Loading...
HomeMy WebLinkAboutVaughan's Industrial Repair Inc; 2015-02-19; PWM15-56UTILPWMlS-SeUTIL CARLSBAD MUNICIPAL WATER DISTRICT MINOR PUBLIC WORKS CONTRACT REPAIR OF SPLIT CASE PUMP #2 AT CALAVERA PUMP STATION This agreement is made on the / Tr^as of ?^£'A/^///^/^. 2015, by the Carlsbad Municipal Water District, a Public Agency organized under the Muniapal></ater Act of 1911, and a Subsidiary District of the City of Carlsbad, hereinafter referred to as "CMWD", and Vaughan's Industrial Repair Co., 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: Eric Sanders (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. The contractor to whom the contract is awarded 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 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 Govemment 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 ofthe truth or falsity ofthe 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. REPAIR OF SPLIT CASE PUMP #2 AT Page 1 of 5 General Counsel Approved 7/23/14 LAKE CALAVERA DAM PWM15-56UTIL 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 the City of Carlsbad to disqualify the Contractor or subcpntractor from participating in contract bidding. Signature: Print Name: /^/^^/v/ 77 j^U^k^Ltt 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 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 Califomia by the Insurance Commissioner. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less 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 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 and the City of Carlsbad as additional insured. 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 and employees, 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 a Purchase Order. Completion: Contractor agrees to complete work within thirty (30) working days after receipt of a Purchase Order. REPAIR OF SPLIT CASE PUMP #2 AT Page 2 of 5 General Counsel/i^pproved 7/23/14 LAKE CALAVERA DAM PWM15-56UTIL CONTRACTOR'S INFORMATION. VAUGHAN'S INDUSTRIAL REPAIR CO., INC. (name of Contractor) 535078 (Contractor's license number) D-21 / MACHINERY AND PUMPS (license class, and exp. date) EXP. 7/31/16 16224 GARFIELD AVENUE (street address) PARAMOUNT, CA 90723 (city/state/zip) 562 633 2660 (telephone no.) 562 633 1504 (fax no.) iack@virc1 .com (e-mail address) 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 Califomia corporation CARLSBAD MUNICIPAL WATER DISTRICT By: By: (sign here) Keven T. Vaughan / Vice President (print name/title) Acciotant EKoounwaWQnQgor.^ei ^Wdnagor, Doputy Exooutivo Manager af Division Director as authorized by the Executive Manager Patrick Thomas (sign hen David Newton / Treasurer (print name/title) If required by CMWD, 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 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 REPAIR OF SPLIT CASE PUMP #2 AT Page 3 of 5 LAKE CALAVERA DAM General Counsel Approved 7/23/14 PWM15-56UTIL 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 be Subcontracted Business Name and Address License No., Classification & Expiration Date %of Total Contract Total % Subcontracted: O REPAIR OF SPLIT CASE PUMP #2 AT Page 4 of 5 LAKE CALAVERA DAM General Counsel Approved 7/23/14 PWM15-56UTIL EXHIBIT B (ENTER SCOPE OF WORK, SPECIFICATIONS, CONTRACTOR'S PROPOSAL, ETC.) JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 Ea 1 Repair Aurora 8X8X1 IB Horizontal Split Case Pump at Calavera Pump Station per the attached quote dated 1/9/2015 $11,610.00 TOTAL* $11,610.00 'Includes taxes, fee's, expenses and all other costs. REPAIR OF SPLIT CASE PUMP #2 AT Page 5 of 5 LAKE CALAVERA DAM General Counsel Approved 7/23/14 leck A License - License Detail - Contractors State License Board Page 1 ol Contractor's License Detail for License # 535078 HSCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this iformation, you should be aware of the following limitations. Business Information VAUGHAN'S INDUSTRIAL REPAIR INC PO BOX 1898 PARAMOUNT, CA 90723 Business Phone Number:(562) 633-2660 Entity Corporation Issue Date 07/14/1988 Expire Date 07/31/2016 License Status jf his license is current and active. jAII Information below should be reviewed. •21 - MACHINERY AND PUMPS Classifications Bonding Information Contractor's Bond This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. iBond Number: SC6066590 iBond Amount: $12,500 feffective Date: 03/02/2009 jContractor's Bond History Bond of Qualifying Individual {the Responsible Managing Officer (RMO) VAUGHAN THOMAS FRANKLIN certified that he/she owns 10 percenTor more of the Voting stock/equity ofthe corporation. A bond of qualifying individual is not required. Effective Date: 07/14/1988 Workers' Compensation This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND iPolicy Number:6663302 lEffective Date: 11/01/2013 lExpire Date: 11/01/2015 iWorkers' Compensation History .ps://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=535078 1/29/20 Vaughan's Industrial Repair Co., Inc. Ph. (562) 633-2660 Fax. (562^ 633-1504 Mailing Address: Street Address: P.O. Box 1898 16224 Garfield Ave. Paramount, CA 90723-1898 Paramount, CA 90723 City of Carlsbad, Public Works 5950 El Camino Real Carlsbad, CA 92008 January 9, 2015 Attn: Tom Pagakis RE: Aurora 8X8X1 IB Horizontal Split Case Pump #2 from Calavera, Dear Tom, The following is our quotation to repair your Aurora horizontal split case pump after completed disassembly and inspection. Scope of work: S/N 88-12737-1 1. Lock and tag out electrical equipment, verify hydraulic isolation of pumping equipment. 2. VIRC personnel will disconnect shaft coupling, case flanges and casing base bolts. 3. Remove entire pump and transport to VIRC repair facility. 4. Disassemble, clean, inspect and advise. 5. Fabricate new pump shaft from 416 SS material. 6. Machine sleeve retaining nuts and seal stationary element housings minimum clean. (Eroded) 7. Trim impeller wear rings minimum clean and fabricate new case rings. 8. Sandblast casing and apply 2-part epoxy coating to interior wetted areas. 9. Dynamically balance impeller and shaft assembly. 10. Assemble pump with new bearings, seals and case gasket; Hydrotest for leaks. 11. Transport pump to customer site, install, laser align to driver and test run. VIRC will supply transportation services as required. Your cost to perform the above scope of work is as follows Materials 2285.00 Labor 9326.00 (Includes shop and field labor) Total $ 11610.00 -f applicable sales tax Repairs can be completed in 1-2 weeks A.R.O. Sincerely, Service Representative