Loading...
HomeMy WebLinkAbout052819_ca19615 Sheridan Street Port Townsend, WA 98368 V 61"RM? www.JeffersonCountyPublicHealth.org Public 11. It Consent Agenda April 30, 2019 1:4 A 94 go A-0• AGENDA REQUEST TO: Board of County Commissioners Philip Morley,, County Administrator FROM: Stuart Whitford, Environmental Public Health Director Tami Pokorny, Natural Resources Program Coordinator DATE: SUBJECT: Agenda Item – Personal Services Agreement with R.F. Duncan & Associates Inc.; Upon signature – December 31, 2020; $3,300 STATEMENT QVISSUE01. Jefferson County Public Health requests Board approval of the Personal Services Agreement with R.F. Duncan & Associates Inc.; Upon signature – December 31, 2020; $3,300 A-NALYS151ff—"TE_ 1C,9QA—LS1PRQ'S and MNIM This agreement with R.F. Duncan & Associates Inc. is to provide appraisal services to support property acquisitions for the purpose of Big Quilcene River floodplain restoration and salmon recovery (RCO #16-1480 and #17-1052) consistent with Washington State Recreation and Conservation Office Manual 3, Acquisition Projects and Uniform Appraisal Standards of Federal Land Acquisitions "Yellow Book" standards. The appraisals are for APNs 991200505, 991200503, 991200401, 991200501, and 702241004. EIS L IMPACI&OST PENEF11 ANALYSIS: This personal services agreement is funded by RCO #16-1480 and #17-1052 with matching contributions provided by WA Dept. of Ecology THA # SEATHA-VER3-JeCoPH-00037 and through an MOU with the Hood Canal Salmon Enhancement Group for a portion of its Floodplains by Design Grant #SEAFBD-2017-HoCSEG- 00009. R9!CQMMEN0A11QL4; JCPH management request approval of the Personal Services Agreement with R.F. Duncan & Associates Inc.; Upon signature – December 31, 2020; $3,300 REVIEWED - P i ip Morl unty Adm- inisti'ator Date M go 0-011061 19� 360-385-9400 360-385-9401 (f) 360-385-9444 (f) 360-379-4487 PERSONAL SERVICES AGREEMENT Between R. F. Duncan & Associates Inc. and Jefferson County THIS AGREEMENT is entered into between the County of Jefferson, a municipal corporation, hereinafter referred to as "the County", and the R. F. Duncan & Associates Inc. of Olympia, WA, hereinafter referred to as "the Subcontractor", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. 11rojgc!..1! �igt stion, The Consultant is retained by the County to provide review appraisal services to support property acquisitions for the purpose of Big Quilcene River floodplain restoration and salmon recovery (RCO #16-1480 and #17-1052) consistent with Washington State Recreation and Conservation Office Manual 3, Acquisition Projects and Uniform Appraisal Standards of Federal Land Acquisitions "Yellow Book" standards. 2. Scope of'Services Subcontractor agrees to perform the services, identified on Exhibit A, attached hereto, including the provision of all labor, materials, equipment, and supplies. 3. Tiniel'or Performance, This Agreement shall commence upon signature and continues through December 31, 2020 unless terminated as provided herein. Work performed prior to the execution of this contract is hereby ratified. 4. Payment. The Subcontractor 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 not exceed $3,300 at a rate of $1,100 per review appraisal report without express written modification of the Agreement signed by the County. b. Funding for this contract will be provided by a RCO and WA Department of Ecology grants. If funding from RCO or WA Department of Ecology is withdrawn, reduced, or limited in any way after the effective date of this agreement, this contract may be renegotiated or terminated as provided herein. c. The Subcontractor may submit invoices to the County once per month, but not less than quarterly, during the progress of the work for work completed to date. Such invoices will be checked by the County, and upon approval thereof, payment will be made to the Subcontractor in the amount approved. d. Final payment of any balance due the Subcontractor 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. Page I of 7 R. F. Duncan & Associates Inc. 2019 e. 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. f. The Subcontractor'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 nine (9) years after final payments. Copies shall be made available upon request. QR)2ership and Use of Docuinen:ts. All documents, drawings, specifications and other materials produced by the Subcontractor in connection with the services rendered under this agreement shall be the property of the County whether or not the project for which they are made is executed. The Subcontractor shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with Subcontractor's endeavors. The rights to any documents, drawings, specifications and other materials owned by the Subcontractor prior to entering this agreement and used during the performance of the services are retained by the Subcontractor. 6. Coinpliance with Laws. Subcontractor 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. Indcninilrcation. Contractor shall indemnify and hold harmless the County, its officers, and employees, from and against all claims, losses or liability, or any portion thereof, including reasonable attorney's fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to Contractor's own employees, or damage to property occasioned by a negligent act, omission or failure of the Contractor. Contractor shall be liable only to the extent of Contractor's proportional negligence. The Contractor specifically assumes potential liability for actions brought against the County by Contractor's employees, including all other persons engaged in the performance of any work or service required of the Contractor under this Agreement and, solely for the purpose of this indemnification and defense, the Contractor specifically waives any immunity under the state industrial insurance law, Title 51 R.C.W. The Contractor recognizes that this waiver was specifically entered into pursuant to provisions of R.C.W. 4.24.115 and was subject of mutual negotiation. 8. Insurance. The Subcontractor shall obtain and keep in force during the terms of the Agreement, policies of as follows: If and only if the Subcontractor 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 Subcontractor, 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 Subcontractor is located. C"oniniercial Automobile Liabilwit;y° It surance providing bodily injury and property damage liability coverage for all owned and non -owned vehicles assigned to or used in the Page 2 of 7 R. F. Duncan & Associates Inc. 2019 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 SUBCONTRACTOR'S performance of the contract. a. (J'et e al Coininercial Liability 1qsg�b;ancc,, in an amount not less than a single limit of one million dollars ($1,000,000) per occurrence and an aggregate of not less than two (2) times the occurrence amount ($2,000,000 minimum) for bodily injury, including death, and property damage unless otherwise specified in the contract specifications. This insurance coverage shall contain no limitations on the scope of the protection provided and include the following minimum coverage: i. Broad Form Property Damage with no employee exclusion; ii. Personal Injury Liability, including extended bodily injury; iii. Broad Form Contractual/Commercial Liability including completed operations; iv. Premises — Operations Liability (M&C); v. Independent Contractors and Subcontractors; and vi. 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 Subcontractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. The Subcontractor 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 Subcontractor to take out and/or maintain any required insurance shall not Page 3 of 7 R. F. Duncan & Associates Inc. 2019 relieve The Subcontractor 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 Subcontractor. b. 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 Subcontractor until such time as Subcontractor shall furnish additional security covering such judgment as may be determined by the County. c. The County reserves the right to request additional insurance on an individual basis for extra hazardous contracts and specific service agreements. d. 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 Subcontractor must provide in order to comply with the Agreement. If the proof of insurance or certificate of coverage indicating the County is an "additional insured" to a policy obtained by the Subcontractor 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 Subcontractor to obtain the full text of that endorsement and forward that full text to the County. f. The County may, upon the Subcontractor's failure to comply with all provisions of this contract relating to insurance, withhold payment or compensation that would otherwise be due to the Subcontractor. 9. tibcoi tractor, The Subcontractor and the County agree that the Subcontractor 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 Subcontractor nor any employee of Subcontractor 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 Subcontractor, or any employee of Subcontractor. Page 4 of 7 R. F. Duncan & Associates Inc. 2019 10. vcti nt aiiisr 'ot,titi e,it 1^ees. 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. Discriminationm Prohibited. The Subcontractor, 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. , .psi Yn e t. 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. No Waiver of Sover ➢-ni-minity,, By entering into this contract the Contractor does not waive its sovereign immunity from suit and nothing hererin shall be construed as a waiver of any such right. 15. '1°erniination. The County reserves the right to terminate this contract at any time by giving ten (10) days written notice to the Subcontractor 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. 16. Notices. Notices to the County cif Jefferson wwshall wwbe sent to (he following address: Tami Pokorny, Natural Resources Program Coordinator Jefferson County Environmental Public Health 615 Sheridan Street Port Townsend, WA 98368 Ph: 360/379-4498 Email.,��� ).�rlf fadr�u vas`_ Page 5 of 7 R. F. Duncan & Associates Inc. 2019 17. Notices to Consultant shall be sera to the lollowjn address: Richard F. Duncan, MAI R. F. Duncan & Associates, Inc. PO Box 12300 Olympia, WA 98508 Ph: 360/951-8258 Email: duticalla ppt a,isy1 1conicast.get 18. Integrated A ctq�ent. This Agreement together with attachments or addenda, represents the entire and integrated agreement between the County and the Subcontractor 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 Subcontractor. DATED this.......... day of 2019 .0 Kate Dean, Chair Date Jefferson Board of County Commissioners Richard F. Duncan, MAI Date WA State Certified General Real Estate Appraiser Certification #1100496 Expires 12/01/2020 Attest/Authenticated: 4L - APPROVED AS TO FORM ate' Chief Civil DPA Philip Hunsucker Carolyn Gallaway, Deputy Clerk of the Board Page 6 of 7 R. F. Duncan & Associates Inc. 2019 Exhibit A: scope of work. The Subcontractor is retained by the County to provide review appraisal services to support property acquisitions for the purpose of Big Quilcene River floodplain restoration and salmon recovery (RCO #16-1480 and #17-1052) consistent with Washington State Recreation and Conservation Office Manual 3, Acquisition Projects and Uniform Appraisal Standards of Federal Land Acquisitions "Yellow Book" standards d d i //NAVWWJCO, a au la u� . � r � � r r �lw l� rr d1 a� a . c qa N : The order of priority for the first three appraisals is as follows. Property 1: APNs 991200505 and 991200503 2. Property 2: APN 991200401 3. Property 3: APNs 991200501 and 702241004 Deliverables: 1 signed hard copy and an electronic copy (PDF) of each separate appraisal reports. Due Dates: 14 Days from Notice to Proceed for each of the reports. Page 7 of 7