HomeMy WebLinkAbout121718_ca28 Department of Public Works
O Consent Agenda
Page 1 of 2
Jefferson County
Board of Commissioners
Agenda Request
To: Board of Commissioners
Philip Morley, County Administrator
From: Monte Reinders, PE, Public Works Director/County Engineer f'
Agenda Date: December 17, 2018
Subject: Professional Services Agreement for Legislative Liaison Services:
Upper Hoh Road, General Roads Department Support, and Port
Hadlock Wastewater System
Statement of Issue:
Since 2012, Jefferson County Public Works has maintained a professional services
agreement for legislative liaison services with consultant Strategies 360, Inc. (S360).
The professional services agreement, entered into July 11, 2016, will soon expire on
December 31, 2018. The agreement is for governmental relations assistance to
improve Jefferson County's standing as a beneficiary of state and federal budgets and
advancement into specific funding programs related to Public Works projects for
roads and sewer. There is sufficient funds in the existing contract to extend the S360
contract for a state biennium, 2019-21. Additional funds are necessary to increase
efforts.
Analysis/Strategic Goals/Pros Et Cons:
To continue the pursuit of fully funded projects, a contract extension is warranted
that continues the existing scope of work through June 2020. Here are the specific
topics and issues requiring S360 assistance:
• The Port Hadlock Wastewater System is the County's top priority infrastructure
project, intended to provide urban service to the Port Hadlock and Irondale areas
which will allow urban zoning and intentional growth.
• The Upper Hoh Road has approximately 90% of the general traffic generated by
Olympic National Park visitors to the Hoh Rainforest. The first 12 miles of the
Upper Hoh Road are one of the most difficult and expensive roadways to maintain
in Jefferson County's road log inventory.
• Revenues to the County Road Fund through Secure Rural Schools, Motor Vehicle
Fuel Tax, PILT from DNR lands and property taxes have decreased substantially
requiring the department to implement a variety of strategies to manage the
situation including proactively seeking funds through grants and legislative
appropriations.
G:\Transportation\Government Relations\Strategies 360\Contract&scope\2016 Agreement\Agenda Request Strat360 2016 contract
extension.docx
Department of Public Works
O Consent Agenda
Page 2 of 2
Fiscal Impact/Cost Benefit Analysis:
The extended contract is for services at the original hourly rate through June 2020
with a new maximum total contract value of $106,500. The original not to exceed
contract value was increased by $14,000. No other changes to the contract are
necessary.
S360 has been very effective in developing legislative and congressional support for
the County. In 2010, the Port Hadlock Wastewater System received a $1,000,000
Special Appropriations Act Project (SAAP) grant from the federal government. Since
2011, the County has received $17,900,000 from federal and state funding for the
management and repair of the Upper Hoh Road.
Recommendation:
The Board is requested to sign the three original Supplemental Agreements No. 1 to
the 5360 professional services agreement. After signing, return two fully-executed
addenda to Public Works for distribution to the consultant and for the Department's
project file.
Department Contact:
Wendy Clark-Getzin, PE, Transportation Planner
360-385-9162
Reviewed By:
"er
•/. ip Morley, C. . - Date
G:\Transportation\Government Relations\Strategies 360\Contract&scope\2016 Agreement\Agenda Request Strat360 2016 contract
extension.docx
Supplemental Agreement Number: 1 Organization,Address, and Phone:
Strategies 360, Inc.
1505 Westlake Ave N., Suite 1000
Agreement Number: N/A Seattle, WA 98109
206-282-1990 main
Project Number: N/A Execution Date: Completion Date:
December 17, 2018 June 30, 2020
Project Title: Legislative Liaison Services New Maximum Amount Payable: $106,500
Description of Work: Governmental Liaison and Legislative Services for the following
project areas: a) Upper Hoh Road Management, b) General Roads Support,and c) Port
Hadlock Wastewater System Project.
SUPPLEMENTAL AGREEMENT
The Local Agency of Jefferson County Public Works hereby amends the professional services
agreement with Strategies 360 Inc. ("the Agreement") executed on July 11, 2014.
All provisions in the Agreement remain in effect, except as expressly modified by this
Supplemental Agreement Number 1("this Supplemental Agreement").
The changes to the Agreement are described as follows:
I.
The scope of work listed in "Exhibit A"pursuant to the Agreement remains as performed by
Consultant staff Paul Berendt and Crystal Ellerbe. Any personnel changes to the key Consultant
staff will be approved by the County in writing.
II.
The Agreement shall expire the end of day on June 30, 2020. This Supplemental Agreement shall
be effective upon execution by both parties.
III.
In the 48-month contract period as modified by this Supplemental Agreement, the maximum total
payable amount is $106,500. The original Agreement not to exceed value of$92,500 is increased
by $14,000.
Supplemental Agreement(to A&B) Contract C, Version 1, Risk Legal Review Date 04/30/2018 Page 1 oft
In witness whereof,the parties hereto have executed this Supplemental Agreement as shown below.
COUNTY OF JEFFERSON
STRAT_ _ ES 360, INC. BOARD OF COMMISSIONERS
Ron Dotzauer, Chief Executive Officer David Sullivan, Chair Date
Date Kate Dean, Member Date
Kathleen Kier, Member Date
Approved as to form only:
PRE-APPROVED CONTRACT FORM
Philip C. Hunsucker 4/30/2018
Chief Civil Deputy Prosecuting Attorney
- 118
Mont- .- '. Date
Public Works Director/County Engineer
Supplemental Agreement(to A&B) Contract C, Version 1, Risk Legal Review Date 04/30/2018 Page 2 of 2
7.9
; y
PROFESSIONAL SERVICES AGREEMENT FOR
LEGISLATIVE LIAISON SERVICES
THIS AGREEMENT is entered into between the County of Jefferson, a municipal corporation,
hereinafter referred to as "the County", and Strategies 360, Inc.,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 professional
consultation services in connection with the projects designated"Upper Hoh Road
Management", "General Roads Department Support"and"Port Hadlock Wastewater
System Project."
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". Contract shall expire the end of the day on December 31, 2018.
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$92,500.00 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. 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.
d. 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
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
CONSULTANT AGREEMENT
Page I of II
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
CONSULTANTS 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;
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:
CONSULTANT AGREEMENT
Page 2oFtl
•
* 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.
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
CONSULTANT AGREEMENT
Page 3 of 11
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
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.
CONSULTANT AGREEMENT
Page 4 of 11
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:
Strategies 360, Inc.
1505 Westlake Ave N#1000
Seattle, WA 98109
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.
CONSULTANT AGREEMENT
Page 5ofLI
SIGNATURE PAGE
PROFESSIONAL SERVICES AGREEMENT FOR
LEGISLATIVE LIAISON SERVICES
DATED this f/ day of 2016.
SIGNATURE PAGE
AlIF JEFFERSON COUNTY
BOARD OF COMMISSIONERS
Consultant/ 1<q)(14. _
c-ke
4111PA Kathleen Kler,Chair
1W V a k egg ' 4 4 4 ,
Eric Sorenson, President Date Phil Johnso !embe
ir,, i //
David W. Sullivan,Member
Approved as to rm only: 6/201 j t.
COCO4
David Alvarez Date
Deputy Prosecuting Attorney .
7r/
Monte R z. •• '.E. ate
Public Works Director/County Engineer
CONSULTANT AGREEMENT
Page 6 of I I
EXHIBIT"A"
SCOPE OF SERVICES
The Consultant will provide strategy development, legislative liaison, and communications
services to achieve the following project goals:
GOALS
• Bring more resources and management capacity to the Upper Hoh Road in order to
provide secure access for residents, landowners,businesses and Olympic National Park
(ONP)visitors. Strengthen the Federal and State commitment to the collaborative
management of the first twelve miles of the Upper Hoh Road, from U. S. Highway 101 to
the ONP boundary.
• Bring more resources to Jefferson County Public Works Roads Division in order to
support the management of transportation facilities developed and managed by Jefferson
County Public Works.
• Implement a state and federal funding strategy for the Port Hadlock Wastewater System
with the objective securing state and federal funding for the Port Hadlock Wastewater
System in order to bring down final cost to sewer customers.
GENERAL SERVICES
Strategy Session
The Consultant will participate in a phone-in strategy session with the County twice per year,
and as further required by the County,to discuss work anticipated to occur and estimated level of
effort and costs.
Upper Hoh Road
In an effort to meet the project goal and Memorandum of Understanding objectives,the services
that the Consultant is requested and agrees to perform include,but are not limited to,the
following:
• Engage federal delegation as necessary to ensure successful completion of the$13
million Federal Lands Access Program (FLAP)project and ensure funding remains
secure as complex project issues are resolved.
• Implement agreed upon strategy and advocate for support to meet the project goal and the
Memorandum of Understanding objectives. Continually monitor progress towards
achievement of the goal and objectives. Continually adjust strategy and action items, as
circumstances require and with concurrence of the County.
• Provide general on call services including but not limited to ensuring compliance of the
Memorandum of Understanding: Upper Hoh Road Interagency Working Group(recorded
May 24, 2016, AFN 599521)by all federal and state partners, provide support for
additional resources through the Federal Land Access Program (FLAP), or other federal
and state programs, provide additional strategic guidance to keep the Federal Government
land managers and transportation managers engaged in developing solutions to ensure
CONSULTANT AGREEMENT
Page 7 of 1 I
access to Olympic National Park(ONP)and residents.
• Secure funding for road reconstruction in response to emergency events.
• Arrange for meetings and testimony of County staff and/or County Commissioners to
advocate support for the realizing the project goal, as needed.
• Meet with Federal elected officials, State elected officials, and local elected officials to
develop support and familiarity with the situation and desired outcome.
• Arrange for discussions with stakeholders including affected West End residents and
business owners, ONP,Western Federal Lands Highway Division(WFLHD),the Hoh
Tribe, the Hoh River Trust, the City of Forks,the Federal Highway Administration
(FHWA),WSDOT, and the Washington State Department Fish and Wildlife(WDFW).
Solicit support and address concerns.
• Assist with maintenance of continual communication with stakeholders,negotiation of
agreements, and development of information and outreach materials and strategies for
constituents.
• Assist the County, as needed, to negotiate interim solutions to Upper Hoh Road
management challenges with associated stakeholders until such time as a long-term
solution is achieved.
• Assist the County, as needed,to negotiate a long-term agreement that designates WFLHD
or ONP as the proactive manager of the roadway in terms of capital projects and
emergency repairs, essentially as if the road were inside the boundary of the National
Park.
General Roads Department Support
In an effort to meet the project goal,the services that the Consultant is requested and agrees to
perform include, but are not limited to,the following:
• Maintain contact with State and Federal elected officials to develop familiarity with and
support for Jefferson County's transportation funding needs.
• Provide coordination with local elected officials, as needed,to develop familiarity with
State and Federal elected officials and their staff to advocate support for Jefferson
County's transportation funding needs.
• Secure funding for construction and maintenance of motorized and nonmotorized
transportation facilities.
• Secure funding for reconstruction of transportation facilities in response to an emergency
event.
• Arrange for meetings and testimony of County staff and/or County Commissioners to
advocate support for Jefferson County's transportation funding.
• Collaborate with County staff regarding funding strategy and opportunities for State and
Federal program funds.
• Advocate at State and Federal levels for continued and increased support of existing
funding sources such as Secure Rural Schools(SRS)and Payment in Lieu of Taxes
(PILT), Motor Vehicle Fuel Tax(MVFT) and Transportation Benefits District(TBD).
• Advocate at the State level for plan implementation and project funding of the
Washington State Department of Transportation(WSDOT) SR 19/SR 20 Corridor Plan:
SR 104 to Port Townsend Ferry Terminal.
CONSULTANT AGREEMENT
Page 8 of 11
Port Hadlock Wastewater System
In an effort to meet objectives and the project goal, the services that the Consultant is requested
and agrees to perform include, but are not limited to, the following:
• Implement agreed upon strategy and advocate support to meet project goal and
objectives.Continually monitor progress towards achievement of goals and objectives
and adjust strategy and action items as circumstances require and with concurrence of the
County.
• Monitor and investigate opportunities for state and federal appropriations, and/or
alternative funding streams.
• Maintain contact with key state legislative representatives, legislative committees and
staff to raise awareness of project needs and pursue funding opportunities.
• Maintain contact with federal congressional representatives and staff to raise awareness
of project needs and pursue funding opportunities.
• Collaborate with project team regarding funding strategy and opportunities for state and
federal program funds.
• Provide local strategic advice; assist with media relations and collation building.
• Assist with the development of project information and outreach materials to meet
specific needs of state and federal funding strategies.
TIME FOR PERFORMANCE
The contract period for this Agreement expires on December 31,2018. Should project goals and
objectives be met prior to the maximum contract period, Consultant work will cease at the
County's notification according to the terms specified herein.
DELIVERABLES
• Provide on a monthly basis written progress reports that describe recent activities,
accomplished goals,planned activities, identified issues, anticipated milestones, future
action items and recommended actions.
PROJECT TEAM
Upper l loh Road and General Roads Department Support
• Strategies 360, Inc. Senior Vice President Paul Berendt will serve as the lead for the
Consultant on the project. The Consultant team will include Washington DC-based
Senior Vice President Tylynn Gordon, Washington DC-based Federal Relations Director
Nate Potter,and others as selected by the Consultant and the County.
• Transportation Planner Zoe Ann Lamp,AICP, will serve as the project manager and
point of contact for the County,with direct involvement of Monte Reinders, Public
Works Director and County Engineer.
Port Hadlock Wastewater System
• Strategies 360, Inc. Senior Vice President Paul Berendt will serve as the lead for the
CONSULTANT AGREEMENT
Page 9 of I I
Consultant on the project.
• Monte Reinders,Public Works Director/County Engineer or his designated representative
will be the point of contact for the County.
• Project Consultant Team will participate in strategy, outreach materials and
communications—Kevin Dour,Tetra Tech;Katy Isaksen,Katy Isaksen& Associates;
Robert Wheeler, Triangle and Associates.
CONSULTANT AGREEMENT
Page 10 of 1 i
EXHIBIT"B"
CONSULTANT FEE DETERMINATION
The County agrees to pay the Consultant for services Consultant performs pursuant to this
Agreement according to an hourly billing schedule over the approximately 30-month contract
period, with a maximum total payable amount of$92,500.
The County agrees to pay the Consultant at a rate of$200 per hour for services outlined and
described in this Agreement. The monthly service is anticipated to average 8 hours per month.
In no case shall the compensation exceed$6,000 per month without prior written consent of the
County.
The Consultant shall provide an invoice to the County indicating the number of hours of service
for each project/goal and types of services provided in the previous month. The rate of
compensation shall be billed per hour per government relations team member, whether located in
Seattle,WA or Washington, DC.
The hourly rate shall cover all services provided each calendar month, including costs associated
with clerical administration, copying,postage or other delivery,and travel. The Consultant shall
be responsible for all expenses associated with performing services pursuant to this Agreement.
CONSULTANT AGREEMENT
Page 11 of 11