Loading...
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