence of any physical or sensory handicap in the
selection and retention of employees or procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
agreement without the express written consent of the County.
13. Non -Waiver. Waiver by the County of any provision of this agreement or any time
limitation provided for in this agreement shall not constitute a waiver of any other
Page 4 of 6
provision.
14. Termination.
a. The County reserves the right to terminate this agreement at any time by giving
ten (10) days written notice to the Consultant.
b. In the event of the death of a member, partner or officer of the Consultant, or any
of its supervisory personnel assigned to the project, the surviving members of the
Consultant hereby agree to complete the work under the terms of this agreement,
if requested to do so by the County. This section shall not be a bar to
renegotiations of this agreement between surviving members of the Consultant
and the County, if the County so chooses.
15. Notices. Notices to the County of Jefferson shall be sent to the following address:
Jefferson County Public Works
623 Sheridan Street
Port Townsend, WA 98368
Notices to Consultant shall be sent to the following address:
Widener & Associates
1902 -120"' Pt. S.E.
Suite 202
Everett, WA 98204
16. Integrated Agreement. This Agreement together with attachments or addenda, represents
the entire and integrated agreement between the County and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. This
agreement may be amended only by written instrument signed by both County and
Consultant.
Page 5 of 6
DATED this day of 920
Widener & Associates
Name of Consultant
-Scamett- C Odcn-cr
Co ultant Representative (Please print)
(Si atuxe),
Title
Date
JEFFERSON COUNTY
BOARD OF COMMISSIONERS
Kathleen Kler, Chair
Phil Johnson, Member
David W. Sullivan, Member
Approved as to form only:
jd-
Philip C. Hunsu er,
Chief Civil Deputy Prosecuting Attorney
ate
r �
Mont 'nders, P.E. Date
Public Works Director/County Engineer
Page 6 of 6
EXHIBIT A - SCOPE OF WORK
OIL CITY ROAD MP 8.8 TO MP 8.9
JEFFERSON COUNTY
Task 1: Environmental Documentation and Permitting
The following tasks are intended to provide the environmental coordination, analysis and
documentation necessary to implement the project per federal and state requirements.
1.1 Early Agency Coordination
The Consultant will participate in early input into the formation of consultation strategy with
EMD and the County. The Consultant will assist the County in presenting the mitigation
alternatives to both the state and federal permitting agencies to identify the regulatory and
funding issues associated with each alternative.
Deliverables:
• The Consultant's permitting specialist will prepare meeting minutes and memoranda
documenting the coordination activities with state and federal agencies, as required.
1.2 Biological Assessment/Essential Fish Assessment
The Consultant will prepare a Biological Assessment (BA) for the completed work and preferred
mitigation alternative in accordance with WSDOT guidelines. The following subtasks will be
undertaken in preparation of the project BA.
• Collect available documentation concerning the project activities that have been completed and
pertinent biological information. Biological information will include priority habitat and species
data from the Washington State Department of Fish and Wildlife along with rare plant and high-
quality ecosystem data from WDNR. This information will be reviewed and a consultation
strategy will be developed.
• Initiate informal consultation with United States Fish and Wildlife Service (USFWS) and
National Oceanographic and Atmospheric Administration (NOAA) Fisheries by preparing
written requests for lists of endangered, threatened, proposed, and candidate species.
• Conduct a field reconnaissance to investigate on-site habitat conditions.
• Make telephone contact with the appropriate resource agency staff for input on species
occurrence, habitat use, and potential project impacts.
• Prepare a draft BA addressing listed species, proposed species, candidate species, species of
concern, and critical habitat. The BA will include a project description, a list of species, a
Exhibit A Scope of Work
WIDENER & ASSOCIATES 1 I Page
EXHIBIT A - SCOPE OF WORK
OIL CITY ROAD MP 8.8 TO MP 8.9
JEFFERSON COUNTY
description of the species and their habitat, an analysis of project effects, and mitigation
recommendations.
• Provide the draft BA to the County for review and approval.
• Revise the BA, as appropriate, and submit the final BA to USFWS and NOAA Fisheries for their
review, possible negotiation of mitigation measures, and concurrence.
Concurrent with Endangered Species Act (ESA) consultation, the Consultant will coordinate
with NOAA Fisheries to meet essential fish habitat (EFH) requirements under the Magnuson -
Stevens Fishery Conservation and Management Act (MSA), as amended 1996. In doing so, the
Consultant will provide NOAA Fisheries with the BA and a cover letter requesting the initiation
of consultation, stating the effect determination(s), reasoning behind them, and proposed
mitigation measures if any.
• If NOAA Fisheries responds with advisory EFH conservation recommendations, the Consultant
will coordinate with the County and EDNM/FEMA to jointly discuss the recommendations.
• Formally address and respond to NOAA Fisheries' recommendations within the regulated time
frame.
Deliverable(s)
One (1) electronic PDF of a draft BA for review by County with accompanying draft special provisions
if required.
One (1) electronic PDF of a draft BA, incorporating the County's comments, for submittal to
FHWA/WSDOT.
One (1) electronic PDF of a revised draft BA, incorporating comments by EDM/FEMA, for submittal to
NOAA Fisheries and USFWS.
Three copies of a final BA that incorporates NOAA Fisheries and USFWS comments.
Exhibit A Scope of Work
WIDENER & ASSOCIATES 21 Page
Exhibit B - Biological Assessment Cost Estimate
Project Name Oil City Road MP 8.8-8.9
Location Jefferson County Date 3/23/2017
Project Project
Manager Biologist
flours Hours
Design Assistance and Early Agency Coordination
24 4
Biological Assessment
Draft
24 80
Final
2 8
Agency Comments
24 12
Total hours
74 104
Summary
Hours Rate Cost
Project Manager
74 $154.00 $11,396.00
Project Biologist
104 $86.80 $9,027.20
Total Labor $20,423.20
Expenses
Mileage
TOTAL ESTIMATED COST
$20,423.20
WIDENER & ASSOCIATES