Loading...
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