HomeMy WebLinkAbout072720_cabs02 b 615 Sheridan Street
Vv _ Port Townsend, WA 98368
meson www.JeffersonCountyPublicHealth.org
Public He
al
July 21,2020
JEFFERSON COUNTY
BOARD OF COUNTY COMMISSIONERS
AGENDA REQUEST
TO: Board of County Commissioners
Philip Morley, County Administrator
FROM: Pinky Mingo, Interim Environmental Public Health Director
Tami Pokorny, Natural Resources Program Coordinator
DATE:
SUBJECT: Agenda Item — Natural Systems Design — Dosewallips R. Powerlines; July 27,
2020 —June 30, 2021; $94,825.00
STATEMENT OF ISSUE:
Jefferson County Public Health requests approval of Natural Systems Design — Dosewallips R. Powerlines; July
27, 2020 —June 30, 2021; $94,825.00
ANALYSIS/STRATEGIC GOALS/PRO'S and CON'S:
This agreement is for Natural Systems Design to conduct a geomorphic assessment, develop a hydraulic
model, write a Resiliency Plan, attend meetings, and develop three conceptual designs to improve channel
migration zone function, support self-sustaining floodplain and in-channel habitat for salmon and steelhead in
the Powerlines Reach of the Dosewallips River (RM 1-3).
FISCAL IMPACT/COST BENEFIT ANALYSIS:
Funding for the Dosewallips R. Powerlines Reach Project is a Recreation and Conservation Grant (RCO #18-
1228C). Match is provided by a USDA Forest Service Grant #20-PA-11060900-004.
RECOMMENDATION:
JCPH Management recommends BOCC signature of the Natural Systems Design — Dosewallips R. Powerlines;
July 27, 2020 —June 30, 2021; $94,825.00
REVI ED BY:
Philip Morley, my Admin Date
Community Health Environmental Public Health
Developmental Disabilities 360-385-9444
360-385-9400 (f)360-379-4487
360-385-9401 (f) Always working for a safer and healthier community
PERSONAL SERVICES AGREEMENT
Between
Natural Systems Design, Inc.
and
Jefferson County
THIS PERSONAL SERVICES AGREEMENT ("this Agreement") is entered into between the
County of Jefferson, a municipal corporation("the County"), and Natural Systems Design, Inc.
("the Contractor"), in consideration of the mutual benefits, terms, and conditions specified
below.
Project Designation. The Contractor is retained by the County to perform the following work:
To characterize the geomorphology and salmon habitat of the Powerlines/Lazy C Reach and to
develop a hydraulic model and three conceptual designs to restore habitat for Hood Canal
summer chum and Chinook salmon, and to complete related meetings and a Resiliency Plan. The
personal services are funded by a grant from the Recreation and Conservation Office (RCO)#18-
1228C.
1. Scope of Services. Contractor agrees to perform the services identified on Exhibit"A"
attached hereto including the provision of all labor.
2. Time for Performance. This Agreement shall commence on upon signature and continue
through June 30, 2021. Work performed consistent with this Agreement during its term,
but prior to the adoption of this Agreement, is hereby ratified. The Contractor shall
perform all services pursuant to this Agreement as outlined on Exhibit"A". Time is of
the essence in the performance of this Agreement.
3. Payment. The Contractor 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 the Subcontractor shall not exceed$94,825.00,
as described in Exhibit"B", in the completion of this project without express
written amendment signed by both parties to this Agreement.
b. Invoices must be submitted by the 15th of the month for the previous month's
expenses. Such invoices will be checked by the County, and upon approval
thereof,payment will be made to the Contractor in the amount approved. Failure
to submit timely invoices and reports pursuant to Exhibit B of the Agreement may
result in a denial of reimbursement. Invoices not submitted within 60 days may
be denied.
c. Final payment of any balance due the Contractor of the total contract price earned
will be made promptly upon its ascertainment and verification by the County after
Page 1 of 17
the completion of the work and submittal of reports under this Agreement and its
acceptance by the County.
d. Contractor shall provide invoices and necessary backup documentation for all
services including timesheets and statements (specifying the services provided).
Any indirect charges require the submittal of an indirect cost methodology and
rate using 2 C.F.R. Part 255 and 2 C.F.R. Part 230.
e. The Contractor'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
six(6)years after final payments. Copies shall be made available upon request.
4. Ownership and Use of Documents. All non-confidential or de-identified documents,
drawings, specifications, and other materials produced by the Contractor 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 Contractor shall be
permitted to retain copies, including reproducible copies, of drawings and specifications
for information,reference and use in connection with Contractor's endeavors. Contractor
shall not be held liable for reuse of documents or modifications thereof, including
electronic data,by County or its representatives for any purpose other than the intent of
this Agreement.
5. Compliance with laws. Contractor 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.
6. Audit. An audit will be submitted to the County upon request. Upon request, Contractor
will submit the most recent financial audit within 30 days.
a. Upon request,the County shall have the option of performing an onsite review of
all records, statements, and documentation.
b. If the County finds indications of potential non-compliance during the monitoring
process,the County shall notify Contractor within ten(10) days. County and
Contractor shall meet to discuss areas of contention in an attempt to resolve
issues.
c. Audit will provide statements consistent with the guidelines of Reporting for
Other Non-Profit Organizations AICPA SOP 78-10, and is performed in
accordance with generally accepted auditing standards and with Federal Standards
for Audit of Governmental Organizations, Programs,Activities and Functions,
and meeting all requirements of 2 C.F.R. Part 200, as applicable.
7. Indemnification.
Page 2 of 17
a. To the extent of its comparative liability, each party agrees to indemnify, defend
and hold the other party, its officers, officials, employees, agents and volunteers
(and their marital communities), harmless from and against any and all claims,
damages, losses and expenses, including but not limited to court costs, attorney's
fees and alternative dispute resolution costs, for any personal injury, for any
bodily injury, sickness, disease or death and for any damage to or destruction of
any property(including the loss of use resulting therefrom) which are alleged or
proven to be caused by an act or omission, negligent or otherwise, of its officers,
officials, employees, agents and volunteers (and their marital communities).
b. A party shall not be required to indemnify, defend, or hold the other party or its
officers, officials, employees, agents and volunteers (and their marital
communities) harmless if the claim, damage, loss or expense for personal injury,
for any bodily injury, sickness, disease or death or for any damage to or
destruction of any property(including the loss of use resulting therefrom) is
caused by the sole act or omission of the other party or its officers, officials,
employees, agents and volunteers.
c. In the event of any concurrent act or omission of the parties and their officers,
officials, employees, agents and volunteers, negligent or otherwise,these
indemnity provisions shall be valid and enforceable only to the extent of the
comparative liability of each party and its officers, officials, employees, agents or
volunteers.
d. The parties agree to maintain a consolidated defense to claims made against them
and to reserve all indemnity claims against each other until after liability to the
claimant and damages, if any, are adjudicated. If any claim is resolved by
voluntary settlement and the parties cannot agree upon apportionment of damages
and defense costs, they shall submit apportionment to binding arbitration.
e. The indemnification obligations of the parties shall not be limited in any way by
the Washington State Industrial Insurance Act, Title 51 RCW, or by application of
any other workmen's compensation act, disability benefit act or other employee
benefit act. Each party hereby expressly waives any immunity afforded by such
acts to the extent required by a party's obligations to indemnify, defend and hold
harmless the other party, its officers, officials,employees, agents and volunteers
(and their marital communities). A party's waiver of immunity does not extend to
claims made by its own employees directly against that party as employer. The
indemnity provisions of this section are a material inducement to enter into this
Agreement and have been mutually negotiated.
f. The provisions of this section shall survive the expiration or termination of this
Agreement.
Page 3 of 17
8. Insurance. Prior to commencing work,the Contractor shall obtain at its own cost and
expense the following insurance coverage specified below and shall keep such coverage
in force during the terms of the Agreement.
a. 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 Contractor's performance of this Agreement. This insurance
shall indicate on the certificate of insurance the following coverage: (a) Owned
automobiles; (b)Hired automobiles; and, (3)Non-owned automobiles.
b. Commercial General Liability Insurance 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($2,000,000.00 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:
i. Broad Form Property Damage,with no employee exclusion;
ii. Personal Injury Liability, including extended bodily injury;
iii. Broad Form Contractual/Commercial Liability—including coverage for
products and completed operations;
iv. Premises—Operations Liability(M&C);
v. Independent Contractors and subcontractors;
vi. Blanket Contractual Liability.
c. Professional Liability Insurance. The Contractor shall maintain professional
liability insurance against legal liability arising out of activity related to the
performance of this Agreement, on a form acceptable to Jefferson County Risk
Management in the amounts of not less than$1,000,000 Each Claim and
$2,000,000 Aggregate. The professional liability insurance policy should be on
an"occurrence"form. If the professional liability policy is "claims made,"then
an extended reporting periods coverage(tail coverage) shall be purchased for
three(3)years after the end of this Agreement, at the Contractor's sole expense.
The Contractor agrees the Contractor's insurance obligation to provide
professional liability insurance shall survive the completion or termination of this
Agreement for a minimum period of three(3)years.
d. The County shall be named as an"additional named insured"under all insurance
policies required by this Agreement, except Professional Liability Insurance when
not allowed by the insurer.
Page 4 of 17
e. Such insurance coverage shall be evidenced by one of the following methods: (a)
Certificate of Insurance; or, (b) Self-insurance through an irrevocable Letter of
Credit from a qualified financial institution.
f. The Contractor shall furnish the County with properly executed certificates of
insurance that, at a minimum, shall include: (a) The limits of coverage; (b) The
project name to which it applies; (c) The certificate holder as Jefferson County,
Washington and its elected officials, officers, and employees with the address of
Jefferson County Public Health 615 Sheridan Street, Port Townsend, WA 98368,
and, (d)A statement that the insurance policy shall not be canceled or allowed to
expire except on thirty(30) days prior written notice to the County. If the proof
of insurance or certificate indicating the County is an"additional insured"to a
policy obtained by the Contractor 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 Contractor to obtain the full text of that endorsement and
forward that full text to the County. Certificates of coverage as required by this
section shall be delivered to the County within fifteen(15) days of execution of
this Agreement.
g. Failure of the Contractor to take out or maintain any required insurance shall not
relieve the Contractor from any liability under the Agreement,nor shall the
insurance requirements be construed to conflict with or otherwise limit the
obligations concerning indemnification of the County.
h. The Contractor's 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, with the exception of
Professional Liability Insurance, so affected shall protect both parties and be
primary coverage for all losses covered by the above described insurance.
i. 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.
j. All deductibles in the above described insurance policies shall be assumed by and
be at the sole risk of the Contractor.
k. Any deductibles or self-insured retention shall be declared to and approved by the
County prior to the approval of this Agreement by the County. At the option of
the County,the insurer shall reduce or eliminate deductibles or self-insured
retention, or the Contractor shall procure a bond guaranteeing payment of losses
and related investigations, claim administration and defense expenses.
1. Insurance companies issuing the Contractor's insurance 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
insurance policy.
Page 5 of 17
m. Any judgments for which the County may be liable, in excess of insured amounts
required by this Agreement, or any portion thereof,may be withheld from
payment due, or to become due,to the Contractor until the Contractor shall
furnish additional security covering such judgment as may be determined by the
County.
n. 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 Contractor must provide in order to comply with
this Agreement.
o. The County may, upon the Contractor's failure to comply with all provisions of
this Agreement relating to insurance,withhold payment or compensation that
would otherwise be due to the Contractor.
p. The Contractor's liability insurance provisions shall be primary and
noncontributory with respect to any insurance or self-insurance programs
covering the County, its elected and appointed officers, officials, employees, and
agents.
q. Any failure to comply with reporting provisions of the insurance policies shall not
affect coverage provided to the County, its officers, officials, employees, or
agents.
r. The Contractor's insurance shall apply separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of the insurer's
liability.
s. The Contractor 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
the requirements stated herein.
t. The insurance limits mandated for any insurance coverage required by this
Agreement are not intended to be an indication of exposure nor are they
limitations on indemnification.
u. The Contractor shall maintain all required insurance policies in force from the
time services commence until services are completed. Certificates, insurance
policies, and endorsements expiring before completion of services shall be
promptly replaced. All the insurance policies required by this Agreement shall
provide that thirty(30) days prior to cancellation, suspension, reduction or
material change in the policy,notice of same shall be given to the Jefferson
County Public Health Contracts Manager by registered mail, return receipt
requested.
v. The Contractor shall place insurance with insurers licensed to do business in the
State of Washington and having A.M. Best Company ratings of no less than A-,
Page 6 of 17
with the exception that excess and umbrella coverage used to meet the
requirements for limits of liability or gaps in coverage need not be placed with
insurers or re-insurers licensed in the State of Washington.
w. The County reserves the right to request additional insurance on an individual
basis for extra hazardous contracts and specific service agreements.
9. Workers Compensation(Industrial Insurance).
a. If and only if the Contractor 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 Contractor, the Contractor shall maintain
workers compensation insurance at its own expense, as required by Title 51
RCW, for the term of this Agreement and shall provide evidence of coverage to
Jefferson County Public Health, upon request.
b. Workers compensation insurance covering all employees with limits meeting all
applicable state and federal laws. This coverage shall include Employer's
Liability with limits meeting all applicable state and federal laws.
c. This coverage shall extend to any subcontractor that does not have their own
worker's compensation and employer's liability insurance.
d. The Contractor expressly waives by mutual negotiation all immunity and
limitations on liability,with respect to the County, under any industrial insurance
act, disability benefit act, or other employee benefit act of any jurisdiction that
would otherwise be applicable in the case of such claim.
e. If the County incurs any costs to enforce the provisions of this subsection, all cost
and fees shall be recoverable from the Contractor.
10. Independent Contractor. The Contractor and the County agree that the Contractor is an
independent contractor with respect to the services provided pursuant to this Agreement.
The Contractor specifically has the right to direct and control Contractor's own activities,
and the activities of its subcontractors, employees, agents, and representatives, in
providing the agreed services in accordance with the specifications set out in this
Agreement. Nothing in this Agreement shall be considered to create the relationship of
employer and employee between the parties. Neither Contractor nor any employee of
Contractor shall be entitled to any benefits accorded County employees by virtue of the
services provided under this Agreement, including, but not limited to: retirement,
vacation pay;holiday pay; sick leave pay; medical, dental, or other insurance benefits;
fringe benefits; or any other rights or privileges afforded to Jefferson County employees.
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 Contractor, or any
employee of Contractor.
Page 7of17
11. Subcontracting Requirements.
a. The Contractor is responsible for meeting all terms and conditions of this
Agreement including standards of service, quality of materials and workmanship,
costs, and schedules. Failure of a subcontractor to perform is no defense to a
breach of this Agreement. The Contractor assumes responsibility for and all
liability for the actions and quality of services performed by any subcontractor.
b. Every subcontractor must agree in writing to follow every term of this
Agreement. The Contractor must provide every subcontractor's written
agreement to follow every term of this Agreement before the subcontractor can
perform any services under this Agreement. The Public Health Director or their
designee must approve any proposed subcontractors in writing.
c. Any dispute arising between the Contractor and any subcontractors or between
subcontractors must be resolved without involvement of any kind on the part of
the County and without detrimental impact on the Contractor's performance
required by this Agreement.
12. Covenant Against Contingent Fees. The Contractor warrants that he has not employed or
retained any company or person,other than a bona fide employee working solely for the
Contractor,to solicit or secure this Agreement, and that he has not paid or agreed to pay
any company or person, other than a bona fide employee working solely for the
Contractor, any fee, commission,percentage,brokerage fee, gifts, or any other
consideration contingent upon or resulting from the award or making of this Agreement.
For breach or violation of this warranty,the County shall have the right to annul this
Agreement 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.
13. Discrimination Prohibited. The Contractor, 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, gender, sexual orientation,material status, sex, or the presence of any
physical or sensory handicap in the selection and retention of employees or procurement
of materials or supplies.
14.No Assignment. The Contractor shall not sublet or assign any of the services covered by
this Agreement without the express written consent of the County. Assignment does not
include printing or other customary reimbursable expenses that may be provided in an
agreement.
15.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.
16. Termination.
Page 8of17
a. The County reserves the right to terminate this Agreement at any time by giving
ten(10) days written notice to the Contractor.
b. In the event of the death of a member,partner, or officer of the Contractor, or any
of its supervisory personnel assigned to the project, the surviving members of the
Contractor 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 Contractor
and the County, if the County so chooses.
c. The County reserves the right to terminate this contract in whole or in part,with
10 days' notice, in the event that expected or actual funding from any funding
source is withdrawn, reduced, or limited in any way after the effective date of this
agreement. In the event of termination under this clause,the County shall be
liable for only payment for services rendered prior to the effective date of
termination.
17.Notices. All notices or other communications which any party desires or is required to
give shall be given in writing and shall be deemed to have been given if hand-delivered,
sent by facsimile, email, or mailed by depositing in the United States mail,prepaid to the
party at the address listed below or such other address as a party may designate in writing
from time to time.
Notices to the County shall be sent to the following address:
Tami Pokorny,Natural Resources Program Coordinator
Jefferson County Public Health
615 Sheridan Street
Port Townsend, WA 98368
tpokorny@co.jefferson.wa.us
Ph: 360-379-4498
Notices to Contractor shall be sent to the following address:
Dawn Duncan, Office Manager
Natural Systems Design, Inc.
1900 Northlake Way, Suite 211
Seattle, WA 98103
Dawn@naturaldes.com
Ph: 206-480-1114
18. Integrated Agreement. This Agreement together with attachments or addenda represents
the entire and integrated Agreement between the County and the Contractor and
supersedes all prior negotiations, representations, or agreements written or oral. No
representation or promise not expressly contained in this Agreement has been made. This
Agreement supersedes all prior or simultaneous representations, discussions,
negotiations, and agreements,whether written or oral, by the County within the scope of
this Agreement. The Contractor ratifies and adopts all statements,representations,
warranties, covenants, and agreements contained in its proposal, and the supporting
Page 9 of 17
•
material submitted by the Contractor, accepts this Agreement and agrees to all of the
terms and conditions of this Agreement.
19. Modification of this Agreement. This Agreement may be amended only by written
instrument signed by both County and Contractor.
20. Disputes. The Parties agree to use their best efforts to prevent and resolve disputes
before they escalate into claims or legal actions. Any disputed issue not resolved
pursuant to the terms of this Agreement shall be submitted in writing within 10 days to
the County Risk Manager,whose decision in the matter shall be final,but shall be subject
to judicial review. If either party deem it necessary to institute legal action or proceeding
to enforce any right or obligation under this Agreement, each party in such action shall
bear the cost of its own attorney's fees and court costs. Any legal action shall be initiated
in the Superior Court of the State of Washington for Jefferson County. The parties agree
that all questions shall be resolved by application of Washington law and that the parties
have the right of appeal from such decisions of the Superior Court in accordance with the
laws of the State of Washington. The Contractor hereby consents to the personal
jurisdiction of the Superior Court of the State of Washington for Jefferson County.
21. Section Headings. The headings of the sections of this Agreement are for convenience of
reference only and are not intended to restrict, affect, or be of any weight in the
interpretation or construction of the provisions of the sections or this Agreement.
22. Limits of Any Waiver of Default. No consent by either party to, or waiver of, a breach
by either party,whether express or implied, shall constitute a consent to,waiver of,or
excuse of any other, different, or subsequent breach by either party.
23.No Oral Waiver. No term or provision of this Agreement will be considered waived by
either party, and no breach excused by either party, unless such waiver or consent is in
writing signed on behalf of the party against whom the waiver is asserted. Failure of a
party to declare any breach or default immediately upon the occurrence thereof, or delay
in taking any action in connection with, shall not waive such breach or default.
24. Severability. Provided it does not result in a material change in the terms of this
Agreement, if any provision of this Agreement or the application of this Agreement to
any person or circumstance shall be invalid, illegal, or unenforceable to any extent,the
remainder of this Agreement and the application this Agreement shall not be affected and
shall be enforceable to the fullest extent permitted by law.
25. Binding on Successors, Heirs and Assigns. This Agreement shall be binding upon and
inure to the benefit of the parties' successors in interest,heirs, and assigns.
26.No Assignment. The Contractor shall not sell, assign, or transfer any of rights obtained
by this Agreement without the express written consent of the County.
27.No Third-party Beneficiaries. The parties do not intend, and nothing in this Agreement
shall be construed to mean,that any provision in this Agreement is for the benefit of any
person or entity who is not a party.
Page 10 of 17
28. Signature in Counterparts. The parties agree that separate copies of this Agreement may
be signed by each of the parties and this Agreement shall have the same force and effect
as if all the parties had signed the original.
29. Facsimile and Electronic Signatures. The parties agree that facsimile and electronic
signatures shall have the same force and effect as original signatures.
30. Arms-Length Negotiations. The parties agree that this Agreement has been negotiated at
arms-length,with the assistance and advice of competent, independent legal counsel.
31. Public Records Act. Notwithstanding the provisions of this Agreement to the contrary,to
the extent any record, including any electronic, audio,paper or other media, is required to
be kept or indexed as a public record in accordance with the Washington Public Records
Act, Chapter 42.56 RCW, as may hereafter be amended,the Contractor agrees to
maintain all records constituting public records and to produce or assist the County in
producing such records, within the time frames and parameters set forth in state law. The
Contractor further agrees that upon receipt of any written public record request,
Contractor shall, within two business days, notify the County by providing a copy of the
request per the notice provisions of this Agreement.
32. Confidentiality. With respect to all information relating to County that is confidential
and clearly so designated, as required by the Health Insurance Portability and
Accountability Act(HIPAA)and any other applicable privacy laws,the Contractor
agrees to keep such information confidential. The Contractor shall not disclose,transfer,
or sell any such information to any party, except as provided by law or, in the case of
personal information,with the prior written consent of the person to whom the personal
information pertains. The Contractor shall maintain the confidentiality of all personal
information and other information gained by reason of this Agreement, and shall return or
certify the destruction of such information if requested in writing by Jefferson County.
This Agreement,once executed, will be a"public record" subject to production to a third
party if same is requested pursuant to• the Washington Public Records Act, Chapter
42.56 RCW,as may hereafter be amended.
DATED this day of , 20
(SIGNATURES FOLLOW ON THE NEXT PAGE)
Page 11 of 17
SIGNATURE PAGE
JEFFERSON COUNTY
BOARD OF COMMISSIONERS
Natural Systems Design, Inc.
Name of Contractor Greg Brotherton, Chair
Tim Abbe, PhD, PEG, PHG, Principal in Charge
Contractor Representative Kate Dean, Member
(Signature) David Sullivan, Member
Professional Engineering Geologist, WA, 2002, #1151
Professional Hydrogeologist, WA,2002, #1151
Date
ATTEST:
By:
Carolyn Gallaway
Deputy Clerk of the Board
APPROVED AS TO FORM ONLY:
Y . 7/21/2020
By:
Philip C. Hunsucker
Chief Civil Deputy Prosecuting Attorney
Page 12 of 17
Exhibit A: Scope of Work
The Contractor shall produce a geomorphic assessment, hydraulic model of existing conditions,
and Resiliency Plan, including three conceptual designs to improve channel migration zone
function, support self-sustaining floodplain and in-channel habitat for salmon and steelhead in
the Powerlines Reach of the Dosewallips River(RM 1.0—3.0), and address locally identified
resiliency objectives. The plan will provide a synthesis of existing knowledge including
geomorphic and physical habitat information; mapping of channel and floodplain features; a
platform for consideration of resiliency and restoration goals,options and opportunities.
Contractor will participate periodically in Dosewallips River Collaborative meetings.
The Contractor is an independent contractor and not an employee of Jefferson County.
Task 1: Project Management
Contractor will lead project scheduling, maintain adherence to the scope of work,timelines, and
due dates; request for, and receive landowner permissions to access property; lead the team
interaction with the existing project steering committee; and ensure adherence to data quality
assurance and controls. Contractor will provide updates to Jefferson County to facilitate the
tracking of progress and to communicate major findings as information becomes available. We
will produce monthly summary reports to accompany our invoicing for services completed.
Deliverables:
la) Monthly status reports, updates, and invoices—Due July 2020 through June 2021
lb) Personnel maintain consistency with state and county rules and guidelines for Covid-
19 protection.
lb) Correspondence with Jefferson County via email and phone to maintain open
communication—Due weekly July 2020 through June 2021
Task 2: Assemble Technical and Community Data
Contractor will quantify key geomorphic, hydraulic, and habitat trends, along with social
components related to land use, access, and recreation priorities through the collection of new
data as well as the use of existing information. Contractor will maximize use of existing
information and previously completed work products to the extent feasible,to reduce time and
expenses under this task.
Task 2.1 Technical and data assembly:
• Background Data Collection:
o NSD will review the available background data including: Recent and past
topography of the site (e.g. 2005 and 2019 LiDAR Digital Elevation Models)
o Recent and past aerial imagery of the site (e.g. USGS Earth Explorer,NAIP, Google
Earth)
o FEMA flood maps
o Channel migration zone delineations(Klawon,2004)
o Geologic maps of the project area(e.g. Washington Department of Natural
Resources; Jefferson County Landslide Risk maps)
o Existing publicly available infrastructure and land-use information(e.g. Property
Page 13 of 17
ownership, roads, utilities)
o Results for past habitat assessments and limiting factors analyses (e.g. Labbe, 2005;
WDFW fish distributions; Hood Canal Summer Chum and Chinook recovery plans;
Correa, 2003)
• Contractor will map land ownership, land use, and recreational resources from the available
background data.
• Contractor will identify data gaps and prepare a field data collection plan based on those data
gaps. This plan will be presented to Jefferson County for review and approval.
• Field Reconnaissance: Over one day, contractor will perform reconnaissance of the project
area by raft or on foot to collect additional topographic, geomorphic and substrate data,
course aquatic habitat data, and characterize conditions.
Task 2.2. Data Analysis, Habitat Assessment and Hydraulic Model:
Contractor will compile the following background and field data to complete the following
analyses:
• Topography: Compile LiDAR into an updated composite topographic surface. Contractor
will also update the existing Relative Elevation Map (REM)for the project reach.
• Channel Migration Zone Delineation: Contractor will delineate the channel migration zones
(CMZs),which are defined as all areas susceptible to bank erosion by streams and rivers
within the next 100 years. Contractor will map the "high", "medium", and "low"hazard
zones based on the analysis of river erosion rates over time. This will be an update to the
work previously completed by the Bureau of Reclamation.
• Preliminary Landslide Assessment: qualitative compilation of LIDAR information and
discussion of conditions in Powerlines and Lazy C reaches and geomorphic implications.
• 2D Hydraulic Modeling: Contractor will develop a 2-Dimensional hydraulic model using
channel and floodplain topography to evaluate channel-floodplain connectivity, inundation
extents, instream velocities and shear stresses, and to inform the local risk to flooding.
Contractor will complete an assessment of basin hydrology within the project area including
flows related to the 1-year, 10-year, and 100-year return intervals and evaluate how current
climate change projections may affect these flows in the future (100-years)for incorporation
into Task 4. Contractor will then model the 1-year, 10-year, and 100-year return interval
flows and produce maps showing restoration opportunities and flood hazard zones within the
reach.
• Aquatic Habitat Assessment: An assessment of Chinook and Summer Chum salmon habitat
will be completed based on the one-day field reconnaissance and available data, including
related tributary habitat survey effort by the Port Gamble S'Klallam Tribe if data are
available on this project's schedule. The coarse-scale assessment will focus on:
o Mapping and quantification of channel types(i.e. mainstem,braid, or side
channel), and coarse scale aquatic habitat units (i.e. pools, riffles, or glides; width
and depth of each unit where feasible with single day field effort).
o Streambank condition, locations of riprap, levees, and road banks (i.e. hydro-
modified), stable large wood jam identification and volume estimates, and
dominant substrate class.
Page 14 of 17
o These elements will be geo-referenced, measured if/as applicable and feasible,
and roughly quantified if possible, for inclusion in the Resiliency Plan.
o Results will be included in the Resiliency Plan in Task 4.
Deliverables:
2a)Data gaps memo summarizing the literature review and the field data collection plan—
Due August 2020
2b) Updated LiDAR topographic surface,to be incorporated into Resiliency Plan, Task 4.
2c) Channel Migration Zone and Restoration Corridor delineation—Due November 2020
2d) Coarse-scale aquatic habitat map of the project reach—Due November 2020
2e) 2D hydraulic model output of existing conditions—Due January 2021
Task 3: Dosewallips River Collaborative Meetings and Public Outreach Support
Meetings for an existing group,the Dosewallips River Collaborative,will be the primary vehicle
for Contractor to organize outreach events, deliver draft analysis results, and obtain critical
review of technical work. Contractor will participate in four conference call/video meetings and,
if circumstances permit, one of which will be held in-person in Brinnon, WA if conditions
permit. Contractor will prepare presentations if/as appropriate for each meeting. Meetings would
be held at critical milestones in the project, as follows below:
1. Initial project kick-off in August 2020
2. Following completion of data analysis and hydraulic model refinement(Task 2) led by
project engineer
3. Following completion of the draft Resiliency Plan(Task 4) led by project principal or
project manager, in person, if possible
4. Following initial formulation of Conceptual Designs led by project engineer
5. Following completion of final Resiliency Plan and project conceptual designs (Task 5)
led by project principal or PM
Deliverables:
4a) Participation in four remote access meetings of the Dosewallips River Collaborative
coordinated by Jefferson County. If conditions permit, one of the four will be conducted
in-person.—Due: June 2021 and as described in 1-5, above.
Task 4: Powerlines/Lazy C Resiliency Plan
Contractor will prepare a Powerlines/Lazy C Reach Resiliency Plan to document the analysis
conducted in Task 2 and the feedback collected throughout the project in Task 3 by developing
an annotated outline following the presentation of technical data(Task 2) and the public event#3
(Task 3). The primary components of the Resiliency Plan are anticipated to be:
o Introduction, Goals & Objectives, and Background Information
o Existing Geomorphic Conditions and Landslide Assessment in context of current land
use
o Channel Migration Zone, Flood Hazard Zones, and Erosion Risk and Trends
o Existing Coarse-Scale Aquatic Habitat Conditions and Fish Use
o Evaluation of Potential Restoration Actions
Page 15 of 17
o Climate Change and Resiliency Analysis
o Conceptual Design Alternatives
o Conclusions and Next Steps
o Appendices
A final outline will be approved by Jefferson County prior to the preparation of the draft
Resiliency Plan. The final Resiliency Plan will be developed based on Trustee and stakeholder
feedback on the draft Plan and will be presented to Jefferson County,the Dosewallips River
Collaborative, and the public at event#3 (Task 3).
Deliverables:
5a)Draft Resiliency Plan—Due May 2021
5b)Final Resiliency Plan—Due June 30, 2021
Task 6: Conceptual Designs,Description and Analysis
Contractor will develop conceptual designs for up to three different sites as recommended during
the development of the Resiliency Plan and agreed upon by the Dosewallips River Collaborative.
Each concept will include a description of project constraints (e.g. construction, geomorphic,
social), implementation feasibility, and the pros/and cons related to community risk and
resiliency. Contractor will work with the Dosewallips River Collaborative to identify potential
construction access and materials staging areas to identify opportunities for large wood
acquisition and stockpiling in the time leading up to potential project implementation.
All of the conceptual actions will be classified by their potential to be implemented in the short-
term(2-3-year process), or long-term(4-20-year process). Examples of project elements that can
be implemented in the short-term include the construction of engineered log jams, side channel
connection,and riparian planting. Examples of projects that can be implemented in the longer-
term includes the removal or relocation of homes and land acquisition.
Contractor will document the conceptual plans based on the RCO Manual 18 guidance. The
concepts will consist of single plan-view graphics with a brief written description and are
assumed to include instream and floodplain restoration elements. A single Basis of Design
Report will describe the overall project goals and objectives,a description of each conceptual
plan, documentation of stakeholder input and review, and a rough estimation of construction
costs.
Deliverables:
6a) Draft Conceptual Plan graphics and descriptions—Due May 31, 2021
6b) Final Conceptual Plan graphics and descriptions—Due June 30, 2021
Page 16 of 17
EXHIBIT B: ESTIMATED BUDGET
$ ° a Cramer Fish
ppc
e Li ra W W N J c p� 3 ra Sciences
so tt t et it
€gi e. lg w L < w�' c°+f. Y TotalHcus LaborCast Wenaes Total Cost
Task Task Description
1 ;Rolm Management 19 6 6 31 $ 4,825 $ 4,825
2 Assemble Techrical and Cornmun yData 12 15 12 32 54 40 10 20 195 $ 30,745 $ 3864 $ 2,30100 $ 33,364
3 Doserafps River Calaboratne Meetings andPub 4 24 19 5 5 4 61 $ 10,480 $ 21t00 $ 10,831
4 PcwerhesJLaryC Reach ResieneyPlan 4 34 4 19 99 6 8 20 5.2 209.2 $ 31,875 $ 1,500.00 $ 33,375
5 . . . r .. .,Description andAnalysis 4 4 44 14 4 70 $ 11,070 $ 1500.00 $ 12,570
rtryiriv
Page 17 of 17