Summary of Specifications:
3.0 MINIMUM SPECIFICATIONS
1. GENERAL: The purpose of this bid is to purchase and install a pre-designed waterfeature/aerification foundation, by means of sealed bids, to a qualified contractor(s) for the installation of one (1) complete turnkey floating aerator/decretive fountain. The fountain shall produce a 3-tier-pattern with a sky geyser surrounded by a 12-stream reduced height trellis which in turn is surrounded by a 12-stream, low, maximum diameter Spoke or equal.
3.1 SCOPE: The purpose of the fountain is to enhance the beauty of the golf course and surrounding area as well as aerify the lake water which reduces the spread of exotic and nuisance vegetation while enhancing and maintaining the environmental balance of the golf course lake system. Pump: The pump must include a high efficiency turbine pump with 6ft’ discharge, made of 316-L Stainless steel for high corrosion resistance to sea water with a minimum pump capacity of 500+ gallons per minute, capable of creating patterns.
Motor: The Motor must be a minimum 20HP, 230V, 3-phase, 316L stainless steel ant-clogging submersible motor for corrosion resistance to sea water, and must include silicon carbine mechanical seals for protection against silt.
Nozzle: The Nozzle will provide very streamlined water symmetrical spray pattern equal to the “Tiara” with a height of 55 feet and a diameter of 130 feet. The nozzles and attachments to the head must be interchangeable. The nozzle bodies are to be made of power coated aircraft grade seawater resistant aluminum alloy or better, the nozzles shall be made with UL resistant PVC and bronze for long life and corrosion resistance.
Floats: The Floats must conform to a minimum of 34in” diameter, rotocast molded, one piece closed cell urethane foam filled, UV resistant, and black heavy duty, made of polyethylene. The floats are to be arranged and sized for a minimum visibility, with no air chambers to adjust or leak. Stainless steel inserts are to be molded into the floats for attachment of mooring eyebolts or float brackets for lights.
Lights: Lighting shall come in four (4) sets of four (4) lights (16 in total), and will be supplied with a choice of clear or 4 assorted colors. The lights are to be 120V, 500W; PAR 56.the light fixtures shall be of cast naval bronze for corrosion resistance in sea water and shall be water tight for continuous submergence.
Control panel: The control panel size shall be approximately 30” wide by 40” high by 12” deep and may be installed on a wall or posts. The panel shall be made of stainless steel and shall have an external heat exchanger or air conditioner to prevent salt air from circulating inside the control panel and/or to prevent corrosion of electrical components.
Electrical service to the panel will be provided by the City of Miami Beach Property management Department. All electrical work performed by the contractor shall be done in accordance to Local and National Electrical Code.
Control Components: The control system shall include (Equipment GFI) A. Disconnect switch with thru the door handle and with lockout provision. B. Seven (7) day battery back up pump timer. C. Twenty-Four (24) hour battery back up with an interlock to prevent light operation when the pump is off. D. Pump contactor. E. Solid state analog light relays to allow ramping or random sequencing of the lights. F. Circuit breakers for the pump and for each light circuit in order to maintain the capacity to shut off any circuit that becomes shorted. G. Ground fault equipment protection for the pump and for each light circuit to shut down any circuit that leaks current. H. Variable Frequency Drive (VFD), to slow the motor speed in order to reduce spray height I. Anemometer is a unit to measure wind speed.
Control System: 1. The control system shall allow for the timer to operate the pump in different time each day of the week.
2. Timer operation of the lights shall come with 24-hour fine control for every day of the Week the pump is off (7-day timer not required).
3. The Programmable Fountain Manager (PFM) or equal shall operate in conjunction with Solid state light relays that allows for light Ramping. Ramping to provide one set of lights to gradually brighten while previous set is gradually dimming and continues so that Each set us sequentially lit. The ramping cycles must be adjustable, and the ramping must Continue until the light timer shuts the lights off. The PFM provides Random Sequencing to Randomly turn on or off one or more sets of light to create a unique and never repeating Light show, and to allow for a basic rate change that can be adjusted.
4. The PFM shall operator in conjunction with the VFD and anemometer to allow Inverse Proportional Wind Control to reduce the fountain height in proportion to increasing wind speed, and t allow for a higher wind speed setting to shut the fountain off. All set points must have adjustable capabilities.
5. The PFM in conjunction with the VFD allows the Fountain to be operated by a program or by Random Height generating program to crate unique displays.
Cable: The estimated length of cable required for motor will be approximately 300’ feet pf 6-4 cable. All cables must be dual insulated UL rated submersible grade. The light cables shall be two (2) 10-gauges, 4-wire light cable, 300’ long /each, which will allow two (2) sets of lights to be operated on one cable. Anchors: The Fountain has a minimum of 4 suitable anchors and 50’ pf poly rope for each so that the fountain is securely anchored. 3.2 EQUIPMENT ACCESSORIES: N/A
3.3 INSTALLATION/DEACTIVATION All equipment shall be installed according to manufacturer’s specifications.
3.4 EQUIPMENT TO DEACTIVATE DURING INSTALLATIONS: N/A 3.5 INSTALLATION FACILITY Installation may be performed at the City of Miami Beach, FL 33139 (limited to 7:00 am through 5:00 pm, Monday through Friday).
Miami Beach Golf Club 16th & 17th Holes Entrance at 2100 Meridian Ave.
3.6 OPERATION PLAN The contract shall submit a proposed operation plan with the following information.
• A listing of all equipment • Supervisor qualification • Operation schedule • Crew size and experience • Safety plan • Disposal plan
The Floating Aerator/Decretive Water Fountain ITB# 08-07-08 BID PROPOSAL PAGE 1 OF 2
Company Name:___________________________________________________________
We propose to furnish all labor, machinery, tools, means of transportation, supplies, equipment, materials, and services necessary for the purchase, delivery and installation of a floating aerator/decretive water fountain, in accordance with these specifications.
LUMP SUM AMOUNT $_________________ (Section 2.19 and Section 3.1)
(a) DELIVERY TIME: Vendors shall specify on the attached Bid Form the estimated delivery time (in calendar days) and lead time for the supply and installation of the floating aerator/decretive water fountain: _____________ calendar days.
(b) Not to Exceed Hourly Labor Rate (Section 2.16): $ ________
For all repairs required after Warranty expiration, at the City’s discretion, to be negotiated by the Parks & Recreations Director or designee.
(c) Warranty _________________Years for Parts (Section 2.17). * (A minimum of one year warranty) * (Vendor to provide Parts Warranty Terms and Conditions/language)
(d) Guarantee __________________Years for Labor (Section 2.17). * (A minimum of one year guarantee) * (Vendor to provide Labor Guarantee Terms and Conditions/language)
(e) Yearly Maintenance Agreement (Section 2.26): $ ___________
A per year cost for full service/parts maintenance agreement to commence at the end of the warranty period. This agreement may be accepted at the sole discretion of the Parks & Recreations Director or designee.