HomeMy WebLinkAboutVaughan's Industrial Repair Co Inc; 2012-05-10;Carlsbad Municipal Water District
MINOR PUBLIC WORKS PROJECT
Project Manager: Jase Warner
(760) 438-2722
Mail or Deliver to:
Carlsbad Municipal Water District
5950 El Camino Real
Carlsbad, CA 92008
Date Issued:
Please use typewriter or black ink.
DESCRIPTION
Labor, materials and equipment to install cartridge type seals in the Floway pumps for Twin D Pump
Station per the quote dated April 9, 2012.
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Jase Warner
Phone No. 760-438-2722
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
Vaughan's Industrial Repair Co., Inc.
Name
16224 Garfield Ave
Address
Paramount, CA 90723
City/State/Zip
562-633-2660x16
Telephone
Fax
Revised: 5/17/00
Name and Title of Person Authorized to sign
contracts^
^nature
Name
Title
Date
JOB QUOTATION
rTEM NO. UNrr QTY DESCRIPTION TOTAL PRICE
1 Ea 1 instailation of cartridge type seals in the (4)
Floway pumps at Twin D Pump Station
10,600.00
Quote Lump Sum, including ali appiicable taxes. Award is by total price.
Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after
opening, unless othenwise stipulated by the Carisbad Municipai Water District. Award will be made
by the Purchasing Officer to the lowest, responsive, responsible contractor. The District resen/es the
right to reject any or all bids and to accept or reject any item(s) therein or waive any informality in the
bid. in the event of a confiict between unit price and extended price, the unit price wiii prevail uniess
price is so obviously unreasonable as to indicate an error, in that event, the bid will be rejected as
non-responsive for the reason of the inability to determine the intended bid. The District resen/es the
right to conduct a pre-award inquiry to determine the contractor's ability to perform, including but not
limited to facilities, financial responsibility, materials/supplies and past performance. The
determination of the District as to the Contractor's abiiity to perform the contract shall be conclusive.
SUBMITTED BY:
VAUGHAN'S INDUSTRIAL REPAIR. INC
Company/Business Name
iorized Signature^
Printed Name and Title
m Date
535078
Contractor's License Number
C-61/D-21
Classification(s)
7-31-2012
Expiration Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax i.D.#: ^95-3210482_
OR
(Individuals) Social Security #:
-2-Revised: 5/17/00
DESIGNATION OF SUBCONTRACTORS
Set forth below is the full name and location of the piace of business of each sub-contractor whom
the contractor proposes to subcontract portions of the work in excess of one-half of one percent of
the total bid, and the portion of the work which wili be done by each sub-contractor for each
subcontract.
NOTE: The contractor understands that if he fails to specify a sub-contractor for any portion of the
work 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
the public emergency or necessity, and then only after a finding, reduced in writing as a
pubiic 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 sub)contractors are to be employed on the project, enter the word "NONE."
PORTION OFWORK
TO BE
SUBCONTRACTED SUBCONTRACTOR* MBE
Item
No.
Description of
Work
% of Total
Contract Business Name and Address
License No.,
Classification
& Expiration
Date Yes No
N/A
Total % Subcontracted: 0
Indicate Minority Business Enterprise (MBE) of subcontractor.
-3 Revised: 5/17/00
CARLSBAD MUNICIPAL WATER DISTRiCT
MINOR PUBLIC WORKS CONTRACT
(Less than $25,000)
Labor:
1 propose to employ only skilled workers and to abide by all State and City of Carisbad Ordinances
governing labor, inciuding paying the general prevailing rate of wages for each craft or type of worker
needed to execute the contracL
Guarantee:
I guarantee ali labor and materiais furnished and agree to complete work in accordance with
directions and subject to inspection approval and acceptance by: Jase Warner
(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 industriai Relations pursuant to Sections 1770,1773
and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a cun-ent copy of the
applicable wage rates is on file in the Office of the City Engineer. The contractor to whom the
contract is awarded shaii not pay iess than the said specified prevailing rates of wages to all workers
employed by him or her in execution of the contract.
False Claims
Contract hereby agrees that any contract claim submitted to the District 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 Califomia 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 delit>erate 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 be subject to 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 the Carisbad Municipal Water District to disqualify the Contractor or sub)Contractor from
participating in contract bidding.
Signature:
Print Name:
-4- Revised: 5/17/00
Commercial General Liability, Automobile Liability and Woricers' Compensation Insurance:
The successful contractor shall provide to the Carisbad Municipai Water District, 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 Califomia insurance
Commission. The certificates shail indicate coverage during the period of the contract and must be
furnished to the District prior to the start of work. The minimum limits of liability Insurance are to be
placed with insurers that have: (1) a rating in the most recent Best's Key Rating Guide of at least
A-:V and (2) are admitted and authorized to transact the business of insurance in the State of
Caiifomia by the insurance Commissioner.
Commercial General Liability Insurance of Injuries including accidental death, to any one person in
an amount not iess than $500,000
Subject to the same limit for each person on account of one accident in an amount not less than
$500,000
Property damage insurance in an amount of not less than $100,000
Automobile Liability Insurance in the amount of $100,000 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 iimited in any manner.
The above policies shall have non-cancellation clause providing that thirty (30) days written notice
shall be given to the District prior to such cancellation.
The policies shali name the Carisbad Municipal Water District as additional insured.
Indemnity:
The Contractor shail assume the defense of, pay all expenses of defense, and indemnify and hold
harmless the City and the District, and its officers and empioyees, from ali claims, loss, damage,
injury and liabiiity of every kind, nature and description, directiy or indirectly arising from or in
connection with the performance of the Contract or work; or from any faiiure or alleged failure of
Contractor to comply with any applicable law, rules or regulations inciuding 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 indirectiy from the nature of the work covered by the Contract, except
for ioss or damage caused by the soie or active negligence or wliifui misconduct of the Crty or the
District. The expenses of defense include all costs and expenses including attorneys' fees for
litigation, arbitration, or other dispute resolution method.
Revised: 5/17/00
Jurisdiction:
The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of
any disputes between the parties arising out ofthis agreement is San Diego County, Califomia.
I agree to start within 14 working days after issuance of a Purchase Order.
i agree to compiete work within 90 working days after receipt of Notice to Proceed.
Start Work:
Compietion:
CONTRACTOR:
VAUGHANS INDUSTRIAL REPAIR. INC
(namejjf Contractor)
-7 /^^^—
CARLSBAD MUNICIPAL WATER DiSTRiCT,
a Public Agency organized under the Municipal
Water Act of 1911, and a Subsidiary District of
the City of Carisbad
. (sign here)
(print name and title)
(e-mail address)
ier^ni( / Manager
By:^
(address)
(telephone no.)
ATTEST:
(sign here) ^
(print name and title)
p/L.:j A/4) vipc ± . /^rowi
(e-mail address)
(address)
(city/state/zip)
(telephone no.)
(fax no.)
(Proper notarial acknowiedgment of execution by Contractor must be attached.
LORRAINE M. WOOD
Secretary
Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer
must sign for corporations. 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:
RONALD R. BALL, City Attorney
BY:
Deputy City Attomey \
-6-Revised: 5/17/00
•I Vaughan's Industrial Repair Co., Inc.
Ph. (562^ 633-2660 Fax. (562^ 633-1504
Muling Address: Street Address:
P.O. Box 1898 16224 Garfield Ave.
Paramount, CA 90723-1898 Paramount, CA 90723
City ofCarlsbad, Public Works
5950 El Camino Real
Carlsbad, CA 92008
April 9, 2012
Attn: Tom Pagakis
RE: AES Cartridge Seal Conversion for Twin D Pump Station
Dear Tom,
The follov/ing is our quotation to install cartridge type seals in the Flow^ay pumps referenced
above.
Scope of work: *
1. VIRC personnel will arrive on site and verify proper isolation of equipment.
2. Uncouple motor from pump and remove upper shaft.
3. Remove (1) existing seal housing and transport to VIRC repair center.
4. Fabricate (4) seal adaptor plates from SS material.
5. Supply (4) new AES cartridge seal assemblies.
6. Retum to site and install new adaptor plates and mechanical seals.
7. Test run and verify proper operation.
*City of Carlsbad to personnel to isolate pumps for service.
Your cost to perform the above scope of work is as follows:
Material 4440.00
Labor 6160.00
Total $ 10600.00 + applicable sales tax
The above quotation is valid for 60 days from date of letter.
If you have any questions, please do not hesitate to call.
Sincerely,
Service Representative