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