Loading...
HomeMy Public PortalAbout2012-03 Selecting Alemans Sprinklers and Design, Inc for the Village Green Irrigation System RehabiltationRESOLUTION NO. 2012-3 A CAPITAL PROJECT AUTHORIZING RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, FLORIDA, SELECTING ALEMAN'S SPRINKLERS & DESIGN, INC. FOR THE VILLAGE GREEN IRRIGATION SYSTEM REHABILITATION; AUTHORIZING THE VILLAGE MANAGER TO EXECUTE AN AGREEMENT RELATED TO THE SAME; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on October 11, 2011, the Village of Key Biscayne (the "Village Council") authorized the Village Manager to proceed with a bid process for the Village Green irrigation system rehabilitation (the "Improvements"); and WHEREAS, the Village Manager solicited bids in accordance with Section 2-83 of the Village Code of Ordinance for the Improvements; and WHEREAS, after careful review of the competitive bids submitted, the Village wishes to engage Aleman's Sprinklers & Design, Inc. for the Improvements; and WHEREAS, the Village Council finds that this Resolution is in the best interest and welfare of the residents of the Village. NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, FLORIDA, AS FOLLOWS: Section 1. Recitals Adopted. Each of the above stated recitals are hereby adopted, confirmed and incorporated herein. Section 2. Aleman's Sprinklers & Design, Inc. Selected. The Village Council hereby selects Aleman's Sprinklers & Design, Inc. for the Improvements. Section 3. Village Manager Authorized. The Village Manager is hereby authorized to execute an agreement at a cost not to exceed $42,066.90 with Aleman's Sprinklers & Design, Inc., in substantially the form attached hereto as Exhibit "A," subject to approval as to form, content, and legal sufficiency by the Village Attorney. Section 4. Effective Date. This Resolution shall be effective immediately upon adoption. PASSED AND ADOPTED this 10th day of January, 2012. IvAYOR FRANKL H. CAPLAN CONCHITA H. ALVAREZ, MMC, VILLAGE CLERK APPROVED AS TO FORM AND LEGAL SUFFICIENCY: \ CONTRACT FOR CONSTRUCTION THIS IS A CONTRACT, by and between THE VILLAGE OF KEY BISCAYNE, FLORIDA, a municipal corporation of the State of Florida, (hereinafter referred to as "Village"), and Aleman's Sprinklers & Design, Inc., a Florida corporation, (hereinafter referred to as "Contractor") W I T N E S S E T H, that Contractor and Village, for the considerations hereinafter named, agree as follows: ARTICLE 1 SCOPE OF WORK 1.1 Contractor hereby agrees to furnish all of the labor, materials, equipment, services and incidentals necessary to perform all of the Work described in the Scope of Work and Technical Specifications attached as Exhibit 2 for the following Project: VILLAGE GREEN — IRRIGATION SYSTEM REHABILITATION VILLAGE OF KEY BISCAYNE ARTICLE 2 CONTRACT TIME 2.1 Contractor shall be instructed to commence the Work by written instructions in the form of a Notice to Proceed issued by the Village Manager. The Notice to Proceed will not be issued until Contractor's submission to Village of all required documents and after execution of this Contract. 2.2 Time is of the essence throughout this Contract. The Contractor shall prosecute the work with faithfulness and diligence and the Work shall be substantially completed within sixty (60) calendar days from the date specified in the Notice to Proceed. The Work shall be completed and ready for final payment in accordance with Article 3 within thirty (30) calendar days from the date certified by Village's Project Engineer as the date of Substantial Completion. 2.3 Upon failure of Contractor to substantially complete the Contract within the specified period of time, Contractor shall pay to Village the sum of Two Hundred Fifty Dollars ($250.00) for each calendar day after the time specified in Section 2.2 above for Substantial Completion. After Substantial Completion, should Contractor fail to complete the remaining Work within the time specified in Section 2.2 above 01108-031.02 for completion and readiness for final payment, Contractor shall pay to Village the sum of One Hundred and Fifty Dollars ($150.00) for each calendar day after the time specified in Section 2.2 for completion and readiness for final payment. These amounts are not penalties but are liquidated damages to Village for its inability to obtain full beneficial occupancy and use of the Project. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by Village as a consequence of such delay, and both parties desiring to obviate any question or dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the Contract on time. 2.4 Village is authorized to deduct the liquidated damages from monies due to Contractor for the Work under this Contract. ARTICLE 3 CONTRACT PRICE 3.1 Village shall pay to Contractor for the performance of the Contract, the total lump sum of forty two thousand sixty six dollars and ninety cents ($42,066.90) subject to the conditions, limitations and restrictions of Section 3.3. This price shall be full compensation for all costs, including overhead and profit, associated with completion of all the Work in full conformity with the requirements as stated or shown, or both, in the Scope of Work and Specifications. 3.2 The sum set forth in Paragraph 3.1 shall constitute the Contract Price which shall not be modified except by any Change Order issued by Village or as otherwise specified herein. 3.3 Village and Contractor agree that this Contract shall be subject to the condition precedent that Village funds are available and budgeted for the accomplishment of the Work for this Project, and that the Village secures and obtains any necessary loans for the accomplishment of this Project pursuant to a borrowing enabling ordinance and any loan implementing resolution adopted by the Village Council, and as described in the Village Council Resolution which awards and authorizes the execution of this Contract. 3.4 In the absence of the need for a performance and payment bond on this project, the Contractor hereby agrees to receive payment of no more than 50% of the total contract amount prior to full completion of all work, and acceptance by the Village. The Village shall remit final payment within thirty (30) days of the Village's consultant approving the completion of the WORK. ARTICLE 4 CONTRACT DOCUMENTS 01108-031.02 4.1 The Contract Documents which comprise the entire agreement between the Village and the Contractor concerning the Work consist of this Contract for Construction, the Proposal, the Scope of work and Specifications, Insurance Certificate, the Notice of Award, the Notice to Proceed, any Change Orders and any other Contract Documents, not specifically listed herein which shall be considered incorporated into and made a part of this Contract by this reference and shall govern this Project. Contractor is reminded and hereby recognizes that all Work under this contract must comply with applicable regulations. 4.2 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of these Contract Documents that are not contained herein. Accordingly it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. 4.3 The Contract Documents shall remain the property of the Village. The Contractor shall have the right to keep one record set of the Contract Documents upon completion of the Project; provided; however, that in no event shall the Contractor use, or permit to be used, any or all of such Contract Documents on other Projects without the Village's prior written authorization. ARTICLE 5 WAIVER OF JURY TRIAL Village and Contractor knowingly, irrevocably, voluntarily and intentionally waive any right either may have to a trial by jury in State and or Federal court proceedings in respect to any action, proceeding, lawsuit or counterclaim based upon the Contract for Construction, arising out of, under, or in connection with the Construction of the Work, or any course of conduct, course of dealing, statements or actions or inactions of any party. ARTICLE 6 ASSIGNMENT Neither party shall assign the Contract or any sub -contract in whole or in part without the written consent of the other, nor shall Contractor assign any monies due or to become due to it hereunder, without the previous written consent of the Village Manager. 01108-031.02 ARTICLE 7 MISCELLANEOUS 7. Insurance Requirements: 7.1 The Contractor will, at his own expense, purchase and maintain such insurance as will protect the Village and Contractor from claims under workmen's compensation laws, disability benefit laws or other similar employee laws; from claims for damages because of bodily injury, occupational sickness or disease, or death of his employees, or any person other than his employees, including claims insured by usual personal injury liability coverage; from claims for injury to or destruction of tangible property including loss of use resulting therefrom — any or all of which may arise out of or result from the Contractor's operations under the Contract Documents, whether such operations be by any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts may be legally liable. This insurance shall be written for not less than $1,000,000.00 combine single limit per occurrence (no aggregate limitation) or as required by law, whichever is greater, and shall include contractual liability insurance. Before starting the work, the Contractor will file with the Village and Engineer certificates of such insurance, acceptable to the \Tillage, these certificates shall contain a provision that the coverage afforded under the policies will not be cancelled or materially changed until at least 15 days after written notice is given to the Village and Engineer. These policies shall be written to cover Village and Village's Engineer as additionally insured. 7.2 Village's Right To Terminate Contract 7.2.1 If Contractor fails to timely begin the Work, or fails to perform the Work with sufficient workers and equipment or with sufficient materials to insure the prompt completion of the Work, or shall perform the Work unsuitably, or cause it to be rejected as defective and unsuitable, or shall discontinue the prosecution of the Work pursuant to the accepted schedule or if the Contractor shall fail to perform any material term set forth in the Contract Documents or if Contractor shall become insolvent or be declared bankrupt, or commit any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the Work in an acceptable manner, Village may, upon seven (7) days written Notice of Termination, terminate the services of Contractor, exclude Contractor from the Project site and take the prosecution of the Work out of the hands of Contractor, and use any or all materials on the Project site which have been paid for by the Village, as may be suitable and acceptable and may finish the Work by whatever methods it may deem expedient. In such case Contractor shall not be entitled to receive any further payment until the Project is completed. All damages, costs and charges incurred by Village, together with the costs of completing the Project, shall be deducted from any monies due or which may become due to Contractor. 01108-031.02 In case the damages and expenses so incurred by Village shall exceed the unpaid balance, then Contractor shall be liable and shall pay to Village the amount of said excess. 7.3 Contractor to Check Plans, Specifications and Data: Contractor shall verify all dimensions, quantities and details shown on the plans, specifications or other data received from Village's Project Engineer, and shall notify Village's Project Engineer in writing of all errors, omissions and discrepancies found therein within three (3) calendar days of discovery and Village's Project Engineer will promptly review the same. Any Work done after such discovery, but prior to written authorization of the Village's Project Engineer, will be done at the Conti actor's sole risk. 7.4 Contractor's Responsibility for Damages and Accidents 7.4.1 Contractor shall accept full responsibility for the Work against all loss or damage of any nature sustained until final acceptance by Village, and shall promptly repair any damage done from any cause. 7.4.2 Contractor shall be responsible for all materials, equipment and supplies pertaining to the Project. In the event any such materials, equipment and supplies are lost, stolen, damaged or destroyed prior to final acceptance by Village, Contractor shall replace same without cost to Village. 7.5 Defective Work/Guarantee 7.5.1 Village shall have the authority to reject or disapprove Work which the Village finds to be defective. If required by the Village, Contractor shall promptly either correct all defective Work or remove such defective Work and replace it with nondefective Work. Contractor shall bear all direct, indirect and consequential costs of such removal or corrections including cost of testing laboratories and personnel. 7.5.2 Should Contractor fail or refuse to remove or correct any defective Work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing by Village's Project Consultant, Village shall have the authority to cause the defective Work to be removed or corrected, or make such repairs as may be necessary at Contractor's expense. Any expense incurred by Village in making such removals, corrections or repairs, shall be paid for out of any monies due or which may become due to Contractor. In the event of failure of Contractor to make all necessary repairs promptly and fully, Village may declare Contractor in default. 01108-031.02 7.5.3 The Contractor shall unconditionally guarantee all materials and equipment furnished and Work performed for a period of one (1) year from the date of substantial completion. If, within one (1) year after the date of substantial completion, any of the Work is found to be defective or not in accordance with the Contract Documents, Contractor, after receipt of written notice from Village, shall promptly correct such defective or nonconforming Work within the time specified by Village without cost to Village. Nothing Contained herein shall be construed to establish a period of limitation with respect to any other obligation which Contractor might have under the Contract Documents including but not limited to any claim regarding latent defects. 7.5.4 Failure to reject any defective Work or material shall not in any way prevent later rejection when such defect is discovered. 7.6 Legal Restrictions and Traffic Provisions: Contractor shall conform to and obey all applicable laws, regulations, or ordinances with regard to labor employed, hours of Work and Contractor's general operations. Contractor shall conduct its operations so as not to interfere with or close any thoroughfare, except as provided for in the Contract Documents, without the written consent of the proper authorities. 7.7 Examination and retention of Contractor's Records 7.7.1 The Village or any of their duly authorized representatives shall, until 3 years after final payment under this contract, have access to and the right to examine any of the Contractor's books, ledgers, documents, papers, or other records involving transactions related to this contract for the purpose of making audit, examination, excerpts, and transcriptions. 7.7.2 The Contractor agrees to include in first -tier subcontracts under this contract a clause substantially the same as subparagraph 7.7.1 above. "Subcontract," as used in this clause, excludes purchase orders not exceeding $10,000. 7.7.3 The right to access and examination of records in subparagraph 7.7.1 shall continue until disposition of any mediation, claims, litigation or appeals. 7.8 No Damages for Delay No claim for damages or any claim, other than for an extension of time shall be made or asserted against Village by reason of any delays. Contractor shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from Village for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to, costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, 01108-031.02 whether such delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable. Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay. Notwithstanding the above, the Contractor shall be granted an extension of time and suspension of liquidated damages for any delay beyond the control of the Contractor. Should any delay, disruption, interference or hindrance be caused by the Village, for a continuous period or cumulative period of thirty (30) days, the Contractor may terminate the Contract upon seven days written notice to the Village. 7.9 Public Entity Crimes Affidavit Contractor shall comply with Section 287.133, Florida Statutes, (Public Entity Crimes Statute) notification of which is hereby incorporated herein by reference, including execution of any required affidavit. 7.10 Indemnification Contractor shall indemnify and hold harmless Village, Village's officers and employees and Village's Engineer and its officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful conduct of Contractor and persons employed or utilized by Contractor in the performance of the Agreement. 7.11 Capitalized Terms Capitalized terms shall have their plain meaning as indicated herein. 7.12 Independent Contractor: The Contractor is an independent contractor under the Contract. Services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the Village. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures, applicable to services rendered under the Contract shall be those of the Contractor. 7.13 Payment to Sub -contractors Certification of Payment to Subcontractors: Before receiving Firm's Payment, the Contractor shall pay all subcontractors and suppliers having an interest in the Contract for all work completed and materials furnished, and provide Releases of Lien to the Village from each. 01108-031.02 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on th -spective dates under each si: re• VIL • G 1F Y BISCAYNE, FLORIDA, i g by is V, lase Manag- a� j� •. ; • e c e = - • ,i Council action on th day of signing by and through duly . thorized to execute same. age Clerk APPROVED AS TO FORM AND LEGAL SUFFI IE CY: By: VILLAGE TIC ' EY This atiL day of VILLAGE OF KEY BISCAYNE, FLORIDA f.� ,2012. RI1 CONTRACTOR MUST EXECUTE THIS CONTRACT AS INDICATED BELOW. USE CORPORATION FORMAT, AS APPLICABLE. (Secretary) (Corporate Seal) This 024- day of , 2012. CONTRACTOR By gnature and Title) SOS e --liner, -Trz_s7t/e_/771 . (Type Name/Title signed above) 01108-031.02 EXHIBIT "1" PROPOSAL PROPOSAL VILLAGE GREEN — IRRIGATION SYSTEM REHABILITATION VILLAGE OF KEY BISCAYNE, FLORIDA Village Clerk's Office Village of Key Biscayne Village Hall 88 W. McIntyre Street Key Biscayne, Florida 33149 The undersigned, as Bidder, hereby declares that the only person or persons interested in the Proposal, as principal or principals, is or are named herein and that no other person than herein mentioned has any interest in the Proposal of the Contract to which the work pertains; that this Proposal is made without connection or arrangement with any other person, company, or parties making a bid or proposal and that the Proposal is in all respects fair and made in good faith without collusion or fraud. The Bidder further declares that he has examined the site of the work and that from personal knowledge and experience, or that he has made sufficient observations of the conditions of the proposed Project Site to satisfy himself that such site is o' correct and suitable one for this work and he assumes full responsibility therefore, that he has examined the Drawings and Specifications for the work and from his own experience or from professional advice that the Drawings, including bid item quantities, and Specifications are sufficient for the work to be done and he has examined the other Contractual Documents relating thereto, including the Proposal, Contract (Exhibit 1) Scope of Work and Technical Specifications (Exhibit 2), and that he has satisfied himself fully, relative to all matters and conditions with respect to the work to which this Proposal pertains. The Bidder proposes and agrees, if this Proposal is accepted, to contract with the Village of Key Biscayne (Owner), in the form of contract specified, to furnish all necessary materials, all equipment, all necessary machinery, tools, apparatus, means of transportation, and labor necessary to complete the work specified in the Proposal and the Contract, and called for by the Drawings and Specifications and in the manner specified. The Bidder further proposes and agrees to comply in all respects with the time limits for commencement and completion of the work as stated in the Contract Form. The Bidder further agrees that the deductions for liquidated damages, as stated in the Contract Form, constitute fixed, agreed, and liquidated damages to reimburse the Owner for additional costs to the Owner resulting from the work not being completed within the time limit stated in the Contract Form. The undersigned agrees to accept in full compensation therefore the total of the lump sum prices for the items named in the following schedule, based on the plan quantities contained within this bid form. Furthermore, the undersigned has checked these quantities and agrees that bid quantities are correct and adequate to complete the job in its entirety, as described in the contract document. P-1 01108-031.02.03 LIST OF MAJOR SUB -CONTRACTORS & SUPPLIERS Bidders are required to list with the Proposal, on this sheet all major sub -contractors and supplier included for the prosecution of the work. Failure to complete the list may be cause for declaring the Proposal irregular. The successful bidder shall employ the sub -contractors and suppliers listed hereunder for the class of work indicated, which list shall not be modified in any way without the written consent of the Village of Key Biscayne. The Bidder expressly agrees that: 1. If awarded a contract as a result of this proposal, the major sub -contractors and/or supplier used in the prosecution of the work will be those listed below. 2. The Bidder represents that the sub -contractors and/or supplier listed below are financially responsible and are qualified to do the work required. CATEGORY OR CLASS NAME OF SUB -CONTRACTOR ADDRESS OF WORK OR SUPPLIER **tom*************** *r*********i, ***+************** ntint* r+ *** ************************,r,Rih.«,f 1 1 aQ ... 80140 Iyk. 5924+- 749# al/ ,. u,. be% sr' ?urn 61f�01I 0 •. Vt.Y �� rillz• 11. 11. ild&15 3 ys 02-8 IVYo& a1 Pa+»porn Lj,e)i, j. P-2 01108-031.02.03 6 ri 11 11 11 11 D 1 1 BID FORM VILLAGE GREEN - IRRIGATION SYSTEM REHABILITATION VILLAGE OF KEY BISCAYNE, FLORIDA Bid unit prices stated in this proposal include all costs and expenses for labor, equipment, materials, contractor's overhead and profit. Unit prices for the various work items are intended to establish a total price for completing the project in its entirety. The Contractor shall include n the Bid price any work item and materials for which a separate pay item has not been included in the Bid Form. All work and incidental costs shall be included for payment under the several scheduled items of the overall contract, and no separate payment will be made therefore. No. ITEM EST. QTY. UNIT UNIT COST TOTAL COST 1 Furnish and install a new variable frequency drive 7.5hp booster pump and pressure tank (incl. electrical connection, control panel, fiberglass enclosure, concrete pad, mounting assembly, pressure transmitter, piping, wiring and testing) 1 L.S. $ i), 801-tAco skit 9,a' a0 2 Fumish & install a new Rainbird IQ controller (Incl. electrical connections, and connection to Villagewide central control (via new radio transmitter), software/hadware installation, training of Village staff.) 1 L.S. $ '460.00 $ 1, i ba Po 3 Repair valve boxes (to change lids to lockable 28 EA. $ /0o. 00 $ --, 9t 00 4 Repair of leaking solenoid or gate valves at valve 1 L.S. $ 45: ao $ 4,6'.00 5 Pressure test of all irrigation mains from meter to zone valves. 1 L.S. $ i, WA 00 $ I goo. 00 fi Locate, uncover and repair breaks in mains 10 EA. $ 451'0.00 $ 1,,x'00.00 7 Replace irrigation heads that do not meet requirements 50 EA. $15-•.‘ 6 $ 3,783.00 8 _Apecification Re -install irrigation heads that are not installed at the correct grade and/or are not plumb 15 EA. $ ?s. 6 4 $ jr 13 4-1.90 _ 9 Pressure test of individual zone piping 28 EA. $ 3vo100 $ $, goo 00 10 Locate, uncover and repair breaks in piping within individual zones 50 EA. $ joo. oo $ 3,000.00 11 Project Close Out (provide operation manuals, instruct Village staff on the proper operation of all equipment, provide record drawings and warrantee system for a period of one year) 1 L.S. $ 5'o 00 $ " 'ao. 00 12 Contingency 1 L.S. $ 5,000.00 $ 5,QQQ,QQ GRAND TOTAL IN FIGURES GRAND TOTAL (WRITTEN): Bidder: ArnekalS awl p. ...c. By: XoSg._ /4,.y, 0,1 Title: Prig-S:dateis $ SIv3 c b. 90 ballots r Telephone: C3.s') .796- IR eV Fax: Cams) 32$ " 91911, P-3 01108-031.02.03 EXHIBIT "2" SCOPE OF WORK AND SPECIFICATIONS EXHIBIT 2 SCOPE OF WORK AND SPECIFICATIONS The overall goal of this project is to rehabilitate and improve the irrigation system at the Village Green. The existing system was completed in 1996. Since then, certain modifications have taken place such as the removal of the booster pump. The irrigation system as currently configured and performing is not capable of providing adequate coverage to the irrigated areas. The Village hired Rosenberg Gardner Design earlier this year to evaluate the existing system and make recommendations to rehabilitate and improve the system to adequate performance levels. The attached report (dated August 25, 2011) describes their findings and recommendations, and specifies the work to be done to accomplish the rehabilitation and improvement. The Contractor shall perform the work as described in the report, the Proposed Bid Form and on the as -built drawings attached hereto. EXH 2 - 1 01108-031.02.03 ROSENBERG GARDNER DESIGN LANDSCAPE ARCHITECTURE AND LAND PLANNING PURPOSE: The intent of these notes and details is to prepare a method for the testing, evaluation and rehabilitation of the existing irrigation system at Village Green Park in Key Bis- cayne, Florida. PRELIMINARY TESTING: The primary task is to evaluate the effectiveness of the supply to the ex- isting system. The first step in this process was to have the Irrigation Contractor perform tests on the sys- tem. Lemus Irrigation, Inc. per- formed these tests and prepared a report (Appendix A) and determined that the available pressure was in- sufficient to properly run the system. In synopsis, the report consisted of a few sections. They are the deter- mination of the existing equipment, pressure testing of the system, de- termination of the system requirements as designed, a summary of the findings and the Irrigation Contractor's recommendations. Existing Equipment The system is being fed from a 3" water meter with a 3" DCA Wilkins Model 950 backflow preventer. The 3" PVC main line feeds 2" Irritrol 100 and 200 Series Solenoid Valves. The irrigation heads are either Rain - bird Falcon 6500 heads (light brown) or Toro 2001 (dark brown) and are spaced about 53' on center. Pressure Testing The static pressure was tested with one oil filled pressure gauge at the 2 ROSENBERG GARDNER DESIGN � 3 inlet and another at the discharge side of the backflow preventer and the dynamic pressure was calculated for three different zones. It was determined that there was significant pressure loss in the both the water meter and backflow preventer (8 PSI each) and the available dynamic pressure for the tested zones was only 53-54 PSI. Determination of System Requirements To determine if the available pressure was sufficient for the proposed system, it was necessary to determine the system's requirements. This is basically a function of de- termining the required pressure (PSI) and flow (GPM). The Irrigation Contractor's testing revealed that with the available pressures the zones could handle approximately 70 GPM. The As-Builts show that the zones are typically approximately 110 GPM and will required 50 PSI (at the head). Summary of Findings In all, the available pressure is wholly insufficient for the system to function as de- signed. Irrigation Contractor's Recommendations To have the system run properly, the Irrigation Contractor recommends that the exist- ing water meter be replaced, a booster pump be installed that will provide the requisite pressures and replacing the irrigation heads to the Rainbird Falcon 6500 Series rotor heads. The Irrigation Contractor further recommends additional testing on the rest of the system. Rosenberg Gardner Design reviewed the report by Lemus Irrigation, Inc. and found it to be complete and the report's recommendations appear accurate. SECONDARY TESTING AND SYSTEM REHABILITATION: Of primary concern, is the installation of a booster pump to increase the system's available pressure. Rosenberg Gardner Design contacted a local pump supplier to assist in the recommendation of the proper sized pump. Based upon the available pressures and system de- mands, Hoover Pumping Systems rec- ROSENBERG D GARD N E RA DESIGN ommended a 7.5hp pump. The specifications, details and electrical requirements of this pump are included in Appendix B. The Irrigation Contractor shall be responsible to hire any necessary Sub -Contractors to perform work that is not able to be performed under their abilities. After the installation of the booster pump and pressure tank the available pressures will be sufficient to operate the system as designed. While the exact supplier of the irrigation head shall be established by the Vil- lage of Key Biscayne, it is anticipated that the heads will be the Rainbird Fal- con 6504 Series Gear Driven Rotor Heads with the appropriate nozzles. These heads will be used to replace all of the irrigation heads. Particular noz- zles must be used depending on the spray pattern. The nozzles shall be se- lected according to following schedule: For 90° radius pattern throw use a #4 nozzle For 180° radius pattern throw use a #8 nozzle For 270° radius pattern throw use a #12 nozzle For 360° radius pattern throw use a #16 nozzle It is imperative that the previous nozzle chart is utilized. By varying the nozzles for the differing radius throws, consistent precipitation rates throughout the park will be en- sured. Secondary System Testing and Repair Now ensured the system will be providing sufficient flow and pressure to fully operate the system and that the correct irrigation heads are installed, it is possible to test the rest of the system. The first step shall be to test the system visually. Prior to com- mencement, ensure that all of the zone valves are fully open and haven't been shut down manually. The system shall be turned on at the controller and every zone shall be cycled through allowing sufficient time to measure and record the throw of every head as well as for sufficient time for "wet spots" caused by line breaks to become visible. If any of these breaks are visible, the Irrigation Contractor shall immediate repair the break. ROSENBERG D 4 GARD N E R EA DESIGN The spray throw shall reach the adjacent head thereby ensuring "head -to -head" coverage. All non- functioning or inappropriate (not conforming to the design parame- ters) heads shall be replaced. Fur- ther, heads that are not installed at the correct elevation compared to finish grade or plumb shall be ad- justed. During this test all heads shall be cleaned of debris regard- less of whether they appear to be providing sufficient throw. FINISH GRADE ROTOR POP-UP SPRINKLER: RAIN BIRD 3504 -PC -SAM 1/2 -INCH MALE NPT x .490 INCH MODEL ELBOW: (1 OF BIRD ) SWING PIPE 12 -INCH LENGTH: RAIN BIRD MODEL SP -1O4-100 PVC SOH 40 TEE OR ELL PVC LATERAL PIPE NOTE: FOR FLOWS ABOVE 4 GPM USE A SWING JOINT INSTEAD OF SWING PIPE OR SWING ASSEMBLY. The As -Built drawings shall be p ROTOR POP-UP SPRINKLER 3504 WITH SWING PIPE verified to ensure that heads are DOG installed in the same place and R "�-5P zoned as noted on the plan. If there are any deviations from the As -Built drawings, the Irrigation Contractor shall bring this to the immediate attention of RGD. Once the testing of the individual zones is complete and repaired, the Irrigation Con- tractor shall begin the testing of the main. Prior to commencement of the main line pressure test, the Irrigation Contractor shall open every valve box and verify that there is a gate valve that is fully operational and can be closed. If there is no gate valve present, then one shall be installed. All of the above mentioned gate valves shall be closed and main's pressure shall be tested by pressurizing the main just after the booster pump. A pressure gauge shall be installed at the end of the main furthest from the location of the pressurization equipment and then the main shall be pressurized with water to 100 pounds per square inch (PSI) for a period of NIVEMNIME1111M111141MIL , one hour. If more than one pound of pressure is lost during a RIM laliCE M one hour testing period, the test shall be considered a failure. All breaks shall be repaired and the h II b d This test shall be one. is proc- ess s a e redone. is proc- ess shall be repeated until the as- sembly passes the pressure test. TYPICAL SOLENOID VALVE ASSEMBLY MTS. 5 After the completion of this test- ROSENBERG D GARDNER DESIGN ing, the piping and water throw of the irrigation system should function properly. The Irrigation Contractor shall disassemble and remove all testing equipment, reconnect the system and open the gate valves at the zone valves. In recap, after this phase, the water meter should provide sufficient flow and the back - flow preventer should function as required. There will be a booster pump and pres- sure tank providing sufficient pressures. The main line will be able to withstand the required pressures and will have no breaks. The valves will all function properly and there will be gate valves in each valve box. Laterals will be free of breaks and the cor- rect irrigation heads will be of the correct type, clear of debris and installed plumb on swing joints at the correct elevation. OTHER EQUIPMENT: Controller and Rain Shut -Off Devices The Village is in the process of deciding if the existing irrigation controller will remain or if it will be converted as part of a village -wide central control system. At this point it should be as- sumed that the existing controller will remain. If it is determined that this central control system will be required, then the proposed irrigation con- troller will be furnished and installed as required. The existing irrigation controller shall be re -wired to ensure that zones are connected in a logical order. For example, adjacent zones will be in consecutive order. Additionally, the irrigation system shall be equipped with a rain shut-off de- vice such as a weather station, rain sensor or soil moisture sensors. RGD will assist in the lo- cation of these devices once it is determined 1 which shut-off devices are to be used. The controller will be located in the booster pump enclosure. Valve Boxes All valve boxes shall be opened and excess soil shall be removed from the bottom of the box to allow for the installation of a minimum of 6" of %" aggregate size gravel with a minimum of 2" of clearance between the bottom of the valve and the top of the ROSENBERG D 6 GARDNER NA DESIGN wig gravel. This includes the valve box for the water meter. The lids of all of the valve boxes (except for the water meter) shall be replaced with lockable lids. If any leaks in solenoid or gate valves are noted, the Irrigation Contractor shall repair them immediately. At A PROTECTION: Protection of Existing Utilities, Structures and Landscaping The Irrigation Contractor is responsible to preserve and protect existing facilities from damage caused by this work. In the event damage does occur, damage shall be completely repaired to its origi- nal condition at no additional cost to the Village. The proper utility companies shall be contacted to stake the exact location of any underground lines including but not lim- ited to electric, gas, telephone service, water, and cable prior to the commencement of any work. Any disruption or disturbance of any existing plant, tree, shrub, or turf, or any structure shall by com- pletely restored to the satisfaction of the Village at no additional cost. The Irrigation Contractor shall be re- sponsible to maintain pedestrian access and provide protection to the public from any construction activi- ties. CLEANUP AND CLOSEOUT: Cleanup Prior to completion, the Irrigation Contractor shall thoroughly flush out the entire sys- tem to remove dirt, debris and other particulates. All areas that have been disturbed ROSENBERG D 7 GARDNER � DESIGN by construction activities shall be returned to their previous condition prior to final ac- ceptance. Record Drawings After completion of installation, the Irrigation Contractor shall furnish completed as - built plans showing locations of water meter and backflow preventer assembly, booster pump and pressure tank, mains, valves, laterals and irrigation heads with di- mensions where required or necessary. The Irrigation Contractor shall furnish a re- duced color -coded copy of the as -built drawings laminated in plastic and mounted in- side the controller cover. Note the valve number on drawings and include same num- ber on tag attached to valve, or engrave on outside cover of valve box. Operation and Maintenance Manuals: Prepare and deliver to the Village an index sheet stating the Irrigation Contractor's ad- dress and business telephone number, list of equipment with names and addresses of local manufacturers' representatives, catalog and parts sheet on every piece of equip- ment installed and complete operating and maintenance instructions on major equip- ment components. The Irrigation Contractor shall provide the Village's maintenance personnel with instructions for the proper operation techniques for major equipment and show evidence in writing to the Landscape Architect at the conclusion of the pro- ject that these services have been rendered. Warrantee: The Irrigation Contractor shall fully warrant the irrigation system for a period of one year after the written confirmation from the Landscape Architect that the warranty pe- riod is in effect. During the warranty period, enforce manufacturer's and supplier's warranties. Any malfunctions, deficiencies, breaks, damage, disrepair, or installations by the Irrigation Contractor and his suppliers shall be immediately and properly cor- rected to the proper order as directed by the Village or Landscape Architect. Make full and immediate restoration for any damages caused by system malfunction at no addi- tional cost to the Village. Final Acceptance: Prior to the final acceptance of the system's remediation, Rosenberg Gardner Design and the Village will conduct a visual inspection of the operation of the system. During this inspection, the Irrigation Contractor shall cycle through the system (operated from the controller) and the system will be checked for valve installation, main and lateral breaks and proper irrigation head installation ("head -to -head" coverage, no clogs, plumb installation and proper elevation of heads). Until approval from the Village and the Landscape Architect, the project shall not be considered "Accepted". 8 ROSENBERG R GARDNER DESIGN 9 APPENDIX A ROSENBERG el �� 3 VILLAGE GREEN PARK IRRIGATION SYSTEM EVALUATION 0 PURPOSE OF THE EVALUATION: The, 1/GIl 6r mein/ 'ct rk. I,oec e t Kb Lic rie1, 1't ..d1 probtormto rYI ai trance, the la.tid ca pc n,q/ d to- WW,- tack. oft .; w m x..4'i;F'1,4j sylt t, nit : It i/ ne c e4Kt-t _y tr - eVait,Cet ' U Li,- fi. oat the" prefl sz ; arid,what (Are/ tht pk-to-{ liow to- t4 rove, i . tx t'lt ►ntaI GE's a ix,Le41t oil, the, op at i:o . A4'Ld, coves► c .q,e•• A t. the, we f uv'Ld. K+n:AAk va a.l -I& wa..r A & : 3 " tvateir ►netzw type. 2)'Back now Pr -Ewe -raw : 3" DC:•fl -1 'Ina. ► - gr_�clE�. 950 rrril tatityyv' est .vl. a< Bloc Type, b-. SGp. s -e, dvs �i tt'u�►� U spa -+7- .53 - between, heat f• cl. Scr eirvx Valve,: 2" Tr-ri ro1100 Er 2O0 e.ri Ma-i,vt , iidne 3 " HE c '4- ty73e.:. R((4.41.Z)1i r2 F ka i/ 6500) t T"rrecr 200 t is 1 e tthh "d./ H eca& : t_ £ jh Brow v't� i t1 T& c -}fe .: Daek,i3rowt LEra1'. S IRRIGA—ION. INC. 16123 SW 147 AVE MIAIVI FLORIDA 33:87 PH: (305; 969-9.71 F.V.:t3OSI S69-9474 EMAIL. arno Icmasirrigmicn ct•m 10 ROSENBERG 1111 ApRDNGNR `i 12 VILLAGE GREEN PARK IRRIGATION SYSTEM EVALUATION ixst £t mu.. , 'ini4ta te, thE'f static, cAva Za.blepr to e • We, ixustaa. c pr we ' (o th f i ) cxt the, ii (1''-) cold/the, d uc 'far .rid' (2"49 of the, bath Row iv preveetar. r-1 It woo— rehif : 7 ti NJ: • After that, 3one, #s 9, 3 a,vid, 2 were/ ea", to, w tce• to - the, dynes — Luc; tZvAdtical ZE'i Fr"'i /we" f fir" the, WA -am r) R e k{►r Zo-ne, 1" 4'. (?c- '�' 2' P. gauge/ 9 62 ' 54P1•& 3 62 'k& 54 psi, 2 61 PIA, 53 P,:. • See'Detaa # 1 (ttaohe ) • Co net441:4 P14: Water M etiw L ow-ik: 8 9-', Black/Pow r eA/eh-A.f- Lout*: 8 f-744->. LEML.5 IRRIGATION, INC. 16120 SW 147 AVE-fr911+111{- FLORICA - 33187 PH: an.: 969-3171 FAX: f05) 959 9'.74 MAIL. ern;111)112•ru:.irnpn;ir+n.tnm 11 ROSENBERG s GARDNER DESIGN � VILLAGE GREEN PARK IRRIGATION SYSTEM EVALUATION Next, it wa,kfryt.md, the C.if'.M 0.4e4 eaoh �o S £4 C the, d 'v -.'1 Gr p re4Wra4'c/ 1(' about same, i" awe, yrne4 we, c.a Entity that the water Ricazejef of each, (4.• about ut ate/ scx44flE3 • For 61.i4; it 1t,a•4r evaluated, gone. # 2 ( one, of the filethe4t .firrr, : du/ watar f',-r1.rott,); did the/ fTrll,r wix ,0-: 1) Um tss.E 1.bikki'Ia t hea4f-a.rthedst frro tithe sot l Pat valve) 2) Irt to .. 4' r e wUK- ex, ktcrbty jo- rLt at. the em.d, rrf the, ri nd , c1,ru1• i,31.0 -4A21, the, head/ badu on: the. svi 3 joi*it- ciowVL; fit the head, ter 5 gailik, bucket; im-iivtif, w thee-noomp/1, afut with/ te water ru.nru.+ • i kvcw ea,s,t ecti the/ ttnie that the: bucket wa,s, f'ated, o f water; it• wcor rc 4- th f ICTAIOWfrLiV • 1"" re< .c4j, : 31 4CCO u4 • reazti,v4,: 30 betcovtd. • 3 V& L&4'L, j-: 31 .i.econtts,. 1 Po US IRRIfi4rION, 1ei_2l'1SW 147 4VC- WMIAMI- 11ORIPA-3318? P11:1'41'4 yh'-4471 tAKi 1CI'j qh4-144/4 1- S.11411: ;,rrn-„ 1Pnurd i1; t n4. -n -r 12 ROSENBERG elG NER �f DESIGN 4 VILLAGE GREEN PARK IRRIGATION SYSTEM EVALUATION • t:(wICIa..4 uwiz It £ car 1() 04417.41-w; we, haNer 7 hen.4, tn. the/ E t'IE", 11%0LAAraflifi the, tIYt ia, (PP/ Of 70. Wei (-A NL f d that r`_4tr cc sera it i. . Zree u ric4' about 70 C,PM per None-. ow t J • We, ca -d- f outick the,pv S- re, Vaii )Lef trt, the, head/ ihtit , in. cap t4,i r - &V pVc.4 4c+ gauge/ cwt th ' point, c £,t WOW w Mai 30 PSI. MIA, head, to- reach/the, ipaartg Ceoctixilecii n, ed4, at leimt 60pSI. The, ( e ' ei radixr o f ctry :r of the/ '-L46" l i'Gx 40'. W ice• ct : vrAdrix.t&e,s fcru4ut %c) e' win/ caciAiutv, tilt, follow (,t { 1)Preci. i i u ito rk, (trtiu') V _ 1t M (360) * 96.2 5/Hec Si.)* Row Sp = 10 Tr. 5pacts - = 53' P=10 96.25/53 53=0.34V/14,- ?) t:rr+, ea. e:: 'Reach of the, = 40' - I ?cx.c, 0, .•1)ta inete4: 106' LEMUS I;RIGATION, INC. 16120 SW _�7 AVE MIAMI FLORIDA 331E7 PH: (305) _D69-9471 FAX:1305: 5611-9171 EMAIL: Brno Et musirri6at'cn.cc+m 13 ROSENBERG � GARDNERDESG tf 5 VILLAGE GREEN PARK IRRIGATION SYSTEM EVALUATION cover"awe: 40'(i06 _ 3K% oft3he,Taua .e r, WA), poor co ve-rraff& Cirxxa' covoragie, a1 Data ire, at ted.a4t 50% of [)i nedteAr. Irt,Stunowto, thR, (ceZ colwiult,vvy axe, a 14 m • Wate-r MEtEW v : 3" V c Type-. • Back, now Pre 'e l r: : . '1odei : 950 • C LUty gat/4% P eMi.wee . 7t) Nix • Sysetemv vuctter ct. r .: 70 G.P.M. • Dynamic, c Pre4utro at 70 Ii.P cat G i-sclha-v •e, bf 13 t k Ftcivv Prevexatt : 54 1,347. • vaaabl., Pr eiwteee at I t'Head; : 30 pa-i% • Pn, :w.re. I . f r n- v j c t.c 1-V'w PPreivenitor tb- Ust head.; c 54 - 30 = 24 p�z.: • 110(244- ET Rom, 53' • lie-cutlie-cut vuate.r cc. - : 10 G. P.m. • Uea : 40' • Precri)ittx rt, : 0.3 4'r '. • Co .'e : 38% LEMUS 1RR.IGATION, INC. 1E120 SW 1'1? AVE - MIAMI - FLORIDA - 331S7 PH: 13051M-9471 FAX:0305) 959-5'17.'1 EMAIL: a rno'Ien,usirrigation.airn 14 ROSENBERG GADRDN�'R !` I5 VILLAGE GREEN PARK IRRIGATION SYSTEM EVALUATION liya fau :&ccx.I,cAtZcx. i.cr}s, its- he, c: 3cceed; with, & rematy Avrxi,Zc .i , pre/144,4.-e, : 70 pg;, • Wilted,' Usage-, ; 70 G.P.M. • 1•Q t? .r Metzw 1o3 ' : 8 Psi4 • Back flaw Pr eAvirt.the tom , : 8 'sue S Chloe: i3e4e' vow-Loth-10ivow-Loth-10i owe coti4tahebt t1X?i 6(4 & go1.4,4 to evalt44 fro itti tZ ;• ctaj , the, &xc1c now pre 'ert • ova- to -the/ ifone, • Moister wave/ Low* :2"-70ern/ =2.5Psi/ • Zone, Wave/ tosses : 2" - 70 opitti = 2.5 p • Igatf. d Low* We/ are, c Hsu 4n1.4u4. alb fi.ow - iAlt,orw, ai,re tc,on (w&rst scenario) Di4tc Ito- ickne, , 1260' (Zone' 9 ar.,timer - 85 of phi.) • ta. s'v L CAR/ idgefei : 3" • �%w : 70 cj.P.M. M. LCuse, Las.se.6,: 5,92 ps I FM I J5 I KU ("A I ION, INC. 16120 5' ) 47 AVr- - -11 OII I f)A - 33-'87 -'I I: 13D') 469-4471 I• AX AM! *4-94/4 NIA II ; arrri IPrntririz,:tir.n.rom 15 ROSENBERG � GAURDNGN `►` 7 VILLAGE GREEN PARK IRRIGATION SYSTEM EVALUATION tit • LI '_rt2 L crisleig 2 ( 1tv) Diet; Cc) L (feet) -'. Lomes(psi.) 10 1-1/4 53 0,34 20 1-1/2 53 0.57 30 2 5A 0.3 6 40 2-1/2 10 0.05 70 3 25 0,11 Te al/ '. elr: 2.44 Psi/. T&taL Lc e. al, the, ay u: • Mcbste4, wave/ : 2.5 V • -o-'t& Valve. : 2.5 Psi/ • ivitAznitiAuti : 5.9 2 t'7gi, • L a e. rte.' : 1.44f Psi: rot -ca, 12.36 psi LEMI,15 IRIiIGA I MN; INC. 16")1,1 S.h." "L1 Ai,'' - M -I IORAI;A- i3Ili! PI I: (';1)5;(4,9 9471 1-4tY,:I T.i.Sr)qh9 4?4 EMAIL: a r1oir..''emusrria3tion.cor, 16 ROSENBERG GARDNER DESIGN � ��8 VILLAGE GREEN PARK IRRIGATION SYSTEM EVALUATION L  41,) At thfield. we/ frntrld, the, pre4sua e' from/ Sac' Prev eA'- to- lag. head,2 4 Psw-w ive" h vve, a, di -fret -anti -AZ, :24p(- 2.36= 21.64 P7,v Th(I /ncx y tn.)/ (44144' , at gate- veavos, d1J. L4tCI of the, r thy c teaciurw, Eva4tattruj,thw system. mu-Ler k' ov,9u" opt 'I.rj' czwaittong " fiecuts-Spat. iii- 53' Co-V1gev i'l. the/ trLd- factor (4 5 7 D i.c wu:AA) f 1. 8 to L, w (Ad/ vcqtraty, the- head/ racat .s, will/ i t ' d'ttivir; " Spada -= 53 " Minds factor cpac f41 45% d:%a rnet w. " (/06' ,: 0.50/(0.' 5 /2) = 59' r, tt eta have, v vad'.i,uk of 5 9 " To- get tha rcx f/L " Lhe t cx o -vi head/ rt ..,d s : kl wite./:#12 Li.ohtbrow�� .' PSI : 70 c7.P,M. L3.2 LEmUS IRRIGATION, INC 15110 SW 1A7 AVE WIAMI FLORIDA 33187 PH: (3-051969-9471 FA>::5CS 959-O'171 EfWA1_:: ria lemusirriga:icn.ccm 17 ROSENBERG �� GADESIGN `�%�� 19 VILLAGE GREEN PART{ IRRIGATION SYSTEM EVALUATION %if • Td#a�1 . . Iii. art/the, Sykte/ftv : 13.2* 7 = 92.4 • With, thizrF ut flow: 1260' f 3„i 95 Ci.t'. : LOS,S€4, 10.46 phi: ,_, Zone, valve/: 5 psir valve/ : 5 ps-C. Water Meter : Reid,+I- W psi/ (C -= 2.0 psi.) '▪ t3 ax. Flow Prtweinte-t : 8 p ( &c m) • Preirsure,a d:7073,v . Un, e t preurets- f: 11.64 psi/ La -tart • La- Lc/six/14 2.31 psi/ Qcgpri1!) DLamy. (") L (Tet) P. Lass CpW 13 I ‘i (1,P 53 0.1.8 26 1- 3 (2 33 0.95 39 2 53 0.61 52 2.1(2 10 0.08 92 3 25 0.19 T n(cae P. i 2.31 P I WIL,15,IltlittiAL'or , IN::. 1h1A)tiN 141 -r: IA.JI-I I()t{II)N-. -MIR! N I + i;:!i)5I Yht3 9411 $ A X :0 05) 9E.4-9474 EMAIL: arno ' em us irrigzti o n_cc m 18 ROSENBERG . GApDNGN ,►A 1 10 VILLAGE GREEN PARK IRRIGATION SYSTEM EVALUATION 7D1-1 sy 4n/ neetke 122.41 pi'(2839 It 1,S leLeCeiSititey OU booster pool) w ferad'i-Ag. pages-i a4'Lce• • 122.41 P &- 7Opii/^ 52.41 p (i2i'.) • *Flow - 95 (1PA. • E f fie e.'icy le/!r4' tha..rti 6 5% We/ vecomme4uL the/ f .tow • g eplace, thei a tz+l- water titetWA for nem ctvw4 too - much. pre; e/ losSeik • TO- per/ill-ma/vice/ pre4s,u,re/telt to it /1/ liAte4 to- tiJekik • T r a p• r iyoolter pbunp with/ the/ firLtosw( chfi -rac tir'estrAw : 95 .P. M VS 122v at 65% f{f. • Rep/ace, a•tvy head/ by w 04:41Abird, FctiCOW 1lc 6500, t pel.e, #I2 441.1 two-wvt,for purpose, of M 1. ' u•rviiccru may 14iv theipr a L'uwL of t LCMV5 IRRIGATION, 1 N 10 70 ti:h'J474V1- MIAMI -HI01411)A-:H1h PH: 1305) 9G9 9471 ►Ax13051 91)9 9474 I MA : 7rno 'Iem'Js'rtgatian_c3rn 19 ROSENBERG GARDNER �I Hydraulic Calculation Chart Pont Q(gpn) C( inches) L (feat) Lass(pi) Tatal 1-2 10 l J 53 0.34 0.34 2-3 20 11 53 0.57 0.91 3-4 30 2 53 0.36 1.27 4-5 40 21 10 0.05 1.32 5-6 70 3 25 0.12 1.44 g z a' V 1n J N n v u 0 w Mbmi, FL 33187 0 b 0 a cr 0 S Miami, FL 33187 DRAW BY: A. LEMUS 0 uz W W Z - tap 6(-9 w,Q N 22 APPENDIX B ROSENBERG s GARDNER DESIGN � VILLAGE OF KEY BISCAYNE VILLAGE GREEN PARK REPLACEMENT BOOSTER HOOVER GREEN SPECIFICATIONS SINGLE CENTRIFUGAL PUMP SYSTEM PRESSURE DEMAND VFD PURPOSE: To provide a complete prefabricated variable frequency drive skid mounted pressure demand cen- trifugal pump system from a sole source company, herein after referred to as the "manufacturer", whose primary business is the manufacture of prefabricated pump systems. The manufacturer will manufacture, flow test, install and warrant the system to meet all specified operating requirements described below and in the system detail. The system shall be a Model HCF-7.5PDV-230/3-Y,Z as manufactured by Hoover Pumping Systems of Pompano Beach, Florida USA 954-971-7350 speci- fied below and shown on the plan details. This specification describes the general components and minimal operating requirements and shall not be construed as a manufacturing guide or complete list of required system components and appurtenances. The contractor shall submit seven (7) complete copies of the shop drawings to the designer for ap- proval, prior to system order placement. The submittal shall contain cut sheets for all system com- ponents. To be considered an equal, the contractor must submit the following 12 days prior to bid opening: manufacturer brochure showing prefabricated pump systems manufacturing is the primary business of the manufacturer or division proposed to manufacture the system, written specifications, dimensioned layout detail, electrical schematic, product sheets for all main components, Underwrit- ers Laboratory electrical control panel and "Packaged Pumping System" manufacturer's file num- bers, list of 6 projects with similar operating systems with current name and phone number of person responsible for system operation, manufacturer's insurance certificate for general liability showing minimum coverage of $1 million, and written certification from the manufacturer stating the proposed system meets all requirements described in this specification, the detail and the bid documents. If the data submitted is determined to be an equal by the designer the bidder will be notified prior to the bid date. FIBERGLASS ENCLOSURE: The pump station shall be protected by a fiberglass enclosure with chemical and ultraviolet resistant open mold resin with exterior finish that is uniform in color and tex- ture, reinforced with fiberglass and stiffeners for rigidity. The enclosure shall open clear of the equipment for ease of service with the aid of gas filled struts, a stainless steel hinge and latching lockable handle. The enclosure shall be of dimensions adequate to contain the pump system mounted on the skid as shown on the system detail. MOUNTING ASSEMBLY: The pump station shall be mounted on a prefabricated aluminum or hot dipped galvanized skid. Pedestals shall be provided to mount the pump motor and control panel assemblies. The entire sta- 23 ROSENBERG t GARDNER �I tion shall be installed on a reinforced concrete slab sized as noted on the system detail. PUMP AND MOTOR: The pump shall be a single -stage end -suction centrifugal type, with the liquid end mounted directly to the motor enclosure to allow rear pull out of the entire motor. A pressure sensor for loss of prime protection and thermal sensor for pump overheat protection shall be mounted into the pump volute. The system will be designed for operation at 3,450 RPM. The pump driving motor shall be of the squirrel cage induction type. The motor shall be suitable for full voltage starting at 60 Hz. The motor enclosure shall be totally enclosed fan cooled for all motors greater than 4 horsepower and open drip proof (ODP) for 5.5 horsepower and smaller, configured to allow direct mounting of the pump's liquid end. The main motor shall be rated at 7.5 HP at 60 Hz. Motor will not exceed 10HP when only single phase electric service is available. PUMP STATION PERFORMANCE: The required pump performance with a maximum of 12 ft. of suction lift is as follows: a) discharge pressure of 75 psi with minimum 45 psi boost, b) maximum required flow of 110 GPM for the main pump, and c) minimum required flow of 35 GPM. IRRIGATION PUMP CONTROL PANEL: The control panel assembly shall be Underwriters Laboratories listed in accordance with section 508A for "enclosed industrial control panels." All control devices and electronic auto -sensory cir- cuitry shall be housed in a self-contained weather -resistant NEMA 4 control cabinet. The control panel shall be identified with a permanent label approved by Underwriters Laboratories Inc. contain- ing the word "LISTED", the name and / or symbol of Underwriters Laboratories Inc., a control num- ber and the product name "Enclosed Industrial Control Panel". An electrical schematic shall be per- manently mounted inside the cabinet. The control cabinet shall contain the following protection and control equipment: Operation This station operates as a Variable Frequency Drive (VFD) pressure demand start, reduced -flow re- tirement system. The station automatically maintains a constant discharge pressure from a pressure transducer input regardless of varying flow demands within the station operating range. The opera- tor interface allows for viewing of system setup parameters. Software features include flow, diagnostic information, Phase Loss protection, Phase Unbalance protection, Voltage monitoring and protection, Hoover Drive control. Pressure Demand The main pump starts when the mainline pressure drops below the setting of the start pressure switch. No -flow Retirement The pump shuts off if water stops flowing. 24 ROSENBERG s GARDNER �f DESIGN Loss of Prime Protection If the system pressure remains below the start pressure, and there is no flow of water through the system during pump operation, the pump will shut off. The system will remain off until 'Reset'. Thermal Protection If the temperature at the pump volute exceeds 43C after at least 3 minutes of pump operation, the pump will shut off, and the 'Pump Overheat' Tight will turn on. The system will remain off until 'Reset'. Drive Fault In case of a drive fault, including under or over voltage, over current, heat sink thermal, and ground fault, the affected pump will shut off, the operator interface will display 'Drive Fault'. The pump will remain off until the system is 'Reset'. PROTECTION EQUIPMENT - Front operated main power disconnect - Motor fuses for motor and drive short circuit and ground fault protection - Metal oxide varistors (MOV) for transient voltage suppression per phase - Fused control circuitry with blown fuse lighted indicator for each circuit PENETRATION STANDARD REQUIREMENTS: All control panel penetrations shall be performed by a licensed electrician to minimum NEMA 4X re- quirements, and compliant with International Electrotechnical Commissions (IEC) IP56 rating under its IP code, to protect against duct ingression and against any harmful effects from water projected in powerful jets from any direction and protection against corrosion. VARIABLE FREQUENCY DRIVES ( VFD ): Variable Frequency Drive with the following characteristics shall be provided for the pump motor: 32 -bit microprocessor controlled Pulse Width Modulated output, IGBT transistors, line reactors, built- in adjustable PID control, and acceleration ramp up and down, single pump VFD systems 25 hp or less NEMA 4 VFD with forced -air cooling. All other VFD system cooling is by industrial air condi- tioner. Variable torque control, 32 character alphanumeric English full text parameter display, single function keys, block parameter access, dual analog outputs, automatic and manual reset, opto- isolated outputs, log of last 30 events retained in memory. PRESSURE TRANSMITTER: A 4-20mA-pressure transmitter shall provide a feedback signal to drive PID loops and for system pressure control. The transmitter shall be CE & UL recognized and built with an all stainless steel housing and pressure port, rated to NEMA 4, and able to withstand shock and vibration levels to MIL -STD -810E. The transmitter sensor element will provide a signal over 0-150 PSIG range while rated for 600 -PSI overpressure minimum. Conformity error will be less than or equal to 0.50% and the transmitter shall be capable of operation from -40 to +120C. DISCHARGE PIPE MANIFOLD: The pipe discharge manifold shall be constructed of galvanized steel pipe with galvanized roll groove fittings. A flow -switch, pressure gauge and hose bib will be provided on the station dis- charge. A wafer type butterfly valve will be provided at pump station discharge. A hydropneumatic 25 ROSENBERG t GARDNER SIGN t� tank with air/water separation bladder will be connected to the discharge header as shown on the system detail to supply replacement water when the pump is not operating. SUCTION LINE: The minimum size suction line shall be 3" diameter or larger as required for a maximum of 5 feet per second velocity flow. If a reducing fitting is required at the pump suction, an eccentric reducer shall be installed. Any above ground pipe at the pump system exposed to sunlight shall be schedule 40 galvanized steel with galvanized roll groove fittings. WARRANTIES: Prior to shipping, the manufacturer shall flow test the system and submit a certified report to the de- signer stating the system is within 1% + or — of the specified flow rate and pressure, and meets the operational requirements. The manufacturer of the pumping station shall warrant all components for a period of one (1) year from date of manufacture. PN#11926 26 ROSENBERG s GAD t� DESIGN «tOVER •dlP•YM W/ Power Requirements - Please Forward to Design Professional or Your Customer DATE: 24 August 2011 TO: Kenneth Gardner, Rosenberg Gardner Design Group FROM: Kathleen VanKunen, Hoover Pumping Systems RE: Vilage of Key Biscayne Village Green Park Replacement Pump System Electrical Service PN11926 Thank you for selecting Hoover Pumping Systems to provide the packaged purrp system for this project The following design information should be given to the engineering professional responsible for the design of the electrical supply to the pump system The system will be manufactured based on one of the following electrical configurations: Voltage Phase Hertz Panel Commotion 208 1 60 4 Wires (A, 8, Neutral, Ground) 230 1 60 4 Wires (A, 8, Neutral Ground) 208 3 60 6 Wires (A, 8, C, Neutral, Ground) 230 3 60 5 Wires (A. 8, C, Neutral, Ground) 460 3 _ 60 4 Wires (A, 8, C, Ground) Note: Three phase power is required for systems over 10 horsepower. The Hoover Systems pump system is supplied with an Underwriters Laboratorye listed enclosed I riaiQ n anirvl Panel acv. The Control Panel assembly contains all of the pump system controls. a main d"isconnect, and a ground connection. A separate service disconnect is requ ed for systems' less than 40 total horsepower. The pump station will include the following pump motor loads: Loa Horsepower Amps' Simko Factor i'urrlp#1 7.5 veased en 1.15 Control Panel N/A 4 tWA The data here may be used for selection of appropriate electrical supply equipment, including feeder. branch aucurk protection. and disconnects Please contact Hoover Pumping Sy sterns at (954) 971-7350 for assistanoo with voltage droop or other application considerations. Thank you. Ptrnp molar Full Load Aims (FLAT per N.S.G. tides 4,13-1411 & 03-154 2801 N. Powerfine Road • Pompano Beach, Fonda 33069 • (954) 971-735© • Fax (954) 975-079'1 ODitt 002 Ric. 1.2 27 ROSENBERG GARDNER DESIGN! � NOM SUCTION MD DISCHNIGE PIPE SHALL RESIGNED GALVANRED STEEL 11YMGALVANIZED ROIL GROOVE ITTiN FORALLABOIMIE GROUSE) PIPE. REMOVE MIRING PUMP SYSTEM AND CONCRETE PAD Me DISPOSE OF PROPERLYOFFGITE. *OPTIMAL IEKIURES ME MCLUDED IF P MRIED % IHM X _PREINURECON fROLVALVE IRMEATON OONT'ROLLER_STATIONS. VoiTH RAN SENSOR X PREMIUM TANK POR PRESSURE DEMAND 5YS'fBAB SAFETY MATURES PRENBUIE DENIID: •TRANBIENTBUR E .LOBO OF PRIZE INP OVEREAT =CABLE NAME GIt4VAI.LIMINLBI SKI EITIVALIM gI1LV DINCHPRElE ZPFE IRRIGATION AWN —� DISONN IIE MAIM VALVE PUMP PERFORMANCE 110 GPM INTOMS PR YURH UP TO 41 PSI BOOST HOOVER PIMPING MODEL HODF.T.SPDV Yv Pamplona Omaha FIN1111,, 110641T142111 PLAN VENT NTH FREIgLAN REINFORCED ENCLOSURE 4LX+1W X411 NINA Mill DEHIaI FOREST OMEN REUXATSTIPPLED FINISH VARIABLE FREQUENCY CRAG 4' MOM X In 11Q"R ED CONCRPRESSURE TANK GENTRIFUDIU. PIMP XS IP HON EFFICIENCY IMO PRESSURE TRANUOUCER GALV.STEB. DMICH.NOR GI*LV IMRE & PPE BACI0ww PRGTECWED CITY wAT R SUPPLY LNE REQUIRED FLE PN111211C9NG OE11 VILLAGE OF KEY BISCAYNE VILLAGE GREEN PARK BOOSTER CENTRIFUGAL PUMP SYSTEM DETAIL FIBERGLASS ENCLOSED SINGLE CITY WATER PRESSURE DEMAND VARIABLE FREQUENCY DRIVE HOOVER GREEN 28 ROSENBERG G DEDSIG� �� TREE FARM PARK Key Biscayne VILLAGE OF KEY BISCAYNE Mayor Vice Mayor Council Members Village Manager Village Attorney Village Clerk CONSTRUCTION DOCUMENTS JULY 5, 1994 John F. Festa Joe I. Rasco Mortimer Fried Raul Llorente Betty Sime Raymond P. Sullivan John Waid C. Samuel Kissinger Weiss, Serota & Helfman, P.A. Guido H. Inguanzo, Jr. CONSULTANTS: �-C.A.P. ENGINEERING CONSULTANTS, Inc. 7000 S.W. 50TH TERRACE STE. 201, MIAMI, FLORIDA 33155 (305) 667-8484 FAX (305) 667-8539 7000 S.W. 50TH TERRACE 201, MIAMI, FLORIDA 33155 667-8484 FAX 667-8539 Florida INDEX OF PLANS COVER SHEET GEOMETRIC LAYOUT GRADING & DRAINAGE PLAN DETAILS SITE PLAN LANDSCAPE PLAN SITE & LANDSCAPE DETAILS IRRIGATION PLAN IRRIGATION LEGEND & NOTES IRRIGATION DETAILS VIDA O'LEARY DESIGN ASSOCIATES P.A. LANDSCAPE ARCHITECTURE LAND PLANNING URBAN DESIGN GRAPHIC DESIGN OAK PLAZA PROFESSIONAL CENTER 8525 S.W. 92ND STREEr,SUITE C11 MIAMI, FLORIDA 33156 (305) 596-6096 C-1 C-2 C-3 L-1 L-2 L-3 IR-1 IR-2 IR-3 A5 -GUILT +4i 87- 105 6PM (PA lit 86- )10 6P 85- Ito 6PM tt7 84-- 45 6PM (L") 83- 110 6DM (2') TYPICAL ZONE S1)MMARY 8- CONTaoLLE2 3- eTATIONI 110- EST. WATER (ISM E: le)- VALVE SIZE 1 T4' ' 88- 105 6PM (2:') 6ATE VALVE (TIP) 82- 110 6PM (L"/ 89- 11D 6PM (2') .o c aro- HD GPM (2') 11 -HP 6PM 0 1 jjo 6PM (2"1 813 - Ho 6PM (2) 114" • rf' 14. 81- Ifo 6PM (1"1 A14-1106PM it) / Dl4- 110 6PM CO- w PROMENADE EPIC DCIVE A13- 110 6PM (2"1 An -85 6PM 12."1 An -85 6DM t2`J A10-;10 6PM (Z.") / A9- Ito 6PM !'L"1 L_ Ab- Ilo 6PM (2) Al-IIO 6PM Al• llo 6PM A3- Ito 6PM 1I) 2°) A4- (ID 6PM 1 r AS -BUILT IRRIGATION PLAN SCALE: 1" = 40'-0" --WA78f. mare". 6Y Ofle1 GOA+1 u7pP- m GOPIZO/NA1E /NSTAL1.4 1Qlr7} M04446A. o ?OA - l Jr M[kr.Ow PRE V. �C C, 8005 we. Pump -� AV*a Corrteoti.>Pzs CONC. l ? T A6. 105 6►M (L' A7- 110 6Pm 11.0) 45- 90 6PM fl;') Cl- Q Z o_z CO 13 1— o Q z O - W (o .e w2 Wm, `z V WcP W o - o >- wN al Z CC CL z� O_ 1 -r3 -y6 5515 SW 3iNO CTRCCT WIC C11 lf1AW ICORICA 33156 (30.1596-6036 rA%(305)210-0965 1 WALK, CURB, WALL, ETC. I1 MIN FINISH GRADE SCH 80 PVC NIPPLE LATERAL LINE (COVER AS NOTED IN LEGEND) GEAR DRIVEN ROTOR POP-UR, SCH 80 PVC NIPPLE 504 4o PVC 504 40 PVC Gear Driven Rotor Pop—up Sprinkler INSTALLATION DETAIL - RAINSWITCH A L , AUTOMATIC CONTROLLER 1 ELECTRICAL CONDU PER LOCAL CODE 120 VQLT WISE PER LOCAL CODE 24 VOLT WIRE TO REMOTE VALVES ELECTRICAL CONDUIT LONG SWEEP ELBOW INSIDE WALL ;5 TYPICAL DETAIL TORO 640 Ser,es SPRINKLER INSTALLATION •,•,r„ 0,.r 1" Pre -Fabricated Sv0ng Joint SCH 40 GALV NIPPLE SCH 40 GALV ELL SCH 40 GALV NIPPLE PVC MALE ADAPTER PVC MAN (24' MN COVER) SCH 40 GALV. ELL sai 40 GALV. WYE STRANER W/30 MESH MONEL SCREEN W/HOSE 81B FOR FLUSHING SCH 40 GALV. ELL PVC MALE ADAPTER 1 CU FT. CONCRETE THRUST BLOCK (TYP.) • PVC MAIN (COVER AS NOTED 1(4 LEGEND) TOP SOIL BACKFILL WITH PREVIOUSLY EXCAVATED MATERIAL SAND Of( FINE MATERIAL PASSING 1/4' SIEVE BUNDLE IRRIGATION CONTROL WIRES AT 10' INTERVALS AND PROVIDE 1' EXPANSION LOOP AT 50' INTERVALS EACKFLOW PREVENTION UNIT INCLUDES TWO GATE VALVES AND TWO GALV NIPPLES SCH 40 GALV NIPF E SCH 40 GALV. ELI SCH 40 GALV. NIPPLE SCH 40 GALV. UNION SCH 40 V NIPPLE PWt OR LON0Ui1 LIYF'.1 FINISH GRADE COVER AS NOTED IN SPECS 4' FOR PIPE OR CONDOR 2' AND 2 1/2�EA� URGER OR PIPE 8" FOR PPE 2" ANO SMALLER AND 12" FOP PPE 2 1/2' AND LARGER WHERE CONTTOL WIRE IS IN SAME TRENCH - F ONLY ONE PIPE. W TRENCH. PROVIDE 5" TO TRENCH WALL Pipes in Trench PLASTE VALVE Box WITH -COVER MARKED 'Rcv 4' MAX 1/2' N TIRE AND 2' N GROUNDCOVER AREAS RASH GRADE REIL.IOTEDCONTROLED VALVE 1 CO FT, PEA GRAVEL / 1 2 4' * 4' x 21/4* !ream BR[X AT EACH COFFER COMMON AND CONTROL WIRES (PROVIDE 24' OF W RE N A COS. EA ) MANLNE (COVER AS NOTED N LEGEND) NOTE USE 45°ELL8 N9,EDIATELY OUT8DE OF VALVE BOX, AS NECESSARY. FOR TRANSITION TO REOUFED LA1IRAL LNE DEPTH EPDXY FILLED CONNECTORS LATERAL LINE (COVER AS NOTED N LEGEND COMMON WIRE (PHOVDE 24" OF WRE N A COS) SCH 80 PVC MPPLE Remote Control Valve - FLIT r -A* f,,.„) ,- ,�ti GIRGN�IEct ,/,J5T I -k' A. L L c 0 A.5 1 0J, 's✓1,- _ � 50'(.14• z°P/c : t. . - pRIV0)-I 5 RDU1'i2, R•775 ;.'ELECTRIC RISFR 6(88 COLOR 100160 CHART Station A 8_1C9 0910r 1. 11 81.64 2 12 Red r 13 Green 4. U 0.1106 5. 15 Orange 6, 16 81118 1, 17 80060, 0, 18 Purple 9, 19 Tan 60. 20 trey C0.mon Vh1t. Spar. Pins AIR RELIEF VALVE DETAIL 11 dosE VALVE PI1E ROSAS-GUYON ENGINEERS, INC. 13831 S W 59th Street Suite 100 MIAMI FLORIDA 33183 (3051 386.3858 61UHi46D 4RAIM7 Alt. 14LEASE VALVE VALVE 6016 r8JiN%D 1966 CDJCRETE RUCK GATE VALVE INSTALLATION DETAIL O RATE VALVE © MINE 1.0 O Hes 18 (Atkin Y off, r:1 _ 0,6,4106 a ) ' AS* MAW IRRIGATION DETAILS 1R-3 1 10 SHEET (6 cn 0 02 0, if W • 0 z 0 ie SEAL