HomeMy WebLinkAboutVaughn's Industrial Repair Co; 2014-12-18; PWL15-49UTILPWL15-49UTIL
CARLSBAD MUNICIPAL WATER DISTRICT
PUBLIC WORKS LETTER OF AGREEMENT
AGREEMENT FOR REPLACEMENT OF THREE LEAKING
SEALS A T BRESSI POTABLE PUMP STA TION
This letter will serve as an agreement between Vaughan's Industrial Repair Co., Inc., a California
corporation (Contractor) and the Carlsbad Municipal Water District (District). The Contractor will provide all
equipment, material and labor necessary to replace the three (3) leaking seals on the BressI Potable Water
Pump Station, per the Contractor's proposal dated December 18, 2014, and the District specifications, for
a sum not to exceed three thousand two hundred thirty eight dollars ($3,238.00). This work is to be
completed within thirty (30) calendar] 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 of Carlsbad and the District, and their 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 District;
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 District. 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 Executive Manager of the District. Said policies shall name the City of Carlsbad and the District
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 District.
4. The Contractor shall be aware of and comply with all Federal, State, County and City Statutes,
Ordinances and Regulations, including Workers Compensation laws (Division 4, California Labor Code)
and the "Immigration Refomi 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 may be subject to civil penalties for the filing of false claims as set forth in the California
False Claims Act, GoyernmentCpde sections 12650, et seq., and Carlsbad Municipal Code Sections
3.32.025, etseq pj0n\t JJIyinit
6. The Contractor hereby acknowledges that debarment by another jurisdictlbn is grounds for the District
to disqualify the Contractor from participating in contract bidding. t/t^mXljv \n\\
7. 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.
REPLACEMENT OF SEALS AT -1- General Counsel Approved 6/18/13
BRESSI POTABLE PUMP STATION
PWL15-49UTIL
8. 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.
9. CMWD Contact: Eric Sanders. 760-438-2722 ext. 7151
Contractor Contact: Jack Wilber. 562-633-2660
CONTRACTOR
VAUGHAN'S INDUSTRIAL REPAIR CO.
INC., a California corporation
PO Box 1898, 16224 Garfield Ave.,
Paramount, CA 90723-1898
(562)-633-2660, (562) 633-1504
iack@virc1 .com
CARLSBAD MUNICIPAL WATER DISTRICT
5950 El Camino Real, Carlsbad, CA 92008
760-438-2722, 760-431-2658
eric. sanders@ca risbadca. gov
(sign here)
Keven T. Vaughan / Vice President
(print name/title)
Aosiotont E)(00utl>/G Monagor, Doputy
E)(ooutivo Manager m Division Director as
authorized by the Executive Manager
Patrick Thomas
By:
(^n here)
David Newton / Treasurer
(print name/title)
If required by CMWD, 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 officer(s) signing to bind the corporation.)
APPROVED AS TO FORM:
CELIA A. BREWER, General Counsel
BY:
REPLACEMENT OF SEALS AT
BRESSI POTABLE PUMP STATION
General Counsel Approved 6/18/13
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
iThls license Is current and active.
All information below should be reviewed.
Classifications
^..^^^^^^^^^^ PUMPS]
Bonding Information
Contractor's Bond
[This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY.
iBond Number: SC6066590
Bond Amount: $12,500
Effective Date: 03/02/2009
Contractor's Bond History
Bond of Qualifying Individual
The Responsible Managing Officer (RMO) VAUGHAN THOMAS FRANKLIN certified that he/she owns 10 percent or more of the
Voting stock/equity of the corporation. A bond of qualifying individual is not required.
lEffectlye Date: 07/W^^^
Workers' Compensation
[This licens^^
Policy Number:6663302
Effective Date: 11/01/2013
Expire Date: 11/01/2015
(Workers' Compensation History
;ps://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=535078 1/2/20
Vaughan's Indi :»trial Repair Co., Inc.
Ph. (562) 633-2660 Fax. (5621633-1504
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
December 18, 2014
Attn: Tom Pagakis
RE: Bressi Potable Water Station Pumps
Dear Tom,
The following is our quotation to replace the (3) leaking seals on the above referenced
pumps.
Scope of work:
1. VIRC personnel will arrive on site and verify proper isolation of equipment.
2. Uncouple motor shaft and remove mechanical seal.
3. Install new Floway pump intemal type mechanical seal.
4. Install motor shaft, couple pump, set impeller lift and test run units.
Your estimated cost to perform the above scope of work will not exceed is $3238.00
including sales tax.
The above quotation is valid for 60 days from date of letter. VIRC standard terms and
conditions will apply.
If you have any questions, please do not hesitate to call.
Sincerely,
Service Representative