Loading...
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