Loading...
Ash Creek Forest Management LLC ~ 32500080 CITY OF TIGARD - CONTRACT SUMMARY & ROUTING FORM Contract Overview Contract/Amendment Number: 32500080 Contract Start Date: 4/23/25 Contract End Date: 6/30/2026 Contract Title: On-Call Habitat Restoration Services Contractor Name: Ash Creek Forest Management, LLC Contract Manager: Joe Barrett Department: PW Contract Costs Original Contract Amount: $250,000 Total All Previous Amendments: n/a Total of this Amendment: n/a Total Contract Amount: $250,000 Procurement Authority Contract Type: Personal Services Procurement Type: PCR 10.085 Cooperative Procurements Solicitation Number: Metro RFP 4374 LCRB Date: n/a Account String: Fund-Division-Account Work Order – Activity Type Amount FY 25 TBD – will be issued through task order $250,000 FY FY FY FY Contracts & Purchasing Approval Purchasing Signature: Comments: Requires PO for use. DocuSign Routing Route for Signature Name Email Address Contractor Brad Burke bburke@ashcreekforestry.com City of Tigard Emily Tritsch Emily.tritsch@tigard-or.gov Final Distribution Contractor Coleman Krohn ckrohn@ashcreekforestry.com Project Manager Joseph Barret joseph@tigard-or.gov Project Manager Buyer Rosie McGown Rosie.mcgown@tigard-or.gov Contract Number 22500080 CITY OF TIGARD, OREGON PERSONAL SERVICES CONTRACT ON-CALL HABITAT RESTORATION SERVICES THIS AGREEMENT made and entered into this 23rd day of April 2025 by and between the City of Tigard, a municipal corporation of the State of Oregon, hereinafter called City, and Ash Creek Forest Management, LLC, hereinafter called Contractor, collectively known as the Parties. RECITALS WHEREAS, the City’s 2025 fiscal year budget provides for services related to land management; and WHEREAS, City has need for the services of a company with a particular training, ability, knowledge, and experience possessed by Contractor, and WHEREAS, City has determined that Contractor is qualified and capable of performing the services as City does hereinafter require, under those terms and conditions set forth, THEREFORE, the Parties agree as follows: 1. SERVICES TO BE PROVIDED A. Contractor will perform professional services in accordance with the terms and conditions set forth herein, and as provided in Exhibit A, incorporated herein by reference. B. Task Orders – Detailed statements of discrete work, tasks, and the required time of performance for such work will be set forth by individual Task Order. a. Task Orders may only be issued when the parties have negotiated all the material terms and conditions of the applicable services in advance, including without limitation the content required of such Task Order. b. Task Orders must be in writing and must include a detailed scope of work, performance schedule stating applicable dates and time periods, Contractor’s staff that will be working on the Task Order work scope and a line-item budget clearly stating labor and equipment costs consistent with this Agreement’s compensation terms. 2. EFFECTIVE DATE AND DURATION This Agreement is effective upon the date of execution and expires on June 30, 2026, unless otherwise terminated or extended. The Parties may agree to four (4) additional one (1) year renewals. The total term of this Contract shall not exceed five (5) years. All work under this Agreement must be completed prior to the expiration of this Agreement. 3. COMPENSATION The City agrees to pay Contractor in accordance with the fee schedule outlined in Exhibit A. The total amount paid to the Contractor by the City may not exceed Two Hundred Fifty Thousand and No/100 Dollars ($250,00.00). Payments made to Contractor will be based upon the following applicable terms: Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 2 | P a g e On-Call Habitat Restoration Services 32500080 A. Payment by City to Contractor for performance of services under this Agreement includes all expenses incurred by Contractor, with the exception of expenses, if any, identified in this Agreement as separately reimbursable. B. Payment will be made in installments based on Contractor’s invoice, subject to the approval of the City Manager, or designee, and not more frequently than monthly. Unless otherwise agreed, payment will be made only for work actually completed as of the date of invoice. C. Payment by City releases City from any further obligation for payment to Contractor for services performed or expenses incurred as of the date of the invoice. Payment may not be considered acceptance or approval of any work or waiver of any defects therein. D. Contractor must make payments promptly, as due, to all persons supplying labor or materials for the performance of the work provided for in this Agreement. E. Contractor may not permit any lien or claim to be filed or prosecuted against the City on any account of any labor or material furnished. F. Contractor will pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.167. G. Contractor will pay all contributions or amounts due the Industrial Accident Fund from the contractor or any subcontractor. H. If Contractor fails, neglects, or refuses to make prompt payment of any claim for labor or services furnished to Contractor or a subcontractor by any person as such claim becomes due, City’s Finance Director may pay such claim and charge the amount of the payment against funds due or to become due the Contractor. The payment of the claim in this manner does not relieve Contractor or their surety from obligation with respect to any unpaid claims. I. Contractor will promptly, as due, make payment to any person, co-partnership, association, or corporation, furnishing medical, surgical, and hospital care or other needed care and attention, incident to sickness or injury, to the employees of Contractor, of all sums that Contractor agrees to pay for the services and all moneys and sums that Contractor collected or deducted from the wages of employees pursuant to any law, contract, or agreement for the purpose of providing or paying for services. J. Contractor and its employees, if any, are not active members of the Oregon Public Employees Retirement System and are not employed for a total of 600 hours or more in the calendar year by any public employer participating in the Retirement System. K. Contractor must obtain, prior to the execution of any performance under this Agreement, a City of Tigard Business License. The Tigard Business License is based on a calendar year with a December 31st expiration date. New businesses operating in Tigard after June 30th of the current year will pay a pro-rated fee though the end of the calendar year. Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 3 | P a g e On-Call Habitat Restoration Services 32500080 L. The City certifies that sufficient funds are available and authorized for this Agreement during the current fiscal year. Funding during future fiscal years is subject to budget approval by Tigard’s City Council. 4. OWNERSHIP OF WORK PRODUCT City is the owner of and is entitled to possession of any and all work products of Contractor which result from this Agreement, including any computations, plans, correspondence, or pertinent data and information gathered by or computed by Contractor prior to termination of this Agreement by Contractor or upon completion of the work pursuant to this Agreement. 5. ASSIGNMENT/DELEGATION Neither party may assign, sublet or transfer any interest in or duty under this Agreement without the written consent of the other and no assignment has any force or effect unless and until the other party has consented. If City agrees to assignment of tasks to a subcontract, Contractor is fully responsible for the acts or omissions of any subcontractors and of all persons employed by them. Neither the approval by City of any subcontractor nor anything contained herein creates any contractual relation between the subcontractor and City. The provisions of this Agreement are binding upon and will inure to the benefit of the parties to the Agreement and their respective successors and assigns. 6. STATUS OF CONTRACTOR AS INDEPENDENT CONTRACTOR Contractor certifies that: A. Contractor acknowledges that for all purposes related to this Agreement, Contractor is an independent contractor as defined by ORS 670.600 and not an employee of City. Contractor is not entitled to benefits of any kind to which an employee of City is entitled and is solely responsible for all payments and taxes required by law. Furthermore, in the event that Contractor is found by a court of law or any administrative agency to be an employee of City for any purpose, City is entitled to offset compensation due, or to demand repayment of any amounts paid to Contractor under the terms of this Agreement, to the full extent of any benefits or other remuneration Contractor receives (from City or third party) as a result of said finding and to the full extent of any payments that City is required to make (to Contractor or to a third party) as a result of said finding. B. Contractor is not an officer, employee, or agent of the City as those terms are used in ORS 30.265. 7. CONFLICT OF INTEREST The undersigned Contractor hereby represents that no employee of the City, or any partnership or corporation in which a City employee has an interest, has or will receive any remuneration of any description from Contractor, either directly or indirectly, in connection with the letting or performance of this Agreement, except as specifically declared in writing. If this payment is to be charged against Federal funds, Contractor certifies that he/she is not currently employed by the Federal Government and the amount charged does not exceed their normal charge for the type of service provided. Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 4 | P a g e On-Call Habitat Restoration Services 32500080 8. INDEMNIFICATION City has relied upon the professional ability and training of Contractor as a material inducement to enter into this Agreement. Contractor represents that all of its work will be performed in accordance with generally accepted professional practices and standards as well as the requirements of applicable federal, state, and local laws, it being understood that acceptance of a Contractor’s work by City will not operate as a waiver or release. Contractor agrees to indemnify and defend the City, its officers, employees, agents, and representatives and hold them harmless from any and all liability, causes of action, claims, losses, damages, judgments, or other costs or expenses, including attorney's fees and witness costs (at both trial and appeal level, whether or not a trial or appeal ever takes place including any hearing before federal or state administrative agencies), that may be asserted by any person or entity which in any way arise from, during, or in connection with the performance of the work described in this Agreement, except liability arising out of the sole negligence of the City and its employees. Such indemnification will also cover claims brought against the City under state or federal worker's compensation laws. If any aspect of this indemnity is found to be illegal or invalid for any reason whatsoever, such illegality or invalidity does not affect the validity of the remainder of this indemnification. 9. INSURANCE Contractor and its subcontractors must maintain insurance acceptable to City in full force and effect throughout the term of this Agreement. Such insurance must cover risks arising directly or indirectly out of Contractor's activities or work hereunder, including the operations of its subcontractors of any tier. The policy or policies of insurance maintained by the Contractor must provide at least the following limits and coverages: A. Commercial General Liability Insurance Contractor will obtain, at Contractor’s expense, and keep in effect during the term of this Agreement, Comprehensive General Liability Insurance covering Bodily Injury and Property Damage on an “occurrence” form (CG 2010 1185 or equivalent). The policy must be endorsed with Additional Insured, Per Project Aggregate, Products and Completed Operations, and Personal & Advertising Injury endorsements. This coverage must include Contractual Liability insurance for the indemnity provided under this Agreement. The following insurance will be carried: Coverage Limit General Aggregate $2,000,000 Each Occurrence $1,000,000 B. Environmental/Pollution Liability Pollution Liability Insurance covering Contractor’s or appropriate subcontractor’s liability for bodily injury, property damage and environmental damage resulting from sudden accidental and gradual pollution and related cleanup costs incurred by Contractor, all arising out of the Goods delivered or Services (including transportation risk) performed under this Agreement is required. Combined single limit per occurrence Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 5 | P a g e On-Call Habitat Restoration Services 32500080 shall not be less than $2,000,000. Annual aggregate limit shall not be less than $2,000,000. An endorsement to the Commercial General Liability or Automobile Liability policy, covering Contractor’s or subcontractor’ liability for bodily injury, property damage and environmental damage resulting from sudden accidental and gradual pollution and related clean-up cost incurred by the Contractor that arise from the Goods delivered or Services (including transportation risk) performed by Contractor under this Agreement is also acceptable. C. Commercial Automobile Insurance Contractor must also obtain, at Contractor’s expense, and keep in effect during the term of the contract, Commercial Automobile Liability coverage including coverage for all owned, hired, and non-owned vehicles on an “occurrence” form. The Combined Single Limit per occurrence may not be less than $2,000,000. If Contractor uses a personally-owned vehicle for business use under this Agreement, the Contractor will obtain, at Contractor’s expense, and keep in effect during the term of the contract, business automobile liability coverage for all owned vehicles on an “occurrence” form. The Combined Single Limit per occurrence may not be less than $2,000,000. D. Workers’ Compensation Insurance All employers, including Contractor, that employ subject workers who work under this Agreement in the State of Oregon must comply with ORS 656.017 and provide the required Workers´ Compensation coverage, unless such employers are exempt under ORS 656.126. Contractor will ensure that each of its sub-contractors complies with these requirements. E. Additional Insured Provision All required insurance policies, other than Workers’ Compensation and Professional Liability, must name the City its officers, employees, agents, and representatives as additional insureds with respect to this Agreement. F. Insurance Carrier Rating Coverages provided by the Contractor must be underwritten by an insurance company deemed acceptable by the City. All policies of insurance must be written by companies having an A.M. Best rating of "A-VII" or better, or equivalent. The City reserves the right to reject all or any insurance carrier(s) with an unacceptable financial rating. G. Self-Insurance The City understands that some contractors may self-insure for business risks and the City will consider whether such self-insurance is acceptable if it meets the minimum insurance requirements for the type of coverage required. If Contractor is self-insured for commercial general liability or automobile liability insurance, Contractor must provide evidence of such self-insurance. Contractor must provide a Certificate of Insurance showing evidence of the coverage amounts on a form acceptable to the City. The City reserves the right in its sole discretion to determine whether self-insurance is adequate. Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 6 | P a g e On-Call Habitat Restoration Services 32500080 H. Certificates of Insurance As evidence of the insurance coverage required by the Agreement, Contractor will furnish a Certificate of Insurance to the City. No contract is effective until the required Certificates of Insurance have been received and approved by the City. The certificate will specify and document all provisions within this Agreement and include a copy of Additional Insured Endorsement. A renewal certificate will be sent to the below address prior to coverage expiration. I. Primary Coverage Clarification The parties agree that Contractor’s coverage is primary to the extent permitted by law. The parties further agree that other insurance maintained by the City is excess and not contributory insurance with the insurance required in this section. J. Cross-Liability Clause A cross-liability clause or separation of insureds clause will be included in all general liability policies required by this Agreement. A certificate in form satisfactory to the City certifying to the issuance of such insurance will be forwarded to: City of Tigard Attn: Contracts and Purchasing Office contractspurchasing@tigard-or.gov At the discretion of the City, a copy of each insurance policy, certified as a true copy by an authorized representative of the issuing insurance company, may be required to be forwarded to the above address. Such policies or certificates must be delivered prior to commencement of the work. The procuring of such required insurance will not be construed to limit Contractor’s liability hereunder. Notwithstanding said insurance, Contractor is obligated for the total amount of any damage, injury, or loss caused by negligence or neglect connected with this Agreement. 10. METHOD & PLACE OF SUBMITTING NOTICE, BILLS AND PAYMENTS All notices, bills and payments will be made in writing and may be given by personal delivery, mail, or by fax. Payments may be made by personal delivery, mail, or electronic transfer. The following addresses will be used to transmit notices, bills, payments, and other information: CITY OF TIGARD ASH CREEK FOREST MANAGEMENT, LLC Attn: Joseph Barret Attn: Brad Burke Address: 13125 SW Hall Blvd Tigard, OR 97223 Address: 2796 SE 73rd Ave Hillsboro, OR 97123 Phone: (503) 718-2477 Phone: (503) 624-0357 Email: joseph@tigard-or.gov Email: bburke@ashcreekforestry.com Notice will be deemed given upon deposit in the United States mail, postage prepaid, or when so faxed, upon successful fax. In all other instances, notices, bills and payments will be deemed Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 7 | P a g e On-Call Habitat Restoration Services 32500080 given at the time of actual delivery. Changes may be made in the names and addresses of the person to who notices, bills, and payments are to be given by giving written notice pursuant to this paragraph. 11. SURVIVAL The terms, conditions, representations, and warranties contained in this Agreement survive the termination or expiration of this Agreement. 12. MERGER This writing is intended both as a final expression of the Agreement between the parties with respect to the included terms and as a complete and exclusive statement of the terms of the Agreement. No modification of this Agreement will be effective unless and until it is made in writing and signed by both parties. 13. TERMINATION WITHOUT CAUSE At any time and without cause, City has the right in its sole discretion to terminate this Agreement by giving notice to Contractor. If City terminates this Agreement pursuant to this paragraph, City will pay Contractor for services rendered to the date of termination. 14. TERMINATION WITH CAUSE A. City may terminate this Agreement effective upon delivery of written notice to Contractor, or at such later date as may be established by City, under any of the following conditions: 1) If City funding from federal, state, local, or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services. This Agreement may be modified to accommodate a reduction in funds. 2) 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 Agreement. 3) If any license or certificate required by law or regulation to be held by Contractor, its subcontractors, agents, and employees to provide the services required by this Agreement is for any reason denied, revoked, or not renewed. 4) If Contractor becomes insolvent, if voluntary or involuntary petition in bankruptcy is filed by or against Contractor, if a receiver or trustee is appointed for Contractor, or if there is an assignment for the benefit of creditors of Contractor. Any such termination of this agreement under paragraph (A) will be without prejudice to any obligations or liabilities of either party already accrued prior to such termination. B. City, by written notice of default (including breach of contract) to Contractor, may terminate the whole or any part of this Agreement: 1) If Contractor fails to provide services called for by this Agreement within the time specified, or Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 8 | P a g e On-Call Habitat Restoration Services 32500080 2) If Contractor fails to perform any of the other provisions of this Agreement, or fails to pursue the work as to endanger performance of this Agreement in accordance with its terms, and after receipt of written notice from City, fails to correct such failures within ten (10) days or such other period as City may authorize. The rights and remedies of City provided above related to defaults (including breach of contract) by Contractor are not exclusive and are in addition to any other rights and remedies provided by law or under this Agreement. If City terminates this Agreement under paragraph (B), Contractor will be entitled to receive as full payment for all services satisfactorily rendered and expenses incurred, provided, that the City may deduct the amount of damages, if any, sustained by City due to breach of contract by Contractor. Damages for breach of contract include those allowed by Oregon law, reasonable and necessary attorney fees, and other costs of litigation at trial and upon appeal. 15. REMEDIES Any violation or default entitles the City to terminate this Agreement, to pursue and recover any and all damages that arise from the breach and the termination of this Agreement, and to pursue any or all of the remedies available under this Agreement, at law, or in equity, including but not limited to: 1) Termination of this Agreement, in whole or in part; 2) Exercise of the right of setoff, and withholding of amounts otherwise due and owing to Contractor, in an amount equal to City’s setoff right, including but not limited to City’s cost to cure; and 3) Initiation of an action or proceeding for damages, specific performance, declaratory or injunctive relief. 16. ACCESS TO RECORDS City will have access to such books, documents, papers and records of Contractor as are directly pertinent to this Agreement for the purpose of making audit, examination, excerpts and transcripts. 17. HAZARDOUS MATERIALS Contractor will comply with all federal Occupational Safety and Health Administration (OSHA) requirements and all Oregon safety and health requirements. In accordance with OSHA and Oregon OSHA Hazard Communication Rules, if any goods or services provided under this Agreement may release, or otherwise result in an exposure to, a hazardous chemical under normal conditions of use (for example, employees of a construction contractor working on-site), it is the responsibility of Contractor to provide the City with the following information: all applicable Safety Data Sheets, the identity of the chemical/s, how Contractor will inform employees about any precautions necessary, an explanation of any labeling system, and the safe work practices to prevent exposure. In addition, Contractor must label, tag, or mark such goods. Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 9 | P a g e On-Call Habitat Restoration Services 32500080 18. FORCE MAJEURE Neither City nor Contractor will be considered in default because of any delays in completion and responsibilities hereunder due to causes beyond the control and without fault or negligence on the part of the parties so disenabled, including but not restricted to, an act of God or of a public enemy, civil unrest, volcano, earthquake, fire, flood, epidemic, quarantine restriction, area-wide strike, freight embargo, unusually severe weather or delay of subcontractor or supplies due to such cause; provided that the parties so disenabled will within ten (10) days from the beginning of such delay, notify the other party in writing of the cause of delay and its probable extent. Such notification will not be the basis for a claim for additional compensation. Each party will, however, make all reasonable efforts to remove or eliminate such a cause of delay or default and will, upon cessation of the cause, diligently pursue performance of its obligation under the Agreement. 19. NON-WAIVER The failure of City to insist upon or enforce strict performance by Contractor of any of the terms of this Agreement or to exercise any rights hereunder should not be construed as a waiver or relinquishment to any extent of its rights to assert or rely upon such terms or rights on any future occasion. 20. HOURS OF LABOR, PAY EQUITY In accordance with ORS 279B.235, the following are hereby incorporated in full by this reference: A. Contractor may not employ an individual for more than 10 hours in any one day, or 40 hours in any one week, except as provided by law. For contracts for personal services, as defined in ORS 279A.055, Contractor must pay employees at least time and a half pay for all overtime the employees work in excess of 40 hours in any one week, except for employees who are excluded under ORS 653.010 to 653.261 or under 29 U.S.C. 201 to 209 from receiving overtime. B. Contractor must give notice in writing to employees who work on a public contract, either at the time of hire or before commencement of work on the contract, or by positing a notice in a location frequented by employees, of the number of hours per day and days per week that the employees may be required to work. C. Contractor may not prohibit any of Contractor’s employees from discussing the employee’s rate of wage, salary, benefits or other compensation with another employee or another person and may not retaliate against an employee who discusses the employee’s rate of wage, salary, benefits or other compensation with another employee or another person. D. Contractor must comply with the pay equity provisions in ORS 652.220. Compliance is a material element of this Agreement and failure to comply will be deemed a breach that entitles City to terminate this Agreement for cause. 21. NON-DISCRIMINATION Contractor will comply with all federal, state, and local laws, codes, regulations, and ordinances applicable to the provision of services under this Agreement, including, without limitation: Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 10 | P a g e On-Call Habitat Restoration Services 32500080 A. Title VI of the Civil Rights Act of 1964; B. Section V of the Rehabilitation Act of 1973; C. The Americans with Disabilities Act of 1990, as amended by the ADA Amendments Act (ADAAA) of 2008 (Pub L No 101- 336); and D. ORS 659A.142, including all amendments of and regulations and administrative rules, and all other applicable requirements of federal and state civil rights and rehabilitation statutes, rules and regulations. 22. ERRORS Contractor will perform such additional work as may be necessary to correct errors in the work required under this Agreement without undue delays and without additional cost. 23. EXTRA (CHANGES) WORK Only the City’s Project Manager for this Agreement may change or authorize additional work. Failure of Contractor to secure authorization for extra work constitutes a waiver of all right to adjust the contract price or contract time due to such unauthorized extra work and Contractor will not be entitled to compensation for the performance of unauthorized work. 24. STANDARD OF CARE Contractor will perform all work under this Agreement with the care and skill used by members of Contractor’s profession practicing under similar circumstances at the same time and in the same locale (the “Standard of Care”). Should Contractor not meet the Standard of Care, it must correct its work at its cost. Any intellectual property rights delivered to the City under this Agreement and Contractor’s services rendered in the performance of Contractor’s obligations under this Agreement, will be provided to the City free and clear of any and all restrictions on or conditions of use, transfer, modification, or assignment, and be free and clear of any and all liens, claims, mortgages, security interests, liabilities, charges, and encumbrances of any kind. 25. ATTORNEY'S FEES In the event an action, suit of proceeding, including appeal, is brought for failure to observe any of the terms of this Agreement, each party is responsible for that party’s own attorney fees, expenses, costs and disbursements for the action, suit, proceeding, or appeal. 26. CHOICE OF LAW, VENUE The provisions of this Agreement are governed by Oregon law. Venue will be the State of Oregon Circuit Court in Washington County or the U.S. District Court for Oregon, Portland. 27. COMPLIANCE WITH STATE AND FEDERAL LAWS/RULES Contractor will comply with all applicable federal, state and local laws, rules and regulations applicable to the work in this Agreement. Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 11 | P a g e On-Call Habitat Restoration Services 32500080 28. CONFLICT BETWEEN TERMS In the event of a conflict between the terms of this Agreement and Contractor’s proposal, this Agreement will control. In the event of conflict between a provision in the main body of the Agreement and a provision in the Exhibits, the provision in the main body of the Agreement will control. In the event of an inconsistency between Exhibit A and Exhibit B, Exhibit A will control. 29. AUDIT Contractor will maintain records to assure conformance with the terms and conditions of this Agreement and to assure adequate performance and accurate expenditures within the contract period. Contractor agrees to permit City, the State of Oregon, the federal government, or their duly authorized representatives to audit all records pertaining to this Agreement to assure the accurate expenditure of funds. 30. SEVERABILITY In the event any provision or portion of this Agreement is held to be unenforceable or invalid by any court of competent jurisdiction, the validity of the remaining terms and provisions will not be impaired unless the illegal or unenforceable provision affects a significant right or responsibility, in which case the adversely affected party may request renegotiation of the Agreement and, if negotiations fail, may terminate the Agreement. 31. COMPLIANCE WITH TAX LAWS Contractor represents and warrants that Contractor is, to the best of the undersigned’s knowledge, not in violation of any Oregon tax laws including but not limited to ORS 305.620 and ORS Chapters 316, 317, and 318. Contractor’s failure to comply with the tax laws of this state or a political subdivision of this state before the Contractor executed this Agreement or during the term of this Agreement is a default for which the City may terminate this Agreement and seek damages and other relief available under the terms of this Agreement or applicable law. IN WITNESS WHEREOF, City and Contractor have caused this Agreement to be executed by their duly authorized officials. CITY OF TIGARD ASH CREEK FOREST MANAGEMENT, LLC By: __________________________________ By: __________________________________ Name: _______________________________ Name: _______________________________ Title: ________________________________ Title: ________________________________ Date: ________________________________ Date: ________________________________ Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C Brad Burke Member / Director of Development 4/24/2025 Emily Tritsch Interim City Manager, Tigard 5/7/2025 12 | P a g e On-Call Habitat Restoration Services 32500080 EXHIBIT A SERVICES TO BE PROVIDED INTRODUCTION This Agreement is for on-call habitat restoration work solicited under City RFP 4374, utilizing the Cooperative Procurement clause in accordance with ORS 279A and City contract code. City will notify Contractor periodically throughout the term of the Agreement (and any renewal period) as projects are ready for work to ascertain Contractor’s availability and establish project scope and schedule. SCOPE OF WORK SERVICES: Contractor is responsible for all labor, materials (except those provided by City as provided for above), tools, equipment, transportation, and other items necessary to perform services. Contractor is responsible for transporting all labor, materials, tools, equipment, and other necessary items to and from the project site. Contractor agrees to perform work identified in one or more of the following categories, and further stated in the work task descriptions: 1) Category 1: Manual Site Preparation and Maintenance 2) Category 2: Planting and Seeding 3) Category 3: Mechanical Site Preparation and Maintenance 4) Category 4: Forest Stand Management 6) Category 6: Additional Project-related Support Services ADDITIONAL SERVICE TERMS AND SCOPE OF WORK: A. Work Order: Unless otherwise agreed, Contractor must start work within four (4) days of written notification (in the form of a Work Order) from City to proceed. Work must proceed without delay or interruption until Work Order tasks are completed. The Work Order will include, at a minimum: the work site location, a description of the work tasks, a project contract amount, any special instructions, and work completion deadlines. City may require Contractor to attend a pre-work meeting at the project site to determine the prescription and cost. B. License Requirements: Depending on the contracted services Contractor or subcontractors will need to obtain and maintain for the duration of the project one or more of the following licenses: Farm and Forest Labor Contractor License: Contractors providing manual labor (any on-the- ground work not implemented with a machine) must maintain a valid farm and Forest Labor Contractor License from the State of Oregon. Pesticide Application License: Contractors providing herbicide application services must maintain one of the following issued by the Oregon Department of Agriculture: a Commercial Applicator, Commercial Operator, or Commercial Consultant License. C. Unit Prices and Rates: Contractor’s unit prices and hourly rates are contained in the Unit Price Tables. For projects that rely on unit prices, estimated quantities will be multiplied by the unit prices, resulting in a total estimated price for each line item. The total unit prices will then be added together, resulting in a total project cost estimate. Hourly rates are included for certain activities. Through project specific instructions, City may elect to pay Contractor for work on Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 13 | P a g e On-Call Habitat Restoration Services 32500080 an hourly basis. Contractor is not entitled to reimbursement for expenses incurred in providing the services unless specified in this Scope of Work. City will calculate project acreage to the closest tenth of an acre using a horizontal plane and without regard to slope. The minimum project size for unit pricing payment purposes will be one acre. Contractor’s unit prices and hourly rates will remain fixed for the duration of the Contract term. At the beginning of any renewal period, Contractor may adjust Contractor's unit prices by a rate equal to the average change in the Consumer Price Index for Urban Wage Earners and Clerical Workers (CPI-W) for All Items in the Portland, Oregon City Region with a standard reference base by comparing the previous January 1, with that of January 1 of the current year. Contractor’s adjustment is subject to City’s review and approval. D. Payment Schedule and Billing: Contractor is entitled to receive progress payments for services provided and accepted by City and reimbursable expenses incurred and accepted by City, until the not to exceed Maximum Contract Price is reached. Work tasks performed under this Contract must be authorized via a written work order sent by City and accepted by Contractor. The scope of work, schedule, deliverables, and compensation for each tasked work order project will be defined in the task order prior to commencement of the work. Any later change to the scope of work, schedule, deliverables, and compensation for such tasked work order project must be approved by both City and Contractor. E. Payment: City will compensate Contractor for the agreed upon reimbursable expenses (without markup), identified below. Reimbursable Expenses are included in the not to exceed Maximum Contract Price. To be reimbursable, Reimbursable Expenses must be evidenced by copies of third-party invoices and receipts delivered to City. List of Reimbursable Expenses: 1. City will reimburse Contractor at cost plus 10% for herbicide, surfactants, and indicator dye that Contractor uses while performing herbicide application services on City projects. Contractors will add a separate line item on each invoice for herbicide reimbursement. Invoices for herbicide application without accompanying City Pesticide Application Record (PAR) will not be paid until the records are provided. At City’s request, Contractor will submit purchase receipts documenting cost incurred for purchase of herbicide, surfactants, and indicator dye. 2. City will reimburse Contractor at cost plus 10% for all disposal fees incurred from working on City projects. Contractors will add a separate material cost line item on each invoice for disposal fee reimbursement. Invoices for disposal fees without accompanying receipts will not be paid until the receipts are provided. City will not pay or otherwise reimburse Contractor for scheduling work, lunch breaks, maintaining herbicide inventory at Contractor’s office location, preparing invoices, quality control, correcting spray records, purchasing or repairing equipment, researching treatment options, attending of trainings or conferences to maintain licenses, disposing of or cleaning equipment or herbicide bottles, or loading and unloading materials and equipment at Contractor’s office location. F. Site Access: Work sites are generally accessible by all-weather roads. Contractor may need to Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 14 | P a g e On-Call Habitat Restoration Services 32500080 access sites on unimproved surfaces or by walking equipment into project areas. Natural Area restoration work is inherently dangerous. City does not guarantee or represent the condition of the work sites are safe. All risks of accessing sites and performing work is with Contractor. Contractor accepts the property AS-IS. G. Work Hours and Travel Time: All field work is performed Monday through Friday during daylight hours unless City’s Project Manager approves otherwise. Compensation for services begins after arrival at the project site and work begins. Compensation for service ends at site departure. Contractor must arrive prepared and ready to work with all equipment functioning and operational. If Contractor is working on multiple City sites on the same day, Contractor will be paid for transportation between sites at the lowest rate specific for the work task. H. Inspection of Work: City may, but is not obligated, to inspect and accept work after each treatment or a series of treatments. City is not obligated to accept and pay for work that contains material deficiencies as defined below. Contractor must correct material deficiencies as determined by City. I. Damage to Real Property and Native Vegetation: If Contractor causes damage to City or adjacent real property while performing services, Contractor is responsible to correct the damage and incur all costs associated with any corrective action. Contractor acknowledges that City incurs damages when native vegetation is damaged or destroyed by Contractor. Such damage includes the cost of plant material, additional Contract administration by City employees, and the loss of plant growth that would enhance resource values. As the extent of these damages is often difficult to determine, Contractor agrees to pay fixed, liquidated damages at the rate of $6.75 per plant for every native plant destroyed by Contractor. J. Native Plant and Material Collection: Contractor is prohibited from collecting plant materials from the project site unless written permission is given by City’s Project Manager. All plant materials collected, and woody biomass accumulated from woody vegetation removal under this Contract are City’s property. K. Invasive Species Prevention: Contractor must prevent the spread and introduction of invasive species. The following protocol and requirements must be implemented and followed to prevent terrestrial and aquatic invasive species spread. 1. Vehicles. City requires all Contractor vehicles to be free of mud and other organic debris inside and outside of the vehicle before entering a City property. Vehicles must utilize approved travel routes designated by City’s Project Manager. Contractor will not travel on routes that are excessively muddy or are known areas for invasive weeds. Contractor will remain on designated roads and staging areas unless otherwise authorized by City’s Project Manager. If Contractor has previously worked at a site with a known Oregon Department of Agriculture Class A noxious weed and the Contractor vehicle used at that site was driven off road, the Contractor is required to inform City’s project manager before entering City property. Contractor must follow any additional protocol required by City, including washing and vacuuming the vehicle at a vehicle washing facility before entering the City site. Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 15 | P a g e On-Call Habitat Restoration Services 32500080 2. Mechanical equipment. a. All mechanized equipment must be thoroughly cleaned (pressure washed or blown clean with pressurized air) before entering the project area. Examples of mechanized equipment include but are not limited to tractors and their implements, ATV’s, UTV’s, excavators, dump trucks, back hoes, trailers, and specialized forestry equipment. Equipment is prohibited from arriving at a project site with mud, dirt, debris, or plant materials present. b. City may inspect equipment. Equipment inspection will be arranged by City’s Project Manager and conducted at a mutually agreed location. Upon arrival at a site, City’s Project Manager will designate a staging area for equipment. This staging area will also serve as a decontamination area for equipment prior to leaving the site. c. Before removing equipment from the project area, all equipment must be thoroughly cleaned (pressure washed or blown clean with pressurized air). City’s Project Manager reserves the right to inspect the equipment before departure. 3. Worker’s clothing, boots, waders, and hand/gas powered tools. a. Personnel is prohibited from arriving at a project site with mud, dirt, debris, or plant materials present. Personnel must check and clean all clothing, boots, and tools for weed seed, dirt, and plant fragments before entering any City site, between units on a City site, and before traveling to another site. At the end of each workday, Contractor must clean clothing, boots, waders, and hand/gas powered tools before departing. b. Wading gear must be visually inspected and scrubbed or pressure-washed to remove all traces of mud, sand, and plant material before entering another body of water. Felt- soled boots must be frozen overnight before use. If needed sooner, boots can be soaked in hot water (>140°F) for at least 5 minutes or soaked for at least 5 minutes in a 20% solution of household bleach and 80% water. Rinse equipment to remove chemical residues after chemical treatments. 4. Watercraft. a. All watercraft, including but not limited to motor boats, jet boats, rubber rafts, kayaks, canoes and row boats including their trailers, must be properly cleaned and dried for five (5) full days before entering any body of water when working for City. Watercraft must be clean of any visible plants, animals, fish, muscles, or mud before entering the water or boat launching facilities. City’s Project Manager may inspect the boat on the day of its use. If not clean, the boat and crew will be turned away without compensation. b. When the project is completed, Contractor must properly clean the watercraft before its next use. Contactor must drain water from the motor, live wells, bilge, and transom wells while on land before leaving the vicinity. Contractor must wash and dry anchors, nets, floors, props, axles, trailers, and other boating equipment to kill weeds and animals not visible at the boat launch. The watercraft must remain out of the water for a minimum of 5 days in warm, dry weather or a controlled environment building if not being used in the same body of water. If there is cool, wet weather, the watercraft must be stored under cover for thirty (30) days. If needed sooner, the boat can be pressure washed with hot water heated to 140- degrees at the nozzle and dried for five (5) days in a dry building. Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 16 | P a g e On-Call Habitat Restoration Services 32500080 c. If watercraft, trailer, or tow vehicle is coming from or has been used outside of Oregon, the Contractor must provide records of where the equipment was used in the prior sixty (60) days. Watercraft must be fully cleaned and pressure washed as provided above, and dried for 30 days. d. Watercraft used in known quagga and/or zebra mussel infested waters are prohibited. City’s Project Manager reserves the right to prohibit the use of any watercraft or trailer if they have determined that the watercraft or trailer has been used in waters with a known high priority invasive species without compensation. 5. Invasive weed disposal. a. It is preferred not to move material off site because of the risk of spread. However, removal may be required depending on the circumstances. If possible, City’s Project Manager will designate a weed mulching location area (to be in a sunny area, away from waterways and outside of floodplains). Contractor must mark this location with a flag and write on the flag with a permanent marker “weed mulching site” as well as the name of the species. These locations can be used repeatedly if needed and will be monitored by City staff. Contractor must cover the plant material with plastic to solarize the weed seed and prevent wind dispersal. b. If mulching on site is not feasible or recommended, then City’s Project Manager will determine an appropriate disposal site. Materials with viable plant parts will not be disposed of at locations producing mulch, chipped products, or compost. Contractor must transport all material in heavy duty garbage bags and covered with a tarp to secure the load. If a bag is torn it must be double bagged to prevent dispersal of seed. 6. Importing material. When Contractor is required to purchase and haul in materials such as logs, trees, rocks, gravel, dirt, compost, bark dust, straw, and other supplies, Contractor must first communicate with City’s Project Manager about the origin of the materials and if the location is appropriate for procurement. City’s Project Manager reserves the right to inspect originating location. A minimum of a three (3) week notice must be given to City’s Project Manager about the origin of materials to allow for inspection. City’s Project Manager reserves the right to refuse the use of any material and recommend an alternative source. 7. Required equipment for weed prevention. a. Contractor is required to have a boot brush mounted on a wooden board as well as a hand boot brush to clean the top side of the boots and tools. A boot brush mounted in the center of a 2”x6”x 24” board is recommended. The boot brush must be used on top of an open heavy duty garbage bag to collect boot and tool debris. The collected debris must be properly disposed of by Contractor within the waste management system. This practice must be completed by Contractor on arrival to and departure from a site. b. Contractor is required to have a clothing brush-specifically designed for cleaning clothing from debris. c. For equipment cleaning, Contractor is required to have a water tank, water pump, and pressure washer or a pressurized air cleaning system. Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 17 | P a g e On-Call Habitat Restoration Services 32500080 8. Noncompliance of Invasive Species Prevention. The City project manager upon inspection and the discovery of what they deem to be unsatisfactory condition of equipment, vehicles, watercraft, boots, waders, or clothing may, at their discretion, require work stoppage and removal of offending items without compensation until the problem is remediated. L. Fuel Storage and Equipment Repair: Contractor is prohibited from storing fuel, motor oil, hydraulic fluid, grease, or any other petroleum or chemically based compounds associated with operating motor vehicles or mechanized equipment on-site. These materials must be transported to the site on an as-need basis and contained on the bed of a truck or utility trailer. If refueling must be done over open ground, a spill pan, or sorbent pad must be placed below the fueling location. Contractor is prohibited from refueling or maintaining equipment in or near on-site wetlands, wet prairie, intermittent stream channels, or open water. All used sorbent pads or spill pans must be removed from the site at the end of each day. Maintenance may only occur within the staging areas designated by City’s Project Manager. Contractor must inspect equipment for petroleum product leaks. Excessive leakage is a basis for City issuing an immediate shutdown of the operation without compensation. M. Fire Protection Requirements: During fire season, Contractor must adhere to all Oregon Forest Law (ORS) and Oregon Administrative Rules (OAR) for fire protection. Contractors must follow the Industrial Fire Precautionary Level (IFPL) set by Oregon Department of Forestry (ODF). When working on City property located in the Northeast, Eastern, and Southern side of the City region, Contractor must follow the IFPL level set by the ODF Molalla Unit CM1. When working on City property located in the Northwest and Western part of the City region, Contractor must follow the IFPL level set by the ODF Forest Grove Unit NW3. In the event a Fire Watch is required, Contractor is limited to invoicing for one 7-person or less work crew at an hourly labor rate, for the hours required for the fire watch. The fire watch personnel should patrol the project area on foot for the duration of the required period of time. If a fire occurs, Contractor must promptly report the fire to 911 and cooperate in the control and suppression of the fire. Below is a list of required equipment that Contractor must carry during fire season. Contractors not carrying the minimal equipment will be prohibited from proceeding with work that day with no compensation. Oregon Department of Forestry may require more specific equipment during specific operations. Contractor is required to check with ODF and other relevant rules before proceeding. a. Personal fire extinguisher to be worn on belt when operating equipment such as chain saws and push mowers. b. Vehicle fire extinguisher for each vehicle or piece of equipment that is on site. They must be stored on the vehicle and in operational order. c. A sharp working shovel and Pulaski in their vehicle. Contractor must have at least 1 fire tool for each worker on site during the fire season. d. A 5-gallon backpack fire pump full of water and fully operational. The backpack pump Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 18 | P a g e On-Call Habitat Restoration Services 32500080 must be stored on the equipment or vehicle that is operating or within a 1-minute walk of where Contractor is working. City reserves the right to include additional requirements as the project manager sees necessary for fire prevention and public safety. Contractor is prohibited from parking vehicles in tall grass. Contractor must use designated parking areas or the roadbed for staging. Contractor must follow all rules and regulations and not operate equipment that can cause sparks on hot dry summer days. Examples include cordless drills, chainsaws, mowers, string trimmers with metal blades, and welders. Contractor must not set equipment with hot mufflers or other hot parts such as a chainsaw in dry fuels. On hot days, if operations are still permitted, Contractor will restrict work to the morning hours when the humidity is higher. If Contractor does not follow the IFPL levels and Forest protection rules, including the above requirement, and a fire results, Contractor is responsible for fire suppression costs and property damage. Smoking is prohibited. Smoking is not allowed on City property anytime of the year. N. Field Sanitation Requirements: Contractor must follow field sanitation requirements detailed below: 1. Contractor must use established restroom facility at City site if existing. If no established restroom facility is on site, Contractor must use an off-site restroom facility before arriving, after leaving the City site, or during the Contractor provided lunch break. If a restroom facility is further than a 10 minute drive from the site, Contractor is required to do one of the following. a. Provide portable toilet and hand washing facilities when it is feasible for employees to use them and/or required by City project manager. If portable toilet is required by City’s Project Manager, a line item will be added to the invoice. b. Where it is not feasible to provide a portable toilet and hand washing facilities, Contractor must provide suitable single use portable environmental toilet kits. Contractor must lawfully dispose of single use portable toilet kits. Sanitary kits must include moist towelettes for hand washing. 2. Contractor must provide potable water and the means to carry it. O. Use of Herbicide: 1. Herbicide use and amounts must be in accordance with the label requirements and City’s Integrated Pest Management policy. Unless otherwise directed by City, herbicides must not be applied when wind speed is greater than five (5) mph or when the National Weather Service forecast calls for precipitation within 24 hours. There must be no over-spray of herbicides onto native vegetation. Where necessary, Contractor must manually or mechanically clear target vegetation away from native vegetation to protect native vegetation during spraying. In all cases, the spray mixture must contain a colorant in the amount of one (1) percent or greater of the mixture. 2. Contractor must post City approved public notice signs with legal re-entry periods at all public access points prior to spraying and leave signs on-site until re-entry periods are satisfied. Contractor must remove signs when re-entry periods are satisfied. Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 19 | P a g e On-Call Habitat Restoration Services 32500080 3. Contractor must comply with ODA regulations and have the correct personal protective equipment and a spill kit readily available. In addition, any herbicide mixing or loading that must be done over open ground requires Contractor to use a spill pan, sorbent pad, or tarp placed below the mixing and loading location. City requires spray equipment to be functional and non- leaking. Excessive leakage is e a basis for issuing an immediate shutdown of the operation without compensation. 4. When transporting herbicide in watercraft, Contractor must place herbicide containers in dry bags or waterproof totes for transport. Backpack sprayers must be transported empty and in heavy duty garbage bags. Clean boots must be worn for loading and unloading watercraft. If aquatic applications are conducted from watercraft, City’s project manager will give specific details on mixing and transport specifications. 5. City will reimburse Contractor for the cost of all herbicides, surfactants and other adjuvants, and indicator dye used in herbicide application Work Tasks. 6. Contractor must submit copies of pesticide records using City’s Pesticide Application Records (PAR) system using the City provided Survey 123 app for all herbicide work completed on City sites. The City PAR will be submitted at the time of each application and with each invoice. 7. Contractor must maintain appropriate licensing and present copies of operator, applicator, and trainee licenses at City’s request. City is not responsible for payment to Contractor if Contractor fails to provide documentation upon request. P. Disposal of Waste Material: At the conclusion of work each day, Contractor must gather and lawfully dispose of all waste generated by the project and crew. This includes empty drink containers, empty boxes, and bags, planting tags, damaged containers and plug trays, garbage, waste material, and as directed by City. Q. The Role of City’s project manager: 1. City and Contractor acknowledge that certain elements of site work in the environmental restoration field are not easily addressed in written plans or designs and are better addressed in the field while work is underway. 2. Accordingly, City will appoint a Project Manager to make decisions concerning plant placement, planting technique, employment of specific site preparation and maintenance techniques, the timing of haying, locations for slash piles, and other issues. The parties anticipate that most decisions made by the Project Manager will not affect Contractor’s costs or the terms of the work in this Contract or Work Tasks that address the project. City’s use of a Project Manager to identify work elements on the project site and monitor field work will not relieve Contractor of responsibility for complying with the terms of this Contract or any amendment to this Contract. R. Inspection of Work/Acceptance: 1. City’s Project Manager or designated representative may perform inspection surveys for compliance with all specifications on all work tasks as a basis for acceptance, payment, and recommendations for adjustment in work quality. 2. Inspections may identify any deviations from the specifications. Any such deviation must be corrected immediately. Inspections will primarily be visual. If a site does not appear to meet contract specifications, inspection data will be gathered from well-distributed, Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 20 | P a g e On-Call Habitat Restoration Services 32500080 randomly selected plots of various sizes with a total sample size of at least one (1) percent of each item in every project area. 3. City’s Project Manager or designated representative will also inspect project sites up to 21 days (up to 42 days – 6 weeks for certain winter treatments) following herbicide application to check for effectiveness and damage to non-target vegetation. City’s Project Manager or designated representative may, at their discretion, inspect project areas after they are completed. Contractor is encouraged to observe these inspections while they are underway. 4. Satisfactory Work Quality. For all items on each project area, City or its representatives will assess a work quality percentage by dividing acceptable units inspected by total work units inspected. A minimum work quality standard of 90 percent is required for all work items. 5. Unsatisfactory Work Quality. a. Work quality below 90 percent will be considered unsatisfactory. Based on inspection results, if work quality is determined to be unsatisfactory, Contractor will be required to rework the unit of work until satisfactory work quality is achieved. Once 90 percent work quality is attained, payment will be made according to Contract terms and conditions. b. Based on inspection results, if the work quality percentage falls below 90 percent, City will immediately notify Contractor in writing and instruct Contractor to improve the quality of the work. If the quality of the work is not raised to a satisfactory and acceptable level within two (2) consecutive workdays after written notification, City may cancel the Work Task and reduce payment to the percentage of work completed that is of acceptable quality. If the work is seriously or chronically deficient, Contractor recognizes that City may elect to terminate the Contract. WORK TASK DESCRIPTIONS Category 1: Manual Site Preparation and Maintenance Manual site preparation and maintenance generally applies to sites that are being restored and/or sites that have been planted with native vegetation. Any work conducted within this category requires Contractor to avoid damage to native vegetation and planted materials. Target vegetation may include all vegetation that is not planted by City or may be limited to species included on the City’s Target Species List (see Table 1 below). The use of an ATV for the tasks in this category may be required and the cost of mobilization and operation of the ATV is assumed by the Contractor in the bid price. 1) Hourly Spray Contractor to apply a City approved herbicide in a volume sufficient to adequately cover all target vegetation at the site so that it is wet but not dripping. City or its representative must approve the chemical concentration and surfactant to be used. Contractor must use sufficient dye in the tank mix to ensure sprayed areas are easily visible to the project manager. Contractor is responsible for recognizing and preventing damage to existing native vegetation and/or other existing vegetation on adjacent land. City may elect to pay hourly for backpack spot spray tasks on projects where measurements of acreage is impractical or impossible, or target vegetation density is sparsely populated. 2) Backpack Broadcast or Combination (ring, row & spot) Spray. Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 21 | P a g e On-Call Habitat Restoration Services 32500080 Contractor to apply a City approved herbicide in a volume sufficient to adequately cover all target vegetation at the site so that it is wet but not dripping. City or its representative must approve the chemical concentration and surfactant to be used. Contractor must use sufficient dye in the tank mix to ensure sprayed areas are easily visible to the project manager. Contractor is responsible for recognizing and preventing damage to existing native vegetation and/or other existing vegetation on adjacent land. City may elect to pay acreage rates for backpack broadcast spray tasks on projects where measurements of acreage is practical and target vegetation is uniform and densely populated, or where a combination of row, ring, and spot sprays are needed with in the same unit. 3) Backpack Ring or Row Spray Contractor to apply a City approved herbicide in a volume sufficient to adequately cover all target vegetation within a circle of planted and naturally recruited native vegetation so that it is wet but not dripping. City or its representative must approve the chemical concentration and surfactant to be used. Contractor must use sufficient dye in the tank mix to ensure sprayed areas are easily visible to the project manager. City project manager will specify whether the work is a circle or line spray and will specify circle size (if applicable) prior to work start. Contractor is responsible for recognizing and preventing damage to existing native vegetation and planted materials and/or other existing vegetation on adjacent land. 4) Hack and Squirt Contractor to treat target woody plants by making cuts totaling not less than sixty (60) percent of the plant’s circumference through the bark and cambium layers and injecting or spraying (at low pressure) a City approved herbicide and concentration into cuts. 5) Cut Stump Contractor to treat target woody plants by cutting the plant to the ground and immediately applying a City approved herbicide and concentration to the entire cut portion of the stump. 6) Hand Mow/Cut Contractor to cut target vegetation using equipment specified by project manager such as chainsaw, hedge trimmer, string trimmer, handheld brush cutter or other cutting equipment to a height of 4-6” or otherwise specified by City’s project manager. Target vegetation may include all vegetation that is not planted by City. Hand mow/cut will target all vegetation such as shrubs, blackberry, and grasses. Contractor is responsible for recognizing and preventing damage to existing native vegetation and/or other existing vegetation on adjacent land. City may elect to pay per acre for mow/cut tasks where measurements of acreage is practical and possible, and vegetation is densely populated. City may elect to pay hourly for mow/cut tasks or hire hourly work on projects where measurements of acreage is impractical or impossible, or the vegetation at the site requires cutting techniques that are not consistent with typical per acre work. 7) Push Mow Contractor will cut target vegetation using pedestrian equipment (brush mower or similar equipment) to the specified height. Target vegetation may include all vegetation that is not planted by City. Contractor is responsible for recognizing and preventing damage to existing native vegetation and/or other existing vegetation on adjacent land. 8) Hourly Spray from Watercraft Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 22 | P a g e On-Call Habitat Restoration Services 32500080 Contractor to apply a City approved herbicide in a volume sufficient to adequately cover all target vegetation at the site so that it is wet but not dripping. City or its representative must approve the chemical concentration and surfactant to be used. Contractor must use sufficient dye in the tank mix to ensure sprayed areas are easily visible to the project manager. Contractor is responsible for recognizing and preventing damage to existing native vegetation and/or other existing vegetation on adjacent land. 9) Hourly Labor City project manager may elect to pay hourly labor for activities not specifically described in this Scope of Work. Activities may include but will not be limited to the following: removing planting tubes, hand pulling weeds, pulling fence posts, garbage clean-up, mulching, etc. Table 1: Target Invasive Species List Plant Species Latin Name Common Name Forb ALPE Alliaria petiolata Garlic Mustard Forb ARMI Arctium minus Burdock Forb BRCAM Brassica campestris Field Mustard Forb CEDI Centaurea diffusa Diffuse Knapweed Forb CEMA Centaurea maculosa Spotted Forb CENI Centaurea nigra Black Knapweed Forb CIAR Cirsium arvense Canada Thistle Forb CIVU Cirsium vulgare Common Thistle Forb CLVI Clematis vitalba Traveler's Joy Forb COMA2 Conium maculatum Poison Hemlock Forb COAR Convolvulus arvensis Field Morning Forb DISY Dipsacus sylvestris Teasel Forb GAVE Galium aparine Clevers Bedstraw Forb GERO Geranium Herb Robert Forb HEHE Hedera helix English Ivy Forb HEMA Heracleum Giant Hogweed Forb IRPS Iris pseudoacorus Yellow Flag Iris Forb LAGA Lamiastrum Yellow Arch Angel Forb LOCO1 Lotus corniculatus Birdsfoot Trefoil Forb LYSA Lythrum salicaria Purple Loosestrife Forb POCU Polygonum Japanese Forb POSA Polygonum Giant Knotweed Forb SEJA Senecio jacobaea Tansy Ragwort Forb SODU Solanum dulcamara Bittersweet Grass ALPR Alopecurus pratensis Meadow Foxtail Grass BAMB Bamboo Bamboo Grass BRSY Brachypodium False Brome Grass FEAR Festuca arundinacea Tall Fescue Grass PAST Pasture Grass Pasture Grass Grass PHAR Phalaris arundinacea Reed Canarygrass Grass TURF Turf Grass Turf Grass Shrub CYSC Cytisus scoparius Scot's Broom Shrub DALA Daphne laureola Spurge Laurel Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 23 | P a g e On-Call Habitat Restoration Services 32500080 Plant Species Latin Name Common Name Shrub ILAQ Ilex aquifolium English Holly Shrub PRLA Prunus laurocerasus Laurel Shrub ROSP Rosa ssp Non-native Roses Shrub RULA Rubus laciniatus Evergreen Shrub RUDI Rubus armenicus Himalayan Tree CRMO Crataegus monogyna European Tree CROX Crataegus oxycantha English Hawthorn City may add species to the list as needed to respond to new and emerging invasive weeds. Category 2: Planting and Seeding Services Planting generally refers to planting material including but not limited to bare root plants, containerized plants, plugs, bulbs, live pole cuttings, seed, and root fragments as well as associated tasks such as installing plant protection, harvesting plant material, etc. The use of an ATV for this category may be required at times by City project manager and the cost of mobilization and operation of the ATV is assumed by the contractor in the bid price. 1) Hand or Crank Broadcast Seed Contractor to apply native seed mixed with or without rice hull or other approved spreader to project sites by hand or using hand crank spreaders at a rate specified by City (typically between five (5) and twenty-five (25) pounds per acre). Contractors must calibrate approved spreader and will mix seed according to City project manager specifications. 2) Machine Broadcast Contractor to apply native seed to project sites using machine seed spreaders at a rate determined by City project manager (typically between five (5) and 15 pounds per acre). 3) No-Till Drill Seed Contractor will apply native seed to project sites using a no-till drill at a rate determined by City project manager (typically between five (5) and 15 pounds per acre). The seeding equipment will be subject to the equipment Invasive Species and cleaning requirements. 4) Harvest Seed Contractor to harvest native seed from City’s Native Plant Center or sites indicated by City project manager. Contractor must correctly identify the targeted species to be collected and follow City’s seed collection and plant material handling protocols and best practices. Contractor is responsible for differentiating between similar species and maintaining the integrity of the collection by minimizing non-target, invasive, and inert materials. Contractor is responsible for collecting a genetically diverse seed lot. Upon harvest, Contractor must place seed in City approved bags or buckets. Seed must be kept covered with light colored tarps and in a cool dry place until plant materials are received by City. Contractor is responsible for providing seed collection data per City’s procedures and delivering the harvested plant material from the site of harvest to City’s Native Plant Center at the Borland Field Office Location. 5) Seed Cleaning Contractor will clean seeds in accordance with City approved techniques. The cleaning process must Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 24 | P a g e On-Call Habitat Restoration Services 32500080 take place at City’s Native Plant Center and comply with City staff procedures. 6) Herbaceous Plant Material Harvest Contactor to harvest herbaceous plant materials from sites including the Native Plant Center, as indicated by City’s project managers. This task includes harvesting the following material types: bulbs, rhizomes, root fragments, herbaceous bare roots, and similar types of propagules. Harvesting may include salvage from sites or beds at the Native Plant Center. Contractor is responsible to correctly identify materials to harvest, utilizing techniques that will ensure propagules will survive the harvest and subsequent planting. 7) Sod Removal - Planting Spot Preparation Contractor to prepare individual planting spots for bare root or container plants by scraping away all live and dead vegetation, roots, and rhizomes from a 16-inch diameter circle unless otherwise specified. Where the slope of the ground is greater than 20 percent, Contractor must also construct a flat planting area. 8) Plant Standard and Oversized Bare Root Plants Contractor to plant standard sized bare root plants provided by City, which are typically less than thirty (30) inches tall above the root crown, with a root mass less than ten (10) inches long and less than eight (8) inches wide, with a few exceptions. Contractor must plant bare root plants in row or random arrangements or as directed by City’s project manager. Contractor is responsible for transporting plant material from one of City’s pick-up locations to the project site. Contractor to plant oversized bare root plants provided by City, which are typically greater than thirty (30) inches tall above the root crown, with a root mass greater than ten (10), inches long and greater than eight (8) inches wide, with a few exceptions. Contractor must plant bare root plants in row or random arrangements or as directed by City’s project manager. Contractor is responsible for transporting plant material from one of City’s pick-up locations to the project site. Contractor to transport, protect, handle, and plant standard and oversized bare root plants as follows: a) Protecting Plant Materials during Transport Plant material must be transported in fully- enclosed trailers or trucks with canopies. Open- bed trucks may be used only if Contractor covers plant materials with (intact) seedling protection tarps to protect plant materials from wind damage and freezing. Plant material must not be transported in heated crew vehicles. b) Protection of Plant Materials on Project Site Contractor must keep plants covered at all times using (intact) seedling protection tarps and protect all plant material from loss, destruction, or damage of any kind, including physical injury, freezing, heating, or drying. Contractor is responsible for all loss, destruction, or damage to plant material that occurs from the time Contractor takes possession of the plant material until the plant material is planted. Contractor is responsible for inspecting plants/bags at pickup to verify plants are in good health. c) Handling of Plant Materials during Planting Contractor must ensure that plant root systems are in a dripping wet state prior to planting. If necessary, Contractor will dip the entire root system of all plants in water upon removing the plants from the storage bag and then place plants directly into a planting bag. Plant material Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 25 | P a g e On-Call Habitat Restoration Services 32500080 must be carried into planting areas only in City approved planting bags. The quantity of seedlings placed in a planting bag must be limited to that which allows the removal of individual seedlings without damage to tops or roots. Contractor to remove only one seedling at a time from a planting bag only after the planting hole has been prepared. Contractor must not cull plant material or prune roots or stems unless directed by City. d) Plant Placement Contractor must plant bare root plant material at various planting densities as directed by City’s project manager or as indicated in any Work Order that addresses the project. City may also specify where certain plant species or associations of plant species are to be planted within each project area. Plant material planted in inappropriate places is subject to rejection by City during inspections. Inappropriate places are places where logs, compacted slash greater than 18 inches in depth, rock outcrops, cobble, gravel, standing water, or other media prevent planting tools from making an acceptable planting hole. When an inappropriate place is encountered, Contractor must plant the plant material in the nearest appropriate location. e) Planting Technique Contractor must prepare a planting hole that is wide and deep enough to fully suspend the roots of the plant material. Contractor must suspend the root system near the center of the planting hole, with roots in a near-natural arrangement, at a depth at which the root collar is exposed and the entire root system is covered by soil after filling, packing, and leveling. A “near-natural arrangement” means that roots approximate the position they would have when growing in nature, and are not twisted, tangled, compacted, curled, or bent relative to a position that is perpendicular to the ground surface. Each plant must be set firmly in the ground, with moist soil filled in and placed firmly around the roots. There can be no air pockets adjacent to or near the roots. Contractor must level the soil near the plant after planting and firming so that there are no depressions or mounds near the stem. f) City’s Right to Suspend Planting. City may suspend planting work if City determines that weather conditions could damage plant material even if the material is handled in accordance with this Contract. City may also suspend planting work at any time if City determines that Contractor is not handling plants or planting in accordance with this Contract. Suspension in accordance with this section is not compensable. 9) Plant Standard Container Plants Contractor to plant one gallon or similarly sized container plants provided by City in row or other arrangement as directed. Contractor is responsible for transporting plant material from one of City’s pick-up locations to the project site. Contractor will transport, protect, handle and plant container plants as follows: a) Protection of Plant Materials Contractor must protect all plant material from loss, destruction, or damage of any kind, including physical injury, freezing, heating, or drying. Plant materials must not be transported in heated crew vehicles. Contractor is responsible for all loss, destruction, or damage to plant material that occurs from the time Contractor takes possession of the plant material until the Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 26 | P a g e On-Call Habitat Restoration Services 32500080 plant material is planted. b) Handling of Plant Materials during Planting Contractor must carry plants by their containers to project site without damaging stems or leaves. Contractor must not prune roots or stems. c) Plant Placement Contractor must plant container plants at various planting densities as directed by City or as indicated in any Work Order that addresses the project. City may also specify where certain plant species or associations of plant species are to be planted within each project area. Plant material planted in inappropriate places will be subject to rejection by City during inspections. Inappropriate places are places where logs, compacted slash greater than 18 inches in depth, rock outcrops, cobble, gravel, standing water, or other media prevent planting tools from making an acceptable planting hole. When an inappropriate place is encountered, Contractor must plant the plant material in the nearest appropriate location. d) Planting Technique Contractor must prepare a planting hole that is twice as wide and the same depth as the plant root ball. If root bound, Contractor will break up roots and eliminate any circling roots prior to planting. Each plant must be set firmly in the ground, with moist soil filled in and placed firmly around the roots. There can be no air pockets adjacent to or near the roots. Contractor must level the soil near the plant after planting and firming so that there are no depressions or mounds near the stem. e) City’s Right to Suspend Planting City may suspend planting work if City determines that weather conditions could damage plant material even if the material is handled in accordance with this Contract. City may also suspend planting work at any time if City determines that Contractor is not handling plants or planting in accordance with this Contract. Suspension in accordance with this section is not compensable. 10) Plant Small Container Plants Contractor to plant container plants less than one gallon in size provided by City in row or other arrangement as directed. Example containers include 4-inch pots, plugs, and similar sized containers smaller than one gallon. Contractor is responsible for transporting plant material from one of City’s pick-up locations to the project site. Contractor must follow transportation and handling protocols outlined for Plant Standard Container Plants above. 11) Plant Bulbs or Root Fragments Contractor to plant bulbs or root fragments using picks, hand trowels, or bare- root planting shovels. City’s project manager will specify the planting density and species configurations at the time of the planting. Planting depth varies by species and will be specified by City’s project manager. Contractor is responsible for transporting plant material from one of City’s pick-up locations to the project site. 12) Harvest Small Pole Cuttings Contractor to harvest 18- to 24-inch-long pole cuttings from sites indicated by City’s project manager. When harvesting, Contractor must cut the bottom of each pole at a 45° angle. Upon harvest, Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 27 | P a g e On-Call Habitat Restoration Services 32500080 Contractor must arrange cuttings so that the bottoms and tops are in the same direction and place cuttings bottom end first in bundles of 100 in buckets with water. Cuttings must be kept on site and covered with light colored tarps or in water at all times until they are planted. Contractor will harvest no more than one-third of the donor plant’s branches. 13) Harvest Large Pole Cuttings Contractor to harvest 25- to 48-inch-long pole cuttings from sites indicated by City’s project manager. When harvesting, Contractor must cut the bottom of each pole at a 45° angle. Upon harvest, Contractor must arrange cuttings so that the bottoms and tops are in the same direction and place cuttings bottom end first in bundles of 100 in buckets with water. Cuttings must be kept on site and covered with light colored tarps or in water at all times until they are planted. 14) Plant Small Pole Cuttings Contractor to plant 18- to 24-inch-long pole cuttings at density indicated by City’s project manager. Contractor must insert pole cuttings into the ground to a depth equal to two-thirds of its total length. City’s project manager may direct Contractor to plant the cuttings vertically, perpendicular to the ground surface, or at another angle. Pole cuttings must be planted bottom end first. Pole cuttings must be planted using a rubber mallet or dead blow hammer to drive into the ground or pushed into the ground by hand. Contractor must remove and replace any cuttings that are broken, skinned during planting, planted upside down, and/or not planted to the proper depth. 15) Plant Large Pole Cuttings Contractor to plant 25- to 48-inch-long pole cuttings at density indicated by City’s project manager. Contractor must insert pole cuttings into the ground to a depth equal to two-thirds of its total length. City’s project manager may direct Contractor to plant the cuttings vertically, perpendicular to the ground surface, or at another angle. Pole cuttings must be planted bottom end first. Pole cuttings must be planted using a rubber mallet or dead blow hammer to drive into the ground or pushed into the ground by hand. Contractor must remove and replace any cuttings that are broken, skinned during planting, planted upside down, and/or not planted to the proper depth. 16) Auger Planting Requirements for standard auger planting, unless otherwise specified by City’s project manager: a) 4” hole using true auger with sealed chain case (e.g., not a chainsaw adapted augur that can leak oil) b) Hole to be deep enough to plant pole cutting at a depth equal to two-thirds its total length. c) Fill hole with 3-5 pole cuttings that are each 18-48” long and approximately 1” in diameter. d) Use rubber mallet to pound pole cuttings 2-3” into soil at base of augured hole. e) Use loppers to flush cut top of pole cuttings if damaged. f) Carefully and thoroughly refill the remaining portion of the augured hole and step the soil down firmly and completely around pole cuttings, to seal the planting hole. 17) Apply Mulch Contractor to apply mulch in the form of wood chips or shavings around each planted plant. Mulch must be spread in a 16-inch diameter circle to a depth of three (3) inches without covering the plant stem. City’s project manager may change the quantity and kind of mulch material when warranted by Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 28 | P a g e On-Call Habitat Restoration Services 32500080 site conditions. City will coordinate and pay for the mulch and delivery unless otherwise requested by the City’s project manager. 18) Mark Plants with Bamboo Stakes Contractor to install a bamboo stake up to 48-inch in length adjacent to planted trees and shrubs. Stakes must be driven vertically into the ground at a location four (4) inches from the base of the plant, and to a minimum depth of nine (9) inches. Bamboo stakes must be installed with the larger diameter end in the ground. Contractor is responsible for transporting bamboo stakes from one of City’s pick-up locations to the project site. At the end of each day, Contractor must re-bundle and load materials into Contractor’s vehicle, unless directed to do otherwise by the City’s project manager. 19) Install Vexar or Equivalent Tube and Bamboo Stakes a) Contractor must position the bottom end of the tube so that it is in full contact with the ground. Contractor must anchor each plant tube to the ground using two bamboo stakes. Contractor must weave a vertical stake 48 inches in length through the tube webbing a minimum of four (4) times and insert it into the ground to a minimum depth of nine (9) inches. Bamboo stakes must be on the inside of the bottom of the tube and installed with the larger diameter end in the ground. Contractor must secure the tube using a 24-inch-long stake placed diagonally to a depth of six (6) inches and woven twice between the tube and vertical stake. The tube must be centered on the plant and installed so that it remains in full contact with the ground when subjected to a moderate upward tug. The maximum allowed lean of the tube is two (2) inches from vertical, measured from the top of the tube. b) Contractor must not damage the plant during tube installation and, if necessary, will reach into the tube to ensure that branches are in a natural position. Plants with skinned bark, a broken terminal leader, a curled leader inside the tube, or a leader protruding through the side of the tube are subject to rejection by City’s project manager. Contractor must discard and replace stakes broken during installation. Where rocky ground prevents driving the stakes to the full depth on the first attempt, the stake must be moved to a location where the tube can be driven to the required depth. If soil conditions prevent proper stake installation on many plants throughout a planting site, Contractor must notify City’s project manager. c) Contractor is responsible for transporting bamboo stakes and Vexar tubes from one of City’s pick-up locations to the project site. At the end of each day, Contractor must bundle and load materials into Contractor's vehicle, unless directed to do otherwise by City’s project manager. 20) Install Solid Blue Tree Protection Tube or Equivalent and Bamboo Stakes a) Contractor must position the bottom end of the completely joined/closed tube so that it is in full contact with the ground. The tube must be closed by a minimum of three cable ties (zip ties). Contractor must anchor each plant tube to the ground using a single 4-foot bamboo stake. The bamboo stake must be located on the inside of the tube and inserted through the cable ties used to close the tube. The tube must be centered on the plant and installed so that it remains in full contact with the ground when subjected to a moderate upward tug. The maximum allowed lean of the tube is two (2) inches from vertical, measured from the top of the tube. b) Contractor must not damage the plant during tube installation and, if necessary, will reach into the tube to ensure that branches are in a natural position. Plants with skinned bark, a broken terminal leader, a curled leader inside the tube, or a leader protruding through the Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 29 | P a g e On-Call Habitat Restoration Services 32500080 side of the tube are subject to rejection by City’s project manager. Contractor must discard and replace stakes broken during installation. Where rocky ground prevents driving the stakes to the full depth on the first attempt, the stake must be moved to a location where the tube can be driven to the required depth. If soil conditions prevent proper stake installation on many plants throughout a planting site, Contractor will notify City’s project manager. c) Contractor is responsible for transporting bamboo stakes and solid tubes from one of City’s pick-up locations to the project site. At the end of each day, Contractor must bundle and load materials into Contractor's vehicle, unless directed to do otherwise by City’s project manager. 21) Hourly Planting City may elect to pay hourly for combinations of planting work tasks or hire hourly work on projects where measurements of units are impractical or impossible, or the project requires special planting techniques that are not consistent with typical unit pricing. Hourly planting tasks may include but will not be limited to planting various material stock types, bamboo staking, sod removal, spreading of straw, installation of specialized planting tubes or wire caging to exclude beavers. 22) Delivery Lump Sum Rate At the request of the City’s project Manager, Contractor to pick up and deliver plant materials, including bamboo stakes and tree protection tubes, to the project site. The lump sum rate will represent the cost for one person to drive (approximately 20-30 miles round trip) to the specified location, load the materials, and return to the project site. Category 3: Mechanical Site Preparation and Maintenance Contractor providing services in this category will support natural area restoration projects, not construction-related projects. Examples include mowing, tilling, boom spraying removing culverts, decommissioning minor road systems, hauling rock and debris, removing beaver dams, grading of soil for site preparation, place large woody debris, place boulders to control access, etc. All tasks will include the cost of an equipment operator. This category does not include the installation and/or construction of any capital improvement project: for example, new road construction, installing gates, installing in-stream log structures, and constructing parking lots. 1) Boom Spray or Hose Reel Spray Contractor to apply a City approved herbicide using a tractor, mule, ATV, or other equipment in a volume sufficient to adequately cover all target vegetation so that it is wet but not dripping. City or its representative must approve the application rate and surfactant prior to work start. Target vegetation may include all vegetation that is not planted by City or may be limited to species included on the City’s Target Species List. Contractor is responsible for recognizing and preventing damage to existing native vegetation and/or other existing vegetation on adjacent land. 2) Field Flail or Rotary Mow Contractor to flail or mow target vegetation using a tractor, skid-steer, or other mowing equipment. Contractor is responsible for recognizing and preventing damage to existing native vegetation and/or other existing vegetation on adjacent land. Mowing cannot be performed when the ground conditions are such that the equipment is damaging the terrain or causing erosion. Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 30 | P a g e On-Call Habitat Restoration Services 32500080 3) Field Tilling Contractor to till or disc using standard farm equipment. City’s project manager will indicate depth of till or disc prior to work beginning. 4) Field Mowing Between Planting Rows or Clusters of Plants Contractor to flail or mow target vegetation using a tractor, skid-steer, or other mowing equipment between six (6) and nine (9) foot planting rows or plantings in clusters in a field. Contractor must mow to within one (1) foot of edge of cluster plantings. Contractor is responsible for recognizing and preventing damage to existing native vegetation and/or other existing vegetation on adjacent land. Mowing cannot be performed when the ground conditions are such that the equipment is damaging the terrain or causing erosion. 5) Field Haying Contractor to cut, bale, and haul hay to an on-site location using standard farm equipment. Contractor must stack bales at a site marked by City’s project manager. Field Haying cannot be performed when the ground conditions are such that the equipment is damaging the terrain or causing erosion. 6) Loading and Hauling with Watercraft Contractor to provide an experienced operator and State of Oregon licensed watercraft. City’s project manager may request the use of the following: jet boat capable of running shallow waterways such as the Clackamas and Sandy River systems, propeller boat capable of running water ways such as the Willamette, Columbia, and Tualatin Rivers, and non-motorized boats such as rafts, canoes, kayaks, and row boats. Hours billed must only include time spent operating watercraft. Watercraft selection must be approved by City’s Project Manager prior to implementation. Examples of watercraft use include, but are not limited to hauling restoration crew members, City employees, supplies, herbicides, restoration activities, and weed management surveying. 7) Hauling and Dumping with Dump Truck Contractor to provide an experienced operator to collect, haul, and dump restoration supply materials. Examples include rock, soil, debris, and other wood materials. Vehicles will only operate on haul roads marked by the City’s project manager and speed cannot exceed 15 miles per hour on any gravel access drives or private drives. 8) Loading, Hauling, Grading and Removal with Excavator Contractor to provide an experienced operator to excavate, grade, remove, or place materials as required. Examples include excavating debris (e.g. stumps, concrete etc.), placing large rock boulders for access control, and placing large wood for restoration projects. 9) Loading, Hauling, Grading and Removal with Walking Excavator Contractor to provide an experienced operator to excavate, grade, remove, and place materials as required. Examples include excavating debris (e.g. stumps, concrete etc.), repairing landslides, and placing boulders for access issues. 10) Loading, Hauling, Grading and Removal with Skid Steer Contractor to provide an experienced operator to excavate, grade, remove, and place materials as required for a number of tasks. Examples include removing debris, hauling rock and loading materials for disposal for restoration projects. Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 31 | P a g e On-Call Habitat Restoration Services 32500080 11) Grading, Ripping, and Removal with Bulldozer Contractor to provide an experienced operator to excavate, grade, remove, and place materials as required for a number of tasks. Examples include removing debris, grading soil, and rock materials for disposal for restoration projects. 12) Loading, Hauling, Grading and Removal with Tractor/Backhoe Contractor to provide an experienced operator to excavate, grade, remove, and place materials as required for a number of tasks. Examples include removing debris, hauling rock, and loading materials for disposal for restoration projects. 13) Hardpan Disruption with a Keyline Plow or Subsoiler Contractor to provide an experienced operator to subsoil previously cultivated fields to prepare for restoration. 14) Roadside Brushing Contractor to provide an experienced operator to mechanically bush forestry roads, around infrastructure, and areas needing brushing. Examples include brushing forestry road systems, brushing around gates, fences, and other infrastructure, and generally clear areas needing and articulated arm forestry type mowing. Equipment must be able to masticate trees and shrubs to ground level on roadsides, sloped surfaces, and uneven terrain. In some cases, City’s project manager may require that stumps be left exposed for herbicide application. Category 4: Forest Stand Management Contractor providing services in this category will conduct routine forest management activities such as thinning, snag creation, and slash management. Contractors must follow all herbicide use protocols, invasive species prevention protocols, and all equipment fueling and repair requirements. 1) Small Diameter Tree Cutting (Pre-commercial thinning) Contractor to provide qualified fallers to cut and fall trees under 8” DBH (diameter breast height) marked or otherwise designated by the City’s project manager. Unless directed otherwise, the following specifications apply. a) Stump height Stumps of all felled trees must be cut to a height of no more than one foot from the ground on the uphill side or cut flush to the ground in areas designated by City’s project manager. To minimize soil disturbance, tree stumps must not be grubbed or otherwise removed. b) Leave trees Felling, girdling, or topping of, or other damage to leave trees is prohibited. If a leave tree is damaged during the course of project operations, Contractor must notify City’s project manager. Damage to leave trees will result in a suspension of operations until adequate precautions are taken to prevent additional damage to these and other trees. c) Limbing City’s project manager will direct the Contractor to limb branches on fallen trees to prepare the material for slash piling. Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 32 | P a g e On-Call Habitat Restoration Services 32500080 d) Bucking Contractor will not buck trees unless specifically directed by City’s project manager. 2) Large Diameter Tree Cutting Contractor to provide qualified fallers to cut and fall trees larger than 8” DBH (diameter breast height) and up marked or otherwise designated by City’s project manager. Unless directed otherwise, the following specifications apply. a) Directional falling Trees must be fallen directionally to avoid damage to leave trees. Fallers must utilize standard techniques such as the use of face cuts, back cuts, holding wood, and wedges. b) Stump height Stumps of all felled trees must be cut to a height of no more than one foot from the ground on the uphill side or cut flush to the ground in areas designated by City’s project manager. To minimize soil disturbance, tree stumps will not be grubbed or otherwise removed. c) Leave trees Felling, girdling, or topping of, or other damage to leave trees is prohibited. If a leave tree is damaged during the course of project operations, Contractor must notify City’s project manager. Damage to leave trees will result in a suspension of operations until adequate precautions are taken to prevent additional damage to these and other trees. d) Limbing City’s project manager will direct the Contractor to limb branches on fallen trees to prepare the material for slash piling. e) Bucking If necessary, City’s project manager will direct the Contractor to buck fallen trees into varying lengths. Contractor must not buck trees without specific instruction to do so. 3) Mechanical Snag Creation Contractor to mechanically cut and/or scar trees to create snags or purposely damage trees. Snag creation may include topping tree, girdling tree, removal of all or some branches, and/or creating wounds along the bole to promote cavity formation. 4) Mechanical Tree Cutting and Shearing Contractor to cut trees with a harvester or shear trees with a mechanized tree shearer. Equipment must be able to cut/shear at ground level. City’s project manager will indicate pile locations. Contractor must treat stumps immediately with a City approved herbicide and concentration if requested by City’s project manager. 5) Tree and Shrub Mastication & Stump Grinding Contractor to masticate trees and shrubs with a mechanized masticator. Equipment must be able to masticate trees and shrubs to ground level. In some cases, City’s project manager may require stumps left exposed for herbicide application. This category also may include the use of a stump grinder. 6) Loading and Hauling of Slash and Logs Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 33 | P a g e On-Call Habitat Restoration Services 32500080 Contractor to move slash and logs from areas of tree removal and pile at designated landings, including dumpster, truck, or tractor. Needed equipment examples include an excavator equipped with a mechanical thumb and bucket or equipped with a grapple capable of picking up logs and slash. 7) Hauling Trees, Slash or Chips As directed by City, Contractor to provide a vehicle to transport logs, slash, or chips generated from forest stand management activities. Vehicles may include dump trucks, self-loading log trucks, trucks with dumpsters, or similar equipment. Vehicles may only operate on haul roads marked by City’s project manager and speed cannot exceed 15 miles per hour on any gravel access drives or private drives. 8) Tree and Brush Chipping with Portable Chipper or Tub Grinder As directed by City’s project manager, a portable chipper may be temporarily stored on-site to chip felled trees or to mulch slash for removal from the site. The chipper must be capable of blowing chipped material directly into a dumpster or trailer for hauling. 9) Hand Hauling or Piling of Slash for Burning Contractor to haul slash to a location specified by City. As directed by City’s project manager, Contractor to construct burn piles free of dirt and non-combustible material. Piles must be located away from stumps, power lines, tree crowns, and sufficient distance away from remaining trees or other vegetation to reduce scorch. Slash cannot be piled or placed in roadways, trails, drainage ditches, or stream. Burn Pile Standards a) Pile Height Piles must be constructed 1.5 times higher than their width (at base). Pile height cannot exceed 6 feet unless there are limited openings for piles to avoid residual tree scorch, due to the amount of material to be disposed and with approval of City’s project manager. b) Compactness Material cannot protrude greater than 3 feet from pile. Material protruding from pile must be trimmed back and placed on pile. Slash that causes large air spaces in piles must be cut to eliminate air spaces. c) Minimum Piece Size Piled woody material should be no smaller than 1 inch diameter x 3-foot length, except that each pile will include an area of small slash to provide fine material (“kindling”) for prompt ignition and to aid in combustion of larger slash. These fine fuels must be placed in the center of the pile. d) Covering piles Contractor must cover all piles with either 4-mil polyethylene plastic or slash pile wax paper placed (preferably during its construction) on at least 50% of pile surface. Contractor to provide covering materials. All piles must be covered with a minimum of 3-foot by 3-foot pieces with all four corners and the middle anchored with slash or other debris. Care must be Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 34 | P a g e On-Call Habitat Restoration Services 32500080 taken not to puncture the slash pile wax paper or plastic paper as it is secured over the pile. If slash pile wax paper is used, a double layer must be placed over the pile. 10) Slash Burning As directed by City’s project manager, Contractor to burn slash piles in a safe and efficient manner. a) Burn Permit When required, Contractor must obtain the necessary burn permit from the Oregon Department of Forestry. b) Burn Prescription Contractor must achieve an efficient and safe burn. Contractor must allow for sufficient wet conditions before ignition and decrease the degree of burn creep and/or escape. Contractor must provide sufficient crew capacity to ignite and manage the burn piles. c) Contacts Contractor must notify City’s project manager each day of burning. d) Pile Covering Removal If plastic is used to cover the piles, it must be removed from the pile before ignition. Contractor must remove and properly dispose of or recycle all plastic and other non- degradable material from the project area. e) Fuel Consumption Piles must be managed to burn clean and level to the ground. Chunking in one or more times will be necessary after the piles have had time to burn down. Chunking to include not only unburned pile material, but any burning fuel which is creeping from a pile to prevent further creep. f) Tree scorch Piles cannot be ignited or otherwise must be extinguished if excessive scorching of the remaining leave trees occurs. A deduction will be made from payment to contractor in the amount of 10% for every increment of 10% of the remaining leave stand destroyed by careless burning. g) Burn Patrol Contractor to provide adequate patrol on site until burn piles are consumed and pose no threat for additional creep. h) Fire Suppression Equipment & Fire Cache Contractor must furnish firefighting tools on project site at all times during burn. Category 6: Additional Project-related Support Services Additional Project-related Services (APS) covers services requested by City that are not listed in the previous five work categories. These services must support project work being done with this contract. APS do NOT include time spent scheduling, supervising, or coordinating employees or subcontractors performing vegetation management services, generating or submitting invoices, Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 35 | P a g e On-Call Habitat Restoration Services 32500080 responding to RFP/RFQ, professional services such as developing or writing plans, consulting, completing spray records, or any other activity associated with completing work tasks described in the Contract. The experience and judgment required for APS exceed that expected for work accomplished by hourly labor rates. Examples include: 1) Additional project-related support a) Site visits to determine vegetation conditions and readiness for work. b) Monitoring or assessing effectiveness of treatments and need for additional work. c) Telephone calls and e-mail correspondence for the purpose of determining the proper timing of cutting, spraying, tilling, haying, or other activities. d) Project-related photo monitoring. e) Minor research such as investigating availability of a chemical or equipment and associated costs. f) Site visits that can include advanced plant identification and knowledge of treatment options and techniques. g) Advanced site monitoring or assessment that can include advanced botanical knowledge, wildlife knowledge, and/or quantitative methods. h) Photo/drone monitoring where Contractor establishes stations and associated logistics. i) Advanced research such as investigating non-target effects of herbicides, number of grazing animals per acre supported at a site, etc. that require advanced knowledge of subject areas. j) Mentor services to new or developing contract firms that have been awarded a contract with City. UNIT PRICES Task Unit Price Portable toilet Each $ 250.00 Category 1 – Manual Site Preparation and Maintenance Hourly Spray Hour $ 78.00 Backpack Broadcast or Combination (ring, row, & spot) Spray Acre $ 550.00 Backpack Ring or Row Spray Acre $ 600.00 Hack and Squirt Hour $ 78.00 Cut Stump Hour $ 78.00 Hand Mow/Cut (acre) Acre $ 900.00 Hand Mow/Cut (Hour) Hour $ 75.00 Push Mow (Acre) Acre $ 350.00 Push Mow (Hour) Hour $ 130.00 Mobilization Each $ 250.00 Hourly Spray from watercraft -- 1. Jet Boat 18 feet or greater Hour NO BID 2. Propeller Boat less than 18 feet Hour NO BID Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 36 | P a g e On-Call Habitat Restoration Services 32500080 Task Unit Price 3. Propeller Boat 18 feet or greater Hour NO BID 4. Kayak Hour $ 100.00 5. Canoe Hour $ 100.00 6. Raft Hour $ 100.00 7. Row Boat Hour $ 100.00 Mobilization Each $ 500.00 Hourly Labor Hour $ 70.00 Category 2 – Planting and Seeding Services Hand or Crank Broadcast Seed Hour $ 70.00 Machine Broadcast Seed Acre $ 200.00 ATV with seed broadcaster Hour $ 125.00 Tractor with seed broadcaster Hour $ 150.00 Mobilization Each $ 500.00 No-Till Drill Seed Acre $ 350.00 No-Till Drill 4 feet or less Hour $ 150.00 No-Till Drill greater than 4 feet Hour $ 150.00 Grain Drill Hour $ 150.00 Mobilization Each $ 500.00 Harvest Seed Hour $ 70.00 Seed Cleaning Hour $ 70.00 Herbaceous Material Plant Harvest Hour $ 70.00 Sod Removal Planting Spot Preparation Each $ 1.50 Plant Standard Sized Bare Root Plants Each $ 0.85 Plant Oversized Bare Root Plants Each $ 1.00 Plant Standard Container Plants Each $ 4.50 Plant Small Container Plants Each $ 3.50 Plant Bulbs or Root Fragments Each $ 0.50 Harvest Small Pole Cuttings Each $ 1.50 Harvest Large Pole Cuttings Each $ 2.00 Plant Small Pole Cuttings Each $ 0.75 Plant Large Pole Cuttings Each $ 1.25 Auger Planting Each $ 4.50 Apply Mulch Each $ 1.50 Mark Plants with Bamboo Stakes Each $ 0.40 Install Vexar or Equivalent Tube and Bamboo Stakes Each $ 1.50 Install Solid Blue Tree Protection Tube or Equivalent and Bamboo Stakes Each $ 2.00 Hourly Planting Hour $ 70.00 Delivery Lump Sum Rate Each $ 250.00 Category 3 – Mechanical Site Preparation and Maintenance Boom Spray or Hose Reel Spray Acre $ 350.00 4’-10’ boom sprayer Hour $ 150.00 10’ – 20’ boom sprayer Hour $ 350.00 Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 37 | P a g e On-Call Habitat Restoration Services 32500080 Task Unit Price 20’ or greater boom sprayer Hour $ 350.00 Hose Reel Sprayer Hour $ 350.00 Mobilization Each $ 500.00 Field Flail or Rotary Mower Acre $ 450.00 Flail Mower 8 feet or less Hour $ 150.00 Flail Mower greater than 8 feet Hour $ 450.00 Rotary Mower 8 feet or less Hour $ 150.00 Rotary Mower greater than 8 feet Hour $ 150.00 Mobilization Each $ 500.00 Field Tilling Acre $ 300.00 Field Tiller 8 feet or less Hour $ 150.00 Field Tiller greater than 8 feet Hour $ 150.00 Disc Harrow 8 feet or less Hour $ 150.00 Disc Harrow greater than 8 feet Hour $ 150.00 Mobilization Each $ 500.00 Field Mowing between Planting Rows or Clusters of Plants Acre $ 450.00 Mower 4 feet Hour $ 150.00 Mower 6 feet Hour $ 150.00 Mower 8 feet Hour $ 150.00 Mobilization Each $ 500.00 Field Haying -- Cut, Rake and Bail Acre $ 450.00 Hauling Hay Hour $ 125.00 Mobilization Each $ 500.00 Loading and Hauling with Watercraft -- Jet Boat 18 feet or greater Hour NO BID Propeller Boat less than 18 feet Hour NO BID Propeller Boat 18 feet or greater Hour NO BID Kayak Hour $ 90.00 Canoe Hour $ 90.00 Raft Hour $ 150.00 Rowboat Hour $ 150.00 Mobilization Each $ 500.00 Hauling and Dumping with Dump Truck -- Dump Truck 4 to 9 yards Hour NO BID Dump Truck 10 to 14 yards Hour NO BID Dump Truck greater than 14 yards Hour NO BID Tracked Dump Truck Hour NO BID Mobilization of Tracked Dump Each NO BID Loading, Hauling, Grading and Removal with Excavator -- Mini Excavator 3,000 to 18,000 pounds Hour NO BID Excavator 18,000 or greater Hour NO BID Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 38 | P a g e On-Call Habitat Restoration Services 32500080 Task Unit Price Excavator Attachment with 360 rotating clam shell bucket Hour NO BID Mobilization Each NO BID Loading, Hauling, Grading and Removal with Walking Excavator -- Walking Excavator Hour NO BID Mobilization Each NO BID Loading, Hauling, Grading and Removal with Skid Steer -- Skid Steer with Tracks Hour NO BID Skid Steer with Wheels Hour NO BID Mobilization Each NO BID Grading, Ripping, and Removal with Bulldozer -- Bulldozer Hour NO BID Mobilization Each NO BID Loading, Hauling, Grading and Removal with Tractor/Backhoe -- Tractor/Backhoe Hour NO BID Mobilization Each NO BID Hardpan Disruption with a Keyline Plow or Subsoiler Acre NO BID Keyline plow Hour NO BID Subsoiler Hour NO BID Mobilization Each NO BID Roadside Brushing -- Excavator with articulated arm and cutting implement Hour NO BID Skid steer with articulated arm and cutting implement Hour NO BID Mobilization Each NO BID Category 4 – Forest Stand Management Small Diameter Tree Cutting (Pre-commercial thinning) Hour $ 75.00 Small Diameter Tree Cutting (Pre-commercial thinning) Acre $ 800.00 Large Diameter Tree Cutting Hour $ 125.00 Mechanical Snag Creation -- Excavator Hour NO BID Harvester Hour NO BID Mobilization Each NO BID Mechanical Tree Cutting & Shearing -- Harvester/Processor Hour NO BID Feller Buncher Hour NO BID Steel Tracked Skid Steer with Tree Shear Hour NO BID Rubber Tracked Skid Steer Tree Sheer Hour NO BID Excavator with Tree Shear Hour NO BID Mobilization Each NO BID Tree and Shrub Mastication & Stump Grinding -- Skid Steer with masticator Hour NO BID Excavator with masticator Hour NO BID Stump Grinder Hour NO BID Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C 39 | P a g e On-Call Habitat Restoration Services 32500080 Task Unit Price Mobilization Each NO BID Loading and Hauling of Slash and Logs -- Skid Steer with Grapple Hour NO BID Forwarder Hour NO BID Excavator Hour NO BID Log Skidder Hour NO BID Mobilization Each NO BID Hauling of Trees, Slash or Chips -- Dump Truck 4 to 9 yards Hour NO BID Dump Truck 10 to 14 yards Hour NO BID Dump Truck greater than 14 yards Hour NO BID Self-Loading Log Truck Hour NO BID Tracked Dump Truck Hour NO BID Mobilization of Tracked Dump Truck Each NO BID Tree and Brush Chipping with portable Chipper or Tub Grinder -- Chipper 6 inches or less Hour $ 85.00 Chipper greater than 6 inches Hour $ 85.00 Tub Grinder Hour $ 85.00 Mobilization Each $ 700.00 Hand Hauling or Piling of Slash for Burning Hour $ 70.00 Slash Burning Hour NO BID Category 6 – Additional Project Related Support Services Additional Project-related Support Hour $ 140.00 Docusign Envelope ID: 07A18281-A057-435F-AFD7-A075248EAB2C