HomeMy WebLinkAboutSTORM WATER INNOVATIVE SOLUTIONS INC.; 2025-04-15; PSA25-3775FACPSA25-3775FAC
City Attorney Approved Version 2/11/2025
Page 1
AGREEMENT FOR STORM WATER MAINTENANCE SERVICES AT STC
STORM WATER INNOVATIVE SOLUTIONS, INC.
THIS AGREEMENT is made and entered into as of the ______________ day of
_________________________, 2025, by and between the City of Carlsbad, California, a municipal
corporation ("City") and Storm Water Innovative Solutions, Inc., a California corporation ("Contractor").
RECITALS
City requires the services of an environmental service provider that is experienced in cleaning and
servicing storm water best management practices (BMPs) which include hydro-dynamic filter systems,
Filterra biofilters, and sediment collection systems inside confined space environments. Contractor has
the necessary experience in providing these services, has submitted a proposal 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 Exhibit “A,” attached and incorporated by this reference in accordance with the terms and
conditions set forth in this Agreement.
2.TERM
The term of this Agreement will be effective for a period of two (2) years from the date first above written
through April 22, 2027. The City Manager may amend the Agreement to extend it for three (3) additional
one (1) year periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's
performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written
amendment indicating the effective date and length of the extended Agreement
3.COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term shall not exceed
seven thousand five hundred sixty dollars ($7,560) per agreement year. No other compensation for the
Services will be allowed except for items covered by subsequent amendments to this Agreement.
Payment terms are NET 30 unless provided otherwise in Exhibit “A.” City reserves the right to withhold a
ten percent (10%) retention until City has accepted the work and/or the Services specified in Exhibit “A.”
4.CONSTRUCTION MANAGEMENT SOFTWARE
Procore Project Management and Collaboration System. This project may utilize the Owner’s Procore
(www.procore.com) online project management and document control platform. The intent of utilizing
Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team
dynamic by improving information flow, reducing non-productive activities, reducing rework and
decreasing turnaround times. The Contractor is required to create a free web-based Procore user
account(s) and utilize web-based training / tutorials (as needed) to become familiar with the system.
Unless the Engineer approves otherwise, the Contractor shall process all project documents through
Procore because this platform will be used to submit, track, distribute and collaborate on project. If
unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall
complete a free training certification course located at http://learn.procore.com/procore-certification-
Docusign Envelope ID: 1616A8CD-BA98-4DE6-B631-311D7C4E76A4
April
15th
PSA25-3775FAC
City Attorney Approved Version 2/11/2025
Page 2
subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either
through the online training or reaching out to the Procore support team. It will be the responsibility of the
Contractor to regularly check Procore and review updated documents as they are added. There will be no
cost to the Contractor for use of Procore.
It is recommended that the Contractor provide mobile access for Windows, iOS located at
https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices
located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App
installed to at least one on-site individual to provide real-time access to current posted drawings,
specifications, RFIs, submittals, schedules, change orders, project documents, as well as any deficient
observations or punch list items. Providing mobile access will improve communication, efficiency, and
productivity for all parties. The use of Procore for project management does not relieve the contractor of
any other requirements as may be specified in the contract documents.
5. PREVAILING WAGE RATES
Any construction, alteration, demolition, repair, and maintenance work, including work performed during
design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000
and performed under this Agreement constitute “public works” under California Labor Code section 1720
et seq. and are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft
or type of worker needed to execute the contract, shall be those as determined by the Director of
Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant
to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the
office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages
to all such workers employed by him or her in the execution of the Agreement. Contractor and any
subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires
keeping accurate payroll records, verifying and certifying payroll records, and making them available for
inspection. Contractor shall require any subcontractors to comply with Section 1776
6. STATUS OF CONTRACTOR
Contractor will perform the Services as an independent contractor and in pursuit of Contractor’s
independent calling, and not as an employee of City. Contractor will be under the control of City only as
to the results to be accomplished.
7. INDEMNIFICATION
Contractor agrees to defend (with counsel approved by the City), indemnify, and hold harmless the City
and its officers, elected and appointed 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 willful misconduct or negligent act or omission 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.
If Contractor’s obligation to defend, indemnify, and/or hold harmless arises out of Contractor’s
performance as a “design professional” (as that term is defined under Civil Code section 2782.8), then,
and only to the extent required by Civil Code Section 2782.8, which is fully incorporated herein,
Contractor’s indemnification obligation shall be limited to claims that arise out of, pertain to, or relate to
the negligence, recklessness, or willful misconduct of the Contractor, and, upon Contractor obtaining a
final adjudication by a court of competent jurisdiction. Contractor’s liability for such claim, including the
cost to defend, shall not exceed the Contractor’s proportionate percentage of fault.
Docusign Envelope ID: 1616A8CD-BA98-4DE6-B631-311D7C4E76A4
PSA25-3775FAC
City Attorney Approved Version 2/11/2025
Page 3
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.
8. INSURANCE
Contractor will obtain and maintain policies of commercial general liability insurance, automobile liability
insurance, a combined policy of workers' compensation, employers liability insurance, and professional
liability insurance from an insurance company authorized to transact the business of insurance in the State
of California which has a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer
on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s
Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of
Insurance Commissioners (NAIC) latest quarterly listings report, in an amount of not less than one million
dollars ($1,000,000) each, unless otherwise authorized and approved by the Risk Manager or the City
Manager. Contractor will obtain occurrence coverage, excluding Professional Liability, which will be
written as claims-made coverage. The insurance will be in force during the life of this Agreement and will
not be canceled without thirty (30) days prior written notice to the City by certified mail. City will be
named as an additional insured on General Liability which shall provide primary coverage to the City. The
full limits available to the named insured shall also be available and applicable to the City as an additional
insured. Contractor will furnish certificates of insurance to the Contract Department, with endorsements
to City prior to City’s execution of this Agreement.
9. NOTICES
The name of the persons who are authorized to give written notice or to receive written notice on behalf
of City and on behalf of Contractor under this Agreement.
For City For Contractor
Name Kevin Shotas Name Paul Krajewski
Title Safety Training Center Supervisor Title Project Manager
Department Public Works Address 146 E. Emerson Avenue, Suite A
City of Carlsbad Orange, CA 92865
Address 1635 Faraday Avenue Phone No. 760-688-4910
Carlsbad, CA 92008 Email paul@swiscorp.com
Phone No. 442-339-5329
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.
10. CONFLICT OF INTEREST
Contractor shall file a Conflict-of-Interest Statement with the City Clerk in accordance with the
requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or
interests as required in the City of Carlsbad Conflict of Interest Code. For Labor Compliance Service
Docusign Envelope ID: 1616A8CD-BA98-4DE6-B631-311D7C4E76A4
PSA25-3775FAC
City Attorney Approved Version 2/11/2025
Page 4
Agreements, the Contractor further represents, warrants, and declares, under penalty of perjury, interest,
as that term is defined in Labor Code Section 1771.8(a)(2) does not exist.
Yes ☐ No ☒
If yes, list the contact information below for all individuals required to file:
Name Email Phone Number
11. COMPLIANCE WITH LAWS
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment and will obtain and maintain a City of Carlsbad Business License for the
term of this Agreement.
12. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS
Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package
delivery vehicles operated in California may be subject to the California Air Resources Board (CARB)
Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce
emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage
at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets.
13. TERMINATION
City or Contractor may terminate this Agreement at any time after a discussion, and written notice to the
other party. City will pay Contractor's costs for services delivered up to the time of termination, if the
services have been delivered in accordance with the Agreement.
14. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees it may be subject to civil penalties for the filing of false claims
as set forth in the California False Claims Act, Government Code sections 12650, et seq., and Carlsbad
Municipal Code Sections 3.32.025, et seq. Contractor further acknowledges that debarment by another
jurisdiction is grounds for the City of Carlsbad to terminate this Agreement.
15. JURISDICTIONS AND VENUE
This Agreement shall be interpreted in accordance with the laws of the State of California without regard to,
or application of, choice of law rules or principles. Contractor agrees and stipulates that the proper venue
and jurisdiction for resolution of any disputes between the parties arising out of this Agreement is the State
Superior Court, San Diego County, California.
16. ASSIGNMENT
Contractor may assign neither this Agreement nor any part of it, nor any monies due or to become due
under it, without the prior written consent of City.
Docusign Envelope ID: 1616A8CD-BA98-4DE6-B631-311D7C4E76A4
PSA25-3775FAC
City Attorney Approved Version 2/11/2025
Page 5
17. THIRD PARTY RIGHTS
Nothing in this Agreement should be construed to give any rights or benefits to any party other than the
City and Contractor.
18. AMENDMENTS
This Agreement may be amended by mutual consent of City and Contractor. Any amendment will be in
writing, signed by both parties, with a statement of estimated changes in charges or time schedule.
19. 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. This Agreement may
be entered in counterparts.
20. 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.
[signatures on following page]
Docusign Envelope ID: 1616A8CD-BA98-4DE6-B631-311D7C4E76A4
PSA25-3775FAC
City Attorney Approved Version 2/11/2025
Page 6
CONTRACTOR
CITY OF CARLSBAD, a municipal corporation of
the State of California
STORM WATER INNOVATIVE SOLUTIONS,
INC., a California corporation
By: By:
(sign here) Paz Gomez, Deputy City Manager, Public
Works, as authorized by the City Manager
Grant Wood, President
(print name/title)
ATTEST:
By: SHERRY FREISINGER, City Clerk
(sign here) By:
Paul Krajewski, Chief Financial Officer
Deputy City Clerk
(print name/title)
If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a
corporation, Agreement must be signed by one corporate officer from each of the following two groups:
Group A. Group B.
Chairman, Secretary,
President, or Assistant Secretary,
Vice-President CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under
corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CINDIE K. McMAHON, City Attorney
By: _____________________________
Docusign Envelope ID: 1616A8CD-BA98-4DE6-B631-311D7C4E76A4
PSA25-3775FAC
City Attorney Approved Version 2/11/2025
Page 7
EXHIBIT A
SCOPE OF SERVICES
Item
No.
Description Qty Cost Extended
Cost
1 NSBB/DSBB Maintenance:
Inspection and Cleaning of Nutrient Separating Baffle Box -
Inspect (2) NSBB-2.5-4-60 for debris accumulation on
screens and cages throughout entire DSBB/NSBB. Note and
broken parts, holes in screens and elicit discharge. Note
floatable levels. Note sediment and water levels per
chamber. Note any vector concerns. Note hydrocarbon
absorbent boom condition per. Digital report including
picture before and after. Spring service.
2 $425.00 $850.00
2
NSBB/DSBB Maintenance:
Inspection and Cleaning of Nutrient Separating Baffle Box -
Inspect (2) NSBB-2.5-4-60 for debris accumulation on
screens and cages throughout entire DSBB/NSBB. Note
and broken parts, holes in screens and elicit discharge.
Note floatable levels. Note sediment and water levels per
chamber. Note any vector concerns. Note hydrocarbon
absorbent boom condition per. Digital report including
picture before and after. Fall Service.
2 $425.00 $850.00
3 Sand-Oil Interceptor Vault Maintenance:
Maintain Sand Oil Storm Filter. Remove any materials and
note illicit discharge. Note chambers quantity of
chambers, depth, water level, sand level, and
recommendations based on maintenance. Spring Service.
1 $1,495.00 $1,495.00
4 Sand-Oil Interceptor Vault Maintenance:
Maintain Sand Oil Storm Filter. Remove any materials and
note illicit discharge. Note chambers quantity of
chambers, depth, water level, sand level, and
recommendations based on
maintenance. Fall Service.
1 $1,495.00 $1,495.00
5 Contech Filtera Maintenance:
Contech Filtera Inspection and Maintenance. Inspect and
maintain 6'x6' Filtera per manufacturer specification. Trim
vegetation and remove invasive species. Remove all trash
and mulch from top of Filtera. Inspect the filtration media
Replace the mulch layer and inspect. Pictures of current
conditions. Note any issues or defects or illicit discharge.
Separate quote if repairs are required. Digital Report.
Spring Service.
1 $495.00 $495.00
6 Contech Filtera Maintenance:
Contech Filtera Inspection and Maintenance. Inspect and
maintain 6'x6' Filtera per manufacturer specification. Trim
1 $495.00 $495.00
Docusign Envelope ID: 1616A8CD-BA98-4DE6-B631-311D7C4E76A4
PSA25-3775FAC
City Attorney Approved Version 2/11/2025
Page 8
Item
No.
Description Qty Cost Extended
Cost
vegetation and remove invasive species. Remove all trash
and mulch from top of Filtera. Inspect the filtration media
Replace the mulch layer and inspect. Pictures of current
conditions. Note any issues or defects or illicit discharge.
Separate quote if repairs are required. Digital Report. Fall
Service.
7 Contech Filtera Maintenance:
Contech Filtera Inspection and Maintenance. Inspect and
maintain 12'x6' Filtera per manufacturer specification.
Trim vegetation and remove invasive species. Remove all
trash and mulch from top of Filtera. Inspect the filtration
media Replace the mulch layer and inspect. Pictures of
current conditions. Note any issues or defects or illicit
discharge. Separate quote if repairs are required. Digital
Report. Spring Service.
1 $595.00 $595.00
8 Contech Filtera Maintenance:
Contech Filtera Inspection and Maintenance. Inspect and
maintain 12'x6' Filtera per manufacturer specification.
Trim vegetation and remove invasive species. Remove all
trash and mulch from top of Filtera. Inspect the filtration
media Replace the mulch layer and inspect. Pictures of
current conditions. Note any issues or defects or illicit
discharge. Separate
quote if repairs are required. Digital Report. Fall Service.
1 $595.00 $595.00
9 Filtered Catch Basin Cleaning:
Clean and Maintain Filtered Catch Basin -Inspect and clean
(1) 24"x36" filtered grate catch basins. Remove and
dispose of all sediments, debris and media from entire
filtration device and replace media per manufacture
specification. Dispose per state and local regulations.
Digital reports with before and after photos. Separate
quote if repairs or replacement is
required. Spring Service.
1 $95.00 $95.00
10 Filtered Catch Basin Cleaning:
Clean and Maintain Filtered Catch Basin -Inspect and
clean (1) 24"x36" filtered grate catch basins.
Remove and dispose of all sediments, debris and
m edia from entire filtration device and replace
media per manufacture specification. Dispose per
state and local regulations. Digital reports with
before and after photos. Separate quote if repairs or
replacement is required. Fall Service.
1 $95.00 $95.00
Docusign Envelope ID: 1616A8CD-BA98-4DE6-B631-311D7C4E76A4
PSA25-3775FAC
City Attorney Approved Version 2/11/2025
Page 9
11 Filtered Catch Basin Cleaning:
Clean and Maintain Filtered Catch Basin -Inspect and clean
(2) 24"x42" filtered grate catch basins. Remove and
dispose of all sediments, debris and media from entire
filtration device and replace media per manufacture
specification. Dispose per state and local regulations.
Digital reports with before and after photos. Separate
quote if repairs or replacement is required. Confined entry
required. Spring Service.
2 $125.00 $250.00
12 Filtered Catch Basin Cleaning:
Clean and Maintain Filtered Catch Basin -Inspect and clean
(2) 24"x42" filtered grate catch basins. Remove and
dispose of all sediments, debris and media from entire
filtration device and replace media per manufacture
specification. Dispose per state and local regulations.
Digital reports with before and after photos. Separate
quote if repairs or replacement is
required. Confined entry required. Fall Service.
1 $125.00 $250.00
TOTAL $7,560.00
Docusign Envelope ID: 1616A8CD-BA98-4DE6-B631-311D7C4E76A4
Docusign Envelope ID: 1616A8CD-BA98-4DE6-B631-311D7C4E76A4
Docusign Envelope ID: 1616A8CD-BA98-4DE6-B631-311D7C4E76A4
Docusign Envelope ID: 1616A8CD-BA98-4DE6-B631-311D7C4E76A4
Docusign Envelope ID: 1616A8CD-BA98-4DE6-B631-311D7C4E76A4
Docusign Envelope ID: 1616A8CD-BA98-4DE6-B631-311D7C4E76A4
Docusign Envelope ID: 1616A8CD-BA98-4DE6-B631-311D7C4E76A4