Loading...
HomeMy WebLinkAboutVaughn Irrigation Services; 2009-06-18;City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID Project Manager Date Issued: (760) Request For Bid No.:_ Mail To: CLOSING DATE: Purchasing Department Bid shall be deposited in the Bid Box located City of Carlsbad in the first floor lobby of the Faraday Center 1 635 Faraday Avenue located at 1636 Faraday Avenue, Carlsbad, Carlsbad, California 92008-7314 CA 92008 until 1:00 p.m. on the day of Bid Award will be made to the lowest responsive, responsible contractor based on total price. Please use typewriter or black ink. Envelope MUST include Request For Bid No. DESCRIPTION Labor, materials and equipment to Install 2 Pressure Control Valves at Stagecoach Community Park, as specified in Exhibit A No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Paul Harrison Phone No. (760) 434-2922 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 ( ). 2 ( ). 3 ( ). A ( ). 5 ( -4r SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Vaughn Irrigation Services. Inc. (760) 747-0353 Name Telephone P.O. Box460037 (760)747-5215 Address Fax Escondido. CA 92046 Davidd.vaughn@sbcglobal.net City/State/Zip E-Mail Address -1- Revised 03/13/02 Name and Title of Persort Authorized to sign signature Title Name Date JOB QUOTATION ITEM NO. 1 UNIT 1 QTY DESCRIPTION Pressure Regulator Valve Installation TOTAL PRICE $23,739.00 Quote Lump Sum, including all applicable taxes. Award is by total price. Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening, unless otherwise stipulated by the City of Carlsbad. Award will be made by the Purchasing Officer to the lowest, responsive, responsible contractor. The City reserves 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 conflict between unit price and extended price, the unit price will prevail unless 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 City reserves 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 City as to the Contractor's ability to perform the contract shall be conclusive. SUBMITTED BY: Vaughn Irrigation Services. >nc. Compaju^/Business Name/ CA 627278 \A — Authorized Signature ~&&\j}("s LX A/CLua! Printed Name and Titled Contractor's License Number C27 Landscaping _ Classification(s) August 31. 2009 _ Expiration Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 33-7 OR (Individuals) Social Security #: -2-Revised 03/13/02 DESIGNATION OF SUBCONTRACTORS 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 work in excess of one-half of one percent of the total bid, and the portion of the work which will 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 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." PORTION OF WORK TO BE SUBCONTRACTED Item No. Description of Work SUBCONTRACTOR* % of Total Contract Business Name and Address AJOA^ License No., Classification & Expiration Date MBE Yes No Total % Subcontracted: * Indicate Minority Business Enterprise (MBE) of subcontractor. -3-Revised 03/13/02 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT (Less than $25,000) Labor: I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances governing labor, including paying the general prevailing rate of wages for each craft or type of worker needed to execute the contract. Guarantee: I guarantee all labor and materials furnished and agree to complete work in accordance with directions and subject to inspection approval and acceptance by: Paul Harrison (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 in 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 Contract hereby agrees that any contract claim submitted to the City 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 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 City of Carlsbad to disqualify the Contractor or subcoptragtor from participating in contract bidding. Signature:\ » ___^^ i / I Print Name: £>CJ(J\C*. Q>. \Jd\jj& IA -4- Revised 03/13/02 Commercial General Liability, Automobile Liability and Workers' Compensation Insurance: The successful contractor shall provide to the City of Carlsbad, 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 the City 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 California 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 clause providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name 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 the City, 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 hearth; 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 the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. -5- Revised 03/13/02 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: I agree to start within 5 working days after receipt of Notice to Proceed. Completion: I agree to complete work within 3^ working days after receipt of Notice to Pr CONTRACTOR: luuumau gme of C ct (print name and title) 0 . \JG\jj*h\v\6> s (telephone no.) ATTEST: (address) (city/state/zip)LORRAINE M City Cterk (telephone no.) (fax no.) v/aui f r . C.OYYL (e-mail address) (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. Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officers) signing to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL, City Attorney BY: Deputy City~Attorney -6-Revised 03/13/02 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of I On 3uv\&. S 2bQc) before me, CA\c\.s-V*'wf Date Here Insert Name and Title of the Officer personally appeared ~Tie.Te.sa A . Vct\AqV^ O^woC \D(X\J \d. T) . VcLu^J Name(s) of Signer(s)i y\ _-> — -^-.^ CHRISTINE K. CAZIER NOTARY PUBLIC .CALIFORNIA i(COMMISSION JM7S7M8 | SAN DIEGO COUNTY who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)je/are subscribed to the within instrument and acknowledged to me that be/she/they executed the same in his/her/their authorized capacity(ies), and that by-Ms/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Place Notary Seal Above WITNESS my hand and official seal. Signature. OPTIONAL Signature of Notaj/'Public Though the information below /s not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Number of Pages:. Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing:. RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 -Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1-800-876-6827 EXHIBIT A VAUGHN IRRIGATION SERVICES, INC. PROPOSAL -7- Revised 03/13/02 05/29/2009 16:46 FAX 780 747 5215 VAIGHN IRRIGATION VAUGHN IRRIGATION SERVICES, INC. LIC #C27-«27278 PO BOX 460037 ESCONDIDO, CA 92046-0037 PH (760)747-0353 FAX (760) 747-5215 PROPOSAL AND ACCEPTANCE PROPOSAL SUBMITTED TOCity of Carlsbad, Parks & Recreation STREET 1166 Carlsbad Village Drive CITY. STATE AND ZIP CODE Carlsbad, CA 92008 ATTN Paul Meadows PHONE DATE 760-434-2857 5/29/2009 JOB NAME Recycled water pressure regulation valves JOB LOCATION Stagecoach Park We hereby submit specifications and estimates for Design and installation of two 3" recycled water pressure control stations utilizing ductile iron piping and fitting as described in e-mail transmittal to Paul Meadows, Parks Supervisor dated 5-27-09. Pressure station set potnt to be determined by city staff and not in excess of service pressure. Ail site work estimated to require approximately 30 working days. Water service interruption to irrigation estimated to be 3-5 working days. This quote does not irvclude optional basket strainer assemblies We propose hereby to furnish material and labor-complete in accordance with above specifications, for the sum of: Not to exceed: Twenty-one thousand one hundred seventy-nine and xxHOD dollars $21,179.00 Payment to be made as follows: 100% due upon completion of work. AH material is guaranteed to be as specified All work to bo completed in a workmantihfi manner Author! aoeonJmg to standard practices. Any alteration or deviation from above specifications involving Signature extra costs writ be executed oniy upon written orders, and wilt become 0n extra crtarge over and above the estimate. All agreements contingent upon strikes, accidents or delays beyond our Note: This proposal may be control Owner to carry fire, tornado and other necessary insurance. Our workers are fully withdrawn by US if not accepted covered by workmen's Compensation insurance within 10 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 Signature Payment will be made as outlined above Date of Acceptance 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. OS, 29/2009 16:46 FAX 760 747 5215 VAUGHN IRRIGATION rage 1 or 3 David D. Vaughn From: David D.Vaughn [davidd.vaughn@sbcgtobal.net] Sent: Wednesday, May 27, 2009 10:36 PM To: 'Paui Meadows' Cc: 'David D.Vaughn'; vauirr@aol.com Subject: RE Stagecoach Park Pressure Reducing Valve installations Paul, I met with Jim Ryiander of Oiivenhain Water District and we discussed the project details for the installation of the 3'! Hydraulic Pressure Control Valves and the related items for the (2) 3" Recycled Water connections at Stage Coach Park. I explained to Jim the basic assembly design that would be included with the new 3" valve and piping assemblies. These key items are as follows; • 3" Cla Valve Pressure Control Valve with the following options for recycled water use; epoxy coating inside and out, stainless internal valve trim, wye strainer for pilot controls, pilot controls isolation valves, self cleaning main varve stem, stainless steel bonnet bolts, and brass body plugs. • 1/i" Cla Valve # 55F Pressure Relief Valve assembly with isolation valve and brass piping and fittings • 3" NRS/RW "Tapped" gate valve with tapped port outfitted with brass valve and related for recycled water site testing. » 2 Yi" Pressure gauge stainless steel & oil filled @ 0-200psi • Ductile Iron piping and fittings cement lined, with stainless steel flange bolts below grade, and standard plated flange bolts above grade • Pipe support stands as necessary, with base anchors installed to prevent movement. • 3" x 24" ductile iron & lined flange spool section installed for future installation of basket strainer assembly if required. • Concrete thrust blocks below grade at base of risers and above grade concrete area pad as necessary • Connection to the existing PVC piping below grade and beyond the end of the special oversized piping sleeve at the upper POC. • Connection to the existing backflow outlet gate valve after removal of the brass riser, and connection to the existing PVC piping below grade as necessary at the lower POC. • Installation of a basic sump type drain to collect minor discharges of water from the Pressure Relief Valve due to quick closing irrigation valves. • Equipment installation documentation and photographs with informal installation review prior to backfilling of area to confirm no cross connections have been made between recycled water and any local potable piping systems. • Painting of all new recycled water piping and equipment with "Safety Purple" to indicate the piping has "Recycled Water" inside. As you can see there is a bit more to this project than we briefly discussed. I have indicated the Stainless Steel basket strainer assembly that we discussed as an optional item due to the project costs This item can be added now, or later on if needed, by simply removing the 3" x 24" piping spool section indicated above. 5/29/2009 05/29/2009 16:47 FAX 760 747 5215 VAUGHN IRRIGATION @004Page 2 of 3 The following is the estimated project costs to install the (2) 3" pressure control valves and the related items indicated above for both of the "Recycled Water" connections at Stage Coach Park. Labor $ 7,600,00 (80hrs@ $ 95.00/hr) includes engineering and design, equipment installation and start up, etc. Materials $ 10,160.00 (Materials indicated above is not a complete list of items needed.) Ca. Sales Tax $ 889.00 ($10,160x8.75%) Equipment $ 2530.00 (Rental equipment as necessary with transport, tax fuel etc.) Total $ 21 ,179.00 (Total project estimated cost.) "Optional" 3" Stainless Steel Basket Strainer assembly with (2) 3" x 6" flanged ductile iron cement lined spools, gaskets, bolts and nuts, & blow off valve assembly for flush down and cleaning of strainer. Materials $1,987.00 Ca Sales Tax $ 174.00 Total 52,161 00 per location ( 2 locations at this site) There would be no additional labor involved if you wish to have this "Optional" basket strainer assembly installed at this time when completing the basic assembly work included in this information. The cost of the 3" x 24" ductile Iron flanged spool would then be deducted as it is not needed. This work is to be completed as a "Cost Plus" or "T & M" type project so if there is any cost savings realized in completion of this work it is also passed on to the City of Carlsbad, thus reducing the overall project costs I have expensed approximately 8-12 hours for this project as of this date to compile the engineering data as I had discussed with Jim Rylander of Olivenhain Water District. This information also has allowed for the development of this project cost estimate, and to provide the required mark out of the work area in order to allow the local utilities to locate and indicate any sub-grade conflicts that may occur in the area of work. We have received a "City of Carlsbad" Purchase Order for the "NTE" amount of $ 10.000.00 as of this date for this project, Please update your "City of Carlsbad" Purchase Order to reflect the indicated costs shown above. I will be out of the office on Thursday May 28m, so please contact me via my cell # at (619) 719-3470 should you have any questions. Sincerely — -. ^"~~\r David D Vaughn, President Vaughn Irrigation Services Inc Escondido, Ca. (760) 747-0353 - Office 5/29/2009 08/03/2009 13:39 FAX 760 747 5215 VAUGHN IRRIGATION ©001 Mall To: P O Box 460037 Escon<feto. Ca. 92046-0037 (760) 747-0353 -Offiw (760) 747-5215-Pax 6 Mail: davJdd.vauglinQBbcglotel.nBt C*. Contractor Uc*fne »• 627278 Vaughn Irrigation Services Inc. Tbc Paul Harrison, @ the City of Carlsbad fnm: David D Vaughn, President fmx (760)434-7185 (760) B02-7753 June 3, 2009 Revised Proposal to reflect "Prevailing CCs Wage" requirements D Urgent X for ftevfew D Pteaca Oommwit X Ptomn D We*»» IteaycO l This new proposal is me information that has been updated to reflect the requirement of the payment of "Prevailing Wage" for any labor time expensed at the ste, as per the received contract documents. Please note the change is to the previously submitted cost information dated May 27, 2009 and submitted to Paul Meadows via e-mail This change is as follows; "Estimated Labor including update for payment of'Prevailing Wage" = $ 10,160.00 Estimated Labor required for the completion of this project is approximately SOHrs total. Prevailing Wage Costs calculations: BOhrs x 80% - 64hrs on site @ $ 135 OO/ mhr or (64 x $ 135/mhr = $ 8,640.00) SOhrs - 80% = 16hrs off ste @ $ 95.00/ mhr or (16 x $ 95.00/mhf = $ 1,520.00) Please amend your contract documents to reflect the updated proposal amount of S 23,739 00. Sincerely, David D Vaughn, President 06/03/2009 13:39 FAX 760 747 5215 VAfGHN IRRIGATION 12)002 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 PROPOSAL SUBMITTED TO City of Carlsbad, Parks & Recreation STREET 1166 Carlsbad Village Drive CITY, STATE AND ZIP CODE Carlsbad, CA 92008 ATTN Paul Meadows DATE 6/3/2009 PHONE 760-4342857 JOB NAME Recycled water pressure regulation valves JOB LOCATION Stagecoach Park We hereby Submit specifications and •climates for: Design and installation of two 3" recycled water pressure control stations utilizing ductile iron piping and fitting as described in e-mail transmittal to Paul Meadows, Parks Supervisor dated 5-27-09 Pressure station set point to be determined by city staff and not in excess of service pressure. All site work estimated to require approximately 30 working days Water service interruption to irrigation estimated to be 3-5 working days. This quote does not include optional basket strainer assemblies This proposal dated 06-03-09 cancels and replaces the previous proposal date 05-29-09. This proposal has been updated to include amounts for prevailing wage as required for all labor time expensed at the site We propose hereby to furnish material and labor-complete in accordance with above specifications, for the sum of: Not to exceed Twenty-three thousand seven hundred thirty-nine and xx/100 dollars $23,739.00 Payment to be made as follows: 100% due upon completion of work. All material is guaranteed to be as specified All work to be completed in a workmanlike 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 strikes, accidents or delays beyond our Note: This proposal may be control Owner to carry flre, tornado ana other necessary insurance Our workers are fully Withdrawn by US if not accepted covered by Workmen's Compensation Insurance. within 3 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 Signature Date of Acceptance?""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