Loading...
HomeMy WebLinkAbout2002-187 Contract - Bill Hicks - -rW ^r' ACUI AKtn ncnenKiAl cr=R\1Jrr5=c r-ONTRArT FnR SFRVICES LESS THAN $25,000 \J! I 1 Vt /'1V11L.r" lvU J - ?VVices • CITY OF ASHLAND, (CITY) - CONSULTANT: - - --- - GEO-OREGON, LLC 20 East Main Street Address: SiTTON GEOSCIENCES Ashland, Oregon 97520 190 VISTA STREET Telephone: (541) 488-6002 ASHLAND, OR 97520 FAX: (541) 488-5311 Telephone: (541) 482-8451 FAX: ¶3. BEGINNING DATE: 12-1-2002 13. COMPLETION DATE: 6-30-2007 114. COMPENSATION: Not to exceed $25,000. Ij1. SERVICES TO BE PROVIDED: See attached RFP. ADDITIONAL TERMS: CITY AND CONSULTANT AGREE: 1. All Costs by Consultant: Consultant shall, at its own risk and expense, perform the personal services described above and, unless otherwise specified, furnish all labor, equipment and materials required for the proper performance of such service. 2. Qualified Work: Consultant has represented, and by entering into this contract now represents, that all personnel assigned to the work required under this contract are fully qualified to perform the service to which they will be assigned in a skilled and workerlike manner and, if required to be registered, licensed or bonded by the State of Oregon, are so registered, licensed and bonded. 3. Completion Date: Consultant shall start performing the service under this contract by the beginning date indicated above and complete the service by the completion date indicated above. 4. Compensation: City shall pay Consultant for service performed, including costs and expenses, the sum specified above. Once work commences, invoices shall be prepared and submitted by the tenth of the month for work completed in the prior month. Payments shall be made within 30 days of the date of the invoice. Should the contract be prematurely terminated, payments will be made for work completed and accepted to date of termination. 5. Ownership of Documents: All documents prepared by Consultant pursuant to this contract shall be the property of City. 6. Statutory Requirements: ORS 279.312, 279.314, 279.316 and 279.320 are made part of this contract. 7. Living Wage Requirements: If the amount of this contract is $15,000 or more, Consultant is required to comply with chapter 3.12 of the Ashland Municipal Code by paying a living wage, as defined in this chapter, to all employees performing work under this contract and to any subcontractor who performs 50% or more of the service work under this contract. Consultant is also required to post the attached notice predominantly in areas where it will be seen by all employees. 8. Indemnification: Consultant agrees to defend, indemnify and save City, its officers, employees and agents harmless from any and all losses, claims, actions, costs, expenses, judgments, subrogations, or other damages resulting from injury to any person (including injury resulting in death), or damage (including loss or destruction) to property, of whatsoever nature arising out of or incident to the performance of this contract by Consultant (including but not limited to, Consultant's employees, agents, and others designated by Consultant to perform work or services attendant to this contract). Consultant shall not be held responsible for any losses, expenses, claims, subrogation, actions, costs, judgments, or other damages, directly, solely, and approximately caused by the negligence of City. 9. Termination: This contract may be terminated by City by giving ten days written notice to Consultant and may be terminated by Consultant should City fail substantially to perform its obligations through no fault of Consultant. 10. Independent Contractor Status: Consultant is an independent contractor and not an employee of the City. Consultant shall have the complete responsibility for the performance of this contract. Consultant shalt provide workers' compensation coverage as required in ORS Ch 656 for all persons employed to perform worts pursuant to this contract. Consultant is a subject employer that will comply with ORS 656.017. 1110. Assignment and Subcontracts: Consultant shall not assign this contract or subcontract any portion of the work without the written consent of City. Any attempted assignment or subcontract without written consent of City shall be void. Consultant shall be fully responsible for the acts or omissions of any assigns or subcontractors and of all persons employed by them, and the approval by City of any assignment or subcontract shall not create any contractual relation between the assignee or subcontractor and City. CON U ?L CITY OF ASHLAND: BY cC.i 1 S, "T f61ti ?Z ec15 C t2iY Title Cxtlvt??? OR City Administrator Date Fed_ ID # BY FinOX Di? rector Date r?1/.o? OR Social Secu CONTENT REVIEW: (City Dept. Head) Date: f,,e - aZ - L° L Purchase Order # DATE Acct. No.: 4 1 C . , __-CC= W i `,V (for City purposes only) CITY OF ASHLAND PERSONAL SERVICES CONTRACT x$25,000 (IFORMStcontract for personal services)(reVd 9101) ACORD.. CERTIFICATE OF LIABILITY INSURANCE OP ID DATE(MMIDDIYY) NSU 2 1:1/26/02 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Stewart & Tunno Ins Agcy, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 345 NE 102nd Ave ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Portland OR 97220 Phone:503-254-5564 Fax:503-254-8351 INSURED ConsultingEngineeringGeologist B G HICKS 190 Vista St Ashland OR 97520 COVERAGES INSURERS AFFORDING COVERAGE INSURER A. Assurance INSURER B'. INSURER C: INSURER D: INSURER E: Of America 1 nt rvuuit5 Ur IrvSUr[ANk;t US I tO BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTSRR TYPE OF INSURANCE POLICY NUMBER DATE MM DATE (MMIDD(M IMITS GENERAL LIABILITY $ 1000000 A X COMMERCIAL GENERAL LIABILITY PPS41563868 11/22/02 11/22/03 f") W $ 1000000 CLAIMS MADE CX? OCCUR -? on) $ 10000 1 RY $1000000 -- GENERAL AGGRE GATE $ 2000000 GEN'L AGGREGATE LIMIT APPLIES PER: P RO- PRODUCTS -COMPIOPAGG $2000000 POLICY LOC JECT AU TOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO (Ea accident) ALL OWNED AUTOS -- - BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per ao6dent) PROPERTY DAMAGE $ (Par acadeM) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO EA ACC OTHER THAN $ _ AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE -- S RETENTION $ i s WORKERS COMPENSATION AND EMPLOYERS' LtASIUTY TORY LIMITS ER EL EACH ACCIDENT _ $ E.L. DISEASE - EA EMPLOYE $ E.L DISEASE - POLICY LIMIT $ OTHER A Property Section PPS41563868 11/22/02 11/22/03 DESCRIPTION OF OPERATIONSfLOCATIONSJVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS Business operations of the named insured in accordance with the terms and ,conditions contained in the policy forms and endorsements. I CERTIFICATE HOLDER I N I ADDITIONAL INSURED; INSURER LETTER: City of Ashland, its officers employees and agents Finance Dept. 20 E Main City Hall Ashland OR 97520 25-S(7197) CITYOFA CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIC DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES, .00 AUTHORIZED REPRESENTATIVE A 190 VISTA ST (541)482-8638 14 HICKS, B. G. (541)482-8451 DAYSTAR, PAULA. (541)779-3460 B.G. HICKS CONSULTING ENG. GEOLOGY 190 VISTA ST ASHLAND, OR 97520- 0 CITY OF ASHLAND REQUEST FOR PROPOSALS FOR CONSULTING ENGINEERING GEOLOGIST SERVICES ON CITY OF ASHLAND FOREST LANDS 1. PURPOSE OF RFP. The City of Ashland is requesting proposals from qualified persons to provide consulting engineering geologist services for City of Ashland forest lands. This Request for Proposals (RFP) is intended to provide interested persons with sufficient information to prepare and submit proposals for consideration by the city. It is the city's intent to select the most advantageous proposal based on the evaluation criteria stated in this RFP. The city reserves the right to reject any and all proposals. 2. SCHEDULE OF EVENTS. The following schedule of events shall be followed for this RFP: Proposals must be received by 4 p.m. November 1,2002 Proposals will be opened at 9 a.m. November 4, 2002 Contractor selected November 14, 2002 3. SCOPE OF SERVICES. City is seeking proposals to fulfill the scope of consulting engineering geologist services as described on the attached Exhibit "A". 4. INFORMATION ON RFP. 4.1. Keith E. Woodley, Fire Chief, Ashland Fire & Rescue, 1097 B Street, Ashland, Oregon 97520, telephone number (541) 482-2770 is the sole point of contact in the city for this RFP. All correspondence pertaining to this RFP should be directed to him at this address and telephone number. 4.2. Offerors are cautioned not to make any assumptions as to the implied meaning or intent of any part of the RFP. Offerors should request clarification if needed. Every request for information on, or clarification of the RFP, must be submitted to the contact department in writing at least ten days prior to the date set for the opening of proposals. 4.3. Any prospective offeror who contends that the provisions of this RFP or any aspect of the procurement process will encourage favoritism in the award of the contract, or substantially diminish competition, must file a written protest to the RFP at least ten days prior to the date set for the opening of proposals. Failure to file a protest will be deemed a waiver of any claim by an offeror that the procurement process violates any provision of ORS Chapter 279, the City of Ashland Local Contract Review Board Rules or the city's procedures for screening and selection of persons to perform personal services. 4.4. ADDENDA TO THE REQUEST FOR PROPOSALS. The provisions of this RFP cannot be modified by oral interpretations or statements. If inquiries or comments by offerors raise issues that require clarification by the city, or the city decides to revise any part of this RFP, addenda will be provided to all persons who receive the RFP. Receipt of an addendum must be acknowledged by signing and returning it with the proposal. PAGE 1-REQUEST FOR PROPOSALS 4.5. CONTENT OF PROPOSALS. Proposals shall contain sufficient information for the city to determine which offeror will be most qualified to furnish the services described by this RFP. The proposal should contain at least the following information: 4.6. The offeror's name, address and telephone number. 4.7. The number of years the offeror has been in business and the average number of employees over the previous five years. 4.8. The names of the officers, principals and key employees of the offeror for all aspects of the services requested. The offeror will indicate who will be responsible for implementing the proposal with a description of each person's experience in performing the type of design, construction and operation covered by this RFP. 4.9 A list of all public bodies for which the offeror has provided services, similar in scope, size, or discipline as described in this RFP within the last five years. Similar scope is defined as meaning previously demonstrated experience with geological surveying and slope stability analysis projects in a forest environment with vegetation, topography, soils, wildlife habitat and fire regime similar to that of the Ashland Watershed. 4.10. The offeror's acceptance or rejection of the contract provisions proposed by the city. The offeror may suggest changes in the contract in accordance with section 8. 4.11. The number and scope of other projects in which the offeror will be engaged at the time the city's project will be implemented and an assessment of the offeror's ability to handle multiple projects concurrently. 4.12. Constraints that could affect the offeror's ability to complete consulting engineering geologist work promptly and efficiently. 4.13. The names and addresses of any and all clients of the offeror who have made claims against the offeror within the last five years alleging that the offeror breached a contract for services or construction or was negligent in performance of services or construction. Describe the nature and current status of the claims. Claims should be fully disclosed regardless of whether they involved litigation, arbitration or other formal dispute resolution process. The disclosures required under this provision also apply to any business with which the principals or officers of the offeror were associated during the last five years. 4.14. The proposal will detail costs for work identified in Exhibit "A" of this document. Costs will be broken down according to hourly rates for professional services and reimbursable expenses. PAGE 2-REQUEST FOR PROPOSALS 4.15. The proposal shall state whether the offeror is capable of performing all services described in section 3. If the offeror intends to subcontract any of the services required by the project, the proposal shall identify subcontractors and include all information required by subsections 7.8 through 7.11 for each subcontractor. 4.16. This RFP specifies the consulting engineering geologist work required by this RFP. It does not identify all services that would be useful to the city. 4.17 If an offeror omits any information requested in this RFP, the proposal may be rejected as non-responsive or given a lower rating in the evaluation process. The contents of the proposal will become part of the contract documents if accepted by the city. 4.18 The proposal must identify any information that the offeror contends is exempt from disclosure under ORS 192.501 or 192.502. The city will endeavor in good faith to honor appropriate requests for exemption from disclosure, but the city reserves exclusive discretion to determine whether information qualifies for exemption. 5. CONTRACT The offeror selected by the city will be expected to submit for approval individual cost estimates on a project basis according to rates submitted in response to this RFP and approved by the City. 5. SUBMISSION OF PROPOSALS 5.1. In order to be considered, sealed proposals must be delivered to the address specified in section 4.1 before 4:00 p.m. on November 1, 2002. Offerors who mail proposals should allow extra mail delivery time to ensure timely receipt of their proposals. Proposals received after the specified time and date cannot be considered, and will be returned unopened to the offeror. 5.2. Proposals shall be submitted in sealed packages or envelopes and clearly identified on the exterior of the envelope or package as follows: "PROPOSAL FOR CONSULTING ENGINEERING GEOLOGIST SERVICES FOR THE CITY OF ASHLAND" 5.3. The city will not pay for any costs incurred by offerors in the preparation, submission and presentation of their proposals. 5.4. Proposals received in response to this RFP will be opened at the time and date specified in section 2. No other information will be made available at that time. 6. WITHDRAWAL OF PROPOSALS Any proposal may be withdrawn by delivering a written request to the contact department (see section 4.1 ) at any time prior to the time set for opening proposals. The request shall be executed by a duly PAGE 3-REQUEST FOR PROPOSALS authorized representative of the offeror. 7. EVALUATION OF PROPOSALS. 7.1. Proposals will be evaluated in the manner set forth below. 7.2 Proposals which do not contain all information required by this RFP or are otherwise non-responsive may be rejected immediately. 7.2. The city reserves the right to waive irregularities or deficiencies in a proposal if the city determines that waiver is in the best interests of the city 7.3. The city may request supplemental written information from an offeror concerning the offeror's ability to perform the design, construction or operation. If an offeror fails to provide supplemental information within the time stated in the request, the city may refuse to consider the offeror's proposal. 7.4. The city may request an interview with any offeror and the offeror may be given an opportunity in the interview to explain how the proposal complies with this RFP. 7.5. The city reserves the right to make such investigation it deems appropriate to determine whether an offeror is qualified to provide the services requested. If an offeror fails to cooperate with an investigation, or if an offeror provides false, misleading or incomplete information, the city may refuse to consider the offeror's proposal. 7.6. In cases of doubt or differences of opinion concerning the interpretation of this RFP, the city reserves the exclusive right to determine the intent, purpose and meaning of any provision in this RFP. 7.7. The following criteria will be applied in the evaluation process: 7.8. The general experience and qualifications of the offeror, including experience in providing the type of consulting engineering geologist activities that are covered by this RFP will be evaluated. 7.9. The experience of the offeror with geological survey and slope stability assessment activities in forest environments, with similar vegetation, topography, soils, wildlife habitat and fire regime as is found within the City of Ashland. 7.10. The cost of services to be provided, including all reports, documents and other tangible items required to be provided. It is expected that offerors will provide a fee for services rate schedule that corresponds to the type of services requested in Exhibit "A". 7.11. The ability of the offeror to provide consulting engineering geologist services PAGE 4-REQUEST FOR PROPOSALS promptly and efficiently as needed by the city. 7.12. A contract with the offeror deemed to be most qualified will be negotiated. If negotiations with the offeror who is ranked highest are unsuccessful, the city may proceed to the next most qualified, and so on, until a contract is successfully negotiated. 7.13. The persons evaluating the proposals will make recommendation on selection of a contractor to the Fire Chief, who will make the final decision on award of a contract. The contractor selected by the city and all other offerors will be notified of the city's selection. Final award will depend upon the execution of an acceptable contract. Award of the contract may be withdrawn if the contract is not signed by the date specified in the schedule of events set forth in section 2. 7.14. This RFP, proposals submitted by offerors and all documents pertaining to the award of a contract are public records and shall be open to public inspection, except for information that the city determines to be exempt from disclosure under ORS 192.501 or 192.502. Any offeror may review documents at the office of the contact department (see section 4.1) any time after the contractor is selected. PAGE 5-REQUEST FOR PROPOSALS EXHIBIT "A" In 1997, the City of Ashland commissioned a comprehensive landslide mapping project for City-owned forest lands within the Ashland Creek Watershed. The methodology applied to the project was one of landslide zonation and risk evaluation (LAZARE). Activity levels and influence zones were assigned to all landslide terrain subjected to study. Based on this analysis, hazard levels were then assigned to facilitate the development of qualitative risk tables and quantitative estimates of potential impact in both cubic yards of sediment produced and acres of surface area lost. The terrain landslide risk evaluation is being used to present landslide stability data that helps guide the development of silvicultural prescriptions for fuels treatment within the Ashland Creek Watershed. The purpose of this contract is to provide subsequent research data for several key geographical areas regarding issues of landslide potential and slope stability. This information will be incorporated in silvicultural treatment strategies designed to improve forest health and water quality, reduce insect-related mortality and wildfire risk in timber stands, and to eliminate unwanted environmental impacts as a result of forest operations on City-owned forest lands. Examples of consulting engineering geologist services required are as follows: 1. Additional landslide mapping, zonation and hazard evaluation for identified geographical areas. 2. Development of qualitative risk assessment and quantitative estimates and predictions of potential impacts. 3. Preparation of topographic mapping to depict major ground features in specified areas. 4. Assessment of the availability of surface and subsurface water and corresponding impacts on the stability of the surrounding area. 5. Monitoring, if included in this project. 6. Consultation with Consulting Forester and review of fuels treatment prescriptions. 7. Presentations to public bodies and staff of study results. The above list reflects examples of services that will be required of the consulting engineering geologist, but is not intended to describe all of the services that the City may be interested in having provided. PAGE 6-REQUEST FOR PROPOSALS PROPOSAL FOR CONSULTING ENGINEERING GEOLOGIST SERVICES FOR THE CITY OF ASHLAND TO: CHIEF KEITH WOODLEY OCTOBER 31, 2002 ASHLAND FIRE AND RESCUE 1097 B STREET ASHLAND, OR 97520 FOLLOWING IS THE PROPOSAL FOR CONSULTING ENGINEERING GEOLOGIC SERVICES FOR THE CITY OF ASHLAND BY B.G. HICKS AND DAN SITTON (A JOINT VENTURE AS DESCRIBED BELOW). The following proposal was developed from the RFP prepared by the City of Ashland, Fire and Rescue. This proposal is structured as follows: RFP - Sections 4.6 through 4.16 (i.e., Contents of Proposal) are contained in ITEM 'A' through. ITEM 'J'. RFP- Section 4.14 -Detailed Costs for Work - from Exhibit "A" of the Proposal is shown in ITEM 'K'. OFFERERS SEC. 4.6 ITEM'A': B. G. Hicks, 190 Vista Street, Ashland, OR, 97520, 541482-8451 GEO-OREGON, LLC (Business Name) and Dan Sitton, 1960 Hutchins Circle, Medford, OR 97504, 541- 7724623 SITTON GEOSC[ENCES, INC (Business Name) For this Contract the Offerors are: "GEO-OREGON, LLC AND SITTON GEOSCIENCES, INC.',. A JOINT VENTURE" Note:Ali work for this contract except for professional topographic mapping to be completed by the above joint venture. (See Sec. 4.15 - ITEM 'I'.) YEARS IN BUSINESS AND EMPLOYEES SEC. 4.7 ITEM 'B': Hicks has worked a total 36 years in engineering geology and has been involved in full-time engineering geologic consulting since June 1, 1992. In his consulting practice, Hicks has collaborated with many professionals and staff of City, County, and Federal agencies both in field projects and report compilation but has not had employees. During his 22 years with the Forest Service he had a maximum of 10 employees and a normal average of three employees. -l- Sitton has actively pursued consulting work for 6 years. He also has maintained a single person consulting business for this period. During his 24 years with the Forest Service he has supervised a maximum of eight engineering and geology employees with an average of two employees. KEY NAMES AND RESPONSIBILITIES SEC 4.8 ITEM'C': Implementation of the proposal and primary communication for this contract from and to the City will be through B. G. Hicks, due to Ashland residency, and because of his past involvement with the City in this type of work. Hicks and Sitton will work jointly throughout most phases in the completion and execution of this contract. Hicks and Sitton are prepared to confer with the the best approach and best-suited individual regarding specific phases of conferences or presentations. Hicks' background with State of California, Bechtel Corporation, and 22 years as manager and geotechnical group leader with Forest Service-a total of 36 years, includes multiple projects where the standard method of designing a project and carrying it to the construction/execution phase and on into operation were employed. Experience pertinent to the RFP development and refinement of the Landslide Zonation and Hazard Evaluation technique was used on about 100 projects in the Forest Service as well as about 15 reports for the various departments of the City of Ashland. Hicks' involvement as project manager for completion for the 4 year study (1987 -1991 )which produced a two volume report for the Big Butte Springs Geohydrologic Investigation involved extremely involved organization and structure. This $600,000 investigation involved multiple contract preparations and administration as well as organization of staff and consultants to reach the goals and objectives of the Medford Water Commission which financed the investigation - all requiring coordination with the objectives of the Forest Service - which principally staffed the investigation. Sitton also many years of similar design, construction and operation experience. He managed the geotechnical section of the Rogue River National Forest in combination with the development engineering section of the operation. In addition Sitton conducted six detailed slope stability study projects within the Ashland Watershed related to land management objectives. -2- SERVICES PROVIDED - PUBLIC BODIES SEC. 4.9 ITEM 'D': Hicks has had contracts with the following: City of Ashland - Public Works Department; City of Ashland - Fire and Rescue Department; City of Ashland- Parks Department; City of Grants Pass, Parks Dept.; Jackson County- Department of Planning; Bureau of Land Management- Medford District, Engineering Dept.; Mass Wasting Scientific Research Panel (MWSRP) a Federal, State (California) and Private Industry research panel studying-'Landslide Hazard Rating Systems' - (through the Redwood Community Action Agency for funding). Examples include: Concept Development, Origination and Final Development and Publication of the terrain hazard rating method, i.e., Landslide Zonation and Risk Evaluation -- (LAZARE). This technique has been presented in three formal conferences (1981,1986, and 1989). In 1998 - LAZARE was published in "Environmental, Ground- water, and Engineering Geology Applications from Oregon", a book sponsored by the national group, the Association of Engineering Geologists (AEG). This publication has allowed additional exposure and acceptance of this technique. As described above, the completion of the 4 year, two volume report for the Big Butte Springs Geohydrologic Investigation was also a major undertaking completed for publication. The organization of data and details contained in this document represents the first comprehensive compilation of information about a major domestic water supply from volcanic terrain. Hicks has completed landslide stability hazard mapping and reports for three Departments of the City of Ashland - as described in the first paragraph of this ITEM This work has exposed Hicks to most of the problem areas and stability situations, hazards and risks that exist on City of Ashland land. The completion of the numerous (15) reports on terrain landslide risk evaluation to aid in developing silvicultural prescriptions for fuels treatment - mostly within the Ashland Creek Watershed has resulted in thorough understanding of the problems, difficulties and the means of resolution of issues. Hicks' working relationship with the principals involved will greatly facilitate the resolution of fuels treatment for these City lands on potentially unstable slopes. Sitton's coauthored paper: "LANDSLIDE MAPPING ON THE ROGUE RIVER NATIONAl. FOREST: The Application of Zonation. Methods for Risk Evaluation" (published by AEG in "Environmental, Groundwater, and Engineering Geology: Applications From Oregon") which discusses granitic terrain slope stability problems and issues in the Mt. Ashland Ski Area is evidence of his expertise with the subject. -3- In addition, Sitton utilized LAZARE in USFS Slope Stability Assessment and Risk Evaluation on 68 projects of varying size and of similar scope to the RFP work which is a directly indication of competence toward completion of the contract work specified in the RFP. Additional related experience of Sitton involved analysis of a project for US WEST in a large landslide basin area which contained issues common to those of the RFP area. S itton's role with Ashland District of the Forest Service in the preparation of the "ASHLAND WATERSHED PROTECTION PROJECT" (AWPP) was a unique accomplishment- and the project area contained identical terrain and problems, issues, etc. as the City of Ashland land in this RFP. The AWPP involved the public to a significant degree and Sitton was instrumental in working with a citizens group toward the development one of the actions alternatives. Note: A principal advantage gained by this contract is the acquisition of the team of Hicks and Sitton who combine the experience of two individuals who had major responsibility for incorporation of LAZARE' into the Rogue River National Forest Land Management Plan. In addition, they have many years of application of this powerful land management technique to the Rogue River National Forest - and especially to granitic terrain identical to the City of Ashland land involved in this contract. ACCEPTANCE OF CONTRACT PROVISIONS SEC. 4.10 ITEM'E': The joint venture "GEO - OREGON, LLC AND SITTON GEOSCIENCES,INC." accepts the contract provisions proposed by the City. NUMBER AND SCOPE. OF OTHER PROJECT INVOLVEMENT SEC. 4.11 ITEM 'F" Hicks has MWSRPanel responsibilities (in Eureka, CA) at 5 days per month. Other small, individual projects are planned for completion by Dec. 31 and any other involvements will be limited and acquired only if they can be accommodated by a work schedule that does not interfere or conflict with - City contract responsibilities. He has a long-scheduled work/ vacation/property settlement trip scheduled for New Zealand in February 2003. Sitton is employed by the USFS however he has long utilized a scheduling method that allows 40% of his time to be devoted to private projects. Sitton has no private involvements scheduled at this time. Sitton and Hicks have worked together for 12 years - and have developed a very compatible working relationship. Hicks and Sitton are available to meet and/or begin implementation in November, if necessary. -4- CONSTRAINTS TO COMPLETION SEC. 4.12 ITEM 'G ': Hicks and Sitton can foresee no constraints that could affect their ability to complete consulting engineering geologic work promptly and efficiently. CLAIMS AGAINST OFFEROR SEC. 4.13 ITEM 'H" Neither Hicks nor Sitton have had claims alleging that the they breached a contract for services or construction or was negligent in the performance of services or construction. I SEC. 4.14 is io, cated on page 7. [ PERFORMANCE OF SERVICES: FROM EXHII:tIT "A" SEC. 4.15 ITEM 'I" "GEO - OREGON, LLC AND SITTON GEOSCIENCES, INC." is capable of performing all the services described in EXHIBIT "A" except for topographic mapping by professional surveyor. The professional surveyor topographic mapping will be undertaken by the licensed professional surveyor as described below. The information included below by this surveyor covers the requirements of subsections 7.8 through 7.11 as requested by the City, i.e., From Professional Surveyor: (1) general experience and qualifications, including experience in providing the type of surveying that are covered by this RFP; (2) the specific experience with site topographic surveys in forest environments; (3)the cost of services to be provided, including all reports, documents and other tangible items required to be provided; (4) the ability of the offerer to provide site surveys "to depict major ground features in specified areas". The following was provided by: Harold L. Center, Professional Land Surveyor and Certified [ Water Right Examiner; 2604 David Lane; Medford, OR. 97504; Phone 541-535-6108 and Fax 541- 535-8752 and e-mail: jhcenter@mind, net. General Experience and Qualifications - re. Topographic Mapping: Harold L. Center, Registered Professional Land Surveyor in the States of Oregon and California; Oregon Certificate No. 1071 issued on July 30, 1976; California Certificate No. 4360 issued on January 12, 1977; Certified Water Right Examiner in the State of Oregon, certificate No. 152, issued May 17, 1988. -5- Retired in December 1997, staffLand Surveyor for the U. S. Forest Service, Rogue River National Forest, 33 years of service. Responsible for all phases and types of land surveys including but not limited to; preliminary and final surveys for roads, trails, bridges, recreation and other structural facilities, rock source development and incidental site surveys and mapping. Property boundary and right-of-way surveys for Rogue River and Umpqua National Forests. Private consulting practice from 1997 to present. All types of land surveying services including property boundaries, topographic site mapping, construction site survey, land divisions, flood elevations certificates. Contract surveyor/certified water right examiner for the Illinois Valley Soil and Water Conservation District. Performed site mapping for water diversions and pipeline installations. Land surveying Instructor at Rogue Community College, 1998 to present. Specific Experience re. Topographic Mapping During my tenure with the Rogue River National Forest, I performed or directly superv/sed several hundred topographic surveys, including the mapping and monitoring of sediment in the City of Ashland, Reeder Reservoir, East and West Fork's of Ashland Creeks. Site mapping of the parking areas at Mt. Ashland Ski Area, and several campground facilities within the forest. I performed surveys to locate the property boundary between the National Forest and City of Ashland ownership. I am very familiar with the access and ownership in the Ashland Watershed. In private practice, I have performed topographic mapping for small (one-quarter acre) very detailed sites within the historic railroad district within the City of Ashland. Performed surveys for timber harvest boundary. I mapped a 25,000 foot long, pipeline corridor that was situated on forest, farm and rural home-site land. Examples of previous work are available on request. End of Professional Surveyor input ACCEPTANCE OF SERVICE NOT INCLUDED IN THIS RFP SEC. 4.16 ITEM 'J': "GEO- OREGON, LLC AND SITTON GEOSCIENCES, INC." understands and acknowledge that this RFP may be increased by additional service requests and accepts any additional services requested by the City - at the rates quoted earlier for such services. If such additional services are outside the scope of agreed upon pay items - they will readily and willingly negotiated. -6- DETAILED COSTS FOR WORK - .FROM EXHIBIT "A". SEC. 4.14 ITEM 'K': COSTS FOR WORK Note: Some Service Items Listed Below May Not Required By the Ci _ty. Contract Service Items: No. l' Landslide Mapping, Zonation, Hazard Evaluation .......... 45.00/Hr. Includes: Development of Risks and Estimates and Risks of Potential Impacts and Assessment of Surface and Subsurface Water vs. Impacts No. 2: Monitoring: (Type: Steel stakes at extremities of monitoring line; intermediate wooden stakes- nylon cord alignment) Installation Cost per Hour: One Geologist = $45.00/Hr. Two Geologists = $90.00/Hr. Supplies: (Stakes, wire, rope, etc.) = $ 20.00/Site Continued monitored (monthly or as requested) -- $45.00/Hr. No. 3: Consultation with Consulting Forester ........... a. One Geologist $45.00/Hr. and review of fuels treatment prescriptions b. Two Geologists $90.00/Hr. No. 4: Presentations of study results to public bodies,- ....... a. One Geologist $45.00/Hr. Staff, etc. incl. preparation, b. Two Geologists $90.00/Hr No. 5: Mileage (For travel greater than ten miles -one way) ........... $0.50/Mile No.6: Per Diem (ifovemite travel required by City) ............. $110.00/Day No.7: Services: Reports ;Documents; Maps and other Items as required by City - - - $45.00/Hr. Per Geologist No. 8: Basic Topographic Map - By two geologists ................. $90.00/Hr. (Simple site survey methods - -using digital altimeter; delineate lines on contour and profile sections perpendicular to contour. (Estimate: Cost of 0.5 acre = $135.00; cost of 1.0 acre = $270.00.) No.9: Meetings: Re. Contract Discussions, etc. if required.- ...... $45.00/Hr. Note: Additional cost items required by City, not including licenses, will require reimbursement. No. 10: Topographic Mapping :(Professional Land Surveyor ) - - (See Costs Below, Page 8) -7- SEE FOLLOWING TOPOGRAPHIC MAPPING COST DETAILS BELOW FROM: H.C. Center, Professional Land Surveyor Topographic Mapping Cost of Services/Fees Field Surveying Services: .......... For Professional land Surveyor = $ 77.00/Hr. For two-person field crew = $105.00/Hr. (Add $28.00/Hr. for each additional crewmember. Travel time is billed on a one-way basis. Costs include 4 wheel drive vehicle and surveying equipment and tools. Specialized field equipment such as survey grade GPS, are not included. Office Surveying Services: ...................... $65.00/Hr. (Includes research, computation, drafting or computer preparation of maps and exhibits, consultation or presentation of data to public bodies or staff.) Miscellaneous costs for fees and other costs associated securing documents, deeds, maps, aerial photographs etc. will be billed at cost + 15%. Services will be invoiced at the first of each month; payment is to be made within 30 days of invoice. Abili _ty to Provide Site Surveys I have a full complement of surveying equipment including a 2002 four wheel drive vehicle, electronic total station theodolite, desk and lap-top computer and related field survey equipment. Completed mapping can be prepared in electronic data form as well as hard copy. I can respond to requests for site specific cost estimates within 7-10 days and normally provide completed products within 30 -45 days following notice to proceed. -8- Page 1 / 1 CITY RECORDER'S COPY ~~20 C,TY E MAIOFN ASHLAND ST. ASHLAND, OR 97520 03786 J (541) 488-5300 VENDOR: 002031 SHIP TO: Ashland Fire Department HICKS, BILL G. (541) 482-2770 190 VISTA STREET 455 SISKIYOU BLVD ASHLAND, OR 97520 ASHLAND, OR 97520 FOB Point: Req. No.: Terms: Net Dept.: PUBLIC WORKS Req. Del. Date: 12/01/2002 Contact: Keith Woodlev Special Inst: Confirming? No BLANKET PURCHASE ORDER of Ashland Forest Lands RFP - PSK Contract Sub-Contractor: Dan Sitton, Sitton Date of agreement: December 2, 2002 Completion date: 06/30/2007 SUBTOTAL 25,000.001 BILL TO: Account Payable T~ 0.00 20 EAST MAIN ST FREIGHT 0.00 541-552-2010 TOTAL 25,000.00 ASHLAND, OR 97520 E 670.08.29.00.604160 25,000.00 /¢~[~ ~~orized Signature VENDOR COPY