Loading...
HomeMy WebLinkAboutUrban Corps of San Diego; 2010-05-06; TRAN811AGREEMENT FOR CITYWIDE GRAFFITI REMOVAL & MISC MAINTENANCE SERVICES Urban Corps of San Diego TRANS501 THIS AGREEMENT is made and entered into as of the £o "~" day of 20/0 , by and between the CITY OF CARLSBAD, a municipal corporation, (''City"), and Urban Corps of San Diego, a Not for Profit Corporation, ("Contractor"). RECITALS A. City requires the professional services of a graffiti removal and miscellaneous maintenance service that is experienced in providing graffiti removal and miscellaneous maintenance services citywide. B. Contractor has the necessary experience in providing professional services and advice related to citywide graffiti removal and miscellaneous maintenance. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a bid to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. The Contractor will perform graffiti removal and miscellaneous maintenance services as scheduled and as authorized on an agreed price basis as specified herein. Nothing in this agreement is intended to create an exclusive arrangement between City and Contractor. The City reserves the right to procure graffiti removal and miscellaneous maintenance services from other vendors as the City deems appropriate. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of one-year from the date first above written. The City Manager may amend the Agreement to extend it for four additional one-year periods or parts thereof in an amount not to exceed Ninety-Four Thousand Four Hundred Thirty-Two dollars ($94,432) per Agreement year. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and City Attorney Approved Version #05.06.08 appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be in an amount not to exceed Ninety-Four Thousand Four Hundred Thirty-Two dollars ($94,432). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by City Attorney Approved Version #05.06.08 the terms of this Agreement applicable to Contractor's work unless specifically rioted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self- administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VN". OR with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liability Insurance. $1.000.000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. City Attorney Approved Version #05.06.08 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General Liability. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. City Attorney Approved Version #05.06.08 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will 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. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City: For Contractor: Name Nick Rogue _ Name Title Public Works Supervisor, Streets Title Department Transportation / Streets Address Ip - 0 ' Address 405 Oak Avenue _ ^Z^^^T?, •'<£. l.<&> . ^ <32/3tf:' - Carlsbad. CA 92008 _ Phone No. Phone No. (760) 434-2923 _ Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. City Attorney Approved Version #05.06.08 16. CONFLICT OF INTEREST City will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. City Attorney Approved Version #05.06.08 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering ninety (90) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq.. the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor City Attorney Approved Version #05.06.08 on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. City Attorney Approved Version #05.06.08 8 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement CITY OF CARLSBAD, a municipal corporation of thaState of California cl(«tg1i here)Ci^lvlanage (print name/title) "ATTEST: WOOm ity Clerk (J ^ (print name/title) V' (e-'mail address) If required by City, proper notarial acknowledgment of execution by contractor must b'e*""111^ attached. If a Corporation, Agreement must be signed by one corporate officer from each of the following two groups. *Group A. Chairman, President, or Vice-President **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officers) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney Bv: Qj2l'Deputy City Attorne City Attorney Approved Version #05.06.08 EXHIBIT "A" CITY OF CARLSBAD GRAFFITI REMOVAL & MISCELLANEOUS MAINTENANCE SERVICES TRANS501 DETAILED SCOPE OF SERVICES AND CONTRACT SPECIAL PROVISONS A. GENERAL PROVISIONS 1. Contractor shall provide a minimum of one two (2) person crew and one vehicle to perform citywide graffiti removal services. Crew will work a regular eight (8) hour shift Monday through Friday. 2. Crew will interface daily with the Public Works Supervisor, Streets, or approved representative to receive instructions on locations and schedules for graffiti inspection and/or removal. 3. Crew will self-generate graffiti removal requests as necessary. 4. Crew will report each incidence of graffiti to the Public Works Supervisor, Streets, or approved representative, before action is taken. The Public Works Supervisor, Streets, or approved representative, will determine the appropriate method for graffiti removal and the crew will remove the graffiti as directed. 5. Crew will work cleanly and in accordance with approved graffiti removal methods. Graffiti removal will be complete leaving no shadows or ghost markings. Sites will be left clean and free of debris and/or overspray. Contractor will provide supervisory spot inspections as needed to maintain quality assurance. 6. During times when graffiti workload is insufficient to employ crew or in times of need, as determined by the Public Works Supervisor, Streets, crew will perform miscellaneous maintenance. Examples of work include but are not limited to cleaning of walls, sidewalks, or other hard to clean surfaces, delivery and/or removal of sand bags, delivery and/or removal of temporary traffic control devices, and other duties as assigned. Miscellaneous maintenance does not included working on any regular City maintenance crew. B. REPORTING 1. Contractor will provide weekly and monthly reports detailing the graffiti removal actions of the crew. These reports will include the following information: City Attorney Approved Version #05.06.08 10 a. Location b. Date and time of initial site inspection c. Date and time of removal d. Surface type and approximate size of graffiti site e. Removal method used f. Name of crew members performing removal and logging information g. Date and time of supervisory inspection h. Name of supervisor performing inspection C. HOTLINE 1. Contractor vehicles shall all be identified as such and have an 800 number (800-829-6884) that residents and community members can see and call to have graffiti removed from identified properties. 2. Contractor shall maintain this recorded message "hotline" where callers can leave detailed messages of graffiti locations. Responsive action to these calls must not exceed 48 hours. D. EQUIPMENT AND METHODS 1. The following equipment and methods are approved for use in the City of Carlsbad Citywide Graffiti Removal Program: a. Chemical Cleaning i. Environmentally safe chemicals, solvents, and materials will be used to remove graffiti. A copy of Material Data Safety Sheets (MSDS) for all chemicals intended for use by the Contractor for graffiti removal will be provided to the Public Works Supervisor, Streets, or approved designee. ii. Chemical cleaning shall only be used when other methods of removal are not effective and/or recommended. b. Power Washing i. Power washing will be used to remove graffiti and hard-to- clean substances from sidewalks and/or block walls or as determined by the Public Works Supervisor, Streets, or approved designee. ii. Power washing will only be used in low pedestrian traffic areas and/or at times of low pedestrian volumes unless otherwise approved. iii. Warning signs and protective barriers will be used to warn/shield pedestrians, vehicles, ornamental street furniture, windows, and any other sensitive surfaces from potential overspray. The protective barrier may consist of plastic sheeting and/or painter's cloth. iv. A water reclamation unit and Best Management Practices must be used during pressure washing activities. City Attorney Approved Version #05.06.08 11 c. Painting i. Contractor will carry tools and materials necessary to prepare surfaces and paint over graffiti at sites where it cannot be removed by other means. Paint and supplies for painting will be provided by the City of Carlsbad. ii. Contractor will apply paint that reasonably matches the existing base surface color and in a manner that completely eradicates the graffiti. Painting will not follow the graffiti and no patterns such as that of the letters or shapes will remain upon completion. iii. Unused, remaining paint and materials will be returned to the City of Carlsbad. E. BEST MANAGEMENT PRACTICES (BMPs) 1. Contractor will incorporate and comply with all applicable Best Management Practices (BMPs) during the completion of this agreement. All work must be in compliance with the San Diego Regional Water Quality Control Board (RWQCB) permit, Carlsbad Municipal Code and the City of Carlsbad Jurisdictional Urban Runoff Management Plan (JURMP) incorporated herein by reference. 2. The Contractor shall indicate in his proposal methods of compliance, equipment utilized to insure compliance, training of staff and experience in compliance with environmental regulations. If in the opinion of the project manager, the Contractor is not in compliance with this provision CITY reserves the right to implement BMP's to the maximum extent practical, and deduct payment due or back charge the Contractor for implementation with a 15% markup for administration and overhead. F. INVOICING 1. Contractor will submit an invoice for services on a monthly basis. Invoice will be for 1/12 of the total agreement price ($7,869.33) and will be accompanied by a monthly report detailing all graffiti removal and maintenance activities performed during the billing period. City Attorney Approved Version #05.06.08 12 Urban Corps of San Diego County Proposal to the City of Carlsbad For City Wide Graffiti Removal Services February 19,2010 The mission of the Urban Corps of San Diego is fo provide job framing and educational opportunities to young adults, in the fields of conservation, recycling, and community service which will assist youth in becoming more employable, while protecting San Diego's natural resources and instilling the importance of community involvement. Urban Corps of San Diego P.O. Box 80156, San Diego, CA 92138-0156 (619) 235-6884 Fax (619) 235-5425 www.urbancorpssd.org IURBAN CORPS! URBAN CORPS SAN DIEGO COUNTV BOARD OF DIRECTORS t..fM.rtr,i,,1!«Q,,aiii)s.,,i con™™,, s.,vic',»Li.i«, San Di'-go Housing Gun missio February 19,2010 Thomas Moore Transportation Department Superintendent City of Carlsbad Transportation Department 405 Oak Avenue Carlsbad Ca, 92008 Re: Proposal for the City of Carlsbad City Wide Graffiti Removal Services Mr. ni ,,ar, ,;;™ i i:m BKOOKS Principal N1CKSTAMOS KVtire,J. Pn.-si.Jrnl iS CKO Boy Scouts of America *;LAKH>;<;AYLORD Senior P.,!i«.j Analyst ulPn.t.-.-imn Agency (reliml) RALPH -WIL" WILLIAMS Pam Vice Prmiileiit UIAHLOITK MKLSKN Sun Dirpo Pa.lmt I HINSIIM \HH>I1I Dinvli.rnf Kxl.-rnal A Hairs AT&T California SAMM. DLRAN PAST DIRECTORS MARION VtlLBLK Founding Mrmber Manny A.juiUr. I . ,, -i !!,,!..„ It, - , i ,/.,;.- liilfnn Chnrng. BHITV ('.. Cnllinn. G«en CopelaiiJ. ',!••» K. t,.ll Ki. i.,u ,1 H.I.I, U. Jim H.ii,-, i, ln.tj: N.ij.l,.!.-,,,, Jcmn. jr., Tim Larrick. t ir,,!.( I ,•(.,,:, n. I ,,,..,!,,,, I .,,„,, Art l.ujin.Tony Mauriian. Mark K. \.\-.,. -,,.•„„ \iili U.,, , I!. l,i. i Dr. I! •, I. . I', .,.1, :, .. ! I.MHI.I l'..r..., ,i. tynn A. -. ii. r.k. Dr. Wank Till. Please find enclosed the Urban Corps of San Diego County's proposal for the City of Carlsbad City Wide Graffiti Removal Services in the amount of $94,432.00 for one (1) year of services. This proposal includes all personnel, insurance liability, tools, and equipment. The Urban Corps of San Diego County has over 25-years experience providing graffiti removal service for San Diego County. We are knowledgeable of the City of San Diego's requirements and ordinances regarding implementing of all Best Management Practices (BMP's) when power washing, with our current resources, experience, and equipment we feel we can successfully provide you with the level of service you require. By allowing the Urban Corps of San Diego County to provide these services to the City of Carlsbad the Urban Corps of San Diego County fulfills its mission to preserve the California environment and provide the county of San Diego's youth with paid on-the-job experience and the opportunity to earn their high school diploma through our on-site charter school. We look forward to the opportunity of working with you. Please feel free to contact me at (619) 235-6884 should you have any questions, or need further information. Warm regards, H, ,-..!,,,, I A. \\ va. Km ". • ,• M -, „ . ,, ^Director of Operations "Earning, Learning & Conserving" URBAN CORPS OF SAN DIEGO • P 0 BOX 80156 • SAN DIEGO, CALIFORNIA 92138-0156 • (619).235-6884 • FAX (619).235-5425 P Eary, share- City of Carlsbad City Wide Graffiti Removal Services Proposal Urban Corps of San Diego County February 19, 2010 Introduction. The Urban Corps of San Diego (UCO) was founded in 1989 through a partnership of local elected officials and community leaders committed to providing opportunities to San Diego's inner city-youth and preserving the natural environment for all San Diego county residents. Focusing on life changing impact of good education, strong work ethic and community service to the greater San Diego area, Urban Corps partners with nearly 300 sponsors, local government, non-profit organizations and businesses. Mission statement. The Mission of the Urban Corps of San Diego "to provide job training and educational opportunities to young adults in the fields of conservation, recycling and community service which will assist them in becoming more employable while protecting San Diego's natural resources and instilling the importance of community involvement. Scope and purpose of proposed work. Urban Corps of San Diego would assign a crew of two (2) Corpsmembers working five (5) days a week (Monday through Friday), eight (8) hours per day to provide graffiti removal service city wide to the City of Carlsbad. The Urban Corps of San Diego County graffiti team would interface with a representative from the City of Carlsbad to receive instructions on locations and schedules for graffiti inspection and removal. The Graffiti Removal crew will also" self generate" in these locations by inspecting the locations for incidence of graffiti and removing graffiti found in the City of Carlsbad. Each incidence of graffiti would be reported by the crew to the City of Carlsbad representative before action is taken. The appropriate method for graffiti removal would be identified by the City of Carlsbad representative and or the Urban Corps of San Diego County Supervisor, and the crew would then remove the graffiti as directed. To maintain Quality Assurance/Quality Control, the Urban Corps of San Diego County Supervisor would inspect the location of reported graffiti to insure that graffiti was removed as directed and that the work site was left clean and over-spray was prevented. 1.0 Project Understanding Urban Corps of San Diego is pleased to offer the City of Carlsbad this proposal for graffiti removal Services. A weekly report followed by monthly report would be provided to the City of Carlsbad detailing the actions of the graffiti removal service that were provided. A database would be used to log daily inspection activities and actions taken. This database would be updated by the Urban Corps of San Diego Graffiti Supervisor on a daily basis. UCO is submitting a proposal for the City of Carlsbad city wide graffiti removal services, to include the following: • Graffiti Removal City Wide • Date and time graffiti inspected • Date and time graffiti removed • Surface type and size of graffiti site • Location of removal • Removal Method • Name of Corpsmembers removing graffiti and logging the information • Date QA/QC inspection performed and by whom 1 City of Carlsbad City Wide Graffiti Removal Services Proposal Urban Corps of San Diego County February 19, 2010 Hotline: Urban Corps vehicles are all identified as such and have an 800 number (800-829-6884) on them that residents and community members can see and call to have graffiti removed from the identified properties. The Hotline is a recorded message service where community residents can leave a detailed message of where the graffiti is located. These calls are responded to within 24-48 hours. The City of Carlsbad may also leave messages on the hotline. Supervision, Quality Control, Work Safety: The assigned corpsmember will be supervised on a spot check basis. Crews are trained on safety measures on a regular basis. Our graffiti coordinator and or our contract compliance officer will inspect jobs for quality control prior to submitting reports to the City of Carlsbad. B. Equipment and Methods The following equipment and methods would be used for the City of Carlsbad City Wide Graffiti Removal services. Chemical Cleaning Environmentally safe chemicals, solvents and materials will be used to remove graffiti. A list of Material Data Safety Sheets would be provided to the City of Carlsbad for chemicals intended to remove graffiti. To limit the level of chemicals being introduced to the environment, chemical cleaning will only be used where power washing or painting is not effective i.e. poles, news paper racks, and telephone booths. Power-Washing The power-washing unit will only be used to remove graffiti, and or other hard to remove substances from the sidewalk and or cinder block walls. The equipment will only be used in low pedestrian traffic areas during the day, and at hours when least pedestrian traffic exists where feasible. Where the presence of pedestrian traffic cannot be avoided and/or there are vehicles parked within spraying distance, warning signs will be used to inform pedestrians and a protective barrier will be used to shield parked vehicles, ornamental street furniture, glass windows, or other sensitive surface. The protective barrier will consist of plastic sheeting or painter's cloth. Pedestrian warning signs will consist of barricades with warning signs. During spraying, a water reclamation unit will be used to reclaim wastewater used. Painting Urban Corps trucks are equipped to store paint and rollers, brushes as well as paint sprayers to paint over graffiti where it cannot be removed by either chemical cleaning or pressure washing. The Urban Corps shall apply paint, which reasonably matches the existing base surface(s), and which provides a completed covering of the graffiti markings made by spray paint, marking pens, crayons, or other common defacing materials. The removal or paint cover shall not leave shadows or ghosts, and shall not follow the pattern of the graffiti such that the letters or similar shapes remain apparent on the surface after the paint, marker, scratches, posters, stickers, or similar graffiti markings have been removed. Urban Corps cannot provide services where acid agent etching has damaged property/windows. Any unused/remaining paint will be returned to the City of Carlsbad. Urban Corps will properly prepare all exterior surfaces in a manner that will result in proper bonding of the paint. NOTE: All paint and paint supplies will be supplied by the City of Carlsbad. City of Carlsbad City Wide Graffiti Removal Services Proposal Urban Corps of San Diego County February 19, 2010 The Urban Corps of San Diego County has cumulative 30-years of experience in the removal of graffiti throughout San Diego County, Business Improvement Districts and the San Diego Unified Port District and of working with local and statewide government entities 2.0 Project Management Urban Corps of San Diego Graffiti Coordinator Arlene Concepcion will act as the Project Supervisor for this project. 2.1 Invoicing Urban Corps of San Diego will invoice the City of Carlsbad on a monthly basis 2.2 Communication Due to the nature of this project Urban Corps will maintain communication with the City of Carlsbad representative to report the progress on the scheduled work. 3.0 Job Training Through the City of Carlsbad City Wide Graffiti Removal Project, Urban Corps Corpsmembers will receive training in the power washing and water reclamation field. Corpsmembers will learn the proper usage of the following: • Proper usage of power washer • Proper methods of water reclamation • Proper implementation of Best Management Practices Corpsmembers will learn how to be efficient at gaining more square feet when power washing and reclaiming used water. 4.0 Experience Urban Corps San Diego has been providing power-washing and graffiti removal services for 19-years and the staff has over 25- years experience handling power washing equipment and providing professional power- washing services. Our staff is experienced in providing professional power washing, graffiti removal services, and trash collection, recycling, and landscaping services. Urban Corps is knowledgeable of the County of San Diego's requirements and ordinance regarding sidewalk power-washing services. We are an organization that not only believes in environmental preservation, but works hard daily to comply with all laws and regulations that protect the environment. We also work hard to instill the values of environmental conservation and protection on all our Corpsmembers. Urban Corps has been providing power washing and graffiti removal services for the following organizations: Greater Golden Hill Business Improvement District, North Park Maintenance Assessment District, City Heights Business Improvement District, San Diego Unified Port District, and the City of San Diego Code Compliance City Wide Graffiti Removal. City of Carlsbad City Wide Graffiti Removal Services Proposal Urban Corps of San Diego County February 19, 2010 5.0 References Urban Corps of San Diego has served and or is currently serving the following organizations with a scope of services similar to this RFP. Urban Corps authorizes the City of Carlsbad to contact and obtain references. Norma Medina Program Coordinator City of San Diego Neighborhood Code Compliance (Graffiti removal City Wide) 1200 Third Avenue 8th Floor MS-51N San Diego Ca, 92101-4106 619-236-5502 Norma Espinoza City Of Chula Vista (Graffiti Removal) 1800 Maxwell RD Chula Vista CA 91911 619-397-6259 John Cole Maintenance Planner/Inspector San Diego Unified Port District (Graffiti removal includes power washing of graffiti) 1400 Tidelands Avenue National City Ca, 91950 619-686-6332 Tommy Thomas Program Coordinator City of San Diego Neighborhood Code Compliance (Graffiti removal City Wide) 1200 Third Avenue 8th Floor San Diego Ca, 92101-4106 619-236-5502 City of Carlsbad City Wide Graffiti Removal Services Proposal Urban Corps of San Diego County February 19, 2010 6.0 Project Staffing: Sam Duran, Chief Executive Officer: Sam Duran has spent 30 years in operations and management heading up non-profit conservation organizations specifically programmed toward inner city youth. As the founding CEO of the Urban Corps, Sam Duran has grown the organization from its original annual budget of $350,000 to $4.6 million. Current Affiliations: Board Member, Earth Share of California Commissioner, City of San Diego Salary Setting Commission Board Member, Conservation Corps State Museum Board Member, City of San Diego Senior Affairs Advisory Board Board Member, San Diego River Park Foundation Sam Lopez Director of Operations; For the last 20 years Sam has helped restore the California environment through his work with the Urban Corps and along the way has made a positive impact on the lives of thousands of young men and women who were possibly headed into a life of crime. Starting out as a corpsmember with the California Conservation Corps, Sam rose through the ranks to become a crew leader. Through hard work and dedication he went on to be promoted to supervisor, manager, and to his current position as Director of Environmental Services at the Urban Corps. Sam has sat on the Gang Advisory Board for the City of Long Beach, and on the City of Signal Hill's Park Commission, and has experience interacting with City officials and the public, and is knowledgeable of the City of San Diego's requirements and ordinances. Sam currently oversees a staff of 3 managers, 10- supervisors and one hundred and thirty (130) corpsmembers. Arlene Concepcion Graffiti Supervisor: Arlene has worked in removing graffiti in San Diego through her work with the City of San Diego and the San Diego Port Authority. She has helped manage the graffiti hot line and is experienced in communicating with the public and with city officials. Urban Corps currently has a team of 2 corpsmembers and one supervisor working 8 hours a day, 2-days a week removing graffiti from properties owned or controlled by the Port of San Diego. Urban Corps also has four-crews removing graffiti in San Diego through a contract with Neighborhood Code Compliance. Urban Corps provides steam, chemical, and paint for graffiti removal for the following maintenance assessment districts: City Heights Business Association, Greater Golden Hill, and North Maintenance District. City of Carlsbad City Wide Graffiti Removal Services Proposal Urban Corps of San Diego County February 19, 2010 7.0 Description of Insurance: Urban Corps of San Diego possess the following Insurance coverage through Faith Insurance Agency: General Liability: $1,000,000 per occurrence Damage to Rented Premises $200,000 per occurrence Medical Expense $ 10,000 per person Personal and Advance Injury $ 1,000,000 General Aggregate $3,000,000 Products, comp/Op Agg. • $1,000,000 Description Total Units Cost P/Unit Total Labor Corpsmembers Labor Transportation Fuel to and from project site 4160 20800 $0.00 $0.00 $0.00 $20.00 $0.00 $0.00 $0.00 $0.00 $0.54 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $83,200.00 $0.00 $0.00 $0.00 $0.00 $11,232.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL $94,432.00 City of Carlsbad Transportation Department City of Carlsbad City Wide Graffiti Removal Services To: Thomas Moore Transportation Department Superintendent City of Carlsbad Transportation Department 405 Oak Avenue Carlsbad Ca, 92008 O: (760) 434-2939 C: (760) 801-6616 Thomas.Moore@carlsbad.ca.gov From: Sam Lopez Director of Environmental Serivices Urban Corps of San Diego County 3127 Jefferson street San Diego Ca, 92110 0:619-235-6884 C: 619-571-5560 slopez@.urbancorps.orq Feb-18-2010 This budget is for a crew of two (2)-corpsmembers five (5) days a week 8 hours a day Included in the budget is fuel for transportation eighty (80) miles a day for 52 weeks NOTE: All paint and painting supplies will be provided by the City of Carlsbad.