Loading...
HomeMy WebLinkAboutVYM LLC Dba GT Landscaping Solutions ~ 32600014 CITY OF TIGARD - CONTRACT SUMMARY & ROUTING FORM Contract Overview Contract/Amendment Number: 32600014 Contract Start Date: 8/12/2025 Contract End Date: 8/31/2026 Contract Title: Right of Way Maintenance Contractor Name: VYM LLC DBA GT Landscaping Solutions Contract Manager: Adam Jensen Department: PW - Streets Contract Costs Original Contract Amount: $103,360.92/year – up to $570,000 total Total All Previous Amendments: n/a Total of this Amendment: n/a Total Contract Amount: $103,360.92/year – up to $570,000 total Procurement Authority Contract Type: Personal Services Procurement Type: Formal RFP >$150K Solicitation Number: 2025-14 LCRB Date: 8/12/2025 Account String: Fund-Division-Account Work Order – Activity Type Amount FY 26 2006200-54001 $86,134.10 FY 27 2006200-54001 $17,226.82 FY Cont. $466,639.08 FY FY Contracts & Purchasing Approval Purchasing Signature: Comments: Contingency to be released with annual renewal and any associated price increase. DocuSign Routing Route for Signature Name Email Address Contractor Scott Friedman scott@gtlminc.com City of Tigard Brent Stockwell Brent.stockwell@tigard-or.gov Final Distribution Contractor Scott Friedman scott@gtlminc.com Project Manager Adam Jensen adamj@tigard-or.gov Project Manager Buyer Rosie McGown Rosie.mcgown@tigard-or.gov Contract Number 32600014 1 | P a g e CITY OF TIGARD, OREGON PERSONAL SERVICES CONTRACT RIGHT OF WAY MAINTENANCE THIS AGREEMENT made and entered into this 12th day of August 2025 by and between the City of Tigard, a municipal corporation of the State of Oregon, hereinafter called City, and VYM LLC DBA GT Landscaping Solutions, hereinafter called Contractor, collectively known as the Parties. RECITALS WHEREAS, the City’s 2026 fiscal year budget provides for services related to maintaining Tigard streets and public right of way; 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 Contractor will initiate services immediately upon receipt of City’s notice to proceed together with an executed copy of this Agreement. Contractor agrees to complete work that is detailed in Exhibit A, incorporated herein by reference. 2. EFFECTIVE DATE AND DURATION This Agreement is effective upon the date of execution and expires on August 31, 2026, unless otherwise terminated or extended. The Parties may agree on four (4) additional one (1) year extensions to the Agreement. At no point can this Agreement 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 One Hundred three Thousand Three Hundred Sixty and 92/100 Dollars ($103,360.92) annually for a total amount paid not to exceed Five Hundred Seventy Thousand and No/100 Dollars ($570,000.00) over the life of this Agreement. Payments made to Contractor will be based upon the following applicable terms: A. Annual adjustment of hourly rates will be considered upon written request from Contractor. Approval of a request for rate increases is solely within the City’s discretion and under no circumstances is the City obligated to approve such a request. Rate increases are subject to the following limitations: a. No increases will be granted before the one-year anniversary of the Agreement; b. No more than one increase will be granted annually; Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA 2 | P a g e Right of Way Maintenance 326000014 c. Rate increases may not exceed the Western Consumer Price Index (CPI-U West) for the previous 12-months; d. Rate increases cannot be retroactive. B. 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. C. 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. D. 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. E. 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. F. 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. G. Contractor will pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.167. H. Contractor will pay all contributions or amounts due the Industrial Accident Fund from the contractor or any subcontractor. I. 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. J. 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. K. 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. Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA 3 | P a g e Right of Way Maintenance 326000014 L. 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. M. 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. Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA 4 | P a g e Right of Way Maintenance 326000014 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. 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 $3,000,000 Each Occurrence $2,000,000 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 Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA 5 | P a g e Right of Way Maintenance 326000014 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 must not be less than $2,000,000. Annual aggregate limit must 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 Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA 6 | P a g e Right of Way Maintenance 326000014 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. 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, emial,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: Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA 7 | P a g e Right of Way Maintenance 326000014 CITY OF TIGARD VYM LLC DBA GT LANDSCAPING SOLUTIONS Attn: Adam Jensen Attn: Scott Friedman Address: 13125 SW Hall Blvd Tigard, OR 97223 Address: 1335 Candlewood Dr NE Keizer, OR 97303 Phone: (503) 718- 2606 Phone: (503) 362-7327 ext 302 Email: adamj@tigard-or.gov Email: scott@gtlminc.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 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. Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA 8 | P a g e Right of Way Maintenance 326000014 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 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. Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA 9 | P a g e Right of Way Maintenance 326000014 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. 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. Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA 10 | P a g e Right of Way Maintenance 326000014 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: 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. Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA 11 | P a g e Right of Way Maintenance 326000014 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. 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. [Signature Page to Follow] Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA 12 | P a g e Right of Way Maintenance 326000014 IN WITNESS WHEREOF, City and Contractor have caused this Agreement to be executed by their duly authorized officials. Awarded by Tigard’s Local Contract Review Board at their August 12, 2025 meeting. CITY OF TIGARD VYM LLC DBA GT LANDSCAPING SOLUTIONS By: __________________________________ By: __________________________________ Name: _______________________________ Name: _______________________________ Title: ________________________________ Title: ________________________________ Date: ________________________________ Date: ________________________________ Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA President Scott Friedman 8/13/2025 Brent Stockwell City Manager 8/13/2025 13 | P a g e Right of Way Maintenance 326000014 EXHIBIT A SERVICES TO BE PROVIDED INTRODUCTION GENERAL DESCRIPTION The City of Tigard requires the services of a landscape contractor to perform landscape maintenance in City right of ways (ROW) on collector and arterial streets as identified by City staff. Contractor will complete the following services: A. RIGHT-OF-WAY MAINTENANCE SCOPE OF SERVICES The major required tasks in the performance of on-going ROW maintenance include: 1. General Conditions b. All tools, equipment, and materials necessary to perform the specified work for the City must be provided by the Contractor. City will be responsible for all costs associated to water. c. Contractor must provide trained, qualified staff and will be responsible for the appearance and conduct of all employees while performing work within City ROW areas. d. Contractor must make monthly inspection of ROW segments in the current scope of work. If any issues are found Contractor will discuss the issues with City’s Street Supervisor. Contractor will provide comprehensive written inspection reports to the City at a minimum of four times throughout the year. e. Upon contract execution, Contractor must provide City with an emergency contact phone number. This number must provide the City with access to Contractor 24- hours a day, seven days a week in the case of emergency situations. Contractor’s maximum response time to any non- emergency communications must be 24 hours. Response time for an emergency communication will be one (1) hour. f. Contractor will remove all landscape debris and litter from the sites and ensure that such debris is disposed of in an appropriate and legal manner unless prior arrangements are made. g. All pesticide applications must be made by a licensed applicator or supervised trainee. All applications will be recorded and reported to the state as required. Applications of pesticides, fertilizers, or other amendment will be reported to the Street Supervisor. 2. Turf Management a. Fine Lawn Mowing 1) For all turf areas, Contractor will inspect the grounds and pick up litter and debris prior to each mowing and ensure proper disposal. 2) All turf is to be mowed in accordance with the ROW Landscape Annual Maintenance Calendar (LMAC) (Attachment D). 3) Mowing height for all irrigated lawn areas will be no less than 11/2" and no more than 2” for a finished cut height. Turf will be cut at a uniform height with reel and/or rotary mowers in open areas and rotary mowers in closed areas. Mowing equipment is to be kept sufficiently sharp and properly adjusted through daily servicing to provide a cleanly cut grass blade. Grass blade bruising, tearing, and shredding are to be prevented. Mowing pattern will be varied where possible to Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA 14 | P a g e Right of Way Maintenance 326000014 reduce rutting and compaction of grade. Any excess clippings will be dispersed and/or collected to prevent damage and unsightly appearance of lawns. 4) At no time will employees operating mowers, or other equipment damage landscape trees or shrubs. b. Edging All sidewalks, curb lines, concrete slabs, tree circles, and bed edges will be mechanically edged as needed to maintain a neat, clean appearance approximately every second week during the mowing season. c. String Trimming Trimming will be performed around all road signs, guard posts, trees, shrubs, utility poles, valve boxes, and other obstacles. The grass will be trimmed to no less than the desired height of cut determined by the mowing operation. Trimming will be completed with each mowing. d. Sweep/Blow Walks At the conclusion of each visit, walks adjacent to work areas will be swept or blown off to provide a clean, safe walkway. B. PLANTER STRIP MAINTENANCE 1. Landscaped areas will be policed for weeds, litter, and debris in accordance with the LMAC. Particular attention will be paid to entryways, focal points, and high traffic areas. 2. Planter beds will be groomed an average of four times per year and more frequently in high traffic areas to remove debris and promote an attractive, fresh appearance. 3. Pruning will be done to enhance natural growth. The Contractor will remove dead, damaged, and diseased portions of the plant. All cuts must be flush and clean, leaving no stubs or tearing of bark. Major pruning will be done following flowering or during plant's dormant season. Emergency or minor pruning will be performed when needed. a. Pruning will be performed by Contractor staff that have been trained and demonstrate competency in proper pruning techniques. b. Shearing of plants must occur only where previous practice has been to shear, or as directed by the Street Supervisor. c. Contractor will provide remedial attention and repair to shrubs and trees as appropriate to season or in response to incidental damage. d. Contractor will prune shrubbery in order to maintain proper size in relationship to adjacent plantings and intended function. Examples of specific practices include: pruning photinia and pyracantha twice per year, pruning spring-blooming shrubs in June, pruning deciduous shrubs in the winter, etc. e. Contractor will prune trees as required to remove weak branching patterns and corrective pruning for proper development. Contractor will further safely remove lower limbs when obstructing vehicular or pedestrian clearances. Remove lower branches of conifer trees when in conflict with growth of plantings beneath. f. Contractor will prune groundcover as required to contain perimeter growth to within bed areas where adjacent to walks, curbs, and structures. Established groundcover will be trimmed 4 to 6 inches off hard surfaces with a beveled or rolled edge. Mature groundcover must be maintained at a consistent, level height to provide a smooth and even appearance. Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA 15 | P a g e Right of Way Maintenance 326000014 4. Removal of leaves from lawns, planter beds, and walkways must be completed in accordance with the LMAC. 5. Contractor will monitor trees that are staked or guyed and loosen and/or remove supports when appropriate to prevent girdling of the trunk and encourage root development for support C. ENVIRONMENTAL WEED AND PEST CONTROL PROGRAM 1. Moles, field mice, gophers, and other rodent activity will be monitored by Contractor. Notification of problems and recommendations for timely, appropriate control measures are to be made to the Street Supervisor. 2. All applications of herbicides or pesticides must be performed by an Oregon or Washington State licensed commercial applicator. All safety precautions will be taken in the handling and application of chemicals as stated on manufacturer's labels and in the Oregon Weed and Pest Control handbooks. 3. Contractor will provide surveillance of all turf and shrub bed areas for weeds and will take timely measures to safely treat the same with appropriate chemical. 4. Post-emergent herbicide spraying of all mowed lawn areas will be conducted by Contractor in the spring and fall with applicable materials. Applications with follow-up applications, as required, must attain a kill of 98% of broadleaf weeds. 5. All planter beds, tree circles, and sidewalk cracks adjacent to landscaped areas will be sprayed by Contractor up to twice per month from March through October to control unwanted grasses and broad leaf weeds. Chemical practices will not be a substitute for hand weeding where the latter is required for complete removal. All planter beds may receive two applications of pre-emergent herbicide per year. Specified products are to be rotated to prevent soil contaminating levels. 6. Contractor must conduct inspections for insect and disease infestations monthly. Appropriate and timely control measures will be recommended. 7. Prior to their use, Contractor must provide the City with, in accordance with OSHA regulations, Material Safety Data Sheets (MSDS) for all chemicals that may be used at City locations. 8. Contractor must be in compliance with requirements for hazardous communications programs at all times. Contractor must handle all hazardous chemical in accordance with all EPA, OSHA, DEQ, and ODOT regulations. Contractor will further be responsible for providing and posting any and all appropriate signage related to the various chemicals that may be used in response to the work under the contract. D. IRRIGATION Any damage caused by Contractor will be repaired by Contractor at no charge. Simple head and lateral line repairs may be made without prior notice to ensure rapid repair. Major repairs Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA 16 | P a g e Right of Way Maintenance 326000014 to mainlines, valves, and time clocks will require pre-approval from the Street Supervisor. E. FERTILIZATION 1. Turf a. Fertilizers will be applied by Contractor to maintain proper nutrient levels and provide a consistent, healthy appearance throughout the year. Water conservation measures may require a “brown appearance”, and less fertilizer applications during the summer. Applications of fertilizer will be applied in accordance with the LMAC or as directed by the Street Supervisor. Contractor will be responsible for cleaning walkways and entryways after application. Care must be taken to keep fertilizer and other chemicals out of the parking lot catch basins and from areas that may runoff into streams. b. Soil pH will be monitored periodically, and corrective measures will be proposed to the Street Supervisor if needed. c. Deficiencies of sulfur, magnesium, and other micronutrients will be corrected as needed. Timing of these applications may vary according to need and should be done as part of the fertilization process. 2. Planter Strips Fertilizing of all trees (3" caliper and less) and shrubs will be completed a minimum of twice per year. All fertilization is to be uniformly applied at the drip line of the plant. Groundcover will be fertilized three times per year with materials broadcast. All fertilizers will be slow-release and balanced. F. SPECIAL PROVISIONS FOR WATER QUALITY FACILITIES The vendor’s work may include routine maintenance of public water quality facilities located within public ROW. Those facilities must be maintained in accordance with the following special provisions: 1. No use of fertilizers. 2. No use of chemical weed control, weeds must be hand pulled and removed from site. 3. Prune trees and shrubs in the fall, or as needed for proper health and development of species. 4. Cut grasses back to 12” high in late fall/early winter (December thru February), remove all clippings. 5. Pick up trash on every site visit. See annual calendar for frequency. 6. Total monthly labor hours the crew spent at each facility must be recorded and submitted to the city by the 7th business day of the following month. The labor hours for each individual worker do not need to be reported; only the total crew hours need to be reported. H. EXTRA WORK BILLING All extra work will be requested in quote and approved by the City with written amendment to this Agreement. Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA 17 | P a g e SCHEDULE MILESTONES RIGHT OF WAY (ROW) LANDSCAPE MAINTENANCE ANNUAL CALENDAR (LMAC) Planters and Beds Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Weed Patrol 1 1 2 2 2 2 2 2 2 2 1 1 Pre-Emergent Application 1 1 Fertilize Shrubs and Trees 1 1 Leaf Removal 1 2 2 2 Debris and Trash Removal 1 1 2 2 2 2 2 2 2 2 2 2 Blow Sidewalks 1 1 2 2 2 2 2 2 2 2 2 2 Bark dust When requested by the City at additional charge Tree and Shrub Pruning As needed per species for proper growth and development Turf Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Mowing 1 2 3 3 2 1 1 Hard edging 1 2 2 2 1 1 1 String trimming 1 2 2 2 1 1 1 Fertilization 1 1 Broadleaf Spray 1 1 Blow Sidewalks Each visit when mowing or edging occur Leaf removal 1 2 2 2 Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA 18 | P a g e Right of Way Maintenance 32600014 COST/RATE ESTIMATES Contractor will perform services at the following monthly maintenance cost: Section Description Side of Road (N, S, E, W) Length (Ft) Avg Width (Ft) Area (SF) Monthly Maintenance Cost Durham 1 104th - To end of property frontage at 10363 Keri Ct. S 230 14 3,220 $87.77 Durham 2 Frontage of 10267 Elise Ct - 16030 SW 103rd S 393 14 5,502 $149.98 Durham 3 16030 103rd- West corner of 9830 S 810 15 12,150 $331.19 Durham 4 From 9720 Durham To end of New development S 300 19 5,719 $155.89 Durham 5 Frontage 16060 Copper Creek Dr. S 83 15 1,245 $33.94 Durham 6 JW Church - 92nd S 216 15 3,240 $88.32 80 4 320 $8.72 120 14 1,680 $45.79 177 15 2,655 $72.37 Durham 7A 79th - WQF N 90 19 1,710 $46.61 80 14 1,120 $30.53 Durham 8 Carol Ann – Quail Park Townhomes N 385 14 5,390 $146.92 Durham 8A Durham Estates to Hall N 280 17 4,760 $129.75 Durham 9 Hall - Alderbrook N 430 14 6,020 $164.10 298 15 4,470 $121.84 658 12 7,896 $215.23 45 10 450 $12.27 76 5 380 $10.36 413 14 5,782 $157.61 Durham 10 Alderbrook-To edge of church property N 730 14 10,220 $278.58 Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA 19 | P a g e Right of Way Maintenance 32600014 Section Description Side of Road (N, S, E, W) Length (Ft) Avg Width (Ft) Area (SF) Monthly Maintenance Cost Durham 11 98th -108th N 309 14 4,326 $117.92 2063 15 30,945 $843.51 Durham 12 108-to brick wall N 770 14 10,780 $293.84 Gaarde 1 From 13853 SW Aerie to trail access E 1120 6 6720 $181.87 Gaarde 2 End of rock wall to access road W 285 6 1710 $46.28 Gaarde 3 13001 Merlin - Walnut E 210 30 6,300 $171.73 16,500 $449.76 Gaarde 4 Corner of Gaarde and Walnut. W 140 35 4,900 $133.56 Garrde 5 Access road to end W 850 10 8500 $230.05 Gaarde 6 Access road turn out to 121st W 860 15 12,900 $351.63 Greenburg Island near SW Locust N 135 7 945 $25.76 Walnut 1 Area around welcome to Tigard sign. 50' east of Barrows rd. S 35 18 630 $17.17 Walnut 5 Planter strips and islands N 1133 5 5,665 $154.42 155 7 1,085 $29.58 165 7 1,183 $32.25 203 5 1,015 $27.67 Walnut 6 12745 to 128th N 65 10 650 $17.72 Walnut 6a 80 feet east of Gaarde to 132nd N 405 6 2,430 $66.24 Dartmouth 3 69th to 70th N 200 9 1,800 $49.07 220 5 1,100 $29.98 Dartmouth 5 Islands and planter strips N 120 10 1,200 $32.71 80 10 800 $21.81 305 7 2,135 $58.20 95 10 950 $25.90 135th 1 11587 to Feiring W 345 10 3,450 $94.04 Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA 20 | P a g e Right of Way Maintenance 32600014 Section Description Side of Road (N, S, E, W) Length (Ft) Avg Width (Ft) Area (SF) Monthly Maintenance Cost 135th 2 Feiring to Morning hill W 370 10 3,700 $100.86 135th 3 Morning Hill to 12085 W 190 10 1,900 $51.79 135th 4 12085 to WQF W 100 20 2,000 $54.52 135th 5 WQF to 12050 E 175 10 1,750 $47.70 55 13 $19.49 135th 6 11900 Morning Hill to 11640 E 325 10 3,250 $88.59 135th 7 11594 to Brittany E 95 12 1,140 $31.07 135th 8 Brittany to 11381 E 655 12 7,860 $214.25 Bonita Corner of Bonita and Hall SE 15 10 150 $4.09 Burnham 1 Islands and planters E X X 1,665 $45.39 22 6 132 $3.60 80 8 640 $17.45 94 8 752 $20.50 Main 1 Scoffins to 99 Islands N 365 7 2,555 $69.65 Main 7 planted islands $240.42 Pacific Hwy-2 Planted center islands 8,820 $240.42 99W (Fred Meyer to 217) Planted center islands 14,260 $388.70 72nd 28 tree wells 840 $22.90 Barrows 1 Hallmark Terrace to Scholls Ferry Rd. S 3 185 555 $15.13 4.5 185 833 $22.71 3 150 450 $12.27 4.5 245 1,103 $30.07 4 60 240 $6.54 6 360 2,160 $58.88 Roy Rodgers 1 Scholls Ferry to Appledale Rd E 1255 5 6275 $171.05 Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA 21 | P a g e Right of Way Maintenance 32600014 Section Description Side of Road (N, S, E, W) Length (Ft) Avg Width (Ft) Area (SF) Monthly Maintenance Cost Roy Rodgers 2 Center Island between Scholls and Appledale Center 280 20 5600 $152.65 Roy Rodgers 3 Scholls Ferry to the bridge W 1745 4 6980 $190.26 Roy Rodgers 4 Appledale to bridge E 410 5 2050 $55.88 Roy Rodgers 5 South of the bridge to Jean Louise Rd w 345 5 1725 $47.02 Roy Rodgers 6 Center Island just north of the bridge Center 60 10 600 $16.36 Roy Rodgers 7 South of Jean Louise Rd W 40 5 200 $5.45 Roy Rodgers 8 Just north of pathway to Bull Mt Rd. E 359 5 1795 $48.93 Roy Rodgers 9 Bull Mt Rd to Perth Rd E 2250 5 11250 $306.66 Roy Rodgers 10 Perth Rd to end of road barricade E 160 5 800 $21.81 Total $8,613.41 Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA 22 | P a g e EXHIBIT B CONTRACTOR’S PROPOSAL See following pages. Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA City of Tigard RFP 1476 Right-of-Way Maintenance RFP 2025-14 Transmittal Corporation Submitting Proposal: VYM LLC 1335 Candlewood Dr. NE Keizer, OR 97303 CCB: 227859 LCB:9764 Tax Filing Name: VYM LLC DBA: GT Landscape Solutions Tax Filing Number: Fed Tax Id: 83-3233649 OR BIN: 017634687 Authorized Individual to Represent Proposer: Name: Scott Friedman Title: President Address: 1335 Candlewood Dr NE Keizer, OR 97303 Phone: 503-362-7327 Fax: 503-364-6391 Email: Scott@gtlminc.com _____________________________ 02.05.25_______________ Signature Date Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA Firm Qualifications GT Landscape Solutions is an LLC based in Salem, OR. We are a full-service landscape company currently comprised of 95+ individuals working within our 3 divisions: Maintenance, Construction, and Irrigation. We have managed landscapes since 1999. We have a fully staffed office with support staff to complement our production teams. GT Currently maintains a customer Portfolio of over 100 properties deploying 11 maintenance crews each day. In-House Expertise:  Landscape Maintenance  Landscape Construction  Irrigation Design, Install, Repair  Bark installation  Enhancement Planting  Pavers  Walls  Sewer installation/repair  Storm installation/repair  Water lines  Wetland Mitigation/Maintenance  Green Roof Construction  Field Mowing  Pesticide Application Licensing  Construction Contracting Business: 227859 Commercial General Contractor Level 2 Residential General Contractor  LCB: 9764 All Phases plus Backflow Plumbing: PB 2708  CPO: AG-L1071430CPO Commercial Pesticide Operator Ornamental & Turf Ornamental & Turf Insecticide and Fungicide Right of Way Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA Certifications ICPI: Certified Concrete Paver Installer ICPI: Segmental Wall Installer Backflow Certified IA Certified Irrigation Auditor OSHA 10 and OSHA 30 LiveRoof Installer Insurance Bonding Company and Capacity: Travelers Insurance Company Single Project 1.2Million Aggregate: 3 million Workers Compensation: SAIF Corporation Liability Insurance: Hallmark Insurance General Aggregate: $2,000,000.00 Umbrella: $5,000,000.00 Defaults and Litigation: GT Landscape Solutions has not been a party to any litigation or defaults as result of construction or maintenance contracting activity. Project Team President: Scott Friedman Scott brings to the project 25 years’ experience in the landscape industry. Scott has held a CCB and LCB license since 1999. He has built and maintained many lasting projects that are visible throughout the State. He has worked on numerous projects with municipalities including the City of Salem, Keizer, Milwaukie, Oregon City, Portland, Corvallis, Eugene, Hillsboro, and many more. He has provided successful outcomes to the projects. He has worked in conjunction with design teams, general contractors, project managers, municipalities, and owners to deliver lasting projects that still serve as a focal point of the communities. Operations Manager: Pat Martin (9 years with GTLS)  Pat will be in charge of assigning the staff to the project to execute the service plan created by the account management team.  He will prepare and oversee the site safety plan.  Pat will inspect the site quarterly unless an increased frequency is needed. Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA  Pat is OSHA Safety certified and has extensive training through NALP. (National Association of Landscape Professionals.) Account Manager: Aaron Gonzalez (12 years)  He will be the primary point of contact and will work in conjunction with The City of Tigard.  Aaron will perform site visits and will update the city of any tasks needed outside of the scope of work. Lead Foreman: Abel Bastida (6 years with GTLS) • Lead foreman are responsible for directing the infield work and assigning the crews. • This role will oversee the other complimentary field staff and assign the daily work tasks. Licensed Applicators: Jeffery Warren AG-L1004286CPA  Jeffery will work to ensure the work is completed as planned.  He will oversee the applicator apprentice as needed o Aaron Gonzalez AG-L108263APL  He will communicate site needs or challenges to the account manager.  He will update and provide all necessary pesticide records.  Proficient in the 3-2-1 app for recording keeping. Other Support Staff:  Scheduling Coordinator—schedules extra work and coordinates with the 3 divisions. In charge of coordinating purchases for the site and will perform the job costing  Irrigation Technician—This role will perform irrigation work.  Construction Foreman—This individual will oversee and perform any enhancement or extra work projects.  Lead Accountant —Will provide invoicing and project accounting.  Shop Mechanic—Keeps equipment maintained and in safe working conditions. Similar Projects 1. City of Salem ROW Maintenance Project Location: Salem, OR Contact: Cody Wildman 503-932-7510 Address: 1460 20th St. SE Salem, OR 97302 Monthly Contract Amount: $70,000.00 Years Serviced: 2 Years Scope: Provide landscape maintenance and licensed spray services within the ROW for the City of Salem 2. Willow Lake Water Treatment Facility Project Location: Salem, OR Contact: Daniel Hill 503-983-2075 Address: 5915 Windsor Island Rd. N Keizer, OR 97303 Monthly Contract Amount: $10,250.00 Years Serviced: 3 Years Scope: Provide full-service landscape maintenance at Willow Lake Treatment Facility Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA 3. City of Keizer ROW and VSF Project Location: Keizer, OR Contact: Mike Griffin 503-932-0612 Address: 930 Chemawa Rd. NE Keizer, OR 97303 Monthly Contract Amount: $12,583.00 Years Serviced: 2 Years Scope: Provide full-service landscape maintenance to City Wide Row and VSF Project Understanding, Approach, and Management  Each month our Account Manager will provide a 30–60-day work plan for the crew based on the monthly site walk and anticipated seasonality of services.  This will be based on the RFP specifications and adjustments made for weather and site conditions.  One point of contact will be assigned for direct communications. Email is the preferred method of communication.  Scheduling will occur on Wednesday and finalized by Thursday of the prior week in accordance with the work scopes provided by the RFP Documents o This will ensure proper staff levels for the week. o Tooling Requirements and scope of service will be established  Each crew of 3-4 will be dispatched daily at 7:00 am from our shop directly to the first assigned location of the day.  Each crew will have work tickets established by location.  The work ticket is created in our management software BOSS. A “ticket” will detail the work location, scope of service, estimated hours, tooling, and other site-specific information required for successful completion.  Crews will record their on-site hours to each ticket for time tracking. Each crew also has GPS tracking that is reconciled to the on-site hours recorded.  Each crew will be in a GTLS Standard Extended cab dump truck capable of carrying up to 7 yards of Green Waste. They will tow a 16’-18’ enclosed trailer with the necessary tooling for the day.  Crews will be staffed with a consistent crew composition to ensure each member gets familiar with the sites and workflows.  Each crew will have 1 working foreman responsible for the daily management of the tasks on site.  Pesticide applicators will be separated from the work crews and in their own spray truck.  The work will be supervised/inspected by our Account Manager and Lead Foreman(s) to ensure the quality of the work performed exceeds the specifications.  Photos of each weeks work, site inspections, and quality control visits will be documented in Company Cam with links available to share. Herbicides: In accordance with the stated requirements, we will provide herbicide and pesticide applications by a licensed technician. We will use MSDS information and stated application rates to provide the best outcomes. Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA Environmental Protection: All chemical applications will be overseen by a licensed spray tech. The tech will evaluate the site conditions, including soil type, terrain, vegetation, and environmental factors such as proximity to water bodies and sensitive habitats. Considerations such as weather conditions, temperature, and wind speed can affect herbicide application effectiveness. We implement best management practices to minimize herbicide drift, runoff, and off-target impacts on non-target plants, wildlife, and water resources. The tech will avoid applying herbicides during adverse weather conditions or when sensitive plants are nearby. Resource Capacity and Short Notice Work We have adequate manpower and equipment to add the City of Tigard workload without hiring or reliance on subcontractors. We do not see any limitations to our ability to handle the work in the RFP or additional work requested.  Irrigation services are available and scheduled based urgency. We maintain an on-call technician for emergencies. Scheduled work is coordinated with our scheduling coordinator to reach mutually approved dates.  Scheduled project work typically can be scheduled within 2 weeks of acceptance.  Depending on the time of year and scope, short notice work can typically be performed within any necessary timeline required. GTLS prefers advance notice for all non-emergency work.  Emergency tree work can be scheduled via our 24/7 on call line for after hours or within 1 day turn around.  Standard tree work will follow our typical scheduling guidelines. Conclusion As you evaluate our response and the information submitted, please be aware of the following differentiators that are clearly outlined within:  Our experience in Landscape Maintenance and Construction began in 1999.  We are licensed with both the Construction Contractors Board (CCB 227859) and Landscape Contractors board (LCB 9764).  We are licensed with the Oregon Department of Agriculture AG-L1071430CPO  Our experienced team is comprised of green industry professionals who each attend at least one 4 hour class per month of continuing education provided by GTLS.  Our track history in similar scope projects and extensive knowledge of the materials and tools within the project.  Our ability to self-perform all aspects of Landscape Maintenance, Landscape Construction, Irrigation, and civil work allows us to be responsive to any request without reliance on outside contractors. Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA We are confident that the information contained within our proposal is accurate and complete. However, should you have any questions please feel free to contact me directly at (503)-362-7327. Sincerely, Scott Friedman President at GT Landscape Solutions LCB# 9764 CCB# 227859 P 503-362-7327 E scott@gtlminc.com www.GTLandscapesolutions.com Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA Section Description Side of Road (N, S, E, W) Length (Ft) Avg Width (Ft) Area (SF) Monthly Maintenance Cost Durham 1 104th - To end of property frontage at 10363 Keri Ct. S 230 14 3,220 $ 1,053.26 Durham 2 Frontage of 10267 Elise Ct - 16030 SW 103rd S 393 14 5,502 $ 1,799.70 Durham 3 16030 103rd- West corner of 9830 S 810 15 12,150 $ 3,974.26 Durham 4 From 9720 Durham To end of New development S 300 19 5,719 $ 1,870.68 Durham 5 Frontage 16060 Copper Creek Dr. S 83 15 1,245 $ 407.23 216 15 3,240 $ 1,059.80 80 4 320 $ 104.67 120 14 1,680 $ 549.52 177 15 2,655 $ 868.45 90 19 1,710 $ 559.34 80 14 1,120 $ 366.35 Durham 8 Carol Ann – Quail Park Townhomes N 385 14 5,390 $ 1,763.06 Durham 8A Durham Estates to Hall N 280 17 4,760 $ 1,556.99 430 14 6,020 $ 1,969.14 298 15 4,470 $ 1,462.13 658 12 7,896 $ 2,582.78 45 10 450 $ 147.19 76 5 380 $ 124.29 413 14 5,782 $ 1,891.29 Durham 10 Alderbrook-To edge of church property N 730 14 10,220 $ 3,342.96 309 14 4,326 $ 1,415.03 2063 15 30,945 $ 10,122.10 Durham 12 108-to brick wall N 770 14 10,780 $ 3,526.13 210 30 6,300 $ 2,060.70 16,500 $ 5,397.10 Gaarde 4 Corner of Gaarde and walnut. W 140 35 4,900 $ 1,602.70 Section Description Side of Road (N, S, E, W) Length (Ft) Avg Width (Ft) Area (SF) Monthly Maintenance Cost Gaarde 6 Access road turn out to 121st W 860 15 12,900 4,219.59$ Greenburg Island near SW Locust N 135 7 945 309.11$ Walnut 1 Area around welcome to Tigard sign. 50' east of Barrows rd. S 35 18 630 206.07$ ATTACHMENT C COST TEMPLATE FORM General Instructions: Provide a cost for each section. Proposers may request am excel version of this matrix, with embedded formulas at contractspurchasing@tigard-or.gov. Durham 6 JW Church - 92nd S Durham 7A 79th - WQF N Durham 9 Hall - Alderbrook N Durham 11 98th -108th N Gaarde 3 13001 Merlin- Walnut E Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA 1133 5 5,665 1,853.02$ 155 7 1,085 354.90$ 165 7 1,183 386.96$ 203 5 1,015 332.01$ Walnut 6 12745 to 128th N 65 10 650 212.62$ Walnut 6a 80 feet east of Gaarde to 132nd N 405 6 2,430 794.85$ 200 9 1,800 588.78$ 220 5 1,100 359.81$ 120 10 1,200 392.52$ 80 10 800 261.68$ 305 7 2,135 698.36$ 95 10 950 310.75$ 135th 1 11587 to Feiring W 345 10 3,450 1,128.50$ 135th 2 Feiring to Morning hill W 370 10 3,700 1,210.27$ 135th 3 Morning Hill to 12085 W 190 10 1,900 621.49$ 135th 4 12085 to WQF W 100 20 2,000 654.20$ E 175 10 1,750 572.43$ 55 13 233.88$ 135th 6 11900 Morning Hill to 11640 E 325 10 3,250 1,063.08$ 135th 7 11594 to Brittany E 95 12 1,140 372.89$ 135th 8 Brittany to 11381 E 655 12 7,860 2,571.01$ Bonita Corner of Bonita and Hall SE 15 10 150 49.07$ X X 1,665 544.62$ 22 6 132 43.18$ 80 8 640 209.34$ 94 8 752 245.98$ Main 1 Scoffins to 99 Islands N 365 7 2,555 835.74$ Main 7 planted islands 2,885.02$ Pacific Hwy-2 Planted center islands 8,820 2,885.02$ Section Description Side of Road (N, S, E, W) Length (Ft) Avg Width (Ft) Area (SF) Monthly Maintenance Cost 99W (Fred Meyer to 217) Planted center islands 14,260 4,664.45$ 72nd 28 tree wells 840 274.76$ 3 185 555 181.54$ 4.5 185 833 272.47$ 3 150 450 147.20$ 4.5 245 1,103 360.79$ 4 60 240 78.50$ 6 360 2,160 706.54$ Roy Rodgers 1 Scholls Ferry to Appledale Rd E 1255 5 6275 2,052.55$ Roy Rodgers 2 Center Island between Scholls and Appledale Center 280 20 5600 1,831.76$ Roy Rodgers 3 Scholls Ferry to the bridge W 1745 4 6980 2,283.16$ Roy Rodgers 4 Appledale to bridge E 410 5 2050 670.56$ Walnut 5 Planter strips and islands N Dartmouth 3 69th to 70th N Dartmouth 5 Islands and planter strips N Barrows 1 Hallmark Terrace to Scholls Ferry Rd. S 135th 5 WQF to 12050 Burnham 1 Islands and planters E Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA Roy Rodgers 5 South of the bridge to Jean Louise Rd w 345 5 1725 564.25$ Roy Rodgers 6 Center Island just north of the bridge Center 60 10 600 196.26$ Roy Rodgers 7 South of Jean Louise Rd W 40 5 200 65.42$ Roy Rodgers 8 Just north of pathway to Bull Mt Rd. E 359 5 1795 587.14$ Roy Rodgers 9 Bull Mt Rd to Perth Rd E 2250 5 11250 3,679.88$ Roy Rodgers 10 Perth Rd to end of road barricade E 160 5 800 261.68$ Totals $ 97,862.42 Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA Docusign Envelope ID: 0F8543D3-9BEA-4E4F-B3A0-F5176B92C5DA