HomeMy WebLinkAbout000991 Original Contract City of Port Angeles
Record # 000991
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
HERRERA ENVIRONMENTAL CONSULTANTS
Professional Services Agreement
RELATING TO: 2015 Elwha River Hydraulic Analysis and Remediation
THIS AGREEMENT is made and entered into by and between THE CITY OF PORT
ANGELES, a non-charter code city of the State of Washington, (hereinafter called the
"CITY") and Herrera Environmental Consultants, a Washington corporation authorized
to do business in the state of Washington, (hereinafter called the "CONSULTANT").
WHEREAS, the CITY desires engineering and consulting assistance related to Elwha
River hydraulic analysis, well supply evaluation, and remediation; and
WHEREAS, the CITY desires to engage the professional services and assistance of a
qualified consulting firm to perform the Scope of Services, and
WHEREAS, the CONSULTANT represents that it is in full compliance with the statutes
of the State of Washington for professional registration and/or other applicable
requirements, and
WHEREAS, the CONSULTANT represents that it has the background, experience, and
ability to perform the required work in accordance with the standards of the profession,
and
WHEREAS, the CONSULTANT represents that it will provide qualified personnel and
appropriate facilities necessary to accomplish the work;
NOW, THEREFORE, in consideration of the above representations and the terms,
conditions, covenants, and agreements set forth below, the parties hereto agree as
follows:
I SCOPE OF SERVICES
General Scope.
The scope of professional services to be performed and the results to be achieved by
the CONSULTANT shall be as detailed in the attached Exhibit A and shall include all
services and material necessary to accomplish the work.
The CITY may review the CONSULTANT'S services, and if they do not meet the
v
Professional Standard of Care the CONSULTANT shall make such changes as may be
Page 1 of 14
required by the CITY. Such changes shall not constitute "Extra Work" as related in
Section XII of this Agreement. Any changes made necessary due to causes outside the
CONSULTANT'S reasonable control shall be provided as an extra work herein.
The CONSULTANT agrees that all services performed under this Agreement shall be in
accordance with the standards of the engineering profession for similar services on
similar projects of like size and nature and in compliance with applicable federal, state
and local laws.
The Scope of Services may be amended upon written approval of both parties.
II OWNERSHIP OF DOCUMENTS
Upon completion of the work, all documents, exhibits, digital photos, or other
presentations of the work, with the exception of those standard details and
specifications regularly used by the CONSULTANT in its normal course of business,
shall upon payment of all amounts rightfully owed by the CITY to the CONSULTANT
herein become the property of the CITY for use without restriction and without
representation as to suitability for reuse by any other party unless specifically verified or
adapted by the CONSULTANT. However, any alteration of the documents, by the CITY
or by others acting through or on behalf of the CITY, will be at the CITY's sole risk.
111 DESIGNATION OF REPRESENTATIVES
Each party shall designate its representatives in writing. The CONSULTANT'S
representative shall be subject to the approval of the CITY.
IV TIME OF PERFORMANCE
The CONSULTANT may begin work upon execution of this agreement by both parties
and written direction to proceed from the CITY. The duration of the Agreement shall
extend through December 31, 2016. The work shall be completed in accordance with
the schedule set forth in the attached Exhibit D.
V PAYMENT
The CITY shall pay the CONSULTANT as set forth in this section of the Agreement.
Such payment shall be full compensation for work performed, services rendered, and all
labor, materials, supplies, equipment and incidentals necessary to complete the work.
A. Payment shall be based on the hourly rates and direct reimbursable costs as set
forth in the attached Exhibit C.
B. The CONSULTANT shall submit invoices to the CITY on a monthly basis. Invoices
shall detail the work, hours, employee name, and hourly rate; shall itemize with
receipts and invoices the non-salary direct costs, subconsultants, and outside
Page 2 of 14
services; shall indicate the specific task or activity in the Scope of Service to which
the costs are related; and shall indicate the cumulative total for each task.
C. The CITY shall review the invoices and make payment for the work that has been
completed less the amounts previously paid.
D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the
event of a disputed billing, only the disputed portion will be withheld from payment.
E. Final payment for the balance due to the CONSULTANT will be made after the
completion of the work and acceptance by the CITY.
F. Payment for "Extra Work" performed under Section XII of this Agreement shall be
as agreed to by the parties in writing.
VI MAXIMUM COMPENSATION
Unless otherwise agreed to in writing by both parties, the CONSULTANT'S total
compensation and reimbursement under this Agreement, including labor, direct non-
salary reimbursable costs, subconsultant costs and outside services, shall not exceed
the maximum sum of $33,000. The budget for each task is as set forth in the attached
Exhibit B. Budgets for task(s) may be modified upon mutual agreement between the two
parties, but in any event, the total payment to CONSULTANT shall not exceed $33,000.
VII INDEPENDENT CONTRACTOR STATUS
The relation created by this Agreement is that of owner-independent contractor. The
CONSULTANT is not an employee of the CITY and is not entitled to the benefits
provided by the CITY to its employees. The CONSULTANT, as an independent
contractor, has the authority to control and direct the performance within the Scope of
Services. The CONSULTANT shall assume full responsibility for payment of all
Federal, State, and local taxes or contributions imposed or required, including, but not
limited to, unemployment insurance, Social Security, and income tax.
VIII EMPLOYMENT
Employees of the CONSULTANT, while engaged in the performance of any work or
services under this Agreement, shall be considered employees of the CONSULTANT
only and not of the CITY, and claims that may arise under the Workman's
Compensation Act on behalf of said employees while so engaged, and any and all
claims made by a third party as a consequence of any negligent act or omission on the
part of the CONSULTANT'S employees while so engaged, on any of the work or
services provided to be rendered herein, shall be the sole obligation and responsibility
of the CONSULTANT.
In performing this Agreement, the CONSULTANT shall not employ or contract with any
Page 3 of 14
CITY employee without the CITY's written consent.
IX NONDISCRIMINATION
The CONSULTANT shall conduct its business in a manner which assures fair, equal
and non-discriminatory treatment of all persons, without respect to race, creed or
national origin, or other legally protected classification and, in particular:
A. The CONSULTANT shall maintain open hiring and employment practices and will
welcome applications for employment in all positions, from qualified individuals who
are members of minorities protected by federal equal opportunity/affirmative action
requirements; and,
B. The CONSULTANT shall comply with all requirements of applicable federal, state or
local laws or regulations issued pursuant thereto, relating to the establishment of
non discriminatory requirements in hiring and employment practices and assuring
the service of all persons without discrimination as to any person's race, color,
religion, sex, Vietnam era veteran status, disabled veteran condition, physical or
mental handicap, or national origin.
X SUBCONTRACTS
A. The CONSULTANT shall not sublet or assign any of the work covered by this
Agreement without the written consent of the CITY.
B. In all solicitation either by competitive bidding or negotiation made by the
CONSULTANT for work to be performed pursuant to a subcontract, including
procurement of materials and equipment, each potential sub-consultant or supplier
shall be notified by the CONSULTANT of CONSULTANT's obligations under this
Agreement, including the nondiscrimination requirements.
XI CHANGES IN WORK
Other than changes directed by the CITY as set forth in Section I above, either party
may request changes in the Scope of Services. Such changes shall not become part of
this Agreement unless and until mutually agreed upon and incorporated herein by
written amendments to this Agreement executed by both parties.
XII EXTRA WORK
The CITY may desire to have the CONSULTANT perform work or render services in
connection with this Agreement, in addition to the Scope of Services set forth in Exhibit
A and minor revisions to satisfactorily completed work. Such work shall be considered
as "Extra Work" and shall be addressed in a written supplement to this Agreement. The
CITY shall not be responsible for paying for such extra work unless and until the written
supplement is executed by both parties.
Page 4 of 14
XIII TERMINATION OF AGREEMENT
A. The CITY may terminate this Agreement at any time upon not less than ten (10)
days written notice to the CONSULTANT. Written notice will be by certified mail
sent to the CONSULTANT's designated representative at the address provided by
the CONSULTANT. As a condition precedent to termination for cause the
CONSULTANT shall be given the notice period to cure such cause and shall have
failed to so cure.
B. In the event this Agreement is terminated prior to the completion of the work, a final
payment shall be made to the CONSULTANT, which, when added to any payments
previously made, shall compensate the CONSULTANT for the work completed.
C. In the event this Agreement is terminated prior to completion of the work, documents
that are the property of the CITY pursuant to Section II above, shall be delivered to
and received by the CITY prior to transmittal of final payment to the CONSULTANT.
XIV INDEMNIFICATION/HOLD HARMLESS
CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials,
employees and volunteers harmless from any and all claims, injuries, damages, losses
or suits including attorney fees, arising out of or resulting from the negligent acts, errors
or omissions of the CONSULTANT in performance of this Agreement, except for injuries
and damages caused by the sole negligence of the CITY.
The CITY agrees to defend and indemnify the CONSULTANT from any claims,
damages, losses, and costs, including, but not limited to, reasonable attorney's fees and
litigation costs, arising out of claims by third parties for property damage and bodily
injury, including death, caused by the negligence or willful misconduct of the CITY,
CITY's employees, or agents in connection with the work performed under this
Agreement.
If the negligence or willful misconduct of both CONSULTANT and CITY (or a person
identified above for whom each is liable) is a cause of such damage or injury, the loss,
cost, or expense shall be shared between the CONSULTANT and the CITY in
proportion to their relative degrees of negligence or willful misconduct and the right of
indemnity shall apply for such proportion.
Should a court of competent jurisdiction determine that this Agreement is subject to
RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to
persons or damages to property caused by or resulting from the concurrent negligence
of the CONSULTANT, the CITY, and the officers, officials, employees, and volunteers of
either, the CONSULTANT'S liability hereunder shall be only to the extent of the
CONSULTANT'S negligence. It is further specifically and expressly understood that the E
indemnification provided herein constitutes the CONSULTANT'S waiver of immunity
Page 5 of 14
t
under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification.
This waiver has been mutually negotiated by the parties. The provisions of this section
shall survive the expiration or termination of this Agreement. However, the
CONSULTANT expressly reserves its rights as a third person set forth in RCW
51.24.035.
XV INSURANCE
The CONSULTANT shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise
from or in connection with the performance of the work hereunder by the
CONSULTANT, its agents, representatives, employees or subcontractors.
No Limitation. CONSULTANT'S maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the CONSULTANT to the
coverage provided by such insurance, or otherwise limit the CITY'S recourse to any
remedy available at law or in equity.
A. Minimum Scope of Insurance
CONSULTANT shall obtain insurance of the types described below:
1. Automobile Liability insurance covering all owned, non-owned, hired and leased
vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01
or a substitute form providing equivalent liability coverage. If necessary, the policy shall
be endorsed to provide contractual liability coverage; and,
2. Commercial General Liability insurance shall be written on ISO occurrence form CG
00 01 and shall cover liability arising from premises, operations, independent
contractors, and personal injury and advertising injury. The CITY shall be named as an
insured under the CONSULTANT's Commercial General Liability insurance policy with
respect to the work performed for the CITY; and,
3. Workers' Compensation coverage as required by the Industrial Insurances laws of
the State of Washington; and
4. Professional Liability insurance appropriate to the CONSULTANT's profession.
B. Minimum Amounts of Insurance
CONSULTANT shall maintain the following insurance limits:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of$1,000,000 per accident. j
Page 6 of 14
2. Commercial General Liability insurance shall be written with limits no less than
$1,000,000 each occurrence, $2,000,000 general aggregate.
3. Professional Liability insurance shall be written with limits no less than
$1,000,000 per claim and $1,000,000 policy aggregate limit.
C. Other Insurance Provisions
The insurance policies are to contain, or be endorsed to contain, the following
provisions for Automobile Liability, Professional Liability and Commercial General
Liability insurance:
1. The CONSULTANT's insurance coverage shall be primary insurance as respect
the CITY. Any insurance, self-insurance, or insurance pool coverage
maintained by the CITY shall be excess of the CONSULTANT's insurance
and shall not contribute with it.
2. The CONSULTANT shall provide CITY and all Additional Insureds with written
notice of any policy cancellation within two (2) business days of their
receipt of such notice.
3. Any payment of deductible or self-insured retention shall be the sole
responsibility of the CONSULTANT.
4. The CONSULTANT'S insurance shall contain a clause stating that coverage shall
apply separately to each insured against whom claim is made or suit is
brought, except with respects to the limits of the insurer's liability.
D. Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best rating of not less than
A:VII.
E. Verification of Coverage
CONSULTANT shall furnish the CITY with original certificates and a copy of the
amendatory endorsements, including but not necessarily limited to the additional
insured endorsement, evidencing the insurance requirements of the CONSULTANT
before commencement of the work.
XVI APPLICABLE LAW
This Agreement shall be construed and interpreted in accordance with the laws of the
State of Washington, and in the event of dispute the venue of any litigation brought
hereunder shall be Clallam County.
Page 7 of 14
XVII SIGNATURES
This Agreement, including its exhibits, constitutes the entire Agreement, supersedes all
prior written or oral understandings, and may only be changed by a written amendment
executed by both parties.
XVIII ATTACHMENTS
The following exhibits are hereby made a part of this Agreement.
Exhibit A - Scope of Work
Exhibit B - Budget
Exhibit C - Fee Schedule
Exhibit D - Schedule
This Agreement is effective and binding as of the date of the last signature affixed
below.
CITY OF PORT ANGELES HERRERA ENVIRONMENTAL
CONSULTANTS
Dan McKeen, City Manager TITLE: Cz
DATE: ��l o� �p DATE:
ATTE T:
APPRqVED AS TO FORM:
A
William E. Bloor, City Attorney
Page 8 of 14
EXHIBIT A
Scope of Work
2015 Elwha River Hydraulic Analysis and Remediation
Herrera Environmental Consultants (Herrera) has been selected by the City of Port Angeles to
analyze Elwha River hydraulics in support of assessing impacts to the existing well supply and
assessing potential corrective actions. This scope of work involves the study of changes to the
Elwha River bed and underlying hyporheic zone in the vicinity of the Ranney well in order to
assess the potential impact of those changes to the City's water supply. Future work under this
agreement may involve design of corrective actions, e.g., engineered logjams or structures to
divert river flow or energy to specific locations, etc.
Site Background -- River dynamics associated with channel configuration,
emergency pump station in-take, fish hatchery outfall, and Ranney Well side
channel
• Expansion of the Elwha River floodplain downstream of the bedrock constriction results
in the formation of a depositional reach within the vicinity of the treatment plant and the
Ranney Well. This feature is a natural result of the geology and river dynamics.
• Dam removal and the associated increase in sediment loads exacerbates the depositional
attributes of the reach. Point bars with woody debris accumulations and channel
adjustments/shifts are common results of depositional reaches where channels are
adjusting to increased sediment loading. Until sediment loads equilibrate, the reach is
likely to continue to be more dynamic than prior to dam removal, however as sediment
loads return to pre dam levels it is anticipated that the reach will be less dynamic than it is
currently but more dynamic than the period when the dams where in.
• The original riprap spur dike (located where the current pump station bulkhead was
constructed) may have acted to improve connection and flushing of the side channel inlet
if the dike was overtopped during channel forming flows and greater. The alignment
(extending downstream) would have functioned to turn overtopping flow towards the side
channel inlet.
• The pump station intake bulkhead (constructed over the footprint of the original riprap
spur dike) appears to be functioning as a deflector with evidence of deposition
downstream of the structure on the banks, and scour along the leading edge of the
bulkhead, which would tend to encourage flow towards the left bank.
• The bedrock constriction affords a higher level of certainty that the river channel
alignment coming under the bridge is stable. The stable channel alignment under the
bridge provides advantage when considering potential recommendations for construction
of engineered logjams (ELJs)to improve activation and hydrology within the Ranney
Well and hatchery outfall side channel.
Page 9 of 14
Project Description
The existing side channel near the Ranney Well is aggrading. The purpose of this investigation is
to determine if initial deposition of fines following dam removal may be blinding the channel
substrate and potentially impacting yield of the Ranney collector well, and to initiate collection
of monitoring data to inform potential corrective actions. Four tasks are anticipated, as provided
below:
Task 1 Background and Existing conditions assessment
Review of existing data by others:
1.1. Use USGS topographic data to illustrate how the channel above the Ranney well has
changed over time and how dynamic the reach around the treatment plant has been
1.2. Review scientific publications produced by USGS and others to illustrate and
corroborate City data collection (i.e., borings and/or test pits)
1.2.1. and corrective action assessment.
1.3. Work with existing groundwater consultant to verify monitoring and current data being
collected regarding water levels (river, side channel, and well)
1.4. Review pump/draw-down tests
1.5. Request longer term continuous well monitoring data and review(if available)
1.6. Herrera will request the existing hydraulic model produced by others and review
hydraulic conditions and assumptions associated with the Ranney well site to ascertain
potential hydraulic and sediment impacts, model modifications that may be required to
accurately reflect current conditions (updating topography etc.), and qualitatively assess
predictable outcomes.
1.7. Review of maintenance records for both the intakes and wells
1.8. Identification of data gaps and proposed future data collection Piezometers and staff
gage (s).
1.9. Review Ranney well details. This is a proprietary well type.
Assumptions
• Well data and pump/draw-down tests will be supplied by the City.
• Maintenance records will be available of both the intakes and wells.
• Ranney well drawings will be available from the City.
Deliverables
• Summary to be included in Task 3.
Task 2 — Field Investigation and Support
Task 2.1 —Identify monitoring data and sampling to be performed to inform conditions
Task 2.2—Fieldwork
• Perform side channel sub surface sampling to determine sediment deposition and
identify potential confounding impermeable layers.
• Install piezometers associated with Ranney well radial collectors to determine
performance with sedimentation. Correlate to hydraulic depths in side channel and
river. Compare to well yield study.
Page 10 of 14
Assumptions
• Side channel sampling/test pits will occur over a single day using a single excavator.
• Excavations will not exceed 12 feet.
• A Herrera geomorphologist and engineer will monitor the excavation and log the test pits.
• HPA and Corps permits are not required, or they are coordinated by the City of Port
Angeles, or attempt to perform excavations above OHW.
• Herrera will hire excavator and operator for test pits.
• Piezometers will be installed in test pits
• Herrera will provide 2 well casings and 3 transducers (In-Situ brand) for the side
channel/river monitoring gage and two ground water monitoring wells.
• The City of Port Angeles will collect and process data from transducers.
• The City of Port Angeles will correct transducer data for atmospheric pressure.
• Monitoring will occur until January 31st for summarization into memo.
Deliverables
• Test pit logs to be included Task 3.
Task 3 — Reporting
A Technical Memorandum will be prepared presenting the investigation findings, including the
results from Task 1 and Task 2.
Assumptions
• Includes summary of findings with regard to dam removal and sedimentation impacts on
Ranney Well and side channel.
Deliverables
• Draft and final Technical Memorandum.
Task 4 Additional Support (as requested)
Herrera shall provide technical assistance and other services to the City, related to the Elwha
River hydraulic analysis and the City's water supply system at the specific direction of
authorized City staff. Technical support may include evaluation of technical proposals, further
scientific/engineering analyses, economic analysis, operations and maintenance analysis, risk
assessment, negotiation support with the National Park Service, or providing engineered
remedies for the City's water supply on the Elwha River related to impacts from removal of the
dams on the Elwha River.
Page 11 of 14
I
EXHIBIT B
Budget
2015 Elwha River Hydraulic Analysis and Remediation
Task Description Budget
1 Background and Existing Conditions $9,400
Assessment
2 Field Investigation and Support $9,900
3 Reporting $9,700
4 Additional Support $4,000
TOTAL BUDGET $339000
Page 12 of 14
EXHIBIT C
HERRERA ENVIRONMENTAL CONSULTANTS,INC.
2015 BILLING RATES
Direct Overhead Profit Total Hourly
Level Name Classification Labor Rate (2.04 x R) (.15 x(R+O)] Billing Rate
P6 Spillane, Michael Principal Engineer 72.12 147.12 32.89 252.13
P5 Parsons,Jeff Associate Engineer 52.62 107.34 23.99 183.94
P4 Wright,Tyson Senior Engineer 49.00 99.96 22.34 171.30
P4 Kays,Gus Senior Engineer 48.46 98.85 22.10 169.41
P4 Carpenter, Bruce Senior Scientist 39.84 81.27 18.17 139.28
P2 Lau,Olivia Staff CAD/GIS 28.85 58.85 13.16 100.86
P2 Marshall, Eric Staff CAD/GIS 28.84 58.83 13.15 100.82
F2 Rudnick, Tracy Accounting Staff 22.95 46.82 10.47 80.23
F2 Tonkikh, Natalya Accounting Staff 21.50 43.87 9.81 75.18
A4 Jackowich, Pamela Senior Administrative Coordinator 28.22 57.57 12.87 98.66
Herrera adjusts salaries annually in January. 8/1212015
13 of 14
EXHIBIT D
Schedule
2015 Elwha River Hydraulic Analysis and Remediation
This schedule is based on a Contract start date of August 15, 2015.
Task Description Milestones
1 Background and Existing Install peizometers and
Conditions Assessment finish test pits September
30, 2015
2 Field Investigation and Support Data collection ends
January 31, 2016 for
inclusion in draft Technical
Report
3 Reporting Draft Report— March 1,
2016
Final Report— May 1, 2016
4 Additional Support As agreed at time of request
Page 14 of 14