HomeMy WebLinkAboutDudek; 2012-11-26; UTIL956UTIL956
AGREEMENT FOR ENGINEERING DESIGN SERVICES
(DUDEK)
THIS AGREEMENT is made and entered into as of the day of
A^Ql/emfc>g<^ 20 ISb . by and between the CITY OF CARLSBAD, a
municipal corporation, ("City"), and DUDEK, a California corporation, ("Contractor").
RECITALS
A. City requires the professional services of a professional engineering firm that is
experienced in the design of wastewater lift stations.
B. Contractor has the necessary experience in providing professional services and
advice related to wastewater lift stations.
C. Contractor has submitted a proposal to City and has affirmed its willingness and
ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein. City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in attached Exhibit "A", which is incorporated by this reference in
accordance with this Agreement's terms and conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and
skill customarily exercised by reputable members of Contractor's profession practicing in the
Metropolitan Southern California Area, and will use reasonable diligence and best judgment
while exercising its professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of one (1) year from the date first above
written.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term will be
twenty nine thousand six hundred eighty five dollars ($29,685). No other compensation for the
Services will be allowed except for items covered by subsequent amendments to this
Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has
accepted the work and/or Services specified in Exhibit "A".
Incremental payments, if applicable, should be made as outlined in attached Exhibit "A".
City Attorney Approved Version 2/17/12
6. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and
in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be
under control of City only as to the result to be accomplished, but will consult with City as
necessary. The persons used by Contractor to provide services under this Agreement will not
be considered employees of City for any purposes.
The payment made to Contractor pursuant to the Agreement will be the full and complete
compensation to which Contractor is entitled. City will not make any federal or state tax
withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be
required to pay any workers' compensation insurance or unemployment contributions on behalf
of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within
thirty (30) days for any tax, retirement contribution, social security, overtime payment,
unemployment payment or workers' compensation payment which City may be required to
make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work
done under this Agreement. At the City's election. City may deduct the indemnification amount
from any balance owing to Contractor.
7. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of City.
If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the
acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly
employed by the subcontractor, as Contractor is for the acts and omissions of persons directly
employed by Contractor. Nothing contained in this Agreement will create any contractual
relationship between any subcontractor of Contractor and City. Contractor will be responsible for
payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of
a subcontractor by the terms of this Agreement applicable to Contractor's work unless
specifically noted to the contrary in the subcontract and approved in writing by City.
8. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
9. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees
and volunteers from and against all claims, damages, losses and expenses including attorneys
fees arising out of the performance of the work described herein caused by any negligence,
recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose acts any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or
makes to or on behalf of an injured employee under the City's self-administered workers'
compensation is included as a loss, expense or cost for the purposes of this section, and that
this section will survive the expiration or early termination of this Agreement.
10. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all
amendments, insurance against claims for injuries to persons or damage to property which may
arise out of or in connection with performance of the services by Contractor or Contractor's
agents, representatives, employees or subcontractors. The insurance will be obtained from an
insurance carrier admitted and authorized to do business in the State of California. The
insurance carrier is required to have a current Best's Key Rating of not less than "A-:Vir'. OR
City Attorney Approved Version 2/17/12
with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers
(LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X".
10.1 Coverages and Limits.
Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk
Manager or City Manager approves a lower amount. These minimum amounts of coverage will
not constitute any limitations or cap on Contractor's indemnification obligations under this
Agreement. City, its officers, agents and employees make no representation that the limits of
the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to
protect Contractor. If Contractor believes that any required insurance coverage is inadequate.
Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at
Contractor's sole expense.
10.1.1 Commercial General Liabilitv Insurance. $1.000.000 combined single-limit
per occurrence for bodily injury, personal injury and property damage. If the submitted policies
contain aggregate limits, general aggregate limits will apply separately to the work under this
Agreement or the general aggregate will be twice the required per occurrence limit.
10.1.2 Automobile Liabilitv (if the use of an automobile is involved for
Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and
property damage.
10.1.3 Workers' Compensation and Emplover's Liabilitv. Workers' Compensation
limits as required by the California Labor Code. Workers' Compensation will not be required if
Contractor has no employees and provides, to City's satisfaction, a declaration stating this.
10.1.4 Professional Liability. Errors and omissions liability appropriate to
Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be
maintained for a period of fiVy^ ye^ following the date of completion of the work.
I I If box is checked. Professional Liability
City's Initials uMpwctor's Initials Insurance requirement is waived.
10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under
this Agreement contain, or are endorsed to contain, the following provisions:
10.2.1 The City will be named as an additional insured on Commercial General
Liability which shall provide primary coverage to the City.
10.2.2 Contractor will obtain occurrence coverage, excluding Professional
Liability, which will be written as claims-made coverage.
10.2.3 This insurance will be in force during the life of the Agreement and any
extensions of it and will not be canceled without thirty (30) days prior written notice to City sent
by certified mail pursuant to the Notice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this
Agreement, Contractor will furnish certificates of insurance and endorsements to City.
10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance
coverages, then City will have the option to declare Contractor in breach, or may purchase
replacement insurance or pay the premiums that are due on existing policies in order to
City Attorney Approved Version 2/17/12
maintain the required coverages. Contractor is responsible for any payments made by City to
obtain or maintain insurance and City may collect these payments from Contractor or deduct the
amount paid from any sums due Contractor under this Agreement.
10.5 Submission of Insurance Policies. Citv reserves the right to require, at anytime, complete
and certified copies of any or all required insurance policies and endorsements.
11. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of the
Agreement, as may be amended from time-to-time.
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be clearly identifiable. Contractor will allow a representative of City
during normal business hours to examine, audit, and make transcripts or copies of records and
any other documents created pursuant to this Agreement. Contractor will allow inspection of all
work, data, documents, proceedings, and activities related to the Agreement for a period of
three (3) years from the date of final payment under this Agreement.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant
to this Agreement is the property of City. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to this
Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy
of the work product for Contractor's records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and
Contractor relinquishes all claims to the copyrights in favor of City.
16. NOTICES
The name of the persons who are authorized to give written notices or to receive written notice
on behalf of City and on behalf of Contractor under this Agreement.
For Citv For Contractor
Name Mark Biskup Name Steve Deering
Title Associate Engineer Title Principal
Department Utiltities Address 605 Third Street
City of Carlsbad Encinitas, CA 92024
Address 1635 Faraday Avenue Phone No. 760 942-5247
Carlsbad, CA 92008 Email sdeering@dudek.com
Phone No. 760-602-2763
Each party will notify the other immediately of any changes of address that would require any
notice or delivery to be directed to another address.
City Attorney Approved Version 2/17/12
16. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report
investments or interests in all four categories.
17. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and
regulations which in any manner affect those employed by Contractor, or in any way affect the
performance of the Services by Contractor. Contractor will at all times observe and comply with
these laws, ordinances, and regulations and will be responsible for the compliance of
Contractor's services with all applicable laws, ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986
and will comply with those requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors and consultants whose services are
required by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment.
19. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following procedure will
be used to resolve any questions of fact or interpretation not othen/vise settled by agreement
between the parties. Representatives of Contractor or City will reduce such questions, and their
respective views, to writing. A copy of such documented dispute will be forwarded to both
parties involved along with recommended methods of resolution, which would be of benefit to
both parties. The representative receiving the letter will reply to the letter along with a
recommended method of resolution within ten (10) business days. If the resolution thus
obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded
to the City Manager. The City Manager will consider the facts and solutions recommended by
each party and may then opt to direct a solution to the problem. In such cases, the action of the
City Manager will be binding upon the parties involved, although nothing in this procedure will
prohibit the parties from seeking remedies available to them at law.
20. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may
terminate this Agreement for nonperformance by notifying Contractor by certified mail of the
termination. If City decides to abandon or indefinitely postpone the work or services
contemplated by this Agreement, City may terminate this Agreement upon written notice to
Contractor. Upon notification of termination. Contractor has five (5) business days to deliver any
documents owned by City and all work in progress to City address contained in this Agreement.
City will make a determination of fact based upon the work product delivered to City and of the
percentage of work that Contractor has performed which is usable and of worth to City in having
the Agreement completed. Based upon that finding City will determine the final payment of the
Agreement.
Either party upon tendering thirty (30) days written notice to the other party may terminate this
Agreement. In this event and upon request of City, Contractor will assemble the work product
and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for
work performed to the termination date; however, the total will not exceed the lump sum fee
City Attorney Approved Version 2/17/12
payable under this Agreement. City will make the final determination as to the portions of tasks
completed and the compensation to be made.
21. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or person, other
than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that
Contractor has not paid or agreed to pay any company or person, other than a bona fide
employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration
contingent upon, or resulting from, the award or making of this Agreement. For breach or
violation of this warranty, City will have the right to annul this Agreement without liability, or, in
its discretion, to deduct from the Agreement price or consideration, or othenA/ise recover, the full
amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee.
22. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must
be asserted as part of the Agreement process as set forth in this Agreement and not in
anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false
claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal
prosecution. Contractor acknowledges that California Government Code sections 12650 et seg..
the False Claims Act applies to this Agreement and, 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
information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to
recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a
false claim may subject Contractor to an administrative debarment proceeding as the result of
which Contractor may be prevented to act as a Contractor on any public work or improvement
for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction
is grounds for City to terminate this Agreement.
23. JURISDICTIONS AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of enforcing a right
or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the
County of San Diego, State of California, and the parties waive all provisions of law providing for
a change of venue in these proceedings to any other county.
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and
Contractor and their respective successors. Neither this Agreement or any part of it nor any
monies due or to become due under it may be assigned by Contractor without the prior consent
of City, which shall not be unreasonably withheld.
25. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it,
along with the purchase order for this Agreement and its provisions, embody the entire
Agreement and understanding between the parties relating to the subject matter of it. In case of
conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor
any of its provisions may be amended, modified, waived or discharged except in a writing
signed by both parties.
///
///
City Attorney Approved Version 2/17/12
26. 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
DUDEK, a California corporation
(sign herjjy^^j^
Frank Dudek
(print nanTei
(print name/title)
CITY OF CARLSBAD, a municipal
corporation of the State of California
Dcp, City Mar^ger 9f Mayor or Division Dirceter
' as authorized by the Gity Managor
If required by City, proper notarial acknowledgment of execution by contractor must be
attached. If a corporation. Agreement must be signed by one corporate officer from each of thq
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:
RONALD R. BALL, City Attorney
Assistant City Attorne
City Attorney Approved Version 2/17/1?
DUDEK EXHIBIT A
MAIN OFFICE
605 THIRD STREET
ENCINITAS. CALIFORNIA 92024
T 760 942 5147 T 800 450 1818 F 760 632 0164
October 11, 2012
Mr. Mark Biskup
1635 Faraday Avenue
Carlsbad, California 92008
Subject: North Batiquitos Lift Station - Proposal for Final Design
Dear Mark:
Thank you for the request for Dudek to provide this letter proposal to complete the final design and bid
documents for pump replacement for the North Batiquitos Lift Station.
The latest Carlsbad Sewer Master Plan projects a peak wet weather capacity requirement of 3.08 mgd.
The master plan indicates an existing NBLS capacity of 3.24 mgd (2,250 mgd) with lead-lag-standby 100
HP constant speed pumps. A minimum design capacity of 2,500 gpm at the lowest predicted forcemain
headloss is recommended for the design of the replacement pumps. This will provide some allowance to
mitigate higher friction factor in the forcemain and/or long term wear of the pump.
Dudek completed a North Batiquitos Lift Station and forcemain evaluation and previously submitted a
letter report to the City with recommendations for replacement of the three existing pumps. The three
existing pumps are extended shaft 100 horsepower constant speed Allis Chalmers 8x4x14LC pumps. The
proposed replacement pumps will be submersible close-coupled Flygt NT3301.180HT pumps and will be
provided with 100 horsepower constant speed motors. The motors will be cooled with a recirculating
externally cooled ethylene glycol system. The Flygt pumps will provide enhanced non-clogging
characteristics and Improved capacity compared to the existing pumps, as shown in the pump and
system curve graphic from the letter report and the manufacturer's performance curves attached to this
letter proposal.
Dudek proposes to prepare a set of plans and specifications and Engineer's Opinion of Construction Cost
for planning and public bidding. The bid documents shall Include a construction sequence plan that would
allow one pump of the three existing pumps to be removed and replaced at a time, so that the pump
station can continue to operate without bypass during the work. The bid documents shall show, describe,
and require the replacement of the three existing 100 HP pumps and motors with the proposed Flygt
replacement pumps and motors, including the following items:
1. Show general location and construction access to the pump station utilizing the City's 40-scaie
ortho photo topo .dwg clipped file for this area.
2. Digitally scan the existing record drawings as needed to show areas and items for demolition and
replacement in the new drawing set.
3. Show the existing pump station items to be removed including pumps, motors, extended drive
shafts, electrical conduit and wiring, etc.
4. Provide design and detail for repair or replacement of motor mounting plates.
5. Show retrofit plan and sections of new Flygt pumps and close-coupled motors with any required
new or modified suction and discharge piping and concrete equipment pads.
www DUDEK COM
Mr. Alork Biskup, City of Carlsbad October 11,2012
Subject North Batiquitos Ufi Station Page 2 of 2
6. Show detailed mounting and connection of supplemental Flygt recirculating ethylene glycol
cooling equipment
7. Show location and detail of the retrofit flow meter recently installed by the City.
8. Show new pump and anticipated system curve hydraulics on the construction drawings.
9. Show electrical modifications needed Including: extension of electrical conduit and wiring from the
existing motor locations to the new motor locations and provision of submersible rated lock-out
tag-out stations for each pump.
Dudek Deliverables -
1. 90% Preliminary plans, specs, bid schedule and Engineer's Opinion of Construcdon Cost.
2. 100% Preliminary plans, specs, bid schedule and Engineer's Opinion of Construction Cost.
3. Final Bid Schedule, Schedule of Values, Plans and Specifications for bidding purposes.
Work by City -
1. Provide complete current scanned record information for the original NBLS for use as
background information in the new drawings.
2. Front-End bid documents.
3. Review and assistance.
• Exceptions - Items not Included, but could be added to the scope of work as authorized by the City -
1. Assist with negotiation of pump cost, acquisition, and new pump installation and startup by the
City.
2. Other ancillary NBLS improvements that are suggested by City Staff and/or recommended by
Dudek. Detailed development of such ancillary considerations and work are not included at this
time.
3. As a retrofit project, the following items are not anticipated to be needed: grading and drainage,
utility research, potholing, surveying, geotechnical investigation, environmental and permits,
surge analysis, and general re-creation of existing hand-drafted plans in AutoCad, etc.
The proposed Dudek NBLS design fee estimate and Standard Schedule of Charges are attached for your
review and authorization.
You may contact me by phone at 760.479.4101 or email at sdeering@dudek.com or Russ Bergholz by
phone at 760.479.4107 or by email at rbergholz@dudek.com . Thank you for your consideration.
Sincerely,
^ Steve Deering, PE
Principal
Attachments;
Dudek NBLS Des/gr) Fee Estimate
Dudek 20 / 2 Standard Schedu/e of Charges
Letter Report of March 23, 20 / 2 for reference
DUDEK
city of Carlsbad
North Batiquitos Lift Station Pump Replacement
DUDEK FEE ESTIMATE
10/10/2012
Labor Hours and Rates
Project
Project Team Role: Manager
Project
Engineer
Team Member: I S.Deering | Jeff Meyer
Billable Rate .
Clay
Sweatland
Task 1 - Project Administration
1 -A Project Management
1 -B Review Meetings - 2
Subtotal Task 1
Task 2 - Review & Assess Existing Conditions, Survey, Geotech, CEQA, Surge Analysis
2-A Site Reconnaissance
2- B Review Existing Documents
Subtotal Task 2
Task. 3 - Final Engineering and Preparation of Construction Contract Documents
3- A Bid Schedule and Technical Specifications
3-B General - Cover Sheet & Notes
3-C Demolition Plans, Sections. Details
3-D Mechanical Plans, Sections, Details
3-E Electrical & Control -1 Dwg
3-F Deliverables (90% and Final)
Subtotal Task 3
Total Non-Optional Hours and Fee
Percent of Hours:
2 2 2 2
1
3 3 3 3
2 16
4 8
4 32
32 56
4 4
2 4 4
4 32 32 104
15 1 35 35 107
8% 18% 18% ,55%
10
176
700%
Subconsultant
Electrical
Engineering
(Moraes-Pham
Assoc.)
Fee
4
4
8 S
4
12
18
12
40
$5,500
OTHER DIRECT
COSTS
5,500 $
792
792
1,584
$ 1.126
$ 563
$ 1,689
$ 2,316
$ 1,360
$ 4,320
3 10,480
$ 6,420
200' $ 1,516
200 $ 26,412
200 1 $ 29,685
DUDEK
2012 STANDARD SCHEDULE OF CHARGES
ENGINEERING SERVICES
Project Director $235.00/hr
Principal Engineer ill $220.00/hr
Principal Engineer II $205.00/hr
Principal Engineer I $195.00/hr
Program Manager $200.00/hr
Senior Project Manager $185.00/lir
Project Manager $175.00/hr
Senior Engineer III $165.00/hr
Senior Engineer II $160.00/hr
Senior Engineer I $150.00/hr
Project Engineer IV/Technician IV $140.00/hr
Project Engineer llirTechnician III $130.00/hr
Project Engineer lin"echniclan II $120.00/hr
Project Engineer I/Technician I $105.00/hr
Project Coordinator $85.00/hr
Engineering Assistant $75.00/hr
ENVIRONMENTAL SERVICES
Principal $225.00/hr
Senior Project Manager/Specialist II $210.00/hr
Senior Project Manager/Specialist I $200.00/hr
Environmental Specialist/Planner VI $180.00/hr
Environmental Specialist/Planner V $160.00/hr
Environmental Specialist/Planner IV $150.00/hr
Environmental Specialist/Planner III $140.00/hr
Environmental Specialist/Planner II $130.00/hr
Environmental Specialist/Planner I $120.00/hr
Analyst $100.00/hr
Planning Research Assistant $80.00/hr
COASTAL PLANNING/POLICY SERVICES
Senior Project Manager/Coastal Planner I $200.00/hr
Environmental Specialist/Coastal Planner VI ..$190.00/hr
Environmental Specialist/Coastal Planner V...$170.00/hr
Environmental Specialist/Coastal Planner IV..$160.00/hr
Environmental Specialist/Coastal Planner lll...$150.00/hr
Environmental Specialist/Coastal Planner ll....$140.00/hr
Environmental Specialist/Coastal Planner 1 $130.00/hr
ARCHAEOLOGICAL SERVICES
Senior Project Manager/Archaeologist II....
Senior Project Manager/Archaeologist I
Environmental Specialist/Archaeologist VI.
Environmental Specialist/Archaeologist V..
Environmental Specialist/Archaeologist IV.
Environmental Specialist/Archaeologist III..
Environmental Specialist/Archaeologist II...
Environmental Specialist/Archaeologist I....
Archaeologist Technician II
Archaeologist Technician I
$210.00/hr
$200.00/hr
$180.00/hr
$160.00/hr
$150.00/hr
$140.00/hr
$130.00/hr
$120.00/hr
.. $70.00/hr
.. $50.00/hr
CONSTRUCTION MANAGEMENT SERVICES
Principal/Manager $195.00/hr
Senior Construction Manager $180.00/hr
Senior Project Manager $160.00/hr
Construction Manager $150.00/hr
Project Manager $140.00/hr
Resident Engineer $140.00/hr
Construction Engineer $135.00/hr
On-site Owner's Representative $130.00/hr
Construction Inspector III $125.00/hr
Construction Inspector II.. $115.00/hr
Construction Inspector I $105.00/hr
Prevailing Wage Inspector. $135.00/hr
HYDROGEOLOGICAL SERVICES
Principal $220.00/hr
Sr. Environmental Engineer $190.00/hr
Sr. Hydrogeologlst/Sr. Proj Mgr $170.00/hr
Project Manager $155.00/hr
Associate Hydrogeologist/Engineer $140.00/hr
Hydrogeologist IV/Engineer IV $125.00/hr
Hydrogeologist Ill/Engineer III $115.00/hr
Hydrogeologist ll/Engineer II $105.00/hr
Hydrogeologist I/Engineer I $95.00/hr
Technician $95.00/hr
DISTRICT MANAGEMENT & OPERATIONS
District General Manager $175.00/hr
District Engineer $160.00/hr
Operations Manager $150.00/hr
District Secretary/Accountant $85.00/hr
Collections System Manager $95.00/hr
Grade V Operator $100.00/hr
Grade IV Operator $85.00/h,r
Grade ill Operator $80.00/hr
Grade II Operator $63.00/hr
Grade I Operator $55.00/hr
Operator in Training $40.00/hr
Collection Maintenance Worker II $55.00/hr
Collection Maintenance Wori<er I $40.00/hr
OFFICE SERVICES
Technical/Drafting/CADD Services
3D Graphic Artist $150.00/hr
Senior Designer $135.00/hr
Designer $125.00/hr
Assistant Designer $120.00/hr
GIS Specialist IV $150.00/hr
GIS Specialist III $140.00/hr
GIS Specialist 11 $130.00/hr
GIS Specialist I $120.00/hr
CADD Operator lli $115.00/hr
CADD Operator 11 $110.00/hr
CADD Operator I $95.00/hr
CADD Drafter $85.00/hr
CADD Technician $75.00/hr
SUPPORT SERVICES
Technical Editor III $140.00/hr
Technical Editor II $125.00/hr
Technical Editor I $110.00/hr
Publications Assistant III $100.00/hr
Publications Assistant II $90.00/hr
Publications Assistant I.... $80.00/hr
Clerical Administration II $80.00/hr
Clerical Administration I $75.00/hr
Forensic Engineering - Court appearances, depositions, and Interrogatories as
expert witness will be billed at 2.00 times normal rates.
Emergency and Holidays - Minimum charge of two hours will be billed at 1.75
times the normal rate.
Material and Outside Services - Subcontractors, rental of special equipment,
special reproductions and blueprinting, outside data processing and computer
services, etc., are charged at 1.15 times the direct cost.
Travel Expenses - Mileage at current IRS allowable rates. Per diem where
overnight stay is involved is charged at cost
Invoices.Late Charges. - All fees will be billed to Client monthly and shall be
due and payable upon receipt. Invoices are delinquent if not paid within thirty (30)
days from the date of the invoice. Client agrees to pay a monthly late charge
equal to one percent (1 %) per month of the outstanding balance until paid in full.
DUDEK Effective January 1, 2012
DUDEK
MAIN OFFICE
60S THIRD STREET
ENCINITAS. CALIFORNIA 92024
T 760 942 5147 T 800 4S0 1818 F 760 632 0164
March 23, 2012
Mr. Mark Biskup
1635 Faraday Avenue
Carlsbad, California 92008
6463-2
Subject: North Batiquitos Lift Station - Pump Review
Dear Mark:
This letter is sent to summarize the review of the North Batiquitos Lift Station (NBLS). This review
included engineering assistance with hydraulic testing and modeling of the existing pumps and forcemain.
The goal of the testing and modeling is to recommend replacement pumps and motors for the station that
best meet the existing hydraulic conditions.
PROPOSED CAPACITY REQUIREMENTS
The latest Carlsbad Sewer Master Plan by Dudek projects a peak wet weather capacity of 3.08 mgd for
the service area tributary to the NBLS. The master plan Indicates an existing NBLS capacity of 3.24 mgd
(2,250 gpm) with lead-lag-standby 100 horsepower (HP) constant speed pumps. It is hereby
recommended that the City consider selection of new pumps with new close-coupled motors. The new
pumps should provide an initial hydraulic capacity of 2,500 gpm and have a horsepower requirement not
exceeding the existing 100 HP motors.
ITEMS RECEIVED AND REVIEWED
The City has provided record information for the original NBLS and forcemains and all modifications to
date to those facilities. Information provided the construction record drawing sets listed In Table 1. A copy
of these Record Drawings Is available on request.
Table 1 - List of Reference Drawings
City
Dwg No.
City
Project #
Sheet(s) of
Sheets Engineer
Design
Signed
Record
Dwg
Date Comments
181-5 75-9 4 of 12 Associated
Engineers
6/9/76 NA Original 14" DIP from original pump
station on Sheets 11 and 12 of this
same set
306-6 CT85-35 4,5, & 19 of
33
Luke-Dudek 6/18/91 5/6/97 New NBLS Plans - tied into old
forcemain
None CMWD
85-401
1 of 1 Daniel Boyle 11/4/96 6/2/99 Piovana Court Segment of new 14"
SDR 18 PVC forcemain
936-2 85-401 1 thru 6 of 6 Daniel Boyle 5/8/97 9/7/01 Most of newer 14" C905 DRI8 PVC
forcemain.
WWW.DUDEK COM
Mr. Mark Biskup, City of Carlsbad
North Batiquitos Lift Station Pump Rewew
Appendix A contains a catalog cut drawing and several photographs of the three existing NBLS
extended shaft constant speed Allls-Chalmers (now Xylem ITT) pumps.
Figure 1 - NBLS and Forcemain Vicinity Map shows the relative location of the existing NBLS, the 14-
inch Ductile Iron Pipe (DIP) forcemain constructed in 1976 and the newer 14-inch C905 PVC forcemain
constructed in 1996.
Figure 1 - NBLS and Forcemain Vicinity Map
DUDEK March 23. 2012
Mr. Mark Biskup, Gty of Carisbad
North Batiquitos Lift Station Pump Review
Table 2 - Forcemain Lengtiis, Elevations, and inside Diameters summarizes the wet well (suction)
and forcemain discharge elevations for estimation of static pressure in development of the hydraulic
model for the NBLS pump and forcemain system. Table 2 also summarizes the lengths and inside
diameters of the DIP and PVC forcemains.
Table 2 - Forcemain Lengths, Elevations, and Inside Diameters
Mean Sea Level Elevations from Record Drawings:
Forcemain Discharge Elevation = +128.20 Feet Elevation (El.)
Range of Wet Well Elevation = +1.00 Feet El. High Water to -5.83 Feet El. Low Water Elevation
Total Static Lift Ranges from 127.0 Feet to 134.0 Feet
Forcemain Lengths from Record Drawings:
FM-1976 is 14-inch DIP forcemain = 1,840 feet + 100 Feet On-Slte = 1,940 Feet
FM-1997 Is 14-inch C905 DRI 8 PVC = 1.680 Feet + 70 Feet On-Site DIP = 1,750 Feet Total
Forcemain Information:
Nominal 14-inch DIP = 14.4-inch inside diameter. Velocity at 2,500 gpm would be 4.93 fps.
Nominal 14-inch PVC = DR18 = 13.5-inch inside diameter. Velocity at 2,500 gpm would be 5.6 fps.
Existing Pumping System Analysis
On August 30, 2011, Pump Check assisted the City In conducting flow and pressure testing on the three
existing pumps at the NBLS. The pumps were tested while discharging to the newer 14-Inch (13.5-inch
inside diameter) PVC forcemain only. Each pump was tested at shutoff (no flow), at full-speed running
alone and at full-speed running In parallel with a second pump. P3 had a recently installed new impeller.
The Pump Check report is included with this letter in Appendix B. The results of the Pump Check testing
are plotted in Figure 2.
Figure 2 - Pump Checic Measured Performance of Existing Pumps
CARLSBAO NBLS - EXISTWO PUMPS AND PVC SYSTEM CURVES
•->i~Maxlnium System Head Curve
_ Minimum System Head Curve
— -Pump1 Curve
—> • Pump 2 Curve
— - Pump 3 Curve
— • P1 & P3 Curve
— • P2&P3 Curve
500 1000 1500 2000 2500
FLOWRATI. GALLONS PER MINUTC
3000 3500 4000
DUDEK March 23,2012
Mr. Mork Biskup, Crty of Carlsbad
North Bat/qu/tos Ufi Station Pump Review
Figure 2 shows the predicted performance of the 14-inch PVC forcemain system based on Record
Drawing elevations for total static pressure plus dynamic pressure using the Hazen-Williams formula with
C-Factor curves at C = 110 and C = 160. Preferably ali pump performance points measured in the field
would fall between the two C-Factor curves shown on Figure 2.
The Pump Check data plotted in Figure 2 shows:
1. Lower than expected pressure for either Pump 1 or Pump 2 operating by itself.
2. Pressure closer to expected, but still low, for Pump 3 running by itself.
3. "Dog leg" drop off In performance of Pump 3 running by itself and with either Pump 1 or 2.
4. Pressure reasonable and a little higher than expected for three two parallel pump tests including:
Pumps 1 and 3 and two separate tests with Pumps 2 and 3.
All of the operating points shown were measured with accurately calibrated test equipment. The
theoretical system curves are plotted based on static elevation determined from the record drawings for
wet well levels and forcemain discharge. However, there are lower than expected pressure results for the
first two items above, which might be explained by additional site surveying to verify the elevations of the
pump station, wet well operating range, and receiving manhole elevation. Such a survey is currently not
within the scope of work.
The plotted curve for P3 has a "dog leg" shaped drop in the capacity versus pressure curve when running
by itself and when running with either Pump 1 or 2. This drop off In capacity and pressure could be due to
cavitation. Cavitation is not expected based on a comparison of Net Positive Suction Head required
(NPSHr) versus NPSH available (NPSHa). This test result may be due to: pump characteristics (not
predicted); temporary or semi-permanent restriction of the pump suction (debris or grit); or due to
hydraulic vortex In the wet well (also not predicted due to downturned pump suction bell in wet well).
A system curve using a Hazen Williams friction factor of C = 160 is the maximum credible C-factor and
comes closest to fitting the single pump test data. A system curve using a Hazen Williams friction factor of
C = 110 best fits the paired-pump test data. This range of C-factor from C = 160 to C = 110 Is used to
envelope the anticipated performance of the forcemain with new pumps.
Proposed Replacement Pumps
Using a target performance of 2,500 gpm for two new pumps running together at full-speed, a proposed
pump rating point of 2,500 gpm at 162-feet of pressure for the lower friction factor of C = 110 was
determined from Figure 2. This operating point requires each of the two pumps to operate at one-half of
the flow at this same pressure, or 1,250 gpm at 162-feet of pressure.
We support the City preference for a Xylem ITT Flygt N-Pumps selection. Each proposed Flygt N-Pump
would be installed with a closed loop glycol cooling system and close-coupled motor. The "N-lmpeller" is a
unique semi-open design what reduces the risk of clogging and maintains pumping efficiency over
prolonged time compared to other available pumps. The City has had success with retrofit of Flygt N-
Pumps at other pump stations in the City and prefers to continue use this specific design for this new
retrofit project at NBLS.
DUDEK 4 March 23.2012
Mr. Mark Biskup, City of Carlsbad
North Batiquitos Lift Stotion Pump Review
Xylem ITT Flygt was contacted and requested to provide a pump selection for this performance point.
Flygt recommended the Flygt N-Pump Model NT3301.18GHT. Appendix C to this letter includes the
foilowing items:
1. A budgetary letter of March 8, 2012 for three pumps with factory testing is quoted at a cost of
$173,586. The letter also offers a discount as of the time the letter was written of 15% off, which
would result in a reduced cost of $147,548. The quote is for Freight On Board delivery to NBLS
and does not include state, federal, or local sales tax or use taxes, which all would be added to
the quoted price. This quote includes some, but not all, ancillary appurtenances. This quote does
not include installation, start-up, or operation.
2. The budgetary quote for the Flygt
3. Flygt NT3301.180 HT Detailed Performance Curves
4. Flygt NT3301.180 HT Catalog Cuts and Layout
5. Flygt N-Pumps Sales Brochure Highlighting Features
The detailed performance curve for the recommended Flygt NT3301.180HT is shown as Figure 3 with a
full-size copy Included In Appendix C. The performance of this pump meets the hydraulic capacity
requirements noted above for 1,250 gpm at 162 feet of pressure with the assumed basis of design of C =
110 for the forcemain.
DUDEK 5 March 23,2012
Mr. Mark Biskup, City of Carlsbad
North Batiquitos Lift Stotion Pump Review
Figure 3 - Flygt NT3301.180HT Performance Curve
PERFORMANCE CURVE
(MTE
2012-0a-05 Carisbad - Batiquitos PS
HO. OF
8LA0CS.
MOrORCOCPN
OCAREFFlCIEMCV
rOT MOM.Or
MERTIA— 0.884 KOM*
SPEED 1775 RPM
in-LOAO
0.84
93.5%
M LOAD
0.80
94,6%
1/a-ioM)
071
95.0%
ISSUE
5
pou» 4
VOLTMC...
WrORlHAFT POVICR ...
STiMTMO -rOHOUE ... MAX
roROUC....
RATED
CURRCNTM .. VTAmMa
OURRENT.. .
FRCQ 60 HZ
460 V
100hp/ 75 M»
355 NM
880 NM
120 A
560 A
PROD
NT 3301.180 HT
CURVfNO
63-498^-0150
IM>EaEROMMETtR
378 mm MOrrORTVFC
35-29^AA m tl2)
OEMI TYPE RATIO
POWER T
HEAD
NOTE
CURVES SHOW PCnrORMANCC WITH CLEAR COiO WATER
* : PUUP CFFtClENCV < SHAFT POWER
O: OVERALL EFFICENCV I NPUT POWER
NPSHM = r^SHSH • mn •penllonal irwgn
1800
(.} NDGUAHAMTEC
USgpm
FLOW
PERFORMANCE CURVE
The range of anticipated performance for the Flygt NT3301.180HT is determined graphically as shown by
plotting the proposed pump performance on the graph together wjth the theoretical existing pump and
forcemain system curves as Figure 4. Power In the range of 77 horsepower (HP) to 86 HP is predicted.
The pumps would be supplied with 100 HP rated motors.
DUDEK March 23, 2012
Mr. Mark Biskup, City of Carlsbad
North Batiquitos Lift Stotion Pump Review
Figure 4 - Predicted Pump Performance witti PVC Forcemain
100
2-FlygtNT3301.180
HT -100 HP each
MMMaximum System Head Curve
^ •MinimuniSystam Head Curve
—" - Pump 1 Curve
—• • Pump 2 Curve
— •Pump 3 Curve
— - PI &P3 Curve
— -PZiPaCwve
Existing Forcemain & Pumps
1 - Flygt NT3301.180
HT-100 HP
1 Pump Performance Estimated Between
1,550 gpm and 1,800 gpm.
2 Pump Performance Estimated Close to
2.SQQ gpm and up to 2.850 gpm.
SCO 1000
I 1 1
1500 2000 2500
FLOWRATE, GALLONS PER MINUTE
3000 3500 4000
DUDEK March 21. 2012
Mr, Mark Biskup, City of Carlsbad
North Batiquitos Ufi Station Pump Review
A C-Factor = 110 is used to determine pump and impeller size needed to produce the minimum desired
capacity of 2,500 gpm. A C-Factor = 160 is used to determine the Net Positive Suction Head requirement
versus available and also the maximum motor horsepower required. The actual C-Factor will be
determined by the forcemain system itself.
The possible range of C-Factor results In a predicted range of performance for one of the proposed Flygt
pumps to be somewhere between 1,550 gpm at C = 110 and 1,800 gpm at C = 160 at full-speed. The
potential range of C-Factor results in a predicted range of performance for two of the proposed Flygt
pumps running together to be somewhere between 2,500 gpm and 2,850 gpm.
In the event that a single pump "runs out" to 1,800 gpm at a modeled C = 160, then a Net Positive Suction
Head Required (NPSHr) of 24.5-feet of water will be required based on the Flygt performance curve for
the proposed pump to avoid cavitation. Free atmosphere on the wet well has a barometric pressure of
approximately 32.9 feet of water at 85 degrees Fahrenheit. At 1,800 gpm per pump, the suction headloss
is anticipated to be less than 1-feet of water pressure. In summary, the suction lift available Is 32.9-feet
barometric pressure + 2.3-feet wet well surcharge on pump volute - 1.0-feet suction headloss -1.4-feet
vapor pressure - 5-feet safety factor = 27.8-feet NPSH Available (NPSHa). As NPSHa exceeds NPSHr,
the pumps should not exhibit cavitation.
Recommendations
Provide field confirmation (survey and/or calibrated pressure test with no system flow) of the wet well
operating elevations noted on the Record Drawings and the elevation of the point of discharge. The wet
well operating range should be verified to provide a minimum of 2.3-feet wet well surcharge on the
centerline of the pump volute at the control system pump shut-off elevation in the wet well. Modify the
anticipated forcemain system performance curves and requirements, if necessary.
Purchase and install three Flygt NT3301.180HT pumps with performance characteristics matching the
performance curve shown above in Figure 4. Factory testing and certification of the new pumps should be
provided.
Perform start-up performance testing on the newly installed pumps. The measured flow and pressure
performance of the new pumps should be reviewed to confirm the anticipated performance. Attention
should be given to pump performance at "run-out" with a single pump to confirm avoidance of cavitation.
Although not anticipated, consideration should be given to immediate trimming of the impellers sufficient
to avoid cavitation, if present.
DUDEK 8 March 21.2012
Mr. Mark Biskup, Gty of Carisbad
North Batiquitos Ufi Station Pump Review
CLOSING
Please let me know If you have any questions regarding this report, i am available to meet and discuss
the existing system and recommended pump selection further at your request. You may contact me by
phone at 760.479.4101 or email at 8deerina@dudek.com. Thank you.
Best regards.
^eve Deering. PE Cj^
Principal
Attachments; Appendix A - Existing Pumps - Catalog Cut and Photos
Appendlbr fi - Pump Check - Pumping System Analysis
Appendx C - Proposed Pumps - Quote, Performance Curves, Catalog Cuts, Specs, Brochure
DUDEK 9 March 21.2012