Loading...
HomeMy WebLinkAbout_ Contract - Woods Maintenance Services, Inc. - Graffiti Control - 202028 MAINTENANCE SERVICES AGREEMENT THIS AGREEMENT (the "Agreement") is made as of July 1, 2020 by and between the City of Diamond Bar, a municipal corporation ("City") and Woods Maintenance Services, dba Graffiti Control Systems, a California Corporation ("Contractor"). 1. Contractor's Services. Subject to the terms and conditions set forth in this Agreement Contractor shall provide to the reasonable satisfaction of the City the graffiti removal services set forth in the attached Exhibit "A", which is incorporated herein by this reference. As a material inducement to the City to enter into this Agreement, Contractor represents and warrants that it has thoroughly investigated the work and fully understands the difficulties and restrictions in performing the work. Contractor represents that it is fully qualified to perform such consulting services by virtue of its experience and the training, education and expertise of its principals and employees. Greg Gubman, Community Development Director(herein referred to as the "City's Project Manager"), shall be the person to whom the Contractor will report for the performance of services hereunder. It is understood that Contractor shall coordinate its services hereunderwith the City's Project Manager to the extent required by the City's Project Manager, and that all performances required hereunder by Contractor shall be performed to the satisfaction of the City's Project Manager and the City Manager 2. Term of Agreement. This Agreement shall take effect July 1 , 2020, and shall continue until June 30, 2023 ("Term"), unless earlier terminated pursuant to the provisions herein. The City shall have the option to extend this Agreement for two (2) additional one (1) year terms, subject to the same terms and conditions contained herein, by giving Consultant written notice of the exercise of this option at least thirty (30) days prior to the expiration of the initial Term. In the event the City exercises its option to extend the Term, Consultant's compensation shall be subject to an adjustment upon the effective date of extension as follows: Any increase in compensation will be negotiated between the City and the Consultant, but in no event shall the increase exceed the amount that the Consumer Price Index ("CPI") for the Los Angeles-Anaheim-Riverside metropolitan area for the month immediately preceding the Adjustment Date (the "Index Month") as reported by the Bureau of Labor Statistics of the United States Department of Labor, has increased over the CPI for the month one year prior to the Index Month. Any exercise of an option to extend the Term and/or increase in compensation, negotiated or based upon CPI, shall be subject to approval of the City Council. 3. Compensation. City agrees to compensate Contractor for each service which Contractor performs to the satisfaction of City in compliance with the scope of services set forth in Exhibit "A". Payment will be made only after submission of proper invoices in the form specified by City. Total payment to Contractor pursuant to this Agreement shall not exceed ONE HUNDRED SEVEN ONE HUNDRED Dollars ($107,100) without the prior written consent of the City. The above not to exceed amount shall include all costs, including, but not limited to, all clerical, administrative, overhead, telephone, travel and all related expenses. � 4. Payment. A. As scheduled services are completed, Contractor shall submit to City an invoice for the services completed, authorized expenses and authorized extra work actually performed or incurred. B. All such invoices shall state the basis for the amount invoiced, including services completed, the number of hours spent and any extra work performed. C. City will pay Contractor the amount invoiced the City will pay Contractor the amount properly invoiced within 35 days of receipt. D. Payment shall constitute payment in full for all services, authorized costs and authorized extra work covered by that invoice. 5. Change Orders. No payment for extra services caused by a change in the scope or complexity of work, or for any other reason, shall be made unless and until such extra services and a price therefore have been previously authorized in writing and approved by the City Manager or his designee as an amendment to this Agreement. The amendment shall set forth the changes of work, extension of time, if any, and adjustment of the fee to be paid by City to Contractor. 6. Priority of Documents. In the event of any inconsistency between the provisions of this Agreement and any attached exhibits, the provisions of this Agreement shall control. 7. Status as Independent Contractor. A. Contractor is, and shall at all times remain as to City, a wholly independent contractor. Contractor shall have no power to incur any debt, obligation, or liability on behalf of City or otherwise act on behalf of City as an agent, except as specifically provided herein. Neither City nor any of its agents shall have control over the conduct of Contractor or any of Contractor's employees, except as set forth in this Agreement. Contractor shall not, at any time, or in any manner, represent that it or any of its agents or employees are in any manner employees of City. B. Contractor agrees to pay all required taxes on amounts paid to Contractor under this Agreement, and to indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. In the event that City is audited by any Federal or State agency or the Public Employee Retirement System regarding the independent contractor status of Contractor and the audit in any way fails to sustain the validity of a wholly independent contractor relationship between City and Contractor or its employees, then Contractor agrees to reimburse City for all costs, including accounting and attorney's fees, arising out of such audit and any appeals relating thereto. C. Contractor shall fully comply with Workers' Compensation laws regarding Contractor and Contractor's employees. Contractor further agrees to indemnify and hold City harmless from any failure of Contractor to comply with applicable Worker's Compensation laws. D. Contractor shall, at Contractor's sole cost and expense fully secure and comply with all federal, state and local governmental permit or licensing requirements, including but not limited to the City of Diamond Bar, South Coast Air Quality Management District, and California Air Resources Board. E. In addition to any other remedies it may have, City shall have the right to offset against the amount of any fees due to Contractor under this Agreement any amount due to City from Contractor as a result of Contractor's failure to promptly pay to City any reimbursement or indemnification required by this Agreement or for any amount or penalty levied against the City for Contractor's failure to comply with this Section. 8. Standard of Performance. Contractor shall perForm all work at the standard of care and skill ordinarily exercised by members of the profession under similar conditions and represents that it and any subcontractors it may engage, possess any and all licenses which are required to perform the work contemplated by this Agreement and shall maintain all appropriate licenses during the performance of the work. 9. Indemnification. Contractor shall indemnify, defend with counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers ("Indemnitees") from and against all liability, loss, damage, expense, cost (including without limitation reasonable attorneys' fees, expert fees and all other costs and fees of litigation) of every nature arising out of or in connection with: (1) Any and all claims under Worker's Compensation acts and other employee benefit acts with respect to Contractor's employees or Contractor's contractor's employees arising out of Contractor's work under this Agreement; and (2) Any and all claims arising out of Contractor's performance of work hereunder or its failure to comply with any of its obligations contained in this Agreement, regardless of City's passive negligence, but excepting such loss or damage which is caused by the sole active negligence or willful misconduct of the City. Should City in its sole discretion find Contractor's legal counsel unacceptable, then Contractor shall reimburse the City its costs of defense, including without limitation reasonable attorneys' fees, expert fees and all other costs and fees of litigation. The Contractor shall promptly pay any final judgment rendered against the Indemnitees. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. Except for the Indemnitees, this Agreement shall not be construed to extend to any third party indemnification rights of any kind. 10. Insurance. A. Contractor shall at all times during the term of this Agreement carry, maintain, and keep in full force and effect, with an insurance company authorized to do business in the State of California and approved by the City the following insurance: (1) a policy or policies of broad-form comprehensive general liability insurance written on an occurrence basis with minimum limits of $2,000,000.00 combined single limit coverage against any injury, death, loss or damage as a result of wrongful or negligent acts by Contractor, its officers, employees, agents, and independent contractors in performance of services under this Agreement; (2) property damage insurance with a minimum limit of $500,000.00 per occurrence; (3) automotive liability insurance written on an occurrence basis covering all owned, non-owned and hired automobiles, with minimum combined single limits coverage of$2,000,000.00; and (4) Worker's Compensation insurance when required by law, with a minimum limit of$500,000.00 or the amount required by law, whichever is greater. B. The City, its officers, employees, agents, and volunteers shall be named as additional insureds on the policies as to comprehensive general liability, property damage, and automotive liability. The policies as to comprehensive general liability, property damage, and automobile liability shall provide that they are primary, and that any insurance maintained by the City shall be excess insurance only. _ C. All insurance policies shall provide that the insurance coverage shall not be non- renewed, canceled, reduced, or otherwise modified (except through the addition of additional insureds to the policy) by the insurance carrier without the insurance carrier giving City at least ten (10) day's prior written notice thereof. Contractor agrees that it will not cancel, reduce or otherwise modify the insurance coverage and in the event of any of the same by the insurer to immediately notify the City. D. All policies of insurance shall cover the obligations of Contractor pursuant to the terms of this Agreement and shall be issued by an insurance company which is authorized to do business in the State of California or which is approved in writing by the City; and shall be placed have a current A.M. Best's rating of no less than A-, VII. E. Contractor shall submit to City (1) insurance certificates indicating compliance with the minimum insurance requirements above, and (2) insurance policy endorsements or a copy of the insurance policy evidencing the additional insured requirements in this Agreement, in a form acceptable to the City. F. Self-Insured Retention/Deductibles. All policies required by this Agreement shall allow City, as additional insured, to satisfy the self-insured retention ("SIR") and/or deductible of the policy in lieu of the Contractor (as the named insured) should Contractor fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the approval of the City. Contractor understands and agrees that satisfaction of this requirement is an express condition precedent to the effectiveness of this Agreement. Failure by Contractor as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement. Should City pay the SIR or deductible on Contractor's due to such failure in order to secure defense and indemnification as an additional insured under the policy, City may include such amounts as damages in any action against Contractor for breach of this Agreement in addition to any other damages incurred by City due to the breach. G. Subrogation. With respect to any Workers' Compensation Insurance or Employer's Liability Insurance, the insurer shall waive all rights of subrogation and contribution it may have against the Indemnitees. H. Failure to Maintain Insurance. If Contractor fails to keep the insurance required under this Agreement in full force and effect, City may take out the necessary insurance and any premiums paid, plus 10% administrative overhead, shall be paid by Contractor, which amounts may be deducted from any payments due Contractor. I. Contractor shall include all subcontractors, if any, as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor to the City for review and approval. All insurance for subcontractors shall be subject to all of the requirements stated herein. 11. Confidentiality. Contractor in the course of its duties may have access to confidential data of City, private individuals, or employees of the City. Contractor covenants that all data, documents, discussion, or other information developed or received by Contractor or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Contractor without written authorization by City. City shall grant such authorization if disclosure is required by law. All City data shall be returned to City upon the termination of this Agreement. Contractor's covenant under this section shall survive the termination of this Agreement. Notwithstanding the foregoing, to the extent Contractor prepares reports of a proprietary nature specifically for and in connection with certain projects, the City shall not, except with Contractor's prior written consent, use the same for other unrelated projects. 12. Maintenance and Inspection of Records. In accordance with generally accepted accounting principles, Contractor and its subcontractors shall maintain reasonably full and complete books, documents, papers, accounting records, and other information (collectively, the "records") pertaining to the costs of and completion of services performed under this Agreement. The City and any of their authorized representatives shall have access to and the right to audit and reproduce any of Contractor's records regarding the services provided under this Agreement. Contractor shall maintain all such records for a period of at least three (3) years after termination or completion of this Agreement. Contractor agrees to make available all such records for inspection or audit at its offices during normal business hours and upon three (3) days' notice from the City, and copies thereof shall be furnished if requested. 13. Conflict of Interest. A. Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which may be affected by the services to be performed b,y Contractor under this Agreement, or which would conflict in any manner with the performance of its services hereunder. Contractor further covenants that, in performance of this Agreement, no person having any such interest shall be employed by it. Furthermore, Contractor shall avoid the appearance of having any interest which would conflict in any manner with the performance of its services pursuant to this Agreement. B. Contractor covenants not to give or receive any compensation, monetary or otherwise, to or from the ultimate vendor(s) of hardware or software to City as a result of the performance of this Agreement. Contractor's covenant under this section shall survive the termination of this Agreement. 14. Termination. The City may terminate this Agreement with or without cause upon fifteen (15) days' written notice to Contractor. The effective date of termination shall be upon the date specified in the notice of termination, or, in the event no date is specified, upon the fifteenth (15th) day following mailing of the notice. In the event of such termination, City agrees to pay Contractor for services satisfactorily rendered prior to the effective date of termination. Immediately upon receiving written notice of termination, Contractor shall discontinue performing services, unless the notice provides otherwise, except those services reasonably necessary to effectuate the termination. The City shall be not liable for any claim of lost profits. 15. Personnel. Contractor represents that it has, or will secure at its own expense, all personnel required to perform the services under this Agreement. All of the services required under this Agreement will be performed by Contractor or under it supervision, and all personnel engaged in the work shall be qualified to perform such services. Contractor reserves the right to determine the assignment of its own employees to the performance of Contractor's services under this Agreement, but City reserves the right, for good cause, to require Contractor to exclude any employee from performing services on City's premises. 16. Prevailing Wage. Notice is hereby given that in accordance with the provisions of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the public works is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing rates of per diem wages. Copies of such prevailing rates of per diem wages are on file in the Office of the City Clerk of the City of Diamond Bar, 21810 Copley Drive, Diamond Bar, California, and are available to any interested party on request. City also shall cause a copy of such determinations to be posted at the job site. The Contractor shall forfeit, as penalty to City, not more than twenty-five dollars ($25.00) for each laborer, workman or mechanic employed for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for any work done under this Agreement, by him or by any subcontractor under him. The CONTRACTOR and any of its subcontractors must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5, which precludes the award of a contract for a public work on any public works project awarded after April 1, 2015. This Agreement is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 17. Non-Discrimination and Equal Employment Opportunity. A. Contractor shall not discriminate as to race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation, in the performance of its services and duties pursuant to this Agreement, and will comply with all rules and regulations of City relating thereto. Such nondiscrimination shall include but not be limited to the following: employment, upgrading, demotion, transfers, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. B. Contractor will, in all solicitations or advertisements for employees placed by or on behalf of Contractor state either that it is an equal opportunity employer or that all qualified applicants will receive consideration for employment without regard to race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. C. Contractor will cause the foregoing provisions to be inserted in all subcontracts for any work covered by this Agreement except contracts or subcontracts for standard commercial supplies or raw materials. 18. Time Is of the Essence. Time is of the essence in this Agreement. Contractor shall do all things necessary and incidental to the prosecution of Contractor's work. 19 Delays and Extensions of Time. Contractor's sole remedy for delays outside its control shall be an extension of time. No matter what the cause of the delay, Contractor must document any delay and request an extension of time in writing at the time of the delay to the satisfaction of City. Any extensions granted shall be limited to the length of the delay outside Contractor's control. If Contractor believes that delays caused by the City will cause it to incur additional costs, it must specify, in writing, why the delay has caused additional costs to be incurred and the exact amount of such cost within 10 days of the time the delay occurs. No additional costs can be paid that exceed the not to exceed amount absent a written amendment to this Agreement. In no event shall the Contractor be entitled to any claim for lost profits due to any delay, whether caused by the City or due to some other cause. i 20. Assignment. Contractor shall not assign or transfer any interest in this Agreement nor the performance of any of Contractor's obligations hereunder, without the prior written consent of City, and any attempt by Contractor to so assign this Agreement or any rights, duties, or obligations arising hereunder shall be void and of no effect. 21. Compliance with Laws. Contractor shall comply with all applicable laws, ordinances, codes and regulations of the federal, state, and local governments. 22. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of any one or more of the conditions of performance under this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by City of any payment to Contractor constitute or be construed as a waiver by City of any breach of covenant, or any default which may then exist on the part of Contractor, and the making of any such payment by City shall in no way impair or prejudice any right or remedy available to City with regard to such breach or default. 23. Mediation. Any dispute or controversy arising under this Agreement, or in connection with any of the terms and conditions hereof, which cannot be resolved by the parties, may be referred by the parties hereto for mediation. A third party, neutral mediation service shall be selected, as agreed upon by the parties and the costs and expenses thereof shall be borne equally by the parties hereto. The parties agree to utilize their good faith efforts to resolve any such dispute or controversy so submitted to mediation. It is specifically understood and agreed by the parties hereto that mutual good faith efforts to resolve the same any dispute or controversy as provided herein, shall be a condition precedent to the institution of any action or proceeding, whether at law or in equity with respect to any such dispute or controversy. 24. Notices. Any notices, bi�ls, invoices, or reports required by this Agreement shall be deemed received on (a)the day of delivery if delivered by hand during regular business hours or by facsimile before or during regular business hours; or(b}on the third business day following deposit in the United States mail, postage prepaid, to the addresses heretofore set forth in the Agreement,or to such other addresses as the parties may,from time to time, designate in writing pursuant to the provisions of this section. "CONTRACTOR" "CITY" Woods Maintenance Services, Inc. City of Diamond Bar dba Graffiti Control Systems 21810 Copley Drive 7250 Coldwater Canyon Avenue Diamond Bar, CA 91765-4178 North Hollywood, CA 91605 Atfn.: Greg Gubman Attn.: Barry Woods Phone: (909)839-7030 Phone: (818) 764-2515 E-mail: GGubman@DiamondBarCa.gov E-Mail: sales@graffiticontrol.com 25. Governing Law. This Agreement shall be interpreted, construed and enforced in accordance with the laws of the State of California. 26. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed to be the original, and all of which together shall constitute one and the same instrument. 27. Entire Agreement. This Agreement, and any other documents incorporated herein by reference, represent the entire and integrated agreement between Contractor and City. This Agreement supersedes all prior oral or written negotiations, representations or agreements. This Agreement may not be amended, nor any provision or breach hereof waived, except in a writing signed by the parties which expressly refers to this Agreement. Amendments on behalf of the City will only be valid if signed by a person duly authorized to do so under the City's Purchasing Ordinance. IN WITNESS of this Agreement,the parties have executed this Agreement as of the date first written above. "Contractor" "City" I WOODS MAINTENANCE SERVICES, INC. CITY OF DIAMOND BAR dba GRAFFITI CONTROL SYSTEMS �� By: By: " Steve Tye, Mayor Printed Name: am Woods Title: President ;' ' = a; By: ��'�✓ vv ' � ✓�.a ATTEST: Printed Name: Diane W.Woods Titie: Secretary Kristina Santana, City Clerk Approved as to form: By. �G:�G�i �2�P�2i2,c1_ �f' David A. DeBerry, City omey State of California"CONTRACTOR'S"License No. 741322 CONTRACTOR'S Business Phone: (818)764-2515 Emergency Phone a,8-a�s-s�ao r�ems cein:sio-a,ssas�r��sn's Cell):A18.:�34SS11 fEnripue's Ce111 which CONTRACTOR can be reached at any time. *NOTE: ff Contractor+s a corporation,the City requires the following signature(s): — (1)fhe Chairman of the Boarri,the President a a Vice-President,AlJD(2)the Secrefary,the Chief Financial OKcer, the Tieasurer, an Assistant Secretary or an Assistant Treasurer. lf only one corporate officer exists or one corporate o�cer holds more than one corpora}e o�ce, please so indicafe. OR — The corporate o�cer named in a corporate resofution as authorized to enter into fhis Agreement. A copy of the corporaEe resolution,cert�ed by the Secretary close in fime to the execution of the Agreement,must be provided to the City. ,. p� EXH���T RK �F wo S C�PE 3. Scope of Work The two most important aspects when performing on any contract, no matter the type, no matter for whom,and no matter for what services,are the same: I<now the Scope&Communicate. WMS I<nows that so long as these two items are attended to,the project will run successfully. I<now the Scope As the current contractor providing graffiti removal services for the City of Diamond Bar, Woods Maintenance Services field staff and management team is intimately familiar with nuances of the City. We understand which walls require contacting homeowners to allow entrance into their yards to provide abatement services on walls that face the freeways, and we know how to access trails in the parl<s in order to remove graffiti along these paths. Finally, Woods is adept at seeking out hot spots and highly targeted areas and removing tags quickly, preventing further encouragement to the taggers. Despite our current schedule to remove graffiti on Mondays and Fridays, multiple times during the course of the current contract we have sent crews to perform services on other days, specifically when City Staff has requested that a particularly vulgar tag be removed as soon as possible. Furthermore, when we have received multiple constituent calls/emails about the same tag, we have sent a crew member out to take care of it. We understand that though we are an independent contractor, citizens consider us as "part of the City" so we take pride in being responsive to their needs. Suffice to say, during our more than 20 years working as Diamond Bar's service contractor, we have removed graffiti from just about every type of surface at every type of property, at every time, weekday or weel<end. Although the taggers may not access the areas they tag in a safe manner, rest assured, WMS' technicians have been comprehensively trained in all safety rules and regulations, and if for any reason they feel unsafe while performing an abatement, they will wait until it is absolutely safe to undertake the job. Safety is valued more than anything else, and it is in these circumstances where a contractor who is skilled and experienced in graffiti abatement can complete the work, quickly and safely, following all regulations to protect its employees, and the citizens and staff of Diamond Bar. By having a complete understanding of what ourjob is,time and energy are not wasted trying to figure out what to do—we simply do the work for which we are contracted. WMS has been performing graffiti abatement services for Diamond Bar for over 20 years and more than 35 years overall. While we have contracted with Diamond Bar, and all other awarding bodies and private entities, we have always rigorously adhered to the scope of work, no matter the changes that have occurred. We have always done what we do best—abate the graffiti, all in accordance with the requirements of the contract and in full compliance with all City, County, and State Regulations. Communicate When questions arise about any aspect of the work or the contract, being able to have open conversations with Diamond Bar's representatives allows for problems to be solved quickly, resulting in more efficient and effective operations. To these ends, WMS has shown over the previous 20 years contracting with the City that our management team is available 24/7/365 to attend to the needs of the City, and we commit to continuing our availability on all future contracting opportunities. With Contract Representatives By being in frequent communication with Diamond Bar's contract representatives, either by phone, email, or text, problems are avoided, graffiti is removed more quickly, and expectations are managed more effectively. All of these actions help to foster a solid working relationship, which is extremely critical, especially I<nowing what a hot-button topic graffiti is among the city's residents and business people,to say nothing of the importance to City Staff and Leadership. By making it clear to the City's representatives that Woods' management knows the scope of worl< inside and out, are confident in our technician's ability to remove graffiti, and provide stellar service, the City knows that when they have a question or need something done, we will give them a solid plan and an honest answer. Between Mana�ement and Supervisors Communication is also critical between WMS' management and our supervisors.Throughout the course of the workday, management is in contact with our staff to make sure that everything is running smoothly and to find out if additional resources or crew members are required for a certain job. Typically, our supervisors will handle any field level decisions themselves and will then communicate those decisions to the office. Our supervisors have been working for the company for over 20 years on average and we know and trust that the decisions they make regarding a job in the moment is the best decision for the company and the client. Should they have any question about a request that was made of them, and they are unsure about how to proceed,they will contact Josh Woods or Jeff Woods to help provide guidance. Management and supervisors will continue to engage in weekly meetings to discuss the progress of each week's work and determine if new protocols are required. Throu�h Reporting Woods will continue to provide Diamond Bar with a detailed monthly invoice and should the City require any additional reports or restitution reports, we can provide those in a timely manner. Safetv Equally important as having the skilis to actually find and abate the graffiti, is the ability to work in a safety-sensitive environment. Working on public rights of way, streets,trails, uneven terrain, and parks, requires safety conscious crews. As our crews have been reminded time and time again, in our regularly scheduled meetings, daily tailgate meetings, and continuing education classes, you always need to know where a safe refuge area is. WMS has always practiced and subscribed to the applicable BMP's for all municipal work we have undertaken. Whether it is securing a working area with cones so passersby will not inadvertently enter a work zone, or doing preventative maintenance on all our vehicles and equipment, we know that when best management practices are followed rigorously, work is done in a safer and more efficient and effective manner. Great care will be taken in protecting surrounding areas. Sand, soda and any residue from cleaning operations shall be cleaned up immediately by our technicians, restoring the surface and area to its original condition, and removing any potential liability problem or exposure. In some cases, water reclamation devices will be utilized so as to prevent any runoff or pollution of the storm drains and water tables, in accordance with applicable regulations. In any project we undertake, all care and caution shall be used while performing the services to maintain the integrity of all surfaces, hardscapes, landscapes and rights of way. All employees are provided with uniforms and all necessary and required safety gear (PPE), including: safety vests, protective eyewear, gloves, N-95 respirator masks, ear plugs, and hard hats (if necessary). 360° Approach By employing our tried and true 360-degree approach,whereby the technician makes a complete 360 degree turn upon removing a graffiti tag, our technicians remain proactive and further prevent additional work orders from the same location. Other contractors have a tendency to just remove the specific tag that is reported in an incident report—WMS is not satisfied by removing just the "reported"tags, we want the area to be completely free of graffiti, even if that means spending the extra time to ensure that the job is done properly. When technicians discover graffiti in an area that requires either an additional technician for safety reasons, or the need to contact a resident, they will make a notation and, as soon as safe and practicable, will call the supervisor to alert him to the situation. Because of our expertise and experience in Diamond Bar, our supervisor will decide whether this is an issue that can be handled safely that day, or if it requires further measures. If the graffiti can be abated safely that day, we will send an additional technician to handle the graffiti. If the area is highly safety sensitive it may be necessary to alert city staff and create a plan together. Safety is valued more than anything else, and it is in these circumstances where a contractor who is skilled and experienced is extremely valuable to the City of Diamond Bar. Dav 1 Should we be awarded this contract,there will be no downtime required to begin the work as we are fully equipped as the current contractor to handle all of Diamond Bar's graffiti abatement needs. However, if, during the course of the contract period, the need ever arises for new or additional vehicles or equipment, WMS certifies that it will make the necessary purchases or enter in to long term leases to ensure a continuity of service. We currently have an open line of credit with the Ford Motor Company, and have ample credit lines with all of our suppliers, vendors, and Wells Fargo Bank. Additionally, as the COVID-19 pandemic has taught everyone, because we run a responsible business and are well capitalized, disruptions to the ordinary course of business do not have the deleterious effects on Woods that they have had on others in the service industry. Part and parcel to any graffiti abatement program is having the knowledge, experience, and right equipment to tackle any problem. Having removed graffiti for public sector clients for over 35 years, we have more experience than anyone else in the business. Our technicians have experience removing every type of graffiti from every type of surface, and when new products come to the marketplace, WMS will test these products against what we are currently using to see if work can be done better, faster, and more effectively with these new products. To that end, our crews use a combination of inethods to abate graffiti, starting with the least damaging process: Methods& Techniques These will include glass windows, Treated primarily with eco- ceramic tile, roadway/railway signs, friendly chemical washes, Non-Porous Surfaces traffic control boxes, light standards pressure washing and the judicious use of soda bicarbonate blasting. Included here will be natural masonry Pressure wash with eco- substrates that have not already been friendly chemicals, hot high Porous Surfaces painted, like sound walls, concrete light pressure waster blasting. standards, sidewalks and curbs We do not use sand blasting UNLESS it is absolutely necessary Previously Painted Included: Sound Walls, Utility Boxes, These surfaces are painted Surfaces Bridges,Tunnels, I<-Rails over from reveal to reveal to avoid "block" painting. Colors are matched to avoid a patchwork lool<. Because different locations and substrates require different techniques, all vehicles and technicians are outfitted with multiple pressure washing hoses with quick connections, including multiple nozzle tips for the pressure washing wands because removing graffiti from a sound wall or a sidewalk requires a different tip than is used for removing graffiti from the bark of tree. Smaller tip openings are more effective on hard substrates, while it is necessary to use a wide tip nozzle on a tree, as to prevent damage to the bark. Extension poles are supplied to reach high graffiti tags, and ladders and/or step stools, and various scrubbers and rags. Further, windows or other glass features are squeegeed with water or glass cleaner after removals are completed. In all removals, our technicians will use the proper technique and product to create a surface that appears as if graffiti was never there. Of course, having the right people, the right experience, and the right work plan are critical, but the final piece of the puzzle is having the right equipment to execute the required tasks. To this end, Woods Maintenance Services houses ample supplies of hand and power tools and maintains a fleet of over 70 vehicles: • 16 dedicated landscape maintenance vehicles • 8 dedicated trash collection vehicles • 23 fully equipped graffiti removal vehicles • 9 dedicated pressure washing vehicles • 13 Dump trucks with auto-dumping capabilit�es • 2 Tractors with Accessories-New Holland: 1 Model 5030, 1 Model 445D • 47' Bucket Trucl< • 29' Bucket Van • 2 Traffic Control Vehicles • Hydro Tel< Custom Water Recover Systems (SC35005VG/ZVAC) • 3 diesel cold water pressure washing units • 1 Baldor Electric Powered pressure washing unit • 32 Delco RK-45 Pressure washing units • 33 Graco Model 3900 airless paint sprayers • 16 chainsaws-various models • 19 Husqvarna and Shindaiwa hedge trimmers • 37 Husqvarna weed whackers • 11 30"Toro TurfMaster Lawn Mowers • 72 field cell phones The safety and well-being of all Contractors' employees and the citizens in general is our primary concern. All work undertaken conforms to all rules, regulations, ordinances and statutes of the City, County, State and Federal Government, as well as the Los Angeles County Best Management Practices manual {BMP's). When required, all proper traffic control methods are utilized, as required on the public right-of-way, with flashing arrow boards, cones and barricades. The concern is also for the public at large, as we will be working along areas where there are not only pedestrians, but oftentimes vehicles and cyclists as well. Vehicles are all equipped with a fire extinguisher, Safety Data Sheets, and first aid kits. � �\lll�l)5 � �t�INTENr1NCE. ,�� `,FI:\'I('f C. IN('. June 19, 2020 Greg Gubman,AICP Community Development Director City of Diamond Bar 21810 Copley Drive Diamond Bar, CA 91765 Re: Woods Maintenance Services, Inc. dba Graffiti Control Systems Amended Proposal Greg, Woods propos�s to supply 1 fully equipped graffiti removal crew to the City of Diamond Bar ONE DAY per week for a full work day. In addition,we will provide the City with up to 12 additional "free days," per year,to be used at the City's discretion for extra work,emergencies, or the like.These days are provided to the City in recognition of the 27-year relationship that we have had with Diamond Bar. This worker will have the capability to perform all manner of graffiti removals, including, but not limited to: paint-out, chemical removal, pressure washing. Having performed graffiti removal services for the City for Diamond Bar for 27 years, we are uniquely qualified to attend to the needs of the City, its staff, and its constituents and we look forward to continuing our stellar service for the term of this new contract. The primary worker for this work will be paid prevailing wage rates for the work he does in Diamond Bar, in accord with Department of Industrial Relations requirements,as will any substitute worker who filis in for the primary worl<er during vacation, illness, or any other absence. For the services enumerated above,Woods Maintenance Services, Inc.will bill the City of Diamond Bar a fixed monthly fee of$2,975.00. Should you have any questions,feel free to contact me at your earliest convenience. Have a nice weekend. Best, � , Jeff Woods �O� 800.794.7384 7250 COLDWATER CANYON AVE (F) 818.764.2516 NORTH HOLLYWOOD,CA WWW.GRAFFITICONTROL.COM 91605