HomeMy WebLinkAboutC-2960 - Graffiti Removal0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
T0: FINANCE DIRECTOR /
FROM: CITY CLERK
DATE: October 10, 1994
SUBJECT: Contract No. C -2960
Description of Contract Graffiti Removal
Effective date of Contract October 1 1994
Authorized by Minute Action, approved on September 26 1994
Contract with Bonanza Mobile Wash and Steam Cleaning
Address 34552 Calle Paloma
Capistrano Beach CA 92624
Amount of Contract ( See Agreement) _
&�4a& 6
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
0
TO: Mayor and City Council
FROM: General Services Director
'.
1
1
OPROUED
SUBJECT: Amendment to Graffiti Removal Services Agreement
Recommendation
That Council approve the Amendment to
which extends the service contract between
and the City to September 30, 1995.
Background
City Council Agenda
Item No. I q
September 26, 1994
C -z96o
the Graffiti Removal Services Agreement
Bonanza Mobile Wash and Steam Cleaning
In September of 1993, the Council approved a contract with Bonanza Mobile Wash and
Steam Cleaning of Dana Point to provide graffiti removal services for Newport Beach.
The term of the agreement commenced on October 1, 1993, and will terminate on
September 30, 1994. However, the agreement stipulated that there may be an additional
year extension of the contract upon mutual agreement between the contractor and the
City.
The contractor was responsible for completely removing all graffiti with a mobile water
pressure unit as well as monitoring the City's graffiti hotline on weekends. Response
time for graffiti removal services was to be within a 24 hour time period after
notification for all required work except those requiring immediate attention.
Discussion
Over the past year, Bonanza Mobile Wash and Steam Cleaning provided the City with
an excellent level of service. The response time and services rendered by the contractor
have been expedient and yielded excellent results. Given the personnel shortages and
budgetary constraints, the City appreciates the prompt and cost - effective service
provided by the contractor. The graffiti removal program has been effective and
successful.
With the expiration of the 1993 -94 contract, the contractor has requested an extension of
the contract for an additional year (1994 -95). As their workload increased within the
past year, the contractor has found it economically feasible to reduce service fees from
$65.00 to $60.00 per hour. Attached is a letter from the contractor indicating the contract
extension request and fee changes.
Additionally, attached is the Amendment to Graffiti Removal Services Agreement. The
Amendment provides for a one year extension of the graffiti removal services
agreement between the contractor and the City, with the option to extend another year.
0
11
The extension term of the agreement will commence on October 1, 1994, and terminates
on September 30, 1995. Moreover, as noted earlier, the pressure cleaning rate will be
$60.00 per hour, the paint matching rate will be $60.00 per hour, and there will continue
to be no charge for travel time to sites.
In the opinion of staff, Bonanza has provided a competitive extension of their contract
which when balanced with their response time and quality service over the past year
reinforce our recommendation to extend the contract at the lower rates.
Very respectfully,
i
David E. Niederhaus
DEN /an
Attachments: (a) Letter from Bonanza Mobile Wash and Steam Cleaning
(b) Amendment to Graffiti Removal Services Agreement
BONANZA Mobile Mash & �
Steam Cleaning
COMMERCIAL • INDUSTRIAL • RESIDENTIAL
1?dAV.a1!
George Millikin
THE CITY OF NEWPORT BEACH
P.O. BOX 1768
Newport Beach, CA 92659 -1768
Dear Mr. Millikin,
It has been our pleasure to be the contractor for graffiti
removal 93/94. We feel comfortable and familiar with the
city and with city operations.
We are requesting to extend our contract for an additional
year 94/95. Due to the increased volume of work we would
like to reduce our fees from $65.00 to $60.00 per hour.
I am in the process of getting my contractors license, I
will be tested over the next few weeks and should have
results shortly. In the meantime I have application
number 940102436 for your records.
Bonanza Mobile Wash & Steam Cleaning welcomes your
comments and questions regarding our service. Please
don't hesitate to call us. We are committed to prompt and
professional services.
Best Regards,
Scott Hartigan v
P.O. Box 0934 Dana Point, CA 92629 -0934 • (714) 493 -5239 • (800) 649 -9408
•
11
AMENDMENT TO
GRAFFITI REMOVAL SERVICES AGREEMENT
This Amendment is made to the Graffiti Removal Services
Agreement, dated.' /� �f9 the "Agreement "), effective on the
date written below, by and between the City of Newport Beach
(hereinafter referred to as "City ") and Bonanza Mobile Wash and
Steam Cleaning (hereinafter referred to as "Contractor ").
RECITALS
A. Paragraph No. 1 of the Agreement provides that it may be
extended an additional year upon mutual written agreement of the
parties.
B. The parties wish to extend the Agreement for one
additional year, with the option to extend another year.
NOW THEREFORE the parties agree as follows:
1. Paragraph No. 1 of the Agreement is hereby amended to
read as follows:
1. Term. The term of this Agreement shall commence on
the first day of October, 1994, and shall terminate on
the 30th day of September, 1995, and may be extended one
additional year upon mutual agreement of the parties,
unless terminated as set forth herein.
• 9
2. Exhibit B to the Agreement shall be modified as follows:
B. For removal of graffiti by high pressure cleaning or
paint matching (if required).
Pressure Cleaning Rate:
$60.00
per
hour
Paint Matching Rate:
$60.00
per
hour
Travel Time Charged: $ 0.00 per hour
3. All other provisions of the Agreement shall remain in
full force and effect and shall not be otherwise amended or changed
by this Amendment.
Dated: , 1994
Bonanza Wash and Steam lean
1�
Dated: C.- /e% , 1994
City of Ne ort Beach
Approved as to Form:
Robin Lynn Clauson
Asst. City Attorney
Attest:
d 1,
i y C erc
wb \agr \graffiti.amd
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
C�? y /?,&— A/('jsvG -C--
TO: FINANCE DIRECTOR
FROM: CITY CLERK /
DATE: September 30, 1993
SUBJECT: -Contract No. C -2960
Description of Contract Graffiti Removal
Effective date of Contract September 30, 1993
Authorized by Minute Action, approved on September 27, 1993
Contract with Bonanza Mobile Wash and Steam Cleaning
Address 34552 Calle Paloma
Capistrano Beach, CA 92624
Amount of Contract (See Agreement)
Wanda E. Raggio
City Clerk
WER:pm
Attachment
/ MA
3300 Newport Boulevard, Newport Beach
TO:
FROM:
SUBJECT:
Background:
• .
Mayor and City Council
General Services Director
Graffiti Rein ova I Contract
City Council Agenda
Item No. / 1�,i9
September 27, 1993
SEP 2 71993
At the June 28 Council meeting, Ordinance Number 93 -14 was passed, which
necessitates a program for removal of graffiti from public and private property. While
City crews have always removed graffiti from public areas, they never have had the
authorization, nor the mandate, to remove it from private property. With the passage of
this Ordinance, the workload for City crews will expand substantially.
Discussion:
The General Services Department deleted 14 positions in the FY 93 -94 budget,
including, three positions in the division having the primary responsibility for graffiti
removal. After the graffiti ordinance was passed, it was decided that the only way this
Department could respond in the timeframe required by the ordinance was by utilizing
a commercial firm which specializes in graffiti removal.
To that end Department staff circulated a Request for Proposal (RFP) to various
,
companies which had previously expressed an interest in providing graffiti removal
services for the City. Out of the four RFPs sent out, three were returned. The three
firms submitting a proposal were: Graffiti Control Systems, Inc. of North Hollywood;
Bonanza Mobile Wash and Steam Cleaning of Dana Point; and South Shore Window
Maintenance of Santa Ana.
After reviewing the proposals from the various companies, one of the problems staff
faced was comparing the proposals on a level playing field. Graffiti Control Systems,
for example, prefers to remove graffiti by painting over it with color- matched paint.
Their standard method is to check a site, take a paint sample, and return the following
day to paint over the damage. The other two companies wash the surface utilizing a
mild cleaner and a high- pressure (3,000 PSI) unit using water heated to 200 degrees.
At the outset, staff ruled out Graffiti Control Systems due to their two -day response for
graffiti removal. It is believed that if graffiti damage is spotted in the morning hours by
crews working in the area, or if we are notified by citizen reports of damage, we should
be able to have the damage removed that same day.
For the remaining two contractors, we performed reference checks and conducted field
evaluations.
w
0 0
Bonanza Mobile Wash and Steam Cleaning has contracts for graffiti removal in four
South County cities. The city representatives we contacted provided positive
references. When the company representative was here for the demonstration, he was
able to remove the graffiti quickly and efficiently. Bonanza uses heavy -duty pressure
washers capable of pinpoint, high pressure accuracy. This method is the key to
removing graffiti quickly. The quoted price for graffiti removal was $65.00 per hour,
with no travel time charged. Additionally, the hourly rate would be broken down into
15 minute segments.
South Shore Window Maintenance provides window cleaning and pressure washing
services for many commercial complexes. The references we contacted were generally
satisfied with their services. They have no municipal experience, however, and are
primarily a window cleaning company. The pressure washer they brought to the
demonstration was essentially a medium -duty unit.. The operator was knowledgeable
about the process of graffiti removal, however, the removal took extra time due to the
limitations of the equipment.. This becomes problematic because South Shore charges
the City by the hour for the service. I feel that, they are less capable at this time than
Bonanza, due to their equipment limitations and experience level in the graffiti removal
business. Their cleaning rate is $59.00 per hour, but, due to the equipment they possess,
it would take much longer for them to clean each site, thus generating a higher cost for
graffiti removal. Field tests validated this opinion.
A proposed contract for Bonanza Mobile Wash and Steam Cleaning has been prepared
and is attached. It should be noted that this Department measured the costs for graffiti
removal for a 64 day period from April 13 to June 15. The costs amounted to $10,674, or
extrapolated to $60,875 per year. I feel the Department will need an additional $42,000
to fund graffiti removal efforts for the remaining nine months of this fiscal year.
Therefore, a budget amendment for that amount has been submitted by separate
correspondence.
Recommendation:
Approve a contract with Bonanza Mobile Wash and Steam Cleaning at the rate of $65.00
per hour for graffiti removal services for the period of October 1, 1993 through
September 30, 1994 and approve a budget amendment in the amount of $42,000 to fund
these services for the remainder of the year.
Very respectfully,
David E. Niederhaus
DEN /mp
Attachment
GRAFFITI REMOVAL SERVICES
THIS AGREEMENT, entered into this5o.OL day of 1116;; 7 ,
1993, by and between CITY OF NEWPORT BEACH , a Municipal
Corporation (hereinafter referred to as "City ") , and Bonanza Mobile
Wash and Steam Cleaning whose address is 34552 Calle Paloma,
Capistrano Beach, California, 92624, (hereinafter referred to as
"Contractor "), is made with reference to the following:
RECITALS
A. City is a Municipal Corporation duly organized and
validly existing under the laws of the State of California
with the power to carry on its business as it is now being
conducted under the statutes of the State of California and
the Charter of the City.
B. The principal members of Contractor are Scott
Hartigan and Paul Hartigan.
C. City desires to engage Contractor to provide
graffiti removal services within the City of Newport Beach
upon the terms and conditions contained in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the
undersigned parties as follows:
1. TERM
The Term of this Agreement shall commence on the 1st day of
October, 1993, and shall terminate on the 30th day of September,
1994, and may be extended one additional year upon mutual written
rj
E
agreement of the parties, unless terminated earlier as set forth
herein.
2. SERVICES TO BE PERFORMED
Contractor shall perform the tasks set forth in Exhibit "A ",
attached hereto and incorporated herein by this reference.
3. COMPENSATION TO CONTRACTOR
Contractor shall be compensated monthly for services performed
pursuant to this Agreement at the hourly rates set forth in Exhibit
"B", attached hereto based upon actual time spent on the tasks and
services described in Exhibit "A ". The total amount of this
contract shall not exceed $42,000.00.
4. STANDARD OF CARE
All of the work shall be performed by Contractor or under
Contractor's supervision. Contractor represents that it possesses
the professional and technical personnel required to perform the
services required by this Agreement and that it will perform all
services in a manner commensurate with the community professional
standards. All services shall be performed by qualified and
experienced personnel who are not employed by City nor have any
contractual relationship with City. The Contractor shall be
responsible to City for any errors or omissions in the execution of
this Agreement. Contractor represents and warrants to City that it
has or shall obtain all licenses, permits, qualifications and
approvals required of its profession. Contractor further
represents and warrants that it shall keep in effect all such
licenses, permits and other approvals during the term of this
-2-
0 0
Agreement.
5. INDEPENDENT PARTIES
City retains Contractor on an independent contractor basis and
Contractor is not an employee of the City. The manner and means of
conducting the work are under the control of Contractor, except to
the extent they are limited by statute, rule or regulation and the
express terms of this Agreement. No civil service status or other
right of employment with City will be acquired by virtue of
Contractor's services. None of the benefits provided by City to
its employees, including, but not limited to, unemployment
insurance, worker's compensation plans, vacation and sick leave,
are available from City to Contractor, its employees or agent.
Deductions shall not be made for any state or federal taxes, FICA
payments, PERS payments or other purposes normally associated with
an employer - employee relationship from any fees due Contractor.
Payments of the above items, if required, are the responsibility of
Contractor.
6. COOPERATION
Contractor agrees to work closely and cooperate fully with
City's designated Project Administrator, and any other agencies
which may have jurisdiction or interest in the work to be
performed. City agrees to cooperate with the Contractor on the
project.
7. CITY POLICY
Contractor will discuss and review all matters relating to
policy and project direction with the Project Administrator in
-3-
advance of all critical decision points in order to ensure that the
project proceeds in a manner consistent with City goals and
policies.
8. CONFORMANCE TO APPLICABLE REQUIREMENT
All work prepared by Contractor shall conform to applicable
city, county, state and federal requirements and be subject to
approval of the Project Administrator and City Council.
9. PROGRESS
Contractor is responsible to keep the Project Administrator
and /or his /her duly authorized designee informed on a regular basis
regarding the status and progress of the work, activities performed
and planned, and any meetings that have been scheduled or are
desired.
10. HOLD HARMLESS
Contractor agrees to indemnify, defend, save and hold harmless
City, its City Council, boards and commissions, officers and
employees from and against any and all loss, damages, liability,
claims, suites, costs and expenses for damages of any nature
whatsoever, including, but not limited to, bodily injury, death,
personal injury, property damages, attorneys fees and court costs
arising from any and all negligent actions of Contractor, its
employees, agents or subcontracts in the performance of services or
work conducted or performed pursuant to this Agreement.
11. INSURANCE
Without limiting consultant's indemnification of City,
Contractor shall obtain and provide and maintain at its own expense
-4-
0 0
during the term of this Agreement policy or policies of liability
insurance of the type and amounts described below and satisfactory
to the City. Such policies shall be signed by a person authorized
by that insurer to bind coverage on its behalf and must be filed
with the City prior to exercising any right or performing any work
pursuant to this Agreement. All insurance policies shall add as
insured the City, it selected officials, officers and employees for
all liability arising from Contractor's services as described
herein.
Prior to the commencement of any services hereunder,
Contractor shall provide to city certificates of insurance from an
insurance company certified to do business in the State of
California, with original endorsements, and copies of policies, if
requested by City, of the following insurance, with Best's Class B
or better carriers:
A. Worker's compensation insurance covering all
employees and principals of the Contractor, per the laws of
the State of California;
B. Commercial general liability insurance covering
third party liability risks, including without limitation,
contractual liability, in a minimum amount of $1 million
combined single limit per occurrence for bodily injury,
personal injury and property damage. If commercial general
liability insurance or other form with a general aggregate is
used, either the general aggregate shall apply separately to
this project, or the general aggregate limit shall be twice
-5-
• •
the occurrence limit;
C. Commercial auto liability and property insurance
covering any owned and rented vehicles of Contractor in a
minimum amount of $1 million combined single limit per
accident for bodily injury and property damage. Said policy
or policies shall be endorsed to state that coverage shall not
be suspended, voided or canceled by either party, or reduced
in coverage or in limits except after thirty (30) days' prior
notice has been given in writing to City. Contractor shall
give to City prompt and timely notice of claim made or suit
instituted arising out of Contractor's operation hereunder.
Contractor shall also procure and maintain, at its own cost
and expense, any additional kinds of insurance, which in its
own judgment may be necessary for its proper protection and
prosecution of the work.
Contractor agrees that in the event of loss due to any of
the perils for which it has agreed to provide comprehensive
general and automotive liability insurance, that Contractor
shall look solely to its insurance for recovery. Contractor
hereby grants to City, on behalf of any insurer providing
comprehensive general and automotive liability insurance to
either Contractor or City with respect to the services of
Contractor herein, a waiver of any right of subrogation which
any such insurer of said Contractor may acquire against City
by virtue of the payment of any loss under such insurance.
D. Deductibles and Self- Insured Retentions. Any
0 i
deductibles or self insured retentions must be declared to and
approved by the Entity. At the option of the City, either the
insurer shall reduce or eliminate such deductibles or self -
insured retentions as respects the City, its officers,
officials, employees and volunteer; or the Contractor shall
procure a bond guaranteeing payment of losses and related
investigations, claim administration and defense expenses.
E. Other Insurance Provisions. The general liability
and automobile liability policies are to contain, or be
endorsed to contain, the following provisions:
1. The City, its officers, officials employees and
volunteers are to be covered as insureds as respects:
liability arising out of activities performed by or on
behalf of the Contractor; products and completed
operations of the Contractor; premises owned, occupied or
used by the Contractor; or automobiles owned, leased,
hired or borrowed by the Contractor. The coverage shall
contain no special limitations on the scope of protection
afforded to the City, its officers, officials, employees
or volunteers.
2. For any claims related to this project, the Contractor's
insurance coverage shall be primary insurance as respects
the City, its officers, officials, employees and
volunteers.
3. Any failure to comply with reporting or other provisions
of the policies including breaches or warranties shall
-7-
• i
not affect coverage provided to the City, its officers,
officials, employees or volunteers.
4. The Contractor's insurance shall apply separately to each
insured against whom claim is made or suit is brought,
except with respect to the limits of the insurers's
liability.
F. Acceptability of Insurers. Insurance is to be placed
with insurers with a current A.M. Best's rating of no less than A:
VII, unless otherwise acceptable to the City.
12. PROHIBITION AGAINST TRANSFERS
Because of the personal nature of the services to be rendered
pursuant to this Agreement, only Bonanza Mobile Wash & Steam
Cleaning shall perform the services described in this Agreement.
Scott Hartigan and Paul Hartigan may use assistants, under their
direct supervision, to perform some of the services under this
Agreement.
Contractor shall not assign, sublease, hypothecate or transfer
this Agreement or any interest in this Agreement, directly or
indirectly, by operation of law or otherwise without prior written
consent of City. Any attempt to do so without consent of City
shall be null and void, and any assignee, sublessee, hypothecate or
transferee shall acquire no right or interest by reason of an
attempted assignment, hypothecation or transfer.
13. REPORTS
Each and every report, draft, work product, map, record and
other document reproduced, prepared or caused to be prepared by
om
0 0
Contractor pursuant to or in connection with this Agreement shall
be the exclusive property of City.
No report, information or other data given to or prepared or
assembled by Contractor pursuant to this Agreement shall be made
available to any individual or organization by Contractor without
prior approval by City.
Contractor shall, at such time and in such forms as City may
require, furnish reports concerning the status of services required
under this Agreement.
14. ADMINISTRATION
This Agreement will be administered by the General Services
Department. The Director or his /her designees shall be considered
the Project Administrator and shall have the authority act for the
City under this Agreement. The Project Administrator or his /her
authorized representative shall represent the City in all matters
pertaining to the services to be rendered pursuant to this
Agreement.
15. EXTRA WORK
Contractor shall not receive compensation for extra work
unless authorized by the City Council and Contractor shall not be
entitled to extra compensation without authorization by City
Council.
16. RECORDS
Contractor shall keep records and invoices in connection with
its work to be performed under this Agreement. Contractor shall
maintain complete and accurate records with respect to the costs
QZ
0 0
incurred under this Agreement. All such records shall be clearly
identifiable. Contractor shall allow a representative of City
during normal business hours to examine, audit and make transcripts
or copies of such records. Contractor shall allow inspection of
all work, data, documents, proceedings and activities related to
the Agreement for a period of three ( 3 ) years from the date of
final payment under this Agreement.
RFl 10061. 161:;- 3:4a24Z0wari] I'm W.i9:@Z&1 1
Contractor shall not be reimbursed for any expenses unless
authorized in writing by the Project Administrator.
18. MONTHLY INVOICES
Contractor shall submit invoices to the City on a monthly
basis in accordance with Contractor's schedule of fees contained in
Exhibit "B" hereof. Each invoice will be itemized. Each invoice
shall show the number of hours worked per person and the nature of
the work performed.
19. PAYMENT OF COMPENSATION
City shall make payments to Contractor within thirty (30) days
of receiving a monthly invoice unless City disputes the amount
Contractor claims is owned under this Agreement.
20. WITHHOLDINGS
City may withhold payment of any disputed sums until
satisfaction of the dispute with respect to such payment. Such
withholding shall not be deemed to constitute a failure to pay
according to the terms of this Agreement. Contractor shall not
discontinue its work for a period of thirty (30) days from the date
-10-
0 0
of withholding as a result of such withholding. Contractor shall
have an immediate right to appeal to the City Manager or his
designee with respect to such disputed sums. The determination of
the City Manager with respect to such matter shall be final.
Contractor shall be entitled to receive interest on any withheld
sums at the rate of seven percent (7 %) per annum from the date of
withholding of any amounts found to have been improperly withheld.
21. ERRORS AND OMISSIONS
In the event that the Project Administrator determines that
the Contractor's negligence, errors or omissions in the performance
of work under this Agreement has resulted in expense to City
greater than would have resulted if there were no such negligence,
errors or omissions in the plans or contract specifications,
Contractor shall reimburse City for the additional expenses
incurred by the City including engineering, construction and /or
restoration expense. Nothing herein is intended to limit City's
rights under this Agreement.
22. NONDISCRIMINATION BY CONTRACTOR
Contractor represents and agrees that Contractor, its
affiliates, subsidiaries or holding companies do not and will not
discriminate against any subcontractor, consultant, employee or
applicable for employment because of race, religion, color, sex,
handicap or national origin. Such nondiscrimination shall include,
but not be limited to, the following: employment, upgrading,
demotion, transfers, recruitment, recruitment advertising, layoff,
termination, rates of pay or other forms of compensation and
-11-
0
0
selection for training, including apprenticeship.
23. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS
City reserves the right to employ other consultants in
connection with this project.
24. NOTICES
All notices, demands, requests or approvals to be given under
this Agreement shall be given in writing and conclusively shall be
deemed served when delivered personally or on the second business
day after the deposit thereof in the United States mail, postage
prepaid, registered or certified, addressed as hereinafter
provided.
All notices, demands, requests or approvals from Contractor to
City shall be addressed to City at:
City of Newport Beach
3300 Newport Boulevard
P. O. Box 1768
Newport Beach, CA 92659 -1768
Attention: David E. Niederhaus
All notices, demands, requests or approvals from City to
Contractor shall be addressed to Contractor at:
34552 Calle Paloma
Capistrano Beach, CA 92624 - or -
P.O. Box 0934
Dana Point, CA 92629
25. TERMINATION
In the event Contractor hereto fails or refuses to perform any
of the provisions hereof at the time and in the manner required
hereunder, Contractor shall be deemed in default in the performance
-12-
0 0
of this Agreement. If such default is not cured within a period of
two (2) days, or if more than two (2) days are reasonably required
to cure the default and Contractor fails to give adequate assurance
of due performance within two (2) days after receipt by Contractor
from City of written notice of default, specifying the nature of
such default and the steps necessary to cure such default, City may
terminate the Agreement forthwith by giving to the Contractor
written notice thereof.
City shall have the option, at its sole discretion and without
cause, of terminating this Agreement by giving seven (7) days'
prior written notice to Contractor as provided herein. Upon
termination of this Agreement, each party shall pay to the other
party that portion of compensation specified in this Agreement that
is earned and unpaid prior to the effective date of termination.
26. COST OF LITIGATION
If any legal action is necessary to enforce any provision
hereof or for damages by reason for an alleged breach of any
provisions of this Agreement, the prevailing party shall be
entitled to receive from the losing party all costs and expenses in
such amount as the court may adjudge to be reasonable attorneys'
fees.
29. COMPLIANCES
Contractor shall comply with all laws, state or federal and
all ordinances, rules and regulations enacted or issued by City.
30. WAIVER
A waiver by City of any breach of any term, covenant or
-13-
condition contained herein shall not be deemed to be a waiver of
any subsequent breach of the same or any other term, covenant or
condition contained herein whether of the same or a different
character.
31. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding
of every kind or nature whatsoever between the parties hereto and
all preliminary negotiations and agreements of whatsoever kind or
nature are merged herein. No verbal agreement or implied covenant
shall be held to vary the provisions hereon. Any modification of
this Agreement will be effective only by written execution signed
by both City and Contractor.
IN WITNESS WHEREOF, the parties have caused this Agreement to
be executed on the day and year first written above.
APPROVED AS TO FORM:
CITY ATTORNEY
U
ub /agr /graffiti.agt
—14—
CITY OF NEWPORT BEACH
A nicipal Corporation
c_-
Mayor
CONTRACTOR
By: 4t;i:�
• •
EXHIBIT A
TASKS TO BE PERFORMED
The work shall consist of completely removing all graffiti,
feathering out the area to hide impressions of the specific
removal, which shall include, but not be limited to, brick, cinder
block, concrete sidewalks, concrete walls and partitions, and
painted interior and exterior surfaces.
Removal of graffiti will primarily be done with a mobile water
pressure unit capable of 3,000 P.S.I., with variable pressure
capabilities. Unit shall have capability of heating water to 200
degrees. All solutions utilized shall be safe and biodegradable.
Removal of graffiti by repainting with color- matched paint might be
applicable in some situations.
Cleaning units shall be self- contained, capable of carrying water
and not requiring a water hook -up.
The contractor must monitor the City's graffiti hotline on
weekends, and maintain an emergency call back number for City
staff.
The contractor shall respond within 24 hours when notified of
required work, except as follows: When graffiti is of a nature
that requires immediate attention, vendor will respond in a
reasonable time, but no later than 24 hours after notification.
-15-
EXHIBIT B
PAYMENT SCHEDULE
BID PROPOSAL FOR
GRAFFITI REMOVAL WITHIN
THE CITY OF NEWPORT BEACH
The undersigned declares that the request for proposal, related
documents, and this proposal have been read and understood and
proposes and agrees to furnish and deliver the City of Newport
Beach the items listed below in accordance with the specifications
herein and that the following prices will be accepted as payment in
full therefore as follows:
For removal of graffiti by high - pressure cleaning or paint matching
(if required).
Pressure Cleaning Rate
Paint Matching Rate
Travel Time Charged
$65.00 Per Hour
$65.00 Per Hour
$ - 0 - Per Hour
Rate to be broken into tenth of an hour increments, with a 15
minute minimum per callout in which graffiti removal is completed.
Payments not to exceed $42,000 for the term of the contract.
-16-