Loading...
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-