HomeMy WebLinkAboutVaughn Irrigation Services Inc; 2014-12-17; PKRC542Traclcing #:
CITY OF CARLSBAD
PUBLIC WORKS LETTER OF AGREEMENT
Pump and Motor Replacement at La Costa Heights Elementary School (PKRC542)
This letter will serve as an agreement between Vaughn Irrigation Services, Inc., an irrigation company
(Contractor) and the City of Carlsbad (City). The Contractor will provide all equipment, material and labor
necessary to remove one existing G&L stainless steel irrigation pump and 10hp motor assembly and install
new G&L stainless irrigation pump and 10hp motor assembly, per the Contractor's proposal dated October
30, 2014 and City specifications, for a sum not to exceed Three Thousand One Hundred Sixty-Six dollars
($)3,166. This work is to be completed within 20 working days after issuance of a Purchase Order.
ADDITIONAL REQUIREMENTS
1. City of Carlsbad Business License
2. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold
harmless the City, and its agents, 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 this Contract or work; or from any failure or alleged failure of the contractor to comply
with any applicable law, rules or regulations including those relating to safety and health; except for
loss or damage which was caused solely by the active negligence of the City; and from any and all
claims, loss, damage, injury and liability, howsoever the same may be caused, resulting directly or
indirectly from the nature of the work covered by this Contract, unless the loss or damage was caused
solely by the active negligence of the City. The expenses of defense include all costs and expenses,
including attorney's fees for litigation, arbitration, or other dispute resolution method.
3. Contractor shall furnish policies of general liability insurance, automobile liability insurance and a
combined policy of workers compensation and employers liability in an insurable amount of not less
than five hundred thousand dollars ($500,000) each, unless a lower amount is approved by the Risk
Manager or the City Manager. Said policies shall name the City of Carlsbad as a co-insured or
additional insured. Insurance is 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 California by the Insurance Commissioner. Proof of all such insurance shall
be given by filing certificates of insurance with contracting department prior to the signing of the contract
by the City.
4. The Contractor shall be aware of and comply with all Federal, State, County and City Statues,
Ordinances and Regulations, including Workers Compensation laws (Division 4, California Labor Code)
and the "Immigration Reform and Control Act of 1986" (8USC, Sections 1101 through 1525), to include
but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and
consultants that are included in this Contract.
5. The Contractor shall be aware of and comply with California Regional Water Quality Control Board,
San Diego Region requirements.
A. Contractor shall not allow any discharges from the construction site, which may have an adverse
effect on receiving waters of the United States.
Contractor shall not allow any groundwater extraction water to be discharged from construction site
except in full compliance with the General Waste Discharge Requirements for Ground Water
Extraction and Similar Discharges from Construction and Remediation Projects (Order No. 96-41)
adopted by the Regional Board. Prior to submitting Bid, Contractor shall obtain a copy of said
Order No. 96-41 and review all compliance requirements therein, including monitoring, testing, and
reporting.
B. In the event of conflict between the Contract and Permit requirements, the most stringent shall
prevail. All permit requirements shall be satisfied by Contractor and accepted by all issuing
agencies, and the Owner before project will be accepted and a Notice of Completion filed.
Pump & Motor Replacement at La Costa
Elementary School (Pkrc529) -i- CityAttorney Approved 6/18/13
Tracking #:
C. Contractor shall, at his own expense, procure any additional permits, certificates, and licenses
required of him by law for the execution of the work. He shall comply with all Federal, State and
local laws, ordinances or rules and regulations relating to the performance of said work.
E. The Contractor shall incorporate and comply with all applicable Best Management Practices
(BMPs) during the completion of this agreement. All work must be in compliance with the most
current San Diego Regional Water Quality Control Board (RWQCB) permit, Carlsbad Municipal
code and the City of Carlsbad Jurisdictional Urban Runoff Management Plan (JURMP)
incorporated herein by reference.
F. The Contractor shall indicate in his submittals methods of compliance, equipment utilized to Insure
compliance, training of staff and experience in compliance with environmental regulations. If In the
opinion of the project manager, the Contractor is not in compliance with this provision CITY
reserves the rights to implement BMP's to the maximum extent practical, and deduct payment due
or back charge the Contractor for implementation with a 15% markup for administration and
overhead.
6. The Contractor may be subject to civil penalties for the filing of false claims as set forth in the California
False Claims Act, Goj^emmeni Code sections 12650, et seg.. and Carlsbad Municipal Code Sections
3.32.025, et sea. -/-X^ (/ init <Pt\l init
7. The Contractor hereby acknowledges that debarment by another jurisdictloilis arovmds for the City of
Carlsbad to disqualify the Contractor from participating in contract blddinsujfj^ (]/ init ^fVV init
8. 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, California.
9. 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. 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 the execution of the contract
10. City Contact: Paul Harrison 760-434-2953
Contractor Contact: Vaughn Irrigation Services, Inc. 760-747-0353
//
//
//
//
//
//
//
//
//
//
Pump & Motor Replacement at La Costa
Elementary School (Pkrc529) ~2~ CityAttorney Approved 6/18/13
CONTRACTOR
Vaugh Irrigation Services, Inc.
P.O. Box 460037
Escondido, CA 92046-0037
760-747-0353 Fax: 760-747-5215
Tracking #:
CITY OF CARLSBAD, a municipal corporation
of the State of California
(print name/(ipe)
By^
(sign here)
or, Doputy City Managor
•or Department Director
as authorized by the City Manager
Chris Hazeltine
(print name^ijle)
(Proper notarial acknowledgment of execution by Contractor must be attached.
Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must
sign for corporations. Othenwise, 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:
CELIAA. BREWER, CityAttorney
BY:
Assistant City Attorney \
Pump & Motor Replacement at La Costa
Elementary School (Pkrc529) - 3 City Attorney Approved 6/18/13
California All Purpose
Certificate of Acknowledgment
State of California
County of _^Q3D_Xii£^Q Ks
On h/afo/^M , beforeme, ^\<cVo\p. coY>\Qr t notary public, personally
Date (Here insert name and title of the officer)
appeared "Te-VP-.r. A. Vcvot^Vis \ T\v.viA D- ^Q^^^'livho proved to me on the basis of
satisfactory evidence to be the person)^ whose namefg is/^subscribed to the within instrument
and acknowledged to me that he/she/(tli9 executed the same in his/her/tOgiP authorized capacity^,
and that by his/her/ttieiPsignature(^ on the instrument the person<^, or the entity upon behalf of which
the persoii^) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of Califomia
that the foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature
Signature of Notary Public
OFFtCIALSEAL I M^iS:?2'^'''^'-C0NIERI J '^°'SSJ.?y?'pCALIFORNIAi COMM. Na 1991544 S .iv-SJf'P'^ COUNTY i MY COMM. EXP. SEPT. 17.20161
(Notary Seal)
Title or Type of Document_
Document Date
Name of Signer_
Title(s)
Signer is Representing:_
OPTIONAL SECTION
DESCRIPTION OF ATTACHED DOCUMENT
Number of Pages_
CAPACITY(IES) CLAIMED BY SIGNER
California Acknowledgment 909517.3553 www.Socalnotaryclasses.com
VAUGHN IRRIGATION SERVICES, INC.
LIC #C27-627278
PO BOX 460037
ESCONDIDO, CA 92046-0037
PH (760)747-0353 FAX (760) 747-5215
PROPOSAL AND ACCEPTANCE
PHONE
760-802-8306 10/30/2014
JOB NAME
Levante Park irrigation booster pump
JOB LOCATION
3035 Levante St. Carlsbaci, CA
PROPOSAL SUBMITTED TO
City of Carlsbad
STREET
1166 Carlsbad Village Drive
CrrY. STATE AND ZIP CODE
Carisbad, CA 92008-1907
ATTN:
Paul Meadows
We hereby submit specifications and estimates for:
1. Remove one existing G&L stainless steel irrigation pump and 10hp motor assembly.
2. install one new G&L stainless steel irngation pump ant lOhp motor assembly.
3. Disassemble, clean and install one new OEM Cla-Val service kit into the existing 2" Cla-Val main control valve and the
two existing Cla-Val pilot control valves.
4. Perform the start up of the new irrigation pump and the repaired pressure control valve equipment
Notes:
A. The new pump and motor assembly includes the new motor lead wiring between the new lOhp motor and the existing
motor power contactor assembly.
B. The indicated scope ofwork is understood to be completed with any on site labor being paid in accordance with local
prevailing wage requirements set by the state of California.
C. All work included in this proposal is estimated to be completed in 1-2 working days.
D. All old equipment items are to be removed from the site by Vaughn Inigation staff.
E. It is understood that the total job cost of $6332.00 is to be split 50/50 with the Encinitas Union School District with each
entity being invoiced $3166.00.
We propose hereby to furnish material and labor-complete in accordance with above specifications, for the sum of:
Three thousand one hundred sixty-six and xx/100 dollars $3,166.00
Payment to be made as follows: Due upon completion.
it is hereby agreed that any costs arising for collection of amount due. such as attorney fees, expenses and
court costs will be paid by customer. All delinquent amounts subject to Service Charge of 21 % per Annum
All material is guaranteed to be as specified. All worit to be completed in a worl<manlil<e manner Authorized
according to standard practices. Any alteration or deviation from above specifications involving Signature
extra costs will be executed only upon written orders, and will become an extra charge over and
above the estimate. All agreements contingent upon stril<es, accidents or delays beyond our
control. Owner to carry fire, tomado and other necessary insurance. Our workers are fully
covered by Workmen's Compensation Insurance.
Note: This proposal may be
withdrawn by us if not accepted
within 30 days.
Acceptance of Proposal
The above prices, specifications and conditions are satisfactory
and are hereby accepted. You are authorized to do the work as specified
Payment will be made as outlined above.
Date of Acceptance.
Signature
Signature
NOTICE TO OWNER: Contractors are required by law to be licensed and regulated by the contractors' state license
board. Any questions concerning a contractor may be referred to the registrar of the board whose address is:
Contractors License Board, PO Box 26000 Sacramento. CA 95826.