Loading...
SR 09-12-2017 3B City Council Report City Council Meeting: September 12, 2017 Agenda Item: 3.B 1 of 4 To: Mayor and City Council From: Susan Cline, Director, Public Works, Facilities Maintenance Subject: Contract Award for Graffiti Removal Services Recommended Action Staff recommends that the City Council: 1. Award Bid #4280 to Woods Maintenance Services (dba Graffiti Control Systems), a California-based company, for graffiti removal services; 2. Authorize the City Manager to negotiate and execute an agreement with Graffiti Control Systems in an amount not to exceed $68,640 (including a $6,240 contingency) for one year, with four additional one-year renewal options in the amount of $68,640 plus a 2% increase per year, for a total amount not to exceed $357,205 over a five-year period, with future year funding contingent on Council budget approval. Executive Summary The City provides graffiti removal services for public and private properties in Santa Monica. Due to the frequency of tagging occurrences, the urgency to remove offensive tags, and the lack of proper equipment to handle heavy-duty removals, contractor services are needed to supplement removal efforts by City Staff. In May 2017, the City solicited bids for such services. After reviewing the two bids received, staff recommends Graffiti Control Systems as the best bidder, for one year in an amount not to exceed $68,640, with four additional one-year renewal options with a 2% increase per year, for a total amount not to exceed amount of $357,205 over a five-year period. Background The City removes graffiti from all buildings and infrastructure. This includes public properties, such as: City buildings, parking structures, sidewalks, benches, utility poles, street signs, or trash bins, and private properties, such as commercial buildings, condos/apartments, homes, or private alley walls. Regardless of location or ownership of the property, graffiti must be removed in an expedient manner because they produce 2 of 4 a negative appearance to the community, harm the public’s perceived sense of wellbeing, and directly impact public safety. Graffiti, especially ones that are gang- related, discriminatory, or otherwise offensive, must be removed promptly in order to minimize additional graffiti and crimes, blight, and increased abatement costs down the road. On August 12, 2014, Council awarded Bid #4160 to Graffiti Control Systems Services to provide graffiti removal services for three years in an amount not to exceed $200,000, per Attachment A. The contract was based on 24 hours per week (three eight-hour days) plus a contingency for as-needed service calls. Graffiti Control Systems Services has provided contracted graffiti removal services focusing on the Pico neighborhood and pressure washing services for difficult removals since 2006. Discussion The Facilities Maintenance Division removes over 43,530 tags per year. City staff removes approximately 87% (37,930) of the annual tags per year; the remaining tags, approximately 5,600, are removed by a contractor. In-house graffiti removal technicians focus on graffiti tags that are securely accessible and small to medium-sized. Staff contracts out the more difficult graffiti removals to ensure safety and community wellbeing. The City contracts out graffiti removals on properties over two stories high with minimal landing to ensure the safety of City staff. The City also contracts out urgent removals of gang-related or inflammatory graffiti to prevent additional tagging that could occur if the graffiti were not promptly removed. By augmenting in-house graffiti removal services with contracted services, the City has kept the response time to less than 24 business hours. In many cases, tags are removed within one hour. In 2015, one additional graffiti removal technician position was approved as part of the Contract and As-Needed Staffing Review: Policy, Practice, & Recommendations report (Attachment B), increasing the number of in-house graffiti removal technician positions to four. However, consecutive retirements followed the approval of an additional graffiti 3 of 4 removal technician, reducing the amount of full-time graffiti technicians to two and necessitating graffiti removal contract services. The four graffiti removal technician positions became fully staffed in January 2017. However, City trucks used by the crew are not equipped with mounted pressure washing capabilities to tackle graffiti tags that are more difficult to remove, another reason the Facilities Maintenance Division has used contractor services. Vendor Selection On May 25, 2017, the City published Notices Inviting Bids to provide citywide graffiti removal services in accordance with City specifications. The bid was posted on the City's on-line bidding site, and notices were advertised in the Santa Monica Daily Press in accordance with City Charter and Municipal Code provisions. 28 vendors downloaded the bid. Two bids were received and publicly opened on June 8, 2017 per Attachment C. Bids were evaluated based on the criteria in SMMC 2.24.072, including price, previous experience, ability to deliver, quality of product, and compliance with City specifications. Although Graffiti Control Systems Services bid is $14,352 higher, they offered a faster response time and have experience with the online Tracking Automated and Graffiti Reporting System (TAGRS). Graffiti Control Systems Services offered a 30- minute response time for emergency graffiti removal requests, while the other bidder, AES Property Services, offered a 24-hour response time. Immediate graffiti removal is essential as tags are often derogatory and tend to attract additional tagging when not promptly removed. Graffiti Control Systems Services also has experience with TAGRS, which is a database where graffiti can be photographed, recorded, and tracked for quick analysis and subject identification. AES Property Services does not have any experience with TAGRS. Staff recommends that the City continues to utilize TAGRS to support enforcement efforts against graffiti tagging. Based on the faster response time and direct experience with TAGRS, Graffiti Control Systems Services is recommended as the best bidder. The contract to be awarded to Graffiti Control Systems Services would be based on 16 hours per week (two eight-hour days), at prevailing wage rates, plus contingency for as- needed service calls and urgent removals. 4 of 4 Financial Impacts and Budget Actions The contract to be awarded to Graffiti Control Systems is for an amount not to exceed $357,205. Funds of $68,640 are available in the FY 2017-18 budget in the Public Works Department. The contract will be charged to account 014523.544220. Future year funding is contingent on Council budget approval. Prepared By: Kyla Johnson, Administrative Analyst Approved Forwarded to Council Attachments: A. August 12, 2014 Staff Report B. January 13, 2015 Staff Report C. GRAFFITI REMOVAL BID RESULTS D. Oaks -Woods Maintenance dba Graffiti Control Systems City of Santa Monica - Contract Award for Graffiti Removal Services https://www.smgov.net/departments/council/agendas/2014/20140812/s2014081203-I.htm[7/17/2017 2:29:34 PM] City Council Meeting: August 12, 2014 Agenda Item: 3-I To: Mayor and City Council From: Martin Pastucha, Director of Public Works Subject: Contract Award for Graffiti Removal Services Recommended Action Staff recommends that the City Council: 1. Award Bid #4160 to Graffiti Control Systems, a California-based company, to provide graffiti removal services for three years in an amount not to exceed $200,000. 2. Authorize the City Manager to negotiate and execute a contract with Graffiti Control Systems, a California-based company, in an amount not to exceed $200,000 for graffiti removal services for three years, with future year funding contingent on Council budget approval. Executive Summary The City provides graffiti removal services for public and private property in Santa Monica. Due to the amount of graffiti that occurs in the City and lack of pressure washing capability on City trucks, the services of a contractor are needed to supplement removal efforts by City staff. In June 2014, the City solicited bids for such services. After reviewing the two bids received, staff recommends Graffiti Control Systems as the best bidder to provide graffiti removal services for a total not to exceed amount of $200,000 over a three-year period. Discussion The Facilities Maintenance Division provides graffiti removal services for public and private property within Santa Monica, removing over 37,000 incidences of graffiti per year. City staff performs the majority of removals (approximately 32,000 per year / 86% of total removals), but a contractor has performed approximately 5,000 removals annually (14% of total) focusing on the Pico Neighborhood along with providing pressure washing services since 2006. As City trucks are not currently equipped with pressure washers, the contractor has been tasked with difficult removals requiring this capability. Contractor graffiti removals have been documented using the online Tracking Automated and Graffiti Reporting System (TAGRS) program since 2010. The system is currently used by the Los Angeles and Orange County Sheriff’s Departments and other law enforcement agencies to track and prosecute tagging activities. Graffiti can be photographed, mapped and labeled; the corresponding data can be mined and shared with other agencies to predict and analyze tagging patterns. The Santa Monica Police Department (SMPD) has requested that the practice of using TAGRS continue to support enforcement efforts. Vendor Selection In June 2014, the City published Bid #4160 for graffiti removal services. The bid was posted on the City’s online bidding site, and notices were advertised in the Santa Monica Daily Press in accordance with City Charter and Municipal Code provisions. Two bids were received and publicly opened on June 20, 2014 per Attachment A. The bids were evaluated based on price, previous experience, references and compliance City of Santa Monica - Contract Award for Graffiti Removal Services https://www.smgov.net/departments/council/agendas/2014/20140812/s2014081203-I.htm[7/17/2017 2:29:34 PM] with City specifications. Urban Graffiti Enterprises was the lowest bidder but reference checks indicated instances of work backlogs and lack of contract follow-through. Urban Graffiti Enterprises’ contracts with the City of Anaheim and County of Orange were terminated early due to response time issues. Although Graffiti Control Systems was not the lowest bidder, they have provided the City with responsive service satisfactory to the public, businesses and staff along with detailed graffiti removal documentation data since 2006. Reference checks with other municipalities indicated that Graffiti Control Systems has provided a higher level of customer satisfaction and follow-through for meeting contractual obligations. Graffiti Control Systems also offers a better response time of one hour after initial notification for high priority requests versus two hours for Urban Graffiti Enterprises. Graffiti Control Systems also offers a lower hourly rate ($47.75 per hour versus $52 per hour for Urban Graffiti Enterprises) for short-notice weekend work to address gang-related and/or inflammatory graffiti. Graffiti Control Systems has more experience with TAGRS, having pioneered the system with the Orange County Sheriff’s Department, and would be better able to assist City staff when the SMPD is prepared for staff to begin recording removals in TAGRS. Only contractor removals are recorded in TAGRS at this time. Staff also verified with the California Contractors State License Board that Graffiti Control Systems’ license to include C33 Painting and Decorating and D38 Sand and Water Blasting classifications is current, active and in good standing. Based on these criteria, Graffiti Control Systems is recommended as the best bidder. It is expected that Graffiti Control Systems would perform approximately 5,000 removals per year based on one truck operating three days per week. At 24 hours of service per week, the cost differential between Graffiti Control Systems and Urban Graffiti Enterprises is approximately $7,000 per year ($1.40 per incidence of graffiti removal). Graffiti Control Systems would provide graffiti removal services at a cost of $200,000 for three years. Financial Impacts & Budget Actions The contract to be awarded to Graffiti Control Systems is for an amount not to exceed $200,000 for three years, based on 24 hours per week plus a contingency for extra weekend call outs and potential living wage increases. The contract is for an estimated $65,000 each for years one and two, and $70,000 for year three. Funds in the amount of $65,000 are available in the FY 2014-15 budget in division 014523. The contract will be charged to account 014523.544220. Budget authority for subsequent budget years will be requested in each budget for Council approval. Future year funding is contingent upon Council approval and budget adoption. Prepared by: Kevin Nagata, Administrative Analyst Approved: Forwarded to Council: Martin Pastucha Rod Gould City of Santa Monica - Contract Award for Graffiti Removal Services https://www.smgov.net/departments/council/agendas/2014/20140812/s2014081203-I.htm[7/17/2017 2:29:34 PM] Director of Public Works City Manager Attachment: A – Bid Summary Contract and As-Needed and Staffing - City of Santa Monica https://www.smgov.net/departments/council/agendas/2015/20150113/s2015011308-C.htm[7/27/2017 9:39:17 AM] City Council Report City Council Meeting: January 13, 2015 Agenda Item: 8-C To: Mayor and City Council From: Gigi Decavalles-Hughes, Director of Finance Subject: Contract and As-Needed and Staffing Review Report Recommended Action Staff recommends that the City Council: 1) Review and comment on the attached As-Needed and Contracting Staffing Review (Report) and direct staff regarding prioritization of converting as-needed hours to permanent positions and a phased process to bring contracted services in-house; 2) Adopt the Policy Guiding Decisions to Hire Contracted or As-Needed Staff for Non-Professional Services, Attachment D to the Report. Executive Summary This staff report summarizes findings of the Contract and As-Needed Staffing Review: Policy, Practice, Recommendations report prepared by City staff at Council’s direction. The report, included as Attachment A, examines when various types of staffing are used to provide services, what it would entail to convert as- needed and contract staffing to in-house permanent staffing, and includes a number of recommendations to convert certain as-needed and contract positions to in-house permanent positions. The report also presents a policy to guide City service provision practices moving forward. Background On August 26, 2014, Council requested that City staff perform a comprehensive study of the City’s contractual services, including an evaluation of the number of contracted employees and as-needed staff currently performing services for the City, and options to convert these jobs into permanent full time City positions. This study follows two previous reports to Council, in January 2007 and January 2009, in which staff presented an overview of the City’s contracting practices and recommended specific criteria to serve as the basis for contracting. On both occasions, Council agreed with the criteria to be used in making decisions about contracting for services. Discussion Between September and December 2014, staff researched best practices and gathered internal information on the City’s contracting and as-needed staffing practices. For internal information, all City departments provided information on 1) all as-needed staffing and 2) all contractual services over $100,000 annually. Contract and As-Needed and Staffing - City of Santa Monica https://www.smgov.net/departments/council/agendas/2015/20150113/s2015011308-C.htm[7/27/2017 9:39:17 AM] Staff asked departments to identify the current status (what as-needed staff and contractual services the department uses and why), and what it would take to perform the service differently: with in-house staff, or with permanent versus as-needed staffing. Finally, staff asked departments to recommend any changes to current service provision methodology. Finance and other department staff reviewed this information and identified associated costs. Report conclusions indicate that staff has continued to limit the use of contracted staff to those services meeting the established criteria, that the City also uses certain criteria when making the determination to use as-needed staff, and that the City provides competitive remuneration and strong protections for in- house and contracted staff. The Report recommends converting approximately 55,000 as-needed hours to 25.65 new permanent full time equivalent positions, and bringing services related to five current contracts in-house, which would add 6.0 FTE to permanent staffing. These are areas in which staff tested current service provision against criteria, and the result indicated a need for change. The Report recommends maintaining remaining as- needed staff and contracted services in their current state, based on criteria identified in the study and staff analysis. The Report concludes with a recommended policy to guide non-professional service delivery decisions, built on the criteria identified in the study. This policy would provide consistent guidelines for managers and would reflect Council direction and community values. Its adoption would reinforce the City’s commitment to fair treatment, transparency, and responsible use of resources. The following is a summary of the findings: As-needed. Staff reviewed all possible as-needed conversions, and analyzed each position against criteria for appropriate as-needed use, listed below: · Fluctuating or Inconsistent Demand · Seasonal Work · Limited Daily Hours · Fill Vacancies · Pilot or Limited Term Program · Unbudgeted Additional Service Staff found that 47 percent of the total identified as-needed hours did not fit these criteria. Staff recommends converting these hours to 25.65 full time equivalent staff or 30 positions: 14.0 full time and 16.0 part time. This change would impact 40-50 current as-needed employees filling these hours. The recommended positions represent areas in which increasing and consistent operational need makes permanent positions a better staffing choice. These include customer service for recreational programs, parking meter collections, maintenance work in City buildings and the Pier, and custodial work on the Beach. Staff estimates the net cost of these conversions at $1.0 million, of which $0.3 million is in the General Fund. Contract and As-Needed and Staffing - City of Santa Monica https://www.smgov.net/departments/council/agendas/2015/20150113/s2015011308-C.htm[7/27/2017 9:39:17 AM] Contracts. City staff follows the informal guidelines and criteria identified in the 2007 and 2009 review, and refined for clarity in the current study. · Workforce Flexibility · Specialized / Technical expertise · Space Requirements · Capital/ Equipment Requirements · Risk · Proprietary Control · Short term / Pilot The City has 43 contracts over $100,000 annually, for a total of $23.9 million, or approximately 5 percent of the City’s FY 2014-15 operating budget; the same percentage as in the 2007 / 2009 reports. Staff estimates the net cost of providing all services in-house at $69.4 million. This cost includes a 371.7 FTE or 19 percent increase in the City’s permanent work force, and an approximately 90,000 square foot increase in space to house new staff, vehicles, and other equipment. Based on a detailed review of each contract with these criteria, staff recommends converting five contracts providing general maintenance and repair, including bus facilities maintenance, city heating, ventilation and air conditioning (HVAC) installations and repairs, painting services, graffiti removal, and plan check and tree inspection services to in-house services. Staff estimates a one-time $0.8 million cost, with an ongoing $0.3 million cost above the current contract amounts for these conversions, of which $0.5 million one-time and $0.1 million ongoing is in the General Fund. Conversions would include 6.0 new full time equivalent positions. Remaining contracts definitively meet criteria for contracted service. Each contract meets one or more of the established criteria, while the eight largest contracts – which make up approximately 70 percent of the total dollar value – meet two to four of the criteria. The Report presents detailed analysis for each of these contracts, and identifies criteria for contracts with lower annual amounts. Policy. The recommended policy institutionalizes the contracted service and as-needed staff use criteria presented in the study. These are critical to ensuring that the City maintains its current practices, and that staff continues to provide City staff opportunities for delivering services if they can do so effectively. A policy would reinforce current practice, and would clearly state Council priorities and community values to current and potential City staff, contractors, and the community. Future staff reports recommending contractual services or as-needed changes would include an analysis of the need based on the policy to be adopted Implementation / Phasing. Staff recommends converting certain as-needed hours to permanent positions, and bringing currently contracted services in-house. Implementing changes simultaneously and within a short period of time would increase the City’s overall budget by $1.8 million in year one ($0.8 million General Fund; $1.0 million other funds). The changes would also increase permanent staff by 31.7 FTE (10.5 FTE Contract and As-Needed and Staffing - City of Santa Monica https://www.smgov.net/departments/council/agendas/2015/20150113/s2015011308-C.htm[7/27/2017 9:39:17 AM] General Fund; 21.2 FTE positions in all other funds). Ongoing, the changes represent a $1.4 million increase ($0.5 million General Fund; $0.9 million other funds). Staff recommends a three-year process in phases to implement recommended changes: Phase I: Policy Adoption and Direction on Conversions (January 13 Council Meeting). Council adopts recommended policy and prioritizes as-needed conversion proposals. Phase II: Partial as-needed conversion (Five-Year Forecast / Midyear Budget) Based on Council direction, staff would create positions as directed and begin recruitment. Phase III: Contracted services and remaining as-needed conversion (FY 2015-17 Biennial Budget). Staff would incorporate additional resource requests, including vehicle, space, and staffing, in department biennial budget request. Council would consider these in the context of the new budget and updated financial forecast. As Council prepares to consider the financial forecast, these resource decisions involve tradeoffs. Other pressures, including previously-noted capital needs, affordable housing, health care and retirement costs, emerging needs for fire and non-sworn police staffing, augmentation of workers’ compensation funding, and public safety communications systems must be considered. Council will view these recommendations in the context of the City’s overall priorities at its January 27 meeting. Alternatives Council could direct staff to review additional areas, or to include greater or fewer conversion recommendations in either the as-needed or contracted staff areas. These directions would have direct impacts on service quality, existing contracted or as-needed staff, managers, and resource availability. Council could not adopt the recommended policy, or could direct staff to revise the policy’s contents. Not adopting the policy would mean staff would continue to rely on existing informal policy and criteria to guide service provision decisions. Financial Impacts & Budget Actions No immediate budget actions are necessary as a result of this recommendation. Implementing the staff report recommendations will lead to a one-year $1.8 million cost, with an ongoing $1.4 million ongoing cost. Following Council direction, staff will include these costs as appropriate in the midyear changes to Council (January 27, 2015) and in the FY 2015-17 Biennial Budget in May and June 2015. Prepared by: Stephanie Lazicki, Principal Administrative Analyst Approved: Forwarded to Council: Gigi Decavalles-Hughes Director of Finance Rod Gould City Manager Contract and As-Needed and Staffing - City of Santa Monica https://www.smgov.net/departments/council/agendas/2015/20150113/s2015011308-C.htm[7/27/2017 9:39:17 AM] Attachments: A. Contract and As-Needed Staffing Review: Policy, Practice, Recommendations. NO. 1 2 3 4 5 6 PLEASE INDICATE WETHER OR NOT YOUR COMPANY CAN COMPLY WITH THE SPECIFICATIONS LISTED: CAN COMPLY 7 8 WEEKDAY DAYTIME HOURLY RATE SATURDAY OR SUNDAY HOURLY RATE WEEKDAY DAYTIME HOURLY RATE-PW SATURDAY OR SUNDAY HOURLY RATE-PW WEEKDAY DAYTIME HOURLY RATE-LW SATURDAY OR SUNDAY HOURLY RATE-LW $57.75 PER HOUR* $57.75 PER HOUR* $75 PER HOUR* $75 PER HOUR* $46.25 PER HOUR* $46.25 PER HOUR* WOODS MAINTENANCE SERVICES- BID AT LIVING WAGE ADDITIONAL PRICING RESPONSE RESPONSE RESPONSE NOTES - CITY NOTE: PRICINGS ARE SET AT PREVAILING WAGES CITY NOTE: PRICINGS ARE SET AT LIVING WAGES FIRST ANNUAL RENEWAL OPTION SAME PRICE, TERMS, AND CONDITIONS OFFERED 2% INCREASE OF PERVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS 2% INCREASE OF PERVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS RENEWAL OPTIONS RESPONSE RESPONSE RESPONSE PRICING PLEASE INDICATE YOUR WEEKDAY DAYTIME AND WEEKEND HOURLY RATES FOR GRAFFITI REMOVAL SERVICES (ALL LABOR, MATERIALS, VEHICLE MILEAGE, AND SUBSEQUENT DOCUMENTATION AND UPLOADING OF PHOTOS/LOCATIONS TO TAGRS SHOULD BE INCLUDED). ESTIMATE 16 BILLABLE HOURS PER WEEK (TWO 8-HOUR DAYS). IT IS ANTICIPATED THAT THE “YEAR 1” PERIOD OF THIS BID WILL BE FROM JULY 2017 TO JUNE 2018 HOW MANY YEARS OF EXPERIENCE DOES YOUR FIRM HAVE PERFORMING GRAFFITI REMOVAL SERVICES IN SOUTHERN CALIFORNIA? PLEASE LIST YOUR CALIFORNIA STATE CONTRACTORS LICENSE NUMBER AND INDICATE THE TYPE(S) OF LICENSE(S) YOUR FIRM POSSESSES: PLEASE LIST YOUR FIRM’S BUSINESS TAX ID #: DOES YOUR FIRM PROVIDE WEEKEND SERVICES? RESPONSE TIME – FOR SHORT-NOTICE CALLS, PLEASE INDICATE HOW SOON YOUR STAFF CAN BE ON-SITE AT A SANTA MONICA LOCATION AFTER INITIAL NOTIFICATION: BID: # 4280 BID DESCRIPTION: GRAFFITI REMOVAL GENERAL QUESTIONS RESPONSE RESPONSE RESPONSE BID CLOSING DATE: JUNE 8TH, 2017 Purchasing Section 1717 Fourth Street, Suite 250 Santa Monica, CA 90401 Telephone: 310-458-8281 DESCRIPTION RESPONSE EL CAJON, CALIFORNIA NORTH HOLLYWOOD, CALIFORNIA NORTH HOLLYWOOD, CALIFORNIA AES PROPERTY SERVICES WOODS MAINTENANCE SERVICES- BID AT PREVAILING WAGE 0 YEARS SEE ATTACHED PLEASE INDICATE WETHER OR NOT YOUR COMPANY CAN COMPLY WITH THE SPECIFICATIONS LISTED: 32 YEARS #0916074 TPYES: C33, D38 #22-394072 YES 24 HOURS GRAFFITI DOCUMENTATION: CONTRACTOR SHALL PHOTOGRAPH EACH PIECE OF GRAFFITI AND UPLOAD TO THE TRACKING AUTOMATED AND GRAFFITI REMOVAL SYSTEM (TAGRS). ALONG WITH EACH MONTHLY INVOICE, CONTRACTOR SHALL PROVIDE A MONTHLY LINE ITEM SUMMARY OF EACH PIECE OF GRAFFITI REMOVED TO INCLUDE: DATE OF REMOVAL, LOCATION, IF ON PUBLIC OR PRIVATE PROPERTY, SIZE OF GRAFFITI (ESTIMATED SQUARE FOOTAGE), METHOD OF REMOVAL, AND WHETHER REMOVAL WAS FOUND ON PATROL OR SPECIFICALLY REQUESTED. PLEASE INDICATE HOW MANY YEARS OF EXPERIENCE YOUR FIRM HAS USING TAGRS: PLEASE DESCRIBE YOUR FIRM’S GRAFFITI REMOVAL EXPERIENCE AND DESCRIBE IN DETAIL ANY EXPERIENCE USING TAGRS TO ASSIST LAW ENFORCEMENT AGENCIES. ATTACH ADDITIONAL SHEETS IF NECESSARY. N/A PAYMENT TERMS PLEASE DESCRIBE ANY ADDITIONAL FEES & CHARGES NOT COVERED ABOVE (TAGRS, ETC): 2% NET 15, NET 30 N/A LIGHT RAIL FEES N/A THIRD ANNUAL RENEWAL OPTION SAME PRICE, TERMS, AND CONDITIONS OFFERED 2% INCREASE OF PERVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS 2% INCREASE OF PERVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS SECOND ANNUAL RENEWAL OPTION 2% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS 2% INCREASE OF PERVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS 2% INCREASE OF PERVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS FOURTH ANNUAL RENEWAL OPTION 2% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS 2% INCREASE OF PERVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS 2% INCREASE OF PERVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS CAN COMPLY 41 YEARS #741322 TYPES: B,C33, C27, C61/D52, C61/D38, C61/D31, C61/D63, D61/D49, HAZ #95-4643637 YES 30 MINUTES (.5 HOURS) 9 YEARS WE HAVE BEEN REMOVING GRAFFITI SINCE OUR INCEPTION OVER 41 YEARS AGO, AND HAVE HELD MUNICIPAL GRAFFITI REMOVAL CONTRACTS FOR OVER 35 YEARS, INCLUDING FOR THE CITY OF SANTA MONICA FOR THE PAST 9 YEARS. WE WERE INSTRUMENTAL IN THE BETA TESTING FOR TAGRS IN THE CITY OF TUSTIN WHEN THE TAGRS SYSTEM WAS BEING DEVELOPED. WE CURRENTLY USE TAGRS ON 8 GRAFFITI REMOVAL CONTRACTS. WE HAVE REMOVED GRAFFITI FROM EVERY TYPE OF SURFACE, IN EVERY TYPE OF ENVIRONMENT, AT EVERY IMAGINABLE LOCATION N/A REFERENCE:    AGREEMENT NO. 10533   (CCS)