HomeMy WebLinkAboutRAIN FOR RENT; 2011-05-27; PWM11-48UTILPWM11-48UTIL
City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager Mark Biskup Date Issued: 4/8/11
(760) 602-2763 Request For Bid No.:.
Mail To: CLOSING DATE; 4/12/11
Purchasing Department Bid shall be deposited in the Bid Box located
City of Carlsbad in the first floor lobby of the Faraday Center
1635 Faraday Avenue located at 1635 Faraday Avenue, Carlsbad,
Carlsbad, California 92008-7314 CA 92008 until 4:00 p.m. on the day of Bid
closing.
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 and operate a temporary wastewater bypass system for
the Foxes Landing Lift Station
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Mark Biskup
Phone No. (760) 602-2763
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 ( ), 2 ( ), 3 ( ), 4 ( ), 5 ( ).
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
Rain for Rent (951)653-2171
Name Telephone
6400 Fischer Road (951)656-1926
Address Fax
Riverside, CA 92507 dprosio@rainforrent.com
City/State/Zip E-Mail Address
-1 - Revised 09/01/09
Name and Title of Person Authorized to sign
contracts. ~
Signature C. Lake
rhipf Financial Officer
Title
Name
n
Date
JOB QUOTATION
The following table itemizes the bid items for this job. A more detailed description of the work
included in this contract is provided in Appendix "A" which is attached.
ITEM NO.
1
2
3
UNIT
LS
Day
Day
QTY
1
5
5
DESCRIPTION
Mobilization and Demobilization
Bypass System Rental and Operation
24 hr/day operator attended
TOTAL CONTRACT PRICE
TOTAL PRICE
$ 7,790.00
$5,441.75
$ 10,333.35
$23,565.10
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. Note: Please do not sign the contract document (last page) at this time. The successful
contractor will execute the contract after bid award.
vJeotefh <9<[-Rel<U»
Compan
Authorize'
Robe
ess Name Contractor's License Number
nature
.Lake
Classification(s)
Chief Financial OfficerPrinted Name and
5- / IIIII
Expiration Date
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#:
(Individuals) Social Security #:
OR
-2-Revised 09/01/09
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
NONE
License No.,
Classification
& Expiration
Date
MBE
Yes No
Total % Subcontracted:
* Indicate Minority Business Enterprise (MBE) of subcontractor.
-3-Revised 09/01/09
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
(Less than $30,000)
Labor:
I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances
governing labor.
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:
(project manager)
The Payment of Prevailing Wages is Not Required
The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supersedes the
provisions of the California Labor Code when the public work is not a statewide concern. Payment of
prevailing wages is at contractor's discretion.
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 subcontractor from participating in
contract bidding.
Signature:
Print Name: Robert C. Lake _
Chief Financial Officer
-4- Revised 09/01/09
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 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 the City. The expenses of defense
include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute
resolution method.
-5- Revised 09/01/09
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 working days after receipt of Notice to Proceed.
Completion: I agree to complete work within 60 working days after receipt of Notice to Proceed.
CONTRACTOR:
n 0 1
By:
By:.
CITY OF CARLSBAD a municipal
A#>f%- £&Y*fV*fr corporation of the State of California:
u ^ '>
By:.
C. Lake
Chief Financial Officer
(print name and title)
ratyr n*nA-
(e-maiTaddress)
(sign here)
Assistant City Manager
(address)
(telephone no.)
(print name and title)
(address)
(city/state/zip)
(telephone no.)
(fax no.)
ATTEST:
LORRAINE M. W~OOD
City Clerk T
(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 officer(s) signing to bind the
corporation.)
APPROVED AS TO FORM:
RONALD R. BALL, City Attorne
Deputy City Attorney
-6-Revised 09/01/09
CERTIFICATE OF ACKNOWLEDGMENT
State of California)
County of Kern )
On May 11, 2011, before me, Ruth H. Myers, Notary Public, personally appeared
Robert C. Lake who proved to me on the basis of satisfactory evidence to be the
person whose name is subscribed to the within instrument titled City of Carlsbad
Minor Public Works Contract and acknowledged to me that he executed the same
in his authorized capacity and that by his signature on the instrument the person
who, or entity upon behalf of which the person 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.
WITNESS my hand and official seal.
RUTH H.MYERS
COMM. #1809419 *
NOTARY PUBLIC-CALIFORNIA ?
KERN COUNTY i
My Comm. Exp. Aug. 14, 2012"
CERTIFIED COPY OF RESOLUTION AUTHORIZING
EXECUTION OF CONTRACTS AND CERTIFICATE
AS TO CORPORATE OFFICERS
I hereby certify that I am the duly appointed Secretary of Western Oilfields Supply
Company, dba Rain for Rent, a Corporation doing business under the laws of the State of
Delaware.
I further certify that the following is a true copy of a Resolution adopted at a meeting of
the Board of Directors of Western Oilfields Supply Company, which was properly called in
accordance with the by-laws of said Corporation on February 16, 2011.
RESOLVED that the following officers are hereby authorized to execute any and all
required bids, bid bonds and or contract documents in connection with proposals on behalf of
Western Oilfields Supply Company and its affiliates.
Chairman of the Board Walter G. Lake
President/CEO John W. Lake
Vice President/CFO Robert C. Lake
Vice President Cynthia Lake
Vice President Bob Frank
Vice President Mike Grundvig
Vice President Paul Reilly
Secretary Marguerite K. Pulley
Assistant Secretary/Controller Anthony Schoen
I further certify that the said Resolution is in full effect.
I further certify that the following are the duly qualified and elected officers of Western
Oilfields Supply Company, a Delaware Corporation, as reflected in records of the Corporation at
the office of the Secretary of State of the State of Delaware. To wit:
Chairman of the Board Walter G. Lake
President/CEO John W. Lake
Vice President/CFO/ Treasurer Robert C. Lake
Vice President Cynthia Lake
Secretary Marguerite K. Pulley
Assistant Secretary Anthony Schoen
IN WITNESS WHEREOF, I have executed this Certificate and place the seal of Western
Oilfields Supply Company hereon this 16th day of February 2011.
Western Oilfields Supply Company
dba Rain for Rent
BY:
Marguerite K. Pulley, Secretary
Appendix "A"
SCOPE OF WORK
FOR
WASTEWATER BYPASS FOR FOXES LANDING LIFT STATION WETWELL
REHABILITATION.
Contractor shall provide all equipment, tools, services and labor necessary for the installation
and operation of a wastewater bypass system with capacity to bypass all Foxes Landing Lift
Station flow. The suction point is a manhole approximately 90 feet from the lift station. The
discharge connection point is a 8 inch flanged connection inside the lift station which is
connected to a 16 inch diameter force main 500 feet long. The ultimate discharge elevation is
approximately 50 feet above pump elevation. Flow to the station varies between 600 and
2,000 gallons per minute. The bypass pumping system shall include a secondary system
automatically activated and capable of independently bypassing all wastewater flow should the
primary pumping system. All work shall comply with the scope described herein including
Specification 01570, attached.
Payment will be based on the amount specified under the following bid items and in
accordance to Standard Specifications for Public Works Construction, 2009 Edition
(Greenbook). Payment for work or equipment rental which exceeds the units specified in the
bid schedule will be made in accordance to the attached rental fee schedule. (Contractor to
provide rental fee schedule with bid to be included in the contract as Exhibit "1".}
BID
ITEM
1
2
3
DESCRIPTON
MOBILIZATION &
DEMOBILIZATION
BYPASS OPERATION
24 HR OPERATOR
ATTENDANCE
QUANTITY &
UNIT
1 LUMP SUM
/"!
5 Days/ ™|b>
lUKJJrr
5 DAYS
UNIT PRICE
h.lte$5^m,is
$-o<t^'.Ul
TOTAL
CONTRACT COST
TOTAL AMOUNT
S;-i^6.co
5, M4). IS
$ fo.m ^s
23 5t>s. (&
Appendix "A"
The following provides further detail for each bid item on the above table:
ITEM 1 Mobilization and Demobilization Includes the delivery and installation of all
equipment necessary to bypass wastewater including all incidental labor incidental equipment
necessary to comply with technical specification of this contract. Work shall include all
administrative cost related to the project as well as submittals required in this contract.
Demobilization includes dissembling all bypass equipment and removal from the site including
all incidental cleanup to the pumping site and pumping equipment provided by the Contractor.
Contractor shall provide and maintain a portable sanitary facility throughout bypass period.
ITEM 2 Operation of wastewater bypass system per specification including all activities
equipment, labor and material necessary to bypass wastewater during the rehabilitation of the
Foxes Landing Lift Station wet well. The system includes a primary as well as a backup pumping
system capable of working independently of each other for 100 percent redundancy.
Wastewater in upstream pipeline shall not be allowed to backup at anytime to a level that will
result in a sewer overflow in the system or any public or private lateral connected to this
system. All additional work not specified under other bid items but necessary for the
completion of the bypass work in accordance with Specification 01570, attached. The pumping
equipment shall be delivered with full fuel tanks, subsequent refueling during the bypass will be
provided by the City. The Contractor will monitor fuel levels for the pumps throughout the
bypass operation and notify City forces in adequate time to refuel the pumps to avoid any
interruption of the bypass pumping.
ITEM 3 Contractor shall provide a trained and capable pump system operator at the site
throughout the duration of the active bypass phase, 24 hrs per day each day. At no time shall
the operating system be without a capable operator who can make necessary repairs and
operational adjustments and provide sufficient communication to the City to prevent any
wastewater spill and ensure uninterrupted bypass service.
SECTION 01570
BYPASS PUMPING AND FLOW DIVERSION
PART 1 - GENERAL
A. General: A bypass plan shall be submitted for review by the Owner. The bypass plan
shall include the operation, installation and equipment details along with a contingency
plan to react and address any failures of the system. The bypass system shall be 100%
redundant, with a complete backup system including backup pumps and all necessary
appurtenances. The Contractor shall temporarily furnish a portable engine-driven pump
suitable for a suction lift application, capable of pumping raw sewage, with 3" minimum
solids handling capacity, and having a rated discharge capacity of peak wet weather flow
historically found at the site. Contractor shall confirm capacity of the existing site flow.
This pump shall be onsite and available for operation during construction. All plugs,
including the installation of plugs and removal of plugs will be provided by Owner.
B. Portable Pump: Product data sheets for the proposed pump and all related
appurtenances (suction and discharge hoses/piping; valving; sensors or controls, if any
are required) needed for pump operation, shall be submitted for review by Owner.
Submitted information shall also include sketches showing the proposed layout of the
portable pump and associated appurtenances.
1. Upstream Access Hole Control Levels: Control levels are unique to areas
requiring bypass pumping. The Contractor shall submit controls as part of the
Bypass plan for approval by the City and/or engineer. Contractor shall confirm
that the upstream suction point is sufficient for proposed bypass pumping piping.
The maximum suction lift during operation of this bypass pump may be as much as 17
feet (including minor losses), depending on water level in the wet well, the selected
operating location of the bypass pump, and sizing of the suction piping.
C. Bypass Connection: During the construction of the project, bypass connections shall be
utilized as necessary to accommodate peak 24-hour sewer flow. Specification of
connection points shall be submitted as part of Bypass pumping plan.
D. Operation Criteria: Contractor shall locate the Bypass Pump and related appurtenances
onsite as needed to avoid interfering with construction activities and to minimize
interference with traffic. The suction and discharge hoses, valving, and appurtenances
needed to allow pump operation shall be stored onsite, and shall be ready for use during
construction. Control of the bypass pump shall be manual or automatic, at Contractor's
option. Providing sensors and controls as required for automatic operation of the
Bypass Pump shall be at no additional cost to Owner. Manual control shall require full-
time attendance by Contractor personnel as required to ascertain Access Hole level and
to adjust pumping rates appropriately. City permits and water acquisition fees will be
waived for the Contractor.
E. Bypass Pump Location: Contractor shall locate the Bypass Pump within the
Owner-approved work area, as required to facilitate its operation and minimize conflicts
with other construction activities.
City of Carlsbad
Foxes Landing Lift Station Bypass Pumping
December 2010 01570-1
F. Wastewater Diversion: Any flow diversion from one channel to another or wastewater
detention shall be addressed in an approved bypass plan. This shall include the
procedure for transferring flow from the old alignment to the new alignment and
projected interim flow configuration.
G. Traffic Control: City will provide any necessary traffic control for this bypass system.
H. Bypass Pumping Cost: The cost to temporarily furnish, install and operate bypass
pumping as needed throughout the construction period, shall be included in the bid item
cost for installation of the associated pipeline or access hole. Contractor's bid shall
include the cost to provide this equipment for a five day period throughout the contract
period. Cost of operation, and the cost to provide this equipment for a longer period of
time, shall be subject to additional reimbursement by the owner based on rates provided
by the Contractor with the bid.
PART 2- PRODUCTS
A. Piping
The bypass piping shall be a continuous piece of polyethylene solid wall piping joined by
butt fusion welding, steel pipe with welded or Victualic joints, or a system of Victaulic
aluminum piping, couplings, and fittings. Mechanical joints will not be allowed in the
polyethylene bypass piping except at the pumps, manifold, and discharge connections.
Above ground piping that is exposed to traffic loading shall be continuous piece of steel
pipe with a system of Victaulic couplings and fittings. The bypass pipe shall be of a
pressure class that is compatible with the bypass pump.
B. Pumps
1. All pumps used shall be fully automatic self-priming units that not require the use
of foot-valves or vacuum pumps in the priming system. The pumps may be electric
or diesel powered.
2. All pumps must be constructed to allow dry running for long periods of time to
accommodate the cyclical nature of effluent flows.
3. Estimated average flow seen at the station is 700 gpm with peak flows of 2,000
gpm. Pumps shall be designed to provide for that flow with 65-ft of head with a
suction head is estimated at 16.5 feet and the discharge piping required is
approximately 100-ft.
PARTS- EXECUTION
A. Bypass
1. The pump and bypass lines shall be of adequate capacity and size to handle the
estimated peak flows. Owner shall provide historic flow data to the contractor
including data to anticipate the systems diurnal flow pattern. Owner shall provide
guidance through the project regarding changes of flow rates. Bypass system
shall be attended at all times.
City of Carlsbad
Foxes Landing Lift Station Bypass Pumping
December 2010 01570-2
2. Provide 100 percent backup pumping capacity connected to the primary pump
prior to commencement of work.
3. The bypass pumping and piping system shall be independently tested at a
minimum 50 psi prior to starting construction.
4. During the execution of the Work, the Contractor and Owner shall coordinate to
ensure continuity of sanitary sewer flows.
5. Contractor shall provide, install and maintain a containment system that will
prevent any spill or leaks from the bypass system from entering any downstream
stormdrain or body of water. Containment around piping would include visqueen
plastic secured around the pipeline alignment with sandbags.
6. The pumps shall be equipped with light and/or sound alarms in the event of pump
failure. During sewer bypass pumping operations, the pumps shall be continuously
attended and monitored by personnel qualified to operate the pumping equipment.
This includes after hour periods when the Contractor may not be conducting any
construction activities. The personnel monitoring the pump shall be equipped with
a cellular telephone so that additional personnel can be contacted in case of an
emergency.
7. The Contractor shall have onsite a fully functional and fueled standby pump(s) that
can be immediately placed in service if the primary pumping unit malfunctions.
Provide backup power supply that is readily connectable in the event of loss of
primary power. The cost for the standby unit(s) and backup power shall be
included in the cost for the sewer bypass bid item and no additional compensation
will be allowed.
8. Power and alarm wires shall be protected in all locations, buried across driveways
and traveled way.
9. Manholes shall be covered, safe, and vandal resistant at all times during bypass
operations. Plywood covers over manhole entry secured with sandbags are
allowed.
10. Contractor's bypass system shall prevent the surcharge of the 24" gravity flow
pipeline in order avoid building lateral wastewater backups, however, Contractor
shall not be responsible for any clean-up, repair, property damage cost or claims
except to the extent caused by Contractor.
11. Owner shall provide source of clean water for testing and flushing of equipment.
12. Owner shall be responsible for loss or damage to bypass equipment excluding that
occurring as a result of normal wear and tear and excluding loss or damage
caused by Contractor. .
B. Contingency Plan for Bypass
1. Prior to starting work, the Contractor shall provide an emergency contingency plan
in event of pump, power supply, or pipeline failures, including an emergency
contact list.
City of Carlsbad
Foxes Landing Lift Station Bypass Pumping
December 2010 01570-3
2. The method of connecting this bypass shall be indicated on the bypass plan
submittal.
3. In event of a sewage spill, Contractor shall immediately notify City wastewater
personnel Don Wasko at (760) 802-4756 or Ken Burtech at (760) 802-581 Oand
then follow directions of RWQCB and the Health Department all in accordance
with Proposition 65.
END OF SECTION
City of Carlsbad
Foxes Landing Lift Station Bypass Pumping
December 2010 01570-4
EXHIBIT 1
Ram
for
Rent Riverside
Rental/Sale Estimate
www.rainforrent.com 6400 Fischer Road
Riverside, CA 92507
Phone: 951-653-2171
Fax: 951-656-1926
Estimate Number: 10-036-390495
Application: SEWER BYPASS Materials. RAW SEWAGE Flow: 2000GPM MAX Suction Lift: 15' Friction Loss: 10' Static
Head: 65'
*Rain for Rent Cycle = 28 Days.
This estimate has not been flagged as PREVAILING WAGE.
Rental Items
Qty
1
1
3
1
1
3
6
4
1
3
3
3
2
1
6
3
1
1
2
3
2
2
5
4
1
3
1
2
2
1
4
35
15
1
Unit
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each
^ach
Each
Each
Each
Each
Jnt
Jnt
Jnt
Jnt
Jnt
Jnt
Jnt
Jnt
Each
Each
Each
Each
Each
Each
Each
Each
Duration
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
1 Week
5 Day
Item
+811027
+811030
726309
726306
727947
727948
721197
720759
720749
720282
721083
320024
720671
725110
726312
727949
726314
323194
979903
979905
979910
979915
979920
950903
950905
950910
721190
721198
721191
720766
720768
720769
720770
+670508
Description
PUMP-TRASH DV175C TRLR
(PRIMARY)
PUMP-TRASH DV200 TRLR/SKID
J3ACKUP)
ADAPT 8 FLGXGRV STL
ADAPT 6 FLGXGRV STL
RED-IND-GRV 8x6 GAL-STL 10GA
RED-IND-GRV 10x8 GAL-STL
10GA
ELL-IND-GRV-45DEG 10 GAL
10GA
ELL-IND-GRV-90DEG 10 GAL
10GA
TEE-IND-GRV 10GALV-STL 10GA
TEE-RED 10x10x3 GRXGRXMIPT
VALVE-GATE BRASS 514T10 3
NIPPLE 3MIPTx21/2 MNST#76R
HEX
VALVE-GATE Cl FLANGED-10RW
10
^VALVE-SWING-CHECK 10 SJ901
ADAPT 10 FLGXGRV STL
RED-IND-GRV 12x10 GAL-STL
10GA
ADAPT 12 FLGXGRV STL
TEE-IND-GRV-VENT-AIR 10
PIPE-IND-GRV 10x3 ALUM 83
PIPE-IND-GRV 10x5 ALUM 83
PIPE-IND-GRV 10x10 ALUM 83
PIPE-IND-GRV 10x15 ALUM 83
PIPE-IND-GRV 10x20 ALUM 83
PIPE-IND-GRV 12x3 STL IPS
10GA
PIPE-IND-GRV 12x5 STL IPS
10GA
PIPE-IND-GRV 12x10 STLIPS
10GA
TEE-IND-GRV 12 GALV-STL 10GA
ELL-IND-GRV-45DEG 12 GAL-STL
ELL-IND-GRV-90DEG 12 GAL-STL
CPLR-IND-GRV 6 HW STL 77
CPLR-IND-GRV 8 HW STL 77
CPLR-IND-GRV 10 HWSTL 77
CPLR-IND-GRV 12 HW STL 77
SPILLGUARD-12'x30'x1'
Day
$200.00
$167.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
r $~ooo
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0,00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$37.00
Week
$600.00
$500.00
$5.00
$4.00
$5.00
$5.00
$6.00
$6.00
$6.00
$6.00
$10.00
$5.00
$30.00
$30.00
$5.00
$5,00
$5.00
$5.00
$5.00
$5.00
$7.00
$9.00
$10.00
$3.00
$3.00
$500
$7.00
$7.00
$7.00
$2.00
$2.00
$3.00
$4.00
$0.00
•Cycle
$1 ,800.00
$1,500,00
$15.00
$12.00
$15.00
$15.00
$18.00
$18.00
$18.00
$18.00
$30.00
$15.00
$90.00
$90.00
$15.00
$15.00
$15.00
$15.00
$15.00
$15.00
$21.00
$27.00
$30.00
$9.00
$9.00
$15.00
$21.00
$21.00
$21.00
$6.00
$6.00
$9.00
$12.00
$0.00
Extension
$600.00
$50000
$15.00
$4.00
$5.00
$15.00
$36.00
$24.00
$6.00
$18.00
$30.00
$15.00
$60.00
$30.00
$30,00
$15.00
$5,00
$5.00
$10.00
$15.00
$14.00
$18.00
$50.00
$12.00
$3.00
$15.00
$7.00
$14.00
$14.00
$2.00
$8.00
$105.00
$60.00
$185.00
Printed 4/12/2011 2:45 PM
Estimate 10-036-390495 Confidentiality Notice This quotation andcirculated, duplicated, quoted or otherwise referred to or disclosedreceived thrs information in error, please immediately contact us at
Page 3 of 7
any associated document(s) are privileged and condifidential, and areto third parties for any reason without the written consent of an OfficerrlaKe@ratnforrent.com or by telephone al 661-387-6173, Thank you.
intended for the sole use of the addressoefs) They cannot be usad,of Western Oilfields Supply Company dba/Rain for Rent, if you have
Rain
for
Rent Riverside
Estimate Number: 10-036-390495
Rental/Sale Estimate
www.rainforrent.com
Additional Specifications
6400 Fischer Road
Riverside, CA 92507
Phone: 951-653-2171
Fax: 951-656-1926
SCOPE OF WORK: SEWER BYPASS AT FOXES LIFT STATION. SUCTION SOURCE IS MANHOLE
90 FEET FROM LIFT STATION, DISCHARGE POINT IS 12 INCH FLANGED CONNECTION INSIDELIFT STATION. ESTIMATED DURATION IS 5 DAYS. RAIN FOR RENT TO PROVIDE PUMP WATCH
24 HOURS/DAY, REPORTING TO SUPERVISOR FOR CITY OF CARLSBAD WASTER WATERDEPARTMENT. SYSTEM INCLUDES ONE (1) DV175C PUMP AS THE PRIMARY PUMP, CAPABLE
OF HANDLING FLOWS BETWEEN 600GPM AND 2200GPM. RAIN FOR RENT HASRECOMMENDED THAT PRIMARY PUMP BE ON-LINE 24 HOURS PER DAY, WITH CITY OF
CARLSBAD PROVIDING GUIDANCE TO PUMP TECHNICIAN ON WHEN TO INCREASE FLOWRATE THROUGH AN INCREASE IN THE RPM OF THE PUMP. ONEJ1) DV200 PUMP WILL BE THEBACK-UP^ ONLY ACTIVATING WHEN PRIMARY PUMP IS UNABLE TO HANDLE FLOWS COMING
INTO SUdTION POINT DUE TO EMERGENCY. DISCHARGE LINE TO BE 10 INCH VICTUALICPIPE, WITH 12" VICTAULIC STEEL PIPE USED ON SUCTION SIDE OF THE LINE.
***QUOTE IS FOR A 5 DAY RENTAL PERIOD***
***RAIN FOR RENT RESERVES THE RIGHT TO REQUEST A CHANGE ORDER SHOULD THEPROJECT EXCEED 5 DAYS AS STATED IN PART 1.01 H OF SECTION 01570 ***
1. CUSTOMER TO PROVIDE GUIDANCE AND SUPERVISION TO RAIN FOR RENT PUMP WATCH,INCLUDING FLOW RATES, PEAK TIMESA AND OTHER FACTORS THAT MAY AFFECT THEPROPER SUCTION AND DISCHARGE OF RAW WATER SEWAGE.
2. CUSTOMER TO PROVIDE CLEAN WATER FOR TESTING AND FLUSHING OF EQUIPMENT3. CUSTOMER HAS REQUESTED SYSTEM TO BE DESIGNED TO ACCOMODATE 65 FT OF HEAD
4. CONTINGENCY PLANT NOT INCLUDED IN THIS ESTIMATED. WILL BE PROVIDED UPONAWARD OF BID.5. PUMP TECHNICIAN WILL KEEP A SUPPLY OF PARTS ON TRUCK TO HANDLE BASIC ISSUES
THAT DEAL WITH THE PUMP, PIPE, AND FITTINGS.
Fuel Consumption Estimate @$4.72/gallon
Pump Model
DV200 (trailer)
DV175c (trailer)
Gallons
Per Hour
3.1
4.3
Run
Hrs
1
24
Gallons
Per Day
3.1
103.2
Est. Fuel
Cost Per
Day
$14.63
$487.10
Dry
Weight
4,080
4^660
Length
11 1/4'
11 1/2'
Width
51/2'
6 1/2'
Height
7 1/2'
72/3'
Printed 4/12/2011 2:43 PM Page 5 of 7
idifidentiat. and are intended for the sole use of the addrosssefs). They cannot be used,.onsent of an Officer of Western Oilfields Supply Company dba/Ratn for Rent, if you have•'-6173. Thank you.
RAIN FOR RENT
ENGINEERING DIVISION
Western Oilfields Supply Company
(661)399-9128 Fax (661) 399-3211
3404 State Road
P.O. Box 2248
Bakersfield, CA 93303
'CONFIDENTIAL*To: Dan Prosio
Branch; 36 - Riverside
From: Servando Diaz
Date: 4/11/2011
Subject: Foxes Landing Lift Station
Job#: 01-3700
Doc#: 01-3700-01-03
Given Information:
The following recommendation is for the Foxes Landing Lift Station. Site elevation is at 50' above sea level. Suction lift is 15' with
a discharge length of 90' and an elevation change of 5'. System will supply 12" Flange connection with a force main pressure of
60'. Max flow rate is 2,000 GPM.
Calculations:
(1) DV-175C m 2,000 GPM ea
Pipe Specs:
Type
Dia (inl
Rating
Length (ft)
Flow (qpm)
Velocity (ft/s)
Suction
Steel
12
SCH 10
25
2,000
5.7
Discharge
Aluminum
10
Victaulic
90
2,000
8.5
Total Dynamic Head (TDK)
1.57 Ft. 6" Check Valve (k=1.40)
0.45 Ft, Hf Loss Reducer (k=0.20)
2.55 Ft. Pipe Hf Loss - 10"x 90' Aluminum Vic
0.11 Ft. 10" Gate Valve (k=0.10)
0.94 Ft. Hf Loss 10" Tee (k=0.84)
2.36 Ft. Hf Loss 90° Elbows (k=0.42)
1.23 Ft. Hf Loss 45" Elbows (k=0.22)
60.00 Ft. 12" Flange Connection
5.00 Ft. Elevation Change
19.23 Ft. Total Suction Lift
93.4 Ft. Required Pump (TDH)
40 PSI
Total Suction Lift
15.00 Ft. lift, water==>ground level
0.20 Ft. Pipe Hf Loss -12" x 25' Hose
0.40 Ft. Entrance Loss (k=0,8)
0.52 Ft. Fitting and Misc Losses
3.10 Ft. Trailer/Skid Height
19.23 Ft.
Net Positive Suction Head
Atmospheric: 33.7 Ft
Vapor Pressure (70°): 0.9 Ft
Total suction head: 19.23 Ft
Flow: 2000 GPM
NPSHA 13.6 Ft
NPSHR 12.0 Ft
O.KX
Recommendations:
Rain for Rent Engineering recommends the use of one (1) DV-175C pump @ 2,000 GPM for primary pumping with one DV-200
for back-up pumping. Suction line will be 12" Steel pipe with a 3' submergence to reduce the possibility of vortexing or cavitation.
Discharge piping will be 10" Aluminum Vic running 90' to discharge location. Gate valves, flow meters, pressure gauges and
air vents should be installed to monitor, maintain, and adjust system conditions. Air/ vacuum vents are recommended at the
pump station, discharge location and at high points along the pipeline and every 1/4 mile. Adjust all valves slowly to avoid
damage and/ or cause injury to personnel.
These calculations and recommendations were derived using the published purnp curves. Actual pump performance in the field may vary
from pump to pump and may not follow the trends displayed here. These calculations delivered by the Rain For Rent Engineering Department
are based on the information provided by the customer. Any variations of the system's characteristics may cause a change in the pumping
requirements. Different flow, elevation, pipe distance, and fluid composition conditions may require different pumping systems. All information
contained in or disclosed by this document is considered confidential and proprietary by Rain for Rent Engineering Division. All disclosures of
the calculations and design information and reproduction of this document and all rental and sales rights are exclusively reserved by and to Rain
for Rent and communications of this information to others is prohibited without the prior written consent of Rain for Rent Engineering Division,
Solutions to Liquid Handling Problems since 1934 Doc#01-3700-01-03
Rain For Rent DV-175C
-L.J. i ,!l i. ^ i .L4. I I ' ^—J_' : I JLJ-.l i i ! .LJ-! [ I i I i | I , I
_L.-L-L-llJ_l_i_Lii.J-J--l I U_Li.-LJJJJ_l _1_ l_J_i.J.JJ_l_l_LL_
_ i. I- .l..L_lJ-J_i... L. Li. i i - -: -' - -1- L.L L 1.J J J .J.L.L L 11,1. J. J J _I_._L._•- pr r._, h .-p,. L.L-L.i^-j -L-L. [_.J_ J. J J_i_j_r_L_l_J-J. J.-1 J4_l U
t _ !_ L_ l_ i._ i_ J- ~l ^ _i _J „„! L_ S_ i. J_ -i. _L _J ..j
L_t H -L-! I I I I ,l i—! i I I I i
I_i_ i_ u i- i- J- a .4 J .4 _I-U. L. 1 J. 0. -i 4 j
i_l_ i_u Li.J._ijJ_l_!_l_l-J--LJ.-iJ_
- 4- i i J -i -J-!_ i_ U 1- i J- -i- -j
- i- X — 4 -l-i—i~l_ L i- 1 ^ J- J... t i j.4..i_i_i_i_u uiiJ.--1- 4- t 1 4 -4 ..J _1_U L. t... t i-n- i- j. 4-»-Ji-i—i-Ln. -t
. I i t I ' I i i I ,1 J I I
ft v, - ttii •.•.•itti- r£;F.^ •.'.•-'. L
CONFIDENTIAL
City of Carlsbad - Manually Operated Foxes Lift Station Sewer Bypass
d bv Ram for Rent 931-653-2171
40'
12" Flanged Connectio
(Discharge Point)
24" Manhole
(Sue ft on Point
10" Vic Aluminum Cehck Valve
Rain for Rent
| :' | D\/ ' '-
Standard Features
* Hot Dip Galvanized Trailers and Skids
Radiator Enclosure
Battery Box
Wheels
* Zinc Plated Jacks
Emissions Certified Engines
Perkins and John Deere
. DOT LED lights
« Electric Brakes with Safety breakaway
Locking Battery Box
Pump Features
* Solids-handling capabilities to 3"
diameter maximum
« Continuous self-priming
* Runs dry unattended
Suction lift up to 28 ft.
« Skid- or trailer-mounted
* Auto-start-capable control panel
Size 8" X 6"
\.\
Technical
» SAE-mounted
« 12 volt, electric start with control panel
« Skid- or trailer-mounted with optional lifting bale
» 24-hour minimum capacity fuel tank
* Compressor/Venturi automatic priming system
* Electric drive option available
*• Sound attenuated option available
* Perkins Engine options: 1104D-44TA for up to
ISOOrpm or 1106D-E60TA for up to 2000rpm.
Material Specifications
Standard Build - ASTM A48 CLASS 30 Gray Iron
volute Enclosed 2 vane non-clog impeller and
replaceable wear rings
• Pump Shaft
LaSalle 1144 stress proof steel
Mechanical Seal
Tungsten carbide vs. silicon carbide mating faces
Oil-bath lubrication for dry running
' Suction / discharge flanges ANSI 150# FF
P.O. Box 2248
BaKersfield CA 93303
800-742-7246
661-393-1542
FAX 661-393-1542
www.rainforrent.com
mfo@rainforrent.corn
Rain for Rent is a registered trademark
of Western Oilfields Supply Company
Features and Specifications are subject to
change without notice.
Rain for Rent
••/,•
Production Curve
Design Details
Pump Designation: DV-175C
Pump Description:Centrifugal end
suction pump, single
stage, volute type, 2
vane non-clog
impeller
Solid Handling
Size:
Up to Sinches (45mm
Operating
Temperature
WIN: -4°F (-20°C) -
MAX: +212°F
P.O. Box 2248
Bakersfield CA 93303
800-742-7246
661-399-9124
FAX 661-393-1542
www.rainforrerit.com
info@rainforrent.com
Rain for Rent is a registered trademark
of Wesiem Oilfields Supply Company
Features and Specifications are subjec! to
change without notice
Dimensions
Performance Specs
2 VANE NON-CLOG
IMPELLER
Minimum Operating
Speed:
Maximum Operating
Speed:
Maximum Head:
Maximum Flow:
1200rprn
2000 rpm
295ft.
2900 gpm
t.
---- . ..."1--* •:.'.
Model BEST
COPY
Rain for Rent
Standard Features
« Hot Dip Galvanized Trailers and Skids
Radiator Enclosure
Battery Box
Wheels
• Zinc Plated Jacks
» Emissions Certified Engines
Perkins and John Deere
» DOT LED lights (optional)
• Electric Brakes with Safety breakaway
• Locking Battery Box
Pump Features
• Solids handling capabilities to 3" diameter maximum
« Continuous self priming
» Runs dry unattended
• Suction lift to 28'
• Skid or trailer mounted
• Stainless Steel and CD4MCu* Pump Options
Size 8" X 8"
Technical
« The DV-200 is direct coupled to a John Deere
4045T-150 diesel fueled engine.
« The pump and engine are skid or trailer mounted
with lifting bracket and integral 24-hour minimum
capacity fuel tank.
* The engine is 12 volt, electric start.
• The compressor is fitted to operate the air-ejector
priming system.
» Other makes of diesel engines and electric power
options are available.
Material Specifications
» Standard build is 316 stainless steel open
impellers and replaceable wear plates.
« Pump shaft is 431 stainless steel. All other major
pump components are spheroidal graphite iron.
» The mechanical seal, with solid silicon carbide
mating faces, is lubricated in an oil bath.
« Suction and discharge flanges are 8" ANSI
» 150#FF.
P.O. Box 2248
Bakersfield CA 93303
800-742-7246
661-393-1542
FAX 661-393-1542
www.rainforrent.com
info@rainforrent.com
Ram for Rent is a registered trademark
of Western Oilfields Supply Company.
Features and Specifications are subject to
change without notice
Rain for Rent
Production Curve Performance Specs
Maximum Head:
Maximum Flow:
152ft.
3l66 gpm
Design Details
Pump Designation: DV-200
Pump Description:Centrifugal end
suction pump, single
stage, volute type, 2
vane non-clog
impeller
Solid Handling
Size:
Up to 3 inches
(76.2mm)
Operating
Temperature
MIN: -4°F (-20°C) -
MAX: +212°F
P.O. Box 2248
Bakersfield CA 93303
800-742-7246
661-399-9124
FAX 661-393-1542
www.rainforrent.com
info@rainforrent.com
Rain lor Rent is a registered trademark
of Western Oilfields Supply Company.
Features and Specifications are subject to
change without notice.
Dimensions