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