Loading...
GT Excavating, LLC ~ C180051 m City of Tigard April 9, 2019 GT Excavating, LLC Attn: Grady Johnson 10333 Wiseacre Ln NE Aurora, OR 97002 REF.: Public Works On-Call—General Construction Services and General Landscape Services Period: May 1,2019 through April 30, 2020 CONTRACT NOTICE OF AWARD —RENEWAL Contract# C180051 Dear Mr.Johnson The City of Tigard has determined that your company has performed in accordance with the requirements of our Agreement. Therefore, the City of Tigard, pursuant to the renewal/extension clause contained in the terms and conditions of the Agreement, desires to exercise its first (1) one- year extension to the Contract effective from May 1, 2019 through April 30, 2020. This renewal period shall be governed by the specifications, pricing, and the terms and conditions set forth per the above referenced Contract. Please acknowledge acceptance of this renewal by signing this document in the space provided below and returning it to me within ten (10) days. You may keep a copy for your records. The City looks forward to doing business with GT Excavating,LLC. Sincerely, Jamie Greenberg Purchasing Assistant 503-718-2492 jamie@dgard-or.gov I/We hereby acknowledge acceptance of this Contract renewal, and agree to be bound by all requirements, terms, and conditions as set forth in the above refere ced Contract. Company: r Signed: Date: `-- 0 - Printed: C. AURORA, P. REGULAR REPAIR RATES Machinery/Labor Rate 1-Ton Utility Truck $33.00 Per HR Service Truck $71.50 Per HR Excavator Vio-45 $71.50 Per HR Excavator Vio-55 $82.50 Per HR Excavator 120 $110.00 Per HR Skid Steer 333E $93.50 Per HR Backhoe $72.00 Per HR Dump Truck 7 CY $79.00 Per HR Dump Truck 10/12 CY $132.00 Per HR Water Wagon (500 Gallons) $30.00 Per HR Pneumatic Mole $42.00 Per HR Golf Cart $12.00 Per HR Roller 48" $55.00 Per HR Confined Space Equipment $49.50 Per HR (Tri-pod/Harness/Winch/Gas Monitor/Blower Fan Jumping Jack $14.00 Per HR Hydrostatic Test Pump $181.50 Per Day Saw Cutting(under 50') $3.85 Per LF Push Camera/Locator $93.50 Per HR Traffic Control Signs $15.00 Each/Per Day Light Tower-Towable $121.00 Per Day Hoe Pack $125.00 Per Day Pick-Up $16.50 Per HR Air Compressor 100/185 CFM $35.00 Per HR 2" Pump $49.50 Per Day 3" Pump $60.00 Per Day Laser (pipe/slope) $71.50 Per Day Tractor 85 hp $75.00 Per HR Flail Mower $17.00 Per HR Foreman $57.20 Per HR Operator $55.00 Per HR Laborer 11 $48.40 Per HR Flagger $46.20 Per HR C. Mobilization: - 0—25 miles $275.00 25.1—50 miles $357.50 50.1+ miles TBD **Markup added onto labor,subcontractors, equipment, material prices at 15%** C. A 10% markup will be applied to all regular hourly rates for emergencies. Regular hourly rate applies with 3-5 days notice of job. Emergency rate applies with repair during regular work hours,6:00am— 4:00pm. Emergency overtime rate applies after regular work hours,weekends, and holidays. Certifications in Water Distribution Level 1 and 2#6329. Wastewater System Operator Level II #8872. PREVAILING WAGE RATES Laborer Regular Hourly Rate Operator 4 TBD Operator 5 TBD Laborer 2 TBD m City of Tigard April 9, 2019 GT Excavating, LLC Attn: Grady Johnson 10333 Wiseacre Ln NE Aurora, OR 97002 REF.: Public Works On-Call—General Construction Services and General Landscape Services Period: May 1,2019 through April 30, 2020 CONTRACT NOTICE OF AWARD —RENEWAL Contract# C180051 Dear Mr.Johnson The City of Tigard has determined that your company has performed in accordance with the requirements of our Agreement. Therefore, the City of Tigard, pursuant to the renewal/extension clause contained in the terms and conditions of the Agreement, desires to exercise its first (1) one- year extension to the Contract effective from May 1, 2019 through April 30, 2020. This renewal period shall be governed by the specifications, pricing, and the terms and conditions set forth per the above referenced Contract. Please acknowledge acceptance of this renewal by signing this document in the space provided below and returning it to me within ten (10) days. You may keep a copy for your records. The City looks forward to doing business with GT Excavating,LLC. Sincerely, Jamie Greenberg Purchasing Assistant 503-718-2492 jamie@dgard-or.gov I/We hereby acknowledge acceptance of this Contract renewal, and agree to be bound by all requirements, terms, and conditions as set forth in the above refere ced Contract. Company: r Signed: Date: `-- 0 - Printed: C. AURORA, P. REGULAR REPAIR RATES Machinery/Labor Rate 1-Ton Utility Truck $33.00 Per HR Service Truck $71.50 Per HR Excavator Vio-45 $71.50 Per HR Excavator Vio-55 $82.50 Per HR Excavator 120 $110.00 Per HR Skid Steer 333E $93.50 Per HR Backhoe $72.00 Per HR Dump Truck 7 CY $79.00 Per HR Dump Truck 10/12 CY $132.00 Per HR Water Wagon (500 Gallons) $30.00 Per HR Pneumatic Mole $42.00 Per HR Golf Cart $12.00 Per HR Roller 48" $55.00 Per HR Confined Space Equipment $49.50 Per HR (Tri-pod/Harness/Winch/Gas Monitor/Blower Fan Jumping Jack $14.00 Per HR Hydrostatic Test Pump $181.50 Per Day Saw Cutting(under 50') $3.85 Per LF Push Camera/Locator $93.50 Per HR Traffic Control Signs $15.00 Each/Per Day Light Tower-Towable $121.00 Per Day Hoe Pack $125.00 Per Day Pick-Up $16.50 Per HR Air Compressor 100/185 CFM $35.00 Per HR 2" Pump $49.50 Per Day 3" Pump $60.00 Per Day Laser (pipe/slope) $71.50 Per Day Tractor 85 hp $75.00 Per HR Flail Mower $17.00 Per HR Foreman $57.20 Per HR Operator $55.00 Per HR Laborer 11 $48.40 Per HR Flagger $46.20 Per HR C. Mobilization: - 0—25 miles $275.00 25.1—50 miles $357.50 50.1+ miles TBD **Markup added onto labor,subcontractors, equipment, material prices at 15%** C. A 10% markup will be applied to all regular hourly rates for emergencies. Regular hourly rate applies with 3-5 days notice of job. Emergency rate applies with repair during regular work hours,6:00am— 4:00pm. Emergency overtime rate applies after regular work hours,weekends, and holidays. Certifications in Water Distribution Level 1 and 2#6329. Wastewater System Operator Level II #8872. PREVAILING WAGE RATES Laborer Regular Hourly Rate Operator 4 TBD Operator 5 TBD Laborer 2 TBD CITY OF TIGARD,OREGON-CONTRACT SUMMARY FORM tj -6d�,( (THrsFoxmMusrAccoMraEvExYColvrnAcr) `���z-(J�c� Contract Title: General Construction Services &General Landscape Services Number: 1 c� Contractor: GT Excavating,LLC Contract Total: NTE 100K per project Contract Overview: Underground pipe utilities construction and repair, excavation construction and repair for sanitary-/storm/water utilities:landscape services for parks, trails,riparian and water duality facilities. Initial Risk Level: ❑ Extreme ❑ High ❑ Moderate ❑ Low Risk Reduction Steps: Risk Comments: Risk Signature: Contract Manager:John Goodrich Ext: 2609 Department: PW Type: ❑ Personal Svc ❑ Professional Svc ❑ Architectural Agr ® Public Imp ❑ General Svc ❑ Engineering Svc ❑ Other: Start Date: 5/1/18 End Date: 4/30/19 Quotes/Bids/Proposal: FIRM Amouw/ScogE Kerr Contractors Oregon, Inc 97/100 Legacy-Homes, Inc 89/100 C&B Construction, Excavation&LLC 88/100 Braun Construction&Design.LLC 96/100 Elting Northwest,Inc 97/100 GT Excavating,LLC 99/100 Account String: Fund-Division-Account Work Order—Activit'T=e Amount FY Do not encumber FY FY FY FY Approvals - LCRB Date: 4Jf c'�110-b/R- Department Comments: Department Signature: Purchasing Comments: Purchasing Signature: C"nV—/ C City Manager Comments: City Manager Signature: CC After securing all requited approvals, forward original copy to the Contracting and Purchasing Ofce along with a completed Contract Checklist cl8zrzs/ ATTACHMENT C CITY OF TIGARD GENERAL SERVICES AGREEMENT Public Works On-Call General Construction Services and General Landscape Services THIS AGREEMENT made and entered into this 1" of May, 2018 by and between the City of Tigard, a municipal corporation of the State of Oregon, hereinafter called "City", and GT Excavating, LLC, hereinafter called"Contractor",collectively known as the"Parties." RECITALS WHEREAS, Contractor has submitted a bid or proposal to City to provide specific services;and WHEREAS,Contractor is in the business of providing specific services and is aware of the purposes for which City requires the services;and WHEREAS,City and Contractor wish to enter into a contract under which City shall purchase the services described in Contractor's bid or proposal; THEREFORE,The Parties agree as follows: 1. SERVICES TO BE PROVIDED Contractor agrees to provide services related to General Construction and General Landscape Services as detailed in Exhibit A—Scope of Services and by this reference made a part hereof. • General Construction Services o Underground Pipe Utilities Construction&Repair o Excavation Construction&Repair—Sanitary/Strom/Water Utilities o Concrete Services—Traffic Curb/Sidewalk/ADA Ramps • General Landscape Services o Parks,Trails and Riparian o Water Quality Facilities 2. EFFECTIVE DATE AND DURATION Contractor shall initiate services upon receipt of City's notice to proceed,together with an executed copy of this Agreement. This Agreement shall become effective upon the date of execution and shall expire, unless otherwise terminated or extended,on April 30,2019. All services shall be completed prior to the expiration of this Agreement. The City and Contractor may agree to up to four (4) mutual one (1) year options.The total term of the contract may not exceed five (5)years. 3. PREVAILING WAGE RATES The provisions of ORS Chapters 279A and 279C and all other Oregon and Federal provisions pertaining to minimum salaries and wages are incorporated herein by reference as if fully set forth. The Contractor agrees that the workmen in each trade or occupation required for the work to be done pursuant to the contract, employed in the performance of the Contract, either by the Contractor or Subcontractor or other person doing or contracting to do any part of the work contemplated by the Contractor shall be paid not less than the prevailing, minimum hourly rate of wage specified by the Commissioner of the Bureau of Labor,and attached hereto. If this project is subject to both Federal Davis-Bacon Act requirement and State of Oregon Prevailing Wage Rate requirements,the Contractor must ensure that workers will be paid the higher of the applicable federal or state rate. If the Contractor fails to pay for labor or services,the City may pay for those labor and services and withhold these amounts from payments that are due the Contractor in accordance with ORS 279C.515 Contractor shall provide proof as requested to the City prior to the beginning of any of the work that the Contractor has filed a public works bond with a corporate surety in the amount of$30,000 with the Construction Contractors Board as required under Oregon PWR law. Contractor shall also require in every subcontract to this Agreement that the subcontractor file a public works bond with the Construction Contractors Board in the amount of$30,000 prior to starting work on this project unless otherwise exempt. 4. COMPENSATION City agrees to pay Contractor on a per task order basis consistent with the pricing details attached to this Agreement and further consistent with Oregon Prevailing Wage Rate Law for Public Improvement Contracts. All tasks issued under this Agreement shall be done via a Purchase Order referencing all terms and conditions of this Agreement shall be in effect. At no time shall any task order exceed One Hundred Thousand and No/100 Dollars($100,000.00). Any payment made to the Contractor shall be based upon the following applicable terms: A. All charges must be in accordance with Exhibit C, "Charges/Rates for Services," and Oregon Prevailing Wage Rates when applicable. B. Payment will be made in installments based on Contractor's invoice, subject to the approval by the City, and not more frequently than monthly. Payment shall be made only for work actually completed as of the date of invoice. C. Payment by City shall release City from any further obligation for payment to Contractor, for services performed or expenses incurred as of the date of the invoice. Payment shall not be considered acceptance or approval of any work or waiver of any defects therein. D. Contractor shall make payments promptly, as due, to all persons supplying labor or materials for the prosecution of this work. E. Contractor shall not permit any lien or claim to be filed or prosecuted against the City on any account of any labor or material furnished. F. Contractor shall pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.167. G. 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 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 shall not relieve Contractor or their surety from obligation with respect to any unpaid claims. H. Contractor shall pay employees at least time and a half pay for all overtime worked in excess of 40 hours in any one work week except for individuals under the contract who are excluded under ORS 653.010 to 653.261 or under 29 USC sections 201 to 209 from receiving overtime. I. Contractor shall promptly, as due, make payment to any person, co-partnership, association or corporation,furnishing medical,surgical,hospital care or other needed care and attention incident to sickness or injury to the employees of Contractor or all sums which Contractor agrees to pay for such services and all moneys and sums which Contractor collected or deducted from the wages of employees pursuant to any law, contract or agreement for the purpose of providing or paying for such service. J. The City certifies that sufficient funds are available and authorized for expenditure to finance costs of this contract during the current fiscal year. Appropriations for future fiscal years shall be subject to budget approval by the City Council. 5. ASSIGNMENT/DELEGATION Neither party shall assign or transfer any interest in or duty under this Agreement without the written consent of the other and any attempted assignment or transfer without the written consent of the other party shall be invalid. 6. SUBMITTING BILLS AND MAKING PAYMENTS All notices and bills will be made in writing and may be given by personal delivery,mail or fax. Payments may be made by personal delivery,mail,or electronic transfer. The following addresses shall be used to transmit notices,bills,payments,and other information: Cts OF T.)GARD GT Ext xv-xvNG,LLC Attn:John Goodrich Attn: Grady Johnson Address: 13125 SW Hall Blvd. Address: 10333 Wiseacre Ln NE Tigard,Oregon 97223 Aurora OR 97002 Phone: (503) 718-2609 Phone: 503-310-5442 Email: 'ohne(a,xigard-or.�ov Email: grade UJQtexcavatin�?.cc)m 7. TERMINATION The parties agree that any decision by either party to terminate this Agreement will be accompanied by thirty (30) days written notice to the other party prior to the date termination would take effect. There shall be no penalty for early termination. If City terminates the contract pursuant to this paragraph,it shall pay Contractor for services rendered prorated to the date of termination. 8. ACCESS TO RECORDS City shall 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. 9. FORCE MNEURE Neither City nor Contractor shall 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, natural disaster,war, 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 shall 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 shall not be the basis for a claim for additional compensation. Each party shall,however,make all reasonable efforts to remove or eliminate such a cause of delay or default and shall,upon cessation of the cause, diligently pursue performance of its obligation under the Agreement. 10. NON-DISCRIMINATION Contractor agrees to comply with all applicable requirements of federal and state civil rights and rehabilitation statues, rules, and regulations. Contractor also shall comply with the Americans with Disabilities Act of 1990,ORS 659A.142,and all regulations and administrative rules established pursuant to those laws. 11. INDEMNITY Contractor agrees to and shall defend,indemnify and hold harmless City, City's officers, employees, agents and representatives from and against all liability, claims, costs, demands,judgments,penalties, and causes of action of any kind or character,or other costs or expenses incidental to the investigation and defense thereof,of whatever nature,resulting from or arising out of the activities of the Contractor or its subcontractors,agents, or employees in performance of this contract,except,however,that the foregoing shall not apply to liability that arises out of the City's, its officers, employees, agents and representatives sole negligence. If any aspect of this indemnity shall be found to be illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the remainder of this indemnification. 12. INSURANCE Contractor shall maintain insurance acceptable to City in full force and effect throughout the term of this contract. Such insurance shall cover risks arising directly or indirectly out of Contractor's activities or work hereunder. The policy or policies of insurance maintained by the Contractor shall provide at least the following limits and coverages: A. Commercial General Liability Insurance Contractor shall obtain,at contractor's expense,and keep in effect during the term of this contract, Comprehensive General Liability Insurance covering Bodily Injury and Property Damage on an "occurrence" form (CG 2010 1185 or equivalent). This coverage shall include Contractual Liability insurance for the indemnity provided under this contract. The following insurance will be carried: Coverage Limit General Aggregate 3,000,000 Products-Completed Operations Aggregate 2,000,000 Personal&Advertising Injury 1,000,000 Each Occurrence 2,000,000 Fire Damage (any one fire) 50,000 B. Commercial Automobile Insurance Contractor shall 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 shall not be less than$2,000,000. If Contractor uses a personally-owned vehicle for business use under this contract, the Contractor shall 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 shall not be less than$2,000,000. C. Workers' Compensation Insurance The contractor,its Subcontractors,if any, and all employers providing work, labor, or materials under this Contract that are subject employers under the Oregon Workers' Compensation Law shall comply with ORS 656.017,which requires them to provide workers'compensation coverage that satisfies Oregon law for all their subject workers. Out-of-state employers must provide Oregon workers' compensation coverage for their workers who work at a single location within Oregon for more than 30 days in a calendar year. Contractors who perform work without the assistance or labor of any employee need not obtain workers' compensation coverage. All non- exempt employers shall provide Employer's Liability Insurance with coverage limits of not less than$1,000,000 each accident. D. Additional Insured Provision All policies aforementioned, other than Workers' Compensation and Professional Liability, shall include the City its officers, employees, agents and representatives as additional insureds with respect to this contract. E. 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. F. 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 the Contractor is self-insured for commercial general liability or automobile liability insurance the Contractor must provide evidence of such self-insurance. The Contractor must provide a Certificate of Insurance showing evidence of the coverage amounts on a form acceptable to the City. The City reserves the right in its sole discretion to determine whether self-insurance is adequate. G. Certificates of Insurance As evidence of the insurance coverage required by the contract, the Contractor shall furnish a Certificate of Insurance to the City. No contract shall be 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 contract and include a copy of Additional Insured Endorsement. A renewal certificate will be sent to the below address prior to coverage expiration. H. Independent Contractor Status The service or services to be rendered under this contract are those of an independent contractor. Contractor is not an officer,employee or agent of the City as those terms are used in ORS 30.265. I. Primary Coverage Clarification The parties agree that Contractor's coverage shall be 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, professional liability,pollution and errors and omissions policies required by this contract. 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 13125 SW Hall Blvd. Tigard,Oregon 97223 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 shall not be construed to limit contractor's liability hereunder. Notwithstanding said insurance, Contractor shall be obligated for the total amount of any damage,injury, or loss caused by negligence or neglect connected with this contract. 12. ATTORNEY'S FEES In case suit or action is instituted to enforce the provisions of this contract, the parties agree that the losing party shall pay such sum as the court may adjudge reasonable attorney fees and court costs, including witness fees (expert and non-expert),attorney's fees and court costs on appeal. 13. COMPLIANCE WITH STATE AND FEDERAL LAWS/RULES Contractor shall comply with all applicable federal, state and local laws, rules and regulations, including, but not limited to, the requirements concerning working hours, overtime, medical care, workers compensation insurance, health care payments, payments to employees and subcontractors and income tax withholding contained in ORS Chapters 279A, 279B, and 279C, the provisions of which are hereby made a part of this agreement. 14. CITY OF TIGARD BUSINESS LICENSE Contractor shall 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. 15. CONFLICT BETWEEN TERMS It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument in the proposal of the contract, this instrument shall control and nothing herein shall be considered as an acceptance of the terms of proposal conflicting herewith. 16. 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 shall not be affected to the extent that it did not materially affect the intent of the parties when they entered into the agreement. 17. COMPLETE AGREEMENT This Agreement,including the exhibits,is intended both as a final expression of the Agreement between the Parties and as a complete and exclusive statement of the terms. In the event of an inconsistency 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 shall control. In the event of an inconsistency between Exhibit A and Exhibit B,Exhibit A shall control. No waiver, consent, modification, or change of terms of this Agreement shall bind either party unless in writing and signed by both parties. Such waiver, consent,modification, or change if made, shall be effective only in specific instances and for the specific purpose given. There are no understandings, agreements, or representations, oral or written, not specified herein regarding this Agreement. Contractor,by the signature of its authorized representative,hereby acknowledges that he/she has read this Agreement,understands it and agrees to be bound by its terms and conditions. IN WITNESS WHEREOF,City has caused this Agreement to be executed by its duly authorized undersigned officer and Contractor has executed this Agreement on the date hereinabove first written. Awarded by Tigard's Local Contract Review Board at their April 24,2018 meeting. CITYY�OFFJTIGARD GT EXGAVATING,LLC By: Authorize City Representative By: Authorized Contractor Representative L 12 Date Date Contractors Proposal J lei 4il AURORA, OR CCB#175025 ESB#4894 10333 Wiseacre LN NE Aurora, OR 97002 Phone: 503-310-5442 Office: 503-678-3232 Fax: 503-678-7832 grady@gtexcavating.com GT Excavating, LLC is owned by Grady and Tami Johnson.The company has been in business since March of 2007. Currently GT is running with 4 employees;that show dedication and craftsmanship in each task given. Located at 10333 Wiseacre LN. NE Aurora, OR 97002 is the office, shop, and equipment.The office number is 503.678-3232. Grady Johnson is the primary contact and can be reached at 503.310.5442. GT has a drug program consortium with Bio-Med. Daily safety meetings are conducted every morning and there is a Safety Program through Safety Services Company.The company has never had a OSHA fine or problem so far with our 10 years of being in business. GT Excavating's objective is building quality infrastructures in a timely matter, consistently meeting deadlines and exceeding expectations. This proposal is valid for no less than one year. Thank you for your consideration, Tami Johnson Manager Member 503.678.3232 *r V(J" • pp AURO t� OR CCB#175025 ESB#4894 10333 Wiseacre LN NE Aurora, OR 97002 Phone: 503-310-5442 Office: 503-678-3232 Fax: 503-678-7832 grady@gtexcavating.com GT Excavating has an established work history with the City of Tigard since 2011.We have done various sized jobs for the city over the years including but not limited to,completing failed/ unfinished jobs by other contractors. There has always been a clear understanding with the cities needs as we have been all over the area completing multiple jobs.We have always held good relationships with your project managers and city staff. If a problem arises,GT prides itself in its commitment to find a good solution to benefit both parties. Our staff has a vast knowledge with requirements and compliance of city codes. We pride ourselves with the high standards we hold as far as process and safety are concerned.We are committed to provide the best service at all times while maintaining a safe and compliant work environment. Tamijohnson Project Manager 503.678.3232 Special Staff and Equipment 1. Grady Johnson - Owner/Supervisor/Operator Grady has 21 years municipal experience with the City of Molalla. He was employed there as a Job Foreman. Some of his duties included but not limited to installation of water meters,pothole excavation,storm catch basin cleaning,installation of storm drains,water line and water main,vaults 4" and 8". With the experience and knowledge behind him he started GT Excavating in March 2007. a. Distribution II Certified b. Waste Water Collections II Certified c. Flagger Certified d. CDL Class A License e. CPR/ First Aid f. Safety Program Completion. g. Confined Space h. Operations of all equipment 2. Garrett Gregory—Equipment Operator/Foreman Garrett has 9 years in the construction field bringing with him knowledge of operating all equipment necessary and installation of water services, fire hydrants, storm drains,water mains,utilities to name a few. Garrett has been with GT for 7 years. He has been on ALL of our emergency call-outs. a. Flagging Certificate b. CDL Class A License c. CPR/ First Aid Card d. Safety Program Completion e. Confined Space f. Operations of all Equipment 3. Kyle McClintic—Laborer II Kyle comes to GT Excavating with 5 years experience in the construction field. He has been employed in many different aspects of construction. Kyle has a tremendous ability for precision and attention to detail. a. Flagging Certificate c. CDL Class A Permit License b. CPR/ Health Card d. Operations of Heavy Equipment Qualifications/Relevant Work History 1. City of Tigard—Zen Dutson 503.718.2491 Emergency Storm Water Repairs. 2. City of Hubbard—Jamie Estrada 503.982.9429 Emergency water main and water service repairs after hours service. Installation of 8"water main, fire hydrants,valves,paving,catch basin inlet as maintenance project. 3. Colton Water District—Pete Dosert 503.382.7422 Emergency water main repairs after hours. 4. City of Silverton—Gerald Fisher,PE 503.874.2210 Low lever master flow metering 5. City of Hines—Pam Mather Installation of 605 retro fit water meters. 6. RTP Plumbing—Mike Highfield 503.849.2103 a. Fred Meyers Distribution Warehouse—Installation of vaults and replacement of"8 and 4" double checks valves. b. Cascade Lanes—Excavate 8" fire lines,provide and install vault on emergency fire line. Double check valve. 7. City of Woodburn—Dago Garcia 503.982.5248 a. Woodburn Transit Facility—Construction of bus stop, excavation,paving,curbs,ada ramps, storm pipe 6", catch basins. b. Willow Street—Construction of storm pipe,48" & 60"manholes. 8. Oregon Parks and Recreation Division—John Seevers 503.986.0777 a. Silver Falls State Park Installation of 24"air relief valves,pressure relief valves,and vaults. Exhibit C REGULAR REPAIR RATES Machine Labor Rate 1-Ton Utility Truck $33.00 Per HR Service Truck $71.50 Per HR Excavator Vio-45 $71.50 Per HR Excavator Vio-55 $82.50 Per HR Excavator 120 $110.00 Per HR Skid Steer 333E $93.50 Per HR Backhoe $72.00 Per HR Dump Truck 7 CY $79.00 Per HR Dump Truck 10/12 CY $132.00 Per HR Water Wagon (500 Gallons) $30.00 Per HR Pneumatic Mole $42.00 Per HR Golf Cart $12.00 Per HR Roller 48" $55.00 Per HR Confined Space Equipment $49.50 Per HR (Tri-pod/Harness/Winch/Gas Monitor/Blower Fan Jumping Jack $14.00 Per HR Hydrostatic Test Pump $181.50 Per Day Saw Cutting (under 50') $3.85 Per LF Push Camera/Locator $93.50 Per HR Traffic Control Signs $15.00 Each/Per Da Light Tower-Towable $121.00 Per Da Hoe Pack $125.00 Per Da Pick-Up $16.50 Per HR Air Compressor 100/185 CFM $35.00 Per HR 2" Pum $49.50 Per Da 3" Pump $60.00 Per Da Laser (pipe/slope $71.50 Per Da Tractor 85 hp $75.00 Per HR Flail Mower $17.00 Per HR Mobilization: - 0—25 miles $275.00 25.1—50 miles $357.50 50.1+ miles TBD **Markup on subcontractors, materials, equipment rentals at 15%** A 10%markup will be applied to all regular hourly rates for emergencies.Regular hourly rate applies with 3-5 days notice of job.Emergency rate applies with repair during regular work hours,6:00am—4:00pm.Emergency overtime rate applies after regular work hours,weekends,and holidays. Certifications in Water Distribution Level 1 and 2 #6329.Wastewater System Operator Level II #8872. GT Excavating LLC is registered in Oregon as an Emerging Small Business#4894. PREVAILING WAGE RATES Laborer Regular Hourly Rate Operator 5 $63.20 Laborer 2 $56.92