Loading...
HomeMy WebLinkAbout2009-022 Contract - Terrasurvey Inc Contract for Personal Services CITY OF ASHLAND 20 East Main Street Ashland, Oregon 97520 Telephone: 541/488-6002 Fax: 541/488-5311 CONSULTANT: Terrasurvey, Inc. CONTACT: Richard F. Alspach ADDRESS: 274 Fourth Street, Ashland, OR 97520 TELEPHONE: 541-482-6474 DATE AGREEMENT PREPARED: January 22,2009 BEGINNING DATE: February 1, 2009 COMPENSATION: Not to Exceed $20,000.00 FAX: 541-552-0292 COMPLETION DATE: June 30,2011 SERVICES TO BE PROVIDED: Primary flexible surveying services ADDITIONAL TERMS: This contract may be extended for two additional one-year contracts FINDINGS: Pursuant to AMC 2.52.040E and AMC 2.52.060, aft.er reasonable inquiry and evaluation, the undersigned Department Head finds and determines that: (1) the services to be acquired are personal services; (2) the City does not have -adequate personnel nor resources to perform the services; (3) the statement of work represents the department's plan for utilization of such personal services; (4) the undersigned consultant has specialized experience, education, training and capability sufficient to perform the quality, quantity and type of work requested in the scope of work within the time and financial constraints provided; (5) the consultant's proposal will best serve' the needs of the City; and (6) the compensation negotiated herein is fair and reasonable. NOW THEREFORE, in consideration of the mutual covenants contained herein the CITY AND CONSULTANT AGREE as follows: 1. Findings I Recitations. The findings and recitations set forth above are true and correct and are incorporated herein by this reference. 2. 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. 3. 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 pe'rform the service to which they will be assigned in a skilled and worker-like manner and, if required to be registered, licensed or bonded by the State of Oregon, are so registered, licensed and bonded. 4. 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. 5. 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. 6. Ownership of Documents: AII.documents prepared by Consultant pursuant to this contract shall be the property of City. 7. Statutory Requirements: ORS 279C.505, 279C.515, 279C.520 and 279C.530 are made part of this contract. 8. Living Wage Requirements: If the amount of this contract is $18,088 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 500/0 or more of the service work under this contract. Consultant is also required to post the notice attached hereto as Exhibit B predominantly in areas where it will be seen by all employees. 9. Indemnification: Consultant agrees to defend, indemnify and save City, its officers, employees and agents harmless fromariy 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, subrogations, actions, costs, judgments, or other damages, directly, solely, and proximately caused by the negligence of City. 10. Termination: G:\pub-wrks\eng\dept-admin\SURVEYOR\Terra 2009\Terra Survey Contract Jan 09.doc Page 1 of 2 a. Mutual Consent. This contract may be terminated at any time by mutual consent of both parties. b. City's Convenience. This contract may be terminated at any time by City upon 30 days' notice in writing and delivered by certified mail or in person. c. For Cause. City may terminate or modify this contract, in whole or in part, effective upon delivery of written notice to Consultant, or at such later date as may be established by City under any of the following conditions: i. If City funding from federal, state, county or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services; ii. If federal or state regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this contract or are no longer eligible for the funding proposed for payments authorized by this contract; or iii. If any license or certificate required by law or regulation to be held by Consultant to provide the services required by this contract is for any reason denied, revoked, suspended, or not renewed. d. For Default or Breach. i. Either City or Consultant may terminate this contract in the event of a breach of the contract by the other. Prior to such termination the party seeking termination shall give to the other party written notice of the breach and intent to terminate. If the party committing the breach has not entirely cured the breach within 15 days of the date of the notice, or within such other period as the party giving the notice may authorize or require, then the contract may be terminated at any time thereafter by a written notice of termination by the party giving notice. ii. Time is of the essence for Consultant's performance of each and every obligation and duty under this contract. City by written notice to Consultant of default or breach may at any time terminate the whole or any part of this contract if Consultant fails to provide services called for by this contract within the time specified herein or in any extension thereof. iii. The rights and remedies of City provided in this subsection (d) are not exclusive and are in addition to any other r~ghts and remedies provided by law or under this contract. e. Obliaation/Liabilitv of Parties. Termination or modification of this contract pursuant to subsections a, b, or c above shall be without prejudice to any obligations or liabilities of either party already accrued prior to such termination or modification. However, upon receiving a notice of termination (regardless whether such notice is given pursuant to subsections a, b, c or d of this section, Consultant shall immediately cease all activities under this contract, unless expressly directed otherwise by City in the notice of termination. Further, upon termination, Consultant shall deliver to City all contract documents, information, works-in-progress and other property that are or would be deliverables had the contract been completed. City shall pay Consultant for work performed prior to the termination date if such work was performed in accordance V\(ith the Contract. 11. Independent Contractor Status: Consultant is an independent contractor and not an employee of the City. C"onsultant shall have the complete responsibility for the performance of this contract. Consultant shall provide workers' compensation coverage as required in ORS Ch 656 for all persons employed to perform work pursuant to this contract. Consultant is a subject employer that will comply with ORS 656.017. 12. 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. 13. Default. The Consultant shall be in default of this agreement if Consultant: commits any material breach or default of any covenant, warranty, certification, or obligation it owes under the Contract; its ORF status pursuant to the ORF Rules or loses any license, certificate or certification that is required to perform the Services or to qualify as a ORF if consultant has qualified as a ORF for this agreement; institutes an action for relief in bankruptcy or has instituted against it an action for insolvency; makes a general assignment for the benefit of creditors; or ceases doing business on a regular basis of the type identified in its obligations under the Contract; or attempts to assign rights in, or delegate duties under, the Contract. 14. Insurance. Consultant shall at its own expense provide the following insurance: a. Worker's Comoensation insurance in compliance with ORS 656.017, which requires subject employers to provide Oregon workers' compensation coverage for all their subject workers b. Professional Liabilitv insurance with a combined single limit, or the equivalent, of not less than Enter one: $200,000, $500,000, 51.000.000, $2,000,000 or Not Applicable for each claim, incident or occurrence. This is to cover damages caused by error, omission or negligent acts related to the professional services to be provided under this contract. c. General Liabilitv insurance with a combined single limit, or the equivalent, of not less than Enter one: $200,000, $500,000, 51.000.000, $2,000,000 or Not Applicable for each occurrence for Bodily Injury and Property Damage. It shall include contractual liability coverage for the indemnity provided under this contract. d. Automobile Liabilitv insurance with a combined single limit, or the equivalent, of not less than Enter one: $200,000, $500,000, 1 000 000, or Not A licable for each accident for Bodil In'u and Pro ert Dama e, G:\pub-wrks\eng\dept-admin\SURVEYOR\Terra 2009\Terra Survey Contract Jan 09.doc Page 2 of 9 Ilr~... T DATE I I 'ZL, / Zc>o&i I I FederallD# ~~, \ '2.4 1..0 0 (.,. ACCOUNT # au tJ ~t3t!Jc 't tJ&&o (For City purposes only) PURCHASE ORDER # ([) t@t@ tfJ lJ c:f-. CJ ~ 60 I *Completed W9 form must be submitted with contract G:\pub-wrks\eng\dept-admin\SURVEYOR\Terra 2009\Terra Survey Contract Jan 09.doc Page 3 of 9 TTr T ..._- EXHIBIT A CERTIFICATIONS/REPRESENTATIONS: Contractor, under penalty of perjury, certifies that (a) the number shown on the attached W-9 form is its correct taxpayer 10 (or is waiting for the number to be issued to it and (b) Contractor is not subject to backup withholding because (i) it is exempt from backup withholding or (ii) it has not been notified by the Internal Revenue Service (IRS) that it is subject to backup withholding as a result of a failure to report all interest or dividends, or (iii) the IRS has notified it that it is no longer subject to backup withholding. Contractor further represents and warrants to City that (a) it has the power and authority to enter into and perform the work, (b) the Contract, when executed and delivered, shall be a valid and binding obligation of Contractor enforceable in accordance with its terms, (c) the work under the Contract shall be performed in accordance with the highest professional standards, and (d) Contractor is qualified, professionally competent and duly licensed to perform the work. Contractor also certifies under penalty of pe~ury that its business is not in violation of any Oregon tax laws, and it is a corporation authorized to act on behalf of the entity designated above and authorized to do business in Oregon or is an independent Contractor as defined in the contract documents, and has checked four or more of the following criteria: / ~ / V .,/ ./ Contrac r (1) I carry out the labor or services at a location separate from my residence or is in a specific portion of my residence, set aside as the location of the business. (2) Commercial advertising or business cards or a trade association membership are purchased for the business. (3) Telephone listing is used for the business separate from the personal residence listing. (4) Labor or services are performed only pursuant to written contracts. ; (5) Labor or services are performed for two or more different persons within a period of one y~ar. (6) I assume financial responsibility for defective workmanship or for service not provided as evidenced by the ownership of performance bonds, warranties, errors and omission insurance or liability insurance relating to the labor or services to be provided. G:\pub-wrks\eng\dept-admin\SURVEYOR\Terra 2009\Terra Survey Contract Jan 09.doc Page 4 of 9 Form W-g (Rf!N. Octob.. 2007) Department elf the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification Give fonn to the requester. Do not send to the IRS. Check appropriate box: 0 lndividuellSole proprietor ~ Corporation D Partnership D Limited liability compeny. Enter the tax cl888ification (D=diaregarded entity, C=corporation, P=p8l1nerahip) ~ ------- o Other (8ee inslructiClls) ~ Addreaa (number, street, and apt. or suite no.) 1.; City, Enter your TIN in the appropriate box. The TIN provided must match the name given on Une 1 to avoid backup withholding. For individuals, this is your social security nl.lTlber (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructiOl'ls on page 3. For other entities, it is your employer identification nunber (EIN). If you do not have a number, see How to get a TJN on page 3. Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose nll1lber to enter. Certification Under penalties of perjury, I certify that: 1 . The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2. I am not subject to backup withholdng because: (a) I an exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. I am a U.S. citizen or other U.S. person (defined below). Cwt'ftcatlon InstrUGtlons. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest a1d dividends on your tax ret....n. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends. you are not required to sign the C&rtificati~n, but you must provide your correct TIN. See the instru . s on page 4. C\i Q) a co Q. c: o CD fD ~j eg c~ 1:~ 11.(,) 1 CD /J3 Taxpayer Identification Number (TIN) Sign Here Sign81u.. of u.s. pel'8On ~ General Instructio s Section references are to the Internal Revenue Code unless otherwise noted. Purpose of Form A person who is requi'ed to file an information return with the IRS must obtain YOtl correct taxpayer identification number (TIN) to report, fa example, income paid to you, real estate transactions, mortgage interest you paid, acquisition or abandonment of secured property. cancellation of debt, or contributions you made to an IRA Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your carect TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued). 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, yo.s allocable share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected income. Note. If a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W-9. o Exempt pay.. Requester'. name and address (optionaQ ISo~"7! or Date . Deftnlllon of a U.8. ~rsan. For fadera Goosidered a U.S. person if you are: . An individual who is a U.S. citizen or U.S. resident alien, . A partnership. corporation, company, or association created or organized in the United States or under the laws of the United States, . An estate (other than a foreign estate), or . A domestic trust (as defined in Regulations section 301 .7701" 7). SpecIal rules for partnerships. Partnerships that conduct a trade a business in the United States are generally requi'ed to pay a withholding tax on any faeign pa1ners' share of income from such business. Further, in certain cases where a Form W-9 has not been received, a partnership is required to presume that a partner is a foreign person, and pay the withholding tax. Therefore, if you are a U.S. person that is a partner in a partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U.S. status and avoid withholding on your share of partnership income. The person who gives Form W-9 to the partnership for purposes of establishing its U.S. status and avoiding withholding on its allocable share of net income from the partnership conducting a trade or business in the United states is in the following cases: . The U.S. owner of a disregarded entity and not the entity, Cat. No. 10231 X Farm W -9 (Rev. 10-200n G:\pub-wrks\eng\dept-admin\SURVEYOR\Terra 2009\Terra Survey Contract Jan 09.doc Page 5 of 9 -1lI-. ACORD TM. PRODUCER Phone: (360) 598-3700 Fax: (360) 598-3703 MICHAEL J. HALL & COMPANY HALL & COMPANY 19660 10TH AVENUE N.E. POULSBO WA 98370 CERTI'FICA TE OF LIABILITY INSURANCE DATE (MM/DDIYYYY) 01/27/2009 RO' ~E. "."c.':fC_-'!'~ 'EC' r~r.:L, THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ffB ( 2 ,uu~ INSURERS AFFORDING COVERAGE NAIC # INSURED "'Itu ~ AshlanASURER A: TERRA SURVEYING COMPAW~'!J. 0.' . . U1sURER B: 3000 WlLCREST DRIVE, SUITE 210 INSURER C' HOUSTON TX 77042 . INSURER D: INSURER E: TRAVELERS INDEMNITY CO. OF AME. ST. PAUL FIRE & MARINE INS. CO. COVERAGES THE POLICIES OF INSURANCE LISTED 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. I~: I =~ TYPE OF INSURANCE GENERAL UABILITY X COMMERCIAL GENERAL LIABILITY CLAIM~ MADE: X OCCUR 'POUCY NUMBER PACP1998L206 LIMITS EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED :$ 300,000 PREMISES (Ea occurence) MED. EXP (Anyone person) :$ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE i$ 2,000,000 PRODUCTS-COMP/OP AGG. i$ 2,000,000 06/25/08 06/25/09 COMBINED SINGLE LIMIT 1,000,000 (Ea accident) '$ BODILY INJURY (Per person) $ BODIL Y INJURY $ (Per accident) PROPERTY DAMAGE $ (Per accident) A GEN'L AGGREGATE LIMIT APPLIES PER:, PRO- JECT : LOC : AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS X NON-OWNED AUTOS PACP1998L206 A GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT : $ ; OTHER THAN EA ACC : $ ! AUTO ONLY: AGG : $ EXCESS I UMBRELLA LIABILITY X OCCUR CLAIMS MADE CUP6426Y993 06/25108 06/25/09 EACH OCCURRENCE AGGREGATE :$ $ '$ i$ i$ A 2,000,000 2,000,000 DEDUCTIBLE RETENTION $ 'WORKERS COMPENSATION AND ,EMPLOYERS' LIABILITY A :=~:~I~=ECUTIVE . yea, deKrtbe under : SPECIAl PROVISIONS below OTHER: PROFESSIONAL LIABILITY B POLICY CLAIMS MADE FORM UB6426Y667 06/25/08 06/25/09 OTHER ' QP03806833 06/25/08 E.L. EACH ACCIDENT : $ E.L. DISEASE-EA EMPLOYEE : $ E.L. DISEASE-POLICY LIMIT : $ $2,000,000 PER CLAIM $4,000,000 AGGREGATE 1,000,000 1,000,000 1,000,000 06/25109 DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS Miscellaneous Surveying Services CERTIFICATE HOLDER City of Ashland Engineering 20 East Main Street Ashland, OR 97520 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 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, Irs AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ~h,e:rHur?M @ ACORD CORPORATION 1988 Attention: Jim Olson, City Surveyor ACORD 25 (2001/08) Certificate # 88879 ACORD CERTIFICA TE OF LIABILITY INSURANCE I DATE~DD~ TM. 01/27/2009 PRODUCER Phone: (360) 598-3700 Fax: (360) 598-3703 THIS CERTIFICATE IS ISSUED AS A MATTER OF INt:ORMA TION MICHAEL J. HALL & COMPANY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HALL & COMPANY HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 19660 10TH AVENUE N.E. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. POULSBO WA 98370 RECEIVED 1 INSURERS AFFORDING COVERAGE . NAIC # INS-URE-O-- ------- --- --- - -------- ---------EEB--(~-2lITa9---IINSURERA: TRAVELERS INDEMNITY CO. OF AME. _'__U"__ .-- TERRA SURVEYING COMPANY, INC. . ~SURER B: ST. PAUL FIRE & MARINE INS. CO. 3000 WILCREST DRIVE, SUITE 210 - SURER C. --.-------... HOUSTON TX 77042 City of Ashlan _ SURERD~._~_._ ----.----.---.." . --1--- .--------...-.--.-- - INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED 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. - --~r-----------------------'---'------'--l- --------.- .-.-------,----------...,..----.---,----.--- INSR ADD' TYPE OF INSURANCE POLICY NUMBER I POLICY EFFECTIVE POUCY EXPIRAnON L TR INSR DATE (MMIDD/YY) DATE (MMIDD/YY) L~!~ERAL LIABILITY I P ACP1998L206 I 06/25/08 06/25109~. OCCURRENCE .~ X I DAMAGE TO RENTED . COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurence) .._- ---J CLAIMS MADE [i'J OCCUR ~D. EXP (Anyone person) r-- -- - LIMITS A PERSONAL & AOV INJURY $ .._~____ 1 ,OOO,OO~ $ 3~~~~~_ $ 5,0~~ $ 1,000,000 $ 2,OOO,00~ $ 2,00~,0~!>> - --------- GEN'L AGGREGATE LIMIT APPLIES PER: -I POLICY r-l ~:gT r--l LOC AUTOMOBILE LIABIUTY ---I ANY AUTO ----- ALL OWNED AUTOS GENERAL AGGREGATE PRODUCTS-COMP/OP AGG. -- PACP1998L206 06125108 06/25109 COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) $ 1,000,000 SCHEDULED AUTOS $ A X HIRED AUTOS --_._- X NON-OWNED AUTOS -.----1 -'-1 ~._--------- --.----- BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY R ANY AUTO EXCESS I UMBRELLA LIABILITY _~~J OCCUR [J CLAIMS MADE OTHER: PROFESSIONAL LIABILITY B POLICY CLAIMS MADE FORM QP03806833 06/25108 I I I I 06125108 I 06/25108 06/25109 AUTO ONLY - EA ACCIDENT $ __ ._____ OTHER THAN EA A~~ !-~______ AUTO ONLY: AGG $ EACH OCCURRENCE $ AGGREGATE $ $ $ $ 2,OOO,00~ 2,000,0.~~_ CUP6426Y993 A =~ DEDUCTIBLE -I RETENTION S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY A =.:==e:~~CUTIVE If yes, describe under SPECIAL PROVISIONS below UB6426Y667 06/25109 X I ~~T~~s I I OTHER E.L. EACH ACCIDENT $ E.L. DISEASE-EA EMPLOYEE $ E.L. DISEASE-POLlCY LIMIT $ $2,000,000 PER CLAIM $4,000,000 AGGREGATE 1 ,OOO,O~~_ 1,000,00~_ 1,000,000 06/25/09 DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS Miscellaneous Surveying Services CERTIFICATE HOLDER City of Ashland Engineering 20 East Main Street Ashland, OR 97520 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 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, Irs AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ~h,eiHur?~ @ ACORD CORPORA rlON 1988 Attention: Jim Olson, City Surveyor ACORD 25 (2001/08) Certificate # 88879 C I T Y OF ASHLAND PUBLIC WORKS/ENGINEERING DIVISION GENERAL SURVEYING SERVICES . ,..... .~...., ,-." ',' ,.,...., .".. ,-.","- . .. .., '.-- ..,....-.......,~-~'-.'" .. REQUEST FOR PROPOSALS PROJECT NO: 2008-21 TYPE OF PROPOSAL: PRIMARY AND SECONDARY SURVEYING SERVICES DISTRIBUTION DATE: October 1, 2008 BID OPENING DATE: 2:00 PM, NOVEMBER 5. 2008 ENGINEERING DIVISION CITY OF ASHLAND 20 E. MAIN STREET ASHLAND OR 97520 541/488-5347 ~.l' . ... ' TABLE OF CONTENTS G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECl\200S\08-21 Surveyor Services RFP 9 OS.doc . PAGE 3 4 4 4 4 4-5 5-6 7-8 8 9 10-11 12 13-15 16 17-20 21 Page 2 of 21 ~---_._.__.~._-_._.~-_._---_._-'-_._-------~_._---------~--_._---------_._--._----_._-_._.__..__..- · r t II . cm OF ASHLAND DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSAL FOR GENERAL SURVEYING SERVICES The City of Ashland is seeking proposals for a primary and secondary Survey Firm to provide general surveying services. This work is to be performed on an on-call flexible services basis for the purposes' of maintaining the City wide survey controls and in developing public works construction projects. The services will include, but will not be limited to: construction surveying, location and topographic surveying, right of way monumentation and replacement and/or establishment of horizontal and vertical control points. In addition, the consultant may be called upon to perform the services of "Assistant City Surveyor" in the absence of the Ashland City Surveyor. . Consultant selection will result in the issuance of a contract for services for a two year duration with provisions for renewal for up to two additional one year terms. Proposals must be received by 2:00 PM, November 5, 2008, in the City'of Ashland Engineering Office located at 51 Winburn Way, Ashland OR 97520; mailing address: 20 E. Main Street Ashland OR 97520. Proposal documents are available at the above address and all proposals mu~ be on the forms provided or in the same format. Proposals are limited to 6 pages. The proposer must be registered as a Professional Land Surveyor with the State of Oregon. Consultant selection will be based upon weighted criteria as'dted in the Request for Proposal document. Standard selection criteria includes, but is not limited to: Experience, availability, schedule, response time and cost. . The City of Ashland reserves the right to reject any and all proposals, to waive formalities or to accept any proposal which appears to serve the best interest of the City of Ashland. For further information, contact James H. Olson, City Surveyor at 541/488-5347. ~ City Surveyor G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECn200S\08-21 Surveyor Services RFP 9 OS.doc Page 3 of 21 , , r CITY OF ASHLAND DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSAL GENERAL SURVEYING SERVICES CONCEPT The City of Ashland intends to hire one primary a.nd one secondary Survey Firm to provide general surveying services. This work is to be performed on an on-call flexible services basis for t~e purposes of maintaining the City wide survey controls, in developing public works construction projects, determining boundaries and other miscellaneous survey. related activities. MUL T~PLE SELECTION The City intends to select two proposers (primary and secondary) from this solicitation. In addition to the primary consultant, a secondary consultant will also be selected as an alternate to provide surveying services in the absence of the primary consultant or if a conflict of interest might arise. The secondary consultant contract shall have the same duration as the primary contract and shall be subject to the same conditions, requirements and obligations. There is no guarantee that any specific amount of work or any specific or overall dollar amounts will be assigned during the term of the contract. WORK DESCRIPTION I. SCOPE OF WORK The selected consultant will provide site, construction and location surveying for public works construction projects. The consultant will also assist in the maintenance and further expansion of Ashland's horizontal and vertical control networks. The consultant may further be called upon to perform the duties of an "Assistant City Surveyor" in the absence of the appointed City Surveyor and to perform miscellaneous surveying related activities as required. II. DESCRIPTION OF CONSULTANT DUTIES A. Surveying for Public Works construction projects: 1. Provide topographic surveys for various public works projects. 2. Provide site and location surveys to determine proper placement for public facilities. 3. Provide construction staking for various projects including street, sewer, water and storm drain construction projects. 4. Provide miscellaneous assistance to construction crews as required. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2008\08-21 Surveyor Services RFP 9 08.doc Page 4 of 21 I I , S. I 5. Locate public 'rights of ways and easements as. needed. B. RE-EsrABUSHED STREET RIGHTS OF WAYS 1. Set or replace street centerline monumentation including filing of a map of survey with the Jackson County Surveyor. 2. Prepare descriptions of easement or rights of ways to be acquired. c. PERPETUATE HORIZONTAL & VERTICAL CONTROL NElWORK 1. Conduct 3-wire leveling to replace or establish benchmarks required to perpetuate the existing vertical control network. 2. Re-establish horizontal control monuments as required. D. ACT AS ASSIsrANT cm SURVEYOR (IN ABSENCE OF cm SURVEYOR) 1. Perform reviews of subdivision and partition plats. 2. Approve subdivision and partition plats. 3. Coordinate with City Engineer as necessary. E. PREPARE BOUNDARY SURVEYS 1. Perform boundary surveys of City.owned property. 2. Perform land partition and property line adjustment surveys of City owned property. III. CONSULTANT'S RESPONSIBILITIES The consultant's person in charge of the project must be an Oregon licensed land surveyor as required by Oregon Revised Statutes and shall assume full responsibilities for the following: A. Personnel, Materials & Equipment The consultant shall provide qualified and competent personnel and shall furnish all supplies, equipment, tools and incidentals required to accomplish the work, with the following exception: The City of Ashland will provide all monument cases, pipes and caps needed for the establishment of the bench marks, control points or centerline monumentation. All materials and supplies shall be of good quality and suitable for the assigned work. B. Safety Equipment The consultant shall provide and use all safety equipment including, but not limited to hard hats, signs, safety vests and clothing required by S~te and Federal regulations and Department policies and procedures. C. Temporary Protection & Direction of Traffic G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECl\2008\08-21 Surveyor Services RFP 9 08.doc Page 5 of 21 · l' The consulting firm will follow all safety rules and OOOT/OSHA requirements. When the consultant has a survey party working within 15 feet of the travel lane, the consultant shall protect the survey party, and warn approaching traffic by placing one "SURVEY CREW" (W21-6-36) sign facing each direction of incoming traffic, a normal minimum distance of 200 feet for a lower speed street and 500 feet for rural roads and highways in advance of the survey crew work area. In the event one-way traffic is necessary, the W21-6-36 signs shall be placed a normal minimum distance of 600 feet for lower speed streets and 1,500 feet for rural roads and highways in advance of the survey work area. The consultant shall also place, facing each direction of incoming traffic, one each of "BE PREPARED TO STOP" (OW23-2-36) and "FLAGGER AHEAD" (OW20-7-36) signs spaced a normal minimum distance of 200 feet for lower speed streets and 500 feet for rural roads and highways apart and approximately this same distance from W21-S-36 sign. When a survey crew is working within a construction work area, the use of "SURVEY CREW" signs are generally not required. However, when the construction contractor's signing is not adequate for survey work, the above signing requirements shall be followed. Signs may be constructed of plywood, sheet aluminum or fabric. W21-6- 36 signs shall be equipped with high level flags. Each flagger shall wear an orange or yellow colored hard hat and an orange colored or fluorescent red-orange or fluorescent yellow-orange colored vest. Flaggers shall be equipped with "STOP-SLOW" hand sign . conforming to current standards for daylight use and shall also be equipped with two-way radios when they are not visible to each other. D. Business License Required The selected consultant must have a current City of Ashland business license prior to conducting any work in the City. E. Professional Responsibilities Responsible principal/lead for consulting firm must be a registered Oregon Land Surveyor with the Oregon State Board of Land Surveying. The consultant shall perform the work using the standards of care, skill and diligence normally provided by a professional in the performance of such services in respect to similar work and shall comply with all applicable codes and standards. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECn2008\08-21 Surveyor Services RFP 9 08.doc Page 6 of 21 ~. I IV. CONTRACTS AND AS,SIGNMENTS Once the primarY and secondary surveying consultants are selected, the resulting agreement will be set up as a Personal Services Contract. SpeCific projects will be assigned and described in a specific Work Order Agreement, as described below in Section 3. Work Order Agreements will incorporate all terms and conditions of the Personal Services Contract and this RFP and will include a complete description of the work to be perfqrmed by the consultant. There is no guarantee that any specific amount of work or overall dollar amounts will be assigned through the term of the Personal Services Contract. City projects may be assigned based upon the consultant's expertise and current work load. The City may offer a separate solicitation and procurement to be conducted for any project. The City will assess each project and may consider the estimated cost, specialized nature of the project, and other factors, to determine whether a separate solicitation and procurement will be required. 1. CONTRACT The consultant selected by the City will be expected to enter into a written contract in the form attached to this RFP in the Appendix. The proposa~ should indicate acceptance of the City's contract provisions or suggest reasonable alternatives that do not substantially impair the City's rights under the contract. If inclusion of any of the City's contract provisions will result in higher costs for the services, such costs must be specifically identified. in the proposal. Unconditional refusal to accept the contract provisions proposed by the City without offering acceptable alternatives shall result in disqualification of the offeror or a less favorable evaluation of its proposal. Proof of required insurance is made part of this contract. Acceptance is not complete unless and until proof of required insurance is submitted to the City. 2. CONTRACT TERM It is anticipated the Consultant(s) will enter into a two-year contract with an option to extend for up to two additional one year terms. 3. WORK ORDER AGREEMENT (WOA) Individual Projects will be assigned through Work Order Agreements (WOA). Each WOA will describe the project and will incorporate all terms and conditions of the Personal Services Contract. A project is considered assigned when all required signatures have been obtained on the WOA G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2008\08-21 Surveyor Services RFP 908.doc Page 7 of 21 . c'. · I t and the City has issued a. notice to proceed to the Contractor. Each WOA may be amended to allow for additional phases of work necessary for a project, within the scope of the Contract. The projects will be assigned as needed and there is no guarantee that any specific amount of work or overall dollar amounts will be assigned during the term of the Personal Services Contract. The Consultant shall perform Services in accordance with the Personal Services Contract only within an issued and approved" WOA. If Consultant refuses or cannot ~omply with a WOA assignment, an authorized representative of the Consultant shall submit a written refusal within two days of receipt of request for the WOA. If Consultant refuses an assignment or takes more than two days to respond, ~he City may offer the WOA to another Consultant, or solicit separately for those services, or take other action deemed appropriate. The maximum amount payable may only be exceeded upon the prior written approval by the City through an amended WOA. No Services under a WOA or amendment shall begin before the City, Consultant and other required signatures are obtained on the WOA or WOA amendment, and the City has issued a Notice to Proceed. v. PROPOSAL CONTENTS The consultant shall submit three copies of the proposal for consideration by the City. The proposal shall address each of the following listed items and shall be organized in accordance with this section of the proposal. Proposal shall include the following information: Title of Project Contact Person Name: Title: Address: Phone & Fax Number: Schedule of Events Proposals must be received by and will be opened at: 2:00 PM, November 5, 2008. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2008\08-21 Surveyor Services RFP 908.doc Page 8 of 21 ----------rrr-T "'f., "fe, . VI. CRITERIA FOR SELECTION Each proposal is limited to no more than 6 pages; resumes can be attached as an appendix; and shall contain the following criteria: 1. UNDERSTANDING OF REQUESTED SERVICES/PROJECT MAX SCORE 10 PTS This relates to the basic or preliminary understanding of the requested services. Is there a clear and concise understanding. of the services/project based on existing information? Is there a general description of the role of the requested services and the chief issues to be addressed? 2. FIRM'S CAPABILITIES MAX SCORE 20 PTS This relates to the firm's capabilities in performing the requested services. References may be included in this section of the criteria. The response should address the following: Q Similar services, performed within the last three years, that best characterize work quality and cost control; including at least three references, Q Internal procedures and/or policies related to work quality and cost control, Cl Management and organizationa"1 structure, Cl Other on-going projects, Cl Availability to perform the work for the duration of the contract. 3. PROJECT TEAM MAX SCORE 20 PTS This relates to the project principal, the project manager, key staff and sub- consultants. The basic question Is how well the team's qualifications and' experience relate to the requested services: Cl Extent of principal involvement, Q Current employer, assignments and location of key members, Q Names of key members who will be performing the work on this project and their responsibilities, Q Qualifications and relevant Individual experience, including sub-consultants, (J Experience as a team on similar or related projects, Q Project Manager's experience with similar projects and Interdisciplinary teams. 4. RESOURCES MAX SCORE 15 PTS This relates to the total resources allocated to providing the requested services. (examples: compatible computer equipment, adequate sUlveyequipment, etc.). G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\200S\08-21 Surveyor Services RFP 9 OS.doc Page 9 of 21 1" .. ," , 5. RESPONSE TIME MAX SCORE 25 PTS This criteria relates to how quickly the consultant can respond to any givefl assignment and what priority would be assigned to City projects. 6. COST OF SERVICES MAX SCORE 10 PTS In an attached sealed envelope, provide a summary of service costs including: CI Survey crew rate, CI Professional Land Surveyor rate, CI Survey Technician rate, CI Draftsperson rate, Cl Direct non-labor costs which might be applicable. PROPOSAL EVALUATION & SELECTION 1. REVIEW Proposals will be reviewed and evaluated by personnel from the City of Ashland Department of Public Works. Each proposal will be evaluated on the completeness and quality of content as described in the preceding section. Interviews may be conducted with the top ranking firm~ if the City deems it necessary . 2. EVALUATION CRITERIA Each proposal will be judged as a demonstration of the consultants capa"bilities and understanding of the services requested. Evaluation factors and points will be as follows: Criteria Maximum Score A. Understanding of ReQuested Services 10 B. Firms Capabilities 20 c. Project Team 20 D. Resources 15 E. Response Time 25 F. Cost of Services 10 TOTAL 100 Points G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\200S\08-21 Surveyor Services RFP 90S.doc Page 10 of 21 ~" $>' .. " 3. CITY RESERVATION The City of Ashland reserves the right to waive irregularities or discrepancies in a proposal if the City determines that the waiver is in the best interest of the City. 4. ADDENDA TO THE RFP 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 known to the contact person who have received or will subsequently receive the RFP. Receipt of addenda must be acknowledged by signing and returning it with the proposal. 5. PROTEST Any prospective consultant who contends that the provisions of the 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. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\200S\08-21 Surveyor Services RFP 90S.doc Page 11 of 21 APPENDIX G:\pub-wrks\eng\dept-admln\ENGINEER\PROJECT\2008\08-21 Surveyor Services RFP 9 08.doc Page 12 of 21 .1 . I' . CONTRACT FOR PERSONAL SERVICES CITY OF ASHLAND 20 East Main Street Ashland, Oregon 97520 Telephone: 541/488..6002 Fax: 541/488-5311 CONSULTANT: CONTACT: ADDRESS: TELEPHONE: DATE AGREEMENT PREPARED: BEGINNING DATE: COMPENSATION: FAX: COMPLETION DATE: SERVICES TO BE PROVIDED: ADDITIONAL TERMS: FINDINGS: Pursuant to AMC 2.52.040E and AMC 2.52.060, after reasonable inquiry and evaluation, the undersigned Department Head finds and determines that: (1) the services to be acquired are personal .services; (2) the City does not have adequate personnel nor resources to perform the services; (3) the statement of work represents the department's plan for utilization of such personal services; (4) the undersigned consultant has specialized experience, education, training and capability sufficient to perform the quality, quantity and type of work requested in the scope of work within the time and financial constraints provided; (5) the consultant's proposal will best serve the needs of the City; and (6) the compensation negotiated herein is fair and reasonable. NOW THEREFORE, in consideration of the mutual covenants contained herein the CITY AND CONSULTANT AGREE as follows: 1. Findings I Recitations. The findings and recitations set forth above are true and correct and are incorporated herein by this reference. . 2. 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. 3. 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 worker-like manner and, if required to be registered, licensed or bonded by the State of Oregon, are so registered, licensed and bonded. 4. Completion Date: Consultant shall start performing the service under this contract by the beginning date indicated above and col'Jlplete the service by the completion date indicated above. 5. 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. 6. Ownership of Documents: All documents prepared by Consultant pursuant to this contract shall be the property of City. 7. Statutory Requirements: ORS 279C.505, 279C.515, 279C.520 and 279C.530 are made part of this contract. 8. Living Wage Requirements: If the amount of this contract is $18,088 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 50GA>> or more of the service work under this contract. Consultant is also required to post the notice attached hereto as Exhibit B predominantly in areas where it will be seen by all employees. 9. 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, subrogations, actions, costs, judgments, or other damages, directly, solely, and proximately caused by the negligence of City. . . .. r : t 10. Termination: a. Mutual Consent. This contract may be terminated at any time by mutual consent of both parties. b. City's Convenience. This contract may be terminated at any time by City upon 30 days' notice in writing and delivered by certified mail or in person. c. For Cause. City may terminate or modify this contract, in whole or in part. effective upon delivery of written notice to Consultant, or at such later date as may be established by City under any of the following . conditions: i. If City funding from federal. state, county or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services; ii. If federal or state regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this contract or are no longer eligible for the funding proposed for payments authorized by this contract; or iii. If any license or certificate required by law or regulation to be held by Consultant to provide the services required by this contract is for any reason denied, revoked, suspended, or not renewed. d. For Default or Breach. i. Either City or Consultant may terminate this contract in the event of a breach of the contract by the other. Prior to such termination the party seeking termination shall give to the other party written notice of the breach and intent to terminate. If the party committing the breach has not entirely cured the breach within 15 days of the date of the notice. or within such other period as the party "giving the notice may authorize or require, then the contract may be terminated at any time thereafter by a written notice of termination by the party giving notice. ii. Time is of the essence for Consultant's Performance of each and every obligation and duty under this contract. City by written notice to Consultant of default or breach may at any time terminate the whole or any part of this contract if Consultant fails to provide services called for by this contract within the time specified herein or in any extension thereof. iii. The rights and remedies of City provided in this subsection (d) are not exclusive and are in addition to any other rights and remedies provided by law or under this contract. e. Obliaation/Liabilitv of Parties. Termination or modification of this contract pursuant to subsections a, b. or c above shall be without prejudice to any obligations or liabilities' of either party already accrued prior to such termination or modification. However, upon receiving a notice of termination (regardless whether such notice is given pursuant to subsections a, b, c or d of this section, Consultant shall immediately cease all activities under this contract, unless expressly directed otherwise by City in the notice of termination. Further, upon termination, Consultant shall deliver to City all contract dOCuments, information, works-in-progress and other property that are or would be deliverables had the contract been completed. City shall pay Consultant for work performed prior to the termination date if such work was performed in accordance with the Contract. 11. 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 shall provide workers' compensation coverage as required in ORS Ch 656 for all persons employed to per(orm work pursuant to this contract. Consultant is a subject employer that will comply with ORS 656.017. 12. 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. 13. Default. The Consultant shall be in default of this agreement if Consultant: commits any material breach or default of any covenant, warrantY. certification, or obligation it owes under the Contract; its QRF status pursuant to the QRF Rules or loses any license. certificate or certification that is required to perform the Services or to qualify as a QRF if consultant has qualified as a QRF for this agreement; institutes an action for relief in bankruptcy or has instituted against it an action for insolvency; makes a general assignment for the benefit of creditors; or ceases doing business on a regular basis of the type identified in its obligations under the Contract; or attempts to assign rights in, or delegate duties under, the Contract. 14. Insurance. Consultant shall at its own expense provide the following insurance: a. Worker's Comoensation insurance in compliance with ORS 656.017, which requires subject employers to provide Oregon workers' compensation coverage for all their subject workers b. Professional Liabilitv insurance with a combined single limit, or the equivalent, of not less than Enter one: $200,000, $500,000, $1.000.000, $2.000,000 or Not Applicable for each claim, incident or occurrence. This is to qover damages caused by error, omission or negligent acts related to the professional services to be provided under this contract. c. General Liabilitv insurance with a combined single limit, or the equivalent, of not less than Enter one: $200,000, $500,000. $1.000.000, $2,000,000 or Not Applicable for each occurrence for Bodily Injury and Property Damage. It shall include contractual liability coverage for the indemnity provided under this contract. d. Automobile Liabilitv insurance with a combined single limit, or the eQuivalent, of not less than Enter one: . ,.J '1 ,. $200,000, $500,000, $1.000.000, or Not Applicable for each accident for Bodily Injury and Property Damage, including coverage for owned, hired or non-owned vehicles, as applicable. e. Notice of cancellation or chance. There shall be no cancellation, material change, reduction of limits or intent not to renew the insurance coverage(s) without 30 days' written notice from the Consultant or its insurer(s) to the City. f. Additional Insured/Certificates of Insurance. Consultant shall name The City of Ashland, Oregon, and its elected officials, officers and employees as Additional Insureds on any insurance policies required herein but only with respect to Consultant's services to be provided under this Contract. As evidence of the insurance coverages required by this Contract, the Consultant shall furnish acceptable insurance certificates prior to commencing work under this contract. The certificate will specify all of the parties who are Additional Insureds. Insuring companies or entities are subject to the City's acceptance. If requested, complete copies of insurance policies; trust agreements, etc. shall be provided to the City. The Consultant shall be financially responsible for all pertinent deductibles, self-insured retentions and/or self-insurance. 15. Governing Law; Jurisdiction; Venue: This contract shall be governed and construed in accordance with the laws of the State of Oregon without resort to any jurisdiction's conflict of laws, rules or doctrines. Any claim, action, suit or proceeding (collectively, "the claim") between the City (and/or any other or department of the State of Oregon) and the Consultant that arises from or relates to this contract shall be brought and conducted solely and exclusively within the Circuit Court of Jackson County for the State of Oregon. If, however, the claim must be brought in a federal forum, then it shall be brought and conducted solely and exclusively within the United States District Court for the District of Oregon filed in Jackson County, Oregon. Consultant, by the signature herein of its authorized representative, hereby consents to the in personam jurisdiction of said courts. In no event shall this section be construed as a waiver by City of any form of defense or immunity, based on the Eleventh Amendment to the United States Constitution, or otherwise, from any claim or from the jurisdiction. 16. THIS CONTRACT AND ATTACHED EXHIBITS CONSTITUTE THE ENTIRE AGREEMENT BElWEEN THE PARTIES. NO WAIVER, CONSENT, MODIFICATION OR CHANGE OF TERMS OF THIS CONTRACT SHALL BIND EITHER PARTY UNLESS IN WRITING AND SIGNED BY BOTH PARTIES. SUCH WAIVER, CONSENT, MODIFICATION OR CHANGE, IF MADE, SHALL BE EFFECTIVE ONLY IN THE SPECIFIC INSTANCE AND FOR THE SPECIFIC PURPOSE GIVEN. THERE ARE NO UNDERSTANDINGS, AGREEMENTS, OR REPRESENTATIONS, ORAL OR WRITTEN, NOT SPECIFIED HE~EIN REGARDING THIS CONTRACT. CONSULTANT, BY SIGNATURE OF ITS AUTHORIZED REPRESENTATIVE, HEREBY ACKNOWLEDGES THAT HE/SHE HAS READ THIS CONTRACT, UNDERSTANDS IT, AND AGREES TO BE BOUND BY ITS TERMS AND CONDITIONS. 17. Nonappropriatlons Clause. Funds Available and Authorized: City has sufficient funds currently available and authorized for expenditure to finance the costs of this contract within the City's fiscal year budget. Consultant understands and agrees that City's payment of amounts under this contract attributable to work performed after the last day of the current fiscal year is contingent on City appropriations, or other expenditure authority sufficient to allow City in the exercise of its reasonable administrative discretion, to continue to make payments under this contract. In the event City has insufficient appropriations, limitations or other expenditure authority, City may terminate this contract without penalty or liability to City, effective upon the delivery of written notice to Consultant, with no further liability to Consultant. Certification. Consultant shall sign the certification attached hereto as Exhibit A and herein incorporated by reference. CONSULTANT CITY OF ASHLAND: BY BY Signature FINANCE DIRECTOR Print Name TITLE DATE CONTRACT AWARD AND FINDINGS DETERMINED BY: By: . DATE FederallD# City Department Head Approved as to form by Legal: ACCOUNT # Date: I Date: I (For City purposes only) I *Completed W9 form must be submitted with contract PURCHASE ORDER # . . f . t. 1 EXHIBIT A CERTIFICATIONS/REPRESENTATIONS: Contractor, under penalty of perjury, certifies that (a) the number sho~n on the attached W-9 form is its correct taxpayer 10 (or is waiting for the number to be issued to it and (b) Contractor is not subject to backup withholding because (i) it is exempt from backup withholding or (ii) it has not been notified by the Internal Revenue Service (IRS) that it is subject to backup withholding as a result of a failure to report all interest or dividends, or (iii) the IRS has notified it that it is no longer subject to backup withholding. Contractor further represents and warrants to City that (a) it has the power and authority to enter into and perform the work, (b) the Contract, when executed and delivered, shall be a valid and binding obligation of Contractor enforceable in accordance with its terms, (c) the work under the Contract shall be performed in accordance with the highest professional standards, and (d) Contractor is qualified, professionally competent and duly licensed to perform the work. Contractor also certifies under penalty of pe~ury that its business is not in violation of any Oregon tax laws, and it is a corporation authoriz~d to act on behalf of the entity designated above and authorized to do business in Oregon or is an independent Contractor as defined in the contract documents, and has checked four or more of the following criteria: (1) I carry out the labor or services at a location separate from my residence or is in a specific portion of my residence, set aside as the location of the business. (2) Commercial advertising or business cards or a trade association membership are purchased for the business. (3) Telephone listing is used for the business separate from the personal residence listing. (4) labor or services are performed only pursuant to written contracts. (5) labor or services are performed for two or more different persons within a period of one year. (6) I assume financial responsibility for defective workmanship or for service not provided as evidenced by the ownership of performance bonds, warranties, errors and omission insurance or liability insurance relating to the labor or services to be provided. Contractor (Date) III. T----- Fonn W-g J. ". (Rev. October 2007) Dep~rtment c>f the rr~asury InttJrnal Re~enw SerVIce Request for Taxpayer Identification Number and Certification Give fonn to the requester. Do not send to the IRS. Nam. (as shown on yt:AJf incane tax retum) N CD a ftS Q. t: o II e!J c' -eJi 0.(,) :e (,) i CD c7J Business name, if different from abcwe Check appropriate box: D lndividuollSoIe proprietor D Corporation 0 Partneratip o Limited Dability compeny. Enter the tax classification (D=diaregerded entity, C=corporation, P=p.-1ner8hlp) ~ _______ D Other ra.. inaructicns) ~ Addr... (m.mb<<, .reet, and apt. or suite no.) City, stat., end ZP cod. List account nunber(a) her. (optional) aver Identification Number o Exempt pay.. Requester'. name and addreea (optional) ISOda".7 ~ or Employer ldentiflc8tlon runber Enter YOll' TIN in the appropriate box. The TIN provided must match the name given on Une 1 to avoid backup withholding. For individuals, this is your social security nunber (SSN). However, for a resident alien. sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification nll1lber (EIN). If you do not have a runber, see How to get a TIN on page 3. Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose nllTlber to enter. Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2. I am not subject to backup withholcing because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal. Revenue ServIce (IAS) that I am subject to backup withholding as a result of a failure to report all interest or diVidends, or (c) the IRS has notified me that I am no longer subj~ct to backup withholding, and 3. I am a U.S. citizen or other U.S. person (defined below). Certlflcatlon.lnstructIons. You m.ast cross out item 2 above if you have been notified by the IRS that you are ClI'rently subject to backlJp withholdilg because you have failed to report aU interest and dividends on ycu tax retlln. For r~ estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonnent of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and civldends, you are not reqLired to sign the Certification, but you must provide your correct TIN. See the instructions on page 4. Sign I SlgIwtLn of Here u.s. pereon ~ Date ~ General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Purpose of Form A person who Is requi'ed to file an Infarnatlon return with the IRS must obtain YCU' correct taxpayer identifICation number (TIN) to report, fa example, income paid to you, real estate transactions, matgage interest you paid, acquisition or abandonment of S8Cl.I'ed property, cancellation of debt, or contributions you made to an IRA Use Form W-9 only if you are a U.S. person ~ncluding a resident alien), to provide your correct TIN to the person requesting it (the requester) and. when applicable, to: 1. Certify that the TlN you are giving is correct (or you are waiting for a number to be Issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a u.s. person, YOl6 allocable share of any partnership income from a U.S. trade a business is not subject to the withholding tax on foreign partners' share of effectively connected income. Note. If a requester gives you a form other than Form W-9 to request yOU' TIN, you must use the requester's form if it is substantially similar to this Form W-9. Deftnltlon of a U.8. person. For federal tax pll'poses, you are considered a U.S. person if you are: . An individual who is a U.S. citizen or U.S. resident alien, . A partnership, corporation, company, or association created or aganlzed In the United States Q" under the laws of the United states, . An estate (ot her than a foreign estate), or . A domestic trust (as defined in Regulations section 301.7701-7). SpecIal rules for partnerships. Partnerships that conduct a trade a business in the United states are generally requi'ed to pay a withholding tax on any faeign perin81'S' share of income from such business. Fu1her, In certain cases where a Form W-9 has not been received, a partnership is requi-ed to presume that a pcv1ner is a faelgn person, and pay the withholding tax. Thereforet if you are a U.S. person that is a partner in a partnership conducting a trade or business in the United States, provide Fam W-9 to the partnership to establish YOll' U.S. status and avoid withholding on YOll' share of partnership income. The person who gives Form W-9 to the partnership for pll'poses of establishing its U.S. status and avoiding withholding on its allocable share of net Income from the partnership conducting a trade or business In the United states is in the following cases: · The U.S. owner of a disregarded entity and not the entity, Cat. No. 10231X F am W -9 (Rev. 10-2007) TERRA SURVEY, INC. PROPOSED SURVEYING SERVICES FEE SCHEDULE FOR CITY OF ASHLAND PROJECT NO 2008-21 SURVEY CREW: (Two Person or One person w/Robotic) $ 120.00/HR PROFESSIONAL: $80.00/HR SURVEY TECHNICIAN: $65.00/HR DRAFT PERSON: $65.00/HR CLERICAL: $45.00/HR THERE IS NO ADDITIONAL CHARGE FOR COMPUTER TIME, MILEAGE, IN- HOUSE PRINTS, MAIL, COPIES, FAXES, PHONE CALLS, OR NORMAL SURVEYING SUPPLIES SUCH AS LATH OR STAKES. THESE ITEMS ARE CONSIDERED TO BE INCLUDED IN THE HOURLY RATE. Council Communication CITY OF ASHLAND Ap~roval of Two Public Works Contracts for Flexible Surveyin2 Services February 17, 2009 Public Works/Engineering Finance Martha Bennett Primary Staff Contact: E-Mail: Secondary Contact: Estimated Time: James Olson, 552-2412 olsoni@ashland.or.us Michael R. Faught Consent Agenda Meeting Date: Department: Secondary Dept.: Approval: Question: Will Council approve two contracts for flexible surveying services that will exceed a 24 month contract period and may exceed the $50,000 contract threshold? Staff Recommendation: Staff recommends Council approve two contracts for flexible surveying services that will exceed a 24 month contract period and may exceed the $50,000 contract threshold. . Background: On October 1, 2008, staff advertised a request for proposal from qUlllified surveying firms to provide surveying services on an ongoing and flexible basis. On November 5, 2008 eight firms provided formal responses which were reviewed, scored and ranked by engineering staff. The results of the scoring follows: Ranking Firm Number of Points 1 Terrasurvey 89.0 2 Polaris Land Surveying 87.7 3 Neathamer Surveying 84.7 4 OBEC Consulting Engineers - 82.0 5 Hardey Engineering & Associates, Inc. 80.7 6 HBH Consulting Engineers 79.3 7 Hoffbuhr & Associates, Inc.' 77.0 8 Rhine-Cross Group 72.3 The terms of the request for proposal and of the resulting contract were that two firms were to be selected as primary and secondary services providers. The primary service provided was the firm receiving the highest rating while the secondary firm had the next highest score. Terrasurvey, Inc. selected as the primary consultant was offered a contract to expire on June 30, 2011 (29 months). The secondary consultant, Polaris Land Surveying LLC was offered a similar 29 month contract. The value of the primary contract is $20,000 and $5,000 for the secondary contract. The RFP and contract both contain a clause whereby the contract may be extended for two additional one-year contracts. With the maximum number of extensions for each contract the total combined cost may exceed $50,000 depending on the number of projects developed in the upcoming years. Council's consideration should be for the current contract approvals plus authorization for two one- year extensions for each contract. Page 1 of2 r61 CITY OF ASHLAND Related City Policies: AMC 2~50.020 Public Contracting Officer's Authority. "The Public Contracting Officer may execute. without prior Council approval contracts that satisfy all of the following: ... ii.. The contract does not exceed a twenty-four month contract period." Council Options: Council may approve or reject the primary and secondary flexible surveying services contract. Potential Motions: 1. Move to approve .the contracts and potential contract extensions with T errasurvey, Inc, and P~laris Land Surveying LLC. 2. Move to approve the contracts without potential contract extensions with Terrasu!!,ey, Inc, and Polaris Land Surveying LLC. 3. Move to reject the contracts with Terrasurvey, Inc. and Polaris Land Surveying LLC. Attachments: Copies of contracts Page 2 of2 r., ~ CITY Of ASHLAND December 3, 2008 Stuart Osmus T errasurvey 274 Fourth Street Ashland OR 97520 RE: SURVEYING SERVICES RFP RESULTS Dear Stuart: On November 5, 2008 the City of Ashland received eight (8) proposals for surveying services. Each of the proposals were reviewed and scored separately by a panel of three City staff members. The individual scores were then compared and averaged to determine ranking. The scoring was not an easy task as all firms were well qualified and provided excellent proposals. In scoring the proposals, emphasis was placed o,(a quick response to anticipated City needs which included knowledge of the City's rules and proce,dures and a willingness to place the City's demands as a priority. Firms that regularly submitted land division plans and demonstrated knowledge of City plat submittal and approval requirements general received a slightly higher score in the Project Team category. In assigning a value to the cost of services, the lowest cost received the full 10 points while the highest cost received 3 points and all others were scored according to their ranking. The results of the scoring are as follows: Rankin 1 2 3 4 5 6 7 8 Firm Number of Points 89.0 87.7 84.7 82.0 80.7 79.3 77.0 72.3 Based upon the above scores, the City intends to offer contracts to the first and second ranked firms as primary and secondary service providers. Thank you very much for your proposal and we greatly appreciate the time and effort expended in behalf of the City of Ashland. sincerelY~ ~{/)L - James H. Olson Engineering Services 'Manager cc: Mike Faught Engineering 20 E. Main Street Ashland. Oregon 97520 www.ashland.or.us Tel: 541/488-5347 Fax: 541-/488-6006 TTY: 8oon35-29OO ~ G:\pub_wrks\eng\dept-admin\ENGINEER\PROJECT\2008\08-21 Intent to Award Ltr 12 03 08.doc ~~ e....rT'~iJ aeeO, RDER CITY OF Ii T n ASHLAND Page 1 / 1 20 E MAIN ST.' ASHLAND, OR 97520 (541) 488-5300 2/1 0/2009 08801 VENDOR: 003354 'TERRASURVEY INC 274 FOURTH STREET ASHLAND, OR 97520 SHIP TO: Ashland Public Works -(541) 488-5587 51 WINBURN WAY ASHLAND, OR 97520 FOB Point: Terms: Net Req. Del. Date: Speciallnst: Req. No.: Dept.: PUBLIC WORKS Contact: Jim Olson Confirming? No "w ":r'" ,,",',Bi;;:,.i',' ',,/, , k"'" """ ''''Hix' :1 r, irV ;";'r~fi;.rm\';;nl;~::;:J"n;:1V';';. '.ii,;/ "ii;Qx;"Yi;i\/! ,'fiF';"" THIS IS A REVISED PURCHASE ORDER Contract for primary flexible Qeneral 17,500.00 surveyinQ services to be provided on an as needed basis. RFP Contract for Personal ServicE)s Date of aQreement: January 22, 2009 BeQinninQ date: February 1 , 2009 Completion date: June 30, 2011 Contract may be extended for two additional one year terms Insurance required/On file Not to exceed $20,000 for both purchase orders ($17,500/PO 08801 and $2,500/PO 08800) per attached fee schedule for initial 29-month contract. ~ I Approved by City Council February 17, 2009 SUBTOTAL 17 500.00 BILL TO: Account Payable TAX 0.00 20 EAST MAIN ST FREIGHT 0.00 541-552-2028 TOTAL 17,500.00 ASHLAND, OR 97520 E 110.08.14.00.70420 E 260.08.12.00.70420 E 260.08.17.00.70420 E 260.08.34.00.70420 E 260.08.35.00.70420 E 260.08.41.00.70420 E 280.08.00.00.70420 ~ ~riz~~e 300.00 E 670.08.15.00.7042 0 2,000.00 E 670.08.18.00.7042 0 ~ 000.00 E 670.08.38.00.7042 0 300.00 E 675.08.17.00.7042 0 500.00 E 675.08.37.00.7042 0 500.00 E 710.08.23.00.6041 0 600.00 3,000.00 1,000.00 800.00 2,000.00 500.00 5,000.00 VENDOR COPY CITY OF ASHLAND REQUISITION No. PW FY 2009 Department PUBLIC WORKS Vendor TERRASURVEY INC. 274 FOURTH STREET ASHLAND OR 97520 Date January 22,2009 Requested Delivery Date Deliver To JIM OLSON Via ASAP I . Item No. Quantity Unit Description Use of Purchasing Office Only Unit Price Total Price PO No. Contract for primary flexible general surveying services to be provided on an as-needed basis. Cemetery 110.08.14.00.704200 $ 300.00 Street 260.08.12.00.704200 $ 2,000.00 Street SDC 260.08.35.00.704200 $ 500.00 Street LID 260.08.41.00.704200 $ 500.00 Storm Drain 260.08.17.00.704200 $ 1,000.00 Storm Drain SDC 260.08.34.00.704200 $ 300.00 Airport 280.08.00.00.704200 $ 600.00 Water Distribution 670.08.18.00.704200 $ 1,000.00 Water Supply 670.08.15.00~704200 $ 3,000.00 Water SDC 670.08.38.00.704200 $ 800.00 WW Collections 675.08.17.00.704200 $ 2,000.00 ~7 WW SDC 675.0~0.704200 $ 500.00 Engineermg 710.08.23.00.604130 $ 5,000.00 TOTAL $ 17,500.00 for Karl: BID /RFP / EXEMPT: RFP Contract Start Date: February 1, 2009 Contract Completion Date: 30-Jun-l1 Insurance on file: ~ yes I NO Project No: N/A f Job No. Unit No. I hereby certifY that the above items are necessary for the operation of this deparbnent and ate budgeted Deparbnent Head or Authorized Person Issued By Date Received By r~' G:\pub-wrks\eng\dept-admin\SURVEYOR\Terra 2009\FY09 Terra Flexible Serv Req.xls