Loading...
HomeMy WebLinkAboutRapid Response Bio Clean, Inc. Dba Synergy Environmental ~ 32600018 CITY OF TIGARD - CONTRACT SUMMARY & ROUTING FORM Contract Overview Contract/Amendment Number: 32600018 Contract Start Date: 8/11/2025 Contract End Date: 8/31/2028 Contract Title: On-Call Encampment Clean Up Contractor Name: Rapid Response Bio Clean, Inc. dba Synergy Environmental Contract Manager: Martin McKnight; Megan Cohen Department: PW/City Management – Strategic Initiatives Contract Costs Original Contract Amount: $50,000 annually Total All Previous Amendments: n/a Total of this Amendment: n/a Total Contract Amount: $50,000 annually Procurement Authority Contract Type: Personal Services Procurement Type: Formal RFP >$150K Solicitation Number: 2025-25 LCRB Date: n/a Account String: Fund-Division-Account Work Order – Activity Type Amount FY 26 1001800-54001 $50,000 FY 27 1001800-54001 $50,000 FY 28 1001800-54001 $50,000 FY Cont $100,000 FY Contracts & Purchasing Approval Purchasing Signature: Comments: Non-encumbered but limited to 1001800-54001, contract does not roll. DocuSign Routing Route for Signature Name Email Address Contractor Lance Hamel procurement@rrbc-inc.com City of Tigard Brent Stockwell Brent.stockwell@tigard-or.gov Final Distribution Contractor Siri Miller procurement@rrbc-inc.com Project Manager Martin McKnight martin@tigard-or.gov Project Manager Megan Cohen megan.cohen@tigard-or.gov Buyer Rosie McGown Rosie.mcgown@tigard-or.gov Contract Number 32600018 CITY OF TIGARD, OREGON PERSONAL SERVICES CONTRACT ON-CALL ENCAMPMENT CLEAN UP THIS AGREEMENT made and entered into this 11th day of August 2025 by and between the City of Tigard, a municipal corporation of the State of Oregon, hereinafter called City, and Rapid Response Bio Clean, Inc. dba Synergy Environmental, hereinafter called Contractor, collectively known as the Parties. RECITALS WHEREAS, the City’s 2026 fiscal year budget provides for services related to addressing houseless; 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, 2028, unless otherwise terminated or extended. The Parties may agree on two (2) additional one (1) year extensions to the Agreement. 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 Fifty Thousand and No/100 Dollars ($50,000.00) annually. 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; c. Rate increases may not exceed the Western Consumer Price Index (CPI-U West) for the previous 12-months; Docusign Envelope ID: BF2D24B8-AEE8-4AC1-8EC3-93D7CF9A248F 2 | P a g e On-Call Encampment Cleanup 32600018 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. 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 Docusign Envelope ID: BF2D24B8-AEE8-4AC1-8EC3-93D7CF9A248F 3 | P a g e On-Call Encampment Cleanup 32600018 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: BF2D24B8-AEE8-4AC1-8EC3-93D7CF9A248F 4 | P a g e On-Call Encampment Cleanup 32600018 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. 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 Docusign Envelope ID: BF2D24B8-AEE8-4AC1-8EC3-93D7CF9A248F 5 | P a g e On-Call Encampment Cleanup 32600018 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. C. 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. D. 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. 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 Contractor is self-insured for commercial general liability or automobile liability insurance, Contractor must provide evidence of such self-insurance. Contractor must provide a Certificate of Insurance showing evidence of the coverage amounts on a form acceptable to the City. The City reserves the right in its sole discretion to determine whether self-insurance is adequate. G. 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. H. 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. Docusign Envelope ID: BF2D24B8-AEE8-4AC1-8EC3-93D7CF9A248F 6 | P a g e On-Call Encampment Cleanup 32600018 I. 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: CITY OF TIGARD RAPID RESPONSE BIO CLEAN, INC. DBA SYNERGY ENVIRONMENTAL Attn: Martin McKnight; Megan Cohen Attn: Siri Miller Address: 13125 SW Hall Blvd Tigard, OR 97223 Address: 2017 NW Vaughn St. #10007 Portland, OR 97296 Phone: (503) 718-2598; (503) 718-2626 Phone: (503) 936-5600 Email: martin@tigard-or.gov; megan.cohen@tigard-or.gov Email: procurement@rrbc-inc.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. Docusign Envelope ID: BF2D24B8-AEE8-4AC1-8EC3-93D7CF9A248F 7 | P a g e On-Call Encampment Cleanup 32600018 12. MERGER This writing is intended both as a final expression of the Agreement between the parties with respect to the included terms and as a complete and exclusive statement of the terms of the Agreement. No modification of this Agreement will be effective unless and until it is made in writing and signed by both parties. 13. TERMINATION WITHOUT CAUSE At any time and without cause, City has the right in its sole discretion to terminate this Agreement by giving notice to Contractor. If City terminates this Agreement pursuant to this paragraph, City will pay Contractor for services rendered to the date of termination. 14. TERMINATION WITH CAUSE A. City may terminate this Agreement effective upon delivery of written notice to Contractor, or at such later date as may be established by City, under any of the following conditions: 1) If City funding from federal, state, local, or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services. This Agreement may be modified to accommodate a reduction in funds. 2) If federal or state regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this Agreement. 3) If any license or certificate required by law or regulation to be held by Contractor, its subcontractors, agents, and employees to provide the services required by this Agreement is for any reason denied, revoked, or not renewed. 4) If Contractor becomes insolvent, if voluntary or involuntary petition in bankruptcy is filed by or against Contractor, if a receiver or trustee is appointed for Contractor, or if there is an assignment for the benefit of creditors of Contractor. Any such termination of this agreement under paragraph (A) will be without prejudice to any obligations or liabilities of either party already accrued prior to such termination. B. City, by written notice of default (including breach of contract) to Contractor, may terminate the whole or any part of this Agreement: 1) If Contractor fails to provide services called for by this Agreement within the time specified, or 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. Docusign Envelope ID: BF2D24B8-AEE8-4AC1-8EC3-93D7CF9A248F 8 | P a g e On-Call Encampment Cleanup 32600018 If City terminates this Agreement under paragraph (B), Contractor will be entitled to receive as full payment for all services satisfactorily rendered and expenses incurred, provided, that the City may deduct the amount of damages, if any, sustained by City due to breach of contract by Contractor. Damages for breach of contract include those allowed by Oregon law, reasonable and necessary attorney fees, and other costs of litigation at trial and upon appeal. 15. REMEDIES Any violation or default entitles the City to terminate this Agreement, to pursue and recover any and all damages that arise from the breach and the termination of this Agreement, and to pursue any or all of the remedies available under this Agreement, at law, or in equity, including but not limited to: 1) Termination of this Agreement, in whole or in part; 2) Exercise of the right of setoff, and withholding of amounts otherwise due and owing to Contractor, in an amount equal to City’s setoff right, including but not limited to City’s cost to cure; and 3) Initiation of an action or proceeding for damages, specific performance, declaratory or injunctive relief. 16. ACCESS TO RECORDS City will have access to such books, documents, papers and records of Contractor as are directly pertinent to this Agreement for the purpose of making audit, examination, excerpts and transcripts. 17. HAZARDOUS MATERIALS Contractor will comply with all federal Occupational Safety and Health Administration (OSHA) requirements and all Oregon safety and health requirements. In accordance with OSHA and Oregon OSHA Hazard Communication Rules, if any goods or services provided under this Agreement may release, or otherwise result in an exposure to, a hazardous chemical under normal conditions of use (for example, employees of a construction contractor working on-site), it is the responsibility of Contractor to provide the City with the following information: all applicable Safety Data Sheets, the identity of the chemical/s, how Contractor will inform employees about any precautions necessary, an explanation of any labeling system, and the safe work practices to prevent exposure. In addition, Contractor must label, tag, or mark such goods. 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 Docusign Envelope ID: BF2D24B8-AEE8-4AC1-8EC3-93D7CF9A248F 9 | P a g e On-Call Encampment Cleanup 32600018 compensation. Each party will, however, make all reasonable efforts to remove or eliminate such a cause of delay or default and will, upon cessation of the cause, diligently pursue performance of its obligation under the Agreement. 19. NON-WAIVER The failure of City to insist upon or enforce strict performance by Contractor of any of the terms of this Agreement or to exercise any rights hereunder should not be construed as a waiver or relinquishment to any extent of its rights to assert or rely upon such terms or rights on any future occasion. 20. HOURS OF LABOR, PAY EQUITY In accordance with ORS 279B.235, the following are hereby incorporated in full by this reference: A. Contractor may not employ an individual for more than 10 hours in any one day, or 40 hours in any one week, except as provided by law. For contracts for personal services, as defined in ORS 279A.055, Contractor must pay employees at least time and a half pay for all overtime the employees work in excess of 40 hours in any one week, except for employees who are excluded under ORS 653.010 to 653.261 or under 29 U.S.C. 201 to 209 from receiving overtime. B. Contractor must give notice in writing to employees who work on a public contract, either at the time of hire or before commencement of work on the contract, or by positing a notice in a location frequented by employees, of the number of hours per day and days per week that the employees may be required to work. C. Contractor may not prohibit any of Contractor’s employees from discussing the employee’s rate of wage, salary, benefits or other compensation with another employee or another person and may not retaliate against an employee who discusses the employee’s rate of wage, salary, benefits or other compensation with another employee or another person. D. Contractor must comply with the pay equity provisions in ORS 652.220. Compliance is a material element of this Agreement and failure to comply will be deemed a breach that entitles City to terminate this Agreement for cause. 21. NON-DISCRIMINATION Contractor will comply with all federal, state, and local laws, codes, regulations, and ordinances applicable to the provision of services under this Agreement, including, without limitation: 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 Docusign Envelope ID: BF2D24B8-AEE8-4AC1-8EC3-93D7CF9A248F 10 | P a g e On-Call Encampment Cleanup 32600018 D. ORS 659A.142, including all amendments of and regulations and administrative rules, and all other applicable requirements of federal and state civil rights and rehabilitation statutes, rules and regulations. 22. ERRORS Contractor will perform such additional work as may be necessary to correct errors in the work required under this Agreement without undue delays and without additional cost. 23. EXTRA (CHANGES) WORK Only the City’s Project Manager for this Agreement may change or authorize additional work. Failure of Contractor to secure authorization for extra work constitutes a waiver of all right to adjust the contract price or contract time due to such unauthorized extra work and Contractor will not be entitled to compensation for the performance of unauthorized work. 24. STANDARD OF CARE Contractor will perform all work under this Agreement with the care and skill used by members of Contractor’s profession practicing under similar circumstances at the same time and in the same locale (the “Standard of Care”). Should Contractor not meet the Standard of Care, it must correct its work at its cost. Any intellectual property rights delivered to the City under this Agreement and Contractor’s services rendered in the performance of Contractor’s obligations under this Agreement, will be provided to the City free and clear of any and all restrictions on or conditions of use, transfer, modification, or assignment, and be free and clear of any and all liens, claims, mortgages, security interests, liabilities, charges, and encumbrances of any kind. 25. ATTORNEY'S FEES In the event an action, suit of proceeding, including appeal, is brought for failure to observe any of the terms of this Agreement, each party is responsible for that party’s own attorney fees, expenses, costs and disbursements for the action, suit, proceeding, or appeal. 26. CHOICE OF LAW, VENUE The provisions of this Agreement are governed by Oregon law. Venue will be the State of Oregon Circuit Court in Washington County or the U.S. District Court for Oregon, Portland. 27. COMPLIANCE WITH STATE AND FEDERAL LAWS/RULES Contractor will comply with all applicable federal, state and local laws, rules and regulations applicable to the work in this Agreement. 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 Docusign Envelope ID: BF2D24B8-AEE8-4AC1-8EC3-93D7CF9A248F 11 | P a g e On-Call Encampment Cleanup 32600018 period. Contractor agrees to permit City, the State of Oregon, the federal government, or their duly authorized representatives to audit all records pertaining to this Agreement to assure the accurate expenditure of funds. 30. SEVERABILITY In the event any provision or portion of this Agreement is held to be unenforceable or invalid by any court of competent jurisdiction, the validity of the remaining terms and provisions will not be impaired unless the illegal or unenforceable provision affects a significant right or responsibility, in which case the adversely affected party may request renegotiation of the Agreement and, if negotiations fail, may terminate the Agreement. 31. COMPLIANCE WITH TAX LAWS Contractor represents and warrants that Contractor is, to the best of the undersigned’s knowledge, not in violation of any Oregon tax laws including but not limited to ORS 305.620 and ORS Chapters 316, 317, and 318. Contractor’s failure to comply with the tax laws of this state or a political subdivision of this state before the Contractor executed this Agreement or during the term of this Agreement is a default for which the City may terminate this Agreement and seek damages and other relief available under the terms of this Agreement or applicable law. IN WITNESS WHEREOF, City and Contractor have caused this Agreement to be executed by their duly authorized officials. CITY OF TIGARD RAPID RESPONSE BIO CLEAN, INC. DBA SYNERGY ENVIRONMENTAL By: __________________________________ By: __________________________________ Name: _______________________________ Name: _______________________________ Title: ________________________________ Title: ________________________________ Date: ________________________________ Date: ________________________________ Docusign Envelope ID: BF2D24B8-AEE8-4AC1-8EC3-93D7CF9A248F Lance Hamel President 8/13/2025 City Manager 8/13/2025 Brent Stockwell 12 | P a g e On-Call Encampment Cleanup 32600018 EXHIBIT A SERVICES TO BE PROVIDED INTRODUCTION The City requires services for the cleanup and environmental mitigation of homeless encampments on public properties after they have been abandoned or cleared of human habitation. Contractor will be responsible for a safe and clean site by removing large items, biohazardous material, and other encampment waste material. The services required are on an on-call basis and will be scheduled with advanced notice SCOPE OF WORK Work under this Agreement includes: surveying sites, collecting debris, dismantling temporary structures, removal of trash, removal of human waste, and removal of all material. When transport and disposal is required, disposal must be at a site permitted to accept such materials. Encampment Sites are considered to contain a variety of materials that may contain hazardous materials, including biohazardous materials, garbage, general debris, human waste, constructed temporary shelters, and other items associated with homeless occupancy. Contractor’s employees must be trained in handling and disposal of hazardous materials. Contractor will supply all labor, material, tools, protective clothing and gear, and equipment that is required or needed to perform the work to handle, remove, transport, and dispose of the waste materials and leave a clean site. Contractor will coordinate with the City on a site-by-site basis to determine the Task Order for each encampment, which will include the site start date, estimated timeframe of the work, staging areas, traffic control, if required, and the name of the onsite representative. Contractor will provide all supervision and management of crews and ensure all necessary safety procedures are followed. Work is typically scheduled seven (7) Days a week. Occasionally, the City may require an encampment be abated immediately. Sites will not be occupied while the Contractor is conducting work. The City has assigned a project manager to oversee the Contractor’s work and provide support as needed. The City will be responsible for identifying the sites needed for cleanup, posting the appropriate notice for notification of cleanup, identifying and storing personal belongings and property found at the site, and noticing any adjacent property owners or agencies of the site. Contractor will need to stop work if people or firearms are found on site and will contact City for appropriate follow up Deliverables and schedule for this project include: 1. Invoice for Services rendered, including date/location of cleanup, and total cost of cleanup. 2. Contractor must always perform work in a timely and efficient manner. Response times must be 72-hours’ notice for standard Task Orders, once the Task Order is approved. 3. Contractor will photograph the encampment and share the photos with the City. Contractor must provide photos of the following: a. All posted notices at the encampment b. The site prior to Services performed, and c. The site after Services are performed. Docusign Envelope ID: BF2D24B8-AEE8-4AC1-8EC3-93D7CF9A248F 13 | P a g e On-Call Encampment Cleanup 32600018 4. Contractor will notify the City when the work is complete and provide a cleanup report for each site, including total weight of debris removed. 5. Contractor must properly handle and dispose of solid waste and hazardous waste in accordance with all applicable laws. 6. Contractor must adhere to all state and federal reequipments for training of employees, and provide a copy of their exposure control plan Fee Schedule Contractor will at the following rates: Classification Hourly Rate Description of Duties Cleaning Technician $83.00 General site cleanup, debris removal, and surface sanitizing. Team Lead $83.00 Supervises field team, ensures task completion and safety. Supervisor $85.00 Monitors operations, provides quality control and reporting. Heavy Equipment $100.00 Operates various types of heavy machinery. PPE, Gloves, Bags, Sharps Containers, Buckets - Included in hourly rates After-hours/Weekend/Holiday Rates Classification After Hours Hourly Rate Weekend Rate Holiday Rate Cleaning Technician $103.00 $125.00 $125.00 Team Lead $103.00 $125.00 $125.00 Supervisor $105.00 $128.00 $128.00 Standard Business Hours: 7:30am to 4:30pm, Monday - Friday (excluding Holidays) *RRBC recognizes all Federal Holidays Equipment Costs Equipment Type Rate (per day/use) Notes Pressure Washer $100.00 For cleaning concrete/hard surfaces, graffiti removal. Pump Truck $225.00 Sewage disposal/pumping Dumpster- 30 yards $375.00 Includes drop-off & pickup (disposal & environmental fees charged as pass-thru) Side-by-side $225.00 Safer access remote places Skid Steer/Bobcat $225.00 Larger structure demo, heavy debris Vehicle/Truck Use N/A Included in hourly rates above Docusign Envelope ID: BF2D24B8-AEE8-4AC1-8EC3-93D7CF9A248F 14 | P a g e On-Call Encampment Cleanup 32600018 EXHIBIT B CONTRACTOR’S PROPOSAL See following pages. Docusign Envelope ID: BF2D24B8-AEE8-4AC1-8EC3-93D7CF9A248F RFP NO. 2025-25 City of Tigard On-Call Encampment Cleanup PROPOSAL RESPECTFULLY SUBMITTED BY Rapid Response Bio Clean, Inc. Mailing Address - 2017 NW Vaughn Street, #10007, Portland, OR 97296 503-477-8765 procurement@rrbc-inc.com RRBC Authorized Signature – Lance Hamel, President Docusign Envelope ID: BF2D24B8-AEE8-4AC1-8EC3-93D7CF9A248F 1 Firm Qualifications & Project Team 1. Rapid Response Bio Clean Inc. (“RRBC”) an Oregon S-Corp (Registry #1815761-91), is a biohazard remediation company headquartered in Portland, Oregon. Founded in 2015, with 125+ employees, RRBC has been the primary contractor for houseless camp and biohazard remediation for many cities and municipalities in the Portland Metropolitan area, which includes SW Washington State, and the entire Tri -County Area. In addition, our services reach up and down the I- 5 corridor and coastal communities of Oregon and Washington. We are a single point of contact company that will provide a multitude of services with one call, 24 hours daily, 365 days each year. 2. RRBC currently has two locations but is currently operating out of 7600 SE Johnson Creek Blvd. Portland, OR 97206. Our administrative o[ices are located at 2705 NW Nicolai St. Portland, OR 97210. 3. Our experienced team ensures rapid deployment, compliance, safety, de-escalation, and quality control. We have the following team ready to respond for the City of Tigard: Executive & Senior Management Team (7): Growth and company strategy Operations Managers (3): Logistics, resource allocation, stakeholder communication Management/Admin Team (6): HR, finance – billing, A/R Supervisors (2): assign daily tasks, workflow, quality control, safety compliance Leads (3): Photos – before, during, after; point of communication – cleaning techs & houseless; time management; clean Cleaning Technician “CT” (6): Remove debris, biohazard, clean All sta[ are experienced in encampment abatement, trained in OSHA-compliant safety protocols, and prepared for immediate field deployment. The team is supported by a full suite of resources, including box trucks, utility vans, skid steers, pressure washers, sharps containers, disinfectants, and other specialized tools. Field sta[ are outfitted with full PPE—gloves, safety glasses, tongs, and safety-toed boots—to ensure safety and compliance on every site. 4. RRBC has served as the primary contractor for the City of Portland’s Campsite Cleanup and Impact Reduction Services, leading comprehensive e[orts to remove encampments, mitigate health hazards, and restore public spaces. Our team handles debris removal, biohazard remediation, site sanitization, and compliance reporting with e[iciency and professionalism. In addition to Portland, RRBC holds active contracts with the City of Vancouver, ODOT, and Metro for on-call encampment removal services. These contracts involve both scheduled and emergency response operations across public rights-of-way, parks, and high-impact zones. Docusign Envelope ID: BF2D24B8-AEE8-4AC1-8EC3-93D7CF9A248F 2 5. Program Manager Contact Information – Current Contracts Michelle Ladd, City of Portland (503) 823-8344 Michelle.Ladd@portlandoregon.gov 1221 SW 4th Ave, Portland, OR 97204 Lucas Hillier, City of Portland (503) 823-6930 Lucas.Hillier@portlandoregon.gov 1221 SW 4th Ave, Portland, OR 97204 Sheila Andrews, City of Vancouver (360) 931-6735 sheila.andrews@cityofvancouver.us 4711 E Fourth Plain Blvd PO Box 1995 Vancouver, WA 98668 Je[rey Arms, Urban Camp Coordinator ODOT (971) 673-6234 Highway Maintenance Division – Region 1 9200 Lawnfield Rd. Je[rey.arms@odot.oregon.gov Clackamas, OR 97015 Stephanie Rawson, Metro RID (971) 347-7165 Stephanie.Rawson@oregonmetro.gov 6324 NE Halsey St, Portland, OR 97213 6. RRBC maintains a rigorous Quality Control (QC) policy to ensure every project is completed to the highest standard. Once a site has been serviced and declared complete, a dedicated Quality Control O[icer conducts an on-site inspection to verify the thoroughness of the work. This includes reviewing before-and-after photos, cross-referencing with work orders, and walking the site to confirm that all debris—including biohazardous and medical waste—has been fully removed. This final layer of oversight ensures that no items are overlooked and that each site is left clean, safe, and in compliance with all regulatory standards. 7. RRBC provides comprehensive onboarding and training to ensure all new hires are fully prepared for fieldwork. Our process includes classroom instruction on safety protocols, Bloodborne Pathogens, and trauma -informed care, followed by hands-on training in a simulated tent encampment. This controlled setup allows trainees to practice site assessment, proper hazmat handling, and de-escalation techniques before engaging with the public. Supervisors and the safety director assess everyone’s readiness to ensure compliance with OSHA standards, behavioral expectations and overall job quality. Project Understanding and Approach 1. RRBC employs a structured and responsive management approach to deliver safe, e[icient, and compliant encampment cleanup services. We use our proprietary Data Oversight Monitoring System (DOMS) to track work in real-time, document progress, and ensure quality control through GPS time stamps, photos, and digital checklists. This system enhances transparency and ensures every site is cleaned to standard. Through clear communication, scalable resources, and real-time monitoring, RRBC ensures that all scope requirements are met with precision, professionalism, and accountability. 2. A dedicated Operations Manager oversees all operations, supported by experienced Supervisors who supervise daily field activities. This Operations Manager as the primary point of contact for all coordination with City sta[. They will be responsible for scheduling, reporting, and addressing any issues that arise. Regular input will be solicited through weekly check-ins, site reviews, and email Docusign Envelope ID: BF2D24B8-AEE8-4AC1-8EC3-93D7CF9A248F 3 updates to ensure alignment with City expectations. City sta[ will have access to real-time data and reporting through our DOMS platform, allowing for transparent review and feedback throughout the duration of the contract. Adjustments to workflow or priorities will be made collaboratively based on City input. 3. RRBC has completed thousands of site clearings involving hazardous waste, biohazards, abandoned property, and sensitive human interactions. Our firm brings wide- ranging experience managing complex field operations in coordination with municipal agencies, law enforcement, and social service partners. Our crews are trained in biohazard handling, personal safety, and respectful engagement with vulnerable populations. We hold daily safety briefings and adjust workflows to meet site-specific needs. Our training initiatives include: •Bloodborne Pathogens Training – All field sta[ are trained in proper handling and disposal of biohazardous materials. •CPR Certification – Ensures preparedness for emergency medical situations. •Crisis Prevention and De-escalation – Provided through the CPI Institute to help sta[ navigate high-stress or emotionally sensitive situations with professionalism and care. •Defensive Driving – O[ered through the National Safety Council to all technicians and drivers. •Leadership & Investigation Training – All supervisors are trained in team leadership, incident investigation, and fieldwork quality assurance to better support our frontline crews. We also provide ongoing safety refreshers and encourage professional development through continuous learning opportunities. Our proven track record includes rapid mobilization, thorough site assessments, e[icient cleanup execution, and complete documentation through DOMS. Allowing us to capture real-time progress, maintain accountability, and meet reporting requirements with precision. RRBC’s trained field crews are experienced in working within challenging environments, including urban encampments, wooded areas, and high-tra[ic zones. With a strong focus on safety, regulatory compliance, and respectful conduct, we ensure that every cleanup meets environmental and public health standards while minimizing disruption. Our experience, tools, and trained personnel position us to deliver these services with e[iciency, professionalism, and consistency. Docusign Envelope ID: BF2D24B8-AEE8-4AC1-8EC3-93D7CF9A248F 4 Project Management 1. Delilah Jones (Operations Manager) has successfully overseen similar contracts for ODOT, TriMet, the City of Hillsboro, and Multnomah County over the past three years. Her approach emphasizes "safety first, people forward", prioritizing site safety while fostering a respectful, productive environment. She maintains open lines of communication, ensuring alignment across diverse teams, timely scheduling, and proactive worksite coordination to meet project goals e[iciently. RRBC’s team consists of individuals with a wide range of backgrounds. As a second-chance employer, the organization brings experience and understanding related to overcoming life challenges. Several supervisors, managers, and senior management team members have encountered such circumstances, including houselessness, bringing a deep level of empathy, insight, and lived experience to the work we do. Their perspective is not theoretical—it’s personal— and it informs every interaction, cleanup, and outreach e[ort. This firsthand understanding allows our crews to approach encampment abatement with dignity, compassion, and a focus on respectful engagement. The following individuals are expected to participate on this contract: Jason R. – began as CT, is now a supervisor – experienced 3 years houselessness Colton S. – began as CT, is now a supervisor – experienced 6 years houselessness Jennifer C. - began as a CT, is now a lead – experienced 5 years houselessness Destry N. – began as a CT, is now a supervisor – experienced 7 months houselessness Deserae T. – is a CT – experienced 7 months houselessness Docusign Envelope ID: BF2D24B8-AEE8-4AC1-8EC3-93D7CF9A248F 5 Cost Proposal City of Tigard On-Call Encampment Cleanup 1. Labor Classifications & Hourly Rates: Classification Hourly Rate Description of Duties Cleaning Technician $83 General site cleanup, debris removal, and surface sanitizing. Team Lead $83 Supervises field team, ensures task completion and safety. Supervisor $85 Monitors operations, provides quality control and reporting. Heavy Equipment $100 Operates various types of heavy machinery. 2. After-Hours / Weekend / Holiday Rates: Classification After Hours Hourly Rate Weekend Rate Holiday Rate Cleaning Technician $103 $125 $125 Team Lead $103 $125 $125 Supervisor $105 $128 $128 Standard Business Hours: 7:30am to 4:30pm, Monday - Friday (excluding Holidays) *RRBC recognizes all Federal Holidays 3. Equipment Costs: Equipment Type Rate (per day/use) Notes Pressure Washer $100 For cleaning concrete/hard surfaces, gra[iti removal Pump Truck $225 Sewage disposal/pumping Dumpster- 30 yards $375 Includes drop-o[ & pickup (disposal & environmental fees charged as pass-thru) Side-by-side $225 Safer access remote places Skid Steer/Bobcat $225 Larger structure demo, heavy debris Vehicle/Truck Use N/A Included in hourly rates above PPE, Gloves, Bags, Sharps Containers, Buckets - Included in hourly rates Docusign Envelope ID: BF2D24B8-AEE8-4AC1-8EC3-93D7CF9A248F ATTACHMENT A PROPOSAL CERTIFICATIONS The Contractor agrees not to discriminate against any client, employee or applicant for employment or for services, because of race, color, religion, sex, national origin, handicap or age with regard to, but not limited to, the following: employment upgrading, demotion or transfer; recruitment or recruitment advertising; layoffs or termination; rates of pay or other forms of compensation; selection for training; rendition of services. It is further understood that any Contractor who is in violation of this clause will be barred from receiving awards of any contract from the City, unless a satisfactory showing is made that discriminatory practices have terminated and that a recurrence of such acts is unlikely. Agreed by: Contractor Name: ***************************************** Resident Certificate Please Check One: Resident Contractor: Contractor has paid unemployment taxes and income taxes in this state during the last twelve calendar months immediately preceding the submission of this proposal. Or Non-resident Contractor: Contractor does not qualify under requirement stated above. (Please specify your state of residence: ) Officer’s signature: Type or print officer’s name: Lance Hamel Rapid Response Bio Clean, Inc. Lance Hamel Docusign Envelope ID: BF2D24B8-AEE8-4AC1-8EC3-93D7CF9A248F ATTACHMENT B PROPOSAL FORM RFP 2025-25 – On-Call Encampment Cleanup The Contractor named below submits this proposal in response to the Request for Proposals (RFP) for the contract named above and warrants that the Contractor has carefully reviewed the RFP and that this proposal represents the Contractor’s full response to the requirements described in the RFP. The Contractor further warrants that if this proposal is accepted, the Contractor agrees to all terms and conditions found in the sample contract (Attachment C), and will provide all necessary labor, materials, equipment, and other means required to complete the work in accordance with the requirements of the RFP and contract documents. The Contractor hereby acknowledges the requirement to carry or indicates the ability to obtain the insurance required in the sample contract. Indicate in the affirmative by initialing here: ______ The Contractor certifies that the proposal has been arrived at independently and has been submitted without any collusion designed to limit competition. The Contractor hereby acknowledges receipt of Addendum Nos. ___,___,___,___,___ to this RFP. Name of Contractor: Business Address: Telephone Number: Fax Number: Email Address: Authorized Signature: Printed/Typed Name: Title: Date: 1 Rapid Response Bio Clean, Inc. 2017 NW Vaughn St. #10007 Portland, OR 97296 503-477-8765 971-369-9445 procurement@rrbc-inc.com Lance Hamel President 6/30/2025 Docusign Envelope ID: BF2D24B8-AEE8-4AC1-8EC3-93D7CF9A248F