HomeMy WebLinkAboutVaughns Industrial Repair Inc; 2019-11-06; PWM20-842UTILTracking#: PWM20-842UTIL
CARLSBAD MUNICIPAL WATER DISTRICT
MINOR PUBLIC WORKS CONTRACT
CARLSBAD WATER RECYCLING FACILITY (CWRF) PUMP & MOTOR REHAB, PUMP NO. 1
This agreement is made on the ~ day of ~e,Ml,zy , 2019, by the
Carlsbad Municipal Water District, a Public Agency organized under the Municipal Water Act of 1911, and
a Subsidiary District of the City of Carlsbad, hereinafter referred to as "CMWD", and Vaughan's Industrial
Repair, Inc., a California corporation, whose principal place of business is 16224 Garfield Avenue,
Paramount, CA 90723 (hereinafter called "Contractor'').
CMWD and Contractor agree as follows:
DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the
project described by these Contract Documents (hereinafter called "Project").
PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools,
equipment, and personnel to perform the work specified by the Contract Documents unless excepted
elsewhere in this Contract.
CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract,
Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans
and Specifications, and all proper amendments and changes made thereto in accordance with this Contract
or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict,
this Contract will supersede terms and conditions in the Contractor's proposal.
LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad
Ordinances governing labor.
GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project
in accordance with directions and subject to inspection approval and acceptance by:
Mark Biskup
(CMWD Project Manager)
WAGE RATES. 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 Sections 1770,
1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the
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 workers employed by him or her in execution of the Contract.
Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code
and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act."
The City Engineer is CMWD's "duly authorized officer" for the purposes of section 4107 and 4107 .5.
The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the
Contract for work.
A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the
requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract
for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5.
This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
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.
CWRF PUMP & MOTOR REHAB NO. 1 Page 1 of 8 General Counsel Approved 1/25/19
Tracking#: PWM20-842UTIL
FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to CMWD must be asserted
as part of the contract process as set forth in this agreement and not in anticipation of litigation or in
conjunction with litigation.
Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act,
provides for civil penalties where a person knowingly submits a false claim to a public entity. These
provisions include false claims made with deliberate ignorance of the false information or in reckless
disregard of the truth or falsity of the information.
The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining
to false claims are incorporated herein by reference.
Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an
administrative debarment proceeding wherein the contractor may be prevented from further bidding on
public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for
CMWD to disqualify the Contractor or subcontractor from p ·cipating in contract bidding. ~-Signature:
Print Name:
REQUIRED INSURANCE. The successful contractor shall provide to CMWD, a Certification of Commercial
General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance
indicating coverage in a form approved by the California Insurance Commission. The certificates shall
indicate coverage during the period of the contract and must be furnished to CMWD prior to the start of
work. The minimum limits of liability insurance are to be placed with California admitted insurers that have
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.
Commercial General Liability Insurance of Injuries including accidental death, to any one person in an
amount not less than ........ $1,000,000
Subject to the same limit for each person on account of one accident in an amount not less than
....... $1,000,000
Property damage insurance in an amount of not less than ........ $1,000,000
Automobile Liability Insurance in the amount of $1,000,000 combined single limit per accident for bodily
injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of
the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-
scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be
limited in any manner.
The above policies shall have non-cancellation clauses providing that thirty (30) days written notice shall
be given to CMWD prior to such cancellation.
The policies shall name CMWD as additional insured. The full limits available to the named insured shall
also be available and applicable to CMWD as an additional insured.
WORKERS COMPENSATION AND EMPLOYER'S LIABILITY. Worker's Compensation limits as required
by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees
and provides, to City's satisfaction, a declaration stating this.
CWRF PUMP & MOTOR REHAB NO. 1 Page 2 of 8 General Counsel Approved 1/25/19
Tracking#: PWM20-842UTIL
BUSINESS LICENSE. The Contractor and all subcontractors are required to have and maintain a valid
City of Carlsbad Business License for the duration of the contract.
INDEMNITY. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and
hold harmless CMWD and the City of Carlsbad, and its officers, officials, employees and volunteers, from
all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising
from or in connection with the performance of the Contract or work; or from any failure or alleged failure of
Contractor to comply with any applicable law, rules or regulations including those related to safety and
health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused,
resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage
caused by the sole or active negligence or willful misconduct of CMWD or City of Carlsbad. The expenses
of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute
resolution method.
JURISDICTION. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for
resolution of any disputes between the parties arising out of this agreement is San Diego County,
California.
Start Work: Contractor agrees to start within five (5) working days after receipt of Notice to Proceed.
Completion: Contractor agrees to complete work within forty (40) working days after receipt of Notice to
Proceed.
CONTRACTOR'S INFORMATION.
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Vaughan's Industrial Repair Co., Inc.
(name of Contractor)
535078
(Contractor's license number)
C-61/D21-Machinery and Pumps 7/31/2020
(license class. and exp. date)
1000013667
(DIR registration number)
6/30/2021
(DIR registration exp. date)
CWRF PUMP & MOTOR REHAB NO. 1 Page 3 of 8
16224 Garfield Avenue
(street address)
Paramount, CA 90723
(city/state/zip)
562-633-2660 x16
(telephone no.)
562-633-1604
(fax no.)
jack@virc1.com
(e-mail address)
General Counsel Approved 1/25/19
Tracking #: PWM20-842UTIL
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.
CONTRACTOR:
VAUGHAN'S INDUSTRIAL REPAIR, CO.
INC., a California corporation
By~
7 ~~ ~~~ JI. P,
By:
ftt/l~)
/DY K-;rJYf/<S, 5£c~t.:m1<...i/
(print nafue/title)
CARLSBAD MUNICIPAL WATER DISTRICT
By:/,/,/]
tit&10·L ¥~
Vicki V. Quiram, General Manager as
authorized by the Executive Manager
If required by CMWD, proper notarial acknowledgment of execution by Contractor must be attached. ~
corporation, Agreement must be signed by one corporate officer from each of the following two groups:
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under
corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CELIA A. BREWER, General Counsel
CWRF PUMP & MOTOR REHAB NO. 1 Page 4 of 8 General Counsel Approved 1/25/19
Tracking#: PWM20-842UTIL
EXHIBIT A
LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR
Set forth below is the full name and location of the place of business of each sub-contractor whom the
Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total
bid, and the portion of the Project which will be done by each sub-contractor for each subcontract.
NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project
to be performed under the contract in excess of one-half of one percent of the bid, the contractor
shall be deemed to have agreed to perform such portion, and that the Contractor shall not be
permitted to sublet or subcontract that portion of the work, except in cases of public emergency or
necessity, and then only after a finding, reduced in writing as a public record of the Awarding
Authority, setting forth the facts constituting the emergency or necessity in accordance with the
provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the
California Public Contract Code).
If no subcontractors are to be employed on the project, enter the word "NONE."
SUBCONTRACTORS
Portion of Project to Business Name and Address DIR Registration License No., %of
be Subcontracted No. Classification & Total
Expiration Date Contract
~h.A f -
Total% Subcontracted:
The Contractor must perform no less than fifty percent (50%) of the work with its own forces.
CWRF PUMP & MOTOR REHAB NO. 1 Page 5 of 8 General Counsel Approved 1/25/19
Tracking #: PWM20-842UTIL
EXHIBIT B
CARLSBAD WATER RECYCLING FACILITY (CWRF) PUMP AND MOTOR REHAB, PUMP NO. 1
JOB QUOTATION
ITEM UNIT QTY DESCRIPTION PRICE
NO.
1 EA. 1 Rebuild Pump as described in Exhibit D $27,362.80
2 EA. 1 Rebuild Motor as described in Exhibit D $8,109.55
3 LS 1 Bond (Labor and Materials) $650.00
TOTAL* $36,122.35
*Includes taxes, fees, expenses and all other costs.
CWRF PUMP & MOTOR REHAB NO. 1 Page 6 of 8 General Counsel Approved 1/25/19
EXHIBIT C
LABOR AND MATERIALS BOND
Tracking#: PWM20-842UTIL
Bond No. 60134168
WHEREAS, the Board of Directors of the Carlsbad Municipal Water District has awarded to Vaughan's
Industrial Repair, Inc., a California corporation (hereinafter designated as the "Principal"}, a Contract for:
CARLSBAD WATER RECYCLING FACILITY (CWRF) PUMP & MOTOR REHAB, PUMP NO. 1
in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract
Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated
herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the
furnishing of a bond, providing that if Principal or any of its subcontractors shall fail to pay for any materials,
provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed
to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to
the extent hereinafter set forth.
NOW, THEREFORE, WE, Vaughan's Industrial Repair, Inc, as Principal, (hereinafter designated as the
"Contractor"), and Capitol Indemnity Corporation as
Surety, are held firmly bound unto CMWD in the sum of thirty-six thousand one hundred twenty-two Dollars
and twenty-five Cents ($36,122.25), said sum being an amount equal to: One hundred percent (100%) of
the total amount payable under the terms of the Contract by the City of Carlsbad, and for which payment
well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or
assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to
pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance
of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with
California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with
respect to the work or labor performed under this Contract, or for any amounts required to be deducted,
withheld, and paid over to the Employment Development Department from the wages of employees of the
contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with
respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon
the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section
9554.
This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so
as to give a right of action to those persons or their assigns in any suit brought upon the bond.
Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the
Contract, or to the work to be performed hereunder or the specifications accompanying the same shall
affect its obligations on this bond, and it does hereby waive notice of any change, extension of time,
alterations or addition to the terms of the contract or to the work or to the specifications.
CWRF PUMP & MOTOR REHAB NO. 1 Page 7 of 8 General Counsel Approved 1/25/19
Tracking#: PWM20-842UTIL
In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not
exonerate the Surety from its obligations under this bond.
SIGNED AND SEALED, this _1_6t_h _____ day of October , 20_19 __
_V_a-'ug'-h_an_'s_ln_du_s_tr_ia_l R_e..c..p_ai_r,_ln_c_. _____ (SEAL) _ C_a_pi_to_l l_nd_e_m_n-'ity'-C_o_r'"""po_ra_t_io_n _____ (SEAL)
(Surety)
By:·~~-,
(Signature) (Signature)
~kl 7• 1/A«,HtW t/2 Kevin P. Shine, Attorney-in Fact
(Name & Title) (Name & Title)
(SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY-ATTACH ATTORNEY-IN-FACT
CERTIFICATE:)
APPROVED AS TO FORM:
CELIA A. BREWER
::neral C~L~
Deputyeneraicm.i;i
CWRF PUMP & MOTOR REHAB NO. 1 Page 8 of 8 General Counsel Approved 1/25/19
ST ATE OF Arizona ------------------
COUNTY OF Maricopa __ ___._ ____________ _
On October 16, 2019 , before me, Heather Marie Erickson, Notary Public
PERSONALLY APPEARED Kevin P. Shine -------------------------------
personally known to me ( or proved to me on the basis of
satisfactory evidence) to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to
me that he/she/they executed the same in his/her/their
authorized capacity(ies), and that by his/her/their signature(s)
on the instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
HEATHER MARIE ERICKSON
NOTARY PUBLIC -ARIZONA
MARICOPA COUNTY
COMMISSION # 558003
MY COMMISSION EXPIRES
JANUARY 06, 2023
This area for Official Notarial Seal
OPTIONAL------------
Though the data below is not required by law, it may prove valuable to persons relying on the document and could
prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
0 INDIVIDUAL
0 CORPORATE OFFICER
0 PARTNER(S)
IZ! ATTORNEY-IN-FACT
0 TRUSTEE(S)
0 LIMITED
0 GENERAL
0 GUARDIAN/CONSERVATOR
0 OTHER: _____________ _
SIGNER IS REPRESENTING:
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OF TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
NAME OF PERSON(S) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABOVE
Capitol Indemnity Corporation
ID-1 232 (REV. 3101 ) ALL-PURPOSE ACKNOWLEDGEMENT
CAPITOL INDEMNITY CORPORATION
POWER OF ATTORNEY
60134168
K "<0\\ .\LI. \IE'-/ BY THESE PRESENTS. That the CAPITOL l"IDEl\l"IITY CORPORATI0'-1. a u11·1soration <11 tile Sta1c· ,,I\\ i,con,in. ha, ing
,is pnn,·ipal nrlie-c, in the City lll l\liddktoll. Wi,consin. does make. Clln,titntc ,111d appoint
----------MICHAEL D LAPRE; DEBORAH M MCGUCKIN; RY AN ROGERS; KEVIN P SHINE--------
----------JAREN MARX; YVONNE WEATHERFORD; PHILLIP SIMONS; ERIN BROWN------
its tnll' .u,d 1,1\1 lul i\ttorney(s)-in-fact. to 111akc·. ne,·ute. seal and delivn for and 1111 it., hehall. a, surety. and a, ih act and d,·,·d. any anti ,di hond,. undertaking,
,md 1..·11ntfitL'l-. or '-IIJ"ety~hip. pn)\ itkd that JH) horn! ur undc11akin~ or c()ntract of s.,un..'l) ,hip C\l.'L'Uted unJcr thi" authority -,hall ('\Cl'Cd in amount the-\Ulll ( ,r
----------rt.LL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED$5,000,000.00 --------
I 111, I'"'' ,·r <>f ,\ttorncy is ;2ranted a!lll i, ,igned and sealed hy fac,i1111k under and 11' tile authority of the lolln\\ ing R,·,lll11tinll adupted b, the Bo.ml ot
lli1c,·tm, ni' C\PITOL l"iDEl\l'.\ITY CORl'OR-\TION at a 111,·,·ting dul) c.ilkd and h,·ld on the Xth da) ol Jiinuar,. 211112
"RL'iOl.\'EI>. that the Pre.,1Lknt. F~c,·uti, c Vice President. \'i,T Pre,idcnt. S,·,-rt·tan or l rea,urer. al'ling indi, idu,,11_1 or ntlwrn i,c. he and they hcrchy
ctrl· ~r:111tt:·d the po\\ er and ,1uthun1atiPn tn appoint hy a Power of .-\fh11 flt.'~ rrn thl· purpthl'\ nnly nf l'Xecuting .1nd ath:\ti11~ hi ind-. and undertakiuµ-.. and
otl1l·r \\ritinf-., nhti~atory in tile nature lhcrcnL one or more n..?\llknt ,ici.>pn .. ",idt'llh, a-....,i-.L.111t sccrctaric\ and at1Pn1cy(-.)-111-fac1. each appointee to ha\l'
till' p,,11,·r, ,md duties usual lt> such office!s to the hu,ineS!s of thi, ,·om pan): the signature of such officer, and "'"I llf the ( ·0111p,111) may be affixed to any
"lll'h pov.1lT nr attorney or to any n_•rtiricatc relating thereto hy fac"imik. and any -.ud1 power or attorney or ccrtificah' tw:1rln~ \UCh fac\imilc ~ignatUrL'\
or L1,·,i111ik ,cal ,hall he valid "nd binding upon the Company. and any ,ucl, power"' e·xccuted and certified lw facsi111ilc ,i;21iaturcs and facsimile seal
,!,all he \.did and binding upon the Company in the future 11ith rc·s1xct to"") ho11d or 11ndertaki111,! or othcr 11riti11g ohl,~ator) i11 the nature thereof to
\\hid1 it i-.. at1,1d1ed. /\ny such appnint!llcnt may he rc\'okeJ, t'or cau'-.c. or v,ithout caU'-1.:, hy ;.my of \aid officer-.,, at any lirnc."
111 ,_.(lllllL'l'l1011 \\ith obligation\ in lavor or the Florida DcpartrnL'nt 1.1i'TLm-..po11;itio11 ()Jll~. ti i, agreed that thl· p()\\l'I" and authoril) hcrcb) gi,cn ti) th1..'
\11()rncy-111~l·ad indudes any and all con,cnh fllr th1..' rcka\c of rcL1inL~d p1..Tl'1..'llt~t~c...:, and'(ir final c:--.timatc.., on cn~~inl'L'rin~ :rnd 1..'Dll\trudinn ct.Hilrach
1·,·q11ir,·d h) tli,· State of Florida Department ofTra11,ponation. It i, full) unekr,tood that crnhenting to the \tatc· or l·lm1da llcpart111cnt ofTr,m,p,,rtation
111a"-in~ pa)llll'lll nrthc final c..,t,matc to ltll' Contractor and:or it-. a~-..i~111..'L', -.hall not rl'iiL\l' thi" \Urcty company of ..111y nr ih oh!i~dtl<llb under th bond.
In L'(1nncctio11 \.\ith ohligation\ in ra\.or of the Kcntuc!-..y OqJartmcnt of High\\.l}'\ only, it i\ agreed that the jHl\\LT and authority hc11..·h; gi\Cll to the
,\ttornn 111-h,ct cannot be nwdifi,·d or rc1<,ked unlc" prior \\rittcn pcr.,onal noti,·e of ,uch intent ha, hecn giH·n lo the Com1ni,sill11er -Dqx1rt1nent ol
II i!.'hWil\, of the Comm,)Jl\\ ealth 01· Ke111ud.y at lca,t thi11y ( 301 day, pri,,r tn the modilication or revocation.
IN WIT!\ESS WHEREOF. the CAPITOL INDEMNITY CORPORATION ha., rn11sc·d these presents to he s,;21wd h) its officer under,igned and its
u II porate seal to be hereto alli ,ed duly attc,ted. thi, Jrd day of May. 2017. """ av.-I: 11(J1l ,:0A
.lt\1111 L. RzqJin,J..i
\'i,·,· Prc,ident. Trea,urcr ,'-: C'l·-0
Su1;11111e M. BroaJh,·nt
.\ssistant Secretary
ST.\ff OF WISCON.'SIN } s s COi 'NTY 01' D,\NE
SEAL
CAPITOL INl>E'\,INITY CORPORATION
SIL'phcn .I. Silb
CLO & l're,ident
( ln th,· hd dav of ~fa1.2017 before me per,lln.ilil ,·ame Stcphen .I. Sill,. to llll' k110\\ 11. 11 ho hcing hy me duly "'orn. did depose· and ,a,. that he re,ide,
111 the Count> of '-lcw York. State ol New York: tlwt he i, Prc,ident or CAPITOL 1:\/DEl\lNITY CORPORATI0:'1. th,· corporation de,erihed in and
\\ !11L·h L'\l'l'Ukd the alxnc in\lrurncnL that hl' 1'nnw\ the \('al of the -.aid L'Orp(lratinn: that the seal affixcJ to .-..aid in<..,trurnL'llt i-.. -..;uL.·h cnq1()ratc -..cd: that 11
\\ ,1..., "'I() a!fi,L·d h) ()rder of thi: Bnard of Dirl'dnr-.. Ill" :--aiJ corporatil,n and that he -..iµnl·d hi, name thereto by likl.· urdc, ,.·
_,,.-'~.__c J Rc:a;·,.
ii c," ~OTA'?;.·<_, '
STAll'UIWISCONSIN ss
COL'NTY 01' DANE }
Dav id J. Rcgele
Notary 1'11blic. Dane Co .. WI
My Comn1i,,io11 h Permanent
1. the 111Hicr,igned. dul', elected to the· office ,rated belo11. nm1 the incumbent in CAPITOL INDEl\lNITY CORPORATION. a \Vi,n111si11 Corporation.
a11thmill'd tu make thi, c,rtii'icate. DO HEREBY CERTIFY that the l'or,·go111g atwd,,·cl l'tl\vl'r ol Attorney r,·11win, 111 lull fore,, ;ind ha, 11ot Ileen
1 ,., "kctl: a11d i'urthcrmorc. tlwt tht Re,olution nf the Board of Dire ell ,r,. ,ct fmth in the· P,mcr of Attorrwv i, no11 111 run:,·.
//, 7Zi day of ~£;1?)~.,r ~ 0 0 l 9
SEAL ~Ck
.\11ton1u C\·I ii
Cicnl'r,tl Coun~l'L \'i1..·c Prc..;idcnt & Sei...Tdar>-
I IIIS ll(JCl'rvtENT IS :\OT V.\l.llJ t:Nl.l:SS l'RINTl:D 0:--i GRAY Sll'.i'I IJ IL\CK(iRO' I I IL l PPLR RIUHT H \ND
IF YOll HAVE Af\Y Ql !FSTIONS CONCl'RNINC Till-: AliTflLl'<Tl,'1'1",' ( II•
EXHIBIT D
SCOPE OF WORK FOR CARLSBAD RECYCLING WATER FACILITY
WATER PUMP AND MOTOR REHABILITATION, PUMP NO. 1
PROJECT DESCRIPTION:
The work includes refurbishment of Carlsbad Water Recycle Water Facility (CWRF) Pump No. 1 including
both the motor and pump assembly of the 5-stage vertical turbine pump and 500 hp. vertical electric motor
as described below. Repair components and material shall be of equal or greater quality than original
equipment and approved by CMWD. Relevant record drawings and existing equipment details for the
pump/motor and the station is included as part of Exhibit "E" of this contract. The Contractor shall be familiar
with the pump station site and the existing equipment by inspecting the site and the equipment prior to
entering this contract. CMWD will coordinate with the Contractor for the removal and reinstallation of the
equipment as described below.
LOCATION:
6216 Avenida Encinas, Carlsbad, CA.
WORK AND MATERIALS PROVIDED BY CONTRACTOR:
ITEM NO. 1: PUMP, 1 -EA. Floway 5-Stage Vertical Turbine Pump #1 and 500HP US Motor
1) VIRC personnel will arrive on site and verify proper isolation of equipment.
2) Uncouple and remove drive motor and load onto common carrier.
3) Remove pump, load onto common carrier and transport to VIRC repair facility.
4) Disassemble pump, clean, measure /record disassembly data, and advise.
5) Fabricate all new line and lower bowl shafts from 416 SS material.
6) Straighten all shafting to .002" TIR maximum per API specification.
7) Fabricate all new bowl, suction eye and stuffing box bushings from 660 bronze material.
8) Machine impeller hub wear rings minimum clean.
9) Fabricate and install new bowl wear rings from 660 bronze material.
10) Sandblast bowls, columns and head suitable for recoating.
11) Apply 2-part epoxy coating to bowls, suction eye, columns and head.
12) Dynamically balance impeller/shaft assembly to ISO 1940, quality grade G-2.5.
13) Assemble pump complete with all new SS fasteners and new rubber line shaft bearings.
14) Recondition existing cartridge type mechanical seal and supply new SS shaft couplings.
15) Apply 2nd coat of epoxy exterior protective coating to complete assembly.
16) Deliver to jobsite on common carrier.
17) Contractor personnel shall install pump, motor and mechanical seal.
18) Contractor shall verify rotation, set impeller lift, test run pump and provide overhaul data report.
ITEM NO. 2: MOTOR, 1 -EA. US 500 HP, 5009P Frame, 1775 RPM Electric Motor
1) Remove, load along with pump as described above.
2) Disassemble, clean, inspect and advise.
3) Test, clean, reinsulate, hi-pot, dip and bake stator.
4) Clean, dip and bake, re-insulate rotor.
5) Dynamically balance rotor assembly.
6) Install all new radial and thrust bearings and sight glass.
7) Reassemble, apply exterior protective coating/paint,
8) Deliver to site and reinstall along with associated pump, coordinating with CMWD and CMWD
provided crane.
1 of 2
EXHIBIT D
SUPPORTING WORK PROVIDED BY CMWD:
1) LockouUtagout electrical switchgear, connecUdisconnect motor leads and hydraulically isolate
pump(s).
2) Provide crane and crane services for the removal and installation of the pump(s) and motor(s) at
the pump station site. CMWD provided crane will provide for loading and unloading to Contractor's
truck at the pump station site only.
3) Disconnection and reconnection of pump from pump suction and discharge manifolds.
COORDINATION:
Contractor and CMWD shall coordinate removal and reinstallation of pumps and motors. The schedule of
the removal in reinstallation shall be agreeable and coordinated between CMWD and the Contractor.
Contractor is responsible for transporting equipment to the location for repairs and returning to the pump
station. CMWD will provide the crane and operator to remove the pump and motors and then to reinstall
the pump and motors when returned from the Contractor. Contractor and CMWD staff shall coordinate
allowing an option for CMWD staff to visit the repair facility to witness the dissembled pump and motor and
the refurbishing process.
WARRANTY:
Contractor shall provide written warranty for all workmanship and material provided in the rehabilitation in
addition to any required warranty stipulated in the contract.
2 of 2
EXHIBIT E
RECORD DRAWINGS & EQUIPMENT
DETAILS
SHEETS 4M-1 & 4M-2
L -li ~ c " "' ::,
~ 5 ~ 0 0 3' " / 0 .,
t :;::
0 N 'ii j
-G C 0
PIPE ENCASEMENT
···[ I•••
• i
!
i I
16' LPD (26)
CL EL 163,0
SEE SHEET C-6
FOR CONTINUATION
HOSE RACK
t PUMP
11-0•
I
¢_ PUMP
i
MOUNTING BASE VERTICAL PUMP \ FOR FUTURE PUMP MOUNTING BASE :
7'-0'
t PUMP
7'-0'
t PUMP
"' •:• '" .,. •:• ., . . ,. ,:, .,.
VERTICAL PUMP .;,,,,:'·
<TYPl FCR FUTURE PUMP
.
· .. ·.········ .. ·.·.·.•· .. ·· .. ·.·.·.·.·.··········.·.·.·.·.·.·.·.·.··.· .. ·.·.·.',':,,; .... ·.·_·.·.····.· .. '::,,,.·.·.·.·········· ·····.·.·.· .. ·.·.·.·.·.·.·.·.·.·.·.·.·.·.·.·.·.·.·.·.·.·.·.·.·.·.·.··.·.·.·.·.·.·.··.·.·.·.·.·.········· .......... ·············~!.YPJ \ . '
·--------------------·-r··----------r· --------------------·----------------------·······------------········-----············-----·······-··--------~----
·············J·········· .. L· ········ ···············•··························· ·············•··•·······································'···········l····
30' HPD 126)
SEE SHEET C-6
FOR CONTINUATION
PIPE ENCASEMENT
(TYP)
4' PD 1161
SEE SHEET C-6
FOR CONTINUATION
✓--e PRESSURE GAUGE
84'AVAR
W / 4' BLIND FLANGE
FL0\11 SWITCH
(TYP)
VERTICAL PUMP
MOUNTING BASE
<TYP>
1 0 .,
0 L ~ :g
LSL-001 LOW
====================================================='~~L=====================~W~A~T!ER~C~U~T~-O!F:F~:z:====== ············
~ ! iii " ~-.. " ~ j ;;:
RECYCLE WATER PUMP STATION PLAN
:8 !~f====~l========⇒r-======t~============================================:.i~]-scill~1-:~~f~~J:::~:;:;:::1ua;~~~-:;::;-----------r-:::--------------;;:;;;;::T----------------------r----------l-~~~!~~j~~:~~~~~
~ t--t-1::,-:.5~.o::3-J::SJ-:M-:-,-----,CON--F-ORM_E_D _____ _j
SCALE WARNf,IG
0 ½ DESIGNED G. TEY «I)) Pasadena,
L.... I 42617 ,,a,o EFFLUENT EQUALIZATION FACILITIES
M. SKINNER MWH California ENCINA WASTEWATER AUTHORITY
SHEET
¾' = 1'·0' IF THIS BAR DOES DRAWN D. MASON LICENSE NO. DATE AND 4M-I
REV DA TE BY DESCRIPTION
NOT MEASURE I' ~ THEN DRAWING IS 40228 CARLSBAD MUNICIPAL WATER DISTRICT RWPS -PLAN
NOT TO SCALE CHECKED R. GONZALEZ LICENSE NO.
1: i i: ., ., ::,
:g
~ ~·--
9'-2' 11'-B'
APPROX GRADE 169.5 TOS EL 170.00
H,a§..IW,W~//4-v/,1,&:/~
RIGID TYPE
~--~ P-B922-D03
2' AVAR <TYP)
VERTICAL PUMP
MOUNTING BASE
LSL-00I LOW
WATER CUT-OFF
S7 HWL EL 168.00
30' HPD (26)
SEE SHEET C-I0 FOR CONTINUATION
----------+-r----+--.l;f+~----~----P.J---i--MECHANICAL
:
0
:oL:N'.~~j~tLATIII ~
4' PD <Ill
e PIP SUPPO T
WIT STRAP[ (TY l
8 FL NGE DI
Pl E THIMBI E
---------~~j__j__-i
FLANGE DI PIPE THIMBLE
PIPE
ENCASEMENT
4'GATE VALVE-------
l~~:1~~fr~ c-~,..-··-·--·--· -.... - - - -·-- -- -- - - -·--_ .. _ -· -· --· - - --·--- -- -·-· -· -·--, ....
FOR CONTINUATION - - --· - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -----·:-·
SECTION
SCALE WARNING G, TEY
! !
PIP SUPPORT WITH U-BOL T SP CING EV RY 6 FT
LWL EL 43.00
i t ] FL EL VARIES FROM 135.23 TO 134.17 SEE STR DRAWINGS
; "i"
~r--t--t--t-----------l
~f;=i~'.::~'.1:P'.:~~======::~~~~~~========j DESCRIPTION
¾'= 1·-0·
0 ½ L;
IF THIS BAR DOES NOT MEASURE r THEN DRAWING IS
DESIGNED
M. SKINNER
DRAWN D. MASON
CHECKED R.
__ ◄2~6_17 __ ~
LICENSE NO. DATE
◄0228 L/,-.~ -~L,c=E=Ns=E_N_O_. -~
9MWH
Pasadena,
California
NOT TO SCALE
ENCINA WASTEWATER AUTHORITY
AND
CARLSBAD MUNICIPAL WATER DISTRICT
EFFLUENT EQ\JALIZA TION FACLITIES
RWPS -SECTIONS
SHEET
4M-2