100
WATERFRONT PARK LANDSCAPE AND IRRIGATION PROJECT Project Manual Bid Documents September 29, 2021 1

WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT

WATERFRONT PARK LANDSCAPEANDIRRIGATION

PROJECT

Project Manual Bid Documents

September 29 2021

1

BID DOCUMENTS FOR

WATERFRONT PARK LANDSCAPE AND IRRIGATION PROJECT

TABLE OF CONTENTS

ITEM PAGE

BIDINFORMATION

Invitation to Bid ------------------------------------------------------------------------------------------------------------ 3 Instruction to Bidders------------------------------------------------------------------------------------------------------4-12

BID FORMS Bid Form -------------------------------------------------------------------------------------------------------------------------13-16 Bid Bond Form ---------------------------------------------------------------------------------------------------------------17-19 Bid Tab ------------------------------------------------------------------------------------------------------------------ 20-27 Statement of Bidderrsquos Qualifications --------------------------------------------------------------------------- 28-32 Statement of Public Entity Crimes -------------------------------------------------------------------------------- 33-34

CONTRACTDOCUMENTS Contract ------------------------------------------------------------------------------------------------------35-42 Notice of Award ---------------------------------------------------------------------------------------- 43 Performance Bond----------------------------------------------------------------------------------------- 44-45 Labor amp Materials Payment Bond---------------------------------------------------------------------- 46-47 Certificate of Insurance -------------------------------------------------------------------------------------- 48 Notice to Proceed-------------------------------------------------------------------------------------- 49 Change Order Form------------------------------------------------------------------------------------------- 50 Notice of Substantial Completion---------------------------------------------------------------------- 51 Final Receipt and Release-------------------------------------------------------------------------------- 52

GENERALREQUIREMENTS ------------------------------------------------------------------------------------------------------53-75

SPECIFICATIONS ------------------------------------------------------------------------------------------------------------------ 76

SCHEDULE OF DRAWINGS Soils Report Documents-----------------------------------------------------------------------------------77-93 Landscaping Plan Documents----------------------------------------------------------------------------94-97 Irrigation Plan Documents--------------------------------------------------------------------------------98-100

2

City of Seminole 9199 113th Street North Seminole FL 33772

INVITATION TO BID

TITLE WATERFRONT PARK LANDSCAPE AND IRRIGATION PROJECT

Sealed bids must be received at City of Seminole City Hall Office of the City Clerk 9199 113th Street North Seminole FL 33772 by 1100am on October 29 2021 Bids shall be publicly opened and read aloud at City of Seminole City Hall Council Chambers immediately after closing

The Scope of Work will consist of installing landscape and irrigation at the City of Seminole Waterfront Park The work includes furnishing all labor and materials and performing all work set forth in the Bid Documents which include but are not limited to the plans and specifications prepared by Deuel amp Associates and the City of Seminole Public Works Department

Bid and contract documents may be downloaded from the City website under Public Notices at wwwmyseminolecom or online on Demand Star at wwwdemandstarcom after 1200pm on September 29 2021

There will be a mandatory pre-bid meeting held on October 13 2021 at 1100am on-site at Waterfront Park located at 10400 Park Blvd Seminole FL 33772

All questions regarding this Invitation to Bid shall be referred to Rodney Due Director of Public Works Questions shall be submitted in writing via email to rduemyseminolecom

Submission of bid responses by mail hand delivery or express mail must be in a sealed envelopebox with the Bidders name and return address indicated

The outside of the envelopebox used for the sealed bids shall be marked as follows ldquoSEALED BIDrdquo ldquoDO NOT OPENrdquo

ldquoWATERFRONT PARK LANDSCAPE AND IRRIGATION PROJECTrdquo Contractorrsquos Name and Address

Address the bid submission to the following

City of Seminole Office of the City Clerk9199 113th Street North Seminole FL 33772

Bids shall be accepted no later than the time and date specified on the INVITATION TO BID All bids received after that time shall be rejected Offers by telegram telephone or transmitted by facsimile (FAX) machine will not be accepted No bid may be withdrawn or modified after the time fixed for the opening of the bid The City of Seminole reserves the right to reject any and all bids if it is deemed to be in the best interest of the City

3

INSTRUCTION TO BIDDERS

The following instructions are given for the purpose of guiding Bidders in properly preparing their bids and constitute a part of the Contract Documents and shall be strictly complied with

1 Definitions and Terms See General Requirements

2 Copies of Bid Documents

Complete sets of the Bid Documents are available on the City website under Public Notices at httpswwwmyseminolecom online on Demand Star wwwdemandstarcom or can be reviewed at the office of the Public Works Department Administration Building 11195 70th Avenue North Seminole FL 33772

Complete sets of Bid Documents shall be used in preparing Bids neither the City nor the Engineer assumes any responsibility for errors or misrepresentations resulting from the use of incomplete sets of Bid Documents

City and Engineer in making copies of Bid Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use

The documents contained in and referenced by the Project Manual and Bid Documents constitute the Contract Documents for this project By submitting a bid the Bidder certifies and represents that the Bidder has been furnished with all the Contract Documents is familiar with them and intends to be bound by them

3 Qualification of Bidders

31 To demonstrate qualifications to perform the Work each Bidder must submit at the time of the Bid opening a written Statement of Qualifications including financial data a summary of previous experience previous commitments and evidence of authority to conduct business in the jurisdiction where the Project is located Each Bid must contain evidence of Bidders qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract The Statement of Qualifications shall be prepared on the form provided by the City and included with the Bid Forms

32 In determining whether a bidder is responsible the following shall be considered (1) The ability capacity and skill of the bidder to perform the contract or provide the services required (2) whether the bidder can perform the contract or provide the service promptly and within the time specified without delay or interference (3) the character integrity reputation judgment experience and efficiency of the bidder (4) the quality of the bidders performance of previous contracts or services (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract or service (6) the sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service (7) the quality availability and adaptability of the materials equipment and services to the particular use required (8) the ability of the bidder to

-

4

provide future maintenance and service for the use of the subject of the contract and (9) any other circumstances which will affect the bidders performance of the contract

33 Each Bidder is required to show that he has handled former Work and that no just claims are pending against such Work No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance this Work

34 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes licenses or other monies due to the City

4 Liquidated Damages for Failure to Enter into Contract Should the Successful Bidder fail or refuse to enter into the Contract within ten (10) Calendar Days from the issuance of the Notice of Award the City shall be entitled to collect the amount of such Bidders Bid Guaranty as Liquidated Damages not as penalty but in consideration of the mutual release by the City and the Successful Bidder of all claims arising from the City s issuance of the Notice of Award and the Successful Bidders failure to enter into the Contract and the costs to award the Contract to any other Bidder to re-advertise or otherwise dispose of the Work as the City may determine best serves its interest

5 Project Coordination amp Time of Completion Time is of the essence with respect to the time of completion of the Project and any other milestones or deadline which are part of the Contract It will be necessary for each Bidder to satisfy the City of its ability to complete the Work within the Contract Time set forth in the Contract Documents

6 Examination of Contract Documents and Site Before submitting a Bid each Bidder shall

a Examine the Contract Documents thoroughly

b Visit the site to familiarize with local conditions that may in any manner affect the cost progress or performance of the Work

c Become familiar with Federal State and local laws ordinances rules and regulations that may in any manner affect cost progress or performance of the Work

d Study and carefully correlate Bidders observations with the Contract Documents And

e Notify the City of all conflicts errors ambiguities or discrepancies in or among the Contract Documents

On request the City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of a Bid It shall be the Bidders responsibility to make or obtain any additional examinations

5

investigations explorations tests and studies and obtain any additional information and data which pertain to the physical conditions (including without limitation surface subsurface and underground utilities) at or contiguous to the site or otherwise which may affect cost progress or performance of the work in accordance with the time price and other terms and conditions of the Contract Documents Location of any excavation or boring made by Bidder shall be subject to prior approval of the City and applicable agencies Bidders shall fill all holes restore all pavements to match the existing structural section and shall clean up and restore the site to its former condition upon completion of such exploration

The lands upon which the Work is to be performed rights-of-way and access thereto and other lands designated for use by Contractor in performing the Work are identified on the Drawings

Information and data reflected in the Contract Documents with respect to underground utilities at or contiguous to the site are based upon information and data furnished to the City and the Engineer by the owners of such underground utilities or others and neither the City nor the Engineer assume responsibility for the accuracy or completeness thereof It shall be the Contractors responsibility to locate all underground utilities

By submission of a Bid the Bidder shall be exclusively presumed to represent that the Bidder has complied with every requirement of these Instructions to Bidders that the Contract Documents are not ambiguous and are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the Work

7 Interpretations All questions about the meaning or intent of the Contract Documents shall be submitted to the City in writing

Written comments or questions must be received by the City at least Five (5) days (excluding Saturdays Sundays and Holidays) prior to the time set for the Bid Opening

If questions received by the City are deemed to be sufficiently significant and received sufficiently in advance of the Bid Opening an Addendum to the Bid Documents may be issued Otherwise a written copy of the question and decision or interpretation will be posted on the Cityrsquos web site It shall be the responsibility of each Bidder to make itself aware of all such posted questions and decisions or interpretations and by submitting a Bid each Bidder shall conclusively be deemed to have such knowledge After Bid Opening all Bidders must abide by the decision of the City as to all such decisions or interpretations Bidders may not rely upon oral interpretations of the meaning of the plans specifications or other bid documents and any oral or other interpretations or clarifications will be without legal force or effect

8 Quantities of Work Materials or quantities stated as unit price items in the Bid are supplied only to give an indication of the general scope of the Work The City does not expressly or by implication agree that the actual amount of Work or material will

6

correspond therewith and reserves the right after award to increase or decrease the quantity of any unit item of the Work without a change in the unit price The City also reserves the right to make changes in the Work (including the right to delete any bid item in its entirety or add additional bid items)

9 Substitutions The materials products and equipment described in the Bid Documents shall be regarded as establishing a standard of required performance function dimension appearance or quality to be met by any proposed substitution No substitution will be considered prior to receipt of Bids unless the Bidder submits a written request for approval to the City at least ten (10) days prior to the date for receipt of Bids Such requests for approval shall include the name of the material or equipment for which substitution is sought and a complete description of the proposed substitution including drawings performance and test data and other information necessary for evaluation including samples if requested The Bidder shall set forth changes in other materials equipment or other portions of the Work including changes of the work of other contracts which incorporation of the proposed substitution would require to be included The Engineers decision of approval or disapproval of a proposed substitution shall be final If the Engineer approves a proposed substitution before receipt of Bids such approval will be set forth in an Addendum Bidders shall not rely upon approvals made in any other manner

10 Bid Guaranty Each Bid shall as a guaranty of good faith on the part of the Bidder be accompanied by a Bid Guaranty consisting of a certified check or cashiers check made payable without condition to the City or a Bid Bond in the form set forth in the Bid Documents executed by an approved corporate surety in the favor of the City The amount of the Bid Guaranty shall not be less than 5 of the total Bid amount

Once the City issues a Notice of Award the apparent Successful Bidder has ten (10) Calendar Days to enter into a Contract in the form prescribed and to furnish the required Performance and Payment Bonds Failure to do so will result in forfeiture of the Bid Guaranty to the City as Liquidated Damages

Bid Guaranties for all except the three lowest qualified Bids shall be returned within five (5) Working Days of Bid Opening When the Successful Bidder files satisfactory Performance and Payment Bonds and Certificates of Insurance the Bid Guaranties of the lowest Bidders shall be returned

Each bidder shall guaranty its total bid price for a period of one hundred and eighty (180) Calendar Days from the date of the Bid Opening Except for forfeiture due to reasons discussed above Bid Guaranties of all Bidders shall be returned to them within sixty-five (65) Calendar Days from the date of Bid Opening

11 Bid Form The Bid Form provided by the City must be completed in ink or typed The Bidder shall specify a unit price in figures for each pay item for which a quantity is given and shall provide the products (in numbers) of the respective unit prices and quantities in the Extended Amount column The total Bid price shall be equal to the sum of all extended

7

amount prices When an item in the Bid Schedule provides a choice to be made by the Bidder Bidders choice shall be indicated in accordance with the specifications for that particular item and thereafter no further choice shall be permitted

Where the unit of a pay item is lump sum the lump sum amount shall be shown in the extended amount column and included in the summation of the total

Bid All blank spaces in the Bid Form must be properly filled out

Bids by corporations must be executed in the corporate name by the president or vice president or other corporate office accompanied by evidence of authority to sign The corporate seal must be affixed and attested by the secretary or an assistant secretary

The corporate address and state of incorporation shall be shown below the signature

Bids by partnerships must be executed in the partnership name and signed by a partner whose title must appear under the signature and the official address of the partnership must be shown below the signature

All names must be typed or printed below the signature line

The Bid shall contain an acknowledgment of receipt of all Addenda the numbers ofwhich shall be filled in on the Bid Form

The address to which communications regarding the Bid are to be directed must be shown

12 Irregular Bids A Bid will be considered irregular and may be rejected for the following reasons

a Submission of the Bid on forms other than those supplied by the City

b Alteration interlineations erasure or partial detachment of any part of theforms which are supplied herein

c Inclusion of unauthorized additions conditional or alternate Bids or irregularities of any kind which may tend to make the Bid incomplete indefinite or ambiguous as to its meaning

d Failure to acknowledge receipt of any or all issued Addenda

e Failure to provide a unit price or a lump sum price as appropriate for each pay item listed except in the case of authorized alternative pay items

f Failure to list the names of Subcontractors used in the Bid preparation as required in the Bid Form

8

g Submission of a Bid that in the opinion of the City Manager is unbalanced so that each item does not reasonably carry its own proportion cost or which contains inadequate or unreasonable prices for any item

h Tying of the Bid with any other bid or contract

and

i Failure to calculate Bid prices as described

herein

13 Submission of Bids The completed Bid Form and Bid Guaranty shall be submitted at the time and place indicated in the Invitation to Bid and must be in an opaque sealed envelope marked SEALED BID with the project title and the name and address of the Bidder

14 Modification and Withdrawal of Bids before Opening Bids may be modified or withdrawn by an appropriate document duly executed and delivered to the place where Bids are to be submitted at any time prior to Bid Opening

15 Opening of Bids Bids will be opened and read aloud at the time and place stated in the Invitation to Bid All Bidders their representatives and other interested parties are encouraged to attend the Bid Opening

Within five (5) Working Days after Bid Opening all Bids will be tabulated and the bid tabulation sheets will be available to the public

16 Disqualification of Bidders A Bid will not be accepted from nor shall a Contract be awarded to any person firm or corporation that is in arrears to the City upon debt or contract or that has defaulted as surety or otherwise upon any obligation to the City or that is deemed irresponsible or unreliable

Bidders may be required to submit satisfactory evidence that they are responsible have a practical knowledge of the project bid upon and that they have the necessary financial and other resources to complete the proposed Work

Either of the following reasons without limitation shall be considered sufficient to disqualify a Bidder and Bid

a More than one Bid is submitted for the same Work from and individual firm or corporation under the same or different name and

b Evidence of collusion among Bidders Any participant in such collusion shall not receive recognition as a Bidder for any future work of the City until such participant has been reinstated as a qualified bidder

9

17 Withdrawal of Bids after Opening No Bid may be withdrawn by any bidder for sixty five (65) Calendar Days after Bid Opening

18 Evaluation of Bids and Bidders The City reserves the right to

- reject any and all Bids - accept a Bid other than the low Bid - waive any informalities - negotiate final terms with the Successful Bidder and - disregard all nonconforming nonresponsive or conditional Bids

Evaluation of the bids will be based upon Schedule D which totals the itemized pricing for each work location

Discrepancies between words and figures will be resolved in favor of words Discrepancies between Unit Prices and Extended Prices will be resolved in favor of the Unit Prices Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum The corrected extensions and totals will be shown in the tabulation of Bids

The City may consider the qualifications and experience of Subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for those portions of the work as to which the identity of Subcontractors and other persons and organizations must be submitted Operating costs maintenance considerations performance data and guarantees of materials and equipment may also be considered by the City

The City will conduct such investigations as deemed necessary to assist in the evaluation of any bid and to establish the responsibility qualifications and financial ability of the Bidders proposed Subcontractors and other persons and organizations to do the Work in accordance with the Contract Documents to the City s satisfaction within the Contract Time

The Bidder shall furnish the City all information and data requested by the City to determine the ability of the Bidder to perform the Work The City reserves the right to reject the Bid if the evidence submitted by or investigation of such Bidder fails to satisfy the City that such Bidder is properly qualified to carry out the obligations of the Contract and to complete the Work contemplated therein

By submitting a Bid each Bidder authorizes the City to perform such investigation of the Bidder as the City deems necessary to establish the responsibility qualifications and financial ability of the Bidder and by its signature thereon authorizes the City to obtain reference information concerning the Bidder and releases the party providing such information and the City from and all liability to the Bidder as a result of such reference information so provided The City reserves the right to reject the Bid of any Bidder who does not pass any evaluation to the Cityrsquos satisfaction

10

If the Contract is to be awarded it will be awarded to the Bidder who by evaluation the City determines will best meet the Cityrsquos interests

The City reserves the right to accept or reject the Work contained in any of the Bid Schedules or alternates either in whole or in part

19 Award of Contract Unless otherwise indicated a single award will be made for all the bid items in an individual bid schedule In the event that the Work is contained in more than one Bid Schedule the City may award Schedules individually or in combination In the case of two Bid Schedules which are alternative to each other only one of such alternative Schedules will be awarded Within sixty-five (65) Calendar Days of Bid Opening the City will issue a Notice of Award to the Successful Bidder which will be accompanied by three (3) unsigned copies of the Contract and the Performance and Payment Bond forms Within ten (10) Calendar Days thereafter the Successful Bidder shall sign and deliver two (2) copies of the Contract Performance Bond Payment Bond and Certificates to Insurance to the City Within ten (10) Calendar Days thereafter the City will deliver the Notice to Proceed No contract shall exist between the Successful Bidder and the City and the Successful Bidder shall have no rights at law or in equity until the Contract has been duly executed by the City

The Successful Bidders failure to sign and submit a Contract and other documents set forth in this Paragraph in the Special Conditions andor in the Special Provisions within the prescribed time shall be just cause of annulment of the award and the forfeiture of the Bid Guaranty The award of Contract may then be made to the next qualified Bidder in the same manner as previously prescribed

20 Insurance The Contractor shall secure and maintain such insurance policies as will provide the coverage and contain other provisions specified in the Contract Documents

The Contractor shall file one (1) copy of the policies or Certificates of Insurance acceptable to the City with the Public Works Director within (10) Calendar Days after Issuance of the Notice of Award These Certificates of Insurance shall contain a provision that coverage afforded under the policies shall not be canceled unless at least thirty (30) Calendar Days prior written notice has been given to the City

21 Sales and Use Taxes The Contractor and all Subcontractors are required to obtain exemption certificates from the Florida Department of Revenue for sales and use taxes in accordance with the provisions of the General Contract Conditions Bids shall reflect this method of accounting for sales and use taxes on materials fixtures and equipment

22 Affirmative Action In executing a Contract with the City the Contractor agrees to comply with Affirmative Action and Equal Employment Opportunity regulations presented in the General Conditions

11

23 Pre-Construction and Public Meetings Prior to the commencement of construction activities a preconstruction meeting will be held which shall include the Contractor representatives of the City and others affected by or involved in the project Attendance by Contractor selected for the project is mandatory

24 Pre-Bid Meeting See the Special Conditions for details of the pre-bid meeting

25 Collusive Agreement Each bidder submitting a Bid to the City for any of the work contemplated by the documents on which bidding is based by execution of the Bid Form shall be certifying by execution thereof that heshe has not entered into a collusive agreement with any other person firm or corporation in regard to any Bid submitted Before executing any subcontract the successful Bidder shall submit the name of any proposed subcontractor for prior approval and a non-collusion statement substantially in the form provided or requested by the City

26 Illegal Alien Employment Compliance The selected Contractor will be required to execute an Illegal Alien Employment Compliance statement along with the Contract as contained in these Bid Documents

12

BID FORM

Waterfront Park Landscape and Irrigation Project

To City of Seminole Department of Public Works 9199 113th Street North Seminole FL 33772

The undersigned Bidder having thoroughly examined the Specifications and other Bid Documents having investigated the location of and conditions affecting the proposed Work and being acquainted with and fully understanding the extent and character of the Work covered by this Bid and all other factors and conditions affecting or which may be affected by the Work

HEREBY PROPOSES and agrees if this Bid is accepted to enter into a Contract with the City on the form included in the Contract Documents and to furnish all required materials tools equipment and plant to perform all necessary labor and superintendence and to undertake and complete the Work or approved portions thereof in full accordance with and in conformity with the Construction Drawings Specifications and all other Contract Documents hereto attached or by reference made a part hereof and for the following prices as shown on the Bid Schedule

The undersigned Bidder hereby agrees to execute the Contract in conformity with this Bid to have ready and furnish the require Performance and Payment Bonds executed by a Surety acceptable to the City and provide Certificates of Insurance evidencing the coverage and provisions set forth in the Contract within ten (10) Calendar Days of the Citys issuance of a Notice of Award

Enclosed herewith is a Bid Guaranty as defined in the attached Instructions to Bidders in the amount of which Bid Guaranty the undersigned Bidder agrees to be paid to and become the property of the City as Liquidated Damages and not as penalty should the Bid be accepted the Contract Notice of Award issued and should the Bidder fail or refuse for any reason to enter into the Contract in the form prescribed The Bidder shall furnish all required Bonds and Insurance Certificates within ten (10) Calendar Days of issuance of the Notice of Award

13

The Following persons firms or corporations are interested as joint ventures partners or otherwise with the undersigned Bidder in this proposal

Name

Address

Name

Address

If there are no such persons firms or corporations please so state in the following space

Date _________________________________

14

The undersigned Bidder proposes to subcontract the following portion of Work of Name and address of Sub-Contractor Description of work to be performed

Contract

The undersigned Bidder acknowledges responsibility for ensuring any and all Subcontractors conform and comply with all terms and conditions of the Contract Documents

The undersigned Bidder acknowledges the right of the City to reject any and all Bids submitted accept a Bid other than the lowest and to waive informalities and irregularities therein in the Citys sole discretion

By submission of the Bid each Bidder certifies and in the case of a joint Bid each party thereto certifies as to his own organization that this Bid has been arrived at independently without collusion consultation communication or agreement as to any matter relating to this Bid with any other Bidder or with any competitor

The Work shall be completed within the Contract Time as Specified in the Special Conditions

Bidder hereby acknowledges receipt of Addenda Numbers

By submission of a Bid the Bidder shall be conclusively presumed to represent that the Bidder has complied with every requirement of the Instructions to Bidders

Bidder by his signature hereon hereby authorizes the obtaining of reference information containing the Bidders qualifications experience and general ability to perform the work and hereby releases the party providing such information and the City from any and all liability to Bidder as the result of such reference information being provided Bidder further waives any right to receive copies of information so provided to the City

Bidder agrees to perform all Work described in the Contract Documents for the unit prices or the lump sum as shown on the Bid Form and acknowledges that the quantities shown on the Bid Schedule are approximate only and are intended principally to serve as guides for the purpose of comparing and evaluating Bids

15

___________________________________________________

It is further agreed that any quantities of work to be performed at unit prices and material to be furnished may be increased or decreased as may be considered necessary in the opinion of the City to complete the Work fully as planned and contemplated and that all quantities of Work whether increased or decreased are to be performed at the unit prices set forth in the Bid except as otherwise provided for in the Contract Documents

By submitting a Bid the Bidder acknowledges that the bid process is solely intended to serve the public interest in achieving the highest quality of services and goods at the lowest price and that no right interest or expectation shall inure to the benefit of the Bidder as the result of any reliance or participation in the process

The undersigned Bidder further grants to the City the right to award this Contract on the basis of any possible combination of base bids and alternate(s) (if any) that best suits the Citys needs

Dated this day of 2021

Bidder

Address

Name printed _

Title

If a corporation

State of incorporation _

Attest

(Seal)

16

BID BOND

Waterfront Park Landscape and Irrigation Project

KNOW ALLMEN BYTHESEPRESENTS

That we ( an individual

A partnership a corporationIncorporated in the State of )

asPrincipaland (incorporated in the

State of ) as Surety are held and firmly bound unto the

City of Seminole Florida (herein after called City) in the penal sum of

Dollars ($ ) lawful money of the United States for the payment of which sum we bind ourselves our heirs executorsadministratorssuccessors andassigns jointly andseverally firmlyby these presents

THECONDITION OF THIS OBLIGATION IS SUCH thatWHEREASthe Principalhas

submitted the accompanying Bid dated_ for

Construction of the Waterfront Park Landscape and Irrigation Project (the Project) for the

City and

WHEREAS the City has required as a condition for receiving said Bid that the Principal deposit with the City either a cashiers check a certified check or a letter of credit equivalent to not less than five percent (5) of the amount of said Bid or in lieu thereof furnish a Bid Bond for said amount conditioned that in event of a failure to execute the proposed Contract for such construction and to provide the required Performance and Payment Bonds and Insurance Certificates if the Contract be awarded to the Bidder that said sum be paid immediately to the Cityas Liquidated Damages and not as penalty for the Principals failure to perform

NOW THEREFORE if the principalshall within the period specified therefore on the attached prescribed forms presentedto the Bidder for signature enter into a written Contract with the City in accordance with said Bid as accepted and give Performance and Payment Bonds with good and sufficient Suretyor Sureties as may be required upon the forms prescribed by the City for the faithful performanceand the proper fulfillmentof saidContract provide Certificates of Insurance as required by said Contract and provide all other information and documentationrequired by the Contract Documents then this obligationshall be void and of no effect otherwise to remain in full force and effect In the event suit is brought upon this bond by the City and the Cityprevails the principal and Suretyshall pay all costs incurred by the City in such suit including reasonable attorneys fees andcosts to be fixed by the Court

17

IN WITNESS WHEREOF the above bound parties have executed this instrument under theirseveral sealsthename and corporatesealofeachcorporatepartybeingheretoaffixedandduly signedby its undersignedrepresentative pursuantto authority of its governingboard

Datethis day of 2021

Principal

Address

Signed

(Seal) Title

Surety

Address

Signed

(Seal) Title

18

Instructions for completing Bid Bond

1 The full legalnameand residence of eachindividual executingthisBond asPrincipal must be inserted in the first paragraph

2 If thePrincipal isapartnership thefullname of thepartnership andall individualsmustbe inserted inthefirstparagraph whichmust recite that individuals arepartnerscomposingthe partnership andallpartnersmust execute theBondasindividuals

3 TheStateof incorporationofeachcorporatePrincipalorSuretytotheBondmust be inserted inthefirstparagraph andtheBondmustbe executedunder thecorporate seal of saidpartyattestedby its secretaryor other appropriate officer

4 Attach a copyof the powerof attorney for theSuretys agent

ENDOFBIDBOND

19

BID TABULATION

TREE PLANTING SCHEDULE A

CANOPY TREES SIZE QTY CostUOM COST

Golden ShowerGolden Chain 12-15rsquo- 3rdquo dia 24

Cathedral Live Oak 12-15rsquo- 3rdquo dia 4

Shumard Oak 12-15rsquo- 3rdquo dia 7

Magnolia 12-15rsquo- 3rdquo dia 11

Red Maple 12-15rsquo- 3rdquo dia 16

Royal Poinciana 12-15rsquo- 3rdquo dia 1

Bald Cypress 12-15rsquo- 3rdquo dia 30

Rainbow Eucalyptus 12-15rsquo- 3rdquo dia 7

Southern Red Cedar 10-12rsquo- 3rdquo dia 7

PALMS SIZE QTY CostUOM COST

Foxtail Palm 15rsquo Clear trunk 4

Medjool Palm 15rsquo Clear trunk 10

Christmas Palm 6rsquo Clear trunk 11

UNDERSTORY TREES SIZE QTY CostUOM COST

Weeping Willow 8rsquo-10rsquo-2rdquo dia 15

Weeping Bottlebrush 8rsquo-10rsquo-2rdquo dia 10

Crape Myrtle Natchez 8rsquo-10rsquo-2rdquo dia 2

Crape Myrtle Muskogee 8rsquo-10rsquo-2rdquo dia 2

20

UOM = Unit of Measurement

UNDERSTORY TREES Jatropha Tree

SIZE 6rsquo single trunk

QTY 15

CostUOM COST

Silver Buttonwood 6rsquo-2rdquo dia 24

Tree Ligustrum Tree 6rsquoX6rsquo 2rdquo dia 18

Tee Olive ldquoButter Yellowrdquo 6rsquo-2rdquo dia 11

Buddha Belly Bamboo 36rdquo 5gal 1

White Simon Bamboo 14-24rdquo 3gal 17

Tropical Blue Bamboo 14-24rdquo 3gal 15

Red Clumping Bamboo 14-24rdquo 3gal 20

Soil Preparation QTY COST

Lump Sum

Mobilization QTY COST

Lump Sum

Labor QTY COST

Lump Sum

TOTAL Lump Sum

Quantitiesspecies subject to change

21

SHRUB PLANTING SCHEDULE B

SHRUB SIZE QTY CostUOM COST

Azaleas Florida Flame 18rdquo-24rdquo 3gal 63

Banana Shrub 18rdquo-24rdquo 3gal 138

Butterfly Bush 18rdquo-24rdquo 3gal 76

Sasanqua Camellias 18rdquo-24rdquo 3gal 127

Cape Jasmine Poor Man Gardenia 18rdquo-24rdquo 3gal 113

Cord Grass 18rdquo-24rdquo 3gal 167

Dwarf Firebush 18rdquo-24rdquo 3gal 105

Fountain Grass 18rdquo-24rdquo 3gal 166

Jatropha Shrub Form 18rdquo-24rdquo 3gal 46

Muhly Grass 18rdquo-24rdquo 3gal 142

Pickerel Weed 18rdquo-24rdquo 3gal 46

Plumbago 18rdquo-24rdquo 3gal 77

Dwarf Simpsonrsquos Stopper 18rdquo-24rdquo 3gal 35

Tea Olive Shrub Form 18rdquo-24rdquo 3gal 17

Ligustrum Shrub Form 18rdquo-24rdquo 3gal 43

GROUNDCOVER amp VINES SIZE QTY CostUOM COST

Confederate Jasmine Spr 18rdquo-24rdquo 3gal 18

Large Blue Iris Spr 8rdquo-6rdquo 1gal 323

Blue Fortune Spr 8rdquo-10rdquo 1gal 1028

Sweet Alyssum Spr 8rdquo-6rdquo 1gal 1009

22

1- 1-GROUNDCOVER amp VINES SIZE QTY CostUOM COST

Ligustrum Shrub Form Spr 8rdquo-10rdquo 1gal 1865

GROUNDCOVER amp VINES QTY COST Lump Sum

Soil Preparation QTY COST Lump Sum

Mobilization QTY COST Lump Sum

Labor QTY COST Lump Sum

TOTAL Lump Sum Quantitiesspecies subject to change

23

IRRIGATION SCHEDULE C Total Cost to include all labor and material to install irrigation

system according to the irrigation plans sheets 1 - 3

Quantity UOM Item description CostUOM COST 337 EA HTRPROS12NSI 12

HUNTER PRO SPRAY POP-UP NSI BLACK CAP NO SIDE INLET

337 EA HTR12H 12rdquo HUNTER 12rdquo HALF NOZZLE

307 EA RBL1401 12 RB 1400 14 GPM BUBBLER FIP 1404

10 EA HTR12000 HUNTER 120-00 POTOR PCFC

800 FT FXP005B 12 FLEXIBLE PVC PIPE BLACK

337 EA S4P90MS005 12 SCH40 PVC ST 90 ELBOW MXS 410-005

10 EA S4P90MS101 34 X 12 SCH40 PVC 90 ELBOW MXS 410-101

4 EA HTRtCV101G 1 HUNTER 1 STRAIGHT VLV WFC 200PSI

14 EA HTRICV151G 1-12 HUNTER 1-12 STRAIGHT VLV WFC 220 PSI

4 EA VLPBV010S 1 PVC BALL VALVE SLIP X SLIP

14 EA VLPBV015S 1-12 PVC BALL VALVE SLIP X SLIP

2 EA SOVGV020FS 2 SOVAL 2 BRASS GATE VALVE CONTAINS LEAD

24

Quantity UOM Item description CostUOM COST 19 EA NDB113BC

NDS STANDARD BOX W GREEN LID 1 EA NDB111BC 10

NDS 10 RND BOX W GREEN LID 1 EA HTRICV201GFS 2

HUNTER 2 STR VLV WFC FILTER SENTRY

1 EA HTRl2C800PL 8 STA HUNTER ICC2 BASE CONTROLLER PLASTIC HUNTER ICC2 8 STA BASE CONTROLLER PLASTIC CAB

1 EA HTREZDM HUNTER DECODER OUTPUT MOD HUNTER SINGLE STATION DECODER I CORE DUAL

18 EA HTREZ1 HUNTER SINGLE STATION DECODER HUNTER SINGLE STATION DECODER I CORE DUAL

1 EA HTRICV201GFS 2 HUNTER 2 STR VLVWFC FILTER

1 EA HTRl2C800PL 8 STA HUNTER ICC2 BASE CONTROLLER PLASTIC HUNTER ICC2 8 STA BASE CONTROLLER PLASTIC CAB

1 EA HTREZDM HUNTER DECODER OUTPUT MOD HUNTER SINGLE STATION DECODER I CORE DUAL

1 EA HTRHFS HUNTER FLOW SENSOR FOR ACC

1 EA HTRFCT2002 HUNTER 2 SENSOR BODY FOR FLOW-CLIK

7680 FT BEP007SCH40 34 PVC PIPE SCH 40 BE

1540 FT BEP010SCH40 1 PVC PIPE SCH 40 BE

1600 FT BEP012SCH40 1-14 PVC PIPE SCH 40 BE

25

Quantity UOM Item description CostUOM COST 120 FT BEP015SCH40 1-12

PVC PIPE SCH 40 BE 300 FT BEP020SCH40 2

PVC PIPE SCH 40 BE 60 FT BEP025SCH40 2-12

PVC PIPE SCH 40 BE 100 FT BEP015SCH40 1-12

PVC PIPE SCH 40 BE 1900 FT BEP020SCH40 2

PVC PIPE SCH 40 BE 380 FT BEP025SCH40 2-12

PVC PIPE SCH 40 BE 3 RL WIC1402JH1000BL 1000

IRR 142 HUNTER JACKETED BLUE

840 FT BEP040SCH40 4 PVC PIPE SCH 40 BE

Mobilization QTY COST

Lump Sum

Labor Materials and Installation QTY COST

Lump Sum

TOTAL

26

BID SCHEDULE D (Summary)

Schedule Amount

A Lump Sum Tree Planting Schedule

B Lump Sum Shrub Planting Schedule

C Lump Sum Irrigation Schedule

Total (Schedule A+B+C)

27

_ _ _

STATEMENT OF BIDDERS QUALIFICATIONS

All questions must be answered and the data given must be clear and comprehensive This statement must be notarized If necessary questions may be answered on separate attached sheets The Bidder may submit any additional information he desires

1 Name of Bidder

2 Permanent main office address

3 When organized

4 If a corporation where incorporated _________________________________

5 How many years have you been engaged in the contracting business under your

present firm or trade name

6 Contracts on hand (Schedule these showing the amount of each contract and theappropriate anticipated dates of completion) List the location and type ofconstruction Owner and Engineer for each project with contact persons andphone numbers for the Owner and Engineer of each project

28

7 General character of Work performed by your company

8 Have you ever failed to complete any Work awarded to you

If so where and why

9 Have you ever defaulted on a contract

If so where and why

10 Have you ever had any projects terminated by the City

If so where and why

11 List the more important projects recently completed by your company stating theapproximate cost of each the month and year completed location and type ofconstruction Owner and Engineer for each project with the telephone numberwhere each may be contacted Do not list projects that are listed under item 6 above

29

12 List your major equipment available for this contract

13 Experience in construction Work similar in scope to this project If completed in the last 5 years please provide the same information (names contacts) as requested for item 11 above

14 Background and experience of the principal members of your organization including officers

30

15 Credit available $

16 Bank reference

17 Will you upon request fill out a detailed financial statement and furnish any otherinformation that may be required by the City

18 Are you licensed as an Excavator General Contractor or under any other title If

yes in what city county and state

What class license and numbers

19 Do you anticipate subcontracting Work under this Contract If yes what percent of

total contract price

List type of work to be subcontracted (list subcontractors I suppliers on a separatesheet and attach it to this form)

20 Are you involved in any lawsuits and for are any lawsuits pending against you oryour firm at this time

If yes DETAIL

21 What are the limits of your public liability DETAIL

What company

22 What are your companys bonding limitations

31

23 Name of proposed Superintendent for this project Said person shall be required onthe project unless agreed upon otherwise in writing by the City

24 The undersigned hereby authorizes and requests any person firm or corporation to furnish any information requested by the City in verification of the recital comprising this Statement of Bidders Qualifications The undersigned further agrees that they will not bring suit in a court of law for any information that is furnished to the OWNER in good faith by said parties or persons responding to Cityrsquos requests for information concerning Bidders qualifications

Dated this day of 2021

Name of Bidder

By

Title

State of

County of

being duly sworn deposes and says that he or she is of and that (Name of organization) the answers to the foregoing questions and all statements therein contained are complete true and correct Subscribed and sworn to before me this day of 2021

Notary Public

My commission expires

32

VENDOR SWORN STATEMENT ON PUBLIC ENTITY CRIMES FLORIDA STATUTES SECTION 287133(3) (a)

THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS

1 This sworn statement is submitted to (print name of public entity)

by (print individualrsquos name and title)

for (print name of entity submitting sworn statement)

whose business address is

and (if applicable) its Federal Employer Identification Number (FEIN) is

(If the entity has no FEIN include the Social Security Number of the individual signing this sworn statement )

2 I understand that a ldquopublic entity crimerdquo as defined in Paragraph 287133(1)(g) Florida Statutes means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States including but not limited to any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust fraud theft bribery collusion racketeering conspiracy or material misrepresentation

3 I understand that ldquoconvictedrdquo or ldquoconvictionrdquo as defined in Paragraph 287133(1) (b) Florida Statutes means a finding of guilt or a conviction of a public entity crime with or without an adjudication of guilt in any federal or state trial court of record relating to charges brought by indictment or information after July 1 1989 as a result of a jury verdict nonjury trial or entry of a plea of guilty or nolo contendere

4 I understand that an ldquoaffiliaterdquo as defined in Paragraph 287133(1)(a) Florida Statutes means

a A predecessor or successor of a person convicted of a public entity crime or

b An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime The term ldquoaffiliaterdquo includes those officers directors executives partners shareholders employees members and agents who are active in the management of an affiliate The ownership by one person of shares constituting a controlling interest in another person or a pooling of equipment or income among persons when not for fair case that one person controls another person A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate

33

5 I understand that a ldquopersonrdquo as defined in Paragraph 287133(1) (a) Florida Statutes means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity or which otherwise transacts or applies to transact business with a public entity The term ldquopersonrdquo includes those officers directors executives partners shareholders employees members and agents who are active in management of an entity

6 Based on information and belief the statement which I have marked below is true in relation to the entity submitting this sworn statement (Indicate which statement applies)

Neither the entity submitting this sworn statement nor any of its officers directors executives partners shareholders employees members or agents who are active in the management of the entity nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1 1989

The entity submitting this sworn statement or one or more of its officers directors executives partners shareholders employees members or agents who are active in the management of the entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1 1989

The entity submitting this sworn statement or one or more of its officers directors executives partners shareholders employees members or agents who are active in the management of the entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1 1989 However there has been a subsequent proceeding before a Hearing Officer of the State of Florida Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (Attach a copy of the final order)

I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECITON 287017 FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM

(Signature)

Sworn to and subscribed before me this day of 2021

Personally known or produced identification (Type of identification)

State of Florida City of My commission expires (Notary Public)

34

CONSTRUCTION AGREEMENT

THIS CONSTRUCTION AGREEMENT is made this _____ day of ______________2021 by and

between (hereinafter referred to as ldquoContractorrdquo) and the City of Seminole Florida a Florida municipal corporation (hereinafter the ldquoCityrdquo)

WITNESSETH

WHEREAS the City desires that Contractor perform the duties of general contractor for the construction of certain improvements namely the Waterfront Park Landscape and Irrigation Project (hereinafter the ldquoProjectrdquo) and

WHEREAS Contractor desires to perform such h duties pursuant to the terms and conditions provided for in this Agreement and

writing WHEREAS the parties hereto desire to set forth certain understandings regarding the Project in

NOW THEREFORE for and in consideration of the mutual promises and covenants contained herein and other good and valuable consideration the receipt and sufficiency of which is hereby acknowledged the parties agree as follows

1 Statement of Work Contractor agrees to manage and supervise the construction of theproject located in the City of Seminole Pinellas County Florida as directed by the City and pursuant to the City of Seminole Design Standards and according to the plans and specifications approved by the City Contractor shall (a) furnish all tools equipment supplies superintendence transportation and other construction accessories services and facilities (b) furnish all materials supplies and equipment specified to be incorporated into and form a permanent part of the complete work (c) provide and perform all necessary labor in a substantial and skillful manner and in accordance with the provisions of this Agreement and (d) execute construct and complete all work included in and covered by this Agreement

2 Time of Commencement and Completion Construction under this Agreement will beginon or after receiving the Notice to Proceed and shall be completed by February 10th 2022 (ldquoCompletion Daterdquo) The Completion Date may at the Cityrsquos sole discretion be extended if approved by the City in writing but in no event may the Completion Date extend beyond February 28th 2022 If due to misconduct or neglect Contractor fails to complete the Project on or before the Completion Date the City may deduct liquidated damages in the amount of $500 the first day and $100 for each additional day the Contractor works beyond this date Such liquidated damages shall be deemed to be a genuine pre- estimate of the foreseeable damages incurred by City and in no way can be construed as a penalty It is understood by Contractor and the City that actual damages caused by Contractorrsquos failure to complete this Agreement on time are impracticable or extremely difficult to fix and that the per diem deduction from the contract price will be retained by the City as payment by Contractor of liquidated damages and not as a penalty

3 Compensation City shall pay and Contractor shall receive the contract price of$ as stipulated in the Notice of Award attached to this contract as Exhibit A and incorporated herein by this reference as FULL compensation for everything furnished and done by Contractor under this Agreement including all loss or damage arising out of the work or from the action of the elements for any unforeseen obstruction or difficulty encountered in the prosecution of the work

35

including increased prices for or shortages of materials for any reason including natural disasters for all risks of every description associated with the work for all expenses incurred due to the suspension or discontinuation of the work and for well and faithfully completing the work as provided in this Agreement

4 Draw Requests Contractor agrees to perform all work on the Project according to the schedules set forth in the approved Bid Proposal attached hereto as Exhibit B (as amended) and incorporated herein by this reference Contractor shall submit weekly progress reports to the Public Works Director or his designee showing actual costs incurred and work completed Contractor shall also submit to the City monthly draw requests for all authorized costs incurred up to that date for the Project if the time for the work exceeds one month Upon review and approval of the progress reports and draw request(s) by the Public Works Director or his designee the City agrees to pay Contractor the amounts shown on all draw requests minus a five percent (5) retainage for any payments other than the final payment no later than the fifteenth (15th) business day following the date the draw request was submitted Payments may be withheld if

A Work is found defective and not remedied

B Contractor fails to meet schedules shown on Exhibit B as may be amended by the actual construction commencement date

C Contractor does not make prompt and proper payments to subcontractors

D Contractor does not make prompt and proper payments for labor materials or equipment furnished

E Another contractor is damaged by an act for which Contractor is responsible

F Claims or liens are filed on the job or

G In the opinion of the City Contractorrsquos work is not progressing satisfactorily

The City shall disburse the total retainage and the final draw request submitted by Contractor upon acceptance of the Project as described in Paragraph 14 below

5 Liability for Damages The City its officers agents or employees shall not in any manner be answerable or responsible for any loss or damage to the work or to any part of the work for any loss or damage to any materials building equipment or other property that may be used or employed in the work or placed on the worksite during the progress of the work for any injury done or damages or compensation required to be paid under any present or future law to any person whether an employee of Contractor or otherwise or for any damage to any property occurring during or resulting from the work Contractor shall indemnify the City its officers agents and employees against all such injuries damages and compensation arising or resulting from causes other than the Cityrsquos neglect or that of its officers agents or employees

6 Inspection of Work and Materials

A The City Manager or hisher designee may appoint and employ such persons as may be necessary to act as inspectors or agents for the purpose of supervising in the interests of the City materials furnished and work done as the work progresses

36

B The City shall at all times have unrestricted access to all parts of the work and to other places where or in which the preparation of materials and other integral parts of the work are being carried on and conducted

C Contractor shall provide all facilities and assistance required or requested to carry out the work of supervision and inspection by the City including soil and material tests

D Inspection of the work by the above-mentioned authorities or their representatives shall in no manner be presumed to relieve in any degree the responsibility or obligations of Contractor

E No material of any kind shall be used in the work until it has been inspected and accepted by the City All rejected materials shall be immediately removed from the premises Any materials or workmanship found at any time to be defective shall be replaced or remedied at once regardless of previous inspection Inspection of materials shall be promptly made and where practicable at the source of supply

F Whenever the specifications the instructions of the City or the laws ordinances or regulations of any public authority require work to be specially tested or approved Contractor shall give the City timely notice of its readiness for inspection and if the inspection is by another authority of the date fixed for the inspection

7 City of Seminole Insurance Requirements Contractor shall furnish the City with the Certificates of Insurance proving coverage Failure to furnish the required certificates will result in the termination of this Agreement Before starting and until acceptance of the work by the City the contractor shall procure and maintain insurance of the types and the limits specified All Policies with the exception of Workers Compensation must include the City of Seminole its officers agents employees and volunteers as Additional Insured under the liability policies All insurance policies must be written in a manner consistent with the requirements of the Standard Form Agreement Certificates of insurance shall be issued prior to execution of the Notice to Proceed The following are the minimum requirements for insurance coverage

Commercial General Liability (CGL) in occurrence form written by a firm that is authorized to conduct business in the State of Florida and recognized by the State of Florida Insurance Regulations Insurance company must have at least an A- rating from AM Best or a similar rating service

(1) $1000000 per occurrence

(2) $2000000 per aggregate ($1000000 at minimum)

Workers Compensation and Employers Liability

(1) Per State of Florida Statutory requirements

(2) $100000 each accident $100000 per employee for disease and $500000 for all diseases

Commercial Automobile Liability

(1) $1000000 Combined Single Limit

All Policies with the exception of Workers Compensation must include the City of Seminole its officers agents employees and volunteers as Additional Insured under the liability policies Contractor shall hold

37

the City harmless from any actions brought against Contractor due to negligence omission or wrongdoing of Contractor or any of its employees agents representatives and subcontractors All coveragescertificates are to be in effect for the term of this Agreement and must be provided to the Citys Public Works Department prior to the date the service begins and at each renewal thereafter during the term of this Agreement Certificates of Insurance shall be executed on a standard ACORD form

8 Performance Bond To secure performance of Contractorrsquos obligations under this Agreement the Contractor shall provide the City with a Performance Bond in the amount of the full contract price or $ The Contractor shall use the form of the Performance Bond supplied by the City The City shall be authorized to draw upon the Performance Bond to correct any default by Contractor under this Agreement which default shall be determined and substantiated by an Affidavit of Default signed by the City Manager The Performance Bond shall be held by the City through the one-year warranty period specified in Paragraph 13 below

9 Payment of Labor and Materials Bond To secure performance of Contractorrsquos obligations under this Agreement to its subcontractors and suppliers Contractor shall provide the City with a Payment of Labor and Materials Bond in the amount of the full contract price or $ After the execution of this agreement and prior to the notice to proceed the Contractor shall provide the Payment of Labor and Materials Bond to the City in the form supplied by the City The City shall be authorized to draw upon the Payment of Labor and Materials Bond to correct any default by Contractor under this Agreement which default shall be determined and substantiated by an Affidavit of Default signed by the City Manager

10 Notice to Proceed Notice to Proceed shall be issued within ten (10) calendar days of the execution of this Agreement by all parties to include surety bonds If the City fails to issue such Notice to Proceed within that time limit Contractor may terminate the Agreement without further liability on the part of either party Such notice of termination must be tendered in writing to the City Additionally the parties may mutually agree that the time for the Notice to Proceed may be extended

11 Compliance with Laws Contractor and every subcontractor or person doing or contracting to do any work contemplated by this contract shall keep himself or herself fully informed of all national and state laws and all municipal ordinances and regulations in any manner affecting the work or performance of his or her contract or any extra work and shall at all times observe and comply with such laws ordinances and regulations whether or not the laws ordinances or regulations are mentioned in this contract and shall indemnify the City its officers agents and employees against any claim or liability arising from or based on the violation of any such laws ordinances or regulations

12 Certificates and Permits Contractor shall secure at Contractors own expense all necessary certificates licenses and permits from municipal or other public authorities required in connection with the work contemplated by this Agreement or any part of this Agreement and shall give all notices required by law ordinance or regulation Contractor shall pay all fees and charges incident to the due and lawful prosecution of the work contemplated by this Agreement and any extra work performed by Contractor

13 Termination The City may at its sole discretion terminate this Agreement without liability in the event that Contractor fails to provide the Performance Bond or Payment of Labor and Materials Bond Certificates of Insurance required by Paragraph 7 or otherwise fails to meet the conditions precedent to issuance of the Notice to Proceed set forth in Paragraph 10 above The City may also at its sole discretion on one weekrsquos notice to Contractor terminate this Agreement without liability before the completion date and without prejudice to any other remedy the City may have when Contractor defaults in the performance of any provision or fails to carry out the construction of the Project in accordance with the provisions of this Agreement

38

14 Substantial Completion Acceptance The date of substantial completion of the Project shall be a date mutually agreed upon by the City and Contractor In the event that the City and Contractor do not reach an agreement as to the date of substantial completion the Seminole City Council shall determine such date Upon the date of substantial completion Contractor shall certify in writing that substantially all improvements described in the Statement of Work have been completed in conformance with the plans and specifications and submit to the City a completed substantial completion list utilizing a form approved by the City Thereafter and within thirty (30) business days after a request for final inspection by Contractor the City shall inspect the Project and notify Contractor in writing and with specificity of their conformity or lack thereof to the plans and specifications Contractor shall make all corrections necessary to bring the Project into conformity with the plans and specifications Once any and all corrections are completed the City shall complete a Project Acceptance Form and promptly notify Contractor in writing that the Project is in conformance with the approved plans and specifications and the date of such notification shall be known as the Acceptance Date The Acceptance Date shall coincide with the commencement of the one-year warranty period described in Paragraph 15 below Within thirty (30) days of the Acceptance Date the City shall pay Contractor the amount shown on the final draw request provided however that the amount of funds left from the contract price specified in the Notice of Award are sufficient to cover this amount

15 Warranty Contractor shall warrant any and all improvements constituting the Project constructed for the City pursuant to this Construction Agreement for a period of twelve (12) months from the Acceptance Date as set forth in Paragraph 14 herein Specifically but not by way of limitation Contractor shall warrant that

A Any and all improvements constituting the Project shall be free from any security interest or other lien or encumbrance and

B Any and all structures so conveyed shall be free of any defects in materials or workmanship for a period of one (1) year as stated above

16 Corrections to Project If within one (1) year after the date of substantial completion any of Contractorrsquos work on the Project is found to be not in accordance with the standards set forth in the preceding Paragraph 15 Contractor shall at Contractorrsquos expense correct it promptly after receipt of a written notice from the City to do so unless the City has previously accepted such condition Such notice shall be either delivered personally or by overnight express courier or sent by registered or certified mail postage prepaid return receipt requested and must be received by Contractor as soon as practicable after the City discovers the defect or the loss or damage caused by such defect but in no event later than the date that the warranty given hereby expires

17 Modifications The City may modify this Agreement with respect to the arrangement character alignment grade or size of the work or appurtenances whenever in its opinion it shall deem it necessary or advisable to do so Contractor shall accept such modifications when ordered in writing by the City Manager or hisher designee Any such modifications shall not subject Contractor to increased expense without equitable compensation which compensation may be approved by the City pursuant to its Purchasing Policy If any modification results in a decrease in the cost of work involved an equitable deduction from the contract price shall be made These deductions shall be determined by the City Manager or his designee The determination of any such additional compensation or deduction shall be based on the bids submitted and accepted No modifications in the work shown on the plans and described in the specifications shall be made unless the nature and extent of the modifications has first been certified by the City in writing and sent to Contractor

39

18 Attorneys Fees Survival Costs of Collection Should this Agreement become the subject of legal action to resolve a claim of default in performance by any party including the collection of past due amounts the non-prevailing party shall pay the prevailing partyrsquos reasonable attorneysrsquo fees expenses and court costs All rights concerning remedies andor attorneysrsquo fees shall survive any termination of this Agreement

19 Governing Law The laws of the State of Florida shall govern the validity performance and enforcement of this Agreement

20 Assignment This Agreement may not be assigned without the prior written consent of the non-assigning party

21 Amendment This Agreement shall not be amended except by subsequent written agreement of the parties

22 Entire Agreement This Agreement along with any addendums and attachments hereto constitutes the entire agreement between the parties The provisions of this Agreement may be amended at any time by the mutual consent of both parties The parties shall not be bound by any other agreements either written or oral except as set forth in this Agreement

23 Captions The captions in this Agreement are inserted only for the purpose of convenient reference and in no way define limit or prescribe the scope or intent of this Agreement or any part thereof

24 Binding Effect This Agreement shall be binding upon and inure to the benefit of the parties hereto and their respective heirs successors and assigns

25 Severability In the event that any of the covenants agreements terms or provisions contained in this Agreement shall be found invalid illegal or unenforceable in any respect by a court of competent jurisdiction the validity of the remaining covenants agreements terms or provisions contained herein shall be in no way affected prejudiced or disturbed thereby

26 Notices Written notices required under this Agreement and all other correspondence between the parties shall be directed to the following and shall be deemed received when hand-delivered or three (3) days after being sent by certified mail return receipt requested

To the City Ann Toney-Deal ICMA-CM City of Seminole City Manager 9199 113th Street North Seminole FL 33772 (727) 391-0204

Copy to Jay Daigneault Esquire City Attorney 1001 South Fort Harrison Avenue Suite 201 Clearwater Florida 33756 Phone (727) 733-0494 ext 106

40

To the Contractor Name address telephone number

27 Status Contractor is an independent contractor and none of its employees or agents shall be considered an employee or agent of the City for any purpose

28 Insurance and Sovereign Immunity Nothing herein shall be interpreted as a waiver of governmental immunity to which the other parties would otherwise be entitled under Sec 76828 Florida Statutes as amended

29 Public Records Contractor acknowledges that it is acting on behalf of a Public agency and that this Agreement is subject to the provisions of Sec 1190701 Florida Statutes and that Contractor must comply with the public records laws of the State of Florida

IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119 FLORIDA STATUTES TO THE CONTRACTORrsquoS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT

City of Seminole Attn City Clerk

amancusomyseminolecom 9199 113th Street North Seminole FL 33772 727-391-0204

Contractor shall comply with public records laws and Contractor shall

A Keep and maintain public records required by the City to perform the service

B Upon request from the Cityrsquos custodian of public records provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 Florida Statutes (2019) as may be amended or revised or as otherwise provided by law

C Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the City

D Upon completion of the Contract transfer at no cost to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service If the Contractor transfers all public records to the City upon completion of the Contract the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements If the Contractor keeps and maintains public records upon completion of the Contract the Contractor shall meet all applicable requirements for retaining public records All records stored electronically must be provided to the City upon request from the Cityrsquos custodian of public records in a format that is compatible with the information technology systems of the City

41

30 Authority Each person signing this Agreement represents and warrants that said person is fully authorized to enter into and execute this Agreement and to bind the party it represents to the terms and conditions hereof

31 Counterparts This Agreement may be executed in counterparts each of which shall be deemed an original and all of which when taken together shall be deemed one and the same instrument

WHEREFORE the parties hereto have executed duplicate originals of this Construction Agreement on the day and year first written above

[CONTRACTOR]

By

Name

Title

CITY OF SEMINOLE FLORIDA

By Ann Toney-Deal ICMA-CM City Manager

ATTEST Date

City Clerk

42

Exhibit A Notice of Award

Dated September 29 2021 Owner Ownerrsquos Project Manager Owners Resolution No City of Seminole Rodney Due Public Works Director Name of Project Contract

Waterfront Park Landscape and Irrigation Project Engineer

Deuel amp Associates Contractor

Contractorrsquos Address (send Certified Mail Return Receipt Requested)

You are notified that your Bid dated September 17 2021 for the above Contract has been considered You are the Successful Bidder and are awarded a Contract for the Waterfront Park Landscape and Irrigation Project contingent upon delivery of all conditions outlined in the Agreement or herein

See the Bid Documents for details of the scope of work

The Contract Price of your Contract is $

(written)

Three (3) of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award

You must comply with the following conditions precedent within ten (10) days of the date you receive this Notice of Award

1 Deliver to the Owner two (2) fully executed counterparts of the Contract Documents

2 Deliver with the executed Contract Documents the Contract Security [Bonds] as specified in the Instructions to Bidders (Article 19)

3 Certificate of Insurance

Failure to comply with these conditions within the time specified will entitle Owner to consider you in default annul this Notice of Award and declare your Bid security forfeited

City of Seminole Owner

By Authorized Signature

Ann Toney-Deal ICMA-CM City Manager NameTitle

43

Bond

PERFORMANCE BOND

KNOW ALL MEN BY THESE PRESENTS that we the undersigned a organized under the laws of the State of hereinafter referred to as the Contractor and a corporation organized under the laws of the State of Florida and authorized and licensed to transact business in the State of Florida hereinafter referred to as the Surety are held and firmly bound unto the City of Seminole Florida hereinafter referred to as the City in the penal sum of $ lawful money of the United States of America for the payment of which sum the Contractor and Surety bind themselves and their heirs executors administrators successors and assigns jointly and severally by these presents

WHEREAS the above Contractor has on 2021 received a Notice of Award to enter into a contract with the City for furnishing all labor materials equipment tools superintendence and other facilities and accessories for the construction of the Waterfront Park Landscape and Irrigation Project (the ldquoProjectrdquo) in accordance with the Contract Documents therefor which are incorporated herein by reference and made a part hereof and are herein referred to as the Contract

NOW THEREFORE the conditions of this performance bond are such that if the Contractor

1 promptly and faithfully observes abides by and performs each and every covenant condition and part of said Contract including but not limited to its warranty provisions in the time and manner prescribed in the Contract and

pay the City all losses damages (liquidated actual or consequential including but not limited to damages caused by delays in performance of the Contract) expenses costs and attorneysrsquo fees that the City sustains resulting from any breach or default by the Contractor under the Contract then this bond is void otherwise it shall remain in full force and effect in accordance with the Contract

IN ADDITION if said Contractor fails to perform in any respect under the Contract Documents the Surety shall pay any amounts incurred or to be incurred by the City in connection with such failure in an amount not exceeding the amount of this obligation inclusive of without limitation liquidated damages together with any related costs and expenses incurred by the City including without limitation attorneysrsquo fees

IN ADDITION if said Contractor fails to duly pay for any labor materials team hire sustenance provisions or any other supplies used or consumed by said Contractor or its subcontractors in its performance of the Work contracted to be done or fails to pay any person who supplies rental machinery tools or equipment all amounts due as the result of the use of such machinery tools or equipment in the prosecution of the Work the Surety shall pay the same in an amount not exceeding the amount of this obligation together with any related costs and expenses incurred by the City including without limitation attorneysrsquo fees

44

PROVIDED that the said Surety for value received hereby stipulates and agrees that any and all changes in the Contract shall not affect the Suretyrsquos obligations under this bond and the Surety hereby waives notice of any such changes Further Contractor and Surety acknowledge that the penal sum of this bond shall increase in accordance with approved changes to the Contract Documents without obtaining the Suretyrsquos consent up to a maximum of twenty percent (20) of the penal sum hereof

IN WITNESS WHEREOF said Contractor and said Surety have executed these presents as of this day of 2021

CONTRACTOR

By

Name

Title

SURETY

By

Name

Title

(Accompany this Bond with the attorney-in-factrsquos authority from the Surety to execute this Bond certified to include the date of the Bond)

45

Bond

PAYMENT BOND

KNOW ALL MEN BY THESE PRESENTS that we the undersigned a organized under the laws of the State of hereinafter referred to as the Contractor and a corporation organized under the laws of the State of and authorized and licensed to transact business in the State of Florida hereinafter referred to as the Surety are held and firmly bound unto the City of Seminole Florida hereinafter referred to as the City in the penal sum of $ lawful money of the United States of America for the payment of which sum the Contractor and Surety bind themselves and their heirs executors administrators successors and assigns jointly and severally firmly by these presents

WHEREAS the above Contractor has on the 2021 received a Notice of Award to enter into a contract with the City for furnishing all labor materials equipment tools superintendence and other facilities and accessories for the construction of the Waterfront Park Landscape and Irrigation Project (the ldquoProjectrdquo) in accordance with the Contract Documents therefor which are incorporated herein by reference and made a part hereof and are herein referred to as the Contract

NOW THEREFORE the condition of this payment bond obligation is such that if the Contractor shall at all times promptly make payments of all amounts lawfully due to all persons supplying or furnishing it or its subcontractors with labor materials rental machinery tools or equipment used or performed in the prosecution of Work provided for in the above Contract and shall indemnify and save harmless the City to the extent of any and all payments in connection with the carrying out of such Contract which the City may be required to make under law or in equity and for all losses damages expenses costs and attorneysrsquo fees incurred by the City resulting from the failure of the Contractor to make the payments discussed above then this obligation shall be null and void otherwise it shall remain in full force and effect

IN ADDITION if said Contractor fails to perform in any respect under the Contract Documents the Surety shall pay any amounts incurred or to be incurred by the City in connection with such failure in an amount not exceeding the amount of this obligation inclusive of liquidated damages together with any related costs and expenses incurred by the City including without limitation attorneysrsquo fees

PROVIDED that the said Surety for value received hereby stipulates and agrees that any and all changes in the Contract shall not affect the Suretyrsquos obligations under this bond and the Surety hereby waives notice of any such changes Further Contractor and Surety acknowledge that the penal sum of this bond shall increase in accordance with approved changes to the Contract Documents without obtaining the Suretyrsquos consent up to a maximum of twenty percent (20) of the penal sum hereof

46

IN WITNESS WHEREOF said Contractor and said Surety have executed these presents as of this day of 2021

CONTRACTOR

By

Name

Title

SURETY

By

Name

Title

(Accompany this Bond with the attorney-in-factrsquos authority from the Surety to execute this Bond certified to include the date of the Bond)

47

CERTIFICATE OF INSURANCE

CONTRACTOR shall provide his own standard form(s) for Certificate of Insurance naming the City as additionally insured

48

Notice to Proceed

Dated XXXX XX 2021

Owner

City of Seminole Ownerrsquos Project Manager Owners Resolution No

Name of Project Contract ProjectEngineer

Contractor

Contractorrsquos Address (send Certified Mail Return Receipt Requested)

This is to advise you that your Insurance Policy Certificates of Insurance and Bonds have been received Our issuance of this Notice does not relieve you of responsibility to assure that the insurance requirements of the Contract Documents are met for the duration of the Agreement The Agreement dated XXXXXXX XX 2021 covering the above described work has been fully executed

You are hereby authorized and directed to proceed by the Time of Commencement in accordance with Article 2 of the Agreement

In accordance with Article 2 of the Agreement you are notified that Construction under this Agreement will begin on or after XXXXXXX XX 2021 and shall be completed by XXXXXXX XX 2021 (ldquoCompletion Daterdquo) Any liquidated damages for failure to achieve Completion by the date agreed that may be applicable to this Agreement will be calculated using the above Completion Date

City of Seminole Contractor Owner

Received by Given by

Ann Toney-Deal ICMA-CM

City Manager Title Title

Date Date

49

Change Order Form

Dated

Owner City of Seminole

Ownerrsquos Project Manager Rodney Due

Owners Resolution No

Name of Project Contract Project Engineer Deuel amp Associates

Contractor

In the space below itemize the change that is requested for the project and the total cost required to complete the requested change in contracted amount attach any contributing documentation as applicable

Total Amount to be approved for Change Order $

City of Seminole

AnnToney-Deal ICMA-CM Date City Manager

DepartmentHead Date

Contractor

Date

Signature

Attest

City Clerk

50

Substantial Completion Form

Dated

Owner City of Seminole

Ownerrsquos Project Manager Owners Resolution No

Name of Project Contract (Project) Project Engineer

Contractor

In accordance with Paragraph 14 of the City of Seminolersquos Construction Agreement the date of substantial completion of the Project shall be a date mutually agreed upon by the City and Contractor This formis submitted by Contractor and certifies that substantially all improvements described in the Statement of Work have been completed in conformance with the plans and specification with the exception of the following

In the space below itemize what tasks remain outstanding for the project and the timeline for completion of each (attach additional sheets as necessary)

Total Amount to be Retained Pending Final Completion $

Contractor

Signature Date

Printed Name

City of Seminole

Signature ndash Project Manager Date

Signature ndash Department Head Date

51

FINAL RECEIPT AND RELEASE

Project Waterfront Park Landscape and Irrigation Project

Contractor

Final Contract Price

Final Payment

The Contractor hereby certifies

THAT the above noted Final Contract Price is the full compensation due under the Contract for the Project

THAT the above noted Final Payment has been received from the City of Seminole

THAT together with the Final Payment amounts totaling the Final Contract Price have been received from the City of Seminole

THAT the City of Seminole is released from all claims related to the Contract for the Project and

THAT all persons and companies performing labor or furnishing materials for the Project have been paid in full

Contractor

By

Title

Date

52

Project General Requirements Table of Contents

Section Page

01000 General Definitions and Terms 54-59

01010 Summary of Work 60-61

01040 Coordination 62

01160 Unit Prices 63-64

01310 Construction Schedules 65-66

01330 Survey Data 67

01410 Testing 68-69

01510 Temporary Utilities 70

01560 Temporary Control 71

01600 Liquidated Damages 72-73

01700 Contract Closeout 74

01711 Site Cleanup 75

53

Section 01000 General Definitions and Terms

11 General

A Scope

The following conditions are general in scope and may contain requirements covering conditions that may not be encountered in the performance of the Work under contract Where any stipulation or requirement set forth herein applies to any such non-existing condition and is not applicable to the Work under contract such stipulation or requirement shall have no meaning relative to the performance of said Work

B Titles and Subheadings

I The titles and subheadings used in the Contract Documents are for convenience of reference only and shall not be taken or considered as having any bearing on the interpretation of said documents

II Titles used in these specifications having a masculine gender such as workman and the pronouns he or his are for the sake of brevity and are intended to refer to persons of either sex

12 Definitions and Terms

A When the Contract indicates that work shall be accepted acceptable approval approved authorized condemned considered necessary contemplated deemed necessary designated determined directed disapproved established given indicated insufficient interpretation interpreted ordered permitted rejected required reserved satisfactory specified sufficient suitable suspended unacceptable or unsatisfactory it shall be understood that these expressions are followed by the words by the City or to the City

B Additional definitions and terms are provided Wherever the following terms are used in these Contract General Conditions or other Contract Documents the intent and meaning shall apply to both the singular and plural thereof and shall be interpreted as follows

Addenda Written or graphic instruments issued prior to Bid Opening which clarify correct or change the Contract Documents

Bid The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work to be performed

Bidder An individual firm corporation or other legal entity submitting a proposal for the advertised Work and if the Successful Bidder a contractor intending to contract with the City for performance of prescribed Work

54

Bid Documents These shall consist of the following forms and documents Construction Drawings Addenda (if any) Invitation to Bid Instruction to Bidders Bid Form Bid Bond Form Special Conditions Special Provisions Supplemental Specifications Appendix and Construction Drawings (not attached)

Bid Opening The public opening and reading of all bids prepared and submitted in accordance with the Instructions to Bidders at the time and date set forth in the Invitation to Bid

Bid Guaranty The security as designated in the Instructions to Bidders and furnished with the Bid as a guaranty that the Bidder shall enter into the Contract and furnish the Bonds and Certificates of Insurance as required if awarded the Work

Bid Schedule A list of Bid Items in the Bid Form which includes a description approximate quantity and units (if any) unit price and extended amount or lump sum bid for each item The Bid Schedule also includes a line for the Total Bid based on the summation of the extended amounts of all bid items The Bid Schedule may also include bid alternates and a line for the Bidder to enter an estimated date to begin construction

Bonds Bid Performance and Payment Bonds and other instruments of security

Calendar Day Each and every day shown on the calendar beginning and ending at midnight

Change of Work Form The following forms copies of which are provided in the Standard Forms Field Order Work Change Request Request for Adjustment and Change Order

Change Order A document recommended by the City which is signed by the Contractor and by an authorized agent of the City which authorizes an addition deletion or revision in the Work or an adjustment in Contract Price or Contract Time which is issued on or after the Effective Date of the Contract Properly executed Change Orders become a part of the Contract Documents

Construction Drawings (Drawings Plans) The Drawings or Plans which show the character and scope of the Work to be performed which have been prepared or approved by the City and are referred to in the Contract Documents (including Standard Details)

Contract A written agreement between the City and Contractor covering the Work to be performed Other Contract Documents are attached to the Contract and made a part thereof as provided therein

Contract Documents The Standard Contract Documents for Capital Improvements Construction (current edition) and the Bid Documents as defined herein Contract Documents also include Shop Drawings Field Orders Work Change Requests and Change Orders which must be signed by authorized representatives of the City and the Contractor

Contract Time The number of Calendar days allowed for the Substantial andor Final completion of the Work specified in the Contract including authorized time extensions beginning on the date specified in the Notice to Proceed

55

Contractor The person firm or corporation with whom the City intends to or has entered into a Contract

Day Calendar Day

Defective WorkWork that is unsatisfactory faulty or deficient or does not conform to the Contract Documents or does not meet the requirements of a referenced standard test or approval referred to in the Contract Documents or has been damaged prior to the Citys recommendation of Final Payment (unless responsibility for the protection thereof has been assumed by the City at Substantial Completion)

Drawings Same meaning as Construction Drawings

Effective Date The date indicated in an agreement or notice on which it becomeseffective but if no such date is indicated the date on which the instrument is fully signedand delivered by the last of the parties involved

Engineer The Project Engineer who may be a City employee or hired consultant who has been appointed or authorized by the City to oversee the technical aspects of the work and to administer the Contract on behalf of the City The term Engineer may also apply to a Professional Engineer working for a developer who is required to construct public infrastructure

Extra or Additional Work Work which was not a part of the original Contract Documents at the time the Contract was executed for which extra compensation or time is justified in accordance with conditions set forth in the Contract Documents

Field Order A written order issued by the City which directs or allows minor changes inThe Work and which does not involve a change in the Contract Price or Contract Time

Final Completion The date upon which the Work in the Citys opinion and based upon its inspection is acceptable and fully performed in accordance with the Contract Documents and all other requirements or conditions to the Citys advertisement of the Project for final payment have been fulfilled Final Completion shall be evidenced by the Citys issuance of a Letter of Final Completion

Holidays Holidays recognized by the City are

New Years DayJanuary 1 Martin Luther King Day 3rd Monday in January Presidents Day3rd Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day1st Monday in September Veterans Day November 11 Thanksgiving Dayhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip4th Thursday in November Friday after Thanksgiving Christmas DayDecember 25th

When a Holiday as listed above falls on a Saturday it shall be observed on the preceding Friday if the Holiday falls on Sunday it shall be observed on the following Monday

56

Inspector An authorized representative of the City assigned to inspect andor test materials furnished or Work performed by the Contractor

Laboratory Any testing laboratory designated by the City to make tests of the materials and Work involved in the Contract

Liquidated Damages The sum of money the Contractor agrees to pay the City for each day of delay beyond the date due for the completion of specified stages of Work or the complete Contract or in delaying or requiring the City to incur additional costs in the process of obtaining a Contract to perform the Work in the case of Bid Guaranty

Manager The City Manager of the City of Seminole

Notice of Award The written notice by the City to the apparent Successful Bidder stating that upon compliance with the conditionrsquos precedent enumerated therein within the time specified the City shall sign and deliver the Contract

Notice to Proceed Written notice to the Contractor to proceed with the Contract Work specifying when applicable the date of beginning of Contract Time

Plans Same meaning as Construction Drawings

Project The specific Work to be performed as described in the Contract Documents

Project Manager I Facilities Manager Designated City employee in charge of the Project

Request for Adjustment A written request issued by the Contractor for an adjustment in Contract Time or Contract Price A copy of the Request for Adjustment Form is provided in the Standard Forms

Review To examine or re-examine for conformance with the Contract Documents

Schedule of Submittals A schedule of all Shop Drawings material certifications mix designs samples construction schedules (Gantt charts) and other items to be submitted by the Contractor for review andor approval by the City The Schedule of Submittals is included in the Special Conditions and may be modified by the City any time before or after the construction begins

Shop Drawings (Work Drawings) All drawings diagrams illustrations schedules and other data which are specifically prepared by or for the Contractor to illustrate some portion of the Work and all illustrations brochures standards schedules performance charts illustrations diagrams and other information submitted by the Contractor to illustrate material or equipment for some portion of the Work

Special Conditions The part of the Contract Documents which amends or supplements the General Contract Conditions and which are specific to the Work to be performed

Special Provisions Additions and revisions to the Citys Standard Specifications covering conditions peculiar to an individual project

Specifications Those portions of the Contract Documents consisting of written

57

technical descriptions of materials equipment standards and workmanship as applied to the Work These may consist of Standard or Supplemental Specifications Special Provisions andor notes on the Construction Drawings

Standard Contract Documents for Capital Improvements Construction These shall include the following Standard Forms and documents Statement of Bidders Qualifications Instructions to Contractors Regarding Affirmative Action Notice of Award Contract Performance Bond Form Payment Bond Form Notice to Proceed Field Order Form Work Change Request Form Request for Adjustments Form Change Order Form Partial Payment Request Form Certificate for Payment Form Final Receipt and Release General Contract Conditions Standard Specifications as approved for use by the City and Standard Specifications for construction

Standard Details Same meaning as Standard Drawings

Standard Drawings City-approved Standard Drawings and Details which pertain to the Work to be performed

Standard Forms Forms utilized and approved by the City as the Standard Contract Documents for Capital Improvements Construction which are in the format to be used for the stated or intended purpose

Standard Specifications Standard Specifications utilized and approved by the City all of which are incorporated into the Standard Contract Documents for Capital Improvements Construction

Subcontractor An individual firm corporation or other legal entity to which the Contractor subcontracts part of the Contract

Substantial Completion When the Work or a specified part thereof has progressed to the point where the Work in the opinion of the City as evidenced by the Citys Letter of Substantial Completion is sufficiently complete in accordance with the Contract Documents so that the Work or specialized part can be placed in service and utilized for the purpose for which it is intended The terms substantially complete and substantially completed as applied to any Work refer to Substantial Completion thereof

Successful Bidder The actual or apparent responsive responsible and qualified Bidder having the lowest Bid price

Superintendent The Contractors authorized representative who is in responsible charge of the Work

Supplemental Specifications Additional Specifications which may be necessary to cover Work peculiar to an individual project which is not addressed by the Standard Specifications Supplemental Specifications may be a section in the Bid Documents or may appear as notes on Construction Drawings

Surety The corporation partnership or individual other than the Contractor executing a bond furnished by the Contractor

58

City The City of Seminole State of Florida or any employee thereof

City EngineerPublic Works Director Same as Project Manager employed by the City responsible for all construction contract decisions (Also referred to as Engineering Manager)

Work All labor materials equipment and incidentals necessary to successfully complete the project according to all duties and obligations imposed by the Contract

Work Change Request A written directive to the Contractor issued by the Engineer on or after the Effective Date of the Contract requesting the Contractor to provide a cost for pending extra Work or changes in the Work The Work Change Request may also direct the Contractor to proceed with the revision in Work A Work Change Request does not change the Contract Price or Contract Time but is evidence that the parties expect that the change directed or documented by a Work Change Request shall be if implemented incorporated into a subsequently issued Change Order following negotiations by the parties as to its effect if any on the Contract Price or Contract Time

Working Day Any Day exclusive of Saturdays Sundays and City-observed Holidays If City explicitly permits work to be conducted on a Saturday Sunday andor City observed holiday that day shall count as a Working Day for purposes of the Contract Time

End of Section

59

Section 01010 Summary of Work

11 Work Covered by Contract Documents

A The work consists of the construction of the outlined ProjectWaterfront Park Landscape and Irrigation Project

B The Scope of work will consist of the contractor Furnishing all supervision labormaterials appliances tools equipment facilities transportation and servicesnecessary for and incidental to performing all operations in connection withfurnishing delivery and installation of irrigation system trees palms and shrubsas specified herein

C Contractor will follow the engineered set of plans and there will be nosubstitutions without engineer approval first

D The Contractor is responsible for mobilization and clean-up

E The City reserves the right to modify add to or delete portions of any of the bidschedule or omit entire schedules from the scope of the project The City reservesthe right to make design modifications

F Protection and Restoration

a Replace to equal or better conditions all items removed and replaced ordamaged during construction

b The City must approve the condition of all replaced andor restored areasprior to Final Payment

12 Work Sequence

A The Contractor is responsible for coordinating all work including the work ofhis subcontractors with the City Schedules shall be coordinated with the City to accommodate special needs that the City of Seminole may require The work shall begin on or after November 17 2021 As specified in the Agreement the work shall be substantially complete by February 10 2022 The Completion Date may at the Cityrsquos sole discretion be extended if approved by the City in writing

60

13 Delivery and Receipt of Equipment and Materials

A Contractor is responsible for the delivery receipt storage protection and use of equipment and materials in conjunction with this project City shall not receive or take any responsibility for equipment andor materials delivered to the site

14 Notices to Owners Agencies and Authorities

A Contact all affected agencies at least two (2) weeks prior to start of construction

B The City will assist with removal of vehicles from the work area when necessary

End of Section

61

Section 01040 Coordination

11 General

A Coordinate operations under the contract in a manner which will facilitate progress of the work The Contractor shall also coordinate with the City who may have work separate from the General Contractorrsquos contract

B Conform to the requirements of public utilities and concerned public agencies in respect to the timing and manner of performance of operations which affect the services of such utilities agencies or public safety

C Coordinate all operations with the City to provide satisfactory access at all times and keep them informed at all times

D Keep traffic areas free of material construction equipment and other material and equipment

E Conduct operations in a manner to avoid unnecessary interference with public

12 Schedule and Milestones

A Prior to commencing any site work the Owner Owners representative and Contractor shall meet to determine the critical path sequence and scope for the project based on the Ownerrsquos priorities

13 Meetings

A Hold Meetings for coordination of the Work when needed

1 Contractor shall participate in such meetings accompanied by subcontractors as required by City

End of Section

62

Section 01160 Unit Prices ndash General

11 Description

A This Section covers in general methods of measurements and payment for items of Work The Project Construction Specifications also contain information pertaining to methods of measurement and payment Items of Work will be paid for in accordance with the unit prices in the Bid Schedule

1 City will not pay for defective work and will not pay for repair or additional work required to bring the project to a point of acceptance

B Bid Price

1 The Total Bid Price covers all work required by the Contract Documents

a All work not specifically set forth as a pay item in the Bid Form shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the price bid for the various items of work

2 Unit prices shall include all costs in connection with proper successful completion of the Work including furnishing all materials equipment and tools and performing all labor and supervision to fully complete the Work

3 Unit prices shall govern over extensions of sums

4 Unit prices shall not be subject to renegotiation

C Estimated Quantities

1 All quantities stipulated in the Bid Form at unit prices are approximate and are to be used only as a basis for estimating the probable cost of the Work and for the purpose of comparing the Bids submitted for the Work The basis of payment shall be the actual quantity of material furnished and Work done

2 Contractor agrees that he will make no claim for damages anticipated profits or otherwise on account of any difference between the amount of Work actually performed and materials actually furnished and the estimated amount thereof

3 City reserves the right to decrease increase or delete parts of the project

63

12 Mobilization

A The Lump sum price for the Waterfront Park Landscape and Irrigation Project shall include all costs for bonds insurance permits moving construction equipment to the site and similar costs which are not affected significantly by variation in quantities of the Work

13 Project Closeout

A The costs for project closeout shall be considered incidental to the Work and will not be paid for separately Project Closeout includes the removal of all construction plant materials equipment and all excess or waste materials remaining at completion of Construction restoration of the site and final clean-up and the furnishing of all documentation required by the Contract Documents prior to Final Payment

End of Section

64

Section 01310 Construction Schedules

11 General

A Prepare a schedule of all construction operations and procurements after review of tentative schedule and scope by parties attending the Preconstruction Meeting

1 No Work is to begin at the site until Cityrsquos acceptance of the Construction Progress Schedule and Report of delivery of equipment and materials

2 Working hours shall be Monday thru Friday between 700 am and 700 pm unless otherwise approved by the City

12 Content

A Construction Progress Schedule

1 Show the complete work sequence of construction by activity and location as needed

13 Progress Revisions

A Submit revised schedules and reports when changes are foreseen when requested by the City and with each application for progress payment

B Show changes occurring since previous submission

1 Actual progress of each item to date

2 Revised projections of progress and completion

C Provide a narrative report as needed to define

1 Anticipated problems recommended actions and their effects on the schedule

2 The effect of changes on schedules of others

65

14 Cityrsquos Responsibility

A City review is only for the purpose of checking conformity with the Contract Documents and assisting Contractor in coordinating the Work with the needs of the project

B It is not to be construed as relieving Contractor from any responsibility to determine the means methods techniques sequences and procedures of construction as provided in the General Conditions

End of Section

66

Section 01330 Survey Data

11 Survey Requirements

A The Contractor will provide construction surveying for the project (if any)

End of Section

67

Section 01410 Testing

11 General

A Provide such equipment and facilities as the City may require for conducting field tests and for collection and forwarding samples Do not use any materials or equipment represented by samples until tests if required have been made and the materials or equipment are found to be acceptable Any product which becomes unfit for use after approval hereof shall not be incorporated into the Work

B All materials or equipment proposed to be used may be tested at any time during their preparation or use Furnish the required samples without charge and give sufficient notice of the placing of orders to permit the testing Products may be sampled either prior to shipment or after being received at the site of the Work

C Tests shall be made by an accredited testing laboratory selected by the City Except as otherwise provided sampling and testing of all materials and the laboratory methods and testing equipment shall be in accordance with the latest standards and tentative methods of the American Society for Testing Materials (ASTM)

D Where additional or specified information concerning testing methods sample size etc is required such information is included under the applicable sections of the Specifications Any modification of or elaboration on these test procedures (which may be included for specific materials under their respective sections in the Specifications) shall take precedence over these procedures

12 Cityrsquos Responsibilities

A City shall be responsible for and shall pay all costs in connection with testing for the following

1 Materials and quality assurance testing services (as needed)

2 Contractor shall coordinate and cooperate with the technicians doing the testing and all testing and testing requirements for the project

13 Contractorrsquos Responsibilities Contractor is responsible for any and all re-testing for Work or materials found defective or unsatisfactory and proposed or directed remedial action and corrective action taken Document inspections and tests as required by each Section of the Specifications Provide copies to the City weekly

68

14 Contractorrsquos Quality Control System

A General The Contractor shall establish a quality control system to perform sufficient inspection and tests of items of Work including that of his subcontractor to ensure conformance to the functional performance of this project This control shall be established for all construction except where the Contract Documents provide for specific compliance tests by testing laboratories or engineers employed by the City The Contractorrsquos control system shall specifically include all testing required by the various sections of these specifications

B Superintendence The Contractor shall employ a full time Superintendent to monitor and coordinate all facets of the Work Superintendent shall be on site when Work is in progress (ie weekend work) The Superintendent shall have adequate experience to perform the duties of Superintendent

C Quality Control Contractorrsquos quality control system is the means by which he assures himself that his construction complies with the requirements of the Contract Documents Controls shall be adequate to cover all construction operations and should be keyed to the proposed construction schedule

D Records Maintain correct records on an appropriate form for all inspections and tests performed instructions received from the Cityor Cityrsquos representative and actions taken as a result of those instructions These records shall include evidence that the required inspections or tests have been performed (including type and number of inspections or test nature of defects causes for rejection etc) proposed or directed remedial action and corrective action taken Document inspections and tests as required by each Section of the Specifications Provide copies to the City weekly

End of Section

69

Section 01510 Temporary Utilities

11 Utilities

A Furnish all utilities necessary for construction

12 Water

A City will furnish water in reasonable amounts for the Work at existing fire hydrants and connections without charge to Contractor

B Make arrangements with the City as to the amount of water required and time when water will be needed

C Unnecessary waste of water will not be tolerated

D Contractor shall furnish necessary water trucks pipes hoses nozzles and tools and perform all necessary labor

13 Sanitary Facilities ndash Contractorrsquos Responsibilities

A Furnish temporary sanitary facilities at the site in the usable vicinity of the construction for the needs of construction workers and others performing work or furnishing services on the project (If Public Restrooms are unavailable)

B Properly maintain sanitary facilities of reasonable capacity throughout construction periods

1 Furnish at least one toilet per 20 men per construction location

C Enforce the use of such sanitary facilities by all personnel at the site

End of Section

70

Section 01560 Temporary Controls

11 Noise Control

A Take reasonable measures to avoid unnecessary noise when construction activities are being performed

B Construction machinery and vehicles shall be equipped with practical sound muffling devices and operated in a manner to cause the least noise consistent with efficient performance of the Work

C Cease operation of all machinery and vehicles between the hours of 700 pm and 700 am

12 Dust Control

A Dusty materials in piles or in transit shall be covered when necessary to prevent blowing dust

13 Pollution Control

A Prevent the pollution of drains and water courses by sanitary wastes concrete sediment debris and other substances resulting from construction activities

1 Retain all spent oils hydraulic fluids and other petroleum fluids in containers and dispose off-site

2 Prevent sediment debris or other substances from entering sanitary sewers storm drains culverts andor open ditches and waterways

End of Section

71

Section 01600 Liquidated Damages

11 Liquidated Damages

If the Contractor does not achieve Final Completion by the required date of any individual phase whether by neglect refusal or any other reason the date for Final Completion may be extended in writing by the Owner As provided elsewhere this provision does not apply for delays caused by the City The parties agree and stipulate that the Contractor shall pay liquidated damages to the City for each such day that final completion is late

The Contractor agrees that as part of the consideration for the Citys awarding of this Contract liquidated damages in the amount of $500 the first day and $100 for each day after is reasonable and necessary to pay for the actual damages resulting from such delay The parties agree that the real costs and injury to the City for such delay include hard to quantify items such as Additional engineering inspection and oversight by the City and its agents additional contract administration inability to apply the efforts of those employees to the other work of the City perceived inefficiency of the City citizens having to deal with the construction and the Work rather than having the benefit of a completed Work on time inconvenience to the public loss of reputation and community standing for the City during times when such things are very important and very difficult to maintain

The Contractor must complete the Work and achieve final completion included under the Bid Schedule in the number of consecutive calendar days after the City gives its written Notice to Proceed When the Contractor considers the entire Work ready for its intended use Contractor shall certify in writing that the Work is substantially complete In addition to the Work being substantially complete Final Completion date is the date by which the Contractor shall have fully completed all clean-up and all items that were identified by the City in the inspection for final completion Unless otherwise stated in the Special Conditions for purposes of this liquidated damages clause the Work shall not be finished and the Contract time shall continue to accrue until the City gives its written Final Acceptance

If the Contractor shall fail to pay said liquidated damages promptly upon demand thereof after having failed to achieve Final Completion on time the City shall first look to any retainage or other funds from which to pay said liquidated damages if retainage or other liquid funds are not available to pay said liquidated damages amounts the Surety on the Contractors Performance Bond and Payment Bond shall pay such liquidated damages In addition the City may withhold all or any part of such liquidated damages from any payment otherwise due the Contractor

Liquidated damages as provided do not include any sums to reimburse the City for extra costs which the City may become obligated to pay on other contracts which were delayed or extended because of the Contractors failure to complete the Work within the Contract Time Should the City incur additional costs because of delays or extensions to other contracts resulting from the Contractors failure of timely performance the

72

Contractor agrees to pay these costs that the City incurs because of the Contractors delay and these payments are separate from and in addition to any liquidated damages

The Contractor agrees that the City may use its own forces or hire other parties to obtain Substantial or Final Completion of the work if the time of completion has elapsed and the Contractor is not diligently pursuing completion In addition to the Liquidated Damages provided for the Contractor agrees to reimburse the City for all expenses thus incurred

End of Section

73

Section 01700 Contract Closeout

11 Substantial Completion

A Substantial Completion of the Waterfront Park Landscape and Irrigation Project shall be defined as the completion of all landscaping and irrigation and any other pertinent items as required for this project

B Substantial Completion dates or times are outlined in the Contract Documents

12 Final Completion

A Final Completion shall be defined as the completion of all Work including clean-up all punch list items completed and all processing of all change orders The Work must be ready for Final Payment and Acceptance

B Final Completion will be subject to the terms outlined in the Contract Documents

End of Section

74

Section 01711 Site Cleanup

11 General

A Execute cleanup during progress of the Work and at completion of the Work

12 Description

A Store volatile wastes in covered containers and dispose offsite

B Provide on-site covered containers for the collection of waste materials debris and rubbish

C Neatly store construction materials

D Broom clean exterior paved surfaces and rake other exterior surfaces

13 Disposal

A Wastes shall not be buried or burned on the site or disposed of into storm drains sanitary sewers streams ditches or waterways

B When approved by the City the Contractor my stockpile and store materials and equipment within the Park The contractor shall protect all materials and equipment stored in the Park during non-working hours

C All excess materials shall become property of the Contractor unless otherwise directed by the City

D Remove waste materials clearing materials demolition materials unsuitable excavated materials debris and rubbish for the site at least weekly and dispose of at disposal areas furnished by the Contractor away from the site

End of Section

75

SPECIFICATIONS

Irrigation contractor to provide controller and all materials heads amp piping for a fully functional irrigation system Manufacturer shall be Hunter (preferred) Rain Bird Netafim or The Toro Co Irrigation Division See notes in irrigation plan

Soil preparation Remove and replace or condition soil where the trees and shrubs are to be planted according to the landscape plan Tiger CR 90 granular elemental sulfur is recommended to treat the high pH levels Target soil pH levels should be between 65 and 7 Aerate soil Large mulch rings shall be placed around trees and shrubs Pine mulch is preferable

Plant and supply trees palms and shrubs in specific locations shown on the attached maps All trees palms and shrubs must be Florida Grade 1 quality or better according to the most recent version of the Florida Dept of Agriculture Grades and Standards and also meet the minimum standards on the quote form All plants shall be watered in until thoroughly established as part of the planting responsibilities Trees or Palms that die during the warranty period as determined by the City must be replaced at no cost under warranty The replacement treepalmshrub must also be watered until established

Each tree and palm shall have mulch applied over the planted area with a three-inch depth mulch meeting the standards listed below Mulch shall be Grade 1 non-cypress mulch Color shall match adjacent landscaped areas or determined by the Project Manager if not applicable Mulch shall consist of shredded wood chips be uniform in color be free of invasive plant seeds dirt twigs and debris such as plastic and rocks Mulch must not contain arsenic materials and must be pulled back two inches form each tree to prevent moisture build up All treespalms must be staked either with 2x 4 boards or Wellington tape of similar strapping material using industry standards Tape or strapping material covered with six inches of 1rdquo diameter PVC pipe at ground level to prevent weed eater damage during maintenance activities Bamboo and metal stakes along with green nursery tape shall be removed from trees unless authorized to remain by the Project Manager Trees should be able to stand upright without support stakes tied to the trunk Approximately six months after planting and upon requested by the City all staking material must be removed by the contractor as part of this bid

Locating underground utilities shall be the responsibility of the contractor prior to installing irrigation system or planting The contractor is responsible to call 811 for underground locate services and to coordinated with the City Representative to locate City underground infrastructure in the Park (not to include adjacent right-of-wayrsquos) A seven-day notice prior to digging will be required to allow time to determine these locations

76

SEMINOLE WATER PARK

SOIL REPORT

City of Seminole Florida

Deuel amp Associates Inc 565 S Hercules Ave Clearwater FL 33764

May 25 2021

1

SCHEDULE OF DRAWINGS

77

Table of Contents

Soil Report 3-5

Appendix

Soil Test Sample Reports

Sample 1 - pH - 80 - low potassium - CEC - 156- high compaction

Sample 2 - pH - 78 - low potassium and magnesium CEC - 101- high compaction

Sample 3 - pH - 67 - low potassium CEC-126- high compaction

Sample 4 - pH - 71- low potassium - CEC-127- high compaction

Sample 5 - pH - 78- low potassium and magnesium -CEC - 151- high compaction

Sample 6- pH -80 - low potassium and magnesium - CEC- 137- high compaction

Sample 7 - pH - 64 - low potassium -CEC- 87 (low) - high compaction

Sample 8- pH - 75 - low potassium -169- high compaction

Sample 9 - pH - 77 - low potassium -153- high compaction

Sample 10- pH - 74 - low potassium - 106- high compaction

Soil Remediation Plan

2

78

Mayberry Tree Consulting

City of Seminole Florida

Seminole Water Park

Soil Report

Overview

The following report is a summary of the soil testing I conducted at the Seminole Waterfront Park

site and includes recommendations for treatments to improve both soil and plant health Ten soil

tests were performed at locations annotated on the site plan attached to this report The soil at

these locations was tested for pH levels cation exchange capacity and nutrient levels Two areas

were tested to check soil texture In addition soil at the 10 locations were tested for compaction

The 10 soil samples and texture samples were collected and delivered to SiteOne Landscape

Supply and then sent to Spectrum Analytic Inc for analysis I performed the soil compaction test

using the agraTronix 08180 Soil Compaction Tester Table 1 below includes the results of the

soil and compaction tests Following this table are recommendations to improve the existing soil

to the extent that it will allow for the proposed landscape plants to be maintained in a healthy

growing condition

Soil Analysis Results

Table 1

Soil Texture sand 8500 silt 000 clay 1500 = loamy sand - high compaction

Sample 1- pH - 80 - low potassium - CEC - 156- high compaction

Sample 2- pH - 78- low potassium and magnesium CEC -101- high compaction

Sample 3 - pH - 67 - low potassium CEC-126 - high compaction

Sample 4-pH - 71- low potassium - CEC-127- high compaction

Sample 5- pH - 78- low potassium and magnesium -CEC - 151- high compaction

Sample 6- pH -80- low potassium and magnesium - CEC- 137- high compaction

Sample 7 - pH -64 - low potassium - CEC - 87 (low) - high compaction

Sample 8- pH - 75 - low potassium -169- high compaction

Sample 9- pH - 77 - low potassium -153- high compaction

Sample 10-pH - 74 - low potassium -106- high compaction

3

79

Soil Chemistry

The nutrients required for plants to grow and carry out their life cycle functions are absorbed as

a liquid solution in the soil These solid particles only become soluble in soil moisture at certain

pH levels When they are soluble nutrients can be absorbed by plant roots when they are in a

solid state they cannot be absorbed Nutrient deficiencies can lead to decline or death of a plant

Deficiencies can also prevent a newly installed plant from growing or surviving Nutrient

deficiencies can be caused be by a lack of nutrients in the soil or when the nutrients are present

in the soil but not in an available (soluble) form The soil pH scale ranges from 0-14 A soil pH of

7 is neutral A soil pH below 7 is acidic and a soil above 7 is alkaline If the soil pH is too low (acidic)

or too high (alkaline) certain nutrients may not be available Nutrients such as iron and

manganese become less available as the soil pH rises above neutral while phosphorus is

unavailable around 55 Most trees and shrub species prefer a soil pH between 60 - 65 The

Southern magnolia (Magnolia grandiflora) is an example of an acid loving plant however trees

such as the live oak (Quercus virginiana) are more pH tolerant and can grow in acidic or alkaline

soils preferable between 60 - 75

The soil pH scale is based on a logarithmic function A pH of 80 is ten times more alkaline than a

pH of 7 and a pH of 90 is a hundred times more alkaline than a pH of 80 and the same is true in

reverse for acidic soils Soils have a property called buffering capacity that resists changes in the

pH Consequently it takes time to raise or lower soil pH and due to the logarithmic function of

the pH scale the farther away a pH is from the target pH the longer it will take to get there

The landscape plan for the Seminole Water Park is an exceptional plan featuring a wide variety

of tree shrub and groundcover species To accommodate this spectrum of plants I recommend

a target pH of 65 - 70 As eight of the soil samples were alkaline with pH levels ranging from 71

to 80 the speed at which the target pH levels can be achieved will vary Five of the soil samples

have a pH of 75 or greater with extreme levels of calcium These areas will be difficult to bring

down to target levels and there is no way to accurately predict how long the process will take

These soils may take up to a year or more to bring down to the pH target range The soils with a

pH below 75 should respond sooner Typically lime is used to raise pH and sulfur is used to lower

pH Granular elemental sulfur is the safest and least expensive way to treat the high pH levels

and is the recommend treatment prescribed herein

The soil compaction issue also affects the soil pH and overall plant health and will have to be

treated in concert with the pH treatments Plants depend on the exchange of gases in and out of

soils Oxygen enters the large pore spaces and is used by roots during the respiration process

Carbon dioxide is a byproduct of respiration and must diffuse out of the soil or it becomes toxic

to plant roots It is critical to improve the soil structure as good structure increases microbial

activity Sulfur treatments are done in stages with periodic testing of the soil pH until the desired

level is achieved Soil aeration is essentially a one-time treatment The following section will

provide specifications for the soil treatment procedures

4

80

Recommended Treatments

NOTE 1 Although at this stage it may be impractical one option is to remove the existing fill

material and replace it with a high-quality soil

NOTE2 The areas with a soil pH of 75 or greater may resist altering the pH for an extended

period of time and may take a few years or more to reach target pH levels

NOTE 3 The existing soils at the subject property are not suitable for the tree shrub and

groundcover species proposed in the landscape plan for this site The most serious problem is

the high pH levels A secondary problem but a major concern are the compacted soils A minor

problem is nutrient deficiencies and extreme levels of calcium Some of the nutrient issues will

be corrected when the pH is corrected Some fertilization may be required later

NOTE 4 I recommend forestalling additional installations of landscape plants until the soil pH is

corrected

High Soil pH Treatment and Soil Aeration

Apply Tiger CR 90 granular elemental sulfur at the rate of 35 pounds per 1000 square feet evenly

over the soil surface in areas delineated on the attached site plan Cover the sulfur with one inch

of medium grain sand (grain size 0425-2 millimeter) Soil can be tilled if slightly damp but not

wet Add three inches ofthe free treated mulch provided at Pinellas Countys Landfill This mulch

is weed free and heat-treated to kill pathogens Before tilling call for a utility locate Till the sulfur

sand and mulch into the soil with a rototiller device to a depth of 6- 8 When tilling is complete

water the entire area

After a period of three months check the soil pH and compaction levels If the soil pH is above 7

repeat the sulfur treatment and check the pH in three months Continue the three-month

treatment until the target soil pH levels of 65 - 7 is achieved This may occur soon in some areas

Once the pH levels are achieved cease the sulfur treatments Check the pH levels once a year and

treat with sulfur if the pH rises above 7 Maintain large mulch rings and replenish mulch as

needed Pine straw in an excellent mulch and an acidifier Organic mulches in general will help

acidify the soil and prevent the need for future sulfur treatments In addition the organic

component will help maintain good soil structure

In summary the dredged materials used as a fill have high pH levels and are extremely

compacted The existing soils cannot support plant growth and establishment By following the

prescribed treatments the new soil will support the proposed plants in a healthy growing

condition Roots will readily colonize the new soil Once established the soil will continually

improve on its own if nutrient cycling is practiced (mulch) and adequate soil moisture is

maintained Please contact me via email at amayberrytampabayrrcom or by phone at (727)

735-8953 if you have any questions regarding this report

s

81

Appendix

6

82

REPORT TO 110 0 5 TURF AND ORNAMENT AL SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT cEppoundchum cl-nafJtic

1087 Jamison Road NW 6781 118TH AVE N SUBMITTED BYFOR C ITY OF SEMINOLE Washlngon Court House OH 43160-8748

LARGO FL 33773 3310 04192021 wwwspectrumanalyticcom

RESULTS OF ANALYSIS CALCULATED VALUES Line Number RESULTS OF ANALYSIS Soil Buffer Pounds per Acre Available Nutrient Base Saturation Pounds per Acre Available Nutrient Soluble pH pH CEC LAB NO p K Ca Mg K Ca Salts OM Mg H Na Fe Mn Zn Cu Na mmhoscm 1 H07091 8 0 108 76 8026 152 15 6 0 5 96 4

2

3

4 5

6

7

8

9

10

11 AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

b SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Num er I I MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 1 ZOYSIAGRASS LAWN MED 0 1 50- 2 so s 000 300 7 50 2

3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

1nalyzed by Spectrum Analytic Inc For help understanding your tests go to https spectrumanalyticcomhelp 8

83

TURF AND ORNAMENTAL REPORTTO 11005 SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT ~pecbium cff nafJtic

1087 Jamison Road NW SUBMITTED BYFOR CIT Y OF SEMI NOLE 6781 118TH AVE N Washingon Court House OH 43160-87UI LARGO F L 33773 3310

04 192021 www spectrumanalyticcom

RESULTS OF ANALYSIS CALCULATED VALUES Line Number RESULTS OF ANALYSIS Soil Buffer Pounds per Acre Available Nutrient Base Saturation Pounds per Acre Available Nutrient Soluble

1

LAB NO

H07092

pH

78

pH p

60 K

46 Ca

5150 Mg

100

CEC

10 l K

05 Ca

96

Mg

4 H Na Fe Mn Zn Cu Na

Salts mmhoscm

OM

2

3 4

5

6

7

8

9 10

11 AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Number MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 2 ZOYSIAGRASS LAWN MED 0 150 - 250 s 075 5 00 4 50 2

3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

~nalyzed b y Spectrum Anal ytic Inc For help understanding your test s go to https spectrumanal yticcomhelp 8

84

TURF AND ORNAMENTAL REPORT TO 11005 ~fuctlum cl-nafytfo SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT

1087 Jamison Road NW SUBMITTED BYFOR CITY OF SEMINOLE 6781 118TH AVE N Washingon Court House OH 43160-8748 3310 LARGO FL 33773 0419202 1 wwwspectrumanalyticcom

RESULTS OF ANALYSIS CALCULATED VALUES RESULTS OF ANALYSIS Line Number Soil Buffer Pounds per Acre Available Nutrient Base Saturation Pounds per Acre Available Nutrient Soluble

LAB NO pH pH p K Ca Mg CEC

K Ca Mg H Na Fe Mn Zn Cu Na Salts

mmhoscm OM

1 H07093 67 7 3 78 74 5100 194 12 6 06 76 6 2 3

4 5

6

7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number I SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 3 ZOYSIAGRASS LAWN MED 0 150-2 50 s 025 300 4 00 2

3

4

5

6 7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analytic Inc For he lp unders tanding your t ests go to https spectrumanalytic comhelp 8

85

TURF ANO ORNAMENTAL REPOR 10middot 11005 SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT ~ptct~um cff-naLytc

1087 Jamison Road NW 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE Washlngon Court House OH 43160-8748

LARGO FL 33773 3310 04192021 wwwspectrumanalyticcom

Line Number

LAB NO 1 H07094

Soil pH

71

RESBuffer

pH

ULTS OF ANALYSIS Pounds per Acre Avail able Nutrient p K Ca Mg

12 4 74 5818 158

CALCULATED VALUES Base Saturation CEC

K Ca Mg H

12 7 06 86 5 Na

RESULTS OF ANALYSIS Pounds per Acre Available Nutrient Soluble

Salls Fe Mn Zn Cu Na mmhoscm OM

2

3

4

5

Is 7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

b SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Num er I I MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 4 ZOYSIAGRASS LAWN MED 0 150- 250 s 000 300 5 00 2 3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analytic Inc For help understanding your tests go to httpsspectrumanalytic comhelp 8

86

TURF AND ORNAMENTAL SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT ~fuctrium df-nafytic REPORTTO ll005

6781 118TH AVE N SUBMITTED BYFOR C ITY OF SEMINOLE 1087 Jamison Road NW WashngonCourtHous OH 43160-8748 LARGO FL 33773 3310

04192021 www1pectrumanalyticcom

RESULTS OF ANALYSIS CALCULATED VALUES Line Number RESULTS OF ANALYSIS Soil Buffer Pounds per Acre Available Nutrient Base Saturation Pounds per Acre Available Nutrient Soluble pH pH CEC LAB NO p K Ca Mg Salts OM K Ca Mg H Na Fe Mn Zn Cu Na mmhosem 1 H07095 7 8 108 52 7790 128 151 0 4 97

3

2 3

4

5 6

7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RES UL TS

SURPLUS

HIGH

ADEQUATE

LOW

SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Number I I

MAINT SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn

1 5 ZOYSIAGRASS LAWN MEO 0 150-250 s 0 00 500 7 50 2

3

4

5

6 7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analy Ll~ Inc for help understanding your tests go t o ht tpsspectrumanalytic comhe l p 87

REPORT TO 11005 TURF AND ORNAMENT AL SITEONE L~NDSCAPE SOIL TEST AND RECOMMENDATION REPORT ~fa-Echum dlnafJtfo 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE 1087 Jamison Road NW

Washlngon Court Housr OH 43160-8748 LARGO EL 33773 3310 04192021 wwwspectromanalyticcom

Line Number RESULTS OF ANALYSIS CALCULATED VALUES RESULTS OF ANALYSIS

Soil Buffer Pounds per Acre AvailabpH pH

le Nutrient CEC

Base Saturation Pounds per Acre Available Nutrient Soluble LAB NO p K Ca Mg K Salts 0M Ca Mg H Na Fe Mn Zn Cu Na mmhoscm 1 H07096 8 0 96 46 7004 134 13 7 0 4 96 4

2

3

4 5

6

7

a 9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 6 ZOYSIAGRASS LAWN MED 0 150-2 50 s 0 00 5 00 6 50 2 3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analytic Inc Eor help understanding your tes ts go t o httpsspectrumanalyticcomhelp 88

REPORT TO 11005 TURF AND ORNAMENTAL SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT cpoundp-Ectgtium cl-nafytic 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE 1087 Jamison Road NW

Washingon Court House OH 43160-8148 LARGO FL 33773 3310 04192021 wwwsplaquotumanolytccom

RESULTS OF ANALYSIS CALCULATED VALUES Line Number RESULTS OF ANALYSIS Soil Buffer Pounds per Acre Available Nutrient pH pH p CEC

Base Saturation Pounds per Acre Available Nutrient Soluble LAB NO K Ca Mg K Salts OM Ca Mg H Na Fe Mn Zn Cu Na mmhoscm 1 H07097 6 4 72 112 62 4290 162 8 7 08 92 7 2

3

4 5

6

7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT

MAINT SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 7 ZOYSIAGRASS LAWN MED 0 150- 250 s 0 00 5 00 250

2

3

4

5

6

7

8

9

10 11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analytic Inc For help understanding your tests go to htt pss pectrumanalyticcomhelp 89

TURF ANO ORNfMEt ~l REPORT iO 11005 SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT poundpeclium oJnJyffo 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE 1087 Jamison Road NW LARGO FL 33773 3310 Wohlngon Court Houe OH 43160-8748

04192021 WWWJpectrumonolytlccom

Line Number RESULTS OF ANALYSIS CALCULATED VALUES Soil Buffer Pounds per Acre Available Nutrient RESULTS OF ANALYSIS pH Base Saturation LAB NO pH p K Ca Mg

CEC Pounds per Acre Available Nutrient Soluble 1 K Ca Mg H Na Fe Mn Zn Salls OM H07098 7 5 60 4 76 Cu Na mmhoscm 2

9666 504 169 05 89 11

3

4

5

6

7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number I SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT MAINT SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq 1 8 P205 K20 Mg Fe Mn Zn ZOYSIAGRASS LAWN MED 0 2 1 50-2 50 s 000 3 00

3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE R ESULTS

nalyzed by Spectrum Analytic Inc For help understanding your tests go to https spectrumanalytic comhelp 90

TURF AND ORNAMENTAL REPORT TO 1 1005 c3fa-Ecbum c1-naytic SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT

1087 Jamison Road NW SUBMITTED BYFOR CITY OF SEMINOLE 6781 118TH AVE N Washngon Court House OH 43160-8748 LARGO FL 33773 3310

04192021 wwwspectrumanalyticcom

RESLine Number

ULTS OF ANALYSIS CALCULATED VALUES RESULTS OF ANALYSIS

1 LAB NO

H07099

Soil pH

77

Buffer pH

Pounds per Acre Available Nutrient p K Ca Mg

210 116 7680 206

CEC

153

K

0 8

Base Saturation Ca Mg H

94 5

Na Pounds per Acre Available Nutrient

Fe Mn Zn Cu Na

Soluble Salls

mmhoslcm OM

2

3

4

5 6

7

8

9

10

11 AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Number ) MAJNT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 9 ZOYSIAGRASS LAWN MED 0 150-2 50 s 000 3 00 600 2

3

4

5

6

7

8

9

10 11 RECOMMENDATIONS FOR AVERAGE RESULTS

1nalyzed by Spectrum Analytic Inc For help unders tanding your tests go to httpsspectrumanalyti ccomhelp 9

91

REPOR1 TOmiddot l l()()) TURf ~NO ORt~~t~l SITEONE L~NDSCAPE tD SOl iEST AND RECOMMENDATION REPORT Sipecum JnJyf ic 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE 1081 Jamison Road NW LARGO FL 33773 3 310 Washngon Court House OH 43160-8748

04192021 wwwspecttUmQnolytiGcom Line Number

Soil RESULTS OF ANALYSIS CALCULATED VALUES Buffer Pounds per Acre Available Nutrient RES UL TS OF ANALYSIS

pH Base Saturation LAB NO pH p K Ca Mg CEC

K Pounds per Acre Available Nutrient Soluble

1 Ca Mg H Na Fe Mn Salts 0M H07100 7 4 164 76 4914 344 10 6 0 8 87 12 Zn Cu Na nvnhoscm I

2 3

4

5

6

7

8 9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT

MAINT SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq 1 10 ZOYSIAGRASS LAWN MED P205 K20 Mg Fe Mn Zn

2 0 150-2 50 s 0 0 0 3 00 3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS ~nalyzed by Spectrum Analytic Inc For help understanding your tests go to https spectrumanalytic comhe l p 92

f I

l

I J

I I 1 I I

DESIGN LC

L O N G

ii t---+--+----------+----1DRAW ~

II I ffpoundVf DAlE REVISION BY apoundaltED APC

~ I

I

I

lia TARY IIAHHOIE -~

MW 085

r I I

SKKJVOpoundC IYA7KRFROJV7 PARK SOpound RKKK1JA70JV PMJV

SEMINOLE PINELLAS COUNTY FLORIDA

~

~ I I

~ I 1 I s

0 c

z 0 90 80 ampbull- I SCALll 1 bull 90

MlRK ORDER ND 2016-32

DAlE May 24 2021

SCALE 1 bull - JO

LEROY 0-IIN FL RLA 00012011 SHEET ND L2 DF LJ

X X X X X X X X X X X

X

X

X

X

X

X

X

X

X

X X

PICNICAREA

X X X X X X X X X X X X X X X X X X X X X X X

X

W W W W W W W W W

W W W

W

W

W

W

W

W

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107 93

371 sf 371 sf

3130 sf 371 sf

371 sf 371 sf 371 sf 371 sf 371 sf 371 sf 371 sf 371 sf

153 sf 153 sf

371 sf

371 sf

1447 sf

2728 sf

SOIL SAMPLE NO 7 pH 64

Recommend Aerate Soil

5930 sf

371 sf 371 sf

371 sf 371 sf 371 sf

371 sf 371 sf

SOIL SAMPLE NO 8 pH 75

Recommend Add Sulfur and Aerate Soil

371 sf

153 sf

153 sf

153 sf

371 sf

371 sf

371 sf

SOIL SAMPLE NO 9 pH 77

Recommend Add Sulfur and Aerate Soil

153 sf

153 sf 371 sf

1050 sf

153 sf

371 sf

153 sf 153 sf 153 sf 153 sf 153 sf 153 sf

371 sf 153 sf 371 sf

3541 sf

1368 sf

371 sf

371 sf 371 sf

SOIL SAMPLE NO 1 pH 80

Recommend Add Sulfur and Aerate Soil

371 sf 371 sf

4995 sf

371 sf 110 sf 48 sf

347 sf

403 sf

SOIL SAMPLE NO 6 pH 80

Recommend Add Sulfur and Aerate Soil

2725 sf

673 sf

371 sf

SOIL SAMPLE NO 5 pH 78

Recommend Add Sulfur and Aerate Soil

371 sf

371 sf 371 sf

371 sf

371 sf

371 sf

153 sf

153 sf 153 sf

153 sf

371 sf

371 sf

371 sf

371 sf

371 sf

50 sf 50 sf 153 sf 50 sf

153 sf 153 sf

153 sf 153 sf

153 sf 153 sf

50 sf 50 sf

50 sf

371 sf

371 sf

4125 sf

SOIL SAMPLE NO 2 pH 78

Recommend Add Sulfur and Aerate Soil

371 sf 371 sf 153 sf

371 sf

2850 sf

378 sf 272 sf

918 sf 660 sf

371 sf

SOIL SAMPLE NO 4 pH 71

Recommend Add Sulfur and Aerate Soil

371 sf

371 sf

371 sf

371 sf

SOIL SAMPLE NO 3 pH 67

Recommend Aerate Soil

371 sf

4030 sf

371 sf 371 sf

153 sf 153 sf

371 sf

50 sf

50 sf 153 sf 153 sf

50 sf

371 sf

371 sf

371 sf

50 sf

371 sf

1450 sf 1795 sf

371 sf 371 sf 50 sf

50 sf 371 sf

50 sf

371 sf

50 sf

1760 sf

TOTAL SQ FT SOIL REMEDIATION

2890 sf

371x 68 = 25228 sf +153x31 = 4743 sf

+50x14 = 700 sf +110+4995+673+3130

+1447+2728+5930+1050 +3541+1368+347+2725

+403+2808+37+272+918 +660+1450+2890+1795

+1760+4030+4125+48 = 80251 sq ft

SOIL SAMPLE NO 10 pH 74

Recommend Add Sulfur and Aerate Soil

AutoCAD SHX Text
PED
AutoCAD SHX Text
SPEED LIMIT
AutoCAD SHX Text
W
AutoCAD SHX Text
W
AutoCAD SHX Text
TSP
AutoCAD SHX Text
SPEED LIMIT
AutoCAD SHX Text
NO TRESPASSING
AutoCAD SHX Text
W
AutoCAD SHX Text
NO TRESPASSING
AutoCAD SHX Text
NO TRESPASSING
AutoCAD SHX Text
45MP
AutoCAD SHX Text
45MP
AutoCAD SHX Text
MH
AutoCAD SHX Text
STOP
AutoCAD SHX Text
MH
AutoCAD SHX Text
P A R K B O U L E V A R D
AutoCAD SHX Text
L O N G B A Y O U
AutoCAD SHX Text
2 CC
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
MH
AutoCAD SHX Text
MH
AutoCAD SHX Text
SANITARY MANHOLE RIM=635
AutoCAD SHX Text
S
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
e
AutoCAD SHX Text
EHH
AutoCAD SHX Text
g
AutoCAD SHX Text
g
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
t
AutoCAD SHX Text
w
AutoCAD SHX Text
W
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
S
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
May 24 2021
AutoCAD SHX Text
1 = 30
AutoCAD SHX Text
L2
AutoCAD SHX Text
L3
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
SOIL REMEDIATION PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
LC
AutoCAD SHX Text
LC
AutoCAD SHX Text
APC
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
30
AutoCAD SHX Text
60
AutoCAD SHX Text
30
AutoCAD SHX Text
N
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206

94

BB

~ ~ 0 N I

m I v

bull C

bull ~ i ~ C ~

j l

~ ~ C e ~ bull I ~ middot~ ~ 0

E ~

~ r

a N

t

I i---

10middot ------------

ios---- - 2os-----

I I I I I I

I I I

I

rmiddot I

--- amiddotbull

-f------ bull------- 0 ----- 0

middotmiddot_middoti----

L 0 N G

DESIGN BAB

t----t------t---------------------+----IDRAWNbull CMM

REV DATE REVISION BY CHECKEDbull APC

6 Pl~ -- ~PINE

I

bull

I I

s

I

B A Y O U

I I

I

I

I I

I

I

I I

I

~

r

bull

----

-- -- --

I I

0

I

I

I

----

f

711N0 - - - -

I 0

0

TT

I I I

z OHE --

o 30 eo bullbullbull I re -----~1

SCALE 1 = 30

SPREAD

1 ALL 1IOOD SHALL IE fRIJCE OR PINE-NOT PRESSURE lREATED 2 ~ TIES SHAU NOT CROSS OVER WIXlDT ROOTS 3 REMOIE AU STRING ampIm llllRE IAAPPED ARCtltm lRlfrlK 4 =AlLAU S1RoPS RltFES aiE a(lR STRINGS USED TO LIFT TIpound

5 REMOIE AU BURLAP ~ llllRE FROM lHE TOP Of 11pound ROOT 81L ti TOP a= R001BAU TO EjE SET LEoEL SIH SURROUNDING FINISH GR-DE

21lt2Xc STMCE - ---

rle2X4 - -- awss

IEOff

ULCH ~ DEPlM

TILLED AND LOOSENED NATIpound SOL BACKFLL

FERTUZER TABLEIS All FECFlED PLACE UNFtRIIL Y AROUND ROOT MASS BEnlEEN MIDDLE ANO BOTTOM IF ROOT IIASS

2-2X4bull STAKE W1ClNG TAPER MN 111 INlO UNDISTURBED SOIL I

I I I I I I

HEIGHT ___ MULCH 3bull FROM STEMS

TREE PLANTING DETAIL

I I

0

0 TABLETS AS

CE UNIFOOMLY ND ROOT MASS

b(fo ~ M=

3 TO 5 TIMES WIDlH Of ROOlBAlL

PREPARED PLANTING SOIL

EXISTING UNDISTURBEO SOIL

NTS

I I

SHRUB amp GROUNDCOVER PLANTING DETAIL

bull~-middot-bull middot middotmiddot bulleoN~m middot SIDiWAUlt middotbullbull 0 - bull middot

I=~-

I I I

ltmiddot l ~-~ ~-~ laquopD I I

ii I I

ii ii

I I I

GENFRAI NOTES 1 CONTACT PUBLIC WORKS FOR LOCATING ALL UNDERGROUND UTILITIES PRIOR TO ANY EXCAVATION OF THE SITE RODNEY E

DUE 729-367-6383 EXT 249 amp 811 ALL PLANT MATERIAL SHALL BE FL GRADE 1 OWNER SHALL INSPECT TREES PRIOR TO OFF LOADING FROM TRUCK ALL REJECTED TREES SHAUL BE REMOVED FROM SITE amp NEW PLANTS SHAUL BE PROVIDED BY LANDSCAPE CONTRACTOR

2 ALL REMAINING AREAS WITH NO SHRUBS OR GROUNDCOVER PLANTING SHALL BE SODDED WITH BAHIA GRASS - NO EXCEPTIONS

3 ALL TREES PALMS SHAUL HAVE A MINIMUM 3 DIAMETER TREE RING AT BASE AND MULCHED UNLESS PLANTED WITH GROUNDCOVER PLANTINGS

4 PLANT QUANIDIES ARE PROVIDED AS A GUIDE AND CONVENIENCE CONTRACTOR SHAUL BE RESPONSIBLE TO VERIFY QUANTITIES AND PROVIDE PLANS IN LOCATIONS AS SHOWN ON LANDSCAPE PLANS AND ADJUSTMENT TO HIS PRICING NO EXCEPTIONS

5 ALL MULCHED BEDS SHAUL BE A MINIMUMMAXIMUM OF 3 THICK AFTER COMPACTION ALL MULCHING SHALL BE WITH PINE STRAW

6 ALL PLANTINGS SHALL BE WATERED AS SOON AS THEY ARE PLANTED - NO EXCEPTIONS

7 ALL STAKING OF TREES SHAUL BE COMPLETED WITHIN 24 HOURS AFTER PLANTING - NO EXCEPTIONS

8 SITE SHALL BE POLICED AND TIDED UP AT END OF WORK DAY NO PLANT POTS OR WRAPPINGS OR ANY OTHER PLANTING DERBIES SHALL BE LEFT ON SITE AT END OF DAY OR IN A TRASH COLLECTION CONTAINER ON SITE

QTY

24 14 7 25 16 17

30 7 7

5 10

11 12

15 10 2 2 15 24 18 11 1 17 15

20

I

KEY

GS CLO so MG RM RP

BC RE SRC

FP MP

CP FTP

WW WBB CMN CMM JT SB TL TO BBB WB

BB

NTS

PLANT SPACING DETAIL

(NO-OFFSET) NTS

TILLED MCI LOOSENED NAllIE 1101 MCKFILL

BOTANICAL NAME

CANOPY TREES

Cossio fisulo Quercus virginiano cathedral Qurecus shumardii Magnolia grandiflora Acer rubrum Delonio regio Toxodium distichum Eucalyptus deglupto Juniper siliclo

PALMS Wodyetia bifurata Phoenix dactylifera

Adonidio merrillii Caryoto witis

UNDERSTORY TREES Salix bobylonio Collstemon viminalis Logerstroemia indico Natchez bull

Lagerstroemio indica Muskogee Jatropho interirmo Conocorpus erectus Ligustrum lucidum tree) Osmanthus fragrans Butter Yellow

Bambusa ventricoso Pleioblastus simonii

Bombusa chungii Fer esio Juzhoi ou

SpoundVJVOLpound fl7ATpoundRFROJVT PARK TRpoundpound L4JVlJSCAPpound PLAJVTJVC PL4JV SEMINOLE PINELLAS COUNTY FLORIDA

BACK Of CURB BED LINE

IIEUOYE IIILJIIraquo MCI -I 11E MATElllshyFACIM mtE TOP 1J OF II001Blil

----=-4~ lttr~~N ~------ (3) 211411JS WOODEN STAKES

PALM PLANTING DETAIL NTS

COMMON NAME

Golden ShowerGolden Cathedral Live Oak Shumard Oak Magnolia Red Maple Royal Poinciana Bald Cypress Rainbow Eucalyptus

Southern Red Cedar

Foxtail Palm Medjool Palm Christmas Palm Fish Tail Palm

Weeping Willow Weeping Bottlebrush Crape Myrtle Natchez Crape Myrtle Muskogee Jatropa Tree Silver Buttonwood

Chai

Tree Lugustrum Tree Tee Olive Butter Yellow Buddha Belly Bamboo White Simon Bamboo Tropical Blue Bamboo Red Clum in Bamboo

SIZE

Min 12-15 Ht 3bull Caliper FL1 Min 12-15 Ht 3 Caliper FL1

Min 12-15 Ht 3 Caliper FLf Min 12-15 Ht 3bull Caliper - FL 1 Min 12-15 Ht 3bull Caliper - FL1 Min 12-15 Ht 3 Caliper - FL1

Min 12-15 Ht 3 Caliper - FLf 1 Min 12-15 Ht 3bull Caliper FL 1

Min 10-12 Ht 3 Coliper FL1

Min 15 Clear Trunk NO BLEMISHES Min 15 Clear Trunk NO BLEMISHES Min 6 Clear Trunk NO BLEMISHES Min 6 OVERAUL Ht 15 Gal Cont

Min B-10 Ht 2 Caliper FL1 Min B-10 Ht 2 Caliper FL1 Min 8-10 Ht 2 Caliper Std FL1 Min B-10 Ht 2 Caliper Std FL11 Min 6 Overall Ht amp Single Trunk Min 6 Ht and 2 Caliper Min 6x6 HtampSpr Multi-Stem 2bullcal Min 6 Ht and 2 Caliper

Min 36 Ht 5 Gal Container 14-24 ht 3 gal container (min)

14-24 ht 3 gal container (min) 14-24 ht 3 al container min

LEROY CHIN FL RLA 0001206

PROPOSED LANDSCAPE LEGEND

0 0 e EB 0

i

0

reg

reg $ ~

0

CATHEDRAL LIVE OAK (CLO)

GOLDEN SHOWER (GS)

SOUTHERN MAGNOLIA (GM)

( ii

RED MAPLE (RM)

ROYAL POINCIANA (RP)

FOXTAIL PALM (FP)

MEDJOOL PALM (MP)

MANILACHRISTMAS PALM (CP)

SOUTHERN RED CEDAR (SRC)

BUTTERFLY BUSH

WEEPING WIULOW (WW)

WEEPING BOffiEBRUSH (WBB)

CRAPE MYRTLE Natchez (CMN)

CRAPE MYRTLE Muskogee (CMM)

RAINBOW EUCALYPTUS (RE)

BALD CYPRESS (BC)

JATROPHA TREE (JT)

GREEN BUTTONWOOD

SILVER BUTTONWOOD (SB)

SHUMARD OAK (SO)

TEA OLIVE (TO)

BUTTERFLY BUSH (BB)

TREE LIGUSTRUM (TL)

BUDDHA BEULY BAMBOO (BBB)

FISH TAIL PALM (FTP)

WHITE CLUMPING BAMBOO

BLUE CLUMPING BAMBOO

RED CLUMPING BAMBOO

REMARKS DROUGHT NATNE

Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader

Accent Tree

Palm FL11 Palm FL1

Palm FL 1 Polm FL1

Accent Tree Accent Tree Accent Tree Accent Tree Accent Tree Accent Tree

Accent Tree Accent Tree Accent Plant Accent plant 48

Accent plant 48 Accent lent 48

spacing spacing

TOLERANCE

High High Medium Medium High High High High High

High High High Medium

Low Low Medium Medium Medium High High High Medium High High Hi h

No Yes Yes Yes Yes No

Yes No Yes

Yes No No

No

Yes No Yes Yes No No No No No Yes Yes Yes

WORK ORDER NO 2016-32

DATE DECEMBER 7 2020

SCALE 1 - 30

SHEET NO 4 OF 8

X X X X X

SITE

LINE

FRO

M PI

RATE

SHI

P

X X WETLAND

X

SITE

LINE

FRO

M PI

RATE

SHI

P

X X X

WETLAND

WETLAND

X X X X X X X X

TO

X X X X

PICNICAREA

X X X

X X

X X

X X

X

X X

X

X X

(7) BB (9) RB (8) BB (11) RB

(4) CLO (1) CMM (1) CMN (1) CMM Remove Existing (9) WB Palm Clusters (7) GS

(4 ) WBB

(3) JT (1) CLO (8) WB (4) TO (4) RE

(3) MG

(1) CMN (5) SO (1) CLO (2) RE (5) GS (8)FTP (3) CLO (1) JT (2) RP

(3) SB (1) SB

(7) SRC

(2) JT (2) CLO

(1) Budda Belly Bamboo

(5) CP (7) FTP

(1) SB

(1) RP (6) RP

X X X X X X X X

(5) SB (5) SO (1) CLO

(7) BC

(1) CMN

(5) WW

W W W W W W W W W

W W

W

W

W

W

W

W W

(9) TL 6 X 6

(3) MG (5) RP

(8) BC

(1) CLO (1) MG

(2) MG

(1) MG

(2) MG (5) FP

(5) MP (5) MP

(4) SB

(2) MG (3) SB (7) TO

(1) CLO

(6) CP

(9) TL 6 X 6 (1) MG

(3) MG

(1) MG

(4) RM (1) MG

(1) RM

(8) GS (2) MG

(4) MG

(3) SB

(1) WW

(9) JT

(5) GS

(8) RM POND AERATOR Remove Existing

(ARTWORK) Palm Clusters (1) CLO

TO TO

TO

TO

TO TO

TO TO

TO TO

TO

(1) WW (1) SB (2) RM

(5) BC (2) RM (3) SB (3) RP

(6 ) WBB (1) WW

(10) BC (1) WW

(6) WW

TREE PLANT LIST

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

AutoCAD SHX Text
10
AutoCAD SHX Text
10
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
10
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
14
AutoCAD SHX Text
14
AutoCAD SHX Text
AP CLUSTER
AutoCAD SHX Text
7AP
AutoCAD SHX Text
7AP
AutoCAD SHX Text
4AP
AutoCAD SHX Text
5AP
AutoCAD SHX Text
5AP
AutoCAD SHX Text
12AP
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
8PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
6PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
5PINE
AutoCAD SHX Text
6PINE
AutoCAD SHX Text
P A R K B O U L E V A R D
AutoCAD SHX Text
L O N G B A Y O U
AutoCAD SHX Text
2 CC
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
60
AutoCAD SHX Text
50
AutoCAD SHX Text
50
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
50
AutoCAD SHX Text
45
AutoCAD SHX Text
70
AutoCAD SHX Text
41
AutoCAD SHX Text
41
AutoCAD SHX Text
45
AutoCAD SHX Text
60
AutoCAD SHX Text
50
AutoCAD SHX Text
45
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
70
AutoCAD SHX Text
70
AutoCAD SHX Text
45
AutoCAD SHX Text
50
AutoCAD SHX Text
50
AutoCAD SHX Text
7
AutoCAD SHX Text
17
AutoCAD SHX Text
27
AutoCAD SHX Text
40
AutoCAD SHX Text
7
AutoCAD SHX Text
-3
AutoCAD SHX Text
-23
AutoCAD SHX Text
-33
AutoCAD SHX Text
-13
AutoCAD SHX Text
27
AutoCAD SHX Text
17
AutoCAD SHX Text
7
AutoCAD SHX Text
40
AutoCAD SHX Text
40
AutoCAD SHX Text
27
AutoCAD SHX Text
17
AutoCAD SHX Text
7
AutoCAD SHX Text
-3
AutoCAD SHX Text
-13
AutoCAD SHX Text
-23
AutoCAD SHX Text
-33
AutoCAD SHX Text
S
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
e
AutoCAD SHX Text
EHH
AutoCAD SHX Text
g
AutoCAD SHX Text
g
AutoCAD SHX Text
S
AutoCAD SHX Text
t
AutoCAD SHX Text
w
AutoCAD SHX Text
W
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
S
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
DECEMBER 7 2020
AutoCAD SHX Text
1 = 30
AutoCAD SHX Text
4
AutoCAD SHX Text
8
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
TREE LANDSCAPE PLANTING PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
BAB
AutoCAD SHX Text
CMM
AutoCAD SHX Text
APC
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
30
AutoCAD SHX Text
60
AutoCAD SHX Text
30
AutoCAD SHX Text
N
AutoCAD SHX Text
PREPARED PLANTING SOIL
AutoCAD SHX Text
EXISTING UNDISTURBED SOIL
AutoCAD SHX Text
3 MULCH LAYER
AutoCAD SHX Text
MULCH 3 FROM STEMS
AutoCAD SHX Text
SPREAD
AutoCAD SHX Text
3 TO 5 TIMES WIDTH
AutoCAD SHX Text
OF ROOTBALL
AutoCAD SHX Text
HEIGHT
AutoCAD SHX Text
FERTILIZER TABLETS AS SPECIFIED PLACE UNIFORMLY AROUND ROOT MASS BETWEEN MIDDLE AND BOTTOM OF ROOT MASS
AutoCAD SHX Text
SHRUB amp GROUNDCOVER PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
MULCH 3 FROM TRUNK
AutoCAD SHX Text
OF THE ROOTBALL
AutoCAD SHX Text
3 TO 5 TIMES THE WIDTH
AutoCAD SHX Text
SPREAD
AutoCAD SHX Text
HEIGHT
AutoCAD SHX Text
MULCH 3 DEPTH
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
UNDISTURBED SOIL
AutoCAD SHX Text
2X2X4 STAKE
AutoCAD SHX Text
18MIN
AutoCAD SHX Text
2X2X4 CROSS MEMBER
AutoCAD SHX Text
2X2X4 STAKE
AutoCAD SHX Text
TILLED AND LOOSENED
AutoCAD SHX Text
NATIVE SOIL BACKFILL
AutoCAD SHX Text
NOTES 1 ALL WOOD SHALL BE SPRUCE OR PINE-NOT PRESSURE TREATED ALL WOOD SHALL BE SPRUCE OR PINE-NOT PRESSURE TREATED 2 CROSS TIES SHALL NOT CROSS OVER WOODY ROOTS CROSS TIES SHALL NOT CROSS OVER WOODY ROOTS 3 REMOVE ALL STRING ampOR WIRE WRAPPED AROUND TRUNK REMOVE ALL STRING ampOR WIRE WRAPPED AROUND TRUNK 4 REMOVE ALL STRAPS ROPES WIRE ampOR STRINGS USED TO LIFT THE REMOVE ALL STRAPS ROPES WIRE ampOR STRINGS USED TO LIFT THE ROOTBALL 5 REMOVE ALL BURLAP ampOR WIRE FROM THE TOP OF THE ROOT BALL REMOVE ALL BURLAP ampOR WIRE FROM THE TOP OF THE ROOT BALL 6 TOP OF ROOTBALL TO BE SET LEVEL WITH SURROUNDING FINISH GRADETOP OF ROOTBALL TO BE SET LEVEL WITH SURROUNDING FINISH GRADE
AutoCAD SHX Text
TILLED AND LOOSENED NATIVE SOIL BACKFILL
AutoCAD SHX Text
FERTILIZER TABLETS AS SPECIFIED PLACE UNIFORMLY AROUND ROOT MASS BETWEEN MIDDLE AND BOTTOM OF ROOT MASS
AutoCAD SHX Text
2-2X4 STAKE WLONG TAPER MIN 18 INTO UNDISTURBED SOIL
AutoCAD SHX Text
TREE PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
2X2X4 CROSS MEMBER
AutoCAD SHX Text
2-25 DRYWALL SCREWS
AutoCAD SHX Text
WATER RING (6 WIDTH amp HEIGHT) PROVIDING A WATER COLLECTION BASIN
AutoCAD SHX Text
PROPOSED LANDSCAPE LEGEND CATHEDRAL LIVE OAK (CLO) GOLDEN SHOWER (GS) SOUTHERN MAGNOLIA (GM) SYCAMORE (PO) RED MAPLE (RM) ROYAL POINCIANA (RP) FOXTAIL PALM (FP) MEDJOOL PALM (MP) MANILACHRISTMAS PALM (CP) SOUTHERN RED CEDAR (SRC) BUTTERFLY BUSH WEEPING WILLOW (WW) WEEPING BOTTLEBRUSH (WBB) CRAPE MYRTLE Natchez (CMN) CRAPE MYRTLE Muskogee (CMM) RAINBOW EUCALYPTUS (RE) BALD CYPRESS (BC) JATROPHA TREE (JT) GREEN BUTTONWOOD SILVER BUTTONWOOD (SB) SHUMARD OAK (SO) TEA OLIVE (TO) BUTTERFLY BUSH (BB) TREE LIGUSTRUM (TL) BUDDHA BELLY BAMBOO (BBB) FISH TAIL PALM (FTP) WHITE CLUMPING BAMBOO BLUE CLUMPING BAMBOO RED CLUMPING BAMBOO
AutoCAD SHX Text
SIZE
AutoCAD SHX Text
BOTANICAL NAME
AutoCAD SHX Text
COMMON NAME
AutoCAD SHX Text
KEY
AutoCAD SHX Text
QTY
AutoCAD SHX Text
REMARKS
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Magnolia grandiflora
AutoCAD SHX Text
Magnolia
AutoCAD SHX Text
MG
AutoCAD SHX Text
25
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Cathedral Live Oak
AutoCAD SHX Text
Quercus virginiana cathedral
AutoCAD SHX Text
CLO
AutoCAD SHX Text
14
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Lagerstroemia indica Natchez
AutoCAD SHX Text
CMN
AutoCAD SHX Text
2
AutoCAD SHX Text
Weeping Willow
AutoCAD SHX Text
Salix babylonia
AutoCAD SHX Text
WW
AutoCAD SHX Text
15
AutoCAD SHX Text
Taxodium distichum
AutoCAD SHX Text
Rainbow Eucalyptus
AutoCAD SHX Text
BC
AutoCAD SHX Text
30
AutoCAD SHX Text
Crape Myrtle Natchez
AutoCAD SHX Text
Eucalyptus deglupta
AutoCAD SHX Text
RE
AutoCAD SHX Text
7
AutoCAD SHX Text
Min 15 Clear Trunk NO BLEMISHES
AutoCAD SHX Text
Wodyetia bifurata
AutoCAD SHX Text
Foxtail Palm
AutoCAD SHX Text
FP
AutoCAD SHX Text
5
AutoCAD SHX Text
Palm FL1
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Royal Poinciana
AutoCAD SHX Text
Delonia regia
AutoCAD SHX Text
RP
AutoCAD SHX Text
17
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Medjool Palm
AutoCAD SHX Text
Phoenix dactylifera
AutoCAD SHX Text
MP
AutoCAD SHX Text
10
AutoCAD SHX Text
Min 10-12 Ht 3 Caliper FL1
AutoCAD SHX Text
Southern Red Cedar
AutoCAD SHX Text
Juniper silicla
AutoCAD SHX Text
SRC
AutoCAD SHX Text
7
AutoCAD SHX Text
Jatropa Tree
AutoCAD SHX Text
Bald Cypress
AutoCAD SHX Text
Jatropha interirma
AutoCAD SHX Text
JT
AutoCAD SHX Text
15
AutoCAD SHX Text
Qurecus shumardii
AutoCAD SHX Text
SO
AutoCAD SHX Text
7
AutoCAD SHX Text
Buddha Belly Bamboo
AutoCAD SHX Text
Shumard Oak
AutoCAD SHX Text
Bambusa ventricosa
AutoCAD SHX Text
BBB
AutoCAD SHX Text
1
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Accent Plant
AutoCAD SHX Text
Medium
AutoCAD SHX Text
High
AutoCAD SHX Text
Low
AutoCAD SHX Text
Medium
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
Medium
AutoCAD SHX Text
Medium
AutoCAD SHX Text
Medium
AutoCAD SHX Text
DROUGHT TOLERANCE
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
NATIVE
AutoCAD SHX Text
Min 15 Clear Trunk NO BLEMISHES
AutoCAD SHX Text
Palm FL1
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Min 36 Ht 5 Gal Container
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Red Maple
AutoCAD SHX Text
Acer rubrum
AutoCAD SHX Text
RM
AutoCAD SHX Text
16
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Conocarpus erectus
AutoCAD SHX Text
SB
AutoCAD SHX Text
24
AutoCAD SHX Text
Silver Buttonwood
AutoCAD SHX Text
High
AutoCAD SHX Text
No
AutoCAD SHX Text
Christmas Palm
AutoCAD SHX Text
Adonidia merrillii
AutoCAD SHX Text
CP
AutoCAD SHX Text
11
AutoCAD SHX Text
Palm FL 1
AutoCAD SHX Text
High
AutoCAD SHX Text
No
AutoCAD SHX Text
Min 6 Clear Trunk NO BLEMISHES
AutoCAD SHX Text
Weeping Bottlebrush
AutoCAD SHX Text
CalIstemon viminalis
AutoCAD SHX Text
WBB
AutoCAD SHX Text
10
AutoCAD SHX Text
Low
AutoCAD SHX Text
No
AutoCAD SHX Text
GENERAL NOTES 1 CONTACT PUBLIC WORKS FOR LOCATING ALL UNDERGROUND UTILITIES PRIOR TO ANY EXCAVATION OF THE SITE RODNEY E DUE 729-367-6383 EXT 249 amp 811 ALL PLANT MATERIAL SHALL BE FL GRADE 1 OWNER SHALL INSPECT TREES PRIOR TO OFF LOADING FROM TRUCK ALL REJECTED TREES SHALL BE REMOVED FROM SITE amp NEW PLANTS SHALL BE PROVIDED BY LANDSCAPE CONTRACTOR 2 ALL REMAINING AREAS WITH NO SHRUBS OR GROUNDCOVER PLANTING SHALL BE SODDED WITH BAHIA GRASS - NO EXCEPTIONS 3 ALL TREES PALMS SHALL HAVE A MINIMUM 3 DIAMETER TREE RING AT BASE AND MULCHED UNLESS PLANTED WITH GROUNDCOVER PLANTINGS 4 PLANT QUANTITIES ARE PROVIDED AS A GUIDE AND CONVENIENCE CONTRACTOR SHALL BE RESPONSIBLE TO VERIFY QUANTITIES AND PROVIDE PLANS IN LOCATIONS AS SHOWN ON LANDSCAPE PLANS AND ADJUSTMENT TO HIS PRICING NO EXCEPTIONS 5 ALL MULCHED BEDS SHALL BE A MINIMUMMAXIMUM OF 3 THICK AFTER COMPACTION ALL MULCHING SHALL BE WITH PINE STRAW 6 ALL PLANTINGS SHALL BE WATERED AS SOON AS THEY ARE PLANTED - NO EXCEPTIONS 7 ALL STAKING OF TREES SHALL BE COMPLETED WITHIN 24 HOURS AFTER PLANTING - NO EXCEPTIONS 8 SITE SHALL BE POLICED AND TIDED UP AT END OF WORK DAY NO PLANT POTS OR WRAPPINGS OR ANY OTHER PLANTING DERBIES SHALL BE LEFT ON SITE AT END OF DAY OR IN A TRASH COLLECTION CONTAINER ON SITE
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Min 8-10 Ht 2 Caliper Std FL1
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Min 8-10 Ht 2 Caliper FL1
AutoCAD SHX Text
Min 8-10 Ht 2 Caliper FL1
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Min 6 Ht and 2 Caliper
AutoCAD SHX Text
Min 6 Overall Ht amp Single Trunk
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206
AutoCAD SHX Text
Tree Lugustrum Tree
AutoCAD SHX Text
Osmanthus fragrans Butter Yellow
AutoCAD SHX Text
TO
AutoCAD SHX Text
11
AutoCAD SHX Text
Ligustrum lucidum (tree)
AutoCAD SHX Text
TL
AutoCAD SHX Text
18
AutoCAD SHX Text
Tee Olive Butter Yellow
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
No
AutoCAD SHX Text
No
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Min 6 Ht and 2 Caliper
AutoCAD SHX Text
Min 6x6 HtampSpr Multi-Stem 2cal
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
PLANT SPACING DETAIL (NO-OFFSET)
AutoCAD SHX Text
NTS
AutoCAD SHX Text
OC SPACING
AutoCAD SHX Text
OC SPACING
AutoCAD SHX Text
ALL SHRUBSGROUNDCOVER TO BE TRIANGULAR SPACING SEE PLANT LIST FOR OC SPACING
AutoCAD SHX Text
12 OC SPACING MIN SETBACK FOR SHRUBS amp GROUNDCOVERS
AutoCAD SHX Text
BACK OF CURB BED LINE
AutoCAD SHX Text
CLEAR TRUNK
AutoCAD SHX Text
CLEAR WOOD
AutoCAD SHX Text
TRUNK SHALL BE STRAIGHT AND
AutoCAD SHX Text
WITHOUT CURVES FREE OF SCARS
AutoCAD SHX Text
BURNMARKS AND BOOTS
AutoCAD SHX Text
3 MULCH LAYER
AutoCAD SHX Text
(3) 2x4x36 WOODEN STAKES
AutoCAD SHX Text
EXISTING UNDISTURBED SOIL
AutoCAD SHX Text
2X4 WOOD BRACE (3 EA MIN)
AutoCAD SHX Text
NAIL TO BATTENS amp STAKES
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
5 (15m) MIN
AutoCAD SHX Text
OF THE ROOTBALL
AutoCAD SHX Text
MIN 3 TIMES THE WIDTH
AutoCAD SHX Text
FERTILIZER TABLETS
AutoCAD SHX Text
AS SPECIFIED PLACE
AutoCAD SHX Text
UNIFORMLY AROUND
AutoCAD SHX Text
ROOT MASS BETWEEN
AutoCAD SHX Text
OF ROOT MASS
AutoCAD SHX Text
MIDDLE AND BOTTOM
AutoCAD SHX Text
TILLED AND LOOSENED
AutoCAD SHX Text
NATIVE SOIL BACKFILL
AutoCAD SHX Text
5 - 2x4x16 WOODEN BATTENS
AutoCAD SHX Text
CONNECTED WITH 2-34 STEEL BANDS
AutoCAD SHX Text
5 LAYERS OF BURLAP
AutoCAD SHX Text
PALM PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
CABBAGE PALMS MAY BE HURRICANE CUT ALL OTHERS MUST HAVE FRONDS TIED WBIODEGRADABLE STRAP OR TWINE
AutoCAD SHX Text
BASE OF LEAF BUD
AutoCAD SHX Text
BASE OF HEARTNUT
AutoCAD SHX Text
OF PALM
AutoCAD SHX Text
OR APPROVED ALTERNATE
AutoCAD SHX Text
WATER RING (6 WIDTH amp HEIGHT) PROVIDING A WATER COLLECTION BASIN
AutoCAD SHX Text
DEPTH OF
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
REMOVE BURLAP AND ALL TIE MATERIAL FROM TYHE TOP 13 OF ROOTBALL
AutoCAD SHX Text
NOTE STAKING amp GUYING REQUIRED FOR PALM IF NECESSARY OR AS DIRECTED BY LANDSCAPE ARCHITECT
AutoCAD SHX Text
Lagerstroemia indica Muskogee
AutoCAD SHX Text
CMM
AutoCAD SHX Text
2
AutoCAD SHX Text
Crape Myrtle Muskogee
AutoCAD SHX Text
Medium
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Min 8-10 Ht 2 Caliper Std FL1
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Fish Tail Palm
AutoCAD SHX Text
Caryota witis
AutoCAD SHX Text
FTP
AutoCAD SHX Text
12
AutoCAD SHX Text
Palm FL1
AutoCAD SHX Text
Medium
AutoCAD SHX Text
No
AutoCAD SHX Text
Min 6 OVERALL Ht 15 Gal Cont
AutoCAD SHX Text
CANOPY TREES
AutoCAD SHX Text
PALMS
AutoCAD SHX Text
UNDERSTORY TREES
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Golden ShowerGolden Chain
AutoCAD SHX Text
Cassia fisula
AutoCAD SHX Text
GS
AutoCAD SHX Text
24
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
High
AutoCAD SHX Text
No
AutoCAD SHX Text
Pleioblastus simonii
AutoCAD SHX Text
WB
AutoCAD SHX Text
White Simon Bamboo
AutoCAD SHX Text
14-24 ht 3 gal container (min)
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Accent plant 48 spacing
AutoCAD SHX Text
BB
AutoCAD SHX Text
Tropical Blue Bamboo
AutoCAD SHX Text
14-24 ht 3 gal container (min)
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Accent plant 48 spacing
AutoCAD SHX Text
RB
AutoCAD SHX Text
Red Clumping Bamboo
AutoCAD SHX Text
14-24 ht 3 gal container (min)
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Accent plant 48 spacing
AutoCAD SHX Text
Fargesia Juzhaigou
AutoCAD SHX Text
Bambusa chungii
AutoCAD SHX Text
1
AutoCAD SHX Text
17
AutoCAD SHX Text
15
AutoCAD SHX Text
20

---- --x

X

-- --x

X

X X

X X X

X X

X

-- -- -- --X

f

------ --X X

- - - - 2os-- - - - 2os- - - - - 2os-- -- - 20

I l I I I I

X

N u

o--0lt

I I

I

middot- bull I

I

bull t-----_J_1j __

- - --+------~-I----- I ~ -~-bull

I I I

I

I I

I

I bull bull I bull I I

I

bull

-1-----

bullbull

-1-+---1 bull

X

I I I I I I

I I

I

X

0 X X

I I

I

I

I I

I

X

bull

X

I

I

X

I I

I

bull

X

I I

bull

I I

I

X

X

X

X

X bullmiddot

X ~ middot bull --1~~=-~-~~-~-~~~2~~~i~ t7---- -- ~-__bullcmiddotmiddotmiddot-middot_middot_____ ~i -

x---x X

X X

X

X

-X X

X

w 5

I I I I

I I I I I I

I I I I I I I I

to C)

c r--

OHE --

HEJGHT

ER TABLETS AS CE UNIFORMLY

ND ROOT MASS

I birOF ~degt t1~

middot-1 Ml woagt SHAU BE SPilCE ai PINE-NOT PRESSUIE TIIEAlEll 2 CRCS9 1E9 SHAU NOT CROSS OVER WOOOV ROOlS 3 REUOVE ALL SlRINGI 11aR 1IIIRE bullNPED M(INl lRUIIIC -4 ~ALL SIRAPS ROPES 1RE ~ SIRINGS USED TO LFT lHE

5 REMOVE ALL BURLAP ampIt ~ FROM lHE TOP Of THE ROOT IIAIL B 1tlP OF ROOTIIAU TO BE SET IEEL 111H SURROUNDI~ FINISH GRADE

o 30 so -~ bull I re - -----~1

SCALE 1 = 30

eJc29lc4 STNltE - --

SPREAD

MULCH 3 FROM TRLlrlK

MULCH Y DEP1H

TlLED -ND LOOSENED NAlloE saL BACKFll

WAlER MIC 6 NOTH It HECHT) PROtDIMG A WAlER caLECTION fERTIJZER TAaElS AS SfECIFIEll PLACE UNFCIMI Y AROUND ROOT

I MASS IEW[N WIDDI ~ ~ BOT101it CE ROOT WASS

2-21C4 STNCE WDNC TAPER MIN 18 IN10 UNDISlURBED saL

___ MULCH 3 FROM STEMS

---- S MULa-1 LAYER

TREE PLANTING DETAIL

N TS

J TO 5 TIMES WDlH OF ROOlBNJ

PREPARED PLANTING SOIL

DCISTING lMDISlURBED SOIL

0 C SPACING

ALL SHRUBSGROUNDCOER i -( I TO BE lftlANGULAR SPACING

~- 4 ~ 1- - 1 ~ ~( 1v~ i( middot~ SEE PLANT UST FOR OC + f - + middot -sI + gt 1 SPACING

~cjigt~~~J_J~~J~~~i-1c-f 1~ _ ~ i Jr~ ~~ Uf_-~ ~1i ~~ j-~ zimiddot_c j~ ~ y

SHRUB amp GROUNDCOVER PLANTING DETAIL --ltCl - ~J - I - D ~ lt = - -- I ~lt ~rt~ ~I~= +~bullc~ irtfrac34 ~ibull ~rtfrac34~lt~+~ t 4 1 -1 1 i rt i

I

TILLED NIgt IOOSOED NAlltE SIJL BMKFll

NTS

i

IRUIK SHALi IE SlRAIGHT AND tllllHOUT CURW5 FIE OF SCARS -ARIISANDBODTS

bull= STNCING Ir GUlIN~ REQUIIEgt FOR PMIii IF IECESSMY ltR AS DNCTm IIY IANIISCIIPI AIIOflECT

( 7- i-~ r _~ _ _) r-~ ~-~ -r ~~

~_ti-~gtpound_~- c C~- i -t~ - 1~-~~ ti - -

1+- J gt cJ+ rJ _+c-0 1 _+1middot- J+ _ l2 OC SPACING

===middotbull=middotmiddotmiddotmiddot==middot=-_bull-~=middot =bull=bull=--~--middot~_-Y_~ ~~_bull middotri-bullmiddot-Cbullbull=middot bull~-~=middotmiddotbull)-+ ~NRu~~~DCOERS

PLANT SPACING DETAIL

(NO-OFFSET) NTS

0 0 0 0 0 0 0 0

BACIlt OF CURB BED LINE

Azaleas Florida Flame (AF)

Banana Shrub (BS)

Butterfly Bush Black Knight (BFB)

Sasanqua Camellias (SC)

Cape Jasmine (PMG)

Cord Grass (CG)

Dwarf F1rebush (DF)

~ ---==m~tlf~~ 8 White Fountain Grass (WFG)

Jatropha Shrub Form (JS) Muhly Grass (MG)

El11S11NGI UNDISIUlampD SOIL

PALM PLANTING DETAIL NTS

0 0 0 0 0 0

0

Pickerel Weed (PW)

Plumbago (P)

Siver Buttonwood Shrub Form (SBS)

Dwarf Simpsons Stopper (DSS)

Tea Olive Shrub (TOS)

Lugustrum Shrub Form (LSF)

GROUNDCOVERS amp VINES

Confederate Jasmine (CJ)

RJjjj1 Large Blue Iris (LBI)

ffliji Lilyturf Boarder Grass (EG)

t$pound1 Sweet Alyssum (SA)

fficent$1 Blue Fortune (BF)

X X X X X X X X WETLAND

X X X X X X X X X X X X X

LBI

X X X

PICNIC

X X X

X X

X X

X X

X

X X

EG

SA

X X X X X X X

W W W W W W W W W

W W

W

W

W

W

W

W W

(181) BF (49) PMG

(13) BFB (15) PMG (117) BF (9) DDS

(17) SC

(8) PMG (11) PMG (21) DSS (155) BF

(26) LSF

(18) CJ

(35) DF

(11) BFB (24) BF

(151) BF

(46) JS (161) BF (26) SC

(13) BFB

(8) BFB

(4) TOS

(13) TOS

(15) DF

(18) DF

(46) BS (16) BS (12) SC (17) BS

(18) BS

(22) DF

(209) BF

(9) BFB (40) LBI

(38) BS

(95) LBI

(12) BFB (11) SC

(35) SC

(11) SC

(3) BS

(7) SC

locate 2 wire irrigation controller in electrical room at this location

irrigation point of connection here 2 pvc

pipe backflow preventor in mech

(51) AF room 60GPM 60 PSi (770) EG

(1009) SA

(12) AF

(20) PMG (81) WFG

(73) WFG (72) MG

(70) MG

(245) EG (50) EG

(1065) EG

(800) EG

PROPOSED SHRUBGROUND COVER LEGEND

SYMBOLS SHRUBS

(10) PMG

THERE ARE NO PLANT FOR THISSYMBOL BUT

IRRIGATION WITH 12 1800 POP UP TYPICAL FOR

FUTURE INSTALLATION

(20) DF

(188) LBI

(46) PW

(77) P (167) CG

BF

(17) LSF

LSF

PMG PMG PMG

PMG PMG

PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG

PMG PMG PMG PMG PMG PMG PMG

PMG

LSF

LSF

PMG LSF

PMG LSF

PMG PMG

PMG PMG

PMG PMG BFB DSS PMG BFB

PMG PMG BFB BFB DSS PMG DSS

PMG

PMG PMG BFB DSS

BFB BFB DSS DSS DSS

DSS PMG PMG PMG

PMG PMG PMG BFB BFB

BFB DSS DSS DSS DSS DSS DSS DSS DSS PMG

PMG PMG

DF DF BFB DSS

DSS DSS DSS DSS

DSS DSS DSS PMG PMG

DF PMG

BFB

PMG BFB DF DSS DSS DSS

DSS DSS DSS DSS

DF PMG DF sc sc JS PMG PMG

PMG DF sc

DF DF sc

DF DF DF sc JS DSS JS PMG PMG

BFB BFB DF DF sc sc JS JS JS JS

DF DF sc

PMG PMG JS

JS JS JS

DF sc sc sc sc JS JS

PMG JS JS JS

JS JS JS JS

JS PMG DF DF DF DF DF sc

BFB BFB DF DF DF JS JS JS DF

sc sc DF sc JS JS

sc PMG JS JS JS PMG PMG

JS JS JS

PMG DF DF DF sc JS JS JS BFB

BFB DF DF PMG JS JS JS DF DF sc sc PMG JS JS JS JS

sc JS

PMG BFB DF sc sc sc sc sc sc JS JS JS

sc sc sc CJ BFB sc

PMG sc sc sc

sc CJ

sc sc sc BFB sc CJ

sc sc

sc sc

CJ BFB sc

CJ

BFB CJ

CJ

CJ

CJ

CJ

BFB CJ

BFB CJ BFB CJ

BFB

BFB CJ

BFB CJ

BFB TOS CJ BFB

CJ BFB TOS

CJ TOS

BFB TOS BFB

BFB BFB

TOS

TOS TOS

TOS TOS TOS TOS TOS TOS

TOS TOS

TOS TOS TOS TOS

TOS

TOS TOS TOS TOS DF

TOS DF

TOS DF DF

DF

TOS DF DF

DF DF BS

DF DF BS BS DF BS

BFB DF DF BFB BS

DF BS BFB DF BS BS

BFB BS BS BFB BS BS

BS BS

BFB BS BS BS BFB BS BS BS BS

BFB BS BS BS BS

BS BS BS BS BS BS

BS BS BS

BS BS BS

BS BS BS BS

BS BS BS BS

BS BS BS

BS BS BS BS BS BS BS BS BS BS

BS BS

BS BS BFB

BS sc BS BS BS BS

BS BS BS sc sc sc

BS BS BS BS BS BS BS

BFB BS sc BS BS

BS BS

BFB sc sc BS BS

BS sc sc sc sc sc

BS BS BS BS sc

BS BS BS

BS sc

BS BS BS

BFB sc sc BS BS BS

BS BS BS BS sc BS

BFB sc

BS BS BS BS sc BS

BS

BS sc

BFB BS

BS

BFB BS BS

BS BS BFB BS

BFB BS BS BS

BS BS BS

BS BS

BS BS

BS BS BS

BS BS

BS

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

BS

BS TYP 1 FT WIDE BS

BS MAINTENCE STRIP sc

BFB sc

sc AF

sc sc BFB sc sc

AF AF sc sc

sc sc sc BFB sc sc

sc sc

sc sc BFB

sc BFB sc sc sc AF AF

sc sc AF AF BFB sc sc sc AF AF

BFB sc sc BFB sc sc AF AF AF AF

BFB sc sc sc sc AF

BFB sc sc AF BFB AF

AF AF AF

sc sc AF

BFB sc sc sc sc AF AF AF AF AF

PMG sc AF

AF AF

AF AF

PMG AF AF AF AF AF AF

PMG sc AF AF AF AF

PMG AF AF AF

AF

sc sc AF AF

PMG sc AF AF

PMG AF AF AF

PMG sc sc AF AF

sc sc AF AF AF AF AF AFAF AF

PMG PMG

sc sc sc

PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG WFG PMG PMG PMG

WFG PMG

WFG PMG

WFG WFG PMG WFG

WFG PMG PMG

WFG WFG PMG

WFG WFG PMG

WFG WFG WFG WFG WFG WFG

WFG WFG WFG

WFG WFG WFG WFG WFG

WFG WFG WFG WFG

WFG WFG

WFG WFG WFG WFG WFG

WFG WFG WFG WFG WFG WFG WFG WFG MG

MG WFG

WFG WFG

MG WFG

MG MG WFG WFG WFG WFG

WFG WFG MG MG MG MG

WFG WFG WFG WFG

MG WFG WFG WFG MG

MG WFG WFG

MG MG WFG WFG WFG

WFG

MG WFG

WFG

MG MG MG

WFG WFG WFG WFG

MG MG MG MG MG MG

MG MG

WFG MG MG MG MG

MG WFG

MG MG WFG WFG MG

MG MG

MG MG MG MG MG MG MG WFG WFG WFG

MG MG MG MG

WFG MG MG MG MG MG MG

MG MG MG MG MG MG MG

MG MG MG MG MG

MG MG MG

MG MG

AF

BS

BFB

SC

PMG

PMG sc

AF AF AF MG MG MG MG MG MG MG MG MG MG MG MG MG MG MG

MG MG MG

MG MG MG MG

MG MG MG MG MG

MG MG

MG MG MG

MG MG MG

MG MG MG MG MG MG

MG WFG WFG

MG WFG

MG MG WFG

MG WFG

MG WFG

MG WFG

MG WFG

MG WFG

MG MG WFG WFG

MG WFG

MG WFG

MG MG WFG MG

MG

WFG WFG WFG

WFG WFG WFG MG

WFG WFG

WFG WFG WFG

WFG WFG WFG WFG

WFG MG

WFG WFG

WFG WFG

WFG WFG

WFG WFG

WFG WFG

WFG WFG

WFG WFG MG

WFG WFG WFG WFG

WFG WFG MG

WFG WFG WFG WFG WFG WFG WFG MG WFG WFG MG

MGMG WFG

WFG MG

MG WFG

WFG MG MG

WFG WFG MG

MG

WFG WFG

MG

WFG WFG

WFG WFG

WFG

CG

DF

WFG

JS

MG

WFG P

P P

P P

PW

P P

P

P P DF

P P DF

SBS

P P DF

P P DF

DSS

P P DF

P P DF

P P DF

P P DF

P P

DF P P

DF P P

DF P P

DF

CG P P

DF PW PW CG CG P P

PW PW CG CG P P DF

PW PW CG CG P P DF

TOS

LSF

CJ

PW PW CG CG CG P P DF

PW PW CG CG CG

P P DF

PW PW CG CG CG CG P

P

PW PW CG CG

CG CG P DF

P

CG P

CG PW

CG CG

PW CG P

CG P

DF

CG CG P P

PW PW PW CG CG CG CG CG P P DF

CG P

PW PW CG CG CG CG CG CG P P

PW CG CG LSF

P P CG CG

P CG CG

PW CG CG CG

PW CG CG CG CG P

P P P P P P P LSF

CG CG CG CG CG P

P PW

PW PW CG CG CG

P P P P P P

CG CG CG CG CG CG LSF

CG CG CG CG CG CG CG CG CG

95

f 4 bull C bull 0

~ ~

I 2

~

X

X X

X

X X

X

xmiddot

X X middot--- )( X X X

-~ ----- X

l middot - ~ X X

middot--~ X X ~

X

X X - ---

--- ---11 middot_ _x_ -~ X ----- middot X X

bullbull

X

X

~ LONG YOU

X

X E3

--= bull

---------__--------middot

x Xmiddot

bull

X

X

GENERAL NOTES 1 ALL PLANT MATERIAL SHALL BE FL GRADE 1 OWNER SHALL INSPECT TREES PRIOR TO OFF LOADING FROM TRUCK ALL

REJECTED TREES SHALL BE REMOVED FROM SITE amp NEW PLANTS SHALL BE PROVIDED BY LANDSCAPE CONTRACTOR

2 ALL REMAINING AREAS WITH NO SHRUBS OR GROUNDCOVER PLANTING SHALL BE SODDED WITH BAHIA GRASS IF DISTURB DURING LANDSCAPE CONSTRUCTION - NO EXCEPTIONS

3 AU_ TREES AND PALMS SHALL HAVE A MINIMUM 3 DIAMETER TREE RING AT BASE AND MULCHED UNLESS PLANTED WITH GROUNDCOVER PLANTINGS

4 PLANT QUANTITIES ARE PROVIDED AS A GUIDE AND CONVENIENCE CONTRACTOR SHALL BE RESPONSIBLE TO VERIFY QUANmlES AND PROVIDE PLANTS IN LOCATIONS AS SHOWN ON LANDSCAPE PLANS AND ADJUSTMENT TO HIS PRICING NO EXCEPTIONS

5 ALL MULCHED BEDS SHALL BE A MINIMUMMAXIMUM OF 3bull THICK AFTER COMPACTION ALL MULCHING SHALL BE WITH PINE STRAW

6 ALL PLANTINGS SHALL BE WATERED AS SOON AS THEY ARE PLANTED - NO EXCEPTIONS

7 CONTACT RODNEY DUE DIRECTOR OF PUBLIC WORKS - CITY OF SEMINOLE FOR LOCATION OF UNDER GROUND UTILITIES PRIOR TO ANY EXCAVATIONS 727-397-6383 EXT 249

SHRUB PLANTING LIST

QTY

63 138 76

127 113 167

105

166 46

142

46

77 35

17 43

KEY SYMBOL

0 0

sect 0 0 0 0 0

8 0 0

AF

BS

BFB

SC

PMG CG

OF

CF JC

MG PW p

DDS

TOR LSF

18 0 CJ

323 RJjji1 1028 fiamp$]

~=

BOTANICAL NAME

Rhododendron spp

Michelio figo Buddlejo davidii Block Knight

Camellia joponico Sosonqua

Tobernaemontano divoncoto

Sportina spartinae

Harmelia patens compocta

Cortodenio selloano

Jotropho intergemimo shrub

Muh1enbergio copillaris Pontederia cordoto

Plumbago ouricuota Myrcionthes Fragrans Compocta

Osmonthus fragons Butter Yellow

Ligustrum japonicum

GROUNDCOVER amp VINES

Trachelospermum Josminodies

Iris venisicolor Vlrginica

Aqastoche

Lobuloria maritime

COMMON NAME

Azaleas Florida Flame

Banana Shrub

Butterfly Bush Block Knight Soscmqua CQmellias-use multiple (3 varsities to have color year arouncf

Cape Jasmine Poor Mans Gardenia

Cord Grass

Dwarf Firebush

Fountain Grass Jotropho Shrub Form

Muhly Grass

Pickerel Weed

Plumbago Dwarf Simpsons Stopper

Teo Olive Shrub Form

Llgustrum Shrub form

Confederate Jasmine

Large Blue Iris

Blue Fortune

Sweet Alyssum

Liriope musrori Emerald Goddess Lilyturf Boarder Gross

-ALL PLANT MATERIAL MUST BE FLORIDA GRADE 1 -ALL BAREDISTURBED AREAS SHAL BE SODDED WITH BAHIA

SIZE

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 8 Ht 6 1 gallon cont

REMARKS

fl Grade

FL Grode FL Grade

FL Grade FL Grode FL Grade

FL Grade

FL Grode

FL Grode

FL Grode

FL Grade

FL Grode

FL Grode

FL Grade

FL Grade

Spacing 36 0

Spacing 36 0 C Spacing 36 0 C

Spacing 36 0 C Spacing 60 0 C Spacing 36 0 C

Spacing 36 O C Spacing 36 0 C Spacing 36 0 C Spacing 36 0 C

Spacing 36 0 C

Spacing 36 O C

Spacing 36 0 C

Spacing 36 0 C

Spacing 36 0 C

Vine spacing as shown on dwg

12 on center Flower white

Spr 8 Ht 10 1 gal cont 18 OC attracts butterfly amp Humming Birds

Spr 8 Ht 6 1 gallon cont

Spr 6 Ht 10 1 gallon cont

12 on center Flower white

Accent plant 12 on cneter

DROUGHT TOLERANCE

NATIVE

High Yes

High once established No

Medium Yes

Medium Medium to Low

High

High

High medium to Low

High to Medium

Low

Medium

High

High to Medium

High

High

Medium High Blue flower

Medium

High

No No

Yes

Yes

Yes No

Yes Yes

Yes Yes

Yes Yes

No

No

Yes

No

Yes

i r-r--------------r------r------=========7~r-----=====================--------------------------------------------------r---------------------------T-~T~---1 DESIGN LC SEH10poundpound frA TERFR01T PARK WORK ORDER NO 2016-32

1---+----l---------------------1----IDRAWN LC SHRuB PLAJVTJVC PLAJV DATE JANu1R~- 4

3bull0

~021 SCALE

frac14 REV DATE REVISION BY CHECKED PFC SEMINOLE PINELLAS COUNTY FLORIDA LEROY CHIN FL RLA 0001206 SHEET NO L2 OF L2

WETLAND

WETLAND

AREA

X

X X

LBI

BF

SA

EG

SHRUBS

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

PW PW CG CG CG LSF

PW CG CG CG CG CG CG

PW CG CG

CG CG CG CG CG

CG CG CG

PW PW

CG CG CG CG CG CG CG CG CG CG

LSF

CG CG CG CG CG

PW PW CG CG CG CG LSF CG CG CG CG

PW CG

CG PW

CG CG CG CG CG CG CG

CG CG LSF CG

PW CG

CG CG CG CG CG CG CG

PW CG CG CG CG LSF

PW CG

CG CG CG CG

CG CG CG

PW CG CG CG CG LSF

PW PW CG CG CG

PW CG CG CG

CG LSF

PW PW LSF

LSF

LSF

LSF

LSF AF

LSF BS

LSF

BFB

SC

PMG

CG

DF

WFG

JS

MG

PW

P

SBS

TOS

LSF

CJ

AutoCAD SHX Text
P A R K B O U L E V A R D
AutoCAD SHX Text
L O N G B A Y O U
AutoCAD SHX Text
2 CC
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
MH
AutoCAD SHX Text
MH
AutoCAD SHX Text
ASPHALT ROADWAY
AutoCAD SHX Text
S
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
e
AutoCAD SHX Text
EHH
AutoCAD SHX Text
g
AutoCAD SHX Text
g
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
t
AutoCAD SHX Text
w
AutoCAD SHX Text
W
AutoCAD SHX Text
S
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
JANUARY 4 2021
AutoCAD SHX Text
1 = 30
AutoCAD SHX Text
L2
AutoCAD SHX Text
L2
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
SHRUB PLANTING PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
LC
AutoCAD SHX Text
LC
AutoCAD SHX Text
APC
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
30
AutoCAD SHX Text
60
AutoCAD SHX Text
30
AutoCAD SHX Text
N
AutoCAD SHX Text
PREPARED PLANTING SOIL
AutoCAD SHX Text
EXISTING UNDISTURBED SOIL
AutoCAD SHX Text
3 MULCH LAYER
AutoCAD SHX Text
MULCH 3 FROM STEMS
AutoCAD SHX Text
SPREAD
AutoCAD SHX Text
3 TO 5 TIMES WIDTH
AutoCAD SHX Text
OF ROOTBALL
AutoCAD SHX Text
HEIGHT
AutoCAD SHX Text
FERTILIZER TABLETS AS SPECIFIED PLACE UNIFORMLY AROUND ROOT MASS BETWEEN MIDDLE AND BOTTOM OF ROOT MASS
AutoCAD SHX Text
SHRUB amp GROUNDCOVER PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
MULCH 3 FROM TRUNK
AutoCAD SHX Text
OF THE ROOTBALL
AutoCAD SHX Text
3 TO 5 TIMES THE WIDTH
AutoCAD SHX Text
SPREAD
AutoCAD SHX Text
HEIGHT
AutoCAD SHX Text
MULCH 3 DEPTH
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
UNDISTURBED SOIL
AutoCAD SHX Text
2X2X4 STAKE
AutoCAD SHX Text
18MIN
AutoCAD SHX Text
2X2X4 CROSS MEMBER
AutoCAD SHX Text
2X2X4 STAKE
AutoCAD SHX Text
TILLED AND LOOSENED
AutoCAD SHX Text
NATIVE SOIL BACKFILL
AutoCAD SHX Text
NOTES 1 ALL WOOD SHALL BE SPRUCE OR PINE-NOT PRESSURE TREATED ALL WOOD SHALL BE SPRUCE OR PINE-NOT PRESSURE TREATED 2 CROSS TIES SHALL NOT CROSS OVER WOODY ROOTS CROSS TIES SHALL NOT CROSS OVER WOODY ROOTS 3 REMOVE ALL STRING ampOR WIRE WRAPPED AROUND TRUNK REMOVE ALL STRING ampOR WIRE WRAPPED AROUND TRUNK 4 REMOVE ALL STRAPS ROPES WIRE ampOR STRINGS USED TO LIFT THE REMOVE ALL STRAPS ROPES WIRE ampOR STRINGS USED TO LIFT THE ROOTBALL 5 REMOVE ALL BURLAP ampOR WIRE FROM THE TOP OF THE ROOT BALL REMOVE ALL BURLAP ampOR WIRE FROM THE TOP OF THE ROOT BALL 6 TOP OF ROOTBALL TO BE SET LEVEL WITH SURROUNDING FINISH GRADETOP OF ROOTBALL TO BE SET LEVEL WITH SURROUNDING FINISH GRADE
AutoCAD SHX Text
TILLED AND LOOSENED NATIVE SOIL BACKFILL
AutoCAD SHX Text
FERTILIZER TABLETS AS SPECIFIED PLACE UNIFORMLY AROUND ROOT MASS BETWEEN MIDDLE AND BOTTOM OF ROOT MASS
AutoCAD SHX Text
2-2X4 STAKE WLONG TAPER MIN 18 INTO UNDISTURBED SOIL
AutoCAD SHX Text
TREE PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
2X2X4 CROSS MEMBER
AutoCAD SHX Text
2-25 DRYWALL SCREWS
AutoCAD SHX Text
WATER RING (6 WIDTH amp HEIGHT) PROVIDING A WATER COLLECTION BASIN
AutoCAD SHX Text
GENERAL NOTES 1 ALL PLANT MATERIAL SHALL BE FL GRADE 1 OWNER SHALL INSPECT TREES PRIOR TO OFF LOADING FROM TRUCK ALL REJECTED TREES SHALL BE REMOVED FROM SITE amp NEW PLANTS SHALL BE PROVIDED BY LANDSCAPE CONTRACTOR 2 ALL REMAINING AREAS WITH NO SHRUBS OR GROUNDCOVER PLANTING SHALL BE SODDED WITH BAHIA GRASS IF DISTURB DURING LANDSCAPE CONSTRUCTION - NO EXCEPTIONS 3 ALL TREES AND PALMS SHALL HAVE A MINIMUM 3 DIAMETER TREE RING AT BASE AND MULCHED UNLESS PLANTED WITH GROUNDCOVER PLANTINGS 4 PLANT QUANTITIES ARE PROVIDED AS A GUIDE AND CONVENIENCE CONTRACTOR SHALL BE RESPONSIBLE TO VERIFY QUANTITIES AND PROVIDE PLANTS IN LOCATIONS AS SHOWN ON LANDSCAPE PLANS AND ADJUSTMENT TO HIS PRICING NO EXCEPTIONS 5 ALL MULCHED BEDS SHALL BE A MINIMUMMAXIMUM OF 3 THICK AFTER COMPACTION ALL MULCHING SHALL BE WITH PINE STRAW 6 ALL PLANTINGS SHALL BE WATERED AS SOON AS THEY ARE PLANTED - NO EXCEPTIONS 7 CONTACT RODNEY DUE DIRECTOR OF PUBLIC WORKS - CITY OF SEMINOLE FOR LOCATION OF UNDER GROUND UTILITIES PRIOR TO ANY EXCAVATIONS 727-397-6383 EXT 249
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206
AutoCAD SHX Text
SIZE
AutoCAD SHX Text
BOTANICAL NAME
AutoCAD SHX Text
SHRUB PLANTING LIST
AutoCAD SHX Text
COMMON NAME
AutoCAD SHX Text
SYMBOL
AutoCAD SHX Text
QTY
AutoCAD SHX Text
REMARKS
AutoCAD SHX Text
Michelia figo
AutoCAD SHX Text
Banana Shrub
AutoCAD SHX Text
BS
AutoCAD SHX Text
138
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Azaleas Florida Flame
AutoCAD SHX Text
Rhododendron spp
AutoCAD SHX Text
AF
AutoCAD SHX Text
63
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Plumbago auricuata
AutoCAD SHX Text
P
AutoCAD SHX Text
77
AutoCAD SHX Text
Muhly Grass
AutoCAD SHX Text
Muhlenbergia capillaris
AutoCAD SHX Text
MG
AutoCAD SHX Text
142
AutoCAD SHX Text
Myrcianthes Fragrans Compacta
AutoCAD SHX Text
DDS
AutoCAD SHX Text
35
AutoCAD SHX Text
Plumbago
AutoCAD SHX Text
Tabernaemontana divancata
AutoCAD SHX Text
Cape Jasmine Poor Mans Gardenia
AutoCAD SHX Text
PMG
AutoCAD SHX Text
113
AutoCAD SHX Text
Sasanqua Camellias-use multiple (3)
AutoCAD SHX Text
Camellia japonica Sasanqua
AutoCAD SHX Text
SC
AutoCAD SHX Text
127
AutoCAD SHX Text
Cord Grass
AutoCAD SHX Text
Spartina spartinae
AutoCAD SHX Text
CG
AutoCAD SHX Text
167
AutoCAD SHX Text
Fountain Grass
AutoCAD SHX Text
Cortadenia selloana
AutoCAD SHX Text
CF
AutoCAD SHX Text
166
AutoCAD SHX Text
Trachelospermum Jasminodies
AutoCAD SHX Text
CJ
AutoCAD SHX Text
18
AutoCAD SHX Text
Liriope musrari Emerald Goddess
AutoCAD SHX Text
Large Blue Iris
AutoCAD SHX Text
1865
AutoCAD SHX Text
Confederate Jasmine
AutoCAD SHX Text
Iris venisicolor Virginica
AutoCAD SHX Text
323
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Dwarf Simpsons Stopper
AutoCAD SHX Text
GROUNDCOVER amp VINES
AutoCAD SHX Text
High once established
AutoCAD SHX Text
High
AutoCAD SHX Text
High to Medium
AutoCAD SHX Text
Medium
AutoCAD SHX Text
High
AutoCAD SHX Text
Medium to Low
AutoCAD SHX Text
Medium
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
Medium
AutoCAD SHX Text
DROUGHT TOLERANCE
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
NATIVE
AutoCAD SHX Text
Sweet Alyssum
AutoCAD SHX Text
Lobularia maritima
AutoCAD SHX Text
Lilyturf Boarder Grass
AutoCAD SHX Text
1009
AutoCAD SHX Text
Spr 8 Ht 6 1 gallon cont
AutoCAD SHX Text
12 on center Flower white
AutoCAD SHX Text
Medium
AutoCAD SHX Text
No
AutoCAD SHX Text
Spr 6 Ht 10 1 gallon cont
AutoCAD SHX Text
Accent plant 12 on cneter
AutoCAD SHX Text
Vine spacing as shown on dwg
AutoCAD SHX Text
Butterfly Bush Black Knight
AutoCAD SHX Text
Buddleja davidii Black Knight
AutoCAD SHX Text
BFB
AutoCAD SHX Text
76
AutoCAD SHX Text
Medium
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Dwarf Firebush
AutoCAD SHX Text
Harmelia patens compacta
AutoCAD SHX Text
DF
AutoCAD SHX Text
105
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Pickerel Weed
AutoCAD SHX Text
Pontederia cordata
AutoCAD SHX Text
PW
AutoCAD SHX Text
46
AutoCAD SHX Text
Low
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Jatropha Shrub Form
AutoCAD SHX Text
Jatropha intergemima shrub
AutoCAD SHX Text
JC
AutoCAD SHX Text
46
AutoCAD SHX Text
medium to Low
AutoCAD SHX Text
No
AutoCAD SHX Text
NOTES -ALL PLANT MATERIAL MUST BE FLORIDA GRADE 1 -ALL BAREDISTURBED AREAS SHAL BE SODDED WITH BAHIA
AutoCAD SHX Text
PLANT SPACING DETAIL (NO-OFFSET)
AutoCAD SHX Text
NTS
AutoCAD SHX Text
OC SPACING
AutoCAD SHX Text
OC SPACING
AutoCAD SHX Text
ALL SHRUBSGROUNDCOVER TO BE TRIANGULAR SPACING SEE PLANT LIST FOR OC SPACING
AutoCAD SHX Text
12 OC SPACING MIN SETBACK FOR SHRUBS amp GROUNDCOVERS
AutoCAD SHX Text
BACK OF CURB BED LINE
AutoCAD SHX Text
CLEAR TRUNK
AutoCAD SHX Text
CLEAR WOOD
AutoCAD SHX Text
TRUNK SHALL BE STRAIGHT AND
AutoCAD SHX Text
WITHOUT CURVES FREE OF SCARS
AutoCAD SHX Text
BURNMARKS AND BOOTS
AutoCAD SHX Text
3 MULCH LAYER
AutoCAD SHX Text
(3) 2x4x36 WOODEN STAKES
AutoCAD SHX Text
EXISTING UNDISTURBED SOIL
AutoCAD SHX Text
2X4 WOOD BRACE (3 EA MIN)
AutoCAD SHX Text
NAIL TO BATTENS amp STAKES
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
5 (15m) MIN
AutoCAD SHX Text
OF THE ROOTBALL
AutoCAD SHX Text
MIN 3 TIMES THE WIDTH
AutoCAD SHX Text
FERTILIZER TABLETS
AutoCAD SHX Text
AS SPECIFIED PLACE
AutoCAD SHX Text
UNIFORMLY AROUND
AutoCAD SHX Text
ROOT MASS BETWEEN
AutoCAD SHX Text
OF ROOT MASS
AutoCAD SHX Text
MIDDLE AND BOTTOM
AutoCAD SHX Text
TILLED AND LOOSENED
AutoCAD SHX Text
NATIVE SOIL BACKFILL
AutoCAD SHX Text
5 - 2x4x16 WOODEN BATTENS
AutoCAD SHX Text
CONNECTED WITH 2-34 STEEL BANDS
AutoCAD SHX Text
5 LAYERS OF BURLAP
AutoCAD SHX Text
PALM PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
CABBAGE PALMS MAY BE HURRICANE CUT ALL OTHERS MUST HAVE FRONDS TIED WBIODEGRADABLE STRAP OR TWINE
AutoCAD SHX Text
BASE OF LEAF BUD
AutoCAD SHX Text
BASE OF HEARTNUT
AutoCAD SHX Text
OF PALM
AutoCAD SHX Text
OR APPROVED ALTERNATE
AutoCAD SHX Text
WATER RING (6 WIDTH amp HEIGHT) PROVIDING A WATER COLLECTION BASIN
AutoCAD SHX Text
DEPTH OF
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
REMOVE BURLAP AND ALL TIE MATERIAL FROM TYHE TOP 13 OF ROOTBALL
AutoCAD SHX Text
NOTE STAKING amp GUYING REQUIRED FOR PALM IF NECESSARY OR AS DIRECTED BY LANDSCAPE ARCHITECT
AutoCAD SHX Text
Banana Shrub (BS)
AutoCAD SHX Text
Azaleas Florida Flame (AF)
AutoCAD SHX Text
Blue Fortune (BF)
AutoCAD SHX Text
Muhly Grass (MG)
AutoCAD SHX Text
Siver Buttonwood Shrub Form (SBS)
AutoCAD SHX Text
Plumbago (P)
AutoCAD SHX Text
Cape Jasmine (PMG)
AutoCAD SHX Text
Sasanqua Camellias (SC)
AutoCAD SHX Text
Cord Grass (CG)
AutoCAD SHX Text
White Fountain Grass (WFG)
AutoCAD SHX Text
Large Blue Iris (LBI)
AutoCAD SHX Text
Confederate Jasmine (CJ)
AutoCAD SHX Text
Dwarf Simpsons Stopper (DSS)
AutoCAD SHX Text
Sweet Alyssum (SA)
AutoCAD SHX Text
Lilyturf Boarder Grass (EG)
AutoCAD SHX Text
Butterfly Bush Black Knight (BFB)
AutoCAD SHX Text
Dwarf Firebush (DF)
AutoCAD SHX Text
Pickerel Weed (PW)
AutoCAD SHX Text
Jatropha Shrub Form (JS)
AutoCAD SHX Text
GROUNDCOVERS amp VINES
AutoCAD SHX Text
Tea Olive Shrub (TOS)
AutoCAD SHX Text
Lugustrum Shrub Form (LSF)
AutoCAD SHX Text
KEY
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 60 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
varsities to have color year around
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Osmanthus fragans Butter Yellow
AutoCAD SHX Text
TOR
AutoCAD SHX Text
17
AutoCAD SHX Text
Tea Olive Shrub Form
AutoCAD SHX Text
High to Medium
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Ligustrum japonicum
AutoCAD SHX Text
LSF
AutoCAD SHX Text
43
AutoCAD SHX Text
Ligustrum Shrub Form
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Spr 8 Ht 6 1 gallon cont
AutoCAD SHX Text
12 on center Flower white
AutoCAD SHX Text
Medium
AutoCAD SHX Text
No
AutoCAD SHX Text
Spr 8 Ht 10 1 gal cont 18 OC
AutoCAD SHX Text
Blue Fortune
AutoCAD SHX Text
Aqastache
AutoCAD SHX Text
1028
AutoCAD SHX Text
attracts butterfly amp Humming Birds
AutoCAD SHX Text
High Blue flower
AutoCAD SHX Text
Yes

x -- x-- x-- x x (181) BF

- - - 205- -

bull

I

X - X ~ PilIG- x i X x --

(161) BF

0 (26) SC

I bull

(46) BS

(17) BS

X

x -- yx x ----20middots-

I

I I I I

(4) TOS I

(13) TOS I (15) OF

(18)

I I OF I I

X

bull

X

X

I I

TEA OLIVE

CAPE JASMINE

PLAYGROUND AREA SENSORY PLANTS

SIMPSON STOPPER

AZALEAS

SHRUB AND HEDGE PLAN

96

BUTTERFLY BUSH BANANA SHRUB

PLAYGROUND

BLUE FORTUNE

) middot

I I

X

X El

-- I I

PARK BLVD HEDGES

SHRUB AND HEDGE PLAN

POND

MEMORIAL SITE

FIREBUSH LIGUSTRUM

ENTRANCE

MUHLY GRASS FOUNTAIN GRASS

PLUMBAGO BLUE FLAG IRIS PICKERELWEED CORD GRASS

POND PLANTS

97

98

I-

0

Cl

wr--I)

ol l() I)

w () w

c lt(

Oa rmiddot 0

N ~

w 0

_Jo CD

01-zltC

_J -a

w ()

REV DATE REVISION

c z z z c w CD

LL 0

1-z 0 Cl

3HO ~ I ~01 sect r0 I

~0 I Sl I ___

(L

lt I n

1Q lt

I ~

I I I I I I

~ e I l lsi

I I

p lo ~ I ~

1)

I

I I --_ ~ ~ Q

---8) ~

li) I ~ I I ~ If (0

loi bull

I ~

I 2 I I lt I I I I I

I I I 7 _

reg

0

0

PARK BOULEVARD 3 LANES ONE WAY

EAST BOUND

S 873346 E

middot-

frac34 I rmiddot

I

---

3(

~~middotbullmiddot-~middot ~c___e1~frac14--middot --middot_middotmiddot middotn cj middot --bull _ --rmiddot__~ - middot ~r-~~c_____1-deg-~_____1-middotmiddotmiddot~~middotmiddotcc middotccc_middot____

middotmiddot1middotmiddot middot

middot

1

----- -- -+---

---- middot---~ middotmiddot

middot bull -DESIGN MCE

DRAWN MCE

BY CHECKED

11 ~lt--1frac12~middot - - - - L l_ - - - _--+-_ ~o 2 Q

I

I _J

I I I

I m I I I I

- s- - _

bullbull bull

A

A bull

bull

bullbull

bull

bull

bull

bull

s-shy--_s--

_s--

I

1frac14

frac34

- - -

_s--

I

---

---l

13 -2 3 -====----=- 13~3~--- --=-~~-----

SpoundUHOLpound frATpoundRFROHT PARK RRCATOH PLAH

SEMINOLE PINELLAS COUNTY FLORIDA

7------17-----frac34---

middotmiddotmiddot y middotmiddotbullmiddotmiddotmiddot

0

0

I er

L I frac34

I

rmiddot

1

frac34

CJ

-

bull

~ ~ _J

0

_J

lt (L

I

LEROY CHIN FL RLA 0001206

o 20 40 - bull I ---~1

SCALE 1 = 20

+

WORK ORDER NO 2016-32

DATE DECEMBER 7 2020

SCALE 1 = 20

SHEET NO 1 OF 3

X X X X

X

X X X X X X X

X

X X

X

X X

X

X

X X X X X

X

WETLAND

XX

XX

XX

XX

XX

XX

XX

XX

XX

BB

6 530 5 470 11

2 112 130 3

1

2

212 2

2

2

2

210 7 1

XX

2

2

2

2

2 2

212

212

212 2 212

2 212

212

ez

ez

ez ez ez

ez

ez

ez

1

ez

8

9 11

2

169

400

4 11

2500

2 1

235

1002 ME

813 ME

411 ME

380 ME

951 ME

629 ME

637 ME

612 ME

712 ME

617 ME

692 ME

XX

XX

1 530

112

X

10 515

112

17 495

598 18 112

112

X

ws FS rc

ez C

2

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

AutoCAD SHX Text
N 00D4936 E 60586(P)(F)
AutoCAD SHX Text
S 87D3346 E 46688(P)(F)
AutoCAD SHX Text
5495(P)
AutoCAD SHX Text
S 01D0111 W(P)
AutoCAD SHX Text
10
AutoCAD SHX Text
10
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
14
AutoCAD SHX Text
14
AutoCAD SHX Text
AP CLUSTER
AutoCAD SHX Text
7AP
AutoCAD SHX Text
7AP
AutoCAD SHX Text
4AP
AutoCAD SHX Text
5AP
AutoCAD SHX Text
5AP
AutoCAD SHX Text
12AP
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
8PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
6PINE
AutoCAD SHX Text
W
AutoCAD SHX Text
TSP
AutoCAD SHX Text
SPEED LIMIT
AutoCAD SHX Text
W
AutoCAD SHX Text
45MP
AutoCAD SHX Text
45MP
AutoCAD SHX Text
MH
AutoCAD SHX Text
MH
AutoCAD SHX Text
P A R K B O U L E V A R D
AutoCAD SHX Text
S E M I N O L E H O M E D E P O T
AutoCAD SHX Text
PLAT BOOK 120 PAGES 35-37
AutoCAD SHX Text
PART OF LOT 19
AutoCAD SHX Text
PINELLAS GROVES
AutoCAD SHX Text
PLAT BOOK 1 PAGE 55
AutoCAD SHX Text
2 CC
AutoCAD SHX Text
POINT OF BEGINNING
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
3 LANES ONE WAY
AutoCAD SHX Text
EAST BOUND
AutoCAD SHX Text
MH
AutoCAD SHX Text
MH
AutoCAD SHX Text
7
AutoCAD SHX Text
17
AutoCAD SHX Text
27
AutoCAD SHX Text
40
AutoCAD SHX Text
7
AutoCAD SHX Text
-3
AutoCAD SHX Text
-23
AutoCAD SHX Text
-33
AutoCAD SHX Text
-13
AutoCAD SHX Text
27
AutoCAD SHX Text
17
AutoCAD SHX Text
7
AutoCAD SHX Text
40
AutoCAD SHX Text
40
AutoCAD SHX Text
27
AutoCAD SHX Text
17
AutoCAD SHX Text
7
AutoCAD SHX Text
-3
AutoCAD SHX Text
-13
AutoCAD SHX Text
-23
AutoCAD SHX Text
-33
AutoCAD SHX Text
S
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
e
AutoCAD SHX Text
EHH
AutoCAD SHX Text
g
AutoCAD SHX Text
g
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
t
AutoCAD SHX Text
w
AutoCAD SHX Text
W
AutoCAD SHX Text
S
AutoCAD SHX Text
11935(P)
AutoCAD SHX Text
S 87D3346 E(P)
AutoCAD SHX Text
S 15D2031 E 23110(P)
AutoCAD SHX Text
R
AutoCAD SHX Text
S
AutoCAD SHX Text
L
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
R
AutoCAD SHX Text
S
AutoCAD SHX Text
L
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
4
AutoCAD SHX Text
4
AutoCAD SHX Text
4
AutoCAD SHX Text
4
AutoCAD SHX Text
ir
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
C
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
L
AutoCAD SHX Text
R
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
M
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
30
AutoCAD SHX Text
30
AutoCAD SHX Text
30
AutoCAD SHX Text
25
AutoCAD SHX Text
15
AutoCAD SHX Text
25
AutoCAD SHX Text
30
AutoCAD SHX Text
20
AutoCAD SHX Text
30
AutoCAD SHX Text
30
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
L
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
DECEMBER 7 2020
AutoCAD SHX Text
1 = 20
AutoCAD SHX Text
1
AutoCAD SHX Text
3
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
IRRIGATION PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
MCE
AutoCAD SHX Text
MCE
AutoCAD SHX Text
-
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
20
AutoCAD SHX Text
40
AutoCAD SHX Text
20
AutoCAD SHX Text
N
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206

99

i I I I I l I I I P I

2

I~

I I I I 8)

I I I

I I I I I I I I I

o I

2

1

-2frac12 I 0 ltAUJCJ ---tj

----E------frac12-YII

t~ I

__j I

I

I I

1frac14 12

I lltj I i

r--

~

Etl Ii l lipoundl ~ ES LCS RCS CS SS

181 lal Im llI Q T H F

1w Im Im Im 1w Im OTHTTTQF

~ [snm ~ mi OTHTTTOF

m w Q H

il[Q] 6D 14011402 14041408

1

----

DESIGN MCE

o--+----+-----------------1----ltDRAWN MCE

REV DATE REVISION BY CHECKED

-

~

0

-------

__ frac34

0

~

-middot

BAYOU

A __

A bull

TRACT A GRANDE TOWNHOME COMMUNITY TRACT A

PLAT BOOK 129 PAGE 93

bull

-~ ---

J

reg

Q

0

0

0 ir ri

V

---- _

- - --~ d _J ~==- - ---~~r--- ------------ ---

N 87160if W _ 70 648V(P) - ---

1111111111111111

SpoundUHOLpound frATpoundRFROHT PARK RRCATOH PLAH

SEMINOLE PINELLAS COUNTY FLORIDA

--- ---

--- ---

I

I 1

I I

I I

J I

I

I J

j I _ I

J

I J

I (

-gt

I I - - - 7 ----I j I

I I I

I I

I I I

I I I I

I I

I

I I

I

I I

frac12 I

I

I

I I

I I J _

I 0 (

I lt ~

I

LEROY CHIN FL RLA 0001206

-- o 20

111- --- I

() 0 zw I- 0 ltC 0 OltC J CD LL ~

I- 1-u - l-o CD I- 0 (J zlshyo u

SCALE 1 =

z

40

I 20

(

l C

bull

-bull

bull bull C

bull C

(

-

WORK ORDER NO 2016-32

DATE DECEMBER 7 2020

SCALE 1 = 20

SHEET NO 2 OF 3

X X

X X

X X

X X

X X

X X

X X

X

PICN

ICAR

EA

WETLAND

XX

XX

X

424 1111

2

342 1211

2

14 430 558 1311

211 539 1511

22

16 370

11 2

2

IRRIGATION SCHEDULE

SYMBOL MANUFACTURERMODELDESCRIPTION

Hunter PROS-12-PRS30 5` strip spray Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 8` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 10` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 12` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 15` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 17` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 Adjustable Arc Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Rain Bird 1800-1400 Flood 1401 Fixed flow rate (025-20GPM) full circle bubbler 12 FIPT

SYMBOL MANUFACTURERMODELDESCRIPTION

Hunter I-20-00-PRB Shrub Rotor Fixed Riser Adjustable and Full Circle Plastic Riser Drain Check Valve Standard Nozzle

Hunter I-20-00-PRB Shrub Rotor Fixed Riser Adjustable and Full Circle Plastic Riser Drain Check Valve Standard Nozzle

Hunter I-20-00-PRB Shrub Rotor Fixed Riser Adjustable and Full Circle Plastic Riser Drain Check Valve Standard Nozzle

Hunter I-20-00-PRB Shrub Rotor Fixed Riser Adjustable and Full Circle Plastic Riser Drain Check Valve Standard Nozzle

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

A amp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

IRRIGATION SCHEDULE (controls amp pipe) SYMBOL MANUFACTURERMODELDESCRIPTION

Hunter ICV-G w PVC Ball Valve 1 1-12 2 and 3 Plastic Electric Remote Control Valves Globe Configuration with NPT Threaded InletOutlet

Matco-Norca 514TX 12-4 Brass Gate Valve Full Port with Solid Wedge IPS Cross Handle Same size as mainline pipe

Hunter ICV-G-FS 2 1 1-12 2 and 3 Plastic Electric Master Valve Globe Configuration with NPT Threaded InletOutlet for CommercialMunicipal Use With Filter Sentry

Hunter I2C-0800-PL with EZ-DM Decoder Module 8 Station Outdoor Modular Controller with Decoder Module 54 station capacity Plastic Cabinet

Hunter EZ-1 Decoder 1-Station EZ Decoder

Hunter ROAMXL-KIT Transmitter and Receiver Roam Remote allows for controller operation up to 2 miles Large-Scale Sites SmartPort wiring harness included

Hunter WSS-SEN Wireless Solar rain freeze sensor with outdoor interface install as noted Includes gutter mount bracket Module not included

Hunter HFS-200 Flow Sensor for use with ACC controller 2 Schedule 40 Sensor Body 24 VAC 2 amp

Existing Water Meter and Backflow Device 60 GPM at 60 PSI Required at discharge of Backflow Device - Field Verify

Irrigation Lateral Line PVC Schedule 40

Irrigation Mainline PVC Schedule 40

Pipe Sleeve PVC Schedule 40

ez

ez

ez ez

ez

rc

ws

FS

2

2

2

2

ez ez

ez

ez

766 ME

761 ME

770 ME

755 ME

212

2

2

743 ME

745 ME

C

AutoCAD SHX Text
N 87D1600 W 64827(P)
AutoCAD SHX Text
10
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
5PINE
AutoCAD SHX Text
6PINE
AutoCAD SHX Text
PED
AutoCAD SHX Text
SPEED LIMIT
AutoCAD SHX Text
W
AutoCAD SHX Text
STOP
AutoCAD SHX Text
TRACT A
AutoCAD SHX Text
BAYOU GRANDE TOWNHOME COMMUNITY TRACT A
AutoCAD SHX Text
PLAT BOOK 129 PAGE 93
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
60
AutoCAD SHX Text
50
AutoCAD SHX Text
50
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
50
AutoCAD SHX Text
45
AutoCAD SHX Text
70
AutoCAD SHX Text
41
AutoCAD SHX Text
41
AutoCAD SHX Text
45
AutoCAD SHX Text
60
AutoCAD SHX Text
50
AutoCAD SHX Text
45
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
70
AutoCAD SHX Text
70
AutoCAD SHX Text
45
AutoCAD SHX Text
50
AutoCAD SHX Text
50
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
CONSTRUCT FLOATING TURBITITY BARRIER
AutoCAD SHX Text
S 01D1244 W 33405(P)
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
E
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
E
AutoCAD SHX Text
C
AutoCAD SHX Text
L
AutoCAD SHX Text
R
AutoCAD SHX Text
E
AutoCAD SHX Text
C
AutoCAD SHX Text
L
AutoCAD SHX Text
R
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
R
AutoCAD SHX Text
L
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
2 12
AutoCAD SHX Text
2 12
AutoCAD SHX Text
1 12
AutoCAD SHX Text
34
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
2 12
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
DECEMBER 7 2020
AutoCAD SHX Text
1 = 20
AutoCAD SHX Text
2
AutoCAD SHX Text
3
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
IRRIGATION PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
MCE
AutoCAD SHX Text
MCE
AutoCAD SHX Text
-
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
20
AutoCAD SHX Text
40
AutoCAD SHX Text
20
AutoCAD SHX Text
N
AutoCAD SHX Text
M
AutoCAD SHX Text
ir
AutoCAD SHX Text
Valve Number
AutoCAD SHX Text
Valve Size
AutoCAD SHX Text
Valve Flow
AutoCAD SHX Text
Valve Callout
AutoCAD SHX Text
AutoCAD SHX Text
AutoCAD SHX Text
AutoCAD SHX Text
ES
AutoCAD SHX Text
CS
AutoCAD SHX Text
SS
AutoCAD SHX Text
RCS
AutoCAD SHX Text
LCS
AutoCAD SHX Text
E
AutoCAD SHX Text
L
AutoCAD SHX Text
R
AutoCAD SHX Text
C
AutoCAD SHX Text
S
AutoCAD SHX Text
F
AutoCAD SHX Text
H
AutoCAD SHX Text
T
AutoCAD SHX Text
Q
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
Q
AutoCAD SHX Text
T
AutoCAD SHX Text
H
AutoCAD SHX Text
F
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
Q
AutoCAD SHX Text
T
AutoCAD SHX Text
H
AutoCAD SHX Text
TT
AutoCAD SHX Text
TQ
AutoCAD SHX Text
F
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
Q
AutoCAD SHX Text
T
AutoCAD SHX Text
H
AutoCAD SHX Text
TT
AutoCAD SHX Text
TQ
AutoCAD SHX Text
F
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
H
AutoCAD SHX Text
Q
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
4
AutoCAD SHX Text
6
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
1408
AutoCAD SHX Text
1404
AutoCAD SHX Text
1402
AutoCAD SHX Text
1401
AutoCAD SHX Text
15
AutoCAD SHX Text
20
AutoCAD SHX Text
25
AutoCAD SHX Text
30

100

PVC SCH 80 TxT 90 ELL PVC SCH 80 TOE NIPPLE ------~ PVC SCH 80 MALE ADP ------shy

REMOTE CONTROL VALVE ---CENTERED IN OPENING

12 RECT VALVE BOX --

VALVE ID TAG ------1f H11__ ii

WIRE CONNECTORS-------11

3 GRAVEL SUMP~~~ bullbull bull BALL VALVE _________ __J

PVC SCH 80 NIPPLE

CONTROL WIRES

PVC MAIN LINE-------~ SCH 40 PVC FITTING ---------~

REMOTE CONTROL VALVE

EDP CURB WALK OR BEDLINE

FINISH GRADE -~

POP-UP SPRAY HEAD

SCH 40 PVC STREET ELL

SCH 40 PVC FITTING ON LATERAL LINE

6 min bullbull

PVC IPS FLEX PIPE 18 MIN

TURF SPRAY HEAD PROVIDE 12 MIN SPACE BETWEEN ALL

SPRINKLER HEADS AND ANY WALL OR STRUCTURE

bull bull bull ~

SCH 40 PVC MALE ADP -~-LJ

1 2 SCH 40 PVC PIPE SCH 40 PVC ELL

SCH40 PVC FITTIN~ TO LATERAL LINE

a L FINISH GRADE

5 REBAR STAKE L1NGTH A~ REQD

MIN 24 BELOW GRADE

u2 KAF-FLEX PVC HOSE - 18 MIN

SHRUB SPRAY HEAD PROVIDE 12 MIN SPACE BETWEEN ALL

SPRINKLER HEADS AND ANY WALL OR STRUCTURE

4

DESIGN

--+-----+-----------------1----DRAWN

REV DATE REVISION BY CHECKED

1 O ROUND -----shyVALVE PIT

N ~

MCE

MCE

FINISH GRADE

T-113 ____ _____ GATE VALVE

1 O PVC SLEEVE

SCH 40 PVC ----fft-shyMALE ADAPTER

111-o- -----Yll11= _

j tri~fft~fttli~ PVC MAIN LINE

~--FABRIC LINED 3 GRAVEL SUMP

ISOLATION GATE VALVE VALVE TO BE CENTERED IN THE VALVE BOX

EDP CURB WALK OR BEDLINE ------~

FINISH GRADE --~

POP-UP GEAR ROTOR __ __

SCH 40 PVC STREET ELL

[

SCH 40 PVC FITTING ON LATERAL LINE

6 min ----~-i middotmiddot ti

PVC IPS FLEX PIPE 18 MIN

TURF ROTOR HEAD PROVIDE 12 MIN SPACE BETWEEN ALL

SPRINKLER HEADS AND ANY WALL OR STRUCTURE

rn ( () bullbull1-~~ NYLON TIES LANT MATERIAL

12 POP-UP SHRUB ROTOR

J JJ

bullbull

SCH 40 PVC MALE ADP -~-LJ

34 SCH 40 PVC PIPE-~

SCH 40 PVC ELL---~

SCH40 PVC FITTING TO LATERAL LINE

L FINISH GRADE

5 REBAR STAKE LENGTH A~ REQD

MIN 24 BELOW GRADE

~3 4 KAF -FLEX PVC u HOSE - 18 MIN

SHRUB ROTOR HEAD PROVIDE 12 MIN SPACE BETWEEN ALL

SPRINKLER HEADS AND ANY WALL OR STRUCTURE

1 O ROUND----~ VALVE PIT

FINISH GRADE DECODER CABLE

--48 LOOP OF CABLE

FUSE (DCFD) --I-

10 PVC SLEEVE~

90 SWEEP ELL _____

SCH 80 CONDUIT j 00

o oo0 d 0 0 o iasOoOo Do lo~ 1sim~ 0~1 0

bull00bullgt~ bllrlf DECODER CABLE

3 GRAVEL SUMP

LANDSCAPE FABRIC

CABLE SPLICE BOX

--------TREE

F BUBBLER

1 12_~~~- ADAPTER

- middot -- - middot- -~---bull 0 -

t middot

~ FLEX PIPE

LATERAL LINE TEE J TREE BUBBLER

INSTALL FLEX PIPE (LOCATION AND DEPTH) TO BE PROTECTED FROM MAINTENANCE OPERATIONS (EDGING MOWING)

6

COUTSIDE WALL_)

G

2

G) IRRIGATION CONTROLLER

0 15-INCH PVC SCH 40 CONDUIT AND FITTINGS

0 DECODER CABLES

0 JUNCTION BOX

reg 1 -INCH PVC SCH 40 CONDUIT AND FITTINGS TO POWER SUPPLY

0 BARE COPPER GROUND WIRE FROM GROUNDING ROD PLATE

IRRIGATION CONTROLLER

12

TOP VI EW ~

COPPER GROUND PLATE-~ i~ ( 4 X 96 X 0625) 0 0+ 6 AWG SOLID

BAIIR_tEc__LC_cOl_c_PcP-degE_R _IWfl_ll_tltRE~~efp ELECTRODE SPHERE OF INFLUENCE

CONTROLLER ---~c~jT~1~0~~~~~ ~NDARIES CONCRETE PAD______ ~ -i__8 ~

---i

6 AWG SOLID BARE COPPER WIRE

DO NOT INSTALL ANY OTHER WIRES OR CABLE WITHIN THE SPHERE OF INFLUENCE

SIDE VIEW CONTROLLER

CONCRETE PAD

middot

JO MIN

PVC SWEEP ELL (1 1 2 OR LARGER)

5 AWG SOLID BARE EARTH CONTACT MATERIAL

COPPER WIRES 100 lbs min

GROUND PLATE MIN 8 FROM CONT

MINIMUM ACCEPTABLE RESISTANCE TO GROUND IS 15 OHMS USE ADDITIONAL GROUND PLATES OR GROUND RODS AS NEEDED

CONTROLLER GROUNDING

PROVIDE DIMENSIONS FROM PERMANENT FIXED OBJECTS ANO DEPTH OF COVER ON ALL MAINLINE AND SLEEVES BLDG

PROVIDE DIMENSIONS FROM TWO PERMANENT FIXED

VALVE 16 I

4 FROM SIDEWALK- - L ~ 10 FROM CORNER--f--i------t-1

OBJECTS FOR ALL VALVES SPLICE BOXES STUB-OUTS AND EARTH GROUNDS OF BLDG

1 f

SIDEWALK I LINES DRAWN FROM THE THE DIMENSIONED ITEM TO THE TWO REFERENCE OBJECTS SHOULD BE PERPENDICULAR TO EACH OTHER

3 SLEEVE-24 BELOW GRADE

5 FROM EOP 7 - I

bull b

I I

4 SLEEVE-I 24 BELOW GRADE

PAVEMENT I yen-IB-f

I I I

SPLICE BOX I 2 MAINLINE LIGHTPOLE I LtJ 15 FROM BOC f I 24 BELOW GRADEJ_ ~ I

17 FROM CORNER -16 FROM BOC i( - 26 - 7i -- ~---__ ____ __J_

I- 9 --VALVE 21 11 FROM BOC

BOC

_j EOP

FROM BOC I 26 FROM LIGHTPOLE

I

I ROADWAY

AS BUILT TYPICAL

SpoundUHOLpound frATpoundRFROHT PARK RRCATOH lJpoundTALS

SEMINOLE PINELLAS COUNTY FLORIDA

WORK ORDER NO 2016-32

DATE DECEMBER 7 2020

SCALE NTS

LEROY CHIN FL RLA 0001206 SHEET NO 3 OF 3

IRRIGATION NOTES 1 Irrigation system design requirements 60 GPM a minimum of 60 PSI at the point of connection The Irrigation Contractor

shall verify the available GPM and PSI prior to installation of the system

2 Do not willfully install the irrigation system as shown on the drawings when it is obvious in the field that conditions exist that might not have been considered in the design process For example obstructions grade differences water levels dimensional differences etc Refer to the Landscape Plan to avoid conflicts with proposed trees or shrubs

3 Piping may sometimes be indicated as being located in unlikely areas ie under buildings or pavement outside of property lines in lakes or ditches etc This is done for graphic clarity only Whenever possible piping is to be installed in open green areas

4 If required the Irrigation Contractor shall provide the necessary Right of Way use permits

5 Pipe sizes shall conform to those on the drawings Substituting with smaller pipe sizes will not be permitted

6 Mainline is to be installed with a minimum of 24 depth of cover Lateral lines are to be installed with a minimum of 12 depth of cover

7 Unless otherwise indicated all sleeves are to be PVC Sch 40 and two (2) nominal sizes larger than the pipe to be sleeved For example The sleeve for a 2 pipe shall be 3 No irrigation sleeve shall be smaller than 2

8 Wherever practical install valves in mulched beds andor out of high traffic areas All valves flush valves and wire splices shall be installed in Rain Bird wide flanged structural foam plastic valves boxes as follows

Remote Control Valves VB-STD (16w x 21l x 12h) std rect box Isolation Gate Valves VB-7RND (9dia x 9h) 7 round box Wire Splices VB-10RND (13dia x 10h) 10 round box

9 The bottom and sides of the valve boxes shall be lined with landscape fabric Install a 3 deep bed of gravel on the landscape fabric to create a drainage sump

10 Refer to Valve Designation Symbols for controller station number and designed flow rate for each remote control valve

11 The two-wire path between the controller and the decoders shall be two (2) UL Listed single strand type UF 600 Volt control cables (12-1 AWG) Use one (1) RED and one (1) BLUE colored wire to match color coded connections on the Decoders Maximum distance from the controller to the furthest decoder shall be 1500 Install ALL Decoder Cable in a 1 PVC conduit

12 All Decoders shall be installed in the valve box along with the solenoid that they are connected to

13 All splices to the control wiring shall be made with 3M DB_6 600 volt UL Listed direct bury splice kits Use yellow or red kits as needed

14 All pop-up sprinkler heads shall be installed level and flush to grade Mount all sprinklers on flexible connections as follows

12 inlet spray heads 18 of Heavy Wall PVC IPS Hose 34 inlet rotor heads 18 of Heavy Wall PVC IPS Hose

15 The tops of all shrub sprinklers shall be installed 12 above the height of the surrounding plant material For plant heights of 12 or more support the riser with a 5 rebar stake and nylon cable ties All risers shall be placed a minimum of 12 from any sidewalk edge of pavement or structure

16 Location of all sprinkler heads shall be site adjusted to minimize water overthrow onto building surfaces and walkways Throttle valves on spray zones as required to prevent fogging

17 Exact controller location(s) shall be coordinated with an Owners Representative prior to installation Unless otherwise stated the General Contractor shall provide 110 volt power to the controller location(s) The Irrigation Contractor is responsible for the connection from the power source to the controller(s) For outdoor mounted controllers the 110 volt service to the irrigation controller shall be in conduit All 110 volt electrical work shall meet Local Code

18 At each irrigation controller install a secondary surge arrester to the incoming (120 volt) power supply (Intermatic AG2401 or equal)

19 At each irrigation controller install an supplementary earth ground grid with a minimum of two (2) 4 x 96 grounding plates Test the resistance to earth per NFPA Standard 780 A acceptable earth ground should have 10 ohms or less resistance Use more plates or grounding rods as needed to achieve the desired resistance reading

20 The wireless rain shutoff device shall be installed to meet local codes andor minimum manufacturers recommendations Obstructions vandalism and ease of service shall be considered in locating the device

21 The IRRIGATION CONTRACTOR shall prepare an AS-BUILT drawing on reproducible paper detailing the actual installation of the irrigation system The AS-BUILT drawings shall locate all main line piping control wires wire splices sleeves and valves by showing exact measurements from permanent features (buildings edge of pavement power poles fire hydrants etc) Include depth of cover on mainline and sleeves

22 No product substitutions will be permitted without the written permission of the Owners Representative Irrigation Contractor to provide submittals to the Owners Representative for approval prior to installation

23 Any other equipment required that is not other wise detailed or specified shall be installed as per manufacturers recommendations and local code

WATER USE NOTE THIS SYSTEM IS DESIGNED TO APPLY 75 OF WATER TO THE IRRIGATED AREA RUNNING EACH ZONE NO MORE THAN ONCE PER WEEK WHILE OPERATING DURING THE ALLOWED TIME SLOTS FOUR DAYS PER WEEK

THIS SYSTEM MAY REQUIRE A VARIANCE FROM THE WATER MANAGEMENT DISTRICT TO OPERATE UNDER CURRENT OR FUTURE WATERING RESTRICTIONS

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

AutoCAD SHX Text
LEROY CHIN FL RLA 0001206
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
DECEMBER 7 2020
AutoCAD SHX Text
NTS
AutoCAD SHX Text
3
AutoCAD SHX Text
3
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
IRRIGATION DETAILS
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
MCE
AutoCAD SHX Text
MCE
AutoCAD SHX Text
-
AutoCAD SHX Text
34 SCH 40 PVC PIPE
AutoCAD SHX Text
SCH 40 PVC MALE ADP
AutoCAD SHX Text
USHRUB ROTOR HEAD
AutoCAD SHX Text
uTURF SPRAY HEAD
AutoCAD SHX Text
USHRUB SPRAY HEAD
AutoCAD SHX Text
12 SCH 40 PVC PIPE
AutoCAD SHX Text
SCH40 PVC FITTING
AutoCAD SHX Text
TO LATERAL LINE
AutoCAD SHX Text
SCH 40 PVC ELL
AutoCAD SHX Text
12 POP-UP SHRUB HEAD
AutoCAD SHX Text
SCH 40 PVC MALE ADP
AutoCAD SHX Text
MIN 24 BELOW
AutoCAD SHX Text
HOSE - 18 MIN
AutoCAD SHX Text
12 KAF-FLEX PVC
AutoCAD SHX Text
GRADE
AutoCAD SHX Text
SCH40 PVC FITTING
AutoCAD SHX Text
TO LATERAL LINE
AutoCAD SHX Text
LENGTH AS REQD
AutoCAD SHX Text
5 REBAR STAKE
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
12 POP-UP SHRUB ROTOR
AutoCAD SHX Text
SCH 40 PVC ELL
AutoCAD SHX Text
uTURF ROTOR HEAD
AutoCAD SHX Text
PLANT MATERIAL
AutoCAD SHX Text
NYLON TIES
AutoCAD SHX Text
POP-UP SPRAY HEAD
AutoCAD SHX Text
SCH 40 PVC FITTING
AutoCAD SHX Text
ON LATERAL LINE
AutoCAD SHX Text
SCH 40 PVC STREET ELL
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
EOP CURB WALK OR BEDLINE
AutoCAD SHX Text
POP-UP GEAR ROTOR
AutoCAD SHX Text
SCH 40 PVC FITTING
AutoCAD SHX Text
SCH 40 PVC STREET ELL
AutoCAD SHX Text
ON LATERAL LINE
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
EOP CURB WALK OR BEDLINE
AutoCAD SHX Text
MIN 24 BELOW
AutoCAD SHX Text
34 KAF-FLEX PVC
AutoCAD SHX Text
HOSE - 18 MIN
AutoCAD SHX Text
GRADE
AutoCAD SHX Text
LENGTH AS REQD
AutoCAD SHX Text
5 REBAR STAKE
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
PLANT MATERIAL
AutoCAD SHX Text
NYLON TIES
AutoCAD SHX Text
18 MIN
AutoCAD SHX Text
PVC IPS FLEX PIPE
AutoCAD SHX Text
18 MIN
AutoCAD SHX Text
PVC IPS FLEX PIPE
AutoCAD SHX Text
PROVIDE 12 MIN SPACE BETWEEN ALL
AutoCAD SHX Text
SPRINKLER HEADS AND ANY WALL OR STRUCTURE
AutoCAD SHX Text
PROVIDE 12 MIN SPACE BETWEEN ALL
AutoCAD SHX Text
SPRINKLER HEADS AND ANY WALL OR STRUCTURE
AutoCAD SHX Text
PROVIDE 12 MIN SPACE BETWEEN ALL
AutoCAD SHX Text
SPRINKLER HEADS AND ANY WALL OR STRUCTURE
AutoCAD SHX Text
PROVIDE 12 MIN SPACE BETWEEN ALL
AutoCAD SHX Text
SPRINKLER HEADS AND ANY WALL OR STRUCTURE
AutoCAD SHX Text
EOP CURB WALK
AutoCAD SHX Text
OR BEDLINE
AutoCAD SHX Text
EOP CURB WALK
AutoCAD SHX Text
OR BEDLINE
AutoCAD SHX Text
UTREE BUBBLER
AutoCAD SHX Text
LATERAL LINE TEE
AutoCAD SHX Text
12 MALE ADAPTER
AutoCAD SHX Text
BUBBLER
AutoCAD SHX Text
TREE
AutoCAD SHX Text
FLEX PIPE
AutoCAD SHX Text
INSTALL FLEX PIPE (LOCATION AND DEPTH) TO BE PROTECTED FROM MAINTENANCE OPERATIONS (EDGING MOWING)
AutoCAD SHX Text
PVC SWEEP ELL (1 12 OR LARGER)
AutoCAD SHX Text
6 AWG SOLID BARE COPPER WIRES
AutoCAD SHX Text
GROUND PLATE
AutoCAD SHX Text
EARTH CONTACT MATERIAL 100 lbs min
AutoCAD SHX Text
ELECTRODE SPHERE OF INFLUENCE BOUNDARIES
AutoCAD SHX Text
COPPER GROUND PLATE (4 X 96 X 0625)
AutoCAD SHX Text
DO NOT INSTALL ANY OTHER WIRES OR CABLE WITHIN THE SPHERE OF INFLUENCE
AutoCAD SHX Text
CONTROLLER
AutoCAD SHX Text
SIDE VIEW
AutoCAD SHX Text
CONCRETE PAD
AutoCAD SHX Text
6 AWG SOLID BARE COPPER WIRE
AutoCAD SHX Text
6 AWG SOLID BARE COPPER WIRE
AutoCAD SHX Text
C
AutoCAD SHX Text
TOP VIEW
AutoCAD SHX Text
UCONTROLLER GROUNDING
AutoCAD SHX Text
CONTROLLER
AutoCAD SHX Text
CONCRETE PAD
AutoCAD SHX Text
MIN 8 FROM CONT
AutoCAD SHX Text
MINIMUM ACCEPTABLE RESISTANCE TO GROUND IS 15 OHMS USE ADDITIONAL GROUND PLATES OR GROUND RODS AS NEEDED
AutoCAD SHX Text
UCABLE SPLICE BOX
AutoCAD SHX Text
3 GRAVEL SUMP
AutoCAD SHX Text
SCH 80 CONDUIT
AutoCAD SHX Text
VALVE PIT
AutoCAD SHX Text
10 ROUND
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
10 PVC SLEEVE
AutoCAD SHX Text
LANDSCAPE FABRIC
AutoCAD SHX Text
DECODER CABLE
AutoCAD SHX Text
DECODER CABLE FUSE (DCFD)
AutoCAD SHX Text
48 LOOP OF CABLE
AutoCAD SHX Text
90 SWEEP ELL
AutoCAD SHX Text
uISOLATION GATE VALVE
AutoCAD SHX Text
T-113
AutoCAD SHX Text
10 PVC SLEEVE
AutoCAD SHX Text
MALE ADAPTER
AutoCAD SHX Text
SCH 40 PVC
AutoCAD SHX Text
PVC MAIN LINE
AutoCAD SHX Text
GATE VALVE
AutoCAD SHX Text
VALVE PIT
AutoCAD SHX Text
10 ROUND
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
FABRIC LINED
AutoCAD SHX Text
VALVE TO BE CENTERED IN THE VALVE BOX
AutoCAD SHX Text
3 GRAVEL SUMP
AutoCAD SHX Text
AND FITTINGS
AutoCAD SHX Text
IRRIGATION CONTROLLER
AutoCAD SHX Text
5
AutoCAD SHX Text
4
AutoCAD SHX Text
AND FITTINGS TO POWER SUPPLY
AutoCAD SHX Text
1-INCH PVC SCH 40 CONDUIT
AutoCAD SHX Text
JUNCTION BOX
AutoCAD SHX Text
15-INCH PVC SCH 40 CONDUIT
AutoCAD SHX Text
5
AutoCAD SHX Text
4
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
3
AutoCAD SHX Text
3
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
OUTSIDE WALL
AutoCAD SHX Text
DECODER CABLES
AutoCAD SHX Text
uIRRIGATION CONTROLLER
AutoCAD SHX Text
6
AutoCAD SHX Text
BARE COPPER GROUND WIRE
AutoCAD SHX Text
FROM GROUNDING ROD PLATE
AutoCAD SHX Text
6
AutoCAD SHX Text
UAS BUILT TYPICAL
AutoCAD SHX Text
BLDG
AutoCAD SHX Text
PAVEMENT
AutoCAD SHX Text
SIDEWALK
AutoCAD SHX Text
EOP
AutoCAD SHX Text
3 SLEEVE
AutoCAD SHX Text
24 BELOW GRADE
AutoCAD SHX Text
5 FROM EOP
AutoCAD SHX Text
LIGHTPOLE
AutoCAD SHX Text
4 SLEEVE
AutoCAD SHX Text
24 BELOW GRADE
AutoCAD SHX Text
18
AutoCAD SHX Text
16 FROM BOC
AutoCAD SHX Text
9 FROM BOC
AutoCAD SHX Text
24 BELOW GRADE
AutoCAD SHX Text
BOC
AutoCAD SHX Text
ROADWAY
AutoCAD SHX Text
10 FROM CORNER OF BLDG
AutoCAD SHX Text
VALVE 16 4 FROM SIDEWALK
AutoCAD SHX Text
VALVE 21 11 FROM BOC 26 FROM LIGHTPOLE
AutoCAD SHX Text
26
AutoCAD SHX Text
S
AutoCAD SHX Text
SPLICE BOX 15 FROM BOC 17 FROM CORNER
AutoCAD SHX Text
17
AutoCAD SHX Text
2 MAINLINE
AutoCAD SHX Text
PROVIDE DIMENSIONS FROM PERMANENT FIXED OBJECTS AND DEPTH OF COVER ON ALL MAINLINE AND SLEEVES
AutoCAD SHX Text
PROVIDE DIMENSIONS FROM TWO PERMANENT FIXED OBJECTS FOR ALL VALVES SPLICE BOXES STUB-OUTS AND EARTH GROUNDS LINES DRAWN FROM THE THE DIMENSIONED ITEM TO THE TWO REFERENCE OBJECTS SHOULD BE PERPENDICULAR TO EACH OTHER
AutoCAD SHX Text
PVC MAIN LINE
AutoCAD SHX Text
SCH 40 PVC FITTING
AutoCAD SHX Text
uREMOTE CONTROL VALVE
AutoCAD SHX Text
CENTERED IN OPENING
AutoCAD SHX Text
PVC SCH 80 TxT 90 ELL
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
CONTROL WIRES
AutoCAD SHX Text
3 GRAVEL SUMP
AutoCAD SHX Text
PVC SCH 80 NIPPLE
AutoCAD SHX Text
12 RECT VALVE BOX
AutoCAD SHX Text
REMOTE CONTROL VALVE
AutoCAD SHX Text
PVC SCH 80 MALE ADP
AutoCAD SHX Text
BALL VALVE
AutoCAD SHX Text
PVC SCH 80 TOE NIPPLE
AutoCAD SHX Text
WIRE CONNECTORS
AutoCAD SHX Text
12
AutoCAD SHX Text
VALVE ID TAG
  • Project Manual Bid Documents
    • August 25 2021
      • INVITATION TO BID
        • INSTRUCTION TO BIDDERS
          • 2 Copies of Bid Documents
          • 3 Qualification of Bidders
            • BID FORMS
              • Waterfront Park Landscape and Irrigation Project
                • BID BOND
                  • Waterfront Park Landscape and Irrigation Project
                  • Quantitiesspecies subject to change
                      • IRRIGATION SCHEDULE C
                        • Total Cost to include all labor and material to install irrigation system according to the irrigation plans sheets 1 - 3
                          • BID SCHEDULE D (Summary)
                            • Schedule Amount
                              • Total
                                • STATEMENT OF BIDDERS QUALIFICATIONS
                                • CONSTRUCTION AGREEMENT
                                • Exhibit A
                                • PAYMENT BOND
                                • CERTIFICATE OF INSURANCE
                                • Notice to Proceed
                                • Change Order Form
                                  • In the space below itemize the change that is requested for the project and the total cost required to complete the requested change in contracted amount attach any contributing documentation as applicable
                                  • Contractor
                                  • Attest
                                  • Total Amount to be Retained Pending Final Completion $
                                  • City of Seminole
                                    • FINAL RECEIPT AND RELEASE
                                      • Project Waterfront Park Landscape and Irrigation Project
                                      • Section 01000
                                      • End of Section
                                      • Section 01010 Summary of Work
                                      • Waterfront Park Landscape and Irrigation Project
                                      • A Contact all affected agencies at least two (2) weeks prior to start of construction
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • Section 01510 Temporary Utilities
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                          • Waterfront Park Landscape and Irrigation Project Public Noticepdf
                                            • TITLE WATERFRONT PARK LANDSCAPE AND IRRIGATION PROJECT
                                            • ldquoSEALED BIDrdquo ldquoDO NOT OPENrdquo
                                              • Waterfront Park Landscape and Irrigation Project Public Noticepdf
                                                • TITLE WATERFRONT PARK LANDSCAPE AND IRRIGATION PROJECT
                                                • Contractorrsquos Name and Address
                                                • City of Seminole
                                                  • Soil Remedation Plan 5-24-2021pdf
                                                    • Sheets and Views
                                                      • Soil Remedation Plan
                                                          • revised tree landscape plan a 4-18-2021-LANDSCAPEPDF
                                                            • Sheets and Views
                                                              • LANDSCAPE
                                                                  • revised shrub landscape plan a 4-13-2021-Shrub Landscape Planpdf
                                                                    • Sheets and Views
                                                                      • Shrub Landscape Plan
                                                                          • IRR plan 022321-IR-01pdf
                                                                            • Sheets and Views
                                                                              • IR-01
                                                                                  • IRR plan 022321-IR-02pdf
                                                                                    • Sheets and Views
                                                                                      • IR-02
                                                                                          • IRR plan 022321-IR-03pdf
                                                                                            • Sheets and Views
                                                                                              • IR-03
Page 2: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT

BID DOCUMENTS FOR

WATERFRONT PARK LANDSCAPE AND IRRIGATION PROJECT

TABLE OF CONTENTS

ITEM PAGE

BIDINFORMATION

Invitation to Bid ------------------------------------------------------------------------------------------------------------ 3 Instruction to Bidders------------------------------------------------------------------------------------------------------4-12

BID FORMS Bid Form -------------------------------------------------------------------------------------------------------------------------13-16 Bid Bond Form ---------------------------------------------------------------------------------------------------------------17-19 Bid Tab ------------------------------------------------------------------------------------------------------------------ 20-27 Statement of Bidderrsquos Qualifications --------------------------------------------------------------------------- 28-32 Statement of Public Entity Crimes -------------------------------------------------------------------------------- 33-34

CONTRACTDOCUMENTS Contract ------------------------------------------------------------------------------------------------------35-42 Notice of Award ---------------------------------------------------------------------------------------- 43 Performance Bond----------------------------------------------------------------------------------------- 44-45 Labor amp Materials Payment Bond---------------------------------------------------------------------- 46-47 Certificate of Insurance -------------------------------------------------------------------------------------- 48 Notice to Proceed-------------------------------------------------------------------------------------- 49 Change Order Form------------------------------------------------------------------------------------------- 50 Notice of Substantial Completion---------------------------------------------------------------------- 51 Final Receipt and Release-------------------------------------------------------------------------------- 52

GENERALREQUIREMENTS ------------------------------------------------------------------------------------------------------53-75

SPECIFICATIONS ------------------------------------------------------------------------------------------------------------------ 76

SCHEDULE OF DRAWINGS Soils Report Documents-----------------------------------------------------------------------------------77-93 Landscaping Plan Documents----------------------------------------------------------------------------94-97 Irrigation Plan Documents--------------------------------------------------------------------------------98-100

2

City of Seminole 9199 113th Street North Seminole FL 33772

INVITATION TO BID

TITLE WATERFRONT PARK LANDSCAPE AND IRRIGATION PROJECT

Sealed bids must be received at City of Seminole City Hall Office of the City Clerk 9199 113th Street North Seminole FL 33772 by 1100am on October 29 2021 Bids shall be publicly opened and read aloud at City of Seminole City Hall Council Chambers immediately after closing

The Scope of Work will consist of installing landscape and irrigation at the City of Seminole Waterfront Park The work includes furnishing all labor and materials and performing all work set forth in the Bid Documents which include but are not limited to the plans and specifications prepared by Deuel amp Associates and the City of Seminole Public Works Department

Bid and contract documents may be downloaded from the City website under Public Notices at wwwmyseminolecom or online on Demand Star at wwwdemandstarcom after 1200pm on September 29 2021

There will be a mandatory pre-bid meeting held on October 13 2021 at 1100am on-site at Waterfront Park located at 10400 Park Blvd Seminole FL 33772

All questions regarding this Invitation to Bid shall be referred to Rodney Due Director of Public Works Questions shall be submitted in writing via email to rduemyseminolecom

Submission of bid responses by mail hand delivery or express mail must be in a sealed envelopebox with the Bidders name and return address indicated

The outside of the envelopebox used for the sealed bids shall be marked as follows ldquoSEALED BIDrdquo ldquoDO NOT OPENrdquo

ldquoWATERFRONT PARK LANDSCAPE AND IRRIGATION PROJECTrdquo Contractorrsquos Name and Address

Address the bid submission to the following

City of Seminole Office of the City Clerk9199 113th Street North Seminole FL 33772

Bids shall be accepted no later than the time and date specified on the INVITATION TO BID All bids received after that time shall be rejected Offers by telegram telephone or transmitted by facsimile (FAX) machine will not be accepted No bid may be withdrawn or modified after the time fixed for the opening of the bid The City of Seminole reserves the right to reject any and all bids if it is deemed to be in the best interest of the City

3

INSTRUCTION TO BIDDERS

The following instructions are given for the purpose of guiding Bidders in properly preparing their bids and constitute a part of the Contract Documents and shall be strictly complied with

1 Definitions and Terms See General Requirements

2 Copies of Bid Documents

Complete sets of the Bid Documents are available on the City website under Public Notices at httpswwwmyseminolecom online on Demand Star wwwdemandstarcom or can be reviewed at the office of the Public Works Department Administration Building 11195 70th Avenue North Seminole FL 33772

Complete sets of Bid Documents shall be used in preparing Bids neither the City nor the Engineer assumes any responsibility for errors or misrepresentations resulting from the use of incomplete sets of Bid Documents

City and Engineer in making copies of Bid Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use

The documents contained in and referenced by the Project Manual and Bid Documents constitute the Contract Documents for this project By submitting a bid the Bidder certifies and represents that the Bidder has been furnished with all the Contract Documents is familiar with them and intends to be bound by them

3 Qualification of Bidders

31 To demonstrate qualifications to perform the Work each Bidder must submit at the time of the Bid opening a written Statement of Qualifications including financial data a summary of previous experience previous commitments and evidence of authority to conduct business in the jurisdiction where the Project is located Each Bid must contain evidence of Bidders qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract The Statement of Qualifications shall be prepared on the form provided by the City and included with the Bid Forms

32 In determining whether a bidder is responsible the following shall be considered (1) The ability capacity and skill of the bidder to perform the contract or provide the services required (2) whether the bidder can perform the contract or provide the service promptly and within the time specified without delay or interference (3) the character integrity reputation judgment experience and efficiency of the bidder (4) the quality of the bidders performance of previous contracts or services (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract or service (6) the sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service (7) the quality availability and adaptability of the materials equipment and services to the particular use required (8) the ability of the bidder to

-

4

provide future maintenance and service for the use of the subject of the contract and (9) any other circumstances which will affect the bidders performance of the contract

33 Each Bidder is required to show that he has handled former Work and that no just claims are pending against such Work No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance this Work

34 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes licenses or other monies due to the City

4 Liquidated Damages for Failure to Enter into Contract Should the Successful Bidder fail or refuse to enter into the Contract within ten (10) Calendar Days from the issuance of the Notice of Award the City shall be entitled to collect the amount of such Bidders Bid Guaranty as Liquidated Damages not as penalty but in consideration of the mutual release by the City and the Successful Bidder of all claims arising from the City s issuance of the Notice of Award and the Successful Bidders failure to enter into the Contract and the costs to award the Contract to any other Bidder to re-advertise or otherwise dispose of the Work as the City may determine best serves its interest

5 Project Coordination amp Time of Completion Time is of the essence with respect to the time of completion of the Project and any other milestones or deadline which are part of the Contract It will be necessary for each Bidder to satisfy the City of its ability to complete the Work within the Contract Time set forth in the Contract Documents

6 Examination of Contract Documents and Site Before submitting a Bid each Bidder shall

a Examine the Contract Documents thoroughly

b Visit the site to familiarize with local conditions that may in any manner affect the cost progress or performance of the Work

c Become familiar with Federal State and local laws ordinances rules and regulations that may in any manner affect cost progress or performance of the Work

d Study and carefully correlate Bidders observations with the Contract Documents And

e Notify the City of all conflicts errors ambiguities or discrepancies in or among the Contract Documents

On request the City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of a Bid It shall be the Bidders responsibility to make or obtain any additional examinations

5

investigations explorations tests and studies and obtain any additional information and data which pertain to the physical conditions (including without limitation surface subsurface and underground utilities) at or contiguous to the site or otherwise which may affect cost progress or performance of the work in accordance with the time price and other terms and conditions of the Contract Documents Location of any excavation or boring made by Bidder shall be subject to prior approval of the City and applicable agencies Bidders shall fill all holes restore all pavements to match the existing structural section and shall clean up and restore the site to its former condition upon completion of such exploration

The lands upon which the Work is to be performed rights-of-way and access thereto and other lands designated for use by Contractor in performing the Work are identified on the Drawings

Information and data reflected in the Contract Documents with respect to underground utilities at or contiguous to the site are based upon information and data furnished to the City and the Engineer by the owners of such underground utilities or others and neither the City nor the Engineer assume responsibility for the accuracy or completeness thereof It shall be the Contractors responsibility to locate all underground utilities

By submission of a Bid the Bidder shall be exclusively presumed to represent that the Bidder has complied with every requirement of these Instructions to Bidders that the Contract Documents are not ambiguous and are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the Work

7 Interpretations All questions about the meaning or intent of the Contract Documents shall be submitted to the City in writing

Written comments or questions must be received by the City at least Five (5) days (excluding Saturdays Sundays and Holidays) prior to the time set for the Bid Opening

If questions received by the City are deemed to be sufficiently significant and received sufficiently in advance of the Bid Opening an Addendum to the Bid Documents may be issued Otherwise a written copy of the question and decision or interpretation will be posted on the Cityrsquos web site It shall be the responsibility of each Bidder to make itself aware of all such posted questions and decisions or interpretations and by submitting a Bid each Bidder shall conclusively be deemed to have such knowledge After Bid Opening all Bidders must abide by the decision of the City as to all such decisions or interpretations Bidders may not rely upon oral interpretations of the meaning of the plans specifications or other bid documents and any oral or other interpretations or clarifications will be without legal force or effect

8 Quantities of Work Materials or quantities stated as unit price items in the Bid are supplied only to give an indication of the general scope of the Work The City does not expressly or by implication agree that the actual amount of Work or material will

6

correspond therewith and reserves the right after award to increase or decrease the quantity of any unit item of the Work without a change in the unit price The City also reserves the right to make changes in the Work (including the right to delete any bid item in its entirety or add additional bid items)

9 Substitutions The materials products and equipment described in the Bid Documents shall be regarded as establishing a standard of required performance function dimension appearance or quality to be met by any proposed substitution No substitution will be considered prior to receipt of Bids unless the Bidder submits a written request for approval to the City at least ten (10) days prior to the date for receipt of Bids Such requests for approval shall include the name of the material or equipment for which substitution is sought and a complete description of the proposed substitution including drawings performance and test data and other information necessary for evaluation including samples if requested The Bidder shall set forth changes in other materials equipment or other portions of the Work including changes of the work of other contracts which incorporation of the proposed substitution would require to be included The Engineers decision of approval or disapproval of a proposed substitution shall be final If the Engineer approves a proposed substitution before receipt of Bids such approval will be set forth in an Addendum Bidders shall not rely upon approvals made in any other manner

10 Bid Guaranty Each Bid shall as a guaranty of good faith on the part of the Bidder be accompanied by a Bid Guaranty consisting of a certified check or cashiers check made payable without condition to the City or a Bid Bond in the form set forth in the Bid Documents executed by an approved corporate surety in the favor of the City The amount of the Bid Guaranty shall not be less than 5 of the total Bid amount

Once the City issues a Notice of Award the apparent Successful Bidder has ten (10) Calendar Days to enter into a Contract in the form prescribed and to furnish the required Performance and Payment Bonds Failure to do so will result in forfeiture of the Bid Guaranty to the City as Liquidated Damages

Bid Guaranties for all except the three lowest qualified Bids shall be returned within five (5) Working Days of Bid Opening When the Successful Bidder files satisfactory Performance and Payment Bonds and Certificates of Insurance the Bid Guaranties of the lowest Bidders shall be returned

Each bidder shall guaranty its total bid price for a period of one hundred and eighty (180) Calendar Days from the date of the Bid Opening Except for forfeiture due to reasons discussed above Bid Guaranties of all Bidders shall be returned to them within sixty-five (65) Calendar Days from the date of Bid Opening

11 Bid Form The Bid Form provided by the City must be completed in ink or typed The Bidder shall specify a unit price in figures for each pay item for which a quantity is given and shall provide the products (in numbers) of the respective unit prices and quantities in the Extended Amount column The total Bid price shall be equal to the sum of all extended

7

amount prices When an item in the Bid Schedule provides a choice to be made by the Bidder Bidders choice shall be indicated in accordance with the specifications for that particular item and thereafter no further choice shall be permitted

Where the unit of a pay item is lump sum the lump sum amount shall be shown in the extended amount column and included in the summation of the total

Bid All blank spaces in the Bid Form must be properly filled out

Bids by corporations must be executed in the corporate name by the president or vice president or other corporate office accompanied by evidence of authority to sign The corporate seal must be affixed and attested by the secretary or an assistant secretary

The corporate address and state of incorporation shall be shown below the signature

Bids by partnerships must be executed in the partnership name and signed by a partner whose title must appear under the signature and the official address of the partnership must be shown below the signature

All names must be typed or printed below the signature line

The Bid shall contain an acknowledgment of receipt of all Addenda the numbers ofwhich shall be filled in on the Bid Form

The address to which communications regarding the Bid are to be directed must be shown

12 Irregular Bids A Bid will be considered irregular and may be rejected for the following reasons

a Submission of the Bid on forms other than those supplied by the City

b Alteration interlineations erasure or partial detachment of any part of theforms which are supplied herein

c Inclusion of unauthorized additions conditional or alternate Bids or irregularities of any kind which may tend to make the Bid incomplete indefinite or ambiguous as to its meaning

d Failure to acknowledge receipt of any or all issued Addenda

e Failure to provide a unit price or a lump sum price as appropriate for each pay item listed except in the case of authorized alternative pay items

f Failure to list the names of Subcontractors used in the Bid preparation as required in the Bid Form

8

g Submission of a Bid that in the opinion of the City Manager is unbalanced so that each item does not reasonably carry its own proportion cost or which contains inadequate or unreasonable prices for any item

h Tying of the Bid with any other bid or contract

and

i Failure to calculate Bid prices as described

herein

13 Submission of Bids The completed Bid Form and Bid Guaranty shall be submitted at the time and place indicated in the Invitation to Bid and must be in an opaque sealed envelope marked SEALED BID with the project title and the name and address of the Bidder

14 Modification and Withdrawal of Bids before Opening Bids may be modified or withdrawn by an appropriate document duly executed and delivered to the place where Bids are to be submitted at any time prior to Bid Opening

15 Opening of Bids Bids will be opened and read aloud at the time and place stated in the Invitation to Bid All Bidders their representatives and other interested parties are encouraged to attend the Bid Opening

Within five (5) Working Days after Bid Opening all Bids will be tabulated and the bid tabulation sheets will be available to the public

16 Disqualification of Bidders A Bid will not be accepted from nor shall a Contract be awarded to any person firm or corporation that is in arrears to the City upon debt or contract or that has defaulted as surety or otherwise upon any obligation to the City or that is deemed irresponsible or unreliable

Bidders may be required to submit satisfactory evidence that they are responsible have a practical knowledge of the project bid upon and that they have the necessary financial and other resources to complete the proposed Work

Either of the following reasons without limitation shall be considered sufficient to disqualify a Bidder and Bid

a More than one Bid is submitted for the same Work from and individual firm or corporation under the same or different name and

b Evidence of collusion among Bidders Any participant in such collusion shall not receive recognition as a Bidder for any future work of the City until such participant has been reinstated as a qualified bidder

9

17 Withdrawal of Bids after Opening No Bid may be withdrawn by any bidder for sixty five (65) Calendar Days after Bid Opening

18 Evaluation of Bids and Bidders The City reserves the right to

- reject any and all Bids - accept a Bid other than the low Bid - waive any informalities - negotiate final terms with the Successful Bidder and - disregard all nonconforming nonresponsive or conditional Bids

Evaluation of the bids will be based upon Schedule D which totals the itemized pricing for each work location

Discrepancies between words and figures will be resolved in favor of words Discrepancies between Unit Prices and Extended Prices will be resolved in favor of the Unit Prices Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum The corrected extensions and totals will be shown in the tabulation of Bids

The City may consider the qualifications and experience of Subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for those portions of the work as to which the identity of Subcontractors and other persons and organizations must be submitted Operating costs maintenance considerations performance data and guarantees of materials and equipment may also be considered by the City

The City will conduct such investigations as deemed necessary to assist in the evaluation of any bid and to establish the responsibility qualifications and financial ability of the Bidders proposed Subcontractors and other persons and organizations to do the Work in accordance with the Contract Documents to the City s satisfaction within the Contract Time

The Bidder shall furnish the City all information and data requested by the City to determine the ability of the Bidder to perform the Work The City reserves the right to reject the Bid if the evidence submitted by or investigation of such Bidder fails to satisfy the City that such Bidder is properly qualified to carry out the obligations of the Contract and to complete the Work contemplated therein

By submitting a Bid each Bidder authorizes the City to perform such investigation of the Bidder as the City deems necessary to establish the responsibility qualifications and financial ability of the Bidder and by its signature thereon authorizes the City to obtain reference information concerning the Bidder and releases the party providing such information and the City from and all liability to the Bidder as a result of such reference information so provided The City reserves the right to reject the Bid of any Bidder who does not pass any evaluation to the Cityrsquos satisfaction

10

If the Contract is to be awarded it will be awarded to the Bidder who by evaluation the City determines will best meet the Cityrsquos interests

The City reserves the right to accept or reject the Work contained in any of the Bid Schedules or alternates either in whole or in part

19 Award of Contract Unless otherwise indicated a single award will be made for all the bid items in an individual bid schedule In the event that the Work is contained in more than one Bid Schedule the City may award Schedules individually or in combination In the case of two Bid Schedules which are alternative to each other only one of such alternative Schedules will be awarded Within sixty-five (65) Calendar Days of Bid Opening the City will issue a Notice of Award to the Successful Bidder which will be accompanied by three (3) unsigned copies of the Contract and the Performance and Payment Bond forms Within ten (10) Calendar Days thereafter the Successful Bidder shall sign and deliver two (2) copies of the Contract Performance Bond Payment Bond and Certificates to Insurance to the City Within ten (10) Calendar Days thereafter the City will deliver the Notice to Proceed No contract shall exist between the Successful Bidder and the City and the Successful Bidder shall have no rights at law or in equity until the Contract has been duly executed by the City

The Successful Bidders failure to sign and submit a Contract and other documents set forth in this Paragraph in the Special Conditions andor in the Special Provisions within the prescribed time shall be just cause of annulment of the award and the forfeiture of the Bid Guaranty The award of Contract may then be made to the next qualified Bidder in the same manner as previously prescribed

20 Insurance The Contractor shall secure and maintain such insurance policies as will provide the coverage and contain other provisions specified in the Contract Documents

The Contractor shall file one (1) copy of the policies or Certificates of Insurance acceptable to the City with the Public Works Director within (10) Calendar Days after Issuance of the Notice of Award These Certificates of Insurance shall contain a provision that coverage afforded under the policies shall not be canceled unless at least thirty (30) Calendar Days prior written notice has been given to the City

21 Sales and Use Taxes The Contractor and all Subcontractors are required to obtain exemption certificates from the Florida Department of Revenue for sales and use taxes in accordance with the provisions of the General Contract Conditions Bids shall reflect this method of accounting for sales and use taxes on materials fixtures and equipment

22 Affirmative Action In executing a Contract with the City the Contractor agrees to comply with Affirmative Action and Equal Employment Opportunity regulations presented in the General Conditions

11

23 Pre-Construction and Public Meetings Prior to the commencement of construction activities a preconstruction meeting will be held which shall include the Contractor representatives of the City and others affected by or involved in the project Attendance by Contractor selected for the project is mandatory

24 Pre-Bid Meeting See the Special Conditions for details of the pre-bid meeting

25 Collusive Agreement Each bidder submitting a Bid to the City for any of the work contemplated by the documents on which bidding is based by execution of the Bid Form shall be certifying by execution thereof that heshe has not entered into a collusive agreement with any other person firm or corporation in regard to any Bid submitted Before executing any subcontract the successful Bidder shall submit the name of any proposed subcontractor for prior approval and a non-collusion statement substantially in the form provided or requested by the City

26 Illegal Alien Employment Compliance The selected Contractor will be required to execute an Illegal Alien Employment Compliance statement along with the Contract as contained in these Bid Documents

12

BID FORM

Waterfront Park Landscape and Irrigation Project

To City of Seminole Department of Public Works 9199 113th Street North Seminole FL 33772

The undersigned Bidder having thoroughly examined the Specifications and other Bid Documents having investigated the location of and conditions affecting the proposed Work and being acquainted with and fully understanding the extent and character of the Work covered by this Bid and all other factors and conditions affecting or which may be affected by the Work

HEREBY PROPOSES and agrees if this Bid is accepted to enter into a Contract with the City on the form included in the Contract Documents and to furnish all required materials tools equipment and plant to perform all necessary labor and superintendence and to undertake and complete the Work or approved portions thereof in full accordance with and in conformity with the Construction Drawings Specifications and all other Contract Documents hereto attached or by reference made a part hereof and for the following prices as shown on the Bid Schedule

The undersigned Bidder hereby agrees to execute the Contract in conformity with this Bid to have ready and furnish the require Performance and Payment Bonds executed by a Surety acceptable to the City and provide Certificates of Insurance evidencing the coverage and provisions set forth in the Contract within ten (10) Calendar Days of the Citys issuance of a Notice of Award

Enclosed herewith is a Bid Guaranty as defined in the attached Instructions to Bidders in the amount of which Bid Guaranty the undersigned Bidder agrees to be paid to and become the property of the City as Liquidated Damages and not as penalty should the Bid be accepted the Contract Notice of Award issued and should the Bidder fail or refuse for any reason to enter into the Contract in the form prescribed The Bidder shall furnish all required Bonds and Insurance Certificates within ten (10) Calendar Days of issuance of the Notice of Award

13

The Following persons firms or corporations are interested as joint ventures partners or otherwise with the undersigned Bidder in this proposal

Name

Address

Name

Address

If there are no such persons firms or corporations please so state in the following space

Date _________________________________

14

The undersigned Bidder proposes to subcontract the following portion of Work of Name and address of Sub-Contractor Description of work to be performed

Contract

The undersigned Bidder acknowledges responsibility for ensuring any and all Subcontractors conform and comply with all terms and conditions of the Contract Documents

The undersigned Bidder acknowledges the right of the City to reject any and all Bids submitted accept a Bid other than the lowest and to waive informalities and irregularities therein in the Citys sole discretion

By submission of the Bid each Bidder certifies and in the case of a joint Bid each party thereto certifies as to his own organization that this Bid has been arrived at independently without collusion consultation communication or agreement as to any matter relating to this Bid with any other Bidder or with any competitor

The Work shall be completed within the Contract Time as Specified in the Special Conditions

Bidder hereby acknowledges receipt of Addenda Numbers

By submission of a Bid the Bidder shall be conclusively presumed to represent that the Bidder has complied with every requirement of the Instructions to Bidders

Bidder by his signature hereon hereby authorizes the obtaining of reference information containing the Bidders qualifications experience and general ability to perform the work and hereby releases the party providing such information and the City from any and all liability to Bidder as the result of such reference information being provided Bidder further waives any right to receive copies of information so provided to the City

Bidder agrees to perform all Work described in the Contract Documents for the unit prices or the lump sum as shown on the Bid Form and acknowledges that the quantities shown on the Bid Schedule are approximate only and are intended principally to serve as guides for the purpose of comparing and evaluating Bids

15

___________________________________________________

It is further agreed that any quantities of work to be performed at unit prices and material to be furnished may be increased or decreased as may be considered necessary in the opinion of the City to complete the Work fully as planned and contemplated and that all quantities of Work whether increased or decreased are to be performed at the unit prices set forth in the Bid except as otherwise provided for in the Contract Documents

By submitting a Bid the Bidder acknowledges that the bid process is solely intended to serve the public interest in achieving the highest quality of services and goods at the lowest price and that no right interest or expectation shall inure to the benefit of the Bidder as the result of any reliance or participation in the process

The undersigned Bidder further grants to the City the right to award this Contract on the basis of any possible combination of base bids and alternate(s) (if any) that best suits the Citys needs

Dated this day of 2021

Bidder

Address

Name printed _

Title

If a corporation

State of incorporation _

Attest

(Seal)

16

BID BOND

Waterfront Park Landscape and Irrigation Project

KNOW ALLMEN BYTHESEPRESENTS

That we ( an individual

A partnership a corporationIncorporated in the State of )

asPrincipaland (incorporated in the

State of ) as Surety are held and firmly bound unto the

City of Seminole Florida (herein after called City) in the penal sum of

Dollars ($ ) lawful money of the United States for the payment of which sum we bind ourselves our heirs executorsadministratorssuccessors andassigns jointly andseverally firmlyby these presents

THECONDITION OF THIS OBLIGATION IS SUCH thatWHEREASthe Principalhas

submitted the accompanying Bid dated_ for

Construction of the Waterfront Park Landscape and Irrigation Project (the Project) for the

City and

WHEREAS the City has required as a condition for receiving said Bid that the Principal deposit with the City either a cashiers check a certified check or a letter of credit equivalent to not less than five percent (5) of the amount of said Bid or in lieu thereof furnish a Bid Bond for said amount conditioned that in event of a failure to execute the proposed Contract for such construction and to provide the required Performance and Payment Bonds and Insurance Certificates if the Contract be awarded to the Bidder that said sum be paid immediately to the Cityas Liquidated Damages and not as penalty for the Principals failure to perform

NOW THEREFORE if the principalshall within the period specified therefore on the attached prescribed forms presentedto the Bidder for signature enter into a written Contract with the City in accordance with said Bid as accepted and give Performance and Payment Bonds with good and sufficient Suretyor Sureties as may be required upon the forms prescribed by the City for the faithful performanceand the proper fulfillmentof saidContract provide Certificates of Insurance as required by said Contract and provide all other information and documentationrequired by the Contract Documents then this obligationshall be void and of no effect otherwise to remain in full force and effect In the event suit is brought upon this bond by the City and the Cityprevails the principal and Suretyshall pay all costs incurred by the City in such suit including reasonable attorneys fees andcosts to be fixed by the Court

17

IN WITNESS WHEREOF the above bound parties have executed this instrument under theirseveral sealsthename and corporatesealofeachcorporatepartybeingheretoaffixedandduly signedby its undersignedrepresentative pursuantto authority of its governingboard

Datethis day of 2021

Principal

Address

Signed

(Seal) Title

Surety

Address

Signed

(Seal) Title

18

Instructions for completing Bid Bond

1 The full legalnameand residence of eachindividual executingthisBond asPrincipal must be inserted in the first paragraph

2 If thePrincipal isapartnership thefullname of thepartnership andall individualsmustbe inserted inthefirstparagraph whichmust recite that individuals arepartnerscomposingthe partnership andallpartnersmust execute theBondasindividuals

3 TheStateof incorporationofeachcorporatePrincipalorSuretytotheBondmust be inserted inthefirstparagraph andtheBondmustbe executedunder thecorporate seal of saidpartyattestedby its secretaryor other appropriate officer

4 Attach a copyof the powerof attorney for theSuretys agent

ENDOFBIDBOND

19

BID TABULATION

TREE PLANTING SCHEDULE A

CANOPY TREES SIZE QTY CostUOM COST

Golden ShowerGolden Chain 12-15rsquo- 3rdquo dia 24

Cathedral Live Oak 12-15rsquo- 3rdquo dia 4

Shumard Oak 12-15rsquo- 3rdquo dia 7

Magnolia 12-15rsquo- 3rdquo dia 11

Red Maple 12-15rsquo- 3rdquo dia 16

Royal Poinciana 12-15rsquo- 3rdquo dia 1

Bald Cypress 12-15rsquo- 3rdquo dia 30

Rainbow Eucalyptus 12-15rsquo- 3rdquo dia 7

Southern Red Cedar 10-12rsquo- 3rdquo dia 7

PALMS SIZE QTY CostUOM COST

Foxtail Palm 15rsquo Clear trunk 4

Medjool Palm 15rsquo Clear trunk 10

Christmas Palm 6rsquo Clear trunk 11

UNDERSTORY TREES SIZE QTY CostUOM COST

Weeping Willow 8rsquo-10rsquo-2rdquo dia 15

Weeping Bottlebrush 8rsquo-10rsquo-2rdquo dia 10

Crape Myrtle Natchez 8rsquo-10rsquo-2rdquo dia 2

Crape Myrtle Muskogee 8rsquo-10rsquo-2rdquo dia 2

20

UOM = Unit of Measurement

UNDERSTORY TREES Jatropha Tree

SIZE 6rsquo single trunk

QTY 15

CostUOM COST

Silver Buttonwood 6rsquo-2rdquo dia 24

Tree Ligustrum Tree 6rsquoX6rsquo 2rdquo dia 18

Tee Olive ldquoButter Yellowrdquo 6rsquo-2rdquo dia 11

Buddha Belly Bamboo 36rdquo 5gal 1

White Simon Bamboo 14-24rdquo 3gal 17

Tropical Blue Bamboo 14-24rdquo 3gal 15

Red Clumping Bamboo 14-24rdquo 3gal 20

Soil Preparation QTY COST

Lump Sum

Mobilization QTY COST

Lump Sum

Labor QTY COST

Lump Sum

TOTAL Lump Sum

Quantitiesspecies subject to change

21

SHRUB PLANTING SCHEDULE B

SHRUB SIZE QTY CostUOM COST

Azaleas Florida Flame 18rdquo-24rdquo 3gal 63

Banana Shrub 18rdquo-24rdquo 3gal 138

Butterfly Bush 18rdquo-24rdquo 3gal 76

Sasanqua Camellias 18rdquo-24rdquo 3gal 127

Cape Jasmine Poor Man Gardenia 18rdquo-24rdquo 3gal 113

Cord Grass 18rdquo-24rdquo 3gal 167

Dwarf Firebush 18rdquo-24rdquo 3gal 105

Fountain Grass 18rdquo-24rdquo 3gal 166

Jatropha Shrub Form 18rdquo-24rdquo 3gal 46

Muhly Grass 18rdquo-24rdquo 3gal 142

Pickerel Weed 18rdquo-24rdquo 3gal 46

Plumbago 18rdquo-24rdquo 3gal 77

Dwarf Simpsonrsquos Stopper 18rdquo-24rdquo 3gal 35

Tea Olive Shrub Form 18rdquo-24rdquo 3gal 17

Ligustrum Shrub Form 18rdquo-24rdquo 3gal 43

GROUNDCOVER amp VINES SIZE QTY CostUOM COST

Confederate Jasmine Spr 18rdquo-24rdquo 3gal 18

Large Blue Iris Spr 8rdquo-6rdquo 1gal 323

Blue Fortune Spr 8rdquo-10rdquo 1gal 1028

Sweet Alyssum Spr 8rdquo-6rdquo 1gal 1009

22

1- 1-GROUNDCOVER amp VINES SIZE QTY CostUOM COST

Ligustrum Shrub Form Spr 8rdquo-10rdquo 1gal 1865

GROUNDCOVER amp VINES QTY COST Lump Sum

Soil Preparation QTY COST Lump Sum

Mobilization QTY COST Lump Sum

Labor QTY COST Lump Sum

TOTAL Lump Sum Quantitiesspecies subject to change

23

IRRIGATION SCHEDULE C Total Cost to include all labor and material to install irrigation

system according to the irrigation plans sheets 1 - 3

Quantity UOM Item description CostUOM COST 337 EA HTRPROS12NSI 12

HUNTER PRO SPRAY POP-UP NSI BLACK CAP NO SIDE INLET

337 EA HTR12H 12rdquo HUNTER 12rdquo HALF NOZZLE

307 EA RBL1401 12 RB 1400 14 GPM BUBBLER FIP 1404

10 EA HTR12000 HUNTER 120-00 POTOR PCFC

800 FT FXP005B 12 FLEXIBLE PVC PIPE BLACK

337 EA S4P90MS005 12 SCH40 PVC ST 90 ELBOW MXS 410-005

10 EA S4P90MS101 34 X 12 SCH40 PVC 90 ELBOW MXS 410-101

4 EA HTRtCV101G 1 HUNTER 1 STRAIGHT VLV WFC 200PSI

14 EA HTRICV151G 1-12 HUNTER 1-12 STRAIGHT VLV WFC 220 PSI

4 EA VLPBV010S 1 PVC BALL VALVE SLIP X SLIP

14 EA VLPBV015S 1-12 PVC BALL VALVE SLIP X SLIP

2 EA SOVGV020FS 2 SOVAL 2 BRASS GATE VALVE CONTAINS LEAD

24

Quantity UOM Item description CostUOM COST 19 EA NDB113BC

NDS STANDARD BOX W GREEN LID 1 EA NDB111BC 10

NDS 10 RND BOX W GREEN LID 1 EA HTRICV201GFS 2

HUNTER 2 STR VLV WFC FILTER SENTRY

1 EA HTRl2C800PL 8 STA HUNTER ICC2 BASE CONTROLLER PLASTIC HUNTER ICC2 8 STA BASE CONTROLLER PLASTIC CAB

1 EA HTREZDM HUNTER DECODER OUTPUT MOD HUNTER SINGLE STATION DECODER I CORE DUAL

18 EA HTREZ1 HUNTER SINGLE STATION DECODER HUNTER SINGLE STATION DECODER I CORE DUAL

1 EA HTRICV201GFS 2 HUNTER 2 STR VLVWFC FILTER

1 EA HTRl2C800PL 8 STA HUNTER ICC2 BASE CONTROLLER PLASTIC HUNTER ICC2 8 STA BASE CONTROLLER PLASTIC CAB

1 EA HTREZDM HUNTER DECODER OUTPUT MOD HUNTER SINGLE STATION DECODER I CORE DUAL

1 EA HTRHFS HUNTER FLOW SENSOR FOR ACC

1 EA HTRFCT2002 HUNTER 2 SENSOR BODY FOR FLOW-CLIK

7680 FT BEP007SCH40 34 PVC PIPE SCH 40 BE

1540 FT BEP010SCH40 1 PVC PIPE SCH 40 BE

1600 FT BEP012SCH40 1-14 PVC PIPE SCH 40 BE

25

Quantity UOM Item description CostUOM COST 120 FT BEP015SCH40 1-12

PVC PIPE SCH 40 BE 300 FT BEP020SCH40 2

PVC PIPE SCH 40 BE 60 FT BEP025SCH40 2-12

PVC PIPE SCH 40 BE 100 FT BEP015SCH40 1-12

PVC PIPE SCH 40 BE 1900 FT BEP020SCH40 2

PVC PIPE SCH 40 BE 380 FT BEP025SCH40 2-12

PVC PIPE SCH 40 BE 3 RL WIC1402JH1000BL 1000

IRR 142 HUNTER JACKETED BLUE

840 FT BEP040SCH40 4 PVC PIPE SCH 40 BE

Mobilization QTY COST

Lump Sum

Labor Materials and Installation QTY COST

Lump Sum

TOTAL

26

BID SCHEDULE D (Summary)

Schedule Amount

A Lump Sum Tree Planting Schedule

B Lump Sum Shrub Planting Schedule

C Lump Sum Irrigation Schedule

Total (Schedule A+B+C)

27

_ _ _

STATEMENT OF BIDDERS QUALIFICATIONS

All questions must be answered and the data given must be clear and comprehensive This statement must be notarized If necessary questions may be answered on separate attached sheets The Bidder may submit any additional information he desires

1 Name of Bidder

2 Permanent main office address

3 When organized

4 If a corporation where incorporated _________________________________

5 How many years have you been engaged in the contracting business under your

present firm or trade name

6 Contracts on hand (Schedule these showing the amount of each contract and theappropriate anticipated dates of completion) List the location and type ofconstruction Owner and Engineer for each project with contact persons andphone numbers for the Owner and Engineer of each project

28

7 General character of Work performed by your company

8 Have you ever failed to complete any Work awarded to you

If so where and why

9 Have you ever defaulted on a contract

If so where and why

10 Have you ever had any projects terminated by the City

If so where and why

11 List the more important projects recently completed by your company stating theapproximate cost of each the month and year completed location and type ofconstruction Owner and Engineer for each project with the telephone numberwhere each may be contacted Do not list projects that are listed under item 6 above

29

12 List your major equipment available for this contract

13 Experience in construction Work similar in scope to this project If completed in the last 5 years please provide the same information (names contacts) as requested for item 11 above

14 Background and experience of the principal members of your organization including officers

30

15 Credit available $

16 Bank reference

17 Will you upon request fill out a detailed financial statement and furnish any otherinformation that may be required by the City

18 Are you licensed as an Excavator General Contractor or under any other title If

yes in what city county and state

What class license and numbers

19 Do you anticipate subcontracting Work under this Contract If yes what percent of

total contract price

List type of work to be subcontracted (list subcontractors I suppliers on a separatesheet and attach it to this form)

20 Are you involved in any lawsuits and for are any lawsuits pending against you oryour firm at this time

If yes DETAIL

21 What are the limits of your public liability DETAIL

What company

22 What are your companys bonding limitations

31

23 Name of proposed Superintendent for this project Said person shall be required onthe project unless agreed upon otherwise in writing by the City

24 The undersigned hereby authorizes and requests any person firm or corporation to furnish any information requested by the City in verification of the recital comprising this Statement of Bidders Qualifications The undersigned further agrees that they will not bring suit in a court of law for any information that is furnished to the OWNER in good faith by said parties or persons responding to Cityrsquos requests for information concerning Bidders qualifications

Dated this day of 2021

Name of Bidder

By

Title

State of

County of

being duly sworn deposes and says that he or she is of and that (Name of organization) the answers to the foregoing questions and all statements therein contained are complete true and correct Subscribed and sworn to before me this day of 2021

Notary Public

My commission expires

32

VENDOR SWORN STATEMENT ON PUBLIC ENTITY CRIMES FLORIDA STATUTES SECTION 287133(3) (a)

THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS

1 This sworn statement is submitted to (print name of public entity)

by (print individualrsquos name and title)

for (print name of entity submitting sworn statement)

whose business address is

and (if applicable) its Federal Employer Identification Number (FEIN) is

(If the entity has no FEIN include the Social Security Number of the individual signing this sworn statement )

2 I understand that a ldquopublic entity crimerdquo as defined in Paragraph 287133(1)(g) Florida Statutes means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States including but not limited to any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust fraud theft bribery collusion racketeering conspiracy or material misrepresentation

3 I understand that ldquoconvictedrdquo or ldquoconvictionrdquo as defined in Paragraph 287133(1) (b) Florida Statutes means a finding of guilt or a conviction of a public entity crime with or without an adjudication of guilt in any federal or state trial court of record relating to charges brought by indictment or information after July 1 1989 as a result of a jury verdict nonjury trial or entry of a plea of guilty or nolo contendere

4 I understand that an ldquoaffiliaterdquo as defined in Paragraph 287133(1)(a) Florida Statutes means

a A predecessor or successor of a person convicted of a public entity crime or

b An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime The term ldquoaffiliaterdquo includes those officers directors executives partners shareholders employees members and agents who are active in the management of an affiliate The ownership by one person of shares constituting a controlling interest in another person or a pooling of equipment or income among persons when not for fair case that one person controls another person A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate

33

5 I understand that a ldquopersonrdquo as defined in Paragraph 287133(1) (a) Florida Statutes means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity or which otherwise transacts or applies to transact business with a public entity The term ldquopersonrdquo includes those officers directors executives partners shareholders employees members and agents who are active in management of an entity

6 Based on information and belief the statement which I have marked below is true in relation to the entity submitting this sworn statement (Indicate which statement applies)

Neither the entity submitting this sworn statement nor any of its officers directors executives partners shareholders employees members or agents who are active in the management of the entity nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1 1989

The entity submitting this sworn statement or one or more of its officers directors executives partners shareholders employees members or agents who are active in the management of the entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1 1989

The entity submitting this sworn statement or one or more of its officers directors executives partners shareholders employees members or agents who are active in the management of the entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1 1989 However there has been a subsequent proceeding before a Hearing Officer of the State of Florida Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (Attach a copy of the final order)

I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECITON 287017 FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM

(Signature)

Sworn to and subscribed before me this day of 2021

Personally known or produced identification (Type of identification)

State of Florida City of My commission expires (Notary Public)

34

CONSTRUCTION AGREEMENT

THIS CONSTRUCTION AGREEMENT is made this _____ day of ______________2021 by and

between (hereinafter referred to as ldquoContractorrdquo) and the City of Seminole Florida a Florida municipal corporation (hereinafter the ldquoCityrdquo)

WITNESSETH

WHEREAS the City desires that Contractor perform the duties of general contractor for the construction of certain improvements namely the Waterfront Park Landscape and Irrigation Project (hereinafter the ldquoProjectrdquo) and

WHEREAS Contractor desires to perform such h duties pursuant to the terms and conditions provided for in this Agreement and

writing WHEREAS the parties hereto desire to set forth certain understandings regarding the Project in

NOW THEREFORE for and in consideration of the mutual promises and covenants contained herein and other good and valuable consideration the receipt and sufficiency of which is hereby acknowledged the parties agree as follows

1 Statement of Work Contractor agrees to manage and supervise the construction of theproject located in the City of Seminole Pinellas County Florida as directed by the City and pursuant to the City of Seminole Design Standards and according to the plans and specifications approved by the City Contractor shall (a) furnish all tools equipment supplies superintendence transportation and other construction accessories services and facilities (b) furnish all materials supplies and equipment specified to be incorporated into and form a permanent part of the complete work (c) provide and perform all necessary labor in a substantial and skillful manner and in accordance with the provisions of this Agreement and (d) execute construct and complete all work included in and covered by this Agreement

2 Time of Commencement and Completion Construction under this Agreement will beginon or after receiving the Notice to Proceed and shall be completed by February 10th 2022 (ldquoCompletion Daterdquo) The Completion Date may at the Cityrsquos sole discretion be extended if approved by the City in writing but in no event may the Completion Date extend beyond February 28th 2022 If due to misconduct or neglect Contractor fails to complete the Project on or before the Completion Date the City may deduct liquidated damages in the amount of $500 the first day and $100 for each additional day the Contractor works beyond this date Such liquidated damages shall be deemed to be a genuine pre- estimate of the foreseeable damages incurred by City and in no way can be construed as a penalty It is understood by Contractor and the City that actual damages caused by Contractorrsquos failure to complete this Agreement on time are impracticable or extremely difficult to fix and that the per diem deduction from the contract price will be retained by the City as payment by Contractor of liquidated damages and not as a penalty

3 Compensation City shall pay and Contractor shall receive the contract price of$ as stipulated in the Notice of Award attached to this contract as Exhibit A and incorporated herein by this reference as FULL compensation for everything furnished and done by Contractor under this Agreement including all loss or damage arising out of the work or from the action of the elements for any unforeseen obstruction or difficulty encountered in the prosecution of the work

35

including increased prices for or shortages of materials for any reason including natural disasters for all risks of every description associated with the work for all expenses incurred due to the suspension or discontinuation of the work and for well and faithfully completing the work as provided in this Agreement

4 Draw Requests Contractor agrees to perform all work on the Project according to the schedules set forth in the approved Bid Proposal attached hereto as Exhibit B (as amended) and incorporated herein by this reference Contractor shall submit weekly progress reports to the Public Works Director or his designee showing actual costs incurred and work completed Contractor shall also submit to the City monthly draw requests for all authorized costs incurred up to that date for the Project if the time for the work exceeds one month Upon review and approval of the progress reports and draw request(s) by the Public Works Director or his designee the City agrees to pay Contractor the amounts shown on all draw requests minus a five percent (5) retainage for any payments other than the final payment no later than the fifteenth (15th) business day following the date the draw request was submitted Payments may be withheld if

A Work is found defective and not remedied

B Contractor fails to meet schedules shown on Exhibit B as may be amended by the actual construction commencement date

C Contractor does not make prompt and proper payments to subcontractors

D Contractor does not make prompt and proper payments for labor materials or equipment furnished

E Another contractor is damaged by an act for which Contractor is responsible

F Claims or liens are filed on the job or

G In the opinion of the City Contractorrsquos work is not progressing satisfactorily

The City shall disburse the total retainage and the final draw request submitted by Contractor upon acceptance of the Project as described in Paragraph 14 below

5 Liability for Damages The City its officers agents or employees shall not in any manner be answerable or responsible for any loss or damage to the work or to any part of the work for any loss or damage to any materials building equipment or other property that may be used or employed in the work or placed on the worksite during the progress of the work for any injury done or damages or compensation required to be paid under any present or future law to any person whether an employee of Contractor or otherwise or for any damage to any property occurring during or resulting from the work Contractor shall indemnify the City its officers agents and employees against all such injuries damages and compensation arising or resulting from causes other than the Cityrsquos neglect or that of its officers agents or employees

6 Inspection of Work and Materials

A The City Manager or hisher designee may appoint and employ such persons as may be necessary to act as inspectors or agents for the purpose of supervising in the interests of the City materials furnished and work done as the work progresses

36

B The City shall at all times have unrestricted access to all parts of the work and to other places where or in which the preparation of materials and other integral parts of the work are being carried on and conducted

C Contractor shall provide all facilities and assistance required or requested to carry out the work of supervision and inspection by the City including soil and material tests

D Inspection of the work by the above-mentioned authorities or their representatives shall in no manner be presumed to relieve in any degree the responsibility or obligations of Contractor

E No material of any kind shall be used in the work until it has been inspected and accepted by the City All rejected materials shall be immediately removed from the premises Any materials or workmanship found at any time to be defective shall be replaced or remedied at once regardless of previous inspection Inspection of materials shall be promptly made and where practicable at the source of supply

F Whenever the specifications the instructions of the City or the laws ordinances or regulations of any public authority require work to be specially tested or approved Contractor shall give the City timely notice of its readiness for inspection and if the inspection is by another authority of the date fixed for the inspection

7 City of Seminole Insurance Requirements Contractor shall furnish the City with the Certificates of Insurance proving coverage Failure to furnish the required certificates will result in the termination of this Agreement Before starting and until acceptance of the work by the City the contractor shall procure and maintain insurance of the types and the limits specified All Policies with the exception of Workers Compensation must include the City of Seminole its officers agents employees and volunteers as Additional Insured under the liability policies All insurance policies must be written in a manner consistent with the requirements of the Standard Form Agreement Certificates of insurance shall be issued prior to execution of the Notice to Proceed The following are the minimum requirements for insurance coverage

Commercial General Liability (CGL) in occurrence form written by a firm that is authorized to conduct business in the State of Florida and recognized by the State of Florida Insurance Regulations Insurance company must have at least an A- rating from AM Best or a similar rating service

(1) $1000000 per occurrence

(2) $2000000 per aggregate ($1000000 at minimum)

Workers Compensation and Employers Liability

(1) Per State of Florida Statutory requirements

(2) $100000 each accident $100000 per employee for disease and $500000 for all diseases

Commercial Automobile Liability

(1) $1000000 Combined Single Limit

All Policies with the exception of Workers Compensation must include the City of Seminole its officers agents employees and volunteers as Additional Insured under the liability policies Contractor shall hold

37

the City harmless from any actions brought against Contractor due to negligence omission or wrongdoing of Contractor or any of its employees agents representatives and subcontractors All coveragescertificates are to be in effect for the term of this Agreement and must be provided to the Citys Public Works Department prior to the date the service begins and at each renewal thereafter during the term of this Agreement Certificates of Insurance shall be executed on a standard ACORD form

8 Performance Bond To secure performance of Contractorrsquos obligations under this Agreement the Contractor shall provide the City with a Performance Bond in the amount of the full contract price or $ The Contractor shall use the form of the Performance Bond supplied by the City The City shall be authorized to draw upon the Performance Bond to correct any default by Contractor under this Agreement which default shall be determined and substantiated by an Affidavit of Default signed by the City Manager The Performance Bond shall be held by the City through the one-year warranty period specified in Paragraph 13 below

9 Payment of Labor and Materials Bond To secure performance of Contractorrsquos obligations under this Agreement to its subcontractors and suppliers Contractor shall provide the City with a Payment of Labor and Materials Bond in the amount of the full contract price or $ After the execution of this agreement and prior to the notice to proceed the Contractor shall provide the Payment of Labor and Materials Bond to the City in the form supplied by the City The City shall be authorized to draw upon the Payment of Labor and Materials Bond to correct any default by Contractor under this Agreement which default shall be determined and substantiated by an Affidavit of Default signed by the City Manager

10 Notice to Proceed Notice to Proceed shall be issued within ten (10) calendar days of the execution of this Agreement by all parties to include surety bonds If the City fails to issue such Notice to Proceed within that time limit Contractor may terminate the Agreement without further liability on the part of either party Such notice of termination must be tendered in writing to the City Additionally the parties may mutually agree that the time for the Notice to Proceed may be extended

11 Compliance with Laws Contractor and every subcontractor or person doing or contracting to do any work contemplated by this contract shall keep himself or herself fully informed of all national and state laws and all municipal ordinances and regulations in any manner affecting the work or performance of his or her contract or any extra work and shall at all times observe and comply with such laws ordinances and regulations whether or not the laws ordinances or regulations are mentioned in this contract and shall indemnify the City its officers agents and employees against any claim or liability arising from or based on the violation of any such laws ordinances or regulations

12 Certificates and Permits Contractor shall secure at Contractors own expense all necessary certificates licenses and permits from municipal or other public authorities required in connection with the work contemplated by this Agreement or any part of this Agreement and shall give all notices required by law ordinance or regulation Contractor shall pay all fees and charges incident to the due and lawful prosecution of the work contemplated by this Agreement and any extra work performed by Contractor

13 Termination The City may at its sole discretion terminate this Agreement without liability in the event that Contractor fails to provide the Performance Bond or Payment of Labor and Materials Bond Certificates of Insurance required by Paragraph 7 or otherwise fails to meet the conditions precedent to issuance of the Notice to Proceed set forth in Paragraph 10 above The City may also at its sole discretion on one weekrsquos notice to Contractor terminate this Agreement without liability before the completion date and without prejudice to any other remedy the City may have when Contractor defaults in the performance of any provision or fails to carry out the construction of the Project in accordance with the provisions of this Agreement

38

14 Substantial Completion Acceptance The date of substantial completion of the Project shall be a date mutually agreed upon by the City and Contractor In the event that the City and Contractor do not reach an agreement as to the date of substantial completion the Seminole City Council shall determine such date Upon the date of substantial completion Contractor shall certify in writing that substantially all improvements described in the Statement of Work have been completed in conformance with the plans and specifications and submit to the City a completed substantial completion list utilizing a form approved by the City Thereafter and within thirty (30) business days after a request for final inspection by Contractor the City shall inspect the Project and notify Contractor in writing and with specificity of their conformity or lack thereof to the plans and specifications Contractor shall make all corrections necessary to bring the Project into conformity with the plans and specifications Once any and all corrections are completed the City shall complete a Project Acceptance Form and promptly notify Contractor in writing that the Project is in conformance with the approved plans and specifications and the date of such notification shall be known as the Acceptance Date The Acceptance Date shall coincide with the commencement of the one-year warranty period described in Paragraph 15 below Within thirty (30) days of the Acceptance Date the City shall pay Contractor the amount shown on the final draw request provided however that the amount of funds left from the contract price specified in the Notice of Award are sufficient to cover this amount

15 Warranty Contractor shall warrant any and all improvements constituting the Project constructed for the City pursuant to this Construction Agreement for a period of twelve (12) months from the Acceptance Date as set forth in Paragraph 14 herein Specifically but not by way of limitation Contractor shall warrant that

A Any and all improvements constituting the Project shall be free from any security interest or other lien or encumbrance and

B Any and all structures so conveyed shall be free of any defects in materials or workmanship for a period of one (1) year as stated above

16 Corrections to Project If within one (1) year after the date of substantial completion any of Contractorrsquos work on the Project is found to be not in accordance with the standards set forth in the preceding Paragraph 15 Contractor shall at Contractorrsquos expense correct it promptly after receipt of a written notice from the City to do so unless the City has previously accepted such condition Such notice shall be either delivered personally or by overnight express courier or sent by registered or certified mail postage prepaid return receipt requested and must be received by Contractor as soon as practicable after the City discovers the defect or the loss or damage caused by such defect but in no event later than the date that the warranty given hereby expires

17 Modifications The City may modify this Agreement with respect to the arrangement character alignment grade or size of the work or appurtenances whenever in its opinion it shall deem it necessary or advisable to do so Contractor shall accept such modifications when ordered in writing by the City Manager or hisher designee Any such modifications shall not subject Contractor to increased expense without equitable compensation which compensation may be approved by the City pursuant to its Purchasing Policy If any modification results in a decrease in the cost of work involved an equitable deduction from the contract price shall be made These deductions shall be determined by the City Manager or his designee The determination of any such additional compensation or deduction shall be based on the bids submitted and accepted No modifications in the work shown on the plans and described in the specifications shall be made unless the nature and extent of the modifications has first been certified by the City in writing and sent to Contractor

39

18 Attorneys Fees Survival Costs of Collection Should this Agreement become the subject of legal action to resolve a claim of default in performance by any party including the collection of past due amounts the non-prevailing party shall pay the prevailing partyrsquos reasonable attorneysrsquo fees expenses and court costs All rights concerning remedies andor attorneysrsquo fees shall survive any termination of this Agreement

19 Governing Law The laws of the State of Florida shall govern the validity performance and enforcement of this Agreement

20 Assignment This Agreement may not be assigned without the prior written consent of the non-assigning party

21 Amendment This Agreement shall not be amended except by subsequent written agreement of the parties

22 Entire Agreement This Agreement along with any addendums and attachments hereto constitutes the entire agreement between the parties The provisions of this Agreement may be amended at any time by the mutual consent of both parties The parties shall not be bound by any other agreements either written or oral except as set forth in this Agreement

23 Captions The captions in this Agreement are inserted only for the purpose of convenient reference and in no way define limit or prescribe the scope or intent of this Agreement or any part thereof

24 Binding Effect This Agreement shall be binding upon and inure to the benefit of the parties hereto and their respective heirs successors and assigns

25 Severability In the event that any of the covenants agreements terms or provisions contained in this Agreement shall be found invalid illegal or unenforceable in any respect by a court of competent jurisdiction the validity of the remaining covenants agreements terms or provisions contained herein shall be in no way affected prejudiced or disturbed thereby

26 Notices Written notices required under this Agreement and all other correspondence between the parties shall be directed to the following and shall be deemed received when hand-delivered or three (3) days after being sent by certified mail return receipt requested

To the City Ann Toney-Deal ICMA-CM City of Seminole City Manager 9199 113th Street North Seminole FL 33772 (727) 391-0204

Copy to Jay Daigneault Esquire City Attorney 1001 South Fort Harrison Avenue Suite 201 Clearwater Florida 33756 Phone (727) 733-0494 ext 106

40

To the Contractor Name address telephone number

27 Status Contractor is an independent contractor and none of its employees or agents shall be considered an employee or agent of the City for any purpose

28 Insurance and Sovereign Immunity Nothing herein shall be interpreted as a waiver of governmental immunity to which the other parties would otherwise be entitled under Sec 76828 Florida Statutes as amended

29 Public Records Contractor acknowledges that it is acting on behalf of a Public agency and that this Agreement is subject to the provisions of Sec 1190701 Florida Statutes and that Contractor must comply with the public records laws of the State of Florida

IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119 FLORIDA STATUTES TO THE CONTRACTORrsquoS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT

City of Seminole Attn City Clerk

amancusomyseminolecom 9199 113th Street North Seminole FL 33772 727-391-0204

Contractor shall comply with public records laws and Contractor shall

A Keep and maintain public records required by the City to perform the service

B Upon request from the Cityrsquos custodian of public records provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 Florida Statutes (2019) as may be amended or revised or as otherwise provided by law

C Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the City

D Upon completion of the Contract transfer at no cost to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service If the Contractor transfers all public records to the City upon completion of the Contract the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements If the Contractor keeps and maintains public records upon completion of the Contract the Contractor shall meet all applicable requirements for retaining public records All records stored electronically must be provided to the City upon request from the Cityrsquos custodian of public records in a format that is compatible with the information technology systems of the City

41

30 Authority Each person signing this Agreement represents and warrants that said person is fully authorized to enter into and execute this Agreement and to bind the party it represents to the terms and conditions hereof

31 Counterparts This Agreement may be executed in counterparts each of which shall be deemed an original and all of which when taken together shall be deemed one and the same instrument

WHEREFORE the parties hereto have executed duplicate originals of this Construction Agreement on the day and year first written above

[CONTRACTOR]

By

Name

Title

CITY OF SEMINOLE FLORIDA

By Ann Toney-Deal ICMA-CM City Manager

ATTEST Date

City Clerk

42

Exhibit A Notice of Award

Dated September 29 2021 Owner Ownerrsquos Project Manager Owners Resolution No City of Seminole Rodney Due Public Works Director Name of Project Contract

Waterfront Park Landscape and Irrigation Project Engineer

Deuel amp Associates Contractor

Contractorrsquos Address (send Certified Mail Return Receipt Requested)

You are notified that your Bid dated September 17 2021 for the above Contract has been considered You are the Successful Bidder and are awarded a Contract for the Waterfront Park Landscape and Irrigation Project contingent upon delivery of all conditions outlined in the Agreement or herein

See the Bid Documents for details of the scope of work

The Contract Price of your Contract is $

(written)

Three (3) of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award

You must comply with the following conditions precedent within ten (10) days of the date you receive this Notice of Award

1 Deliver to the Owner two (2) fully executed counterparts of the Contract Documents

2 Deliver with the executed Contract Documents the Contract Security [Bonds] as specified in the Instructions to Bidders (Article 19)

3 Certificate of Insurance

Failure to comply with these conditions within the time specified will entitle Owner to consider you in default annul this Notice of Award and declare your Bid security forfeited

City of Seminole Owner

By Authorized Signature

Ann Toney-Deal ICMA-CM City Manager NameTitle

43

Bond

PERFORMANCE BOND

KNOW ALL MEN BY THESE PRESENTS that we the undersigned a organized under the laws of the State of hereinafter referred to as the Contractor and a corporation organized under the laws of the State of Florida and authorized and licensed to transact business in the State of Florida hereinafter referred to as the Surety are held and firmly bound unto the City of Seminole Florida hereinafter referred to as the City in the penal sum of $ lawful money of the United States of America for the payment of which sum the Contractor and Surety bind themselves and their heirs executors administrators successors and assigns jointly and severally by these presents

WHEREAS the above Contractor has on 2021 received a Notice of Award to enter into a contract with the City for furnishing all labor materials equipment tools superintendence and other facilities and accessories for the construction of the Waterfront Park Landscape and Irrigation Project (the ldquoProjectrdquo) in accordance with the Contract Documents therefor which are incorporated herein by reference and made a part hereof and are herein referred to as the Contract

NOW THEREFORE the conditions of this performance bond are such that if the Contractor

1 promptly and faithfully observes abides by and performs each and every covenant condition and part of said Contract including but not limited to its warranty provisions in the time and manner prescribed in the Contract and

pay the City all losses damages (liquidated actual or consequential including but not limited to damages caused by delays in performance of the Contract) expenses costs and attorneysrsquo fees that the City sustains resulting from any breach or default by the Contractor under the Contract then this bond is void otherwise it shall remain in full force and effect in accordance with the Contract

IN ADDITION if said Contractor fails to perform in any respect under the Contract Documents the Surety shall pay any amounts incurred or to be incurred by the City in connection with such failure in an amount not exceeding the amount of this obligation inclusive of without limitation liquidated damages together with any related costs and expenses incurred by the City including without limitation attorneysrsquo fees

IN ADDITION if said Contractor fails to duly pay for any labor materials team hire sustenance provisions or any other supplies used or consumed by said Contractor or its subcontractors in its performance of the Work contracted to be done or fails to pay any person who supplies rental machinery tools or equipment all amounts due as the result of the use of such machinery tools or equipment in the prosecution of the Work the Surety shall pay the same in an amount not exceeding the amount of this obligation together with any related costs and expenses incurred by the City including without limitation attorneysrsquo fees

44

PROVIDED that the said Surety for value received hereby stipulates and agrees that any and all changes in the Contract shall not affect the Suretyrsquos obligations under this bond and the Surety hereby waives notice of any such changes Further Contractor and Surety acknowledge that the penal sum of this bond shall increase in accordance with approved changes to the Contract Documents without obtaining the Suretyrsquos consent up to a maximum of twenty percent (20) of the penal sum hereof

IN WITNESS WHEREOF said Contractor and said Surety have executed these presents as of this day of 2021

CONTRACTOR

By

Name

Title

SURETY

By

Name

Title

(Accompany this Bond with the attorney-in-factrsquos authority from the Surety to execute this Bond certified to include the date of the Bond)

45

Bond

PAYMENT BOND

KNOW ALL MEN BY THESE PRESENTS that we the undersigned a organized under the laws of the State of hereinafter referred to as the Contractor and a corporation organized under the laws of the State of and authorized and licensed to transact business in the State of Florida hereinafter referred to as the Surety are held and firmly bound unto the City of Seminole Florida hereinafter referred to as the City in the penal sum of $ lawful money of the United States of America for the payment of which sum the Contractor and Surety bind themselves and their heirs executors administrators successors and assigns jointly and severally firmly by these presents

WHEREAS the above Contractor has on the 2021 received a Notice of Award to enter into a contract with the City for furnishing all labor materials equipment tools superintendence and other facilities and accessories for the construction of the Waterfront Park Landscape and Irrigation Project (the ldquoProjectrdquo) in accordance with the Contract Documents therefor which are incorporated herein by reference and made a part hereof and are herein referred to as the Contract

NOW THEREFORE the condition of this payment bond obligation is such that if the Contractor shall at all times promptly make payments of all amounts lawfully due to all persons supplying or furnishing it or its subcontractors with labor materials rental machinery tools or equipment used or performed in the prosecution of Work provided for in the above Contract and shall indemnify and save harmless the City to the extent of any and all payments in connection with the carrying out of such Contract which the City may be required to make under law or in equity and for all losses damages expenses costs and attorneysrsquo fees incurred by the City resulting from the failure of the Contractor to make the payments discussed above then this obligation shall be null and void otherwise it shall remain in full force and effect

IN ADDITION if said Contractor fails to perform in any respect under the Contract Documents the Surety shall pay any amounts incurred or to be incurred by the City in connection with such failure in an amount not exceeding the amount of this obligation inclusive of liquidated damages together with any related costs and expenses incurred by the City including without limitation attorneysrsquo fees

PROVIDED that the said Surety for value received hereby stipulates and agrees that any and all changes in the Contract shall not affect the Suretyrsquos obligations under this bond and the Surety hereby waives notice of any such changes Further Contractor and Surety acknowledge that the penal sum of this bond shall increase in accordance with approved changes to the Contract Documents without obtaining the Suretyrsquos consent up to a maximum of twenty percent (20) of the penal sum hereof

46

IN WITNESS WHEREOF said Contractor and said Surety have executed these presents as of this day of 2021

CONTRACTOR

By

Name

Title

SURETY

By

Name

Title

(Accompany this Bond with the attorney-in-factrsquos authority from the Surety to execute this Bond certified to include the date of the Bond)

47

CERTIFICATE OF INSURANCE

CONTRACTOR shall provide his own standard form(s) for Certificate of Insurance naming the City as additionally insured

48

Notice to Proceed

Dated XXXX XX 2021

Owner

City of Seminole Ownerrsquos Project Manager Owners Resolution No

Name of Project Contract ProjectEngineer

Contractor

Contractorrsquos Address (send Certified Mail Return Receipt Requested)

This is to advise you that your Insurance Policy Certificates of Insurance and Bonds have been received Our issuance of this Notice does not relieve you of responsibility to assure that the insurance requirements of the Contract Documents are met for the duration of the Agreement The Agreement dated XXXXXXX XX 2021 covering the above described work has been fully executed

You are hereby authorized and directed to proceed by the Time of Commencement in accordance with Article 2 of the Agreement

In accordance with Article 2 of the Agreement you are notified that Construction under this Agreement will begin on or after XXXXXXX XX 2021 and shall be completed by XXXXXXX XX 2021 (ldquoCompletion Daterdquo) Any liquidated damages for failure to achieve Completion by the date agreed that may be applicable to this Agreement will be calculated using the above Completion Date

City of Seminole Contractor Owner

Received by Given by

Ann Toney-Deal ICMA-CM

City Manager Title Title

Date Date

49

Change Order Form

Dated

Owner City of Seminole

Ownerrsquos Project Manager Rodney Due

Owners Resolution No

Name of Project Contract Project Engineer Deuel amp Associates

Contractor

In the space below itemize the change that is requested for the project and the total cost required to complete the requested change in contracted amount attach any contributing documentation as applicable

Total Amount to be approved for Change Order $

City of Seminole

AnnToney-Deal ICMA-CM Date City Manager

DepartmentHead Date

Contractor

Date

Signature

Attest

City Clerk

50

Substantial Completion Form

Dated

Owner City of Seminole

Ownerrsquos Project Manager Owners Resolution No

Name of Project Contract (Project) Project Engineer

Contractor

In accordance with Paragraph 14 of the City of Seminolersquos Construction Agreement the date of substantial completion of the Project shall be a date mutually agreed upon by the City and Contractor This formis submitted by Contractor and certifies that substantially all improvements described in the Statement of Work have been completed in conformance with the plans and specification with the exception of the following

In the space below itemize what tasks remain outstanding for the project and the timeline for completion of each (attach additional sheets as necessary)

Total Amount to be Retained Pending Final Completion $

Contractor

Signature Date

Printed Name

City of Seminole

Signature ndash Project Manager Date

Signature ndash Department Head Date

51

FINAL RECEIPT AND RELEASE

Project Waterfront Park Landscape and Irrigation Project

Contractor

Final Contract Price

Final Payment

The Contractor hereby certifies

THAT the above noted Final Contract Price is the full compensation due under the Contract for the Project

THAT the above noted Final Payment has been received from the City of Seminole

THAT together with the Final Payment amounts totaling the Final Contract Price have been received from the City of Seminole

THAT the City of Seminole is released from all claims related to the Contract for the Project and

THAT all persons and companies performing labor or furnishing materials for the Project have been paid in full

Contractor

By

Title

Date

52

Project General Requirements Table of Contents

Section Page

01000 General Definitions and Terms 54-59

01010 Summary of Work 60-61

01040 Coordination 62

01160 Unit Prices 63-64

01310 Construction Schedules 65-66

01330 Survey Data 67

01410 Testing 68-69

01510 Temporary Utilities 70

01560 Temporary Control 71

01600 Liquidated Damages 72-73

01700 Contract Closeout 74

01711 Site Cleanup 75

53

Section 01000 General Definitions and Terms

11 General

A Scope

The following conditions are general in scope and may contain requirements covering conditions that may not be encountered in the performance of the Work under contract Where any stipulation or requirement set forth herein applies to any such non-existing condition and is not applicable to the Work under contract such stipulation or requirement shall have no meaning relative to the performance of said Work

B Titles and Subheadings

I The titles and subheadings used in the Contract Documents are for convenience of reference only and shall not be taken or considered as having any bearing on the interpretation of said documents

II Titles used in these specifications having a masculine gender such as workman and the pronouns he or his are for the sake of brevity and are intended to refer to persons of either sex

12 Definitions and Terms

A When the Contract indicates that work shall be accepted acceptable approval approved authorized condemned considered necessary contemplated deemed necessary designated determined directed disapproved established given indicated insufficient interpretation interpreted ordered permitted rejected required reserved satisfactory specified sufficient suitable suspended unacceptable or unsatisfactory it shall be understood that these expressions are followed by the words by the City or to the City

B Additional definitions and terms are provided Wherever the following terms are used in these Contract General Conditions or other Contract Documents the intent and meaning shall apply to both the singular and plural thereof and shall be interpreted as follows

Addenda Written or graphic instruments issued prior to Bid Opening which clarify correct or change the Contract Documents

Bid The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work to be performed

Bidder An individual firm corporation or other legal entity submitting a proposal for the advertised Work and if the Successful Bidder a contractor intending to contract with the City for performance of prescribed Work

54

Bid Documents These shall consist of the following forms and documents Construction Drawings Addenda (if any) Invitation to Bid Instruction to Bidders Bid Form Bid Bond Form Special Conditions Special Provisions Supplemental Specifications Appendix and Construction Drawings (not attached)

Bid Opening The public opening and reading of all bids prepared and submitted in accordance with the Instructions to Bidders at the time and date set forth in the Invitation to Bid

Bid Guaranty The security as designated in the Instructions to Bidders and furnished with the Bid as a guaranty that the Bidder shall enter into the Contract and furnish the Bonds and Certificates of Insurance as required if awarded the Work

Bid Schedule A list of Bid Items in the Bid Form which includes a description approximate quantity and units (if any) unit price and extended amount or lump sum bid for each item The Bid Schedule also includes a line for the Total Bid based on the summation of the extended amounts of all bid items The Bid Schedule may also include bid alternates and a line for the Bidder to enter an estimated date to begin construction

Bonds Bid Performance and Payment Bonds and other instruments of security

Calendar Day Each and every day shown on the calendar beginning and ending at midnight

Change of Work Form The following forms copies of which are provided in the Standard Forms Field Order Work Change Request Request for Adjustment and Change Order

Change Order A document recommended by the City which is signed by the Contractor and by an authorized agent of the City which authorizes an addition deletion or revision in the Work or an adjustment in Contract Price or Contract Time which is issued on or after the Effective Date of the Contract Properly executed Change Orders become a part of the Contract Documents

Construction Drawings (Drawings Plans) The Drawings or Plans which show the character and scope of the Work to be performed which have been prepared or approved by the City and are referred to in the Contract Documents (including Standard Details)

Contract A written agreement between the City and Contractor covering the Work to be performed Other Contract Documents are attached to the Contract and made a part thereof as provided therein

Contract Documents The Standard Contract Documents for Capital Improvements Construction (current edition) and the Bid Documents as defined herein Contract Documents also include Shop Drawings Field Orders Work Change Requests and Change Orders which must be signed by authorized representatives of the City and the Contractor

Contract Time The number of Calendar days allowed for the Substantial andor Final completion of the Work specified in the Contract including authorized time extensions beginning on the date specified in the Notice to Proceed

55

Contractor The person firm or corporation with whom the City intends to or has entered into a Contract

Day Calendar Day

Defective WorkWork that is unsatisfactory faulty or deficient or does not conform to the Contract Documents or does not meet the requirements of a referenced standard test or approval referred to in the Contract Documents or has been damaged prior to the Citys recommendation of Final Payment (unless responsibility for the protection thereof has been assumed by the City at Substantial Completion)

Drawings Same meaning as Construction Drawings

Effective Date The date indicated in an agreement or notice on which it becomeseffective but if no such date is indicated the date on which the instrument is fully signedand delivered by the last of the parties involved

Engineer The Project Engineer who may be a City employee or hired consultant who has been appointed or authorized by the City to oversee the technical aspects of the work and to administer the Contract on behalf of the City The term Engineer may also apply to a Professional Engineer working for a developer who is required to construct public infrastructure

Extra or Additional Work Work which was not a part of the original Contract Documents at the time the Contract was executed for which extra compensation or time is justified in accordance with conditions set forth in the Contract Documents

Field Order A written order issued by the City which directs or allows minor changes inThe Work and which does not involve a change in the Contract Price or Contract Time

Final Completion The date upon which the Work in the Citys opinion and based upon its inspection is acceptable and fully performed in accordance with the Contract Documents and all other requirements or conditions to the Citys advertisement of the Project for final payment have been fulfilled Final Completion shall be evidenced by the Citys issuance of a Letter of Final Completion

Holidays Holidays recognized by the City are

New Years DayJanuary 1 Martin Luther King Day 3rd Monday in January Presidents Day3rd Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day1st Monday in September Veterans Day November 11 Thanksgiving Dayhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip4th Thursday in November Friday after Thanksgiving Christmas DayDecember 25th

When a Holiday as listed above falls on a Saturday it shall be observed on the preceding Friday if the Holiday falls on Sunday it shall be observed on the following Monday

56

Inspector An authorized representative of the City assigned to inspect andor test materials furnished or Work performed by the Contractor

Laboratory Any testing laboratory designated by the City to make tests of the materials and Work involved in the Contract

Liquidated Damages The sum of money the Contractor agrees to pay the City for each day of delay beyond the date due for the completion of specified stages of Work or the complete Contract or in delaying or requiring the City to incur additional costs in the process of obtaining a Contract to perform the Work in the case of Bid Guaranty

Manager The City Manager of the City of Seminole

Notice of Award The written notice by the City to the apparent Successful Bidder stating that upon compliance with the conditionrsquos precedent enumerated therein within the time specified the City shall sign and deliver the Contract

Notice to Proceed Written notice to the Contractor to proceed with the Contract Work specifying when applicable the date of beginning of Contract Time

Plans Same meaning as Construction Drawings

Project The specific Work to be performed as described in the Contract Documents

Project Manager I Facilities Manager Designated City employee in charge of the Project

Request for Adjustment A written request issued by the Contractor for an adjustment in Contract Time or Contract Price A copy of the Request for Adjustment Form is provided in the Standard Forms

Review To examine or re-examine for conformance with the Contract Documents

Schedule of Submittals A schedule of all Shop Drawings material certifications mix designs samples construction schedules (Gantt charts) and other items to be submitted by the Contractor for review andor approval by the City The Schedule of Submittals is included in the Special Conditions and may be modified by the City any time before or after the construction begins

Shop Drawings (Work Drawings) All drawings diagrams illustrations schedules and other data which are specifically prepared by or for the Contractor to illustrate some portion of the Work and all illustrations brochures standards schedules performance charts illustrations diagrams and other information submitted by the Contractor to illustrate material or equipment for some portion of the Work

Special Conditions The part of the Contract Documents which amends or supplements the General Contract Conditions and which are specific to the Work to be performed

Special Provisions Additions and revisions to the Citys Standard Specifications covering conditions peculiar to an individual project

Specifications Those portions of the Contract Documents consisting of written

57

technical descriptions of materials equipment standards and workmanship as applied to the Work These may consist of Standard or Supplemental Specifications Special Provisions andor notes on the Construction Drawings

Standard Contract Documents for Capital Improvements Construction These shall include the following Standard Forms and documents Statement of Bidders Qualifications Instructions to Contractors Regarding Affirmative Action Notice of Award Contract Performance Bond Form Payment Bond Form Notice to Proceed Field Order Form Work Change Request Form Request for Adjustments Form Change Order Form Partial Payment Request Form Certificate for Payment Form Final Receipt and Release General Contract Conditions Standard Specifications as approved for use by the City and Standard Specifications for construction

Standard Details Same meaning as Standard Drawings

Standard Drawings City-approved Standard Drawings and Details which pertain to the Work to be performed

Standard Forms Forms utilized and approved by the City as the Standard Contract Documents for Capital Improvements Construction which are in the format to be used for the stated or intended purpose

Standard Specifications Standard Specifications utilized and approved by the City all of which are incorporated into the Standard Contract Documents for Capital Improvements Construction

Subcontractor An individual firm corporation or other legal entity to which the Contractor subcontracts part of the Contract

Substantial Completion When the Work or a specified part thereof has progressed to the point where the Work in the opinion of the City as evidenced by the Citys Letter of Substantial Completion is sufficiently complete in accordance with the Contract Documents so that the Work or specialized part can be placed in service and utilized for the purpose for which it is intended The terms substantially complete and substantially completed as applied to any Work refer to Substantial Completion thereof

Successful Bidder The actual or apparent responsive responsible and qualified Bidder having the lowest Bid price

Superintendent The Contractors authorized representative who is in responsible charge of the Work

Supplemental Specifications Additional Specifications which may be necessary to cover Work peculiar to an individual project which is not addressed by the Standard Specifications Supplemental Specifications may be a section in the Bid Documents or may appear as notes on Construction Drawings

Surety The corporation partnership or individual other than the Contractor executing a bond furnished by the Contractor

58

City The City of Seminole State of Florida or any employee thereof

City EngineerPublic Works Director Same as Project Manager employed by the City responsible for all construction contract decisions (Also referred to as Engineering Manager)

Work All labor materials equipment and incidentals necessary to successfully complete the project according to all duties and obligations imposed by the Contract

Work Change Request A written directive to the Contractor issued by the Engineer on or after the Effective Date of the Contract requesting the Contractor to provide a cost for pending extra Work or changes in the Work The Work Change Request may also direct the Contractor to proceed with the revision in Work A Work Change Request does not change the Contract Price or Contract Time but is evidence that the parties expect that the change directed or documented by a Work Change Request shall be if implemented incorporated into a subsequently issued Change Order following negotiations by the parties as to its effect if any on the Contract Price or Contract Time

Working Day Any Day exclusive of Saturdays Sundays and City-observed Holidays If City explicitly permits work to be conducted on a Saturday Sunday andor City observed holiday that day shall count as a Working Day for purposes of the Contract Time

End of Section

59

Section 01010 Summary of Work

11 Work Covered by Contract Documents

A The work consists of the construction of the outlined ProjectWaterfront Park Landscape and Irrigation Project

B The Scope of work will consist of the contractor Furnishing all supervision labormaterials appliances tools equipment facilities transportation and servicesnecessary for and incidental to performing all operations in connection withfurnishing delivery and installation of irrigation system trees palms and shrubsas specified herein

C Contractor will follow the engineered set of plans and there will be nosubstitutions without engineer approval first

D The Contractor is responsible for mobilization and clean-up

E The City reserves the right to modify add to or delete portions of any of the bidschedule or omit entire schedules from the scope of the project The City reservesthe right to make design modifications

F Protection and Restoration

a Replace to equal or better conditions all items removed and replaced ordamaged during construction

b The City must approve the condition of all replaced andor restored areasprior to Final Payment

12 Work Sequence

A The Contractor is responsible for coordinating all work including the work ofhis subcontractors with the City Schedules shall be coordinated with the City to accommodate special needs that the City of Seminole may require The work shall begin on or after November 17 2021 As specified in the Agreement the work shall be substantially complete by February 10 2022 The Completion Date may at the Cityrsquos sole discretion be extended if approved by the City in writing

60

13 Delivery and Receipt of Equipment and Materials

A Contractor is responsible for the delivery receipt storage protection and use of equipment and materials in conjunction with this project City shall not receive or take any responsibility for equipment andor materials delivered to the site

14 Notices to Owners Agencies and Authorities

A Contact all affected agencies at least two (2) weeks prior to start of construction

B The City will assist with removal of vehicles from the work area when necessary

End of Section

61

Section 01040 Coordination

11 General

A Coordinate operations under the contract in a manner which will facilitate progress of the work The Contractor shall also coordinate with the City who may have work separate from the General Contractorrsquos contract

B Conform to the requirements of public utilities and concerned public agencies in respect to the timing and manner of performance of operations which affect the services of such utilities agencies or public safety

C Coordinate all operations with the City to provide satisfactory access at all times and keep them informed at all times

D Keep traffic areas free of material construction equipment and other material and equipment

E Conduct operations in a manner to avoid unnecessary interference with public

12 Schedule and Milestones

A Prior to commencing any site work the Owner Owners representative and Contractor shall meet to determine the critical path sequence and scope for the project based on the Ownerrsquos priorities

13 Meetings

A Hold Meetings for coordination of the Work when needed

1 Contractor shall participate in such meetings accompanied by subcontractors as required by City

End of Section

62

Section 01160 Unit Prices ndash General

11 Description

A This Section covers in general methods of measurements and payment for items of Work The Project Construction Specifications also contain information pertaining to methods of measurement and payment Items of Work will be paid for in accordance with the unit prices in the Bid Schedule

1 City will not pay for defective work and will not pay for repair or additional work required to bring the project to a point of acceptance

B Bid Price

1 The Total Bid Price covers all work required by the Contract Documents

a All work not specifically set forth as a pay item in the Bid Form shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the price bid for the various items of work

2 Unit prices shall include all costs in connection with proper successful completion of the Work including furnishing all materials equipment and tools and performing all labor and supervision to fully complete the Work

3 Unit prices shall govern over extensions of sums

4 Unit prices shall not be subject to renegotiation

C Estimated Quantities

1 All quantities stipulated in the Bid Form at unit prices are approximate and are to be used only as a basis for estimating the probable cost of the Work and for the purpose of comparing the Bids submitted for the Work The basis of payment shall be the actual quantity of material furnished and Work done

2 Contractor agrees that he will make no claim for damages anticipated profits or otherwise on account of any difference between the amount of Work actually performed and materials actually furnished and the estimated amount thereof

3 City reserves the right to decrease increase or delete parts of the project

63

12 Mobilization

A The Lump sum price for the Waterfront Park Landscape and Irrigation Project shall include all costs for bonds insurance permits moving construction equipment to the site and similar costs which are not affected significantly by variation in quantities of the Work

13 Project Closeout

A The costs for project closeout shall be considered incidental to the Work and will not be paid for separately Project Closeout includes the removal of all construction plant materials equipment and all excess or waste materials remaining at completion of Construction restoration of the site and final clean-up and the furnishing of all documentation required by the Contract Documents prior to Final Payment

End of Section

64

Section 01310 Construction Schedules

11 General

A Prepare a schedule of all construction operations and procurements after review of tentative schedule and scope by parties attending the Preconstruction Meeting

1 No Work is to begin at the site until Cityrsquos acceptance of the Construction Progress Schedule and Report of delivery of equipment and materials

2 Working hours shall be Monday thru Friday between 700 am and 700 pm unless otherwise approved by the City

12 Content

A Construction Progress Schedule

1 Show the complete work sequence of construction by activity and location as needed

13 Progress Revisions

A Submit revised schedules and reports when changes are foreseen when requested by the City and with each application for progress payment

B Show changes occurring since previous submission

1 Actual progress of each item to date

2 Revised projections of progress and completion

C Provide a narrative report as needed to define

1 Anticipated problems recommended actions and their effects on the schedule

2 The effect of changes on schedules of others

65

14 Cityrsquos Responsibility

A City review is only for the purpose of checking conformity with the Contract Documents and assisting Contractor in coordinating the Work with the needs of the project

B It is not to be construed as relieving Contractor from any responsibility to determine the means methods techniques sequences and procedures of construction as provided in the General Conditions

End of Section

66

Section 01330 Survey Data

11 Survey Requirements

A The Contractor will provide construction surveying for the project (if any)

End of Section

67

Section 01410 Testing

11 General

A Provide such equipment and facilities as the City may require for conducting field tests and for collection and forwarding samples Do not use any materials or equipment represented by samples until tests if required have been made and the materials or equipment are found to be acceptable Any product which becomes unfit for use after approval hereof shall not be incorporated into the Work

B All materials or equipment proposed to be used may be tested at any time during their preparation or use Furnish the required samples without charge and give sufficient notice of the placing of orders to permit the testing Products may be sampled either prior to shipment or after being received at the site of the Work

C Tests shall be made by an accredited testing laboratory selected by the City Except as otherwise provided sampling and testing of all materials and the laboratory methods and testing equipment shall be in accordance with the latest standards and tentative methods of the American Society for Testing Materials (ASTM)

D Where additional or specified information concerning testing methods sample size etc is required such information is included under the applicable sections of the Specifications Any modification of or elaboration on these test procedures (which may be included for specific materials under their respective sections in the Specifications) shall take precedence over these procedures

12 Cityrsquos Responsibilities

A City shall be responsible for and shall pay all costs in connection with testing for the following

1 Materials and quality assurance testing services (as needed)

2 Contractor shall coordinate and cooperate with the technicians doing the testing and all testing and testing requirements for the project

13 Contractorrsquos Responsibilities Contractor is responsible for any and all re-testing for Work or materials found defective or unsatisfactory and proposed or directed remedial action and corrective action taken Document inspections and tests as required by each Section of the Specifications Provide copies to the City weekly

68

14 Contractorrsquos Quality Control System

A General The Contractor shall establish a quality control system to perform sufficient inspection and tests of items of Work including that of his subcontractor to ensure conformance to the functional performance of this project This control shall be established for all construction except where the Contract Documents provide for specific compliance tests by testing laboratories or engineers employed by the City The Contractorrsquos control system shall specifically include all testing required by the various sections of these specifications

B Superintendence The Contractor shall employ a full time Superintendent to monitor and coordinate all facets of the Work Superintendent shall be on site when Work is in progress (ie weekend work) The Superintendent shall have adequate experience to perform the duties of Superintendent

C Quality Control Contractorrsquos quality control system is the means by which he assures himself that his construction complies with the requirements of the Contract Documents Controls shall be adequate to cover all construction operations and should be keyed to the proposed construction schedule

D Records Maintain correct records on an appropriate form for all inspections and tests performed instructions received from the Cityor Cityrsquos representative and actions taken as a result of those instructions These records shall include evidence that the required inspections or tests have been performed (including type and number of inspections or test nature of defects causes for rejection etc) proposed or directed remedial action and corrective action taken Document inspections and tests as required by each Section of the Specifications Provide copies to the City weekly

End of Section

69

Section 01510 Temporary Utilities

11 Utilities

A Furnish all utilities necessary for construction

12 Water

A City will furnish water in reasonable amounts for the Work at existing fire hydrants and connections without charge to Contractor

B Make arrangements with the City as to the amount of water required and time when water will be needed

C Unnecessary waste of water will not be tolerated

D Contractor shall furnish necessary water trucks pipes hoses nozzles and tools and perform all necessary labor

13 Sanitary Facilities ndash Contractorrsquos Responsibilities

A Furnish temporary sanitary facilities at the site in the usable vicinity of the construction for the needs of construction workers and others performing work or furnishing services on the project (If Public Restrooms are unavailable)

B Properly maintain sanitary facilities of reasonable capacity throughout construction periods

1 Furnish at least one toilet per 20 men per construction location

C Enforce the use of such sanitary facilities by all personnel at the site

End of Section

70

Section 01560 Temporary Controls

11 Noise Control

A Take reasonable measures to avoid unnecessary noise when construction activities are being performed

B Construction machinery and vehicles shall be equipped with practical sound muffling devices and operated in a manner to cause the least noise consistent with efficient performance of the Work

C Cease operation of all machinery and vehicles between the hours of 700 pm and 700 am

12 Dust Control

A Dusty materials in piles or in transit shall be covered when necessary to prevent blowing dust

13 Pollution Control

A Prevent the pollution of drains and water courses by sanitary wastes concrete sediment debris and other substances resulting from construction activities

1 Retain all spent oils hydraulic fluids and other petroleum fluids in containers and dispose off-site

2 Prevent sediment debris or other substances from entering sanitary sewers storm drains culverts andor open ditches and waterways

End of Section

71

Section 01600 Liquidated Damages

11 Liquidated Damages

If the Contractor does not achieve Final Completion by the required date of any individual phase whether by neglect refusal or any other reason the date for Final Completion may be extended in writing by the Owner As provided elsewhere this provision does not apply for delays caused by the City The parties agree and stipulate that the Contractor shall pay liquidated damages to the City for each such day that final completion is late

The Contractor agrees that as part of the consideration for the Citys awarding of this Contract liquidated damages in the amount of $500 the first day and $100 for each day after is reasonable and necessary to pay for the actual damages resulting from such delay The parties agree that the real costs and injury to the City for such delay include hard to quantify items such as Additional engineering inspection and oversight by the City and its agents additional contract administration inability to apply the efforts of those employees to the other work of the City perceived inefficiency of the City citizens having to deal with the construction and the Work rather than having the benefit of a completed Work on time inconvenience to the public loss of reputation and community standing for the City during times when such things are very important and very difficult to maintain

The Contractor must complete the Work and achieve final completion included under the Bid Schedule in the number of consecutive calendar days after the City gives its written Notice to Proceed When the Contractor considers the entire Work ready for its intended use Contractor shall certify in writing that the Work is substantially complete In addition to the Work being substantially complete Final Completion date is the date by which the Contractor shall have fully completed all clean-up and all items that were identified by the City in the inspection for final completion Unless otherwise stated in the Special Conditions for purposes of this liquidated damages clause the Work shall not be finished and the Contract time shall continue to accrue until the City gives its written Final Acceptance

If the Contractor shall fail to pay said liquidated damages promptly upon demand thereof after having failed to achieve Final Completion on time the City shall first look to any retainage or other funds from which to pay said liquidated damages if retainage or other liquid funds are not available to pay said liquidated damages amounts the Surety on the Contractors Performance Bond and Payment Bond shall pay such liquidated damages In addition the City may withhold all or any part of such liquidated damages from any payment otherwise due the Contractor

Liquidated damages as provided do not include any sums to reimburse the City for extra costs which the City may become obligated to pay on other contracts which were delayed or extended because of the Contractors failure to complete the Work within the Contract Time Should the City incur additional costs because of delays or extensions to other contracts resulting from the Contractors failure of timely performance the

72

Contractor agrees to pay these costs that the City incurs because of the Contractors delay and these payments are separate from and in addition to any liquidated damages

The Contractor agrees that the City may use its own forces or hire other parties to obtain Substantial or Final Completion of the work if the time of completion has elapsed and the Contractor is not diligently pursuing completion In addition to the Liquidated Damages provided for the Contractor agrees to reimburse the City for all expenses thus incurred

End of Section

73

Section 01700 Contract Closeout

11 Substantial Completion

A Substantial Completion of the Waterfront Park Landscape and Irrigation Project shall be defined as the completion of all landscaping and irrigation and any other pertinent items as required for this project

B Substantial Completion dates or times are outlined in the Contract Documents

12 Final Completion

A Final Completion shall be defined as the completion of all Work including clean-up all punch list items completed and all processing of all change orders The Work must be ready for Final Payment and Acceptance

B Final Completion will be subject to the terms outlined in the Contract Documents

End of Section

74

Section 01711 Site Cleanup

11 General

A Execute cleanup during progress of the Work and at completion of the Work

12 Description

A Store volatile wastes in covered containers and dispose offsite

B Provide on-site covered containers for the collection of waste materials debris and rubbish

C Neatly store construction materials

D Broom clean exterior paved surfaces and rake other exterior surfaces

13 Disposal

A Wastes shall not be buried or burned on the site or disposed of into storm drains sanitary sewers streams ditches or waterways

B When approved by the City the Contractor my stockpile and store materials and equipment within the Park The contractor shall protect all materials and equipment stored in the Park during non-working hours

C All excess materials shall become property of the Contractor unless otherwise directed by the City

D Remove waste materials clearing materials demolition materials unsuitable excavated materials debris and rubbish for the site at least weekly and dispose of at disposal areas furnished by the Contractor away from the site

End of Section

75

SPECIFICATIONS

Irrigation contractor to provide controller and all materials heads amp piping for a fully functional irrigation system Manufacturer shall be Hunter (preferred) Rain Bird Netafim or The Toro Co Irrigation Division See notes in irrigation plan

Soil preparation Remove and replace or condition soil where the trees and shrubs are to be planted according to the landscape plan Tiger CR 90 granular elemental sulfur is recommended to treat the high pH levels Target soil pH levels should be between 65 and 7 Aerate soil Large mulch rings shall be placed around trees and shrubs Pine mulch is preferable

Plant and supply trees palms and shrubs in specific locations shown on the attached maps All trees palms and shrubs must be Florida Grade 1 quality or better according to the most recent version of the Florida Dept of Agriculture Grades and Standards and also meet the minimum standards on the quote form All plants shall be watered in until thoroughly established as part of the planting responsibilities Trees or Palms that die during the warranty period as determined by the City must be replaced at no cost under warranty The replacement treepalmshrub must also be watered until established

Each tree and palm shall have mulch applied over the planted area with a three-inch depth mulch meeting the standards listed below Mulch shall be Grade 1 non-cypress mulch Color shall match adjacent landscaped areas or determined by the Project Manager if not applicable Mulch shall consist of shredded wood chips be uniform in color be free of invasive plant seeds dirt twigs and debris such as plastic and rocks Mulch must not contain arsenic materials and must be pulled back two inches form each tree to prevent moisture build up All treespalms must be staked either with 2x 4 boards or Wellington tape of similar strapping material using industry standards Tape or strapping material covered with six inches of 1rdquo diameter PVC pipe at ground level to prevent weed eater damage during maintenance activities Bamboo and metal stakes along with green nursery tape shall be removed from trees unless authorized to remain by the Project Manager Trees should be able to stand upright without support stakes tied to the trunk Approximately six months after planting and upon requested by the City all staking material must be removed by the contractor as part of this bid

Locating underground utilities shall be the responsibility of the contractor prior to installing irrigation system or planting The contractor is responsible to call 811 for underground locate services and to coordinated with the City Representative to locate City underground infrastructure in the Park (not to include adjacent right-of-wayrsquos) A seven-day notice prior to digging will be required to allow time to determine these locations

76

SEMINOLE WATER PARK

SOIL REPORT

City of Seminole Florida

Deuel amp Associates Inc 565 S Hercules Ave Clearwater FL 33764

May 25 2021

1

SCHEDULE OF DRAWINGS

77

Table of Contents

Soil Report 3-5

Appendix

Soil Test Sample Reports

Sample 1 - pH - 80 - low potassium - CEC - 156- high compaction

Sample 2 - pH - 78 - low potassium and magnesium CEC - 101- high compaction

Sample 3 - pH - 67 - low potassium CEC-126- high compaction

Sample 4 - pH - 71- low potassium - CEC-127- high compaction

Sample 5 - pH - 78- low potassium and magnesium -CEC - 151- high compaction

Sample 6- pH -80 - low potassium and magnesium - CEC- 137- high compaction

Sample 7 - pH - 64 - low potassium -CEC- 87 (low) - high compaction

Sample 8- pH - 75 - low potassium -169- high compaction

Sample 9 - pH - 77 - low potassium -153- high compaction

Sample 10- pH - 74 - low potassium - 106- high compaction

Soil Remediation Plan

2

78

Mayberry Tree Consulting

City of Seminole Florida

Seminole Water Park

Soil Report

Overview

The following report is a summary of the soil testing I conducted at the Seminole Waterfront Park

site and includes recommendations for treatments to improve both soil and plant health Ten soil

tests were performed at locations annotated on the site plan attached to this report The soil at

these locations was tested for pH levels cation exchange capacity and nutrient levels Two areas

were tested to check soil texture In addition soil at the 10 locations were tested for compaction

The 10 soil samples and texture samples were collected and delivered to SiteOne Landscape

Supply and then sent to Spectrum Analytic Inc for analysis I performed the soil compaction test

using the agraTronix 08180 Soil Compaction Tester Table 1 below includes the results of the

soil and compaction tests Following this table are recommendations to improve the existing soil

to the extent that it will allow for the proposed landscape plants to be maintained in a healthy

growing condition

Soil Analysis Results

Table 1

Soil Texture sand 8500 silt 000 clay 1500 = loamy sand - high compaction

Sample 1- pH - 80 - low potassium - CEC - 156- high compaction

Sample 2- pH - 78- low potassium and magnesium CEC -101- high compaction

Sample 3 - pH - 67 - low potassium CEC-126 - high compaction

Sample 4-pH - 71- low potassium - CEC-127- high compaction

Sample 5- pH - 78- low potassium and magnesium -CEC - 151- high compaction

Sample 6- pH -80- low potassium and magnesium - CEC- 137- high compaction

Sample 7 - pH -64 - low potassium - CEC - 87 (low) - high compaction

Sample 8- pH - 75 - low potassium -169- high compaction

Sample 9- pH - 77 - low potassium -153- high compaction

Sample 10-pH - 74 - low potassium -106- high compaction

3

79

Soil Chemistry

The nutrients required for plants to grow and carry out their life cycle functions are absorbed as

a liquid solution in the soil These solid particles only become soluble in soil moisture at certain

pH levels When they are soluble nutrients can be absorbed by plant roots when they are in a

solid state they cannot be absorbed Nutrient deficiencies can lead to decline or death of a plant

Deficiencies can also prevent a newly installed plant from growing or surviving Nutrient

deficiencies can be caused be by a lack of nutrients in the soil or when the nutrients are present

in the soil but not in an available (soluble) form The soil pH scale ranges from 0-14 A soil pH of

7 is neutral A soil pH below 7 is acidic and a soil above 7 is alkaline If the soil pH is too low (acidic)

or too high (alkaline) certain nutrients may not be available Nutrients such as iron and

manganese become less available as the soil pH rises above neutral while phosphorus is

unavailable around 55 Most trees and shrub species prefer a soil pH between 60 - 65 The

Southern magnolia (Magnolia grandiflora) is an example of an acid loving plant however trees

such as the live oak (Quercus virginiana) are more pH tolerant and can grow in acidic or alkaline

soils preferable between 60 - 75

The soil pH scale is based on a logarithmic function A pH of 80 is ten times more alkaline than a

pH of 7 and a pH of 90 is a hundred times more alkaline than a pH of 80 and the same is true in

reverse for acidic soils Soils have a property called buffering capacity that resists changes in the

pH Consequently it takes time to raise or lower soil pH and due to the logarithmic function of

the pH scale the farther away a pH is from the target pH the longer it will take to get there

The landscape plan for the Seminole Water Park is an exceptional plan featuring a wide variety

of tree shrub and groundcover species To accommodate this spectrum of plants I recommend

a target pH of 65 - 70 As eight of the soil samples were alkaline with pH levels ranging from 71

to 80 the speed at which the target pH levels can be achieved will vary Five of the soil samples

have a pH of 75 or greater with extreme levels of calcium These areas will be difficult to bring

down to target levels and there is no way to accurately predict how long the process will take

These soils may take up to a year or more to bring down to the pH target range The soils with a

pH below 75 should respond sooner Typically lime is used to raise pH and sulfur is used to lower

pH Granular elemental sulfur is the safest and least expensive way to treat the high pH levels

and is the recommend treatment prescribed herein

The soil compaction issue also affects the soil pH and overall plant health and will have to be

treated in concert with the pH treatments Plants depend on the exchange of gases in and out of

soils Oxygen enters the large pore spaces and is used by roots during the respiration process

Carbon dioxide is a byproduct of respiration and must diffuse out of the soil or it becomes toxic

to plant roots It is critical to improve the soil structure as good structure increases microbial

activity Sulfur treatments are done in stages with periodic testing of the soil pH until the desired

level is achieved Soil aeration is essentially a one-time treatment The following section will

provide specifications for the soil treatment procedures

4

80

Recommended Treatments

NOTE 1 Although at this stage it may be impractical one option is to remove the existing fill

material and replace it with a high-quality soil

NOTE2 The areas with a soil pH of 75 or greater may resist altering the pH for an extended

period of time and may take a few years or more to reach target pH levels

NOTE 3 The existing soils at the subject property are not suitable for the tree shrub and

groundcover species proposed in the landscape plan for this site The most serious problem is

the high pH levels A secondary problem but a major concern are the compacted soils A minor

problem is nutrient deficiencies and extreme levels of calcium Some of the nutrient issues will

be corrected when the pH is corrected Some fertilization may be required later

NOTE 4 I recommend forestalling additional installations of landscape plants until the soil pH is

corrected

High Soil pH Treatment and Soil Aeration

Apply Tiger CR 90 granular elemental sulfur at the rate of 35 pounds per 1000 square feet evenly

over the soil surface in areas delineated on the attached site plan Cover the sulfur with one inch

of medium grain sand (grain size 0425-2 millimeter) Soil can be tilled if slightly damp but not

wet Add three inches ofthe free treated mulch provided at Pinellas Countys Landfill This mulch

is weed free and heat-treated to kill pathogens Before tilling call for a utility locate Till the sulfur

sand and mulch into the soil with a rototiller device to a depth of 6- 8 When tilling is complete

water the entire area

After a period of three months check the soil pH and compaction levels If the soil pH is above 7

repeat the sulfur treatment and check the pH in three months Continue the three-month

treatment until the target soil pH levels of 65 - 7 is achieved This may occur soon in some areas

Once the pH levels are achieved cease the sulfur treatments Check the pH levels once a year and

treat with sulfur if the pH rises above 7 Maintain large mulch rings and replenish mulch as

needed Pine straw in an excellent mulch and an acidifier Organic mulches in general will help

acidify the soil and prevent the need for future sulfur treatments In addition the organic

component will help maintain good soil structure

In summary the dredged materials used as a fill have high pH levels and are extremely

compacted The existing soils cannot support plant growth and establishment By following the

prescribed treatments the new soil will support the proposed plants in a healthy growing

condition Roots will readily colonize the new soil Once established the soil will continually

improve on its own if nutrient cycling is practiced (mulch) and adequate soil moisture is

maintained Please contact me via email at amayberrytampabayrrcom or by phone at (727)

735-8953 if you have any questions regarding this report

s

81

Appendix

6

82

REPORT TO 110 0 5 TURF AND ORNAMENT AL SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT cEppoundchum cl-nafJtic

1087 Jamison Road NW 6781 118TH AVE N SUBMITTED BYFOR C ITY OF SEMINOLE Washlngon Court House OH 43160-8748

LARGO FL 33773 3310 04192021 wwwspectrumanalyticcom

RESULTS OF ANALYSIS CALCULATED VALUES Line Number RESULTS OF ANALYSIS Soil Buffer Pounds per Acre Available Nutrient Base Saturation Pounds per Acre Available Nutrient Soluble pH pH CEC LAB NO p K Ca Mg K Ca Salts OM Mg H Na Fe Mn Zn Cu Na mmhoscm 1 H07091 8 0 108 76 8026 152 15 6 0 5 96 4

2

3

4 5

6

7

8

9

10

11 AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

b SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Num er I I MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 1 ZOYSIAGRASS LAWN MED 0 1 50- 2 so s 000 300 7 50 2

3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

1nalyzed by Spectrum Analytic Inc For help understanding your tests go to https spectrumanalyticcomhelp 8

83

TURF AND ORNAMENTAL REPORTTO 11005 SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT ~pecbium cff nafJtic

1087 Jamison Road NW SUBMITTED BYFOR CIT Y OF SEMI NOLE 6781 118TH AVE N Washingon Court House OH 43160-87UI LARGO F L 33773 3310

04 192021 www spectrumanalyticcom

RESULTS OF ANALYSIS CALCULATED VALUES Line Number RESULTS OF ANALYSIS Soil Buffer Pounds per Acre Available Nutrient Base Saturation Pounds per Acre Available Nutrient Soluble

1

LAB NO

H07092

pH

78

pH p

60 K

46 Ca

5150 Mg

100

CEC

10 l K

05 Ca

96

Mg

4 H Na Fe Mn Zn Cu Na

Salts mmhoscm

OM

2

3 4

5

6

7

8

9 10

11 AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Number MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 2 ZOYSIAGRASS LAWN MED 0 150 - 250 s 075 5 00 4 50 2

3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

~nalyzed b y Spectrum Anal ytic Inc For help understanding your test s go to https spectrumanal yticcomhelp 8

84

TURF AND ORNAMENTAL REPORT TO 11005 ~fuctlum cl-nafytfo SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT

1087 Jamison Road NW SUBMITTED BYFOR CITY OF SEMINOLE 6781 118TH AVE N Washingon Court House OH 43160-8748 3310 LARGO FL 33773 0419202 1 wwwspectrumanalyticcom

RESULTS OF ANALYSIS CALCULATED VALUES RESULTS OF ANALYSIS Line Number Soil Buffer Pounds per Acre Available Nutrient Base Saturation Pounds per Acre Available Nutrient Soluble

LAB NO pH pH p K Ca Mg CEC

K Ca Mg H Na Fe Mn Zn Cu Na Salts

mmhoscm OM

1 H07093 67 7 3 78 74 5100 194 12 6 06 76 6 2 3

4 5

6

7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number I SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 3 ZOYSIAGRASS LAWN MED 0 150-2 50 s 025 300 4 00 2

3

4

5

6 7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analytic Inc For he lp unders tanding your t ests go to https spectrumanalytic comhelp 8

85

TURF ANO ORNAMENTAL REPOR 10middot 11005 SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT ~ptct~um cff-naLytc

1087 Jamison Road NW 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE Washlngon Court House OH 43160-8748

LARGO FL 33773 3310 04192021 wwwspectrumanalyticcom

Line Number

LAB NO 1 H07094

Soil pH

71

RESBuffer

pH

ULTS OF ANALYSIS Pounds per Acre Avail able Nutrient p K Ca Mg

12 4 74 5818 158

CALCULATED VALUES Base Saturation CEC

K Ca Mg H

12 7 06 86 5 Na

RESULTS OF ANALYSIS Pounds per Acre Available Nutrient Soluble

Salls Fe Mn Zn Cu Na mmhoscm OM

2

3

4

5

Is 7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

b SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Num er I I MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 4 ZOYSIAGRASS LAWN MED 0 150- 250 s 000 300 5 00 2 3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analytic Inc For help understanding your tests go to httpsspectrumanalytic comhelp 8

86

TURF AND ORNAMENTAL SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT ~fuctrium df-nafytic REPORTTO ll005

6781 118TH AVE N SUBMITTED BYFOR C ITY OF SEMINOLE 1087 Jamison Road NW WashngonCourtHous OH 43160-8748 LARGO FL 33773 3310

04192021 www1pectrumanalyticcom

RESULTS OF ANALYSIS CALCULATED VALUES Line Number RESULTS OF ANALYSIS Soil Buffer Pounds per Acre Available Nutrient Base Saturation Pounds per Acre Available Nutrient Soluble pH pH CEC LAB NO p K Ca Mg Salts OM K Ca Mg H Na Fe Mn Zn Cu Na mmhosem 1 H07095 7 8 108 52 7790 128 151 0 4 97

3

2 3

4

5 6

7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RES UL TS

SURPLUS

HIGH

ADEQUATE

LOW

SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Number I I

MAINT SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn

1 5 ZOYSIAGRASS LAWN MEO 0 150-250 s 0 00 500 7 50 2

3

4

5

6 7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analy Ll~ Inc for help understanding your tests go t o ht tpsspectrumanalytic comhe l p 87

REPORT TO 11005 TURF AND ORNAMENT AL SITEONE L~NDSCAPE SOIL TEST AND RECOMMENDATION REPORT ~fa-Echum dlnafJtfo 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE 1087 Jamison Road NW

Washlngon Court Housr OH 43160-8748 LARGO EL 33773 3310 04192021 wwwspectromanalyticcom

Line Number RESULTS OF ANALYSIS CALCULATED VALUES RESULTS OF ANALYSIS

Soil Buffer Pounds per Acre AvailabpH pH

le Nutrient CEC

Base Saturation Pounds per Acre Available Nutrient Soluble LAB NO p K Ca Mg K Salts 0M Ca Mg H Na Fe Mn Zn Cu Na mmhoscm 1 H07096 8 0 96 46 7004 134 13 7 0 4 96 4

2

3

4 5

6

7

a 9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 6 ZOYSIAGRASS LAWN MED 0 150-2 50 s 0 00 5 00 6 50 2 3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analytic Inc Eor help understanding your tes ts go t o httpsspectrumanalyticcomhelp 88

REPORT TO 11005 TURF AND ORNAMENTAL SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT cpoundp-Ectgtium cl-nafytic 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE 1087 Jamison Road NW

Washingon Court House OH 43160-8148 LARGO FL 33773 3310 04192021 wwwsplaquotumanolytccom

RESULTS OF ANALYSIS CALCULATED VALUES Line Number RESULTS OF ANALYSIS Soil Buffer Pounds per Acre Available Nutrient pH pH p CEC

Base Saturation Pounds per Acre Available Nutrient Soluble LAB NO K Ca Mg K Salts OM Ca Mg H Na Fe Mn Zn Cu Na mmhoscm 1 H07097 6 4 72 112 62 4290 162 8 7 08 92 7 2

3

4 5

6

7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT

MAINT SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 7 ZOYSIAGRASS LAWN MED 0 150- 250 s 0 00 5 00 250

2

3

4

5

6

7

8

9

10 11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analytic Inc For help understanding your tests go to htt pss pectrumanalyticcomhelp 89

TURF ANO ORNfMEt ~l REPORT iO 11005 SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT poundpeclium oJnJyffo 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE 1087 Jamison Road NW LARGO FL 33773 3310 Wohlngon Court Houe OH 43160-8748

04192021 WWWJpectrumonolytlccom

Line Number RESULTS OF ANALYSIS CALCULATED VALUES Soil Buffer Pounds per Acre Available Nutrient RESULTS OF ANALYSIS pH Base Saturation LAB NO pH p K Ca Mg

CEC Pounds per Acre Available Nutrient Soluble 1 K Ca Mg H Na Fe Mn Zn Salls OM H07098 7 5 60 4 76 Cu Na mmhoscm 2

9666 504 169 05 89 11

3

4

5

6

7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number I SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT MAINT SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq 1 8 P205 K20 Mg Fe Mn Zn ZOYSIAGRASS LAWN MED 0 2 1 50-2 50 s 000 3 00

3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE R ESULTS

nalyzed by Spectrum Analytic Inc For help understanding your tests go to https spectrumanalytic comhelp 90

TURF AND ORNAMENTAL REPORT TO 1 1005 c3fa-Ecbum c1-naytic SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT

1087 Jamison Road NW SUBMITTED BYFOR CITY OF SEMINOLE 6781 118TH AVE N Washngon Court House OH 43160-8748 LARGO FL 33773 3310

04192021 wwwspectrumanalyticcom

RESLine Number

ULTS OF ANALYSIS CALCULATED VALUES RESULTS OF ANALYSIS

1 LAB NO

H07099

Soil pH

77

Buffer pH

Pounds per Acre Available Nutrient p K Ca Mg

210 116 7680 206

CEC

153

K

0 8

Base Saturation Ca Mg H

94 5

Na Pounds per Acre Available Nutrient

Fe Mn Zn Cu Na

Soluble Salls

mmhoslcm OM

2

3

4

5 6

7

8

9

10

11 AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Number ) MAJNT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 9 ZOYSIAGRASS LAWN MED 0 150-2 50 s 000 3 00 600 2

3

4

5

6

7

8

9

10 11 RECOMMENDATIONS FOR AVERAGE RESULTS

1nalyzed by Spectrum Analytic Inc For help unders tanding your tests go to httpsspectrumanalyti ccomhelp 9

91

REPOR1 TOmiddot l l()()) TURf ~NO ORt~~t~l SITEONE L~NDSCAPE tD SOl iEST AND RECOMMENDATION REPORT Sipecum JnJyf ic 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE 1081 Jamison Road NW LARGO FL 33773 3 310 Washngon Court House OH 43160-8748

04192021 wwwspecttUmQnolytiGcom Line Number

Soil RESULTS OF ANALYSIS CALCULATED VALUES Buffer Pounds per Acre Available Nutrient RES UL TS OF ANALYSIS

pH Base Saturation LAB NO pH p K Ca Mg CEC

K Pounds per Acre Available Nutrient Soluble

1 Ca Mg H Na Fe Mn Salts 0M H07100 7 4 164 76 4914 344 10 6 0 8 87 12 Zn Cu Na nvnhoscm I

2 3

4

5

6

7

8 9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT

MAINT SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq 1 10 ZOYSIAGRASS LAWN MED P205 K20 Mg Fe Mn Zn

2 0 150-2 50 s 0 0 0 3 00 3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS ~nalyzed by Spectrum Analytic Inc For help understanding your tests go to https spectrumanalytic comhe l p 92

f I

l

I J

I I 1 I I

DESIGN LC

L O N G

ii t---+--+----------+----1DRAW ~

II I ffpoundVf DAlE REVISION BY apoundaltED APC

~ I

I

I

lia TARY IIAHHOIE -~

MW 085

r I I

SKKJVOpoundC IYA7KRFROJV7 PARK SOpound RKKK1JA70JV PMJV

SEMINOLE PINELLAS COUNTY FLORIDA

~

~ I I

~ I 1 I s

0 c

z 0 90 80 ampbull- I SCALll 1 bull 90

MlRK ORDER ND 2016-32

DAlE May 24 2021

SCALE 1 bull - JO

LEROY 0-IIN FL RLA 00012011 SHEET ND L2 DF LJ

X X X X X X X X X X X

X

X

X

X

X

X

X

X

X

X X

PICNICAREA

X X X X X X X X X X X X X X X X X X X X X X X

X

W W W W W W W W W

W W W

W

W

W

W

W

W

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107 93

371 sf 371 sf

3130 sf 371 sf

371 sf 371 sf 371 sf 371 sf 371 sf 371 sf 371 sf 371 sf

153 sf 153 sf

371 sf

371 sf

1447 sf

2728 sf

SOIL SAMPLE NO 7 pH 64

Recommend Aerate Soil

5930 sf

371 sf 371 sf

371 sf 371 sf 371 sf

371 sf 371 sf

SOIL SAMPLE NO 8 pH 75

Recommend Add Sulfur and Aerate Soil

371 sf

153 sf

153 sf

153 sf

371 sf

371 sf

371 sf

SOIL SAMPLE NO 9 pH 77

Recommend Add Sulfur and Aerate Soil

153 sf

153 sf 371 sf

1050 sf

153 sf

371 sf

153 sf 153 sf 153 sf 153 sf 153 sf 153 sf

371 sf 153 sf 371 sf

3541 sf

1368 sf

371 sf

371 sf 371 sf

SOIL SAMPLE NO 1 pH 80

Recommend Add Sulfur and Aerate Soil

371 sf 371 sf

4995 sf

371 sf 110 sf 48 sf

347 sf

403 sf

SOIL SAMPLE NO 6 pH 80

Recommend Add Sulfur and Aerate Soil

2725 sf

673 sf

371 sf

SOIL SAMPLE NO 5 pH 78

Recommend Add Sulfur and Aerate Soil

371 sf

371 sf 371 sf

371 sf

371 sf

371 sf

153 sf

153 sf 153 sf

153 sf

371 sf

371 sf

371 sf

371 sf

371 sf

50 sf 50 sf 153 sf 50 sf

153 sf 153 sf

153 sf 153 sf

153 sf 153 sf

50 sf 50 sf

50 sf

371 sf

371 sf

4125 sf

SOIL SAMPLE NO 2 pH 78

Recommend Add Sulfur and Aerate Soil

371 sf 371 sf 153 sf

371 sf

2850 sf

378 sf 272 sf

918 sf 660 sf

371 sf

SOIL SAMPLE NO 4 pH 71

Recommend Add Sulfur and Aerate Soil

371 sf

371 sf

371 sf

371 sf

SOIL SAMPLE NO 3 pH 67

Recommend Aerate Soil

371 sf

4030 sf

371 sf 371 sf

153 sf 153 sf

371 sf

50 sf

50 sf 153 sf 153 sf

50 sf

371 sf

371 sf

371 sf

50 sf

371 sf

1450 sf 1795 sf

371 sf 371 sf 50 sf

50 sf 371 sf

50 sf

371 sf

50 sf

1760 sf

TOTAL SQ FT SOIL REMEDIATION

2890 sf

371x 68 = 25228 sf +153x31 = 4743 sf

+50x14 = 700 sf +110+4995+673+3130

+1447+2728+5930+1050 +3541+1368+347+2725

+403+2808+37+272+918 +660+1450+2890+1795

+1760+4030+4125+48 = 80251 sq ft

SOIL SAMPLE NO 10 pH 74

Recommend Add Sulfur and Aerate Soil

AutoCAD SHX Text
PED
AutoCAD SHX Text
SPEED LIMIT
AutoCAD SHX Text
W
AutoCAD SHX Text
W
AutoCAD SHX Text
TSP
AutoCAD SHX Text
SPEED LIMIT
AutoCAD SHX Text
NO TRESPASSING
AutoCAD SHX Text
W
AutoCAD SHX Text
NO TRESPASSING
AutoCAD SHX Text
NO TRESPASSING
AutoCAD SHX Text
45MP
AutoCAD SHX Text
45MP
AutoCAD SHX Text
MH
AutoCAD SHX Text
STOP
AutoCAD SHX Text
MH
AutoCAD SHX Text
P A R K B O U L E V A R D
AutoCAD SHX Text
L O N G B A Y O U
AutoCAD SHX Text
2 CC
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
MH
AutoCAD SHX Text
MH
AutoCAD SHX Text
SANITARY MANHOLE RIM=635
AutoCAD SHX Text
S
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
e
AutoCAD SHX Text
EHH
AutoCAD SHX Text
g
AutoCAD SHX Text
g
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
t
AutoCAD SHX Text
w
AutoCAD SHX Text
W
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
S
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
May 24 2021
AutoCAD SHX Text
1 = 30
AutoCAD SHX Text
L2
AutoCAD SHX Text
L3
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
SOIL REMEDIATION PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
LC
AutoCAD SHX Text
LC
AutoCAD SHX Text
APC
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
30
AutoCAD SHX Text
60
AutoCAD SHX Text
30
AutoCAD SHX Text
N
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206

94

BB

~ ~ 0 N I

m I v

bull C

bull ~ i ~ C ~

j l

~ ~ C e ~ bull I ~ middot~ ~ 0

E ~

~ r

a N

t

I i---

10middot ------------

ios---- - 2os-----

I I I I I I

I I I

I

rmiddot I

--- amiddotbull

-f------ bull------- 0 ----- 0

middotmiddot_middoti----

L 0 N G

DESIGN BAB

t----t------t---------------------+----IDRAWNbull CMM

REV DATE REVISION BY CHECKEDbull APC

6 Pl~ -- ~PINE

I

bull

I I

s

I

B A Y O U

I I

I

I

I I

I

I

I I

I

~

r

bull

----

-- -- --

I I

0

I

I

I

----

f

711N0 - - - -

I 0

0

TT

I I I

z OHE --

o 30 eo bullbullbull I re -----~1

SCALE 1 = 30

SPREAD

1 ALL 1IOOD SHALL IE fRIJCE OR PINE-NOT PRESSURE lREATED 2 ~ TIES SHAU NOT CROSS OVER WIXlDT ROOTS 3 REMOIE AU STRING ampIm llllRE IAAPPED ARCtltm lRlfrlK 4 =AlLAU S1RoPS RltFES aiE a(lR STRINGS USED TO LIFT TIpound

5 REMOIE AU BURLAP ~ llllRE FROM lHE TOP Of 11pound ROOT 81L ti TOP a= R001BAU TO EjE SET LEoEL SIH SURROUNDING FINISH GR-DE

21lt2Xc STMCE - ---

rle2X4 - -- awss

IEOff

ULCH ~ DEPlM

TILLED AND LOOSENED NATIpound SOL BACKFLL

FERTUZER TABLEIS All FECFlED PLACE UNFtRIIL Y AROUND ROOT MASS BEnlEEN MIDDLE ANO BOTTOM IF ROOT IIASS

2-2X4bull STAKE W1ClNG TAPER MN 111 INlO UNDISTURBED SOIL I

I I I I I I

HEIGHT ___ MULCH 3bull FROM STEMS

TREE PLANTING DETAIL

I I

0

0 TABLETS AS

CE UNIFOOMLY ND ROOT MASS

b(fo ~ M=

3 TO 5 TIMES WIDlH Of ROOlBAlL

PREPARED PLANTING SOIL

EXISTING UNDISTURBEO SOIL

NTS

I I

SHRUB amp GROUNDCOVER PLANTING DETAIL

bull~-middot-bull middot middotmiddot bulleoN~m middot SIDiWAUlt middotbullbull 0 - bull middot

I=~-

I I I

ltmiddot l ~-~ ~-~ laquopD I I

ii I I

ii ii

I I I

GENFRAI NOTES 1 CONTACT PUBLIC WORKS FOR LOCATING ALL UNDERGROUND UTILITIES PRIOR TO ANY EXCAVATION OF THE SITE RODNEY E

DUE 729-367-6383 EXT 249 amp 811 ALL PLANT MATERIAL SHALL BE FL GRADE 1 OWNER SHALL INSPECT TREES PRIOR TO OFF LOADING FROM TRUCK ALL REJECTED TREES SHAUL BE REMOVED FROM SITE amp NEW PLANTS SHAUL BE PROVIDED BY LANDSCAPE CONTRACTOR

2 ALL REMAINING AREAS WITH NO SHRUBS OR GROUNDCOVER PLANTING SHALL BE SODDED WITH BAHIA GRASS - NO EXCEPTIONS

3 ALL TREES PALMS SHAUL HAVE A MINIMUM 3 DIAMETER TREE RING AT BASE AND MULCHED UNLESS PLANTED WITH GROUNDCOVER PLANTINGS

4 PLANT QUANIDIES ARE PROVIDED AS A GUIDE AND CONVENIENCE CONTRACTOR SHAUL BE RESPONSIBLE TO VERIFY QUANTITIES AND PROVIDE PLANS IN LOCATIONS AS SHOWN ON LANDSCAPE PLANS AND ADJUSTMENT TO HIS PRICING NO EXCEPTIONS

5 ALL MULCHED BEDS SHAUL BE A MINIMUMMAXIMUM OF 3 THICK AFTER COMPACTION ALL MULCHING SHALL BE WITH PINE STRAW

6 ALL PLANTINGS SHALL BE WATERED AS SOON AS THEY ARE PLANTED - NO EXCEPTIONS

7 ALL STAKING OF TREES SHAUL BE COMPLETED WITHIN 24 HOURS AFTER PLANTING - NO EXCEPTIONS

8 SITE SHALL BE POLICED AND TIDED UP AT END OF WORK DAY NO PLANT POTS OR WRAPPINGS OR ANY OTHER PLANTING DERBIES SHALL BE LEFT ON SITE AT END OF DAY OR IN A TRASH COLLECTION CONTAINER ON SITE

QTY

24 14 7 25 16 17

30 7 7

5 10

11 12

15 10 2 2 15 24 18 11 1 17 15

20

I

KEY

GS CLO so MG RM RP

BC RE SRC

FP MP

CP FTP

WW WBB CMN CMM JT SB TL TO BBB WB

BB

NTS

PLANT SPACING DETAIL

(NO-OFFSET) NTS

TILLED MCI LOOSENED NAllIE 1101 MCKFILL

BOTANICAL NAME

CANOPY TREES

Cossio fisulo Quercus virginiano cathedral Qurecus shumardii Magnolia grandiflora Acer rubrum Delonio regio Toxodium distichum Eucalyptus deglupto Juniper siliclo

PALMS Wodyetia bifurata Phoenix dactylifera

Adonidio merrillii Caryoto witis

UNDERSTORY TREES Salix bobylonio Collstemon viminalis Logerstroemia indico Natchez bull

Lagerstroemio indica Muskogee Jatropho interirmo Conocorpus erectus Ligustrum lucidum tree) Osmanthus fragrans Butter Yellow

Bambusa ventricoso Pleioblastus simonii

Bombusa chungii Fer esio Juzhoi ou

SpoundVJVOLpound fl7ATpoundRFROJVT PARK TRpoundpound L4JVlJSCAPpound PLAJVTJVC PL4JV SEMINOLE PINELLAS COUNTY FLORIDA

BACK Of CURB BED LINE

IIEUOYE IIILJIIraquo MCI -I 11E MATElllshyFACIM mtE TOP 1J OF II001Blil

----=-4~ lttr~~N ~------ (3) 211411JS WOODEN STAKES

PALM PLANTING DETAIL NTS

COMMON NAME

Golden ShowerGolden Cathedral Live Oak Shumard Oak Magnolia Red Maple Royal Poinciana Bald Cypress Rainbow Eucalyptus

Southern Red Cedar

Foxtail Palm Medjool Palm Christmas Palm Fish Tail Palm

Weeping Willow Weeping Bottlebrush Crape Myrtle Natchez Crape Myrtle Muskogee Jatropa Tree Silver Buttonwood

Chai

Tree Lugustrum Tree Tee Olive Butter Yellow Buddha Belly Bamboo White Simon Bamboo Tropical Blue Bamboo Red Clum in Bamboo

SIZE

Min 12-15 Ht 3bull Caliper FL1 Min 12-15 Ht 3 Caliper FL1

Min 12-15 Ht 3 Caliper FLf Min 12-15 Ht 3bull Caliper - FL 1 Min 12-15 Ht 3bull Caliper - FL1 Min 12-15 Ht 3 Caliper - FL1

Min 12-15 Ht 3 Caliper - FLf 1 Min 12-15 Ht 3bull Caliper FL 1

Min 10-12 Ht 3 Coliper FL1

Min 15 Clear Trunk NO BLEMISHES Min 15 Clear Trunk NO BLEMISHES Min 6 Clear Trunk NO BLEMISHES Min 6 OVERAUL Ht 15 Gal Cont

Min B-10 Ht 2 Caliper FL1 Min B-10 Ht 2 Caliper FL1 Min 8-10 Ht 2 Caliper Std FL1 Min B-10 Ht 2 Caliper Std FL11 Min 6 Overall Ht amp Single Trunk Min 6 Ht and 2 Caliper Min 6x6 HtampSpr Multi-Stem 2bullcal Min 6 Ht and 2 Caliper

Min 36 Ht 5 Gal Container 14-24 ht 3 gal container (min)

14-24 ht 3 gal container (min) 14-24 ht 3 al container min

LEROY CHIN FL RLA 0001206

PROPOSED LANDSCAPE LEGEND

0 0 e EB 0

i

0

reg

reg $ ~

0

CATHEDRAL LIVE OAK (CLO)

GOLDEN SHOWER (GS)

SOUTHERN MAGNOLIA (GM)

( ii

RED MAPLE (RM)

ROYAL POINCIANA (RP)

FOXTAIL PALM (FP)

MEDJOOL PALM (MP)

MANILACHRISTMAS PALM (CP)

SOUTHERN RED CEDAR (SRC)

BUTTERFLY BUSH

WEEPING WIULOW (WW)

WEEPING BOffiEBRUSH (WBB)

CRAPE MYRTLE Natchez (CMN)

CRAPE MYRTLE Muskogee (CMM)

RAINBOW EUCALYPTUS (RE)

BALD CYPRESS (BC)

JATROPHA TREE (JT)

GREEN BUTTONWOOD

SILVER BUTTONWOOD (SB)

SHUMARD OAK (SO)

TEA OLIVE (TO)

BUTTERFLY BUSH (BB)

TREE LIGUSTRUM (TL)

BUDDHA BEULY BAMBOO (BBB)

FISH TAIL PALM (FTP)

WHITE CLUMPING BAMBOO

BLUE CLUMPING BAMBOO

RED CLUMPING BAMBOO

REMARKS DROUGHT NATNE

Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader

Accent Tree

Palm FL11 Palm FL1

Palm FL 1 Polm FL1

Accent Tree Accent Tree Accent Tree Accent Tree Accent Tree Accent Tree

Accent Tree Accent Tree Accent Plant Accent plant 48

Accent plant 48 Accent lent 48

spacing spacing

TOLERANCE

High High Medium Medium High High High High High

High High High Medium

Low Low Medium Medium Medium High High High Medium High High Hi h

No Yes Yes Yes Yes No

Yes No Yes

Yes No No

No

Yes No Yes Yes No No No No No Yes Yes Yes

WORK ORDER NO 2016-32

DATE DECEMBER 7 2020

SCALE 1 - 30

SHEET NO 4 OF 8

X X X X X

SITE

LINE

FRO

M PI

RATE

SHI

P

X X WETLAND

X

SITE

LINE

FRO

M PI

RATE

SHI

P

X X X

WETLAND

WETLAND

X X X X X X X X

TO

X X X X

PICNICAREA

X X X

X X

X X

X X

X

X X

X

X X

(7) BB (9) RB (8) BB (11) RB

(4) CLO (1) CMM (1) CMN (1) CMM Remove Existing (9) WB Palm Clusters (7) GS

(4 ) WBB

(3) JT (1) CLO (8) WB (4) TO (4) RE

(3) MG

(1) CMN (5) SO (1) CLO (2) RE (5) GS (8)FTP (3) CLO (1) JT (2) RP

(3) SB (1) SB

(7) SRC

(2) JT (2) CLO

(1) Budda Belly Bamboo

(5) CP (7) FTP

(1) SB

(1) RP (6) RP

X X X X X X X X

(5) SB (5) SO (1) CLO

(7) BC

(1) CMN

(5) WW

W W W W W W W W W

W W

W

W

W

W

W

W W

(9) TL 6 X 6

(3) MG (5) RP

(8) BC

(1) CLO (1) MG

(2) MG

(1) MG

(2) MG (5) FP

(5) MP (5) MP

(4) SB

(2) MG (3) SB (7) TO

(1) CLO

(6) CP

(9) TL 6 X 6 (1) MG

(3) MG

(1) MG

(4) RM (1) MG

(1) RM

(8) GS (2) MG

(4) MG

(3) SB

(1) WW

(9) JT

(5) GS

(8) RM POND AERATOR Remove Existing

(ARTWORK) Palm Clusters (1) CLO

TO TO

TO

TO

TO TO

TO TO

TO TO

TO

(1) WW (1) SB (2) RM

(5) BC (2) RM (3) SB (3) RP

(6 ) WBB (1) WW

(10) BC (1) WW

(6) WW

TREE PLANT LIST

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

AutoCAD SHX Text
10
AutoCAD SHX Text
10
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
10
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
14
AutoCAD SHX Text
14
AutoCAD SHX Text
AP CLUSTER
AutoCAD SHX Text
7AP
AutoCAD SHX Text
7AP
AutoCAD SHX Text
4AP
AutoCAD SHX Text
5AP
AutoCAD SHX Text
5AP
AutoCAD SHX Text
12AP
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
8PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
6PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
5PINE
AutoCAD SHX Text
6PINE
AutoCAD SHX Text
P A R K B O U L E V A R D
AutoCAD SHX Text
L O N G B A Y O U
AutoCAD SHX Text
2 CC
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
60
AutoCAD SHX Text
50
AutoCAD SHX Text
50
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
50
AutoCAD SHX Text
45
AutoCAD SHX Text
70
AutoCAD SHX Text
41
AutoCAD SHX Text
41
AutoCAD SHX Text
45
AutoCAD SHX Text
60
AutoCAD SHX Text
50
AutoCAD SHX Text
45
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
70
AutoCAD SHX Text
70
AutoCAD SHX Text
45
AutoCAD SHX Text
50
AutoCAD SHX Text
50
AutoCAD SHX Text
7
AutoCAD SHX Text
17
AutoCAD SHX Text
27
AutoCAD SHX Text
40
AutoCAD SHX Text
7
AutoCAD SHX Text
-3
AutoCAD SHX Text
-23
AutoCAD SHX Text
-33
AutoCAD SHX Text
-13
AutoCAD SHX Text
27
AutoCAD SHX Text
17
AutoCAD SHX Text
7
AutoCAD SHX Text
40
AutoCAD SHX Text
40
AutoCAD SHX Text
27
AutoCAD SHX Text
17
AutoCAD SHX Text
7
AutoCAD SHX Text
-3
AutoCAD SHX Text
-13
AutoCAD SHX Text
-23
AutoCAD SHX Text
-33
AutoCAD SHX Text
S
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
e
AutoCAD SHX Text
EHH
AutoCAD SHX Text
g
AutoCAD SHX Text
g
AutoCAD SHX Text
S
AutoCAD SHX Text
t
AutoCAD SHX Text
w
AutoCAD SHX Text
W
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
S
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
DECEMBER 7 2020
AutoCAD SHX Text
1 = 30
AutoCAD SHX Text
4
AutoCAD SHX Text
8
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
TREE LANDSCAPE PLANTING PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
BAB
AutoCAD SHX Text
CMM
AutoCAD SHX Text
APC
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
30
AutoCAD SHX Text
60
AutoCAD SHX Text
30
AutoCAD SHX Text
N
AutoCAD SHX Text
PREPARED PLANTING SOIL
AutoCAD SHX Text
EXISTING UNDISTURBED SOIL
AutoCAD SHX Text
3 MULCH LAYER
AutoCAD SHX Text
MULCH 3 FROM STEMS
AutoCAD SHX Text
SPREAD
AutoCAD SHX Text
3 TO 5 TIMES WIDTH
AutoCAD SHX Text
OF ROOTBALL
AutoCAD SHX Text
HEIGHT
AutoCAD SHX Text
FERTILIZER TABLETS AS SPECIFIED PLACE UNIFORMLY AROUND ROOT MASS BETWEEN MIDDLE AND BOTTOM OF ROOT MASS
AutoCAD SHX Text
SHRUB amp GROUNDCOVER PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
MULCH 3 FROM TRUNK
AutoCAD SHX Text
OF THE ROOTBALL
AutoCAD SHX Text
3 TO 5 TIMES THE WIDTH
AutoCAD SHX Text
SPREAD
AutoCAD SHX Text
HEIGHT
AutoCAD SHX Text
MULCH 3 DEPTH
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
UNDISTURBED SOIL
AutoCAD SHX Text
2X2X4 STAKE
AutoCAD SHX Text
18MIN
AutoCAD SHX Text
2X2X4 CROSS MEMBER
AutoCAD SHX Text
2X2X4 STAKE
AutoCAD SHX Text
TILLED AND LOOSENED
AutoCAD SHX Text
NATIVE SOIL BACKFILL
AutoCAD SHX Text
NOTES 1 ALL WOOD SHALL BE SPRUCE OR PINE-NOT PRESSURE TREATED ALL WOOD SHALL BE SPRUCE OR PINE-NOT PRESSURE TREATED 2 CROSS TIES SHALL NOT CROSS OVER WOODY ROOTS CROSS TIES SHALL NOT CROSS OVER WOODY ROOTS 3 REMOVE ALL STRING ampOR WIRE WRAPPED AROUND TRUNK REMOVE ALL STRING ampOR WIRE WRAPPED AROUND TRUNK 4 REMOVE ALL STRAPS ROPES WIRE ampOR STRINGS USED TO LIFT THE REMOVE ALL STRAPS ROPES WIRE ampOR STRINGS USED TO LIFT THE ROOTBALL 5 REMOVE ALL BURLAP ampOR WIRE FROM THE TOP OF THE ROOT BALL REMOVE ALL BURLAP ampOR WIRE FROM THE TOP OF THE ROOT BALL 6 TOP OF ROOTBALL TO BE SET LEVEL WITH SURROUNDING FINISH GRADETOP OF ROOTBALL TO BE SET LEVEL WITH SURROUNDING FINISH GRADE
AutoCAD SHX Text
TILLED AND LOOSENED NATIVE SOIL BACKFILL
AutoCAD SHX Text
FERTILIZER TABLETS AS SPECIFIED PLACE UNIFORMLY AROUND ROOT MASS BETWEEN MIDDLE AND BOTTOM OF ROOT MASS
AutoCAD SHX Text
2-2X4 STAKE WLONG TAPER MIN 18 INTO UNDISTURBED SOIL
AutoCAD SHX Text
TREE PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
2X2X4 CROSS MEMBER
AutoCAD SHX Text
2-25 DRYWALL SCREWS
AutoCAD SHX Text
WATER RING (6 WIDTH amp HEIGHT) PROVIDING A WATER COLLECTION BASIN
AutoCAD SHX Text
PROPOSED LANDSCAPE LEGEND CATHEDRAL LIVE OAK (CLO) GOLDEN SHOWER (GS) SOUTHERN MAGNOLIA (GM) SYCAMORE (PO) RED MAPLE (RM) ROYAL POINCIANA (RP) FOXTAIL PALM (FP) MEDJOOL PALM (MP) MANILACHRISTMAS PALM (CP) SOUTHERN RED CEDAR (SRC) BUTTERFLY BUSH WEEPING WILLOW (WW) WEEPING BOTTLEBRUSH (WBB) CRAPE MYRTLE Natchez (CMN) CRAPE MYRTLE Muskogee (CMM) RAINBOW EUCALYPTUS (RE) BALD CYPRESS (BC) JATROPHA TREE (JT) GREEN BUTTONWOOD SILVER BUTTONWOOD (SB) SHUMARD OAK (SO) TEA OLIVE (TO) BUTTERFLY BUSH (BB) TREE LIGUSTRUM (TL) BUDDHA BELLY BAMBOO (BBB) FISH TAIL PALM (FTP) WHITE CLUMPING BAMBOO BLUE CLUMPING BAMBOO RED CLUMPING BAMBOO
AutoCAD SHX Text
SIZE
AutoCAD SHX Text
BOTANICAL NAME
AutoCAD SHX Text
COMMON NAME
AutoCAD SHX Text
KEY
AutoCAD SHX Text
QTY
AutoCAD SHX Text
REMARKS
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Magnolia grandiflora
AutoCAD SHX Text
Magnolia
AutoCAD SHX Text
MG
AutoCAD SHX Text
25
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Cathedral Live Oak
AutoCAD SHX Text
Quercus virginiana cathedral
AutoCAD SHX Text
CLO
AutoCAD SHX Text
14
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Lagerstroemia indica Natchez
AutoCAD SHX Text
CMN
AutoCAD SHX Text
2
AutoCAD SHX Text
Weeping Willow
AutoCAD SHX Text
Salix babylonia
AutoCAD SHX Text
WW
AutoCAD SHX Text
15
AutoCAD SHX Text
Taxodium distichum
AutoCAD SHX Text
Rainbow Eucalyptus
AutoCAD SHX Text
BC
AutoCAD SHX Text
30
AutoCAD SHX Text
Crape Myrtle Natchez
AutoCAD SHX Text
Eucalyptus deglupta
AutoCAD SHX Text
RE
AutoCAD SHX Text
7
AutoCAD SHX Text
Min 15 Clear Trunk NO BLEMISHES
AutoCAD SHX Text
Wodyetia bifurata
AutoCAD SHX Text
Foxtail Palm
AutoCAD SHX Text
FP
AutoCAD SHX Text
5
AutoCAD SHX Text
Palm FL1
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Royal Poinciana
AutoCAD SHX Text
Delonia regia
AutoCAD SHX Text
RP
AutoCAD SHX Text
17
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Medjool Palm
AutoCAD SHX Text
Phoenix dactylifera
AutoCAD SHX Text
MP
AutoCAD SHX Text
10
AutoCAD SHX Text
Min 10-12 Ht 3 Caliper FL1
AutoCAD SHX Text
Southern Red Cedar
AutoCAD SHX Text
Juniper silicla
AutoCAD SHX Text
SRC
AutoCAD SHX Text
7
AutoCAD SHX Text
Jatropa Tree
AutoCAD SHX Text
Bald Cypress
AutoCAD SHX Text
Jatropha interirma
AutoCAD SHX Text
JT
AutoCAD SHX Text
15
AutoCAD SHX Text
Qurecus shumardii
AutoCAD SHX Text
SO
AutoCAD SHX Text
7
AutoCAD SHX Text
Buddha Belly Bamboo
AutoCAD SHX Text
Shumard Oak
AutoCAD SHX Text
Bambusa ventricosa
AutoCAD SHX Text
BBB
AutoCAD SHX Text
1
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Accent Plant
AutoCAD SHX Text
Medium
AutoCAD SHX Text
High
AutoCAD SHX Text
Low
AutoCAD SHX Text
Medium
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
Medium
AutoCAD SHX Text
Medium
AutoCAD SHX Text
Medium
AutoCAD SHX Text
DROUGHT TOLERANCE
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
NATIVE
AutoCAD SHX Text
Min 15 Clear Trunk NO BLEMISHES
AutoCAD SHX Text
Palm FL1
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Min 36 Ht 5 Gal Container
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Red Maple
AutoCAD SHX Text
Acer rubrum
AutoCAD SHX Text
RM
AutoCAD SHX Text
16
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Conocarpus erectus
AutoCAD SHX Text
SB
AutoCAD SHX Text
24
AutoCAD SHX Text
Silver Buttonwood
AutoCAD SHX Text
High
AutoCAD SHX Text
No
AutoCAD SHX Text
Christmas Palm
AutoCAD SHX Text
Adonidia merrillii
AutoCAD SHX Text
CP
AutoCAD SHX Text
11
AutoCAD SHX Text
Palm FL 1
AutoCAD SHX Text
High
AutoCAD SHX Text
No
AutoCAD SHX Text
Min 6 Clear Trunk NO BLEMISHES
AutoCAD SHX Text
Weeping Bottlebrush
AutoCAD SHX Text
CalIstemon viminalis
AutoCAD SHX Text
WBB
AutoCAD SHX Text
10
AutoCAD SHX Text
Low
AutoCAD SHX Text
No
AutoCAD SHX Text
GENERAL NOTES 1 CONTACT PUBLIC WORKS FOR LOCATING ALL UNDERGROUND UTILITIES PRIOR TO ANY EXCAVATION OF THE SITE RODNEY E DUE 729-367-6383 EXT 249 amp 811 ALL PLANT MATERIAL SHALL BE FL GRADE 1 OWNER SHALL INSPECT TREES PRIOR TO OFF LOADING FROM TRUCK ALL REJECTED TREES SHALL BE REMOVED FROM SITE amp NEW PLANTS SHALL BE PROVIDED BY LANDSCAPE CONTRACTOR 2 ALL REMAINING AREAS WITH NO SHRUBS OR GROUNDCOVER PLANTING SHALL BE SODDED WITH BAHIA GRASS - NO EXCEPTIONS 3 ALL TREES PALMS SHALL HAVE A MINIMUM 3 DIAMETER TREE RING AT BASE AND MULCHED UNLESS PLANTED WITH GROUNDCOVER PLANTINGS 4 PLANT QUANTITIES ARE PROVIDED AS A GUIDE AND CONVENIENCE CONTRACTOR SHALL BE RESPONSIBLE TO VERIFY QUANTITIES AND PROVIDE PLANS IN LOCATIONS AS SHOWN ON LANDSCAPE PLANS AND ADJUSTMENT TO HIS PRICING NO EXCEPTIONS 5 ALL MULCHED BEDS SHALL BE A MINIMUMMAXIMUM OF 3 THICK AFTER COMPACTION ALL MULCHING SHALL BE WITH PINE STRAW 6 ALL PLANTINGS SHALL BE WATERED AS SOON AS THEY ARE PLANTED - NO EXCEPTIONS 7 ALL STAKING OF TREES SHALL BE COMPLETED WITHIN 24 HOURS AFTER PLANTING - NO EXCEPTIONS 8 SITE SHALL BE POLICED AND TIDED UP AT END OF WORK DAY NO PLANT POTS OR WRAPPINGS OR ANY OTHER PLANTING DERBIES SHALL BE LEFT ON SITE AT END OF DAY OR IN A TRASH COLLECTION CONTAINER ON SITE
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Min 8-10 Ht 2 Caliper Std FL1
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Min 8-10 Ht 2 Caliper FL1
AutoCAD SHX Text
Min 8-10 Ht 2 Caliper FL1
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Min 6 Ht and 2 Caliper
AutoCAD SHX Text
Min 6 Overall Ht amp Single Trunk
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206
AutoCAD SHX Text
Tree Lugustrum Tree
AutoCAD SHX Text
Osmanthus fragrans Butter Yellow
AutoCAD SHX Text
TO
AutoCAD SHX Text
11
AutoCAD SHX Text
Ligustrum lucidum (tree)
AutoCAD SHX Text
TL
AutoCAD SHX Text
18
AutoCAD SHX Text
Tee Olive Butter Yellow
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
No
AutoCAD SHX Text
No
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Min 6 Ht and 2 Caliper
AutoCAD SHX Text
Min 6x6 HtampSpr Multi-Stem 2cal
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
PLANT SPACING DETAIL (NO-OFFSET)
AutoCAD SHX Text
NTS
AutoCAD SHX Text
OC SPACING
AutoCAD SHX Text
OC SPACING
AutoCAD SHX Text
ALL SHRUBSGROUNDCOVER TO BE TRIANGULAR SPACING SEE PLANT LIST FOR OC SPACING
AutoCAD SHX Text
12 OC SPACING MIN SETBACK FOR SHRUBS amp GROUNDCOVERS
AutoCAD SHX Text
BACK OF CURB BED LINE
AutoCAD SHX Text
CLEAR TRUNK
AutoCAD SHX Text
CLEAR WOOD
AutoCAD SHX Text
TRUNK SHALL BE STRAIGHT AND
AutoCAD SHX Text
WITHOUT CURVES FREE OF SCARS
AutoCAD SHX Text
BURNMARKS AND BOOTS
AutoCAD SHX Text
3 MULCH LAYER
AutoCAD SHX Text
(3) 2x4x36 WOODEN STAKES
AutoCAD SHX Text
EXISTING UNDISTURBED SOIL
AutoCAD SHX Text
2X4 WOOD BRACE (3 EA MIN)
AutoCAD SHX Text
NAIL TO BATTENS amp STAKES
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
5 (15m) MIN
AutoCAD SHX Text
OF THE ROOTBALL
AutoCAD SHX Text
MIN 3 TIMES THE WIDTH
AutoCAD SHX Text
FERTILIZER TABLETS
AutoCAD SHX Text
AS SPECIFIED PLACE
AutoCAD SHX Text
UNIFORMLY AROUND
AutoCAD SHX Text
ROOT MASS BETWEEN
AutoCAD SHX Text
OF ROOT MASS
AutoCAD SHX Text
MIDDLE AND BOTTOM
AutoCAD SHX Text
TILLED AND LOOSENED
AutoCAD SHX Text
NATIVE SOIL BACKFILL
AutoCAD SHX Text
5 - 2x4x16 WOODEN BATTENS
AutoCAD SHX Text
CONNECTED WITH 2-34 STEEL BANDS
AutoCAD SHX Text
5 LAYERS OF BURLAP
AutoCAD SHX Text
PALM PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
CABBAGE PALMS MAY BE HURRICANE CUT ALL OTHERS MUST HAVE FRONDS TIED WBIODEGRADABLE STRAP OR TWINE
AutoCAD SHX Text
BASE OF LEAF BUD
AutoCAD SHX Text
BASE OF HEARTNUT
AutoCAD SHX Text
OF PALM
AutoCAD SHX Text
OR APPROVED ALTERNATE
AutoCAD SHX Text
WATER RING (6 WIDTH amp HEIGHT) PROVIDING A WATER COLLECTION BASIN
AutoCAD SHX Text
DEPTH OF
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
REMOVE BURLAP AND ALL TIE MATERIAL FROM TYHE TOP 13 OF ROOTBALL
AutoCAD SHX Text
NOTE STAKING amp GUYING REQUIRED FOR PALM IF NECESSARY OR AS DIRECTED BY LANDSCAPE ARCHITECT
AutoCAD SHX Text
Lagerstroemia indica Muskogee
AutoCAD SHX Text
CMM
AutoCAD SHX Text
2
AutoCAD SHX Text
Crape Myrtle Muskogee
AutoCAD SHX Text
Medium
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Min 8-10 Ht 2 Caliper Std FL1
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Fish Tail Palm
AutoCAD SHX Text
Caryota witis
AutoCAD SHX Text
FTP
AutoCAD SHX Text
12
AutoCAD SHX Text
Palm FL1
AutoCAD SHX Text
Medium
AutoCAD SHX Text
No
AutoCAD SHX Text
Min 6 OVERALL Ht 15 Gal Cont
AutoCAD SHX Text
CANOPY TREES
AutoCAD SHX Text
PALMS
AutoCAD SHX Text
UNDERSTORY TREES
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Golden ShowerGolden Chain
AutoCAD SHX Text
Cassia fisula
AutoCAD SHX Text
GS
AutoCAD SHX Text
24
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
High
AutoCAD SHX Text
No
AutoCAD SHX Text
Pleioblastus simonii
AutoCAD SHX Text
WB
AutoCAD SHX Text
White Simon Bamboo
AutoCAD SHX Text
14-24 ht 3 gal container (min)
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Accent plant 48 spacing
AutoCAD SHX Text
BB
AutoCAD SHX Text
Tropical Blue Bamboo
AutoCAD SHX Text
14-24 ht 3 gal container (min)
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Accent plant 48 spacing
AutoCAD SHX Text
RB
AutoCAD SHX Text
Red Clumping Bamboo
AutoCAD SHX Text
14-24 ht 3 gal container (min)
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Accent plant 48 spacing
AutoCAD SHX Text
Fargesia Juzhaigou
AutoCAD SHX Text
Bambusa chungii
AutoCAD SHX Text
1
AutoCAD SHX Text
17
AutoCAD SHX Text
15
AutoCAD SHX Text
20

---- --x

X

-- --x

X

X X

X X X

X X

X

-- -- -- --X

f

------ --X X

- - - - 2os-- - - - 2os- - - - - 2os-- -- - 20

I l I I I I

X

N u

o--0lt

I I

I

middot- bull I

I

bull t-----_J_1j __

- - --+------~-I----- I ~ -~-bull

I I I

I

I I

I

I bull bull I bull I I

I

bull

-1-----

bullbull

-1-+---1 bull

X

I I I I I I

I I

I

X

0 X X

I I

I

I

I I

I

X

bull

X

I

I

X

I I

I

bull

X

I I

bull

I I

I

X

X

X

X

X bullmiddot

X ~ middot bull --1~~=-~-~~-~-~~~2~~~i~ t7---- -- ~-__bullcmiddotmiddotmiddot-middot_middot_____ ~i -

x---x X

X X

X

X

-X X

X

w 5

I I I I

I I I I I I

I I I I I I I I

to C)

c r--

OHE --

HEJGHT

ER TABLETS AS CE UNIFORMLY

ND ROOT MASS

I birOF ~degt t1~

middot-1 Ml woagt SHAU BE SPilCE ai PINE-NOT PRESSUIE TIIEAlEll 2 CRCS9 1E9 SHAU NOT CROSS OVER WOOOV ROOlS 3 REUOVE ALL SlRINGI 11aR 1IIIRE bullNPED M(INl lRUIIIC -4 ~ALL SIRAPS ROPES 1RE ~ SIRINGS USED TO LFT lHE

5 REMOVE ALL BURLAP ampIt ~ FROM lHE TOP Of THE ROOT IIAIL B 1tlP OF ROOTIIAU TO BE SET IEEL 111H SURROUNDI~ FINISH GRADE

o 30 so -~ bull I re - -----~1

SCALE 1 = 30

eJc29lc4 STNltE - --

SPREAD

MULCH 3 FROM TRLlrlK

MULCH Y DEP1H

TlLED -ND LOOSENED NAlloE saL BACKFll

WAlER MIC 6 NOTH It HECHT) PROtDIMG A WAlER caLECTION fERTIJZER TAaElS AS SfECIFIEll PLACE UNFCIMI Y AROUND ROOT

I MASS IEW[N WIDDI ~ ~ BOT101it CE ROOT WASS

2-21C4 STNCE WDNC TAPER MIN 18 IN10 UNDISlURBED saL

___ MULCH 3 FROM STEMS

---- S MULa-1 LAYER

TREE PLANTING DETAIL

N TS

J TO 5 TIMES WDlH OF ROOlBNJ

PREPARED PLANTING SOIL

DCISTING lMDISlURBED SOIL

0 C SPACING

ALL SHRUBSGROUNDCOER i -( I TO BE lftlANGULAR SPACING

~- 4 ~ 1- - 1 ~ ~( 1v~ i( middot~ SEE PLANT UST FOR OC + f - + middot -sI + gt 1 SPACING

~cjigt~~~J_J~~J~~~i-1c-f 1~ _ ~ i Jr~ ~~ Uf_-~ ~1i ~~ j-~ zimiddot_c j~ ~ y

SHRUB amp GROUNDCOVER PLANTING DETAIL --ltCl - ~J - I - D ~ lt = - -- I ~lt ~rt~ ~I~= +~bullc~ irtfrac34 ~ibull ~rtfrac34~lt~+~ t 4 1 -1 1 i rt i

I

TILLED NIgt IOOSOED NAlltE SIJL BMKFll

NTS

i

IRUIK SHALi IE SlRAIGHT AND tllllHOUT CURW5 FIE OF SCARS -ARIISANDBODTS

bull= STNCING Ir GUlIN~ REQUIIEgt FOR PMIii IF IECESSMY ltR AS DNCTm IIY IANIISCIIPI AIIOflECT

( 7- i-~ r _~ _ _) r-~ ~-~ -r ~~

~_ti-~gtpound_~- c C~- i -t~ - 1~-~~ ti - -

1+- J gt cJ+ rJ _+c-0 1 _+1middot- J+ _ l2 OC SPACING

===middotbull=middotmiddotmiddotmiddot==middot=-_bull-~=middot =bull=bull=--~--middot~_-Y_~ ~~_bull middotri-bullmiddot-Cbullbull=middot bull~-~=middotmiddotbull)-+ ~NRu~~~DCOERS

PLANT SPACING DETAIL

(NO-OFFSET) NTS

0 0 0 0 0 0 0 0

BACIlt OF CURB BED LINE

Azaleas Florida Flame (AF)

Banana Shrub (BS)

Butterfly Bush Black Knight (BFB)

Sasanqua Camellias (SC)

Cape Jasmine (PMG)

Cord Grass (CG)

Dwarf F1rebush (DF)

~ ---==m~tlf~~ 8 White Fountain Grass (WFG)

Jatropha Shrub Form (JS) Muhly Grass (MG)

El11S11NGI UNDISIUlampD SOIL

PALM PLANTING DETAIL NTS

0 0 0 0 0 0

0

Pickerel Weed (PW)

Plumbago (P)

Siver Buttonwood Shrub Form (SBS)

Dwarf Simpsons Stopper (DSS)

Tea Olive Shrub (TOS)

Lugustrum Shrub Form (LSF)

GROUNDCOVERS amp VINES

Confederate Jasmine (CJ)

RJjjj1 Large Blue Iris (LBI)

ffliji Lilyturf Boarder Grass (EG)

t$pound1 Sweet Alyssum (SA)

fficent$1 Blue Fortune (BF)

X X X X X X X X WETLAND

X X X X X X X X X X X X X

LBI

X X X

PICNIC

X X X

X X

X X

X X

X

X X

EG

SA

X X X X X X X

W W W W W W W W W

W W

W

W

W

W

W

W W

(181) BF (49) PMG

(13) BFB (15) PMG (117) BF (9) DDS

(17) SC

(8) PMG (11) PMG (21) DSS (155) BF

(26) LSF

(18) CJ

(35) DF

(11) BFB (24) BF

(151) BF

(46) JS (161) BF (26) SC

(13) BFB

(8) BFB

(4) TOS

(13) TOS

(15) DF

(18) DF

(46) BS (16) BS (12) SC (17) BS

(18) BS

(22) DF

(209) BF

(9) BFB (40) LBI

(38) BS

(95) LBI

(12) BFB (11) SC

(35) SC

(11) SC

(3) BS

(7) SC

locate 2 wire irrigation controller in electrical room at this location

irrigation point of connection here 2 pvc

pipe backflow preventor in mech

(51) AF room 60GPM 60 PSi (770) EG

(1009) SA

(12) AF

(20) PMG (81) WFG

(73) WFG (72) MG

(70) MG

(245) EG (50) EG

(1065) EG

(800) EG

PROPOSED SHRUBGROUND COVER LEGEND

SYMBOLS SHRUBS

(10) PMG

THERE ARE NO PLANT FOR THISSYMBOL BUT

IRRIGATION WITH 12 1800 POP UP TYPICAL FOR

FUTURE INSTALLATION

(20) DF

(188) LBI

(46) PW

(77) P (167) CG

BF

(17) LSF

LSF

PMG PMG PMG

PMG PMG

PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG

PMG PMG PMG PMG PMG PMG PMG

PMG

LSF

LSF

PMG LSF

PMG LSF

PMG PMG

PMG PMG

PMG PMG BFB DSS PMG BFB

PMG PMG BFB BFB DSS PMG DSS

PMG

PMG PMG BFB DSS

BFB BFB DSS DSS DSS

DSS PMG PMG PMG

PMG PMG PMG BFB BFB

BFB DSS DSS DSS DSS DSS DSS DSS DSS PMG

PMG PMG

DF DF BFB DSS

DSS DSS DSS DSS

DSS DSS DSS PMG PMG

DF PMG

BFB

PMG BFB DF DSS DSS DSS

DSS DSS DSS DSS

DF PMG DF sc sc JS PMG PMG

PMG DF sc

DF DF sc

DF DF DF sc JS DSS JS PMG PMG

BFB BFB DF DF sc sc JS JS JS JS

DF DF sc

PMG PMG JS

JS JS JS

DF sc sc sc sc JS JS

PMG JS JS JS

JS JS JS JS

JS PMG DF DF DF DF DF sc

BFB BFB DF DF DF JS JS JS DF

sc sc DF sc JS JS

sc PMG JS JS JS PMG PMG

JS JS JS

PMG DF DF DF sc JS JS JS BFB

BFB DF DF PMG JS JS JS DF DF sc sc PMG JS JS JS JS

sc JS

PMG BFB DF sc sc sc sc sc sc JS JS JS

sc sc sc CJ BFB sc

PMG sc sc sc

sc CJ

sc sc sc BFB sc CJ

sc sc

sc sc

CJ BFB sc

CJ

BFB CJ

CJ

CJ

CJ

CJ

BFB CJ

BFB CJ BFB CJ

BFB

BFB CJ

BFB CJ

BFB TOS CJ BFB

CJ BFB TOS

CJ TOS

BFB TOS BFB

BFB BFB

TOS

TOS TOS

TOS TOS TOS TOS TOS TOS

TOS TOS

TOS TOS TOS TOS

TOS

TOS TOS TOS TOS DF

TOS DF

TOS DF DF

DF

TOS DF DF

DF DF BS

DF DF BS BS DF BS

BFB DF DF BFB BS

DF BS BFB DF BS BS

BFB BS BS BFB BS BS

BS BS

BFB BS BS BS BFB BS BS BS BS

BFB BS BS BS BS

BS BS BS BS BS BS

BS BS BS

BS BS BS

BS BS BS BS

BS BS BS BS

BS BS BS

BS BS BS BS BS BS BS BS BS BS

BS BS

BS BS BFB

BS sc BS BS BS BS

BS BS BS sc sc sc

BS BS BS BS BS BS BS

BFB BS sc BS BS

BS BS

BFB sc sc BS BS

BS sc sc sc sc sc

BS BS BS BS sc

BS BS BS

BS sc

BS BS BS

BFB sc sc BS BS BS

BS BS BS BS sc BS

BFB sc

BS BS BS BS sc BS

BS

BS sc

BFB BS

BS

BFB BS BS

BS BS BFB BS

BFB BS BS BS

BS BS BS

BS BS

BS BS

BS BS BS

BS BS

BS

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

BS

BS TYP 1 FT WIDE BS

BS MAINTENCE STRIP sc

BFB sc

sc AF

sc sc BFB sc sc

AF AF sc sc

sc sc sc BFB sc sc

sc sc

sc sc BFB

sc BFB sc sc sc AF AF

sc sc AF AF BFB sc sc sc AF AF

BFB sc sc BFB sc sc AF AF AF AF

BFB sc sc sc sc AF

BFB sc sc AF BFB AF

AF AF AF

sc sc AF

BFB sc sc sc sc AF AF AF AF AF

PMG sc AF

AF AF

AF AF

PMG AF AF AF AF AF AF

PMG sc AF AF AF AF

PMG AF AF AF

AF

sc sc AF AF

PMG sc AF AF

PMG AF AF AF

PMG sc sc AF AF

sc sc AF AF AF AF AF AFAF AF

PMG PMG

sc sc sc

PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG WFG PMG PMG PMG

WFG PMG

WFG PMG

WFG WFG PMG WFG

WFG PMG PMG

WFG WFG PMG

WFG WFG PMG

WFG WFG WFG WFG WFG WFG

WFG WFG WFG

WFG WFG WFG WFG WFG

WFG WFG WFG WFG

WFG WFG

WFG WFG WFG WFG WFG

WFG WFG WFG WFG WFG WFG WFG WFG MG

MG WFG

WFG WFG

MG WFG

MG MG WFG WFG WFG WFG

WFG WFG MG MG MG MG

WFG WFG WFG WFG

MG WFG WFG WFG MG

MG WFG WFG

MG MG WFG WFG WFG

WFG

MG WFG

WFG

MG MG MG

WFG WFG WFG WFG

MG MG MG MG MG MG

MG MG

WFG MG MG MG MG

MG WFG

MG MG WFG WFG MG

MG MG

MG MG MG MG MG MG MG WFG WFG WFG

MG MG MG MG

WFG MG MG MG MG MG MG

MG MG MG MG MG MG MG

MG MG MG MG MG

MG MG MG

MG MG

AF

BS

BFB

SC

PMG

PMG sc

AF AF AF MG MG MG MG MG MG MG MG MG MG MG MG MG MG MG

MG MG MG

MG MG MG MG

MG MG MG MG MG

MG MG

MG MG MG

MG MG MG

MG MG MG MG MG MG

MG WFG WFG

MG WFG

MG MG WFG

MG WFG

MG WFG

MG WFG

MG WFG

MG WFG

MG MG WFG WFG

MG WFG

MG WFG

MG MG WFG MG

MG

WFG WFG WFG

WFG WFG WFG MG

WFG WFG

WFG WFG WFG

WFG WFG WFG WFG

WFG MG

WFG WFG

WFG WFG

WFG WFG

WFG WFG

WFG WFG

WFG WFG

WFG WFG MG

WFG WFG WFG WFG

WFG WFG MG

WFG WFG WFG WFG WFG WFG WFG MG WFG WFG MG

MGMG WFG

WFG MG

MG WFG

WFG MG MG

WFG WFG MG

MG

WFG WFG

MG

WFG WFG

WFG WFG

WFG

CG

DF

WFG

JS

MG

WFG P

P P

P P

PW

P P

P

P P DF

P P DF

SBS

P P DF

P P DF

DSS

P P DF

P P DF

P P DF

P P DF

P P

DF P P

DF P P

DF P P

DF

CG P P

DF PW PW CG CG P P

PW PW CG CG P P DF

PW PW CG CG P P DF

TOS

LSF

CJ

PW PW CG CG CG P P DF

PW PW CG CG CG

P P DF

PW PW CG CG CG CG P

P

PW PW CG CG

CG CG P DF

P

CG P

CG PW

CG CG

PW CG P

CG P

DF

CG CG P P

PW PW PW CG CG CG CG CG P P DF

CG P

PW PW CG CG CG CG CG CG P P

PW CG CG LSF

P P CG CG

P CG CG

PW CG CG CG

PW CG CG CG CG P

P P P P P P P LSF

CG CG CG CG CG P

P PW

PW PW CG CG CG

P P P P P P

CG CG CG CG CG CG LSF

CG CG CG CG CG CG CG CG CG

95

f 4 bull C bull 0

~ ~

I 2

~

X

X X

X

X X

X

xmiddot

X X middot--- )( X X X

-~ ----- X

l middot - ~ X X

middot--~ X X ~

X

X X - ---

--- ---11 middot_ _x_ -~ X ----- middot X X

bullbull

X

X

~ LONG YOU

X

X E3

--= bull

---------__--------middot

x Xmiddot

bull

X

X

GENERAL NOTES 1 ALL PLANT MATERIAL SHALL BE FL GRADE 1 OWNER SHALL INSPECT TREES PRIOR TO OFF LOADING FROM TRUCK ALL

REJECTED TREES SHALL BE REMOVED FROM SITE amp NEW PLANTS SHALL BE PROVIDED BY LANDSCAPE CONTRACTOR

2 ALL REMAINING AREAS WITH NO SHRUBS OR GROUNDCOVER PLANTING SHALL BE SODDED WITH BAHIA GRASS IF DISTURB DURING LANDSCAPE CONSTRUCTION - NO EXCEPTIONS

3 AU_ TREES AND PALMS SHALL HAVE A MINIMUM 3 DIAMETER TREE RING AT BASE AND MULCHED UNLESS PLANTED WITH GROUNDCOVER PLANTINGS

4 PLANT QUANTITIES ARE PROVIDED AS A GUIDE AND CONVENIENCE CONTRACTOR SHALL BE RESPONSIBLE TO VERIFY QUANmlES AND PROVIDE PLANTS IN LOCATIONS AS SHOWN ON LANDSCAPE PLANS AND ADJUSTMENT TO HIS PRICING NO EXCEPTIONS

5 ALL MULCHED BEDS SHALL BE A MINIMUMMAXIMUM OF 3bull THICK AFTER COMPACTION ALL MULCHING SHALL BE WITH PINE STRAW

6 ALL PLANTINGS SHALL BE WATERED AS SOON AS THEY ARE PLANTED - NO EXCEPTIONS

7 CONTACT RODNEY DUE DIRECTOR OF PUBLIC WORKS - CITY OF SEMINOLE FOR LOCATION OF UNDER GROUND UTILITIES PRIOR TO ANY EXCAVATIONS 727-397-6383 EXT 249

SHRUB PLANTING LIST

QTY

63 138 76

127 113 167

105

166 46

142

46

77 35

17 43

KEY SYMBOL

0 0

sect 0 0 0 0 0

8 0 0

AF

BS

BFB

SC

PMG CG

OF

CF JC

MG PW p

DDS

TOR LSF

18 0 CJ

323 RJjji1 1028 fiamp$]

~=

BOTANICAL NAME

Rhododendron spp

Michelio figo Buddlejo davidii Block Knight

Camellia joponico Sosonqua

Tobernaemontano divoncoto

Sportina spartinae

Harmelia patens compocta

Cortodenio selloano

Jotropho intergemimo shrub

Muh1enbergio copillaris Pontederia cordoto

Plumbago ouricuota Myrcionthes Fragrans Compocta

Osmonthus fragons Butter Yellow

Ligustrum japonicum

GROUNDCOVER amp VINES

Trachelospermum Josminodies

Iris venisicolor Vlrginica

Aqastoche

Lobuloria maritime

COMMON NAME

Azaleas Florida Flame

Banana Shrub

Butterfly Bush Block Knight Soscmqua CQmellias-use multiple (3 varsities to have color year arouncf

Cape Jasmine Poor Mans Gardenia

Cord Grass

Dwarf Firebush

Fountain Grass Jotropho Shrub Form

Muhly Grass

Pickerel Weed

Plumbago Dwarf Simpsons Stopper

Teo Olive Shrub Form

Llgustrum Shrub form

Confederate Jasmine

Large Blue Iris

Blue Fortune

Sweet Alyssum

Liriope musrori Emerald Goddess Lilyturf Boarder Gross

-ALL PLANT MATERIAL MUST BE FLORIDA GRADE 1 -ALL BAREDISTURBED AREAS SHAL BE SODDED WITH BAHIA

SIZE

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 8 Ht 6 1 gallon cont

REMARKS

fl Grade

FL Grode FL Grade

FL Grade FL Grode FL Grade

FL Grade

FL Grode

FL Grode

FL Grode

FL Grade

FL Grode

FL Grode

FL Grade

FL Grade

Spacing 36 0

Spacing 36 0 C Spacing 36 0 C

Spacing 36 0 C Spacing 60 0 C Spacing 36 0 C

Spacing 36 O C Spacing 36 0 C Spacing 36 0 C Spacing 36 0 C

Spacing 36 0 C

Spacing 36 O C

Spacing 36 0 C

Spacing 36 0 C

Spacing 36 0 C

Vine spacing as shown on dwg

12 on center Flower white

Spr 8 Ht 10 1 gal cont 18 OC attracts butterfly amp Humming Birds

Spr 8 Ht 6 1 gallon cont

Spr 6 Ht 10 1 gallon cont

12 on center Flower white

Accent plant 12 on cneter

DROUGHT TOLERANCE

NATIVE

High Yes

High once established No

Medium Yes

Medium Medium to Low

High

High

High medium to Low

High to Medium

Low

Medium

High

High to Medium

High

High

Medium High Blue flower

Medium

High

No No

Yes

Yes

Yes No

Yes Yes

Yes Yes

Yes Yes

No

No

Yes

No

Yes

i r-r--------------r------r------=========7~r-----=====================--------------------------------------------------r---------------------------T-~T~---1 DESIGN LC SEH10poundpound frA TERFR01T PARK WORK ORDER NO 2016-32

1---+----l---------------------1----IDRAWN LC SHRuB PLAJVTJVC PLAJV DATE JANu1R~- 4

3bull0

~021 SCALE

frac14 REV DATE REVISION BY CHECKED PFC SEMINOLE PINELLAS COUNTY FLORIDA LEROY CHIN FL RLA 0001206 SHEET NO L2 OF L2

WETLAND

WETLAND

AREA

X

X X

LBI

BF

SA

EG

SHRUBS

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

PW PW CG CG CG LSF

PW CG CG CG CG CG CG

PW CG CG

CG CG CG CG CG

CG CG CG

PW PW

CG CG CG CG CG CG CG CG CG CG

LSF

CG CG CG CG CG

PW PW CG CG CG CG LSF CG CG CG CG

PW CG

CG PW

CG CG CG CG CG CG CG

CG CG LSF CG

PW CG

CG CG CG CG CG CG CG

PW CG CG CG CG LSF

PW CG

CG CG CG CG

CG CG CG

PW CG CG CG CG LSF

PW PW CG CG CG

PW CG CG CG

CG LSF

PW PW LSF

LSF

LSF

LSF

LSF AF

LSF BS

LSF

BFB

SC

PMG

CG

DF

WFG

JS

MG

PW

P

SBS

TOS

LSF

CJ

AutoCAD SHX Text
P A R K B O U L E V A R D
AutoCAD SHX Text
L O N G B A Y O U
AutoCAD SHX Text
2 CC
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
MH
AutoCAD SHX Text
MH
AutoCAD SHX Text
ASPHALT ROADWAY
AutoCAD SHX Text
S
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
e
AutoCAD SHX Text
EHH
AutoCAD SHX Text
g
AutoCAD SHX Text
g
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
t
AutoCAD SHX Text
w
AutoCAD SHX Text
W
AutoCAD SHX Text
S
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
JANUARY 4 2021
AutoCAD SHX Text
1 = 30
AutoCAD SHX Text
L2
AutoCAD SHX Text
L2
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
SHRUB PLANTING PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
LC
AutoCAD SHX Text
LC
AutoCAD SHX Text
APC
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
30
AutoCAD SHX Text
60
AutoCAD SHX Text
30
AutoCAD SHX Text
N
AutoCAD SHX Text
PREPARED PLANTING SOIL
AutoCAD SHX Text
EXISTING UNDISTURBED SOIL
AutoCAD SHX Text
3 MULCH LAYER
AutoCAD SHX Text
MULCH 3 FROM STEMS
AutoCAD SHX Text
SPREAD
AutoCAD SHX Text
3 TO 5 TIMES WIDTH
AutoCAD SHX Text
OF ROOTBALL
AutoCAD SHX Text
HEIGHT
AutoCAD SHX Text
FERTILIZER TABLETS AS SPECIFIED PLACE UNIFORMLY AROUND ROOT MASS BETWEEN MIDDLE AND BOTTOM OF ROOT MASS
AutoCAD SHX Text
SHRUB amp GROUNDCOVER PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
MULCH 3 FROM TRUNK
AutoCAD SHX Text
OF THE ROOTBALL
AutoCAD SHX Text
3 TO 5 TIMES THE WIDTH
AutoCAD SHX Text
SPREAD
AutoCAD SHX Text
HEIGHT
AutoCAD SHX Text
MULCH 3 DEPTH
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
UNDISTURBED SOIL
AutoCAD SHX Text
2X2X4 STAKE
AutoCAD SHX Text
18MIN
AutoCAD SHX Text
2X2X4 CROSS MEMBER
AutoCAD SHX Text
2X2X4 STAKE
AutoCAD SHX Text
TILLED AND LOOSENED
AutoCAD SHX Text
NATIVE SOIL BACKFILL
AutoCAD SHX Text
NOTES 1 ALL WOOD SHALL BE SPRUCE OR PINE-NOT PRESSURE TREATED ALL WOOD SHALL BE SPRUCE OR PINE-NOT PRESSURE TREATED 2 CROSS TIES SHALL NOT CROSS OVER WOODY ROOTS CROSS TIES SHALL NOT CROSS OVER WOODY ROOTS 3 REMOVE ALL STRING ampOR WIRE WRAPPED AROUND TRUNK REMOVE ALL STRING ampOR WIRE WRAPPED AROUND TRUNK 4 REMOVE ALL STRAPS ROPES WIRE ampOR STRINGS USED TO LIFT THE REMOVE ALL STRAPS ROPES WIRE ampOR STRINGS USED TO LIFT THE ROOTBALL 5 REMOVE ALL BURLAP ampOR WIRE FROM THE TOP OF THE ROOT BALL REMOVE ALL BURLAP ampOR WIRE FROM THE TOP OF THE ROOT BALL 6 TOP OF ROOTBALL TO BE SET LEVEL WITH SURROUNDING FINISH GRADETOP OF ROOTBALL TO BE SET LEVEL WITH SURROUNDING FINISH GRADE
AutoCAD SHX Text
TILLED AND LOOSENED NATIVE SOIL BACKFILL
AutoCAD SHX Text
FERTILIZER TABLETS AS SPECIFIED PLACE UNIFORMLY AROUND ROOT MASS BETWEEN MIDDLE AND BOTTOM OF ROOT MASS
AutoCAD SHX Text
2-2X4 STAKE WLONG TAPER MIN 18 INTO UNDISTURBED SOIL
AutoCAD SHX Text
TREE PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
2X2X4 CROSS MEMBER
AutoCAD SHX Text
2-25 DRYWALL SCREWS
AutoCAD SHX Text
WATER RING (6 WIDTH amp HEIGHT) PROVIDING A WATER COLLECTION BASIN
AutoCAD SHX Text
GENERAL NOTES 1 ALL PLANT MATERIAL SHALL BE FL GRADE 1 OWNER SHALL INSPECT TREES PRIOR TO OFF LOADING FROM TRUCK ALL REJECTED TREES SHALL BE REMOVED FROM SITE amp NEW PLANTS SHALL BE PROVIDED BY LANDSCAPE CONTRACTOR 2 ALL REMAINING AREAS WITH NO SHRUBS OR GROUNDCOVER PLANTING SHALL BE SODDED WITH BAHIA GRASS IF DISTURB DURING LANDSCAPE CONSTRUCTION - NO EXCEPTIONS 3 ALL TREES AND PALMS SHALL HAVE A MINIMUM 3 DIAMETER TREE RING AT BASE AND MULCHED UNLESS PLANTED WITH GROUNDCOVER PLANTINGS 4 PLANT QUANTITIES ARE PROVIDED AS A GUIDE AND CONVENIENCE CONTRACTOR SHALL BE RESPONSIBLE TO VERIFY QUANTITIES AND PROVIDE PLANTS IN LOCATIONS AS SHOWN ON LANDSCAPE PLANS AND ADJUSTMENT TO HIS PRICING NO EXCEPTIONS 5 ALL MULCHED BEDS SHALL BE A MINIMUMMAXIMUM OF 3 THICK AFTER COMPACTION ALL MULCHING SHALL BE WITH PINE STRAW 6 ALL PLANTINGS SHALL BE WATERED AS SOON AS THEY ARE PLANTED - NO EXCEPTIONS 7 CONTACT RODNEY DUE DIRECTOR OF PUBLIC WORKS - CITY OF SEMINOLE FOR LOCATION OF UNDER GROUND UTILITIES PRIOR TO ANY EXCAVATIONS 727-397-6383 EXT 249
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206
AutoCAD SHX Text
SIZE
AutoCAD SHX Text
BOTANICAL NAME
AutoCAD SHX Text
SHRUB PLANTING LIST
AutoCAD SHX Text
COMMON NAME
AutoCAD SHX Text
SYMBOL
AutoCAD SHX Text
QTY
AutoCAD SHX Text
REMARKS
AutoCAD SHX Text
Michelia figo
AutoCAD SHX Text
Banana Shrub
AutoCAD SHX Text
BS
AutoCAD SHX Text
138
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Azaleas Florida Flame
AutoCAD SHX Text
Rhododendron spp
AutoCAD SHX Text
AF
AutoCAD SHX Text
63
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Plumbago auricuata
AutoCAD SHX Text
P
AutoCAD SHX Text
77
AutoCAD SHX Text
Muhly Grass
AutoCAD SHX Text
Muhlenbergia capillaris
AutoCAD SHX Text
MG
AutoCAD SHX Text
142
AutoCAD SHX Text
Myrcianthes Fragrans Compacta
AutoCAD SHX Text
DDS
AutoCAD SHX Text
35
AutoCAD SHX Text
Plumbago
AutoCAD SHX Text
Tabernaemontana divancata
AutoCAD SHX Text
Cape Jasmine Poor Mans Gardenia
AutoCAD SHX Text
PMG
AutoCAD SHX Text
113
AutoCAD SHX Text
Sasanqua Camellias-use multiple (3)
AutoCAD SHX Text
Camellia japonica Sasanqua
AutoCAD SHX Text
SC
AutoCAD SHX Text
127
AutoCAD SHX Text
Cord Grass
AutoCAD SHX Text
Spartina spartinae
AutoCAD SHX Text
CG
AutoCAD SHX Text
167
AutoCAD SHX Text
Fountain Grass
AutoCAD SHX Text
Cortadenia selloana
AutoCAD SHX Text
CF
AutoCAD SHX Text
166
AutoCAD SHX Text
Trachelospermum Jasminodies
AutoCAD SHX Text
CJ
AutoCAD SHX Text
18
AutoCAD SHX Text
Liriope musrari Emerald Goddess
AutoCAD SHX Text
Large Blue Iris
AutoCAD SHX Text
1865
AutoCAD SHX Text
Confederate Jasmine
AutoCAD SHX Text
Iris venisicolor Virginica
AutoCAD SHX Text
323
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Dwarf Simpsons Stopper
AutoCAD SHX Text
GROUNDCOVER amp VINES
AutoCAD SHX Text
High once established
AutoCAD SHX Text
High
AutoCAD SHX Text
High to Medium
AutoCAD SHX Text
Medium
AutoCAD SHX Text
High
AutoCAD SHX Text
Medium to Low
AutoCAD SHX Text
Medium
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
Medium
AutoCAD SHX Text
DROUGHT TOLERANCE
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
NATIVE
AutoCAD SHX Text
Sweet Alyssum
AutoCAD SHX Text
Lobularia maritima
AutoCAD SHX Text
Lilyturf Boarder Grass
AutoCAD SHX Text
1009
AutoCAD SHX Text
Spr 8 Ht 6 1 gallon cont
AutoCAD SHX Text
12 on center Flower white
AutoCAD SHX Text
Medium
AutoCAD SHX Text
No
AutoCAD SHX Text
Spr 6 Ht 10 1 gallon cont
AutoCAD SHX Text
Accent plant 12 on cneter
AutoCAD SHX Text
Vine spacing as shown on dwg
AutoCAD SHX Text
Butterfly Bush Black Knight
AutoCAD SHX Text
Buddleja davidii Black Knight
AutoCAD SHX Text
BFB
AutoCAD SHX Text
76
AutoCAD SHX Text
Medium
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Dwarf Firebush
AutoCAD SHX Text
Harmelia patens compacta
AutoCAD SHX Text
DF
AutoCAD SHX Text
105
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Pickerel Weed
AutoCAD SHX Text
Pontederia cordata
AutoCAD SHX Text
PW
AutoCAD SHX Text
46
AutoCAD SHX Text
Low
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Jatropha Shrub Form
AutoCAD SHX Text
Jatropha intergemima shrub
AutoCAD SHX Text
JC
AutoCAD SHX Text
46
AutoCAD SHX Text
medium to Low
AutoCAD SHX Text
No
AutoCAD SHX Text
NOTES -ALL PLANT MATERIAL MUST BE FLORIDA GRADE 1 -ALL BAREDISTURBED AREAS SHAL BE SODDED WITH BAHIA
AutoCAD SHX Text
PLANT SPACING DETAIL (NO-OFFSET)
AutoCAD SHX Text
NTS
AutoCAD SHX Text
OC SPACING
AutoCAD SHX Text
OC SPACING
AutoCAD SHX Text
ALL SHRUBSGROUNDCOVER TO BE TRIANGULAR SPACING SEE PLANT LIST FOR OC SPACING
AutoCAD SHX Text
12 OC SPACING MIN SETBACK FOR SHRUBS amp GROUNDCOVERS
AutoCAD SHX Text
BACK OF CURB BED LINE
AutoCAD SHX Text
CLEAR TRUNK
AutoCAD SHX Text
CLEAR WOOD
AutoCAD SHX Text
TRUNK SHALL BE STRAIGHT AND
AutoCAD SHX Text
WITHOUT CURVES FREE OF SCARS
AutoCAD SHX Text
BURNMARKS AND BOOTS
AutoCAD SHX Text
3 MULCH LAYER
AutoCAD SHX Text
(3) 2x4x36 WOODEN STAKES
AutoCAD SHX Text
EXISTING UNDISTURBED SOIL
AutoCAD SHX Text
2X4 WOOD BRACE (3 EA MIN)
AutoCAD SHX Text
NAIL TO BATTENS amp STAKES
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
5 (15m) MIN
AutoCAD SHX Text
OF THE ROOTBALL
AutoCAD SHX Text
MIN 3 TIMES THE WIDTH
AutoCAD SHX Text
FERTILIZER TABLETS
AutoCAD SHX Text
AS SPECIFIED PLACE
AutoCAD SHX Text
UNIFORMLY AROUND
AutoCAD SHX Text
ROOT MASS BETWEEN
AutoCAD SHX Text
OF ROOT MASS
AutoCAD SHX Text
MIDDLE AND BOTTOM
AutoCAD SHX Text
TILLED AND LOOSENED
AutoCAD SHX Text
NATIVE SOIL BACKFILL
AutoCAD SHX Text
5 - 2x4x16 WOODEN BATTENS
AutoCAD SHX Text
CONNECTED WITH 2-34 STEEL BANDS
AutoCAD SHX Text
5 LAYERS OF BURLAP
AutoCAD SHX Text
PALM PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
CABBAGE PALMS MAY BE HURRICANE CUT ALL OTHERS MUST HAVE FRONDS TIED WBIODEGRADABLE STRAP OR TWINE
AutoCAD SHX Text
BASE OF LEAF BUD
AutoCAD SHX Text
BASE OF HEARTNUT
AutoCAD SHX Text
OF PALM
AutoCAD SHX Text
OR APPROVED ALTERNATE
AutoCAD SHX Text
WATER RING (6 WIDTH amp HEIGHT) PROVIDING A WATER COLLECTION BASIN
AutoCAD SHX Text
DEPTH OF
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
REMOVE BURLAP AND ALL TIE MATERIAL FROM TYHE TOP 13 OF ROOTBALL
AutoCAD SHX Text
NOTE STAKING amp GUYING REQUIRED FOR PALM IF NECESSARY OR AS DIRECTED BY LANDSCAPE ARCHITECT
AutoCAD SHX Text
Banana Shrub (BS)
AutoCAD SHX Text
Azaleas Florida Flame (AF)
AutoCAD SHX Text
Blue Fortune (BF)
AutoCAD SHX Text
Muhly Grass (MG)
AutoCAD SHX Text
Siver Buttonwood Shrub Form (SBS)
AutoCAD SHX Text
Plumbago (P)
AutoCAD SHX Text
Cape Jasmine (PMG)
AutoCAD SHX Text
Sasanqua Camellias (SC)
AutoCAD SHX Text
Cord Grass (CG)
AutoCAD SHX Text
White Fountain Grass (WFG)
AutoCAD SHX Text
Large Blue Iris (LBI)
AutoCAD SHX Text
Confederate Jasmine (CJ)
AutoCAD SHX Text
Dwarf Simpsons Stopper (DSS)
AutoCAD SHX Text
Sweet Alyssum (SA)
AutoCAD SHX Text
Lilyturf Boarder Grass (EG)
AutoCAD SHX Text
Butterfly Bush Black Knight (BFB)
AutoCAD SHX Text
Dwarf Firebush (DF)
AutoCAD SHX Text
Pickerel Weed (PW)
AutoCAD SHX Text
Jatropha Shrub Form (JS)
AutoCAD SHX Text
GROUNDCOVERS amp VINES
AutoCAD SHX Text
Tea Olive Shrub (TOS)
AutoCAD SHX Text
Lugustrum Shrub Form (LSF)
AutoCAD SHX Text
KEY
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 60 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
varsities to have color year around
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Osmanthus fragans Butter Yellow
AutoCAD SHX Text
TOR
AutoCAD SHX Text
17
AutoCAD SHX Text
Tea Olive Shrub Form
AutoCAD SHX Text
High to Medium
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Ligustrum japonicum
AutoCAD SHX Text
LSF
AutoCAD SHX Text
43
AutoCAD SHX Text
Ligustrum Shrub Form
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Spr 8 Ht 6 1 gallon cont
AutoCAD SHX Text
12 on center Flower white
AutoCAD SHX Text
Medium
AutoCAD SHX Text
No
AutoCAD SHX Text
Spr 8 Ht 10 1 gal cont 18 OC
AutoCAD SHX Text
Blue Fortune
AutoCAD SHX Text
Aqastache
AutoCAD SHX Text
1028
AutoCAD SHX Text
attracts butterfly amp Humming Birds
AutoCAD SHX Text
High Blue flower
AutoCAD SHX Text
Yes

x -- x-- x-- x x (181) BF

- - - 205- -

bull

I

X - X ~ PilIG- x i X x --

(161) BF

0 (26) SC

I bull

(46) BS

(17) BS

X

x -- yx x ----20middots-

I

I I I I

(4) TOS I

(13) TOS I (15) OF

(18)

I I OF I I

X

bull

X

X

I I

TEA OLIVE

CAPE JASMINE

PLAYGROUND AREA SENSORY PLANTS

SIMPSON STOPPER

AZALEAS

SHRUB AND HEDGE PLAN

96

BUTTERFLY BUSH BANANA SHRUB

PLAYGROUND

BLUE FORTUNE

) middot

I I

X

X El

-- I I

PARK BLVD HEDGES

SHRUB AND HEDGE PLAN

POND

MEMORIAL SITE

FIREBUSH LIGUSTRUM

ENTRANCE

MUHLY GRASS FOUNTAIN GRASS

PLUMBAGO BLUE FLAG IRIS PICKERELWEED CORD GRASS

POND PLANTS

97

98

I-

0

Cl

wr--I)

ol l() I)

w () w

c lt(

Oa rmiddot 0

N ~

w 0

_Jo CD

01-zltC

_J -a

w ()

REV DATE REVISION

c z z z c w CD

LL 0

1-z 0 Cl

3HO ~ I ~01 sect r0 I

~0 I Sl I ___

(L

lt I n

1Q lt

I ~

I I I I I I

~ e I l lsi

I I

p lo ~ I ~

1)

I

I I --_ ~ ~ Q

---8) ~

li) I ~ I I ~ If (0

loi bull

I ~

I 2 I I lt I I I I I

I I I 7 _

reg

0

0

PARK BOULEVARD 3 LANES ONE WAY

EAST BOUND

S 873346 E

middot-

frac34 I rmiddot

I

---

3(

~~middotbullmiddot-~middot ~c___e1~frac14--middot --middot_middotmiddot middotn cj middot --bull _ --rmiddot__~ - middot ~r-~~c_____1-deg-~_____1-middotmiddotmiddot~~middotmiddotcc middotccc_middot____

middotmiddot1middotmiddot middot

middot

1

----- -- -+---

---- middot---~ middotmiddot

middot bull -DESIGN MCE

DRAWN MCE

BY CHECKED

11 ~lt--1frac12~middot - - - - L l_ - - - _--+-_ ~o 2 Q

I

I _J

I I I

I m I I I I

- s- - _

bullbull bull

A

A bull

bull

bullbull

bull

bull

bull

bull

s-shy--_s--

_s--

I

1frac14

frac34

- - -

_s--

I

---

---l

13 -2 3 -====----=- 13~3~--- --=-~~-----

SpoundUHOLpound frATpoundRFROHT PARK RRCATOH PLAH

SEMINOLE PINELLAS COUNTY FLORIDA

7------17-----frac34---

middotmiddotmiddot y middotmiddotbullmiddotmiddotmiddot

0

0

I er

L I frac34

I

rmiddot

1

frac34

CJ

-

bull

~ ~ _J

0

_J

lt (L

I

LEROY CHIN FL RLA 0001206

o 20 40 - bull I ---~1

SCALE 1 = 20

+

WORK ORDER NO 2016-32

DATE DECEMBER 7 2020

SCALE 1 = 20

SHEET NO 1 OF 3

X X X X

X

X X X X X X X

X

X X

X

X X

X

X

X X X X X

X

WETLAND

XX

XX

XX

XX

XX

XX

XX

XX

XX

BB

6 530 5 470 11

2 112 130 3

1

2

212 2

2

2

2

210 7 1

XX

2

2

2

2

2 2

212

212

212 2 212

2 212

212

ez

ez

ez ez ez

ez

ez

ez

1

ez

8

9 11

2

169

400

4 11

2500

2 1

235

1002 ME

813 ME

411 ME

380 ME

951 ME

629 ME

637 ME

612 ME

712 ME

617 ME

692 ME

XX

XX

1 530

112

X

10 515

112

17 495

598 18 112

112

X

ws FS rc

ez C

2

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

AutoCAD SHX Text
N 00D4936 E 60586(P)(F)
AutoCAD SHX Text
S 87D3346 E 46688(P)(F)
AutoCAD SHX Text
5495(P)
AutoCAD SHX Text
S 01D0111 W(P)
AutoCAD SHX Text
10
AutoCAD SHX Text
10
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
14
AutoCAD SHX Text
14
AutoCAD SHX Text
AP CLUSTER
AutoCAD SHX Text
7AP
AutoCAD SHX Text
7AP
AutoCAD SHX Text
4AP
AutoCAD SHX Text
5AP
AutoCAD SHX Text
5AP
AutoCAD SHX Text
12AP
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
8PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
6PINE
AutoCAD SHX Text
W
AutoCAD SHX Text
TSP
AutoCAD SHX Text
SPEED LIMIT
AutoCAD SHX Text
W
AutoCAD SHX Text
45MP
AutoCAD SHX Text
45MP
AutoCAD SHX Text
MH
AutoCAD SHX Text
MH
AutoCAD SHX Text
P A R K B O U L E V A R D
AutoCAD SHX Text
S E M I N O L E H O M E D E P O T
AutoCAD SHX Text
PLAT BOOK 120 PAGES 35-37
AutoCAD SHX Text
PART OF LOT 19
AutoCAD SHX Text
PINELLAS GROVES
AutoCAD SHX Text
PLAT BOOK 1 PAGE 55
AutoCAD SHX Text
2 CC
AutoCAD SHX Text
POINT OF BEGINNING
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
3 LANES ONE WAY
AutoCAD SHX Text
EAST BOUND
AutoCAD SHX Text
MH
AutoCAD SHX Text
MH
AutoCAD SHX Text
7
AutoCAD SHX Text
17
AutoCAD SHX Text
27
AutoCAD SHX Text
40
AutoCAD SHX Text
7
AutoCAD SHX Text
-3
AutoCAD SHX Text
-23
AutoCAD SHX Text
-33
AutoCAD SHX Text
-13
AutoCAD SHX Text
27
AutoCAD SHX Text
17
AutoCAD SHX Text
7
AutoCAD SHX Text
40
AutoCAD SHX Text
40
AutoCAD SHX Text
27
AutoCAD SHX Text
17
AutoCAD SHX Text
7
AutoCAD SHX Text
-3
AutoCAD SHX Text
-13
AutoCAD SHX Text
-23
AutoCAD SHX Text
-33
AutoCAD SHX Text
S
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
e
AutoCAD SHX Text
EHH
AutoCAD SHX Text
g
AutoCAD SHX Text
g
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
t
AutoCAD SHX Text
w
AutoCAD SHX Text
W
AutoCAD SHX Text
S
AutoCAD SHX Text
11935(P)
AutoCAD SHX Text
S 87D3346 E(P)
AutoCAD SHX Text
S 15D2031 E 23110(P)
AutoCAD SHX Text
R
AutoCAD SHX Text
S
AutoCAD SHX Text
L
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
R
AutoCAD SHX Text
S
AutoCAD SHX Text
L
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
4
AutoCAD SHX Text
4
AutoCAD SHX Text
4
AutoCAD SHX Text
4
AutoCAD SHX Text
ir
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
C
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
L
AutoCAD SHX Text
R
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
M
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
30
AutoCAD SHX Text
30
AutoCAD SHX Text
30
AutoCAD SHX Text
25
AutoCAD SHX Text
15
AutoCAD SHX Text
25
AutoCAD SHX Text
30
AutoCAD SHX Text
20
AutoCAD SHX Text
30
AutoCAD SHX Text
30
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
L
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
DECEMBER 7 2020
AutoCAD SHX Text
1 = 20
AutoCAD SHX Text
1
AutoCAD SHX Text
3
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
IRRIGATION PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
MCE
AutoCAD SHX Text
MCE
AutoCAD SHX Text
-
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
20
AutoCAD SHX Text
40
AutoCAD SHX Text
20
AutoCAD SHX Text
N
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206

99

i I I I I l I I I P I

2

I~

I I I I 8)

I I I

I I I I I I I I I

o I

2

1

-2frac12 I 0 ltAUJCJ ---tj

----E------frac12-YII

t~ I

__j I

I

I I

1frac14 12

I lltj I i

r--

~

Etl Ii l lipoundl ~ ES LCS RCS CS SS

181 lal Im llI Q T H F

1w Im Im Im 1w Im OTHTTTQF

~ [snm ~ mi OTHTTTOF

m w Q H

il[Q] 6D 14011402 14041408

1

----

DESIGN MCE

o--+----+-----------------1----ltDRAWN MCE

REV DATE REVISION BY CHECKED

-

~

0

-------

__ frac34

0

~

-middot

BAYOU

A __

A bull

TRACT A GRANDE TOWNHOME COMMUNITY TRACT A

PLAT BOOK 129 PAGE 93

bull

-~ ---

J

reg

Q

0

0

0 ir ri

V

---- _

- - --~ d _J ~==- - ---~~r--- ------------ ---

N 87160if W _ 70 648V(P) - ---

1111111111111111

SpoundUHOLpound frATpoundRFROHT PARK RRCATOH PLAH

SEMINOLE PINELLAS COUNTY FLORIDA

--- ---

--- ---

I

I 1

I I

I I

J I

I

I J

j I _ I

J

I J

I (

-gt

I I - - - 7 ----I j I

I I I

I I

I I I

I I I I

I I

I

I I

I

I I

frac12 I

I

I

I I

I I J _

I 0 (

I lt ~

I

LEROY CHIN FL RLA 0001206

-- o 20

111- --- I

() 0 zw I- 0 ltC 0 OltC J CD LL ~

I- 1-u - l-o CD I- 0 (J zlshyo u

SCALE 1 =

z

40

I 20

(

l C

bull

-bull

bull bull C

bull C

(

-

WORK ORDER NO 2016-32

DATE DECEMBER 7 2020

SCALE 1 = 20

SHEET NO 2 OF 3

X X

X X

X X

X X

X X

X X

X X

X

PICN

ICAR

EA

WETLAND

XX

XX

X

424 1111

2

342 1211

2

14 430 558 1311

211 539 1511

22

16 370

11 2

2

IRRIGATION SCHEDULE

SYMBOL MANUFACTURERMODELDESCRIPTION

Hunter PROS-12-PRS30 5` strip spray Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 8` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 10` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 12` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 15` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 17` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 Adjustable Arc Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Rain Bird 1800-1400 Flood 1401 Fixed flow rate (025-20GPM) full circle bubbler 12 FIPT

SYMBOL MANUFACTURERMODELDESCRIPTION

Hunter I-20-00-PRB Shrub Rotor Fixed Riser Adjustable and Full Circle Plastic Riser Drain Check Valve Standard Nozzle

Hunter I-20-00-PRB Shrub Rotor Fixed Riser Adjustable and Full Circle Plastic Riser Drain Check Valve Standard Nozzle

Hunter I-20-00-PRB Shrub Rotor Fixed Riser Adjustable and Full Circle Plastic Riser Drain Check Valve Standard Nozzle

Hunter I-20-00-PRB Shrub Rotor Fixed Riser Adjustable and Full Circle Plastic Riser Drain Check Valve Standard Nozzle

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

A amp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

IRRIGATION SCHEDULE (controls amp pipe) SYMBOL MANUFACTURERMODELDESCRIPTION

Hunter ICV-G w PVC Ball Valve 1 1-12 2 and 3 Plastic Electric Remote Control Valves Globe Configuration with NPT Threaded InletOutlet

Matco-Norca 514TX 12-4 Brass Gate Valve Full Port with Solid Wedge IPS Cross Handle Same size as mainline pipe

Hunter ICV-G-FS 2 1 1-12 2 and 3 Plastic Electric Master Valve Globe Configuration with NPT Threaded InletOutlet for CommercialMunicipal Use With Filter Sentry

Hunter I2C-0800-PL with EZ-DM Decoder Module 8 Station Outdoor Modular Controller with Decoder Module 54 station capacity Plastic Cabinet

Hunter EZ-1 Decoder 1-Station EZ Decoder

Hunter ROAMXL-KIT Transmitter and Receiver Roam Remote allows for controller operation up to 2 miles Large-Scale Sites SmartPort wiring harness included

Hunter WSS-SEN Wireless Solar rain freeze sensor with outdoor interface install as noted Includes gutter mount bracket Module not included

Hunter HFS-200 Flow Sensor for use with ACC controller 2 Schedule 40 Sensor Body 24 VAC 2 amp

Existing Water Meter and Backflow Device 60 GPM at 60 PSI Required at discharge of Backflow Device - Field Verify

Irrigation Lateral Line PVC Schedule 40

Irrigation Mainline PVC Schedule 40

Pipe Sleeve PVC Schedule 40

ez

ez

ez ez

ez

rc

ws

FS

2

2

2

2

ez ez

ez

ez

766 ME

761 ME

770 ME

755 ME

212

2

2

743 ME

745 ME

C

AutoCAD SHX Text
N 87D1600 W 64827(P)
AutoCAD SHX Text
10
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
5PINE
AutoCAD SHX Text
6PINE
AutoCAD SHX Text
PED
AutoCAD SHX Text
SPEED LIMIT
AutoCAD SHX Text
W
AutoCAD SHX Text
STOP
AutoCAD SHX Text
TRACT A
AutoCAD SHX Text
BAYOU GRANDE TOWNHOME COMMUNITY TRACT A
AutoCAD SHX Text
PLAT BOOK 129 PAGE 93
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
60
AutoCAD SHX Text
50
AutoCAD SHX Text
50
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
50
AutoCAD SHX Text
45
AutoCAD SHX Text
70
AutoCAD SHX Text
41
AutoCAD SHX Text
41
AutoCAD SHX Text
45
AutoCAD SHX Text
60
AutoCAD SHX Text
50
AutoCAD SHX Text
45
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
70
AutoCAD SHX Text
70
AutoCAD SHX Text
45
AutoCAD SHX Text
50
AutoCAD SHX Text
50
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
CONSTRUCT FLOATING TURBITITY BARRIER
AutoCAD SHX Text
S 01D1244 W 33405(P)
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
E
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
E
AutoCAD SHX Text
C
AutoCAD SHX Text
L
AutoCAD SHX Text
R
AutoCAD SHX Text
E
AutoCAD SHX Text
C
AutoCAD SHX Text
L
AutoCAD SHX Text
R
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
R
AutoCAD SHX Text
L
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
2 12
AutoCAD SHX Text
2 12
AutoCAD SHX Text
1 12
AutoCAD SHX Text
34
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
2 12
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
DECEMBER 7 2020
AutoCAD SHX Text
1 = 20
AutoCAD SHX Text
2
AutoCAD SHX Text
3
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
IRRIGATION PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
MCE
AutoCAD SHX Text
MCE
AutoCAD SHX Text
-
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
20
AutoCAD SHX Text
40
AutoCAD SHX Text
20
AutoCAD SHX Text
N
AutoCAD SHX Text
M
AutoCAD SHX Text
ir
AutoCAD SHX Text
Valve Number
AutoCAD SHX Text
Valve Size
AutoCAD SHX Text
Valve Flow
AutoCAD SHX Text
Valve Callout
AutoCAD SHX Text
AutoCAD SHX Text
AutoCAD SHX Text
AutoCAD SHX Text
ES
AutoCAD SHX Text
CS
AutoCAD SHX Text
SS
AutoCAD SHX Text
RCS
AutoCAD SHX Text
LCS
AutoCAD SHX Text
E
AutoCAD SHX Text
L
AutoCAD SHX Text
R
AutoCAD SHX Text
C
AutoCAD SHX Text
S
AutoCAD SHX Text
F
AutoCAD SHX Text
H
AutoCAD SHX Text
T
AutoCAD SHX Text
Q
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
Q
AutoCAD SHX Text
T
AutoCAD SHX Text
H
AutoCAD SHX Text
F
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
Q
AutoCAD SHX Text
T
AutoCAD SHX Text
H
AutoCAD SHX Text
TT
AutoCAD SHX Text
TQ
AutoCAD SHX Text
F
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
Q
AutoCAD SHX Text
T
AutoCAD SHX Text
H
AutoCAD SHX Text
TT
AutoCAD SHX Text
TQ
AutoCAD SHX Text
F
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
H
AutoCAD SHX Text
Q
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
4
AutoCAD SHX Text
6
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
1408
AutoCAD SHX Text
1404
AutoCAD SHX Text
1402
AutoCAD SHX Text
1401
AutoCAD SHX Text
15
AutoCAD SHX Text
20
AutoCAD SHX Text
25
AutoCAD SHX Text
30

100

PVC SCH 80 TxT 90 ELL PVC SCH 80 TOE NIPPLE ------~ PVC SCH 80 MALE ADP ------shy

REMOTE CONTROL VALVE ---CENTERED IN OPENING

12 RECT VALVE BOX --

VALVE ID TAG ------1f H11__ ii

WIRE CONNECTORS-------11

3 GRAVEL SUMP~~~ bullbull bull BALL VALVE _________ __J

PVC SCH 80 NIPPLE

CONTROL WIRES

PVC MAIN LINE-------~ SCH 40 PVC FITTING ---------~

REMOTE CONTROL VALVE

EDP CURB WALK OR BEDLINE

FINISH GRADE -~

POP-UP SPRAY HEAD

SCH 40 PVC STREET ELL

SCH 40 PVC FITTING ON LATERAL LINE

6 min bullbull

PVC IPS FLEX PIPE 18 MIN

TURF SPRAY HEAD PROVIDE 12 MIN SPACE BETWEEN ALL

SPRINKLER HEADS AND ANY WALL OR STRUCTURE

bull bull bull ~

SCH 40 PVC MALE ADP -~-LJ

1 2 SCH 40 PVC PIPE SCH 40 PVC ELL

SCH40 PVC FITTIN~ TO LATERAL LINE

a L FINISH GRADE

5 REBAR STAKE L1NGTH A~ REQD

MIN 24 BELOW GRADE

u2 KAF-FLEX PVC HOSE - 18 MIN

SHRUB SPRAY HEAD PROVIDE 12 MIN SPACE BETWEEN ALL

SPRINKLER HEADS AND ANY WALL OR STRUCTURE

4

DESIGN

--+-----+-----------------1----DRAWN

REV DATE REVISION BY CHECKED

1 O ROUND -----shyVALVE PIT

N ~

MCE

MCE

FINISH GRADE

T-113 ____ _____ GATE VALVE

1 O PVC SLEEVE

SCH 40 PVC ----fft-shyMALE ADAPTER

111-o- -----Yll11= _

j tri~fft~fttli~ PVC MAIN LINE

~--FABRIC LINED 3 GRAVEL SUMP

ISOLATION GATE VALVE VALVE TO BE CENTERED IN THE VALVE BOX

EDP CURB WALK OR BEDLINE ------~

FINISH GRADE --~

POP-UP GEAR ROTOR __ __

SCH 40 PVC STREET ELL

[

SCH 40 PVC FITTING ON LATERAL LINE

6 min ----~-i middotmiddot ti

PVC IPS FLEX PIPE 18 MIN

TURF ROTOR HEAD PROVIDE 12 MIN SPACE BETWEEN ALL

SPRINKLER HEADS AND ANY WALL OR STRUCTURE

rn ( () bullbull1-~~ NYLON TIES LANT MATERIAL

12 POP-UP SHRUB ROTOR

J JJ

bullbull

SCH 40 PVC MALE ADP -~-LJ

34 SCH 40 PVC PIPE-~

SCH 40 PVC ELL---~

SCH40 PVC FITTING TO LATERAL LINE

L FINISH GRADE

5 REBAR STAKE LENGTH A~ REQD

MIN 24 BELOW GRADE

~3 4 KAF -FLEX PVC u HOSE - 18 MIN

SHRUB ROTOR HEAD PROVIDE 12 MIN SPACE BETWEEN ALL

SPRINKLER HEADS AND ANY WALL OR STRUCTURE

1 O ROUND----~ VALVE PIT

FINISH GRADE DECODER CABLE

--48 LOOP OF CABLE

FUSE (DCFD) --I-

10 PVC SLEEVE~

90 SWEEP ELL _____

SCH 80 CONDUIT j 00

o oo0 d 0 0 o iasOoOo Do lo~ 1sim~ 0~1 0

bull00bullgt~ bllrlf DECODER CABLE

3 GRAVEL SUMP

LANDSCAPE FABRIC

CABLE SPLICE BOX

--------TREE

F BUBBLER

1 12_~~~- ADAPTER

- middot -- - middot- -~---bull 0 -

t middot

~ FLEX PIPE

LATERAL LINE TEE J TREE BUBBLER

INSTALL FLEX PIPE (LOCATION AND DEPTH) TO BE PROTECTED FROM MAINTENANCE OPERATIONS (EDGING MOWING)

6

COUTSIDE WALL_)

G

2

G) IRRIGATION CONTROLLER

0 15-INCH PVC SCH 40 CONDUIT AND FITTINGS

0 DECODER CABLES

0 JUNCTION BOX

reg 1 -INCH PVC SCH 40 CONDUIT AND FITTINGS TO POWER SUPPLY

0 BARE COPPER GROUND WIRE FROM GROUNDING ROD PLATE

IRRIGATION CONTROLLER

12

TOP VI EW ~

COPPER GROUND PLATE-~ i~ ( 4 X 96 X 0625) 0 0+ 6 AWG SOLID

BAIIR_tEc__LC_cOl_c_PcP-degE_R _IWfl_ll_tltRE~~efp ELECTRODE SPHERE OF INFLUENCE

CONTROLLER ---~c~jT~1~0~~~~~ ~NDARIES CONCRETE PAD______ ~ -i__8 ~

---i

6 AWG SOLID BARE COPPER WIRE

DO NOT INSTALL ANY OTHER WIRES OR CABLE WITHIN THE SPHERE OF INFLUENCE

SIDE VIEW CONTROLLER

CONCRETE PAD

middot

JO MIN

PVC SWEEP ELL (1 1 2 OR LARGER)

5 AWG SOLID BARE EARTH CONTACT MATERIAL

COPPER WIRES 100 lbs min

GROUND PLATE MIN 8 FROM CONT

MINIMUM ACCEPTABLE RESISTANCE TO GROUND IS 15 OHMS USE ADDITIONAL GROUND PLATES OR GROUND RODS AS NEEDED

CONTROLLER GROUNDING

PROVIDE DIMENSIONS FROM PERMANENT FIXED OBJECTS ANO DEPTH OF COVER ON ALL MAINLINE AND SLEEVES BLDG

PROVIDE DIMENSIONS FROM TWO PERMANENT FIXED

VALVE 16 I

4 FROM SIDEWALK- - L ~ 10 FROM CORNER--f--i------t-1

OBJECTS FOR ALL VALVES SPLICE BOXES STUB-OUTS AND EARTH GROUNDS OF BLDG

1 f

SIDEWALK I LINES DRAWN FROM THE THE DIMENSIONED ITEM TO THE TWO REFERENCE OBJECTS SHOULD BE PERPENDICULAR TO EACH OTHER

3 SLEEVE-24 BELOW GRADE

5 FROM EOP 7 - I

bull b

I I

4 SLEEVE-I 24 BELOW GRADE

PAVEMENT I yen-IB-f

I I I

SPLICE BOX I 2 MAINLINE LIGHTPOLE I LtJ 15 FROM BOC f I 24 BELOW GRADEJ_ ~ I

17 FROM CORNER -16 FROM BOC i( - 26 - 7i -- ~---__ ____ __J_

I- 9 --VALVE 21 11 FROM BOC

BOC

_j EOP

FROM BOC I 26 FROM LIGHTPOLE

I

I ROADWAY

AS BUILT TYPICAL

SpoundUHOLpound frATpoundRFROHT PARK RRCATOH lJpoundTALS

SEMINOLE PINELLAS COUNTY FLORIDA

WORK ORDER NO 2016-32

DATE DECEMBER 7 2020

SCALE NTS

LEROY CHIN FL RLA 0001206 SHEET NO 3 OF 3

IRRIGATION NOTES 1 Irrigation system design requirements 60 GPM a minimum of 60 PSI at the point of connection The Irrigation Contractor

shall verify the available GPM and PSI prior to installation of the system

2 Do not willfully install the irrigation system as shown on the drawings when it is obvious in the field that conditions exist that might not have been considered in the design process For example obstructions grade differences water levels dimensional differences etc Refer to the Landscape Plan to avoid conflicts with proposed trees or shrubs

3 Piping may sometimes be indicated as being located in unlikely areas ie under buildings or pavement outside of property lines in lakes or ditches etc This is done for graphic clarity only Whenever possible piping is to be installed in open green areas

4 If required the Irrigation Contractor shall provide the necessary Right of Way use permits

5 Pipe sizes shall conform to those on the drawings Substituting with smaller pipe sizes will not be permitted

6 Mainline is to be installed with a minimum of 24 depth of cover Lateral lines are to be installed with a minimum of 12 depth of cover

7 Unless otherwise indicated all sleeves are to be PVC Sch 40 and two (2) nominal sizes larger than the pipe to be sleeved For example The sleeve for a 2 pipe shall be 3 No irrigation sleeve shall be smaller than 2

8 Wherever practical install valves in mulched beds andor out of high traffic areas All valves flush valves and wire splices shall be installed in Rain Bird wide flanged structural foam plastic valves boxes as follows

Remote Control Valves VB-STD (16w x 21l x 12h) std rect box Isolation Gate Valves VB-7RND (9dia x 9h) 7 round box Wire Splices VB-10RND (13dia x 10h) 10 round box

9 The bottom and sides of the valve boxes shall be lined with landscape fabric Install a 3 deep bed of gravel on the landscape fabric to create a drainage sump

10 Refer to Valve Designation Symbols for controller station number and designed flow rate for each remote control valve

11 The two-wire path between the controller and the decoders shall be two (2) UL Listed single strand type UF 600 Volt control cables (12-1 AWG) Use one (1) RED and one (1) BLUE colored wire to match color coded connections on the Decoders Maximum distance from the controller to the furthest decoder shall be 1500 Install ALL Decoder Cable in a 1 PVC conduit

12 All Decoders shall be installed in the valve box along with the solenoid that they are connected to

13 All splices to the control wiring shall be made with 3M DB_6 600 volt UL Listed direct bury splice kits Use yellow or red kits as needed

14 All pop-up sprinkler heads shall be installed level and flush to grade Mount all sprinklers on flexible connections as follows

12 inlet spray heads 18 of Heavy Wall PVC IPS Hose 34 inlet rotor heads 18 of Heavy Wall PVC IPS Hose

15 The tops of all shrub sprinklers shall be installed 12 above the height of the surrounding plant material For plant heights of 12 or more support the riser with a 5 rebar stake and nylon cable ties All risers shall be placed a minimum of 12 from any sidewalk edge of pavement or structure

16 Location of all sprinkler heads shall be site adjusted to minimize water overthrow onto building surfaces and walkways Throttle valves on spray zones as required to prevent fogging

17 Exact controller location(s) shall be coordinated with an Owners Representative prior to installation Unless otherwise stated the General Contractor shall provide 110 volt power to the controller location(s) The Irrigation Contractor is responsible for the connection from the power source to the controller(s) For outdoor mounted controllers the 110 volt service to the irrigation controller shall be in conduit All 110 volt electrical work shall meet Local Code

18 At each irrigation controller install a secondary surge arrester to the incoming (120 volt) power supply (Intermatic AG2401 or equal)

19 At each irrigation controller install an supplementary earth ground grid with a minimum of two (2) 4 x 96 grounding plates Test the resistance to earth per NFPA Standard 780 A acceptable earth ground should have 10 ohms or less resistance Use more plates or grounding rods as needed to achieve the desired resistance reading

20 The wireless rain shutoff device shall be installed to meet local codes andor minimum manufacturers recommendations Obstructions vandalism and ease of service shall be considered in locating the device

21 The IRRIGATION CONTRACTOR shall prepare an AS-BUILT drawing on reproducible paper detailing the actual installation of the irrigation system The AS-BUILT drawings shall locate all main line piping control wires wire splices sleeves and valves by showing exact measurements from permanent features (buildings edge of pavement power poles fire hydrants etc) Include depth of cover on mainline and sleeves

22 No product substitutions will be permitted without the written permission of the Owners Representative Irrigation Contractor to provide submittals to the Owners Representative for approval prior to installation

23 Any other equipment required that is not other wise detailed or specified shall be installed as per manufacturers recommendations and local code

WATER USE NOTE THIS SYSTEM IS DESIGNED TO APPLY 75 OF WATER TO THE IRRIGATED AREA RUNNING EACH ZONE NO MORE THAN ONCE PER WEEK WHILE OPERATING DURING THE ALLOWED TIME SLOTS FOUR DAYS PER WEEK

THIS SYSTEM MAY REQUIRE A VARIANCE FROM THE WATER MANAGEMENT DISTRICT TO OPERATE UNDER CURRENT OR FUTURE WATERING RESTRICTIONS

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

AutoCAD SHX Text
LEROY CHIN FL RLA 0001206
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
DECEMBER 7 2020
AutoCAD SHX Text
NTS
AutoCAD SHX Text
3
AutoCAD SHX Text
3
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
IRRIGATION DETAILS
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
MCE
AutoCAD SHX Text
MCE
AutoCAD SHX Text
-
AutoCAD SHX Text
34 SCH 40 PVC PIPE
AutoCAD SHX Text
SCH 40 PVC MALE ADP
AutoCAD SHX Text
USHRUB ROTOR HEAD
AutoCAD SHX Text
uTURF SPRAY HEAD
AutoCAD SHX Text
USHRUB SPRAY HEAD
AutoCAD SHX Text
12 SCH 40 PVC PIPE
AutoCAD SHX Text
SCH40 PVC FITTING
AutoCAD SHX Text
TO LATERAL LINE
AutoCAD SHX Text
SCH 40 PVC ELL
AutoCAD SHX Text
12 POP-UP SHRUB HEAD
AutoCAD SHX Text
SCH 40 PVC MALE ADP
AutoCAD SHX Text
MIN 24 BELOW
AutoCAD SHX Text
HOSE - 18 MIN
AutoCAD SHX Text
12 KAF-FLEX PVC
AutoCAD SHX Text
GRADE
AutoCAD SHX Text
SCH40 PVC FITTING
AutoCAD SHX Text
TO LATERAL LINE
AutoCAD SHX Text
LENGTH AS REQD
AutoCAD SHX Text
5 REBAR STAKE
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
12 POP-UP SHRUB ROTOR
AutoCAD SHX Text
SCH 40 PVC ELL
AutoCAD SHX Text
uTURF ROTOR HEAD
AutoCAD SHX Text
PLANT MATERIAL
AutoCAD SHX Text
NYLON TIES
AutoCAD SHX Text
POP-UP SPRAY HEAD
AutoCAD SHX Text
SCH 40 PVC FITTING
AutoCAD SHX Text
ON LATERAL LINE
AutoCAD SHX Text
SCH 40 PVC STREET ELL
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
EOP CURB WALK OR BEDLINE
AutoCAD SHX Text
POP-UP GEAR ROTOR
AutoCAD SHX Text
SCH 40 PVC FITTING
AutoCAD SHX Text
SCH 40 PVC STREET ELL
AutoCAD SHX Text
ON LATERAL LINE
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
EOP CURB WALK OR BEDLINE
AutoCAD SHX Text
MIN 24 BELOW
AutoCAD SHX Text
34 KAF-FLEX PVC
AutoCAD SHX Text
HOSE - 18 MIN
AutoCAD SHX Text
GRADE
AutoCAD SHX Text
LENGTH AS REQD
AutoCAD SHX Text
5 REBAR STAKE
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
PLANT MATERIAL
AutoCAD SHX Text
NYLON TIES
AutoCAD SHX Text
18 MIN
AutoCAD SHX Text
PVC IPS FLEX PIPE
AutoCAD SHX Text
18 MIN
AutoCAD SHX Text
PVC IPS FLEX PIPE
AutoCAD SHX Text
PROVIDE 12 MIN SPACE BETWEEN ALL
AutoCAD SHX Text
SPRINKLER HEADS AND ANY WALL OR STRUCTURE
AutoCAD SHX Text
PROVIDE 12 MIN SPACE BETWEEN ALL
AutoCAD SHX Text
SPRINKLER HEADS AND ANY WALL OR STRUCTURE
AutoCAD SHX Text
PROVIDE 12 MIN SPACE BETWEEN ALL
AutoCAD SHX Text
SPRINKLER HEADS AND ANY WALL OR STRUCTURE
AutoCAD SHX Text
PROVIDE 12 MIN SPACE BETWEEN ALL
AutoCAD SHX Text
SPRINKLER HEADS AND ANY WALL OR STRUCTURE
AutoCAD SHX Text
EOP CURB WALK
AutoCAD SHX Text
OR BEDLINE
AutoCAD SHX Text
EOP CURB WALK
AutoCAD SHX Text
OR BEDLINE
AutoCAD SHX Text
UTREE BUBBLER
AutoCAD SHX Text
LATERAL LINE TEE
AutoCAD SHX Text
12 MALE ADAPTER
AutoCAD SHX Text
BUBBLER
AutoCAD SHX Text
TREE
AutoCAD SHX Text
FLEX PIPE
AutoCAD SHX Text
INSTALL FLEX PIPE (LOCATION AND DEPTH) TO BE PROTECTED FROM MAINTENANCE OPERATIONS (EDGING MOWING)
AutoCAD SHX Text
PVC SWEEP ELL (1 12 OR LARGER)
AutoCAD SHX Text
6 AWG SOLID BARE COPPER WIRES
AutoCAD SHX Text
GROUND PLATE
AutoCAD SHX Text
EARTH CONTACT MATERIAL 100 lbs min
AutoCAD SHX Text
ELECTRODE SPHERE OF INFLUENCE BOUNDARIES
AutoCAD SHX Text
COPPER GROUND PLATE (4 X 96 X 0625)
AutoCAD SHX Text
DO NOT INSTALL ANY OTHER WIRES OR CABLE WITHIN THE SPHERE OF INFLUENCE
AutoCAD SHX Text
CONTROLLER
AutoCAD SHX Text
SIDE VIEW
AutoCAD SHX Text
CONCRETE PAD
AutoCAD SHX Text
6 AWG SOLID BARE COPPER WIRE
AutoCAD SHX Text
6 AWG SOLID BARE COPPER WIRE
AutoCAD SHX Text
C
AutoCAD SHX Text
TOP VIEW
AutoCAD SHX Text
UCONTROLLER GROUNDING
AutoCAD SHX Text
CONTROLLER
AutoCAD SHX Text
CONCRETE PAD
AutoCAD SHX Text
MIN 8 FROM CONT
AutoCAD SHX Text
MINIMUM ACCEPTABLE RESISTANCE TO GROUND IS 15 OHMS USE ADDITIONAL GROUND PLATES OR GROUND RODS AS NEEDED
AutoCAD SHX Text
UCABLE SPLICE BOX
AutoCAD SHX Text
3 GRAVEL SUMP
AutoCAD SHX Text
SCH 80 CONDUIT
AutoCAD SHX Text
VALVE PIT
AutoCAD SHX Text
10 ROUND
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
10 PVC SLEEVE
AutoCAD SHX Text
LANDSCAPE FABRIC
AutoCAD SHX Text
DECODER CABLE
AutoCAD SHX Text
DECODER CABLE FUSE (DCFD)
AutoCAD SHX Text
48 LOOP OF CABLE
AutoCAD SHX Text
90 SWEEP ELL
AutoCAD SHX Text
uISOLATION GATE VALVE
AutoCAD SHX Text
T-113
AutoCAD SHX Text
10 PVC SLEEVE
AutoCAD SHX Text
MALE ADAPTER
AutoCAD SHX Text
SCH 40 PVC
AutoCAD SHX Text
PVC MAIN LINE
AutoCAD SHX Text
GATE VALVE
AutoCAD SHX Text
VALVE PIT
AutoCAD SHX Text
10 ROUND
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
FABRIC LINED
AutoCAD SHX Text
VALVE TO BE CENTERED IN THE VALVE BOX
AutoCAD SHX Text
3 GRAVEL SUMP
AutoCAD SHX Text
AND FITTINGS
AutoCAD SHX Text
IRRIGATION CONTROLLER
AutoCAD SHX Text
5
AutoCAD SHX Text
4
AutoCAD SHX Text
AND FITTINGS TO POWER SUPPLY
AutoCAD SHX Text
1-INCH PVC SCH 40 CONDUIT
AutoCAD SHX Text
JUNCTION BOX
AutoCAD SHX Text
15-INCH PVC SCH 40 CONDUIT
AutoCAD SHX Text
5
AutoCAD SHX Text
4
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
3
AutoCAD SHX Text
3
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
OUTSIDE WALL
AutoCAD SHX Text
DECODER CABLES
AutoCAD SHX Text
uIRRIGATION CONTROLLER
AutoCAD SHX Text
6
AutoCAD SHX Text
BARE COPPER GROUND WIRE
AutoCAD SHX Text
FROM GROUNDING ROD PLATE
AutoCAD SHX Text
6
AutoCAD SHX Text
UAS BUILT TYPICAL
AutoCAD SHX Text
BLDG
AutoCAD SHX Text
PAVEMENT
AutoCAD SHX Text
SIDEWALK
AutoCAD SHX Text
EOP
AutoCAD SHX Text
3 SLEEVE
AutoCAD SHX Text
24 BELOW GRADE
AutoCAD SHX Text
5 FROM EOP
AutoCAD SHX Text
LIGHTPOLE
AutoCAD SHX Text
4 SLEEVE
AutoCAD SHX Text
24 BELOW GRADE
AutoCAD SHX Text
18
AutoCAD SHX Text
16 FROM BOC
AutoCAD SHX Text
9 FROM BOC
AutoCAD SHX Text
24 BELOW GRADE
AutoCAD SHX Text
BOC
AutoCAD SHX Text
ROADWAY
AutoCAD SHX Text
10 FROM CORNER OF BLDG
AutoCAD SHX Text
VALVE 16 4 FROM SIDEWALK
AutoCAD SHX Text
VALVE 21 11 FROM BOC 26 FROM LIGHTPOLE
AutoCAD SHX Text
26
AutoCAD SHX Text
S
AutoCAD SHX Text
SPLICE BOX 15 FROM BOC 17 FROM CORNER
AutoCAD SHX Text
17
AutoCAD SHX Text
2 MAINLINE
AutoCAD SHX Text
PROVIDE DIMENSIONS FROM PERMANENT FIXED OBJECTS AND DEPTH OF COVER ON ALL MAINLINE AND SLEEVES
AutoCAD SHX Text
PROVIDE DIMENSIONS FROM TWO PERMANENT FIXED OBJECTS FOR ALL VALVES SPLICE BOXES STUB-OUTS AND EARTH GROUNDS LINES DRAWN FROM THE THE DIMENSIONED ITEM TO THE TWO REFERENCE OBJECTS SHOULD BE PERPENDICULAR TO EACH OTHER
AutoCAD SHX Text
PVC MAIN LINE
AutoCAD SHX Text
SCH 40 PVC FITTING
AutoCAD SHX Text
uREMOTE CONTROL VALVE
AutoCAD SHX Text
CENTERED IN OPENING
AutoCAD SHX Text
PVC SCH 80 TxT 90 ELL
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
CONTROL WIRES
AutoCAD SHX Text
3 GRAVEL SUMP
AutoCAD SHX Text
PVC SCH 80 NIPPLE
AutoCAD SHX Text
12 RECT VALVE BOX
AutoCAD SHX Text
REMOTE CONTROL VALVE
AutoCAD SHX Text
PVC SCH 80 MALE ADP
AutoCAD SHX Text
BALL VALVE
AutoCAD SHX Text
PVC SCH 80 TOE NIPPLE
AutoCAD SHX Text
WIRE CONNECTORS
AutoCAD SHX Text
12
AutoCAD SHX Text
VALVE ID TAG
  • Project Manual Bid Documents
    • August 25 2021
      • INVITATION TO BID
        • INSTRUCTION TO BIDDERS
          • 2 Copies of Bid Documents
          • 3 Qualification of Bidders
            • BID FORMS
              • Waterfront Park Landscape and Irrigation Project
                • BID BOND
                  • Waterfront Park Landscape and Irrigation Project
                  • Quantitiesspecies subject to change
                      • IRRIGATION SCHEDULE C
                        • Total Cost to include all labor and material to install irrigation system according to the irrigation plans sheets 1 - 3
                          • BID SCHEDULE D (Summary)
                            • Schedule Amount
                              • Total
                                • STATEMENT OF BIDDERS QUALIFICATIONS
                                • CONSTRUCTION AGREEMENT
                                • Exhibit A
                                • PAYMENT BOND
                                • CERTIFICATE OF INSURANCE
                                • Notice to Proceed
                                • Change Order Form
                                  • In the space below itemize the change that is requested for the project and the total cost required to complete the requested change in contracted amount attach any contributing documentation as applicable
                                  • Contractor
                                  • Attest
                                  • Total Amount to be Retained Pending Final Completion $
                                  • City of Seminole
                                    • FINAL RECEIPT AND RELEASE
                                      • Project Waterfront Park Landscape and Irrigation Project
                                      • Section 01000
                                      • End of Section
                                      • Section 01010 Summary of Work
                                      • Waterfront Park Landscape and Irrigation Project
                                      • A Contact all affected agencies at least two (2) weeks prior to start of construction
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • Section 01510 Temporary Utilities
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                          • Waterfront Park Landscape and Irrigation Project Public Noticepdf
                                            • TITLE WATERFRONT PARK LANDSCAPE AND IRRIGATION PROJECT
                                            • ldquoSEALED BIDrdquo ldquoDO NOT OPENrdquo
                                              • Waterfront Park Landscape and Irrigation Project Public Noticepdf
                                                • TITLE WATERFRONT PARK LANDSCAPE AND IRRIGATION PROJECT
                                                • Contractorrsquos Name and Address
                                                • City of Seminole
                                                  • Soil Remedation Plan 5-24-2021pdf
                                                    • Sheets and Views
                                                      • Soil Remedation Plan
                                                          • revised tree landscape plan a 4-18-2021-LANDSCAPEPDF
                                                            • Sheets and Views
                                                              • LANDSCAPE
                                                                  • revised shrub landscape plan a 4-13-2021-Shrub Landscape Planpdf
                                                                    • Sheets and Views
                                                                      • Shrub Landscape Plan
                                                                          • IRR plan 022321-IR-01pdf
                                                                            • Sheets and Views
                                                                              • IR-01
                                                                                  • IRR plan 022321-IR-02pdf
                                                                                    • Sheets and Views
                                                                                      • IR-02
                                                                                          • IRR plan 022321-IR-03pdf
                                                                                            • Sheets and Views
                                                                                              • IR-03
Page 3: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT

City of Seminole 9199 113th Street North Seminole FL 33772

INVITATION TO BID

TITLE WATERFRONT PARK LANDSCAPE AND IRRIGATION PROJECT

Sealed bids must be received at City of Seminole City Hall Office of the City Clerk 9199 113th Street North Seminole FL 33772 by 1100am on October 29 2021 Bids shall be publicly opened and read aloud at City of Seminole City Hall Council Chambers immediately after closing

The Scope of Work will consist of installing landscape and irrigation at the City of Seminole Waterfront Park The work includes furnishing all labor and materials and performing all work set forth in the Bid Documents which include but are not limited to the plans and specifications prepared by Deuel amp Associates and the City of Seminole Public Works Department

Bid and contract documents may be downloaded from the City website under Public Notices at wwwmyseminolecom or online on Demand Star at wwwdemandstarcom after 1200pm on September 29 2021

There will be a mandatory pre-bid meeting held on October 13 2021 at 1100am on-site at Waterfront Park located at 10400 Park Blvd Seminole FL 33772

All questions regarding this Invitation to Bid shall be referred to Rodney Due Director of Public Works Questions shall be submitted in writing via email to rduemyseminolecom

Submission of bid responses by mail hand delivery or express mail must be in a sealed envelopebox with the Bidders name and return address indicated

The outside of the envelopebox used for the sealed bids shall be marked as follows ldquoSEALED BIDrdquo ldquoDO NOT OPENrdquo

ldquoWATERFRONT PARK LANDSCAPE AND IRRIGATION PROJECTrdquo Contractorrsquos Name and Address

Address the bid submission to the following

City of Seminole Office of the City Clerk9199 113th Street North Seminole FL 33772

Bids shall be accepted no later than the time and date specified on the INVITATION TO BID All bids received after that time shall be rejected Offers by telegram telephone or transmitted by facsimile (FAX) machine will not be accepted No bid may be withdrawn or modified after the time fixed for the opening of the bid The City of Seminole reserves the right to reject any and all bids if it is deemed to be in the best interest of the City

3

INSTRUCTION TO BIDDERS

The following instructions are given for the purpose of guiding Bidders in properly preparing their bids and constitute a part of the Contract Documents and shall be strictly complied with

1 Definitions and Terms See General Requirements

2 Copies of Bid Documents

Complete sets of the Bid Documents are available on the City website under Public Notices at httpswwwmyseminolecom online on Demand Star wwwdemandstarcom or can be reviewed at the office of the Public Works Department Administration Building 11195 70th Avenue North Seminole FL 33772

Complete sets of Bid Documents shall be used in preparing Bids neither the City nor the Engineer assumes any responsibility for errors or misrepresentations resulting from the use of incomplete sets of Bid Documents

City and Engineer in making copies of Bid Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use

The documents contained in and referenced by the Project Manual and Bid Documents constitute the Contract Documents for this project By submitting a bid the Bidder certifies and represents that the Bidder has been furnished with all the Contract Documents is familiar with them and intends to be bound by them

3 Qualification of Bidders

31 To demonstrate qualifications to perform the Work each Bidder must submit at the time of the Bid opening a written Statement of Qualifications including financial data a summary of previous experience previous commitments and evidence of authority to conduct business in the jurisdiction where the Project is located Each Bid must contain evidence of Bidders qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract The Statement of Qualifications shall be prepared on the form provided by the City and included with the Bid Forms

32 In determining whether a bidder is responsible the following shall be considered (1) The ability capacity and skill of the bidder to perform the contract or provide the services required (2) whether the bidder can perform the contract or provide the service promptly and within the time specified without delay or interference (3) the character integrity reputation judgment experience and efficiency of the bidder (4) the quality of the bidders performance of previous contracts or services (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract or service (6) the sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service (7) the quality availability and adaptability of the materials equipment and services to the particular use required (8) the ability of the bidder to

-

4

provide future maintenance and service for the use of the subject of the contract and (9) any other circumstances which will affect the bidders performance of the contract

33 Each Bidder is required to show that he has handled former Work and that no just claims are pending against such Work No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance this Work

34 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes licenses or other monies due to the City

4 Liquidated Damages for Failure to Enter into Contract Should the Successful Bidder fail or refuse to enter into the Contract within ten (10) Calendar Days from the issuance of the Notice of Award the City shall be entitled to collect the amount of such Bidders Bid Guaranty as Liquidated Damages not as penalty but in consideration of the mutual release by the City and the Successful Bidder of all claims arising from the City s issuance of the Notice of Award and the Successful Bidders failure to enter into the Contract and the costs to award the Contract to any other Bidder to re-advertise or otherwise dispose of the Work as the City may determine best serves its interest

5 Project Coordination amp Time of Completion Time is of the essence with respect to the time of completion of the Project and any other milestones or deadline which are part of the Contract It will be necessary for each Bidder to satisfy the City of its ability to complete the Work within the Contract Time set forth in the Contract Documents

6 Examination of Contract Documents and Site Before submitting a Bid each Bidder shall

a Examine the Contract Documents thoroughly

b Visit the site to familiarize with local conditions that may in any manner affect the cost progress or performance of the Work

c Become familiar with Federal State and local laws ordinances rules and regulations that may in any manner affect cost progress or performance of the Work

d Study and carefully correlate Bidders observations with the Contract Documents And

e Notify the City of all conflicts errors ambiguities or discrepancies in or among the Contract Documents

On request the City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of a Bid It shall be the Bidders responsibility to make or obtain any additional examinations

5

investigations explorations tests and studies and obtain any additional information and data which pertain to the physical conditions (including without limitation surface subsurface and underground utilities) at or contiguous to the site or otherwise which may affect cost progress or performance of the work in accordance with the time price and other terms and conditions of the Contract Documents Location of any excavation or boring made by Bidder shall be subject to prior approval of the City and applicable agencies Bidders shall fill all holes restore all pavements to match the existing structural section and shall clean up and restore the site to its former condition upon completion of such exploration

The lands upon which the Work is to be performed rights-of-way and access thereto and other lands designated for use by Contractor in performing the Work are identified on the Drawings

Information and data reflected in the Contract Documents with respect to underground utilities at or contiguous to the site are based upon information and data furnished to the City and the Engineer by the owners of such underground utilities or others and neither the City nor the Engineer assume responsibility for the accuracy or completeness thereof It shall be the Contractors responsibility to locate all underground utilities

By submission of a Bid the Bidder shall be exclusively presumed to represent that the Bidder has complied with every requirement of these Instructions to Bidders that the Contract Documents are not ambiguous and are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the Work

7 Interpretations All questions about the meaning or intent of the Contract Documents shall be submitted to the City in writing

Written comments or questions must be received by the City at least Five (5) days (excluding Saturdays Sundays and Holidays) prior to the time set for the Bid Opening

If questions received by the City are deemed to be sufficiently significant and received sufficiently in advance of the Bid Opening an Addendum to the Bid Documents may be issued Otherwise a written copy of the question and decision or interpretation will be posted on the Cityrsquos web site It shall be the responsibility of each Bidder to make itself aware of all such posted questions and decisions or interpretations and by submitting a Bid each Bidder shall conclusively be deemed to have such knowledge After Bid Opening all Bidders must abide by the decision of the City as to all such decisions or interpretations Bidders may not rely upon oral interpretations of the meaning of the plans specifications or other bid documents and any oral or other interpretations or clarifications will be without legal force or effect

8 Quantities of Work Materials or quantities stated as unit price items in the Bid are supplied only to give an indication of the general scope of the Work The City does not expressly or by implication agree that the actual amount of Work or material will

6

correspond therewith and reserves the right after award to increase or decrease the quantity of any unit item of the Work without a change in the unit price The City also reserves the right to make changes in the Work (including the right to delete any bid item in its entirety or add additional bid items)

9 Substitutions The materials products and equipment described in the Bid Documents shall be regarded as establishing a standard of required performance function dimension appearance or quality to be met by any proposed substitution No substitution will be considered prior to receipt of Bids unless the Bidder submits a written request for approval to the City at least ten (10) days prior to the date for receipt of Bids Such requests for approval shall include the name of the material or equipment for which substitution is sought and a complete description of the proposed substitution including drawings performance and test data and other information necessary for evaluation including samples if requested The Bidder shall set forth changes in other materials equipment or other portions of the Work including changes of the work of other contracts which incorporation of the proposed substitution would require to be included The Engineers decision of approval or disapproval of a proposed substitution shall be final If the Engineer approves a proposed substitution before receipt of Bids such approval will be set forth in an Addendum Bidders shall not rely upon approvals made in any other manner

10 Bid Guaranty Each Bid shall as a guaranty of good faith on the part of the Bidder be accompanied by a Bid Guaranty consisting of a certified check or cashiers check made payable without condition to the City or a Bid Bond in the form set forth in the Bid Documents executed by an approved corporate surety in the favor of the City The amount of the Bid Guaranty shall not be less than 5 of the total Bid amount

Once the City issues a Notice of Award the apparent Successful Bidder has ten (10) Calendar Days to enter into a Contract in the form prescribed and to furnish the required Performance and Payment Bonds Failure to do so will result in forfeiture of the Bid Guaranty to the City as Liquidated Damages

Bid Guaranties for all except the three lowest qualified Bids shall be returned within five (5) Working Days of Bid Opening When the Successful Bidder files satisfactory Performance and Payment Bonds and Certificates of Insurance the Bid Guaranties of the lowest Bidders shall be returned

Each bidder shall guaranty its total bid price for a period of one hundred and eighty (180) Calendar Days from the date of the Bid Opening Except for forfeiture due to reasons discussed above Bid Guaranties of all Bidders shall be returned to them within sixty-five (65) Calendar Days from the date of Bid Opening

11 Bid Form The Bid Form provided by the City must be completed in ink or typed The Bidder shall specify a unit price in figures for each pay item for which a quantity is given and shall provide the products (in numbers) of the respective unit prices and quantities in the Extended Amount column The total Bid price shall be equal to the sum of all extended

7

amount prices When an item in the Bid Schedule provides a choice to be made by the Bidder Bidders choice shall be indicated in accordance with the specifications for that particular item and thereafter no further choice shall be permitted

Where the unit of a pay item is lump sum the lump sum amount shall be shown in the extended amount column and included in the summation of the total

Bid All blank spaces in the Bid Form must be properly filled out

Bids by corporations must be executed in the corporate name by the president or vice president or other corporate office accompanied by evidence of authority to sign The corporate seal must be affixed and attested by the secretary or an assistant secretary

The corporate address and state of incorporation shall be shown below the signature

Bids by partnerships must be executed in the partnership name and signed by a partner whose title must appear under the signature and the official address of the partnership must be shown below the signature

All names must be typed or printed below the signature line

The Bid shall contain an acknowledgment of receipt of all Addenda the numbers ofwhich shall be filled in on the Bid Form

The address to which communications regarding the Bid are to be directed must be shown

12 Irregular Bids A Bid will be considered irregular and may be rejected for the following reasons

a Submission of the Bid on forms other than those supplied by the City

b Alteration interlineations erasure or partial detachment of any part of theforms which are supplied herein

c Inclusion of unauthorized additions conditional or alternate Bids or irregularities of any kind which may tend to make the Bid incomplete indefinite or ambiguous as to its meaning

d Failure to acknowledge receipt of any or all issued Addenda

e Failure to provide a unit price or a lump sum price as appropriate for each pay item listed except in the case of authorized alternative pay items

f Failure to list the names of Subcontractors used in the Bid preparation as required in the Bid Form

8

g Submission of a Bid that in the opinion of the City Manager is unbalanced so that each item does not reasonably carry its own proportion cost or which contains inadequate or unreasonable prices for any item

h Tying of the Bid with any other bid or contract

and

i Failure to calculate Bid prices as described

herein

13 Submission of Bids The completed Bid Form and Bid Guaranty shall be submitted at the time and place indicated in the Invitation to Bid and must be in an opaque sealed envelope marked SEALED BID with the project title and the name and address of the Bidder

14 Modification and Withdrawal of Bids before Opening Bids may be modified or withdrawn by an appropriate document duly executed and delivered to the place where Bids are to be submitted at any time prior to Bid Opening

15 Opening of Bids Bids will be opened and read aloud at the time and place stated in the Invitation to Bid All Bidders their representatives and other interested parties are encouraged to attend the Bid Opening

Within five (5) Working Days after Bid Opening all Bids will be tabulated and the bid tabulation sheets will be available to the public

16 Disqualification of Bidders A Bid will not be accepted from nor shall a Contract be awarded to any person firm or corporation that is in arrears to the City upon debt or contract or that has defaulted as surety or otherwise upon any obligation to the City or that is deemed irresponsible or unreliable

Bidders may be required to submit satisfactory evidence that they are responsible have a practical knowledge of the project bid upon and that they have the necessary financial and other resources to complete the proposed Work

Either of the following reasons without limitation shall be considered sufficient to disqualify a Bidder and Bid

a More than one Bid is submitted for the same Work from and individual firm or corporation under the same or different name and

b Evidence of collusion among Bidders Any participant in such collusion shall not receive recognition as a Bidder for any future work of the City until such participant has been reinstated as a qualified bidder

9

17 Withdrawal of Bids after Opening No Bid may be withdrawn by any bidder for sixty five (65) Calendar Days after Bid Opening

18 Evaluation of Bids and Bidders The City reserves the right to

- reject any and all Bids - accept a Bid other than the low Bid - waive any informalities - negotiate final terms with the Successful Bidder and - disregard all nonconforming nonresponsive or conditional Bids

Evaluation of the bids will be based upon Schedule D which totals the itemized pricing for each work location

Discrepancies between words and figures will be resolved in favor of words Discrepancies between Unit Prices and Extended Prices will be resolved in favor of the Unit Prices Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum The corrected extensions and totals will be shown in the tabulation of Bids

The City may consider the qualifications and experience of Subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for those portions of the work as to which the identity of Subcontractors and other persons and organizations must be submitted Operating costs maintenance considerations performance data and guarantees of materials and equipment may also be considered by the City

The City will conduct such investigations as deemed necessary to assist in the evaluation of any bid and to establish the responsibility qualifications and financial ability of the Bidders proposed Subcontractors and other persons and organizations to do the Work in accordance with the Contract Documents to the City s satisfaction within the Contract Time

The Bidder shall furnish the City all information and data requested by the City to determine the ability of the Bidder to perform the Work The City reserves the right to reject the Bid if the evidence submitted by or investigation of such Bidder fails to satisfy the City that such Bidder is properly qualified to carry out the obligations of the Contract and to complete the Work contemplated therein

By submitting a Bid each Bidder authorizes the City to perform such investigation of the Bidder as the City deems necessary to establish the responsibility qualifications and financial ability of the Bidder and by its signature thereon authorizes the City to obtain reference information concerning the Bidder and releases the party providing such information and the City from and all liability to the Bidder as a result of such reference information so provided The City reserves the right to reject the Bid of any Bidder who does not pass any evaluation to the Cityrsquos satisfaction

10

If the Contract is to be awarded it will be awarded to the Bidder who by evaluation the City determines will best meet the Cityrsquos interests

The City reserves the right to accept or reject the Work contained in any of the Bid Schedules or alternates either in whole or in part

19 Award of Contract Unless otherwise indicated a single award will be made for all the bid items in an individual bid schedule In the event that the Work is contained in more than one Bid Schedule the City may award Schedules individually or in combination In the case of two Bid Schedules which are alternative to each other only one of such alternative Schedules will be awarded Within sixty-five (65) Calendar Days of Bid Opening the City will issue a Notice of Award to the Successful Bidder which will be accompanied by three (3) unsigned copies of the Contract and the Performance and Payment Bond forms Within ten (10) Calendar Days thereafter the Successful Bidder shall sign and deliver two (2) copies of the Contract Performance Bond Payment Bond and Certificates to Insurance to the City Within ten (10) Calendar Days thereafter the City will deliver the Notice to Proceed No contract shall exist between the Successful Bidder and the City and the Successful Bidder shall have no rights at law or in equity until the Contract has been duly executed by the City

The Successful Bidders failure to sign and submit a Contract and other documents set forth in this Paragraph in the Special Conditions andor in the Special Provisions within the prescribed time shall be just cause of annulment of the award and the forfeiture of the Bid Guaranty The award of Contract may then be made to the next qualified Bidder in the same manner as previously prescribed

20 Insurance The Contractor shall secure and maintain such insurance policies as will provide the coverage and contain other provisions specified in the Contract Documents

The Contractor shall file one (1) copy of the policies or Certificates of Insurance acceptable to the City with the Public Works Director within (10) Calendar Days after Issuance of the Notice of Award These Certificates of Insurance shall contain a provision that coverage afforded under the policies shall not be canceled unless at least thirty (30) Calendar Days prior written notice has been given to the City

21 Sales and Use Taxes The Contractor and all Subcontractors are required to obtain exemption certificates from the Florida Department of Revenue for sales and use taxes in accordance with the provisions of the General Contract Conditions Bids shall reflect this method of accounting for sales and use taxes on materials fixtures and equipment

22 Affirmative Action In executing a Contract with the City the Contractor agrees to comply with Affirmative Action and Equal Employment Opportunity regulations presented in the General Conditions

11

23 Pre-Construction and Public Meetings Prior to the commencement of construction activities a preconstruction meeting will be held which shall include the Contractor representatives of the City and others affected by or involved in the project Attendance by Contractor selected for the project is mandatory

24 Pre-Bid Meeting See the Special Conditions for details of the pre-bid meeting

25 Collusive Agreement Each bidder submitting a Bid to the City for any of the work contemplated by the documents on which bidding is based by execution of the Bid Form shall be certifying by execution thereof that heshe has not entered into a collusive agreement with any other person firm or corporation in regard to any Bid submitted Before executing any subcontract the successful Bidder shall submit the name of any proposed subcontractor for prior approval and a non-collusion statement substantially in the form provided or requested by the City

26 Illegal Alien Employment Compliance The selected Contractor will be required to execute an Illegal Alien Employment Compliance statement along with the Contract as contained in these Bid Documents

12

BID FORM

Waterfront Park Landscape and Irrigation Project

To City of Seminole Department of Public Works 9199 113th Street North Seminole FL 33772

The undersigned Bidder having thoroughly examined the Specifications and other Bid Documents having investigated the location of and conditions affecting the proposed Work and being acquainted with and fully understanding the extent and character of the Work covered by this Bid and all other factors and conditions affecting or which may be affected by the Work

HEREBY PROPOSES and agrees if this Bid is accepted to enter into a Contract with the City on the form included in the Contract Documents and to furnish all required materials tools equipment and plant to perform all necessary labor and superintendence and to undertake and complete the Work or approved portions thereof in full accordance with and in conformity with the Construction Drawings Specifications and all other Contract Documents hereto attached or by reference made a part hereof and for the following prices as shown on the Bid Schedule

The undersigned Bidder hereby agrees to execute the Contract in conformity with this Bid to have ready and furnish the require Performance and Payment Bonds executed by a Surety acceptable to the City and provide Certificates of Insurance evidencing the coverage and provisions set forth in the Contract within ten (10) Calendar Days of the Citys issuance of a Notice of Award

Enclosed herewith is a Bid Guaranty as defined in the attached Instructions to Bidders in the amount of which Bid Guaranty the undersigned Bidder agrees to be paid to and become the property of the City as Liquidated Damages and not as penalty should the Bid be accepted the Contract Notice of Award issued and should the Bidder fail or refuse for any reason to enter into the Contract in the form prescribed The Bidder shall furnish all required Bonds and Insurance Certificates within ten (10) Calendar Days of issuance of the Notice of Award

13

The Following persons firms or corporations are interested as joint ventures partners or otherwise with the undersigned Bidder in this proposal

Name

Address

Name

Address

If there are no such persons firms or corporations please so state in the following space

Date _________________________________

14

The undersigned Bidder proposes to subcontract the following portion of Work of Name and address of Sub-Contractor Description of work to be performed

Contract

The undersigned Bidder acknowledges responsibility for ensuring any and all Subcontractors conform and comply with all terms and conditions of the Contract Documents

The undersigned Bidder acknowledges the right of the City to reject any and all Bids submitted accept a Bid other than the lowest and to waive informalities and irregularities therein in the Citys sole discretion

By submission of the Bid each Bidder certifies and in the case of a joint Bid each party thereto certifies as to his own organization that this Bid has been arrived at independently without collusion consultation communication or agreement as to any matter relating to this Bid with any other Bidder or with any competitor

The Work shall be completed within the Contract Time as Specified in the Special Conditions

Bidder hereby acknowledges receipt of Addenda Numbers

By submission of a Bid the Bidder shall be conclusively presumed to represent that the Bidder has complied with every requirement of the Instructions to Bidders

Bidder by his signature hereon hereby authorizes the obtaining of reference information containing the Bidders qualifications experience and general ability to perform the work and hereby releases the party providing such information and the City from any and all liability to Bidder as the result of such reference information being provided Bidder further waives any right to receive copies of information so provided to the City

Bidder agrees to perform all Work described in the Contract Documents for the unit prices or the lump sum as shown on the Bid Form and acknowledges that the quantities shown on the Bid Schedule are approximate only and are intended principally to serve as guides for the purpose of comparing and evaluating Bids

15

___________________________________________________

It is further agreed that any quantities of work to be performed at unit prices and material to be furnished may be increased or decreased as may be considered necessary in the opinion of the City to complete the Work fully as planned and contemplated and that all quantities of Work whether increased or decreased are to be performed at the unit prices set forth in the Bid except as otherwise provided for in the Contract Documents

By submitting a Bid the Bidder acknowledges that the bid process is solely intended to serve the public interest in achieving the highest quality of services and goods at the lowest price and that no right interest or expectation shall inure to the benefit of the Bidder as the result of any reliance or participation in the process

The undersigned Bidder further grants to the City the right to award this Contract on the basis of any possible combination of base bids and alternate(s) (if any) that best suits the Citys needs

Dated this day of 2021

Bidder

Address

Name printed _

Title

If a corporation

State of incorporation _

Attest

(Seal)

16

BID BOND

Waterfront Park Landscape and Irrigation Project

KNOW ALLMEN BYTHESEPRESENTS

That we ( an individual

A partnership a corporationIncorporated in the State of )

asPrincipaland (incorporated in the

State of ) as Surety are held and firmly bound unto the

City of Seminole Florida (herein after called City) in the penal sum of

Dollars ($ ) lawful money of the United States for the payment of which sum we bind ourselves our heirs executorsadministratorssuccessors andassigns jointly andseverally firmlyby these presents

THECONDITION OF THIS OBLIGATION IS SUCH thatWHEREASthe Principalhas

submitted the accompanying Bid dated_ for

Construction of the Waterfront Park Landscape and Irrigation Project (the Project) for the

City and

WHEREAS the City has required as a condition for receiving said Bid that the Principal deposit with the City either a cashiers check a certified check or a letter of credit equivalent to not less than five percent (5) of the amount of said Bid or in lieu thereof furnish a Bid Bond for said amount conditioned that in event of a failure to execute the proposed Contract for such construction and to provide the required Performance and Payment Bonds and Insurance Certificates if the Contract be awarded to the Bidder that said sum be paid immediately to the Cityas Liquidated Damages and not as penalty for the Principals failure to perform

NOW THEREFORE if the principalshall within the period specified therefore on the attached prescribed forms presentedto the Bidder for signature enter into a written Contract with the City in accordance with said Bid as accepted and give Performance and Payment Bonds with good and sufficient Suretyor Sureties as may be required upon the forms prescribed by the City for the faithful performanceand the proper fulfillmentof saidContract provide Certificates of Insurance as required by said Contract and provide all other information and documentationrequired by the Contract Documents then this obligationshall be void and of no effect otherwise to remain in full force and effect In the event suit is brought upon this bond by the City and the Cityprevails the principal and Suretyshall pay all costs incurred by the City in such suit including reasonable attorneys fees andcosts to be fixed by the Court

17

IN WITNESS WHEREOF the above bound parties have executed this instrument under theirseveral sealsthename and corporatesealofeachcorporatepartybeingheretoaffixedandduly signedby its undersignedrepresentative pursuantto authority of its governingboard

Datethis day of 2021

Principal

Address

Signed

(Seal) Title

Surety

Address

Signed

(Seal) Title

18

Instructions for completing Bid Bond

1 The full legalnameand residence of eachindividual executingthisBond asPrincipal must be inserted in the first paragraph

2 If thePrincipal isapartnership thefullname of thepartnership andall individualsmustbe inserted inthefirstparagraph whichmust recite that individuals arepartnerscomposingthe partnership andallpartnersmust execute theBondasindividuals

3 TheStateof incorporationofeachcorporatePrincipalorSuretytotheBondmust be inserted inthefirstparagraph andtheBondmustbe executedunder thecorporate seal of saidpartyattestedby its secretaryor other appropriate officer

4 Attach a copyof the powerof attorney for theSuretys agent

ENDOFBIDBOND

19

BID TABULATION

TREE PLANTING SCHEDULE A

CANOPY TREES SIZE QTY CostUOM COST

Golden ShowerGolden Chain 12-15rsquo- 3rdquo dia 24

Cathedral Live Oak 12-15rsquo- 3rdquo dia 4

Shumard Oak 12-15rsquo- 3rdquo dia 7

Magnolia 12-15rsquo- 3rdquo dia 11

Red Maple 12-15rsquo- 3rdquo dia 16

Royal Poinciana 12-15rsquo- 3rdquo dia 1

Bald Cypress 12-15rsquo- 3rdquo dia 30

Rainbow Eucalyptus 12-15rsquo- 3rdquo dia 7

Southern Red Cedar 10-12rsquo- 3rdquo dia 7

PALMS SIZE QTY CostUOM COST

Foxtail Palm 15rsquo Clear trunk 4

Medjool Palm 15rsquo Clear trunk 10

Christmas Palm 6rsquo Clear trunk 11

UNDERSTORY TREES SIZE QTY CostUOM COST

Weeping Willow 8rsquo-10rsquo-2rdquo dia 15

Weeping Bottlebrush 8rsquo-10rsquo-2rdquo dia 10

Crape Myrtle Natchez 8rsquo-10rsquo-2rdquo dia 2

Crape Myrtle Muskogee 8rsquo-10rsquo-2rdquo dia 2

20

UOM = Unit of Measurement

UNDERSTORY TREES Jatropha Tree

SIZE 6rsquo single trunk

QTY 15

CostUOM COST

Silver Buttonwood 6rsquo-2rdquo dia 24

Tree Ligustrum Tree 6rsquoX6rsquo 2rdquo dia 18

Tee Olive ldquoButter Yellowrdquo 6rsquo-2rdquo dia 11

Buddha Belly Bamboo 36rdquo 5gal 1

White Simon Bamboo 14-24rdquo 3gal 17

Tropical Blue Bamboo 14-24rdquo 3gal 15

Red Clumping Bamboo 14-24rdquo 3gal 20

Soil Preparation QTY COST

Lump Sum

Mobilization QTY COST

Lump Sum

Labor QTY COST

Lump Sum

TOTAL Lump Sum

Quantitiesspecies subject to change

21

SHRUB PLANTING SCHEDULE B

SHRUB SIZE QTY CostUOM COST

Azaleas Florida Flame 18rdquo-24rdquo 3gal 63

Banana Shrub 18rdquo-24rdquo 3gal 138

Butterfly Bush 18rdquo-24rdquo 3gal 76

Sasanqua Camellias 18rdquo-24rdquo 3gal 127

Cape Jasmine Poor Man Gardenia 18rdquo-24rdquo 3gal 113

Cord Grass 18rdquo-24rdquo 3gal 167

Dwarf Firebush 18rdquo-24rdquo 3gal 105

Fountain Grass 18rdquo-24rdquo 3gal 166

Jatropha Shrub Form 18rdquo-24rdquo 3gal 46

Muhly Grass 18rdquo-24rdquo 3gal 142

Pickerel Weed 18rdquo-24rdquo 3gal 46

Plumbago 18rdquo-24rdquo 3gal 77

Dwarf Simpsonrsquos Stopper 18rdquo-24rdquo 3gal 35

Tea Olive Shrub Form 18rdquo-24rdquo 3gal 17

Ligustrum Shrub Form 18rdquo-24rdquo 3gal 43

GROUNDCOVER amp VINES SIZE QTY CostUOM COST

Confederate Jasmine Spr 18rdquo-24rdquo 3gal 18

Large Blue Iris Spr 8rdquo-6rdquo 1gal 323

Blue Fortune Spr 8rdquo-10rdquo 1gal 1028

Sweet Alyssum Spr 8rdquo-6rdquo 1gal 1009

22

1- 1-GROUNDCOVER amp VINES SIZE QTY CostUOM COST

Ligustrum Shrub Form Spr 8rdquo-10rdquo 1gal 1865

GROUNDCOVER amp VINES QTY COST Lump Sum

Soil Preparation QTY COST Lump Sum

Mobilization QTY COST Lump Sum

Labor QTY COST Lump Sum

TOTAL Lump Sum Quantitiesspecies subject to change

23

IRRIGATION SCHEDULE C Total Cost to include all labor and material to install irrigation

system according to the irrigation plans sheets 1 - 3

Quantity UOM Item description CostUOM COST 337 EA HTRPROS12NSI 12

HUNTER PRO SPRAY POP-UP NSI BLACK CAP NO SIDE INLET

337 EA HTR12H 12rdquo HUNTER 12rdquo HALF NOZZLE

307 EA RBL1401 12 RB 1400 14 GPM BUBBLER FIP 1404

10 EA HTR12000 HUNTER 120-00 POTOR PCFC

800 FT FXP005B 12 FLEXIBLE PVC PIPE BLACK

337 EA S4P90MS005 12 SCH40 PVC ST 90 ELBOW MXS 410-005

10 EA S4P90MS101 34 X 12 SCH40 PVC 90 ELBOW MXS 410-101

4 EA HTRtCV101G 1 HUNTER 1 STRAIGHT VLV WFC 200PSI

14 EA HTRICV151G 1-12 HUNTER 1-12 STRAIGHT VLV WFC 220 PSI

4 EA VLPBV010S 1 PVC BALL VALVE SLIP X SLIP

14 EA VLPBV015S 1-12 PVC BALL VALVE SLIP X SLIP

2 EA SOVGV020FS 2 SOVAL 2 BRASS GATE VALVE CONTAINS LEAD

24

Quantity UOM Item description CostUOM COST 19 EA NDB113BC

NDS STANDARD BOX W GREEN LID 1 EA NDB111BC 10

NDS 10 RND BOX W GREEN LID 1 EA HTRICV201GFS 2

HUNTER 2 STR VLV WFC FILTER SENTRY

1 EA HTRl2C800PL 8 STA HUNTER ICC2 BASE CONTROLLER PLASTIC HUNTER ICC2 8 STA BASE CONTROLLER PLASTIC CAB

1 EA HTREZDM HUNTER DECODER OUTPUT MOD HUNTER SINGLE STATION DECODER I CORE DUAL

18 EA HTREZ1 HUNTER SINGLE STATION DECODER HUNTER SINGLE STATION DECODER I CORE DUAL

1 EA HTRICV201GFS 2 HUNTER 2 STR VLVWFC FILTER

1 EA HTRl2C800PL 8 STA HUNTER ICC2 BASE CONTROLLER PLASTIC HUNTER ICC2 8 STA BASE CONTROLLER PLASTIC CAB

1 EA HTREZDM HUNTER DECODER OUTPUT MOD HUNTER SINGLE STATION DECODER I CORE DUAL

1 EA HTRHFS HUNTER FLOW SENSOR FOR ACC

1 EA HTRFCT2002 HUNTER 2 SENSOR BODY FOR FLOW-CLIK

7680 FT BEP007SCH40 34 PVC PIPE SCH 40 BE

1540 FT BEP010SCH40 1 PVC PIPE SCH 40 BE

1600 FT BEP012SCH40 1-14 PVC PIPE SCH 40 BE

25

Quantity UOM Item description CostUOM COST 120 FT BEP015SCH40 1-12

PVC PIPE SCH 40 BE 300 FT BEP020SCH40 2

PVC PIPE SCH 40 BE 60 FT BEP025SCH40 2-12

PVC PIPE SCH 40 BE 100 FT BEP015SCH40 1-12

PVC PIPE SCH 40 BE 1900 FT BEP020SCH40 2

PVC PIPE SCH 40 BE 380 FT BEP025SCH40 2-12

PVC PIPE SCH 40 BE 3 RL WIC1402JH1000BL 1000

IRR 142 HUNTER JACKETED BLUE

840 FT BEP040SCH40 4 PVC PIPE SCH 40 BE

Mobilization QTY COST

Lump Sum

Labor Materials and Installation QTY COST

Lump Sum

TOTAL

26

BID SCHEDULE D (Summary)

Schedule Amount

A Lump Sum Tree Planting Schedule

B Lump Sum Shrub Planting Schedule

C Lump Sum Irrigation Schedule

Total (Schedule A+B+C)

27

_ _ _

STATEMENT OF BIDDERS QUALIFICATIONS

All questions must be answered and the data given must be clear and comprehensive This statement must be notarized If necessary questions may be answered on separate attached sheets The Bidder may submit any additional information he desires

1 Name of Bidder

2 Permanent main office address

3 When organized

4 If a corporation where incorporated _________________________________

5 How many years have you been engaged in the contracting business under your

present firm or trade name

6 Contracts on hand (Schedule these showing the amount of each contract and theappropriate anticipated dates of completion) List the location and type ofconstruction Owner and Engineer for each project with contact persons andphone numbers for the Owner and Engineer of each project

28

7 General character of Work performed by your company

8 Have you ever failed to complete any Work awarded to you

If so where and why

9 Have you ever defaulted on a contract

If so where and why

10 Have you ever had any projects terminated by the City

If so where and why

11 List the more important projects recently completed by your company stating theapproximate cost of each the month and year completed location and type ofconstruction Owner and Engineer for each project with the telephone numberwhere each may be contacted Do not list projects that are listed under item 6 above

29

12 List your major equipment available for this contract

13 Experience in construction Work similar in scope to this project If completed in the last 5 years please provide the same information (names contacts) as requested for item 11 above

14 Background and experience of the principal members of your organization including officers

30

15 Credit available $

16 Bank reference

17 Will you upon request fill out a detailed financial statement and furnish any otherinformation that may be required by the City

18 Are you licensed as an Excavator General Contractor or under any other title If

yes in what city county and state

What class license and numbers

19 Do you anticipate subcontracting Work under this Contract If yes what percent of

total contract price

List type of work to be subcontracted (list subcontractors I suppliers on a separatesheet and attach it to this form)

20 Are you involved in any lawsuits and for are any lawsuits pending against you oryour firm at this time

If yes DETAIL

21 What are the limits of your public liability DETAIL

What company

22 What are your companys bonding limitations

31

23 Name of proposed Superintendent for this project Said person shall be required onthe project unless agreed upon otherwise in writing by the City

24 The undersigned hereby authorizes and requests any person firm or corporation to furnish any information requested by the City in verification of the recital comprising this Statement of Bidders Qualifications The undersigned further agrees that they will not bring suit in a court of law for any information that is furnished to the OWNER in good faith by said parties or persons responding to Cityrsquos requests for information concerning Bidders qualifications

Dated this day of 2021

Name of Bidder

By

Title

State of

County of

being duly sworn deposes and says that he or she is of and that (Name of organization) the answers to the foregoing questions and all statements therein contained are complete true and correct Subscribed and sworn to before me this day of 2021

Notary Public

My commission expires

32

VENDOR SWORN STATEMENT ON PUBLIC ENTITY CRIMES FLORIDA STATUTES SECTION 287133(3) (a)

THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS

1 This sworn statement is submitted to (print name of public entity)

by (print individualrsquos name and title)

for (print name of entity submitting sworn statement)

whose business address is

and (if applicable) its Federal Employer Identification Number (FEIN) is

(If the entity has no FEIN include the Social Security Number of the individual signing this sworn statement )

2 I understand that a ldquopublic entity crimerdquo as defined in Paragraph 287133(1)(g) Florida Statutes means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States including but not limited to any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust fraud theft bribery collusion racketeering conspiracy or material misrepresentation

3 I understand that ldquoconvictedrdquo or ldquoconvictionrdquo as defined in Paragraph 287133(1) (b) Florida Statutes means a finding of guilt or a conviction of a public entity crime with or without an adjudication of guilt in any federal or state trial court of record relating to charges brought by indictment or information after July 1 1989 as a result of a jury verdict nonjury trial or entry of a plea of guilty or nolo contendere

4 I understand that an ldquoaffiliaterdquo as defined in Paragraph 287133(1)(a) Florida Statutes means

a A predecessor or successor of a person convicted of a public entity crime or

b An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime The term ldquoaffiliaterdquo includes those officers directors executives partners shareholders employees members and agents who are active in the management of an affiliate The ownership by one person of shares constituting a controlling interest in another person or a pooling of equipment or income among persons when not for fair case that one person controls another person A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate

33

5 I understand that a ldquopersonrdquo as defined in Paragraph 287133(1) (a) Florida Statutes means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity or which otherwise transacts or applies to transact business with a public entity The term ldquopersonrdquo includes those officers directors executives partners shareholders employees members and agents who are active in management of an entity

6 Based on information and belief the statement which I have marked below is true in relation to the entity submitting this sworn statement (Indicate which statement applies)

Neither the entity submitting this sworn statement nor any of its officers directors executives partners shareholders employees members or agents who are active in the management of the entity nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1 1989

The entity submitting this sworn statement or one or more of its officers directors executives partners shareholders employees members or agents who are active in the management of the entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1 1989

The entity submitting this sworn statement or one or more of its officers directors executives partners shareholders employees members or agents who are active in the management of the entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1 1989 However there has been a subsequent proceeding before a Hearing Officer of the State of Florida Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (Attach a copy of the final order)

I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECITON 287017 FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM

(Signature)

Sworn to and subscribed before me this day of 2021

Personally known or produced identification (Type of identification)

State of Florida City of My commission expires (Notary Public)

34

CONSTRUCTION AGREEMENT

THIS CONSTRUCTION AGREEMENT is made this _____ day of ______________2021 by and

between (hereinafter referred to as ldquoContractorrdquo) and the City of Seminole Florida a Florida municipal corporation (hereinafter the ldquoCityrdquo)

WITNESSETH

WHEREAS the City desires that Contractor perform the duties of general contractor for the construction of certain improvements namely the Waterfront Park Landscape and Irrigation Project (hereinafter the ldquoProjectrdquo) and

WHEREAS Contractor desires to perform such h duties pursuant to the terms and conditions provided for in this Agreement and

writing WHEREAS the parties hereto desire to set forth certain understandings regarding the Project in

NOW THEREFORE for and in consideration of the mutual promises and covenants contained herein and other good and valuable consideration the receipt and sufficiency of which is hereby acknowledged the parties agree as follows

1 Statement of Work Contractor agrees to manage and supervise the construction of theproject located in the City of Seminole Pinellas County Florida as directed by the City and pursuant to the City of Seminole Design Standards and according to the plans and specifications approved by the City Contractor shall (a) furnish all tools equipment supplies superintendence transportation and other construction accessories services and facilities (b) furnish all materials supplies and equipment specified to be incorporated into and form a permanent part of the complete work (c) provide and perform all necessary labor in a substantial and skillful manner and in accordance with the provisions of this Agreement and (d) execute construct and complete all work included in and covered by this Agreement

2 Time of Commencement and Completion Construction under this Agreement will beginon or after receiving the Notice to Proceed and shall be completed by February 10th 2022 (ldquoCompletion Daterdquo) The Completion Date may at the Cityrsquos sole discretion be extended if approved by the City in writing but in no event may the Completion Date extend beyond February 28th 2022 If due to misconduct or neglect Contractor fails to complete the Project on or before the Completion Date the City may deduct liquidated damages in the amount of $500 the first day and $100 for each additional day the Contractor works beyond this date Such liquidated damages shall be deemed to be a genuine pre- estimate of the foreseeable damages incurred by City and in no way can be construed as a penalty It is understood by Contractor and the City that actual damages caused by Contractorrsquos failure to complete this Agreement on time are impracticable or extremely difficult to fix and that the per diem deduction from the contract price will be retained by the City as payment by Contractor of liquidated damages and not as a penalty

3 Compensation City shall pay and Contractor shall receive the contract price of$ as stipulated in the Notice of Award attached to this contract as Exhibit A and incorporated herein by this reference as FULL compensation for everything furnished and done by Contractor under this Agreement including all loss or damage arising out of the work or from the action of the elements for any unforeseen obstruction or difficulty encountered in the prosecution of the work

35

including increased prices for or shortages of materials for any reason including natural disasters for all risks of every description associated with the work for all expenses incurred due to the suspension or discontinuation of the work and for well and faithfully completing the work as provided in this Agreement

4 Draw Requests Contractor agrees to perform all work on the Project according to the schedules set forth in the approved Bid Proposal attached hereto as Exhibit B (as amended) and incorporated herein by this reference Contractor shall submit weekly progress reports to the Public Works Director or his designee showing actual costs incurred and work completed Contractor shall also submit to the City monthly draw requests for all authorized costs incurred up to that date for the Project if the time for the work exceeds one month Upon review and approval of the progress reports and draw request(s) by the Public Works Director or his designee the City agrees to pay Contractor the amounts shown on all draw requests minus a five percent (5) retainage for any payments other than the final payment no later than the fifteenth (15th) business day following the date the draw request was submitted Payments may be withheld if

A Work is found defective and not remedied

B Contractor fails to meet schedules shown on Exhibit B as may be amended by the actual construction commencement date

C Contractor does not make prompt and proper payments to subcontractors

D Contractor does not make prompt and proper payments for labor materials or equipment furnished

E Another contractor is damaged by an act for which Contractor is responsible

F Claims or liens are filed on the job or

G In the opinion of the City Contractorrsquos work is not progressing satisfactorily

The City shall disburse the total retainage and the final draw request submitted by Contractor upon acceptance of the Project as described in Paragraph 14 below

5 Liability for Damages The City its officers agents or employees shall not in any manner be answerable or responsible for any loss or damage to the work or to any part of the work for any loss or damage to any materials building equipment or other property that may be used or employed in the work or placed on the worksite during the progress of the work for any injury done or damages or compensation required to be paid under any present or future law to any person whether an employee of Contractor or otherwise or for any damage to any property occurring during or resulting from the work Contractor shall indemnify the City its officers agents and employees against all such injuries damages and compensation arising or resulting from causes other than the Cityrsquos neglect or that of its officers agents or employees

6 Inspection of Work and Materials

A The City Manager or hisher designee may appoint and employ such persons as may be necessary to act as inspectors or agents for the purpose of supervising in the interests of the City materials furnished and work done as the work progresses

36

B The City shall at all times have unrestricted access to all parts of the work and to other places where or in which the preparation of materials and other integral parts of the work are being carried on and conducted

C Contractor shall provide all facilities and assistance required or requested to carry out the work of supervision and inspection by the City including soil and material tests

D Inspection of the work by the above-mentioned authorities or their representatives shall in no manner be presumed to relieve in any degree the responsibility or obligations of Contractor

E No material of any kind shall be used in the work until it has been inspected and accepted by the City All rejected materials shall be immediately removed from the premises Any materials or workmanship found at any time to be defective shall be replaced or remedied at once regardless of previous inspection Inspection of materials shall be promptly made and where practicable at the source of supply

F Whenever the specifications the instructions of the City or the laws ordinances or regulations of any public authority require work to be specially tested or approved Contractor shall give the City timely notice of its readiness for inspection and if the inspection is by another authority of the date fixed for the inspection

7 City of Seminole Insurance Requirements Contractor shall furnish the City with the Certificates of Insurance proving coverage Failure to furnish the required certificates will result in the termination of this Agreement Before starting and until acceptance of the work by the City the contractor shall procure and maintain insurance of the types and the limits specified All Policies with the exception of Workers Compensation must include the City of Seminole its officers agents employees and volunteers as Additional Insured under the liability policies All insurance policies must be written in a manner consistent with the requirements of the Standard Form Agreement Certificates of insurance shall be issued prior to execution of the Notice to Proceed The following are the minimum requirements for insurance coverage

Commercial General Liability (CGL) in occurrence form written by a firm that is authorized to conduct business in the State of Florida and recognized by the State of Florida Insurance Regulations Insurance company must have at least an A- rating from AM Best or a similar rating service

(1) $1000000 per occurrence

(2) $2000000 per aggregate ($1000000 at minimum)

Workers Compensation and Employers Liability

(1) Per State of Florida Statutory requirements

(2) $100000 each accident $100000 per employee for disease and $500000 for all diseases

Commercial Automobile Liability

(1) $1000000 Combined Single Limit

All Policies with the exception of Workers Compensation must include the City of Seminole its officers agents employees and volunteers as Additional Insured under the liability policies Contractor shall hold

37

the City harmless from any actions brought against Contractor due to negligence omission or wrongdoing of Contractor or any of its employees agents representatives and subcontractors All coveragescertificates are to be in effect for the term of this Agreement and must be provided to the Citys Public Works Department prior to the date the service begins and at each renewal thereafter during the term of this Agreement Certificates of Insurance shall be executed on a standard ACORD form

8 Performance Bond To secure performance of Contractorrsquos obligations under this Agreement the Contractor shall provide the City with a Performance Bond in the amount of the full contract price or $ The Contractor shall use the form of the Performance Bond supplied by the City The City shall be authorized to draw upon the Performance Bond to correct any default by Contractor under this Agreement which default shall be determined and substantiated by an Affidavit of Default signed by the City Manager The Performance Bond shall be held by the City through the one-year warranty period specified in Paragraph 13 below

9 Payment of Labor and Materials Bond To secure performance of Contractorrsquos obligations under this Agreement to its subcontractors and suppliers Contractor shall provide the City with a Payment of Labor and Materials Bond in the amount of the full contract price or $ After the execution of this agreement and prior to the notice to proceed the Contractor shall provide the Payment of Labor and Materials Bond to the City in the form supplied by the City The City shall be authorized to draw upon the Payment of Labor and Materials Bond to correct any default by Contractor under this Agreement which default shall be determined and substantiated by an Affidavit of Default signed by the City Manager

10 Notice to Proceed Notice to Proceed shall be issued within ten (10) calendar days of the execution of this Agreement by all parties to include surety bonds If the City fails to issue such Notice to Proceed within that time limit Contractor may terminate the Agreement without further liability on the part of either party Such notice of termination must be tendered in writing to the City Additionally the parties may mutually agree that the time for the Notice to Proceed may be extended

11 Compliance with Laws Contractor and every subcontractor or person doing or contracting to do any work contemplated by this contract shall keep himself or herself fully informed of all national and state laws and all municipal ordinances and regulations in any manner affecting the work or performance of his or her contract or any extra work and shall at all times observe and comply with such laws ordinances and regulations whether or not the laws ordinances or regulations are mentioned in this contract and shall indemnify the City its officers agents and employees against any claim or liability arising from or based on the violation of any such laws ordinances or regulations

12 Certificates and Permits Contractor shall secure at Contractors own expense all necessary certificates licenses and permits from municipal or other public authorities required in connection with the work contemplated by this Agreement or any part of this Agreement and shall give all notices required by law ordinance or regulation Contractor shall pay all fees and charges incident to the due and lawful prosecution of the work contemplated by this Agreement and any extra work performed by Contractor

13 Termination The City may at its sole discretion terminate this Agreement without liability in the event that Contractor fails to provide the Performance Bond or Payment of Labor and Materials Bond Certificates of Insurance required by Paragraph 7 or otherwise fails to meet the conditions precedent to issuance of the Notice to Proceed set forth in Paragraph 10 above The City may also at its sole discretion on one weekrsquos notice to Contractor terminate this Agreement without liability before the completion date and without prejudice to any other remedy the City may have when Contractor defaults in the performance of any provision or fails to carry out the construction of the Project in accordance with the provisions of this Agreement

38

14 Substantial Completion Acceptance The date of substantial completion of the Project shall be a date mutually agreed upon by the City and Contractor In the event that the City and Contractor do not reach an agreement as to the date of substantial completion the Seminole City Council shall determine such date Upon the date of substantial completion Contractor shall certify in writing that substantially all improvements described in the Statement of Work have been completed in conformance with the plans and specifications and submit to the City a completed substantial completion list utilizing a form approved by the City Thereafter and within thirty (30) business days after a request for final inspection by Contractor the City shall inspect the Project and notify Contractor in writing and with specificity of their conformity or lack thereof to the plans and specifications Contractor shall make all corrections necessary to bring the Project into conformity with the plans and specifications Once any and all corrections are completed the City shall complete a Project Acceptance Form and promptly notify Contractor in writing that the Project is in conformance with the approved plans and specifications and the date of such notification shall be known as the Acceptance Date The Acceptance Date shall coincide with the commencement of the one-year warranty period described in Paragraph 15 below Within thirty (30) days of the Acceptance Date the City shall pay Contractor the amount shown on the final draw request provided however that the amount of funds left from the contract price specified in the Notice of Award are sufficient to cover this amount

15 Warranty Contractor shall warrant any and all improvements constituting the Project constructed for the City pursuant to this Construction Agreement for a period of twelve (12) months from the Acceptance Date as set forth in Paragraph 14 herein Specifically but not by way of limitation Contractor shall warrant that

A Any and all improvements constituting the Project shall be free from any security interest or other lien or encumbrance and

B Any and all structures so conveyed shall be free of any defects in materials or workmanship for a period of one (1) year as stated above

16 Corrections to Project If within one (1) year after the date of substantial completion any of Contractorrsquos work on the Project is found to be not in accordance with the standards set forth in the preceding Paragraph 15 Contractor shall at Contractorrsquos expense correct it promptly after receipt of a written notice from the City to do so unless the City has previously accepted such condition Such notice shall be either delivered personally or by overnight express courier or sent by registered or certified mail postage prepaid return receipt requested and must be received by Contractor as soon as practicable after the City discovers the defect or the loss or damage caused by such defect but in no event later than the date that the warranty given hereby expires

17 Modifications The City may modify this Agreement with respect to the arrangement character alignment grade or size of the work or appurtenances whenever in its opinion it shall deem it necessary or advisable to do so Contractor shall accept such modifications when ordered in writing by the City Manager or hisher designee Any such modifications shall not subject Contractor to increased expense without equitable compensation which compensation may be approved by the City pursuant to its Purchasing Policy If any modification results in a decrease in the cost of work involved an equitable deduction from the contract price shall be made These deductions shall be determined by the City Manager or his designee The determination of any such additional compensation or deduction shall be based on the bids submitted and accepted No modifications in the work shown on the plans and described in the specifications shall be made unless the nature and extent of the modifications has first been certified by the City in writing and sent to Contractor

39

18 Attorneys Fees Survival Costs of Collection Should this Agreement become the subject of legal action to resolve a claim of default in performance by any party including the collection of past due amounts the non-prevailing party shall pay the prevailing partyrsquos reasonable attorneysrsquo fees expenses and court costs All rights concerning remedies andor attorneysrsquo fees shall survive any termination of this Agreement

19 Governing Law The laws of the State of Florida shall govern the validity performance and enforcement of this Agreement

20 Assignment This Agreement may not be assigned without the prior written consent of the non-assigning party

21 Amendment This Agreement shall not be amended except by subsequent written agreement of the parties

22 Entire Agreement This Agreement along with any addendums and attachments hereto constitutes the entire agreement between the parties The provisions of this Agreement may be amended at any time by the mutual consent of both parties The parties shall not be bound by any other agreements either written or oral except as set forth in this Agreement

23 Captions The captions in this Agreement are inserted only for the purpose of convenient reference and in no way define limit or prescribe the scope or intent of this Agreement or any part thereof

24 Binding Effect This Agreement shall be binding upon and inure to the benefit of the parties hereto and their respective heirs successors and assigns

25 Severability In the event that any of the covenants agreements terms or provisions contained in this Agreement shall be found invalid illegal or unenforceable in any respect by a court of competent jurisdiction the validity of the remaining covenants agreements terms or provisions contained herein shall be in no way affected prejudiced or disturbed thereby

26 Notices Written notices required under this Agreement and all other correspondence between the parties shall be directed to the following and shall be deemed received when hand-delivered or three (3) days after being sent by certified mail return receipt requested

To the City Ann Toney-Deal ICMA-CM City of Seminole City Manager 9199 113th Street North Seminole FL 33772 (727) 391-0204

Copy to Jay Daigneault Esquire City Attorney 1001 South Fort Harrison Avenue Suite 201 Clearwater Florida 33756 Phone (727) 733-0494 ext 106

40

To the Contractor Name address telephone number

27 Status Contractor is an independent contractor and none of its employees or agents shall be considered an employee or agent of the City for any purpose

28 Insurance and Sovereign Immunity Nothing herein shall be interpreted as a waiver of governmental immunity to which the other parties would otherwise be entitled under Sec 76828 Florida Statutes as amended

29 Public Records Contractor acknowledges that it is acting on behalf of a Public agency and that this Agreement is subject to the provisions of Sec 1190701 Florida Statutes and that Contractor must comply with the public records laws of the State of Florida

IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119 FLORIDA STATUTES TO THE CONTRACTORrsquoS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT

City of Seminole Attn City Clerk

amancusomyseminolecom 9199 113th Street North Seminole FL 33772 727-391-0204

Contractor shall comply with public records laws and Contractor shall

A Keep and maintain public records required by the City to perform the service

B Upon request from the Cityrsquos custodian of public records provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 Florida Statutes (2019) as may be amended or revised or as otherwise provided by law

C Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the City

D Upon completion of the Contract transfer at no cost to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service If the Contractor transfers all public records to the City upon completion of the Contract the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements If the Contractor keeps and maintains public records upon completion of the Contract the Contractor shall meet all applicable requirements for retaining public records All records stored electronically must be provided to the City upon request from the Cityrsquos custodian of public records in a format that is compatible with the information technology systems of the City

41

30 Authority Each person signing this Agreement represents and warrants that said person is fully authorized to enter into and execute this Agreement and to bind the party it represents to the terms and conditions hereof

31 Counterparts This Agreement may be executed in counterparts each of which shall be deemed an original and all of which when taken together shall be deemed one and the same instrument

WHEREFORE the parties hereto have executed duplicate originals of this Construction Agreement on the day and year first written above

[CONTRACTOR]

By

Name

Title

CITY OF SEMINOLE FLORIDA

By Ann Toney-Deal ICMA-CM City Manager

ATTEST Date

City Clerk

42

Exhibit A Notice of Award

Dated September 29 2021 Owner Ownerrsquos Project Manager Owners Resolution No City of Seminole Rodney Due Public Works Director Name of Project Contract

Waterfront Park Landscape and Irrigation Project Engineer

Deuel amp Associates Contractor

Contractorrsquos Address (send Certified Mail Return Receipt Requested)

You are notified that your Bid dated September 17 2021 for the above Contract has been considered You are the Successful Bidder and are awarded a Contract for the Waterfront Park Landscape and Irrigation Project contingent upon delivery of all conditions outlined in the Agreement or herein

See the Bid Documents for details of the scope of work

The Contract Price of your Contract is $

(written)

Three (3) of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award

You must comply with the following conditions precedent within ten (10) days of the date you receive this Notice of Award

1 Deliver to the Owner two (2) fully executed counterparts of the Contract Documents

2 Deliver with the executed Contract Documents the Contract Security [Bonds] as specified in the Instructions to Bidders (Article 19)

3 Certificate of Insurance

Failure to comply with these conditions within the time specified will entitle Owner to consider you in default annul this Notice of Award and declare your Bid security forfeited

City of Seminole Owner

By Authorized Signature

Ann Toney-Deal ICMA-CM City Manager NameTitle

43

Bond

PERFORMANCE BOND

KNOW ALL MEN BY THESE PRESENTS that we the undersigned a organized under the laws of the State of hereinafter referred to as the Contractor and a corporation organized under the laws of the State of Florida and authorized and licensed to transact business in the State of Florida hereinafter referred to as the Surety are held and firmly bound unto the City of Seminole Florida hereinafter referred to as the City in the penal sum of $ lawful money of the United States of America for the payment of which sum the Contractor and Surety bind themselves and their heirs executors administrators successors and assigns jointly and severally by these presents

WHEREAS the above Contractor has on 2021 received a Notice of Award to enter into a contract with the City for furnishing all labor materials equipment tools superintendence and other facilities and accessories for the construction of the Waterfront Park Landscape and Irrigation Project (the ldquoProjectrdquo) in accordance with the Contract Documents therefor which are incorporated herein by reference and made a part hereof and are herein referred to as the Contract

NOW THEREFORE the conditions of this performance bond are such that if the Contractor

1 promptly and faithfully observes abides by and performs each and every covenant condition and part of said Contract including but not limited to its warranty provisions in the time and manner prescribed in the Contract and

pay the City all losses damages (liquidated actual or consequential including but not limited to damages caused by delays in performance of the Contract) expenses costs and attorneysrsquo fees that the City sustains resulting from any breach or default by the Contractor under the Contract then this bond is void otherwise it shall remain in full force and effect in accordance with the Contract

IN ADDITION if said Contractor fails to perform in any respect under the Contract Documents the Surety shall pay any amounts incurred or to be incurred by the City in connection with such failure in an amount not exceeding the amount of this obligation inclusive of without limitation liquidated damages together with any related costs and expenses incurred by the City including without limitation attorneysrsquo fees

IN ADDITION if said Contractor fails to duly pay for any labor materials team hire sustenance provisions or any other supplies used or consumed by said Contractor or its subcontractors in its performance of the Work contracted to be done or fails to pay any person who supplies rental machinery tools or equipment all amounts due as the result of the use of such machinery tools or equipment in the prosecution of the Work the Surety shall pay the same in an amount not exceeding the amount of this obligation together with any related costs and expenses incurred by the City including without limitation attorneysrsquo fees

44

PROVIDED that the said Surety for value received hereby stipulates and agrees that any and all changes in the Contract shall not affect the Suretyrsquos obligations under this bond and the Surety hereby waives notice of any such changes Further Contractor and Surety acknowledge that the penal sum of this bond shall increase in accordance with approved changes to the Contract Documents without obtaining the Suretyrsquos consent up to a maximum of twenty percent (20) of the penal sum hereof

IN WITNESS WHEREOF said Contractor and said Surety have executed these presents as of this day of 2021

CONTRACTOR

By

Name

Title

SURETY

By

Name

Title

(Accompany this Bond with the attorney-in-factrsquos authority from the Surety to execute this Bond certified to include the date of the Bond)

45

Bond

PAYMENT BOND

KNOW ALL MEN BY THESE PRESENTS that we the undersigned a organized under the laws of the State of hereinafter referred to as the Contractor and a corporation organized under the laws of the State of and authorized and licensed to transact business in the State of Florida hereinafter referred to as the Surety are held and firmly bound unto the City of Seminole Florida hereinafter referred to as the City in the penal sum of $ lawful money of the United States of America for the payment of which sum the Contractor and Surety bind themselves and their heirs executors administrators successors and assigns jointly and severally firmly by these presents

WHEREAS the above Contractor has on the 2021 received a Notice of Award to enter into a contract with the City for furnishing all labor materials equipment tools superintendence and other facilities and accessories for the construction of the Waterfront Park Landscape and Irrigation Project (the ldquoProjectrdquo) in accordance with the Contract Documents therefor which are incorporated herein by reference and made a part hereof and are herein referred to as the Contract

NOW THEREFORE the condition of this payment bond obligation is such that if the Contractor shall at all times promptly make payments of all amounts lawfully due to all persons supplying or furnishing it or its subcontractors with labor materials rental machinery tools or equipment used or performed in the prosecution of Work provided for in the above Contract and shall indemnify and save harmless the City to the extent of any and all payments in connection with the carrying out of such Contract which the City may be required to make under law or in equity and for all losses damages expenses costs and attorneysrsquo fees incurred by the City resulting from the failure of the Contractor to make the payments discussed above then this obligation shall be null and void otherwise it shall remain in full force and effect

IN ADDITION if said Contractor fails to perform in any respect under the Contract Documents the Surety shall pay any amounts incurred or to be incurred by the City in connection with such failure in an amount not exceeding the amount of this obligation inclusive of liquidated damages together with any related costs and expenses incurred by the City including without limitation attorneysrsquo fees

PROVIDED that the said Surety for value received hereby stipulates and agrees that any and all changes in the Contract shall not affect the Suretyrsquos obligations under this bond and the Surety hereby waives notice of any such changes Further Contractor and Surety acknowledge that the penal sum of this bond shall increase in accordance with approved changes to the Contract Documents without obtaining the Suretyrsquos consent up to a maximum of twenty percent (20) of the penal sum hereof

46

IN WITNESS WHEREOF said Contractor and said Surety have executed these presents as of this day of 2021

CONTRACTOR

By

Name

Title

SURETY

By

Name

Title

(Accompany this Bond with the attorney-in-factrsquos authority from the Surety to execute this Bond certified to include the date of the Bond)

47

CERTIFICATE OF INSURANCE

CONTRACTOR shall provide his own standard form(s) for Certificate of Insurance naming the City as additionally insured

48

Notice to Proceed

Dated XXXX XX 2021

Owner

City of Seminole Ownerrsquos Project Manager Owners Resolution No

Name of Project Contract ProjectEngineer

Contractor

Contractorrsquos Address (send Certified Mail Return Receipt Requested)

This is to advise you that your Insurance Policy Certificates of Insurance and Bonds have been received Our issuance of this Notice does not relieve you of responsibility to assure that the insurance requirements of the Contract Documents are met for the duration of the Agreement The Agreement dated XXXXXXX XX 2021 covering the above described work has been fully executed

You are hereby authorized and directed to proceed by the Time of Commencement in accordance with Article 2 of the Agreement

In accordance with Article 2 of the Agreement you are notified that Construction under this Agreement will begin on or after XXXXXXX XX 2021 and shall be completed by XXXXXXX XX 2021 (ldquoCompletion Daterdquo) Any liquidated damages for failure to achieve Completion by the date agreed that may be applicable to this Agreement will be calculated using the above Completion Date

City of Seminole Contractor Owner

Received by Given by

Ann Toney-Deal ICMA-CM

City Manager Title Title

Date Date

49

Change Order Form

Dated

Owner City of Seminole

Ownerrsquos Project Manager Rodney Due

Owners Resolution No

Name of Project Contract Project Engineer Deuel amp Associates

Contractor

In the space below itemize the change that is requested for the project and the total cost required to complete the requested change in contracted amount attach any contributing documentation as applicable

Total Amount to be approved for Change Order $

City of Seminole

AnnToney-Deal ICMA-CM Date City Manager

DepartmentHead Date

Contractor

Date

Signature

Attest

City Clerk

50

Substantial Completion Form

Dated

Owner City of Seminole

Ownerrsquos Project Manager Owners Resolution No

Name of Project Contract (Project) Project Engineer

Contractor

In accordance with Paragraph 14 of the City of Seminolersquos Construction Agreement the date of substantial completion of the Project shall be a date mutually agreed upon by the City and Contractor This formis submitted by Contractor and certifies that substantially all improvements described in the Statement of Work have been completed in conformance with the plans and specification with the exception of the following

In the space below itemize what tasks remain outstanding for the project and the timeline for completion of each (attach additional sheets as necessary)

Total Amount to be Retained Pending Final Completion $

Contractor

Signature Date

Printed Name

City of Seminole

Signature ndash Project Manager Date

Signature ndash Department Head Date

51

FINAL RECEIPT AND RELEASE

Project Waterfront Park Landscape and Irrigation Project

Contractor

Final Contract Price

Final Payment

The Contractor hereby certifies

THAT the above noted Final Contract Price is the full compensation due under the Contract for the Project

THAT the above noted Final Payment has been received from the City of Seminole

THAT together with the Final Payment amounts totaling the Final Contract Price have been received from the City of Seminole

THAT the City of Seminole is released from all claims related to the Contract for the Project and

THAT all persons and companies performing labor or furnishing materials for the Project have been paid in full

Contractor

By

Title

Date

52

Project General Requirements Table of Contents

Section Page

01000 General Definitions and Terms 54-59

01010 Summary of Work 60-61

01040 Coordination 62

01160 Unit Prices 63-64

01310 Construction Schedules 65-66

01330 Survey Data 67

01410 Testing 68-69

01510 Temporary Utilities 70

01560 Temporary Control 71

01600 Liquidated Damages 72-73

01700 Contract Closeout 74

01711 Site Cleanup 75

53

Section 01000 General Definitions and Terms

11 General

A Scope

The following conditions are general in scope and may contain requirements covering conditions that may not be encountered in the performance of the Work under contract Where any stipulation or requirement set forth herein applies to any such non-existing condition and is not applicable to the Work under contract such stipulation or requirement shall have no meaning relative to the performance of said Work

B Titles and Subheadings

I The titles and subheadings used in the Contract Documents are for convenience of reference only and shall not be taken or considered as having any bearing on the interpretation of said documents

II Titles used in these specifications having a masculine gender such as workman and the pronouns he or his are for the sake of brevity and are intended to refer to persons of either sex

12 Definitions and Terms

A When the Contract indicates that work shall be accepted acceptable approval approved authorized condemned considered necessary contemplated deemed necessary designated determined directed disapproved established given indicated insufficient interpretation interpreted ordered permitted rejected required reserved satisfactory specified sufficient suitable suspended unacceptable or unsatisfactory it shall be understood that these expressions are followed by the words by the City or to the City

B Additional definitions and terms are provided Wherever the following terms are used in these Contract General Conditions or other Contract Documents the intent and meaning shall apply to both the singular and plural thereof and shall be interpreted as follows

Addenda Written or graphic instruments issued prior to Bid Opening which clarify correct or change the Contract Documents

Bid The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work to be performed

Bidder An individual firm corporation or other legal entity submitting a proposal for the advertised Work and if the Successful Bidder a contractor intending to contract with the City for performance of prescribed Work

54

Bid Documents These shall consist of the following forms and documents Construction Drawings Addenda (if any) Invitation to Bid Instruction to Bidders Bid Form Bid Bond Form Special Conditions Special Provisions Supplemental Specifications Appendix and Construction Drawings (not attached)

Bid Opening The public opening and reading of all bids prepared and submitted in accordance with the Instructions to Bidders at the time and date set forth in the Invitation to Bid

Bid Guaranty The security as designated in the Instructions to Bidders and furnished with the Bid as a guaranty that the Bidder shall enter into the Contract and furnish the Bonds and Certificates of Insurance as required if awarded the Work

Bid Schedule A list of Bid Items in the Bid Form which includes a description approximate quantity and units (if any) unit price and extended amount or lump sum bid for each item The Bid Schedule also includes a line for the Total Bid based on the summation of the extended amounts of all bid items The Bid Schedule may also include bid alternates and a line for the Bidder to enter an estimated date to begin construction

Bonds Bid Performance and Payment Bonds and other instruments of security

Calendar Day Each and every day shown on the calendar beginning and ending at midnight

Change of Work Form The following forms copies of which are provided in the Standard Forms Field Order Work Change Request Request for Adjustment and Change Order

Change Order A document recommended by the City which is signed by the Contractor and by an authorized agent of the City which authorizes an addition deletion or revision in the Work or an adjustment in Contract Price or Contract Time which is issued on or after the Effective Date of the Contract Properly executed Change Orders become a part of the Contract Documents

Construction Drawings (Drawings Plans) The Drawings or Plans which show the character and scope of the Work to be performed which have been prepared or approved by the City and are referred to in the Contract Documents (including Standard Details)

Contract A written agreement between the City and Contractor covering the Work to be performed Other Contract Documents are attached to the Contract and made a part thereof as provided therein

Contract Documents The Standard Contract Documents for Capital Improvements Construction (current edition) and the Bid Documents as defined herein Contract Documents also include Shop Drawings Field Orders Work Change Requests and Change Orders which must be signed by authorized representatives of the City and the Contractor

Contract Time The number of Calendar days allowed for the Substantial andor Final completion of the Work specified in the Contract including authorized time extensions beginning on the date specified in the Notice to Proceed

55

Contractor The person firm or corporation with whom the City intends to or has entered into a Contract

Day Calendar Day

Defective WorkWork that is unsatisfactory faulty or deficient or does not conform to the Contract Documents or does not meet the requirements of a referenced standard test or approval referred to in the Contract Documents or has been damaged prior to the Citys recommendation of Final Payment (unless responsibility for the protection thereof has been assumed by the City at Substantial Completion)

Drawings Same meaning as Construction Drawings

Effective Date The date indicated in an agreement or notice on which it becomeseffective but if no such date is indicated the date on which the instrument is fully signedand delivered by the last of the parties involved

Engineer The Project Engineer who may be a City employee or hired consultant who has been appointed or authorized by the City to oversee the technical aspects of the work and to administer the Contract on behalf of the City The term Engineer may also apply to a Professional Engineer working for a developer who is required to construct public infrastructure

Extra or Additional Work Work which was not a part of the original Contract Documents at the time the Contract was executed for which extra compensation or time is justified in accordance with conditions set forth in the Contract Documents

Field Order A written order issued by the City which directs or allows minor changes inThe Work and which does not involve a change in the Contract Price or Contract Time

Final Completion The date upon which the Work in the Citys opinion and based upon its inspection is acceptable and fully performed in accordance with the Contract Documents and all other requirements or conditions to the Citys advertisement of the Project for final payment have been fulfilled Final Completion shall be evidenced by the Citys issuance of a Letter of Final Completion

Holidays Holidays recognized by the City are

New Years DayJanuary 1 Martin Luther King Day 3rd Monday in January Presidents Day3rd Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day1st Monday in September Veterans Day November 11 Thanksgiving Dayhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip4th Thursday in November Friday after Thanksgiving Christmas DayDecember 25th

When a Holiday as listed above falls on a Saturday it shall be observed on the preceding Friday if the Holiday falls on Sunday it shall be observed on the following Monday

56

Inspector An authorized representative of the City assigned to inspect andor test materials furnished or Work performed by the Contractor

Laboratory Any testing laboratory designated by the City to make tests of the materials and Work involved in the Contract

Liquidated Damages The sum of money the Contractor agrees to pay the City for each day of delay beyond the date due for the completion of specified stages of Work or the complete Contract or in delaying or requiring the City to incur additional costs in the process of obtaining a Contract to perform the Work in the case of Bid Guaranty

Manager The City Manager of the City of Seminole

Notice of Award The written notice by the City to the apparent Successful Bidder stating that upon compliance with the conditionrsquos precedent enumerated therein within the time specified the City shall sign and deliver the Contract

Notice to Proceed Written notice to the Contractor to proceed with the Contract Work specifying when applicable the date of beginning of Contract Time

Plans Same meaning as Construction Drawings

Project The specific Work to be performed as described in the Contract Documents

Project Manager I Facilities Manager Designated City employee in charge of the Project

Request for Adjustment A written request issued by the Contractor for an adjustment in Contract Time or Contract Price A copy of the Request for Adjustment Form is provided in the Standard Forms

Review To examine or re-examine for conformance with the Contract Documents

Schedule of Submittals A schedule of all Shop Drawings material certifications mix designs samples construction schedules (Gantt charts) and other items to be submitted by the Contractor for review andor approval by the City The Schedule of Submittals is included in the Special Conditions and may be modified by the City any time before or after the construction begins

Shop Drawings (Work Drawings) All drawings diagrams illustrations schedules and other data which are specifically prepared by or for the Contractor to illustrate some portion of the Work and all illustrations brochures standards schedules performance charts illustrations diagrams and other information submitted by the Contractor to illustrate material or equipment for some portion of the Work

Special Conditions The part of the Contract Documents which amends or supplements the General Contract Conditions and which are specific to the Work to be performed

Special Provisions Additions and revisions to the Citys Standard Specifications covering conditions peculiar to an individual project

Specifications Those portions of the Contract Documents consisting of written

57

technical descriptions of materials equipment standards and workmanship as applied to the Work These may consist of Standard or Supplemental Specifications Special Provisions andor notes on the Construction Drawings

Standard Contract Documents for Capital Improvements Construction These shall include the following Standard Forms and documents Statement of Bidders Qualifications Instructions to Contractors Regarding Affirmative Action Notice of Award Contract Performance Bond Form Payment Bond Form Notice to Proceed Field Order Form Work Change Request Form Request for Adjustments Form Change Order Form Partial Payment Request Form Certificate for Payment Form Final Receipt and Release General Contract Conditions Standard Specifications as approved for use by the City and Standard Specifications for construction

Standard Details Same meaning as Standard Drawings

Standard Drawings City-approved Standard Drawings and Details which pertain to the Work to be performed

Standard Forms Forms utilized and approved by the City as the Standard Contract Documents for Capital Improvements Construction which are in the format to be used for the stated or intended purpose

Standard Specifications Standard Specifications utilized and approved by the City all of which are incorporated into the Standard Contract Documents for Capital Improvements Construction

Subcontractor An individual firm corporation or other legal entity to which the Contractor subcontracts part of the Contract

Substantial Completion When the Work or a specified part thereof has progressed to the point where the Work in the opinion of the City as evidenced by the Citys Letter of Substantial Completion is sufficiently complete in accordance with the Contract Documents so that the Work or specialized part can be placed in service and utilized for the purpose for which it is intended The terms substantially complete and substantially completed as applied to any Work refer to Substantial Completion thereof

Successful Bidder The actual or apparent responsive responsible and qualified Bidder having the lowest Bid price

Superintendent The Contractors authorized representative who is in responsible charge of the Work

Supplemental Specifications Additional Specifications which may be necessary to cover Work peculiar to an individual project which is not addressed by the Standard Specifications Supplemental Specifications may be a section in the Bid Documents or may appear as notes on Construction Drawings

Surety The corporation partnership or individual other than the Contractor executing a bond furnished by the Contractor

58

City The City of Seminole State of Florida or any employee thereof

City EngineerPublic Works Director Same as Project Manager employed by the City responsible for all construction contract decisions (Also referred to as Engineering Manager)

Work All labor materials equipment and incidentals necessary to successfully complete the project according to all duties and obligations imposed by the Contract

Work Change Request A written directive to the Contractor issued by the Engineer on or after the Effective Date of the Contract requesting the Contractor to provide a cost for pending extra Work or changes in the Work The Work Change Request may also direct the Contractor to proceed with the revision in Work A Work Change Request does not change the Contract Price or Contract Time but is evidence that the parties expect that the change directed or documented by a Work Change Request shall be if implemented incorporated into a subsequently issued Change Order following negotiations by the parties as to its effect if any on the Contract Price or Contract Time

Working Day Any Day exclusive of Saturdays Sundays and City-observed Holidays If City explicitly permits work to be conducted on a Saturday Sunday andor City observed holiday that day shall count as a Working Day for purposes of the Contract Time

End of Section

59

Section 01010 Summary of Work

11 Work Covered by Contract Documents

A The work consists of the construction of the outlined ProjectWaterfront Park Landscape and Irrigation Project

B The Scope of work will consist of the contractor Furnishing all supervision labormaterials appliances tools equipment facilities transportation and servicesnecessary for and incidental to performing all operations in connection withfurnishing delivery and installation of irrigation system trees palms and shrubsas specified herein

C Contractor will follow the engineered set of plans and there will be nosubstitutions without engineer approval first

D The Contractor is responsible for mobilization and clean-up

E The City reserves the right to modify add to or delete portions of any of the bidschedule or omit entire schedules from the scope of the project The City reservesthe right to make design modifications

F Protection and Restoration

a Replace to equal or better conditions all items removed and replaced ordamaged during construction

b The City must approve the condition of all replaced andor restored areasprior to Final Payment

12 Work Sequence

A The Contractor is responsible for coordinating all work including the work ofhis subcontractors with the City Schedules shall be coordinated with the City to accommodate special needs that the City of Seminole may require The work shall begin on or after November 17 2021 As specified in the Agreement the work shall be substantially complete by February 10 2022 The Completion Date may at the Cityrsquos sole discretion be extended if approved by the City in writing

60

13 Delivery and Receipt of Equipment and Materials

A Contractor is responsible for the delivery receipt storage protection and use of equipment and materials in conjunction with this project City shall not receive or take any responsibility for equipment andor materials delivered to the site

14 Notices to Owners Agencies and Authorities

A Contact all affected agencies at least two (2) weeks prior to start of construction

B The City will assist with removal of vehicles from the work area when necessary

End of Section

61

Section 01040 Coordination

11 General

A Coordinate operations under the contract in a manner which will facilitate progress of the work The Contractor shall also coordinate with the City who may have work separate from the General Contractorrsquos contract

B Conform to the requirements of public utilities and concerned public agencies in respect to the timing and manner of performance of operations which affect the services of such utilities agencies or public safety

C Coordinate all operations with the City to provide satisfactory access at all times and keep them informed at all times

D Keep traffic areas free of material construction equipment and other material and equipment

E Conduct operations in a manner to avoid unnecessary interference with public

12 Schedule and Milestones

A Prior to commencing any site work the Owner Owners representative and Contractor shall meet to determine the critical path sequence and scope for the project based on the Ownerrsquos priorities

13 Meetings

A Hold Meetings for coordination of the Work when needed

1 Contractor shall participate in such meetings accompanied by subcontractors as required by City

End of Section

62

Section 01160 Unit Prices ndash General

11 Description

A This Section covers in general methods of measurements and payment for items of Work The Project Construction Specifications also contain information pertaining to methods of measurement and payment Items of Work will be paid for in accordance with the unit prices in the Bid Schedule

1 City will not pay for defective work and will not pay for repair or additional work required to bring the project to a point of acceptance

B Bid Price

1 The Total Bid Price covers all work required by the Contract Documents

a All work not specifically set forth as a pay item in the Bid Form shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the price bid for the various items of work

2 Unit prices shall include all costs in connection with proper successful completion of the Work including furnishing all materials equipment and tools and performing all labor and supervision to fully complete the Work

3 Unit prices shall govern over extensions of sums

4 Unit prices shall not be subject to renegotiation

C Estimated Quantities

1 All quantities stipulated in the Bid Form at unit prices are approximate and are to be used only as a basis for estimating the probable cost of the Work and for the purpose of comparing the Bids submitted for the Work The basis of payment shall be the actual quantity of material furnished and Work done

2 Contractor agrees that he will make no claim for damages anticipated profits or otherwise on account of any difference between the amount of Work actually performed and materials actually furnished and the estimated amount thereof

3 City reserves the right to decrease increase or delete parts of the project

63

12 Mobilization

A The Lump sum price for the Waterfront Park Landscape and Irrigation Project shall include all costs for bonds insurance permits moving construction equipment to the site and similar costs which are not affected significantly by variation in quantities of the Work

13 Project Closeout

A The costs for project closeout shall be considered incidental to the Work and will not be paid for separately Project Closeout includes the removal of all construction plant materials equipment and all excess or waste materials remaining at completion of Construction restoration of the site and final clean-up and the furnishing of all documentation required by the Contract Documents prior to Final Payment

End of Section

64

Section 01310 Construction Schedules

11 General

A Prepare a schedule of all construction operations and procurements after review of tentative schedule and scope by parties attending the Preconstruction Meeting

1 No Work is to begin at the site until Cityrsquos acceptance of the Construction Progress Schedule and Report of delivery of equipment and materials

2 Working hours shall be Monday thru Friday between 700 am and 700 pm unless otherwise approved by the City

12 Content

A Construction Progress Schedule

1 Show the complete work sequence of construction by activity and location as needed

13 Progress Revisions

A Submit revised schedules and reports when changes are foreseen when requested by the City and with each application for progress payment

B Show changes occurring since previous submission

1 Actual progress of each item to date

2 Revised projections of progress and completion

C Provide a narrative report as needed to define

1 Anticipated problems recommended actions and their effects on the schedule

2 The effect of changes on schedules of others

65

14 Cityrsquos Responsibility

A City review is only for the purpose of checking conformity with the Contract Documents and assisting Contractor in coordinating the Work with the needs of the project

B It is not to be construed as relieving Contractor from any responsibility to determine the means methods techniques sequences and procedures of construction as provided in the General Conditions

End of Section

66

Section 01330 Survey Data

11 Survey Requirements

A The Contractor will provide construction surveying for the project (if any)

End of Section

67

Section 01410 Testing

11 General

A Provide such equipment and facilities as the City may require for conducting field tests and for collection and forwarding samples Do not use any materials or equipment represented by samples until tests if required have been made and the materials or equipment are found to be acceptable Any product which becomes unfit for use after approval hereof shall not be incorporated into the Work

B All materials or equipment proposed to be used may be tested at any time during their preparation or use Furnish the required samples without charge and give sufficient notice of the placing of orders to permit the testing Products may be sampled either prior to shipment or after being received at the site of the Work

C Tests shall be made by an accredited testing laboratory selected by the City Except as otherwise provided sampling and testing of all materials and the laboratory methods and testing equipment shall be in accordance with the latest standards and tentative methods of the American Society for Testing Materials (ASTM)

D Where additional or specified information concerning testing methods sample size etc is required such information is included under the applicable sections of the Specifications Any modification of or elaboration on these test procedures (which may be included for specific materials under their respective sections in the Specifications) shall take precedence over these procedures

12 Cityrsquos Responsibilities

A City shall be responsible for and shall pay all costs in connection with testing for the following

1 Materials and quality assurance testing services (as needed)

2 Contractor shall coordinate and cooperate with the technicians doing the testing and all testing and testing requirements for the project

13 Contractorrsquos Responsibilities Contractor is responsible for any and all re-testing for Work or materials found defective or unsatisfactory and proposed or directed remedial action and corrective action taken Document inspections and tests as required by each Section of the Specifications Provide copies to the City weekly

68

14 Contractorrsquos Quality Control System

A General The Contractor shall establish a quality control system to perform sufficient inspection and tests of items of Work including that of his subcontractor to ensure conformance to the functional performance of this project This control shall be established for all construction except where the Contract Documents provide for specific compliance tests by testing laboratories or engineers employed by the City The Contractorrsquos control system shall specifically include all testing required by the various sections of these specifications

B Superintendence The Contractor shall employ a full time Superintendent to monitor and coordinate all facets of the Work Superintendent shall be on site when Work is in progress (ie weekend work) The Superintendent shall have adequate experience to perform the duties of Superintendent

C Quality Control Contractorrsquos quality control system is the means by which he assures himself that his construction complies with the requirements of the Contract Documents Controls shall be adequate to cover all construction operations and should be keyed to the proposed construction schedule

D Records Maintain correct records on an appropriate form for all inspections and tests performed instructions received from the Cityor Cityrsquos representative and actions taken as a result of those instructions These records shall include evidence that the required inspections or tests have been performed (including type and number of inspections or test nature of defects causes for rejection etc) proposed or directed remedial action and corrective action taken Document inspections and tests as required by each Section of the Specifications Provide copies to the City weekly

End of Section

69

Section 01510 Temporary Utilities

11 Utilities

A Furnish all utilities necessary for construction

12 Water

A City will furnish water in reasonable amounts for the Work at existing fire hydrants and connections without charge to Contractor

B Make arrangements with the City as to the amount of water required and time when water will be needed

C Unnecessary waste of water will not be tolerated

D Contractor shall furnish necessary water trucks pipes hoses nozzles and tools and perform all necessary labor

13 Sanitary Facilities ndash Contractorrsquos Responsibilities

A Furnish temporary sanitary facilities at the site in the usable vicinity of the construction for the needs of construction workers and others performing work or furnishing services on the project (If Public Restrooms are unavailable)

B Properly maintain sanitary facilities of reasonable capacity throughout construction periods

1 Furnish at least one toilet per 20 men per construction location

C Enforce the use of such sanitary facilities by all personnel at the site

End of Section

70

Section 01560 Temporary Controls

11 Noise Control

A Take reasonable measures to avoid unnecessary noise when construction activities are being performed

B Construction machinery and vehicles shall be equipped with practical sound muffling devices and operated in a manner to cause the least noise consistent with efficient performance of the Work

C Cease operation of all machinery and vehicles between the hours of 700 pm and 700 am

12 Dust Control

A Dusty materials in piles or in transit shall be covered when necessary to prevent blowing dust

13 Pollution Control

A Prevent the pollution of drains and water courses by sanitary wastes concrete sediment debris and other substances resulting from construction activities

1 Retain all spent oils hydraulic fluids and other petroleum fluids in containers and dispose off-site

2 Prevent sediment debris or other substances from entering sanitary sewers storm drains culverts andor open ditches and waterways

End of Section

71

Section 01600 Liquidated Damages

11 Liquidated Damages

If the Contractor does not achieve Final Completion by the required date of any individual phase whether by neglect refusal or any other reason the date for Final Completion may be extended in writing by the Owner As provided elsewhere this provision does not apply for delays caused by the City The parties agree and stipulate that the Contractor shall pay liquidated damages to the City for each such day that final completion is late

The Contractor agrees that as part of the consideration for the Citys awarding of this Contract liquidated damages in the amount of $500 the first day and $100 for each day after is reasonable and necessary to pay for the actual damages resulting from such delay The parties agree that the real costs and injury to the City for such delay include hard to quantify items such as Additional engineering inspection and oversight by the City and its agents additional contract administration inability to apply the efforts of those employees to the other work of the City perceived inefficiency of the City citizens having to deal with the construction and the Work rather than having the benefit of a completed Work on time inconvenience to the public loss of reputation and community standing for the City during times when such things are very important and very difficult to maintain

The Contractor must complete the Work and achieve final completion included under the Bid Schedule in the number of consecutive calendar days after the City gives its written Notice to Proceed When the Contractor considers the entire Work ready for its intended use Contractor shall certify in writing that the Work is substantially complete In addition to the Work being substantially complete Final Completion date is the date by which the Contractor shall have fully completed all clean-up and all items that were identified by the City in the inspection for final completion Unless otherwise stated in the Special Conditions for purposes of this liquidated damages clause the Work shall not be finished and the Contract time shall continue to accrue until the City gives its written Final Acceptance

If the Contractor shall fail to pay said liquidated damages promptly upon demand thereof after having failed to achieve Final Completion on time the City shall first look to any retainage or other funds from which to pay said liquidated damages if retainage or other liquid funds are not available to pay said liquidated damages amounts the Surety on the Contractors Performance Bond and Payment Bond shall pay such liquidated damages In addition the City may withhold all or any part of such liquidated damages from any payment otherwise due the Contractor

Liquidated damages as provided do not include any sums to reimburse the City for extra costs which the City may become obligated to pay on other contracts which were delayed or extended because of the Contractors failure to complete the Work within the Contract Time Should the City incur additional costs because of delays or extensions to other contracts resulting from the Contractors failure of timely performance the

72

Contractor agrees to pay these costs that the City incurs because of the Contractors delay and these payments are separate from and in addition to any liquidated damages

The Contractor agrees that the City may use its own forces or hire other parties to obtain Substantial or Final Completion of the work if the time of completion has elapsed and the Contractor is not diligently pursuing completion In addition to the Liquidated Damages provided for the Contractor agrees to reimburse the City for all expenses thus incurred

End of Section

73

Section 01700 Contract Closeout

11 Substantial Completion

A Substantial Completion of the Waterfront Park Landscape and Irrigation Project shall be defined as the completion of all landscaping and irrigation and any other pertinent items as required for this project

B Substantial Completion dates or times are outlined in the Contract Documents

12 Final Completion

A Final Completion shall be defined as the completion of all Work including clean-up all punch list items completed and all processing of all change orders The Work must be ready for Final Payment and Acceptance

B Final Completion will be subject to the terms outlined in the Contract Documents

End of Section

74

Section 01711 Site Cleanup

11 General

A Execute cleanup during progress of the Work and at completion of the Work

12 Description

A Store volatile wastes in covered containers and dispose offsite

B Provide on-site covered containers for the collection of waste materials debris and rubbish

C Neatly store construction materials

D Broom clean exterior paved surfaces and rake other exterior surfaces

13 Disposal

A Wastes shall not be buried or burned on the site or disposed of into storm drains sanitary sewers streams ditches or waterways

B When approved by the City the Contractor my stockpile and store materials and equipment within the Park The contractor shall protect all materials and equipment stored in the Park during non-working hours

C All excess materials shall become property of the Contractor unless otherwise directed by the City

D Remove waste materials clearing materials demolition materials unsuitable excavated materials debris and rubbish for the site at least weekly and dispose of at disposal areas furnished by the Contractor away from the site

End of Section

75

SPECIFICATIONS

Irrigation contractor to provide controller and all materials heads amp piping for a fully functional irrigation system Manufacturer shall be Hunter (preferred) Rain Bird Netafim or The Toro Co Irrigation Division See notes in irrigation plan

Soil preparation Remove and replace or condition soil where the trees and shrubs are to be planted according to the landscape plan Tiger CR 90 granular elemental sulfur is recommended to treat the high pH levels Target soil pH levels should be between 65 and 7 Aerate soil Large mulch rings shall be placed around trees and shrubs Pine mulch is preferable

Plant and supply trees palms and shrubs in specific locations shown on the attached maps All trees palms and shrubs must be Florida Grade 1 quality or better according to the most recent version of the Florida Dept of Agriculture Grades and Standards and also meet the minimum standards on the quote form All plants shall be watered in until thoroughly established as part of the planting responsibilities Trees or Palms that die during the warranty period as determined by the City must be replaced at no cost under warranty The replacement treepalmshrub must also be watered until established

Each tree and palm shall have mulch applied over the planted area with a three-inch depth mulch meeting the standards listed below Mulch shall be Grade 1 non-cypress mulch Color shall match adjacent landscaped areas or determined by the Project Manager if not applicable Mulch shall consist of shredded wood chips be uniform in color be free of invasive plant seeds dirt twigs and debris such as plastic and rocks Mulch must not contain arsenic materials and must be pulled back two inches form each tree to prevent moisture build up All treespalms must be staked either with 2x 4 boards or Wellington tape of similar strapping material using industry standards Tape or strapping material covered with six inches of 1rdquo diameter PVC pipe at ground level to prevent weed eater damage during maintenance activities Bamboo and metal stakes along with green nursery tape shall be removed from trees unless authorized to remain by the Project Manager Trees should be able to stand upright without support stakes tied to the trunk Approximately six months after planting and upon requested by the City all staking material must be removed by the contractor as part of this bid

Locating underground utilities shall be the responsibility of the contractor prior to installing irrigation system or planting The contractor is responsible to call 811 for underground locate services and to coordinated with the City Representative to locate City underground infrastructure in the Park (not to include adjacent right-of-wayrsquos) A seven-day notice prior to digging will be required to allow time to determine these locations

76

SEMINOLE WATER PARK

SOIL REPORT

City of Seminole Florida

Deuel amp Associates Inc 565 S Hercules Ave Clearwater FL 33764

May 25 2021

1

SCHEDULE OF DRAWINGS

77

Table of Contents

Soil Report 3-5

Appendix

Soil Test Sample Reports

Sample 1 - pH - 80 - low potassium - CEC - 156- high compaction

Sample 2 - pH - 78 - low potassium and magnesium CEC - 101- high compaction

Sample 3 - pH - 67 - low potassium CEC-126- high compaction

Sample 4 - pH - 71- low potassium - CEC-127- high compaction

Sample 5 - pH - 78- low potassium and magnesium -CEC - 151- high compaction

Sample 6- pH -80 - low potassium and magnesium - CEC- 137- high compaction

Sample 7 - pH - 64 - low potassium -CEC- 87 (low) - high compaction

Sample 8- pH - 75 - low potassium -169- high compaction

Sample 9 - pH - 77 - low potassium -153- high compaction

Sample 10- pH - 74 - low potassium - 106- high compaction

Soil Remediation Plan

2

78

Mayberry Tree Consulting

City of Seminole Florida

Seminole Water Park

Soil Report

Overview

The following report is a summary of the soil testing I conducted at the Seminole Waterfront Park

site and includes recommendations for treatments to improve both soil and plant health Ten soil

tests were performed at locations annotated on the site plan attached to this report The soil at

these locations was tested for pH levels cation exchange capacity and nutrient levels Two areas

were tested to check soil texture In addition soil at the 10 locations were tested for compaction

The 10 soil samples and texture samples were collected and delivered to SiteOne Landscape

Supply and then sent to Spectrum Analytic Inc for analysis I performed the soil compaction test

using the agraTronix 08180 Soil Compaction Tester Table 1 below includes the results of the

soil and compaction tests Following this table are recommendations to improve the existing soil

to the extent that it will allow for the proposed landscape plants to be maintained in a healthy

growing condition

Soil Analysis Results

Table 1

Soil Texture sand 8500 silt 000 clay 1500 = loamy sand - high compaction

Sample 1- pH - 80 - low potassium - CEC - 156- high compaction

Sample 2- pH - 78- low potassium and magnesium CEC -101- high compaction

Sample 3 - pH - 67 - low potassium CEC-126 - high compaction

Sample 4-pH - 71- low potassium - CEC-127- high compaction

Sample 5- pH - 78- low potassium and magnesium -CEC - 151- high compaction

Sample 6- pH -80- low potassium and magnesium - CEC- 137- high compaction

Sample 7 - pH -64 - low potassium - CEC - 87 (low) - high compaction

Sample 8- pH - 75 - low potassium -169- high compaction

Sample 9- pH - 77 - low potassium -153- high compaction

Sample 10-pH - 74 - low potassium -106- high compaction

3

79

Soil Chemistry

The nutrients required for plants to grow and carry out their life cycle functions are absorbed as

a liquid solution in the soil These solid particles only become soluble in soil moisture at certain

pH levels When they are soluble nutrients can be absorbed by plant roots when they are in a

solid state they cannot be absorbed Nutrient deficiencies can lead to decline or death of a plant

Deficiencies can also prevent a newly installed plant from growing or surviving Nutrient

deficiencies can be caused be by a lack of nutrients in the soil or when the nutrients are present

in the soil but not in an available (soluble) form The soil pH scale ranges from 0-14 A soil pH of

7 is neutral A soil pH below 7 is acidic and a soil above 7 is alkaline If the soil pH is too low (acidic)

or too high (alkaline) certain nutrients may not be available Nutrients such as iron and

manganese become less available as the soil pH rises above neutral while phosphorus is

unavailable around 55 Most trees and shrub species prefer a soil pH between 60 - 65 The

Southern magnolia (Magnolia grandiflora) is an example of an acid loving plant however trees

such as the live oak (Quercus virginiana) are more pH tolerant and can grow in acidic or alkaline

soils preferable between 60 - 75

The soil pH scale is based on a logarithmic function A pH of 80 is ten times more alkaline than a

pH of 7 and a pH of 90 is a hundred times more alkaline than a pH of 80 and the same is true in

reverse for acidic soils Soils have a property called buffering capacity that resists changes in the

pH Consequently it takes time to raise or lower soil pH and due to the logarithmic function of

the pH scale the farther away a pH is from the target pH the longer it will take to get there

The landscape plan for the Seminole Water Park is an exceptional plan featuring a wide variety

of tree shrub and groundcover species To accommodate this spectrum of plants I recommend

a target pH of 65 - 70 As eight of the soil samples were alkaline with pH levels ranging from 71

to 80 the speed at which the target pH levels can be achieved will vary Five of the soil samples

have a pH of 75 or greater with extreme levels of calcium These areas will be difficult to bring

down to target levels and there is no way to accurately predict how long the process will take

These soils may take up to a year or more to bring down to the pH target range The soils with a

pH below 75 should respond sooner Typically lime is used to raise pH and sulfur is used to lower

pH Granular elemental sulfur is the safest and least expensive way to treat the high pH levels

and is the recommend treatment prescribed herein

The soil compaction issue also affects the soil pH and overall plant health and will have to be

treated in concert with the pH treatments Plants depend on the exchange of gases in and out of

soils Oxygen enters the large pore spaces and is used by roots during the respiration process

Carbon dioxide is a byproduct of respiration and must diffuse out of the soil or it becomes toxic

to plant roots It is critical to improve the soil structure as good structure increases microbial

activity Sulfur treatments are done in stages with periodic testing of the soil pH until the desired

level is achieved Soil aeration is essentially a one-time treatment The following section will

provide specifications for the soil treatment procedures

4

80

Recommended Treatments

NOTE 1 Although at this stage it may be impractical one option is to remove the existing fill

material and replace it with a high-quality soil

NOTE2 The areas with a soil pH of 75 or greater may resist altering the pH for an extended

period of time and may take a few years or more to reach target pH levels

NOTE 3 The existing soils at the subject property are not suitable for the tree shrub and

groundcover species proposed in the landscape plan for this site The most serious problem is

the high pH levels A secondary problem but a major concern are the compacted soils A minor

problem is nutrient deficiencies and extreme levels of calcium Some of the nutrient issues will

be corrected when the pH is corrected Some fertilization may be required later

NOTE 4 I recommend forestalling additional installations of landscape plants until the soil pH is

corrected

High Soil pH Treatment and Soil Aeration

Apply Tiger CR 90 granular elemental sulfur at the rate of 35 pounds per 1000 square feet evenly

over the soil surface in areas delineated on the attached site plan Cover the sulfur with one inch

of medium grain sand (grain size 0425-2 millimeter) Soil can be tilled if slightly damp but not

wet Add three inches ofthe free treated mulch provided at Pinellas Countys Landfill This mulch

is weed free and heat-treated to kill pathogens Before tilling call for a utility locate Till the sulfur

sand and mulch into the soil with a rototiller device to a depth of 6- 8 When tilling is complete

water the entire area

After a period of three months check the soil pH and compaction levels If the soil pH is above 7

repeat the sulfur treatment and check the pH in three months Continue the three-month

treatment until the target soil pH levels of 65 - 7 is achieved This may occur soon in some areas

Once the pH levels are achieved cease the sulfur treatments Check the pH levels once a year and

treat with sulfur if the pH rises above 7 Maintain large mulch rings and replenish mulch as

needed Pine straw in an excellent mulch and an acidifier Organic mulches in general will help

acidify the soil and prevent the need for future sulfur treatments In addition the organic

component will help maintain good soil structure

In summary the dredged materials used as a fill have high pH levels and are extremely

compacted The existing soils cannot support plant growth and establishment By following the

prescribed treatments the new soil will support the proposed plants in a healthy growing

condition Roots will readily colonize the new soil Once established the soil will continually

improve on its own if nutrient cycling is practiced (mulch) and adequate soil moisture is

maintained Please contact me via email at amayberrytampabayrrcom or by phone at (727)

735-8953 if you have any questions regarding this report

s

81

Appendix

6

82

REPORT TO 110 0 5 TURF AND ORNAMENT AL SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT cEppoundchum cl-nafJtic

1087 Jamison Road NW 6781 118TH AVE N SUBMITTED BYFOR C ITY OF SEMINOLE Washlngon Court House OH 43160-8748

LARGO FL 33773 3310 04192021 wwwspectrumanalyticcom

RESULTS OF ANALYSIS CALCULATED VALUES Line Number RESULTS OF ANALYSIS Soil Buffer Pounds per Acre Available Nutrient Base Saturation Pounds per Acre Available Nutrient Soluble pH pH CEC LAB NO p K Ca Mg K Ca Salts OM Mg H Na Fe Mn Zn Cu Na mmhoscm 1 H07091 8 0 108 76 8026 152 15 6 0 5 96 4

2

3

4 5

6

7

8

9

10

11 AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

b SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Num er I I MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 1 ZOYSIAGRASS LAWN MED 0 1 50- 2 so s 000 300 7 50 2

3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

1nalyzed by Spectrum Analytic Inc For help understanding your tests go to https spectrumanalyticcomhelp 8

83

TURF AND ORNAMENTAL REPORTTO 11005 SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT ~pecbium cff nafJtic

1087 Jamison Road NW SUBMITTED BYFOR CIT Y OF SEMI NOLE 6781 118TH AVE N Washingon Court House OH 43160-87UI LARGO F L 33773 3310

04 192021 www spectrumanalyticcom

RESULTS OF ANALYSIS CALCULATED VALUES Line Number RESULTS OF ANALYSIS Soil Buffer Pounds per Acre Available Nutrient Base Saturation Pounds per Acre Available Nutrient Soluble

1

LAB NO

H07092

pH

78

pH p

60 K

46 Ca

5150 Mg

100

CEC

10 l K

05 Ca

96

Mg

4 H Na Fe Mn Zn Cu Na

Salts mmhoscm

OM

2

3 4

5

6

7

8

9 10

11 AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Number MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 2 ZOYSIAGRASS LAWN MED 0 150 - 250 s 075 5 00 4 50 2

3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

~nalyzed b y Spectrum Anal ytic Inc For help understanding your test s go to https spectrumanal yticcomhelp 8

84

TURF AND ORNAMENTAL REPORT TO 11005 ~fuctlum cl-nafytfo SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT

1087 Jamison Road NW SUBMITTED BYFOR CITY OF SEMINOLE 6781 118TH AVE N Washingon Court House OH 43160-8748 3310 LARGO FL 33773 0419202 1 wwwspectrumanalyticcom

RESULTS OF ANALYSIS CALCULATED VALUES RESULTS OF ANALYSIS Line Number Soil Buffer Pounds per Acre Available Nutrient Base Saturation Pounds per Acre Available Nutrient Soluble

LAB NO pH pH p K Ca Mg CEC

K Ca Mg H Na Fe Mn Zn Cu Na Salts

mmhoscm OM

1 H07093 67 7 3 78 74 5100 194 12 6 06 76 6 2 3

4 5

6

7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number I SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 3 ZOYSIAGRASS LAWN MED 0 150-2 50 s 025 300 4 00 2

3

4

5

6 7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analytic Inc For he lp unders tanding your t ests go to https spectrumanalytic comhelp 8

85

TURF ANO ORNAMENTAL REPOR 10middot 11005 SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT ~ptct~um cff-naLytc

1087 Jamison Road NW 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE Washlngon Court House OH 43160-8748

LARGO FL 33773 3310 04192021 wwwspectrumanalyticcom

Line Number

LAB NO 1 H07094

Soil pH

71

RESBuffer

pH

ULTS OF ANALYSIS Pounds per Acre Avail able Nutrient p K Ca Mg

12 4 74 5818 158

CALCULATED VALUES Base Saturation CEC

K Ca Mg H

12 7 06 86 5 Na

RESULTS OF ANALYSIS Pounds per Acre Available Nutrient Soluble

Salls Fe Mn Zn Cu Na mmhoscm OM

2

3

4

5

Is 7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

b SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Num er I I MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 4 ZOYSIAGRASS LAWN MED 0 150- 250 s 000 300 5 00 2 3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analytic Inc For help understanding your tests go to httpsspectrumanalytic comhelp 8

86

TURF AND ORNAMENTAL SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT ~fuctrium df-nafytic REPORTTO ll005

6781 118TH AVE N SUBMITTED BYFOR C ITY OF SEMINOLE 1087 Jamison Road NW WashngonCourtHous OH 43160-8748 LARGO FL 33773 3310

04192021 www1pectrumanalyticcom

RESULTS OF ANALYSIS CALCULATED VALUES Line Number RESULTS OF ANALYSIS Soil Buffer Pounds per Acre Available Nutrient Base Saturation Pounds per Acre Available Nutrient Soluble pH pH CEC LAB NO p K Ca Mg Salts OM K Ca Mg H Na Fe Mn Zn Cu Na mmhosem 1 H07095 7 8 108 52 7790 128 151 0 4 97

3

2 3

4

5 6

7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RES UL TS

SURPLUS

HIGH

ADEQUATE

LOW

SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Number I I

MAINT SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn

1 5 ZOYSIAGRASS LAWN MEO 0 150-250 s 0 00 500 7 50 2

3

4

5

6 7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analy Ll~ Inc for help understanding your tests go t o ht tpsspectrumanalytic comhe l p 87

REPORT TO 11005 TURF AND ORNAMENT AL SITEONE L~NDSCAPE SOIL TEST AND RECOMMENDATION REPORT ~fa-Echum dlnafJtfo 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE 1087 Jamison Road NW

Washlngon Court Housr OH 43160-8748 LARGO EL 33773 3310 04192021 wwwspectromanalyticcom

Line Number RESULTS OF ANALYSIS CALCULATED VALUES RESULTS OF ANALYSIS

Soil Buffer Pounds per Acre AvailabpH pH

le Nutrient CEC

Base Saturation Pounds per Acre Available Nutrient Soluble LAB NO p K Ca Mg K Salts 0M Ca Mg H Na Fe Mn Zn Cu Na mmhoscm 1 H07096 8 0 96 46 7004 134 13 7 0 4 96 4

2

3

4 5

6

7

a 9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 6 ZOYSIAGRASS LAWN MED 0 150-2 50 s 0 00 5 00 6 50 2 3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analytic Inc Eor help understanding your tes ts go t o httpsspectrumanalyticcomhelp 88

REPORT TO 11005 TURF AND ORNAMENTAL SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT cpoundp-Ectgtium cl-nafytic 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE 1087 Jamison Road NW

Washingon Court House OH 43160-8148 LARGO FL 33773 3310 04192021 wwwsplaquotumanolytccom

RESULTS OF ANALYSIS CALCULATED VALUES Line Number RESULTS OF ANALYSIS Soil Buffer Pounds per Acre Available Nutrient pH pH p CEC

Base Saturation Pounds per Acre Available Nutrient Soluble LAB NO K Ca Mg K Salts OM Ca Mg H Na Fe Mn Zn Cu Na mmhoscm 1 H07097 6 4 72 112 62 4290 162 8 7 08 92 7 2

3

4 5

6

7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT

MAINT SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 7 ZOYSIAGRASS LAWN MED 0 150- 250 s 0 00 5 00 250

2

3

4

5

6

7

8

9

10 11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analytic Inc For help understanding your tests go to htt pss pectrumanalyticcomhelp 89

TURF ANO ORNfMEt ~l REPORT iO 11005 SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT poundpeclium oJnJyffo 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE 1087 Jamison Road NW LARGO FL 33773 3310 Wohlngon Court Houe OH 43160-8748

04192021 WWWJpectrumonolytlccom

Line Number RESULTS OF ANALYSIS CALCULATED VALUES Soil Buffer Pounds per Acre Available Nutrient RESULTS OF ANALYSIS pH Base Saturation LAB NO pH p K Ca Mg

CEC Pounds per Acre Available Nutrient Soluble 1 K Ca Mg H Na Fe Mn Zn Salls OM H07098 7 5 60 4 76 Cu Na mmhoscm 2

9666 504 169 05 89 11

3

4

5

6

7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number I SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT MAINT SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq 1 8 P205 K20 Mg Fe Mn Zn ZOYSIAGRASS LAWN MED 0 2 1 50-2 50 s 000 3 00

3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE R ESULTS

nalyzed by Spectrum Analytic Inc For help understanding your tests go to https spectrumanalytic comhelp 90

TURF AND ORNAMENTAL REPORT TO 1 1005 c3fa-Ecbum c1-naytic SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT

1087 Jamison Road NW SUBMITTED BYFOR CITY OF SEMINOLE 6781 118TH AVE N Washngon Court House OH 43160-8748 LARGO FL 33773 3310

04192021 wwwspectrumanalyticcom

RESLine Number

ULTS OF ANALYSIS CALCULATED VALUES RESULTS OF ANALYSIS

1 LAB NO

H07099

Soil pH

77

Buffer pH

Pounds per Acre Available Nutrient p K Ca Mg

210 116 7680 206

CEC

153

K

0 8

Base Saturation Ca Mg H

94 5

Na Pounds per Acre Available Nutrient

Fe Mn Zn Cu Na

Soluble Salls

mmhoslcm OM

2

3

4

5 6

7

8

9

10

11 AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Number ) MAJNT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 9 ZOYSIAGRASS LAWN MED 0 150-2 50 s 000 3 00 600 2

3

4

5

6

7

8

9

10 11 RECOMMENDATIONS FOR AVERAGE RESULTS

1nalyzed by Spectrum Analytic Inc For help unders tanding your tests go to httpsspectrumanalyti ccomhelp 9

91

REPOR1 TOmiddot l l()()) TURf ~NO ORt~~t~l SITEONE L~NDSCAPE tD SOl iEST AND RECOMMENDATION REPORT Sipecum JnJyf ic 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE 1081 Jamison Road NW LARGO FL 33773 3 310 Washngon Court House OH 43160-8748

04192021 wwwspecttUmQnolytiGcom Line Number

Soil RESULTS OF ANALYSIS CALCULATED VALUES Buffer Pounds per Acre Available Nutrient RES UL TS OF ANALYSIS

pH Base Saturation LAB NO pH p K Ca Mg CEC

K Pounds per Acre Available Nutrient Soluble

1 Ca Mg H Na Fe Mn Salts 0M H07100 7 4 164 76 4914 344 10 6 0 8 87 12 Zn Cu Na nvnhoscm I

2 3

4

5

6

7

8 9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT

MAINT SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq 1 10 ZOYSIAGRASS LAWN MED P205 K20 Mg Fe Mn Zn

2 0 150-2 50 s 0 0 0 3 00 3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS ~nalyzed by Spectrum Analytic Inc For help understanding your tests go to https spectrumanalytic comhe l p 92

f I

l

I J

I I 1 I I

DESIGN LC

L O N G

ii t---+--+----------+----1DRAW ~

II I ffpoundVf DAlE REVISION BY apoundaltED APC

~ I

I

I

lia TARY IIAHHOIE -~

MW 085

r I I

SKKJVOpoundC IYA7KRFROJV7 PARK SOpound RKKK1JA70JV PMJV

SEMINOLE PINELLAS COUNTY FLORIDA

~

~ I I

~ I 1 I s

0 c

z 0 90 80 ampbull- I SCALll 1 bull 90

MlRK ORDER ND 2016-32

DAlE May 24 2021

SCALE 1 bull - JO

LEROY 0-IIN FL RLA 00012011 SHEET ND L2 DF LJ

X X X X X X X X X X X

X

X

X

X

X

X

X

X

X

X X

PICNICAREA

X X X X X X X X X X X X X X X X X X X X X X X

X

W W W W W W W W W

W W W

W

W

W

W

W

W

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107 93

371 sf 371 sf

3130 sf 371 sf

371 sf 371 sf 371 sf 371 sf 371 sf 371 sf 371 sf 371 sf

153 sf 153 sf

371 sf

371 sf

1447 sf

2728 sf

SOIL SAMPLE NO 7 pH 64

Recommend Aerate Soil

5930 sf

371 sf 371 sf

371 sf 371 sf 371 sf

371 sf 371 sf

SOIL SAMPLE NO 8 pH 75

Recommend Add Sulfur and Aerate Soil

371 sf

153 sf

153 sf

153 sf

371 sf

371 sf

371 sf

SOIL SAMPLE NO 9 pH 77

Recommend Add Sulfur and Aerate Soil

153 sf

153 sf 371 sf

1050 sf

153 sf

371 sf

153 sf 153 sf 153 sf 153 sf 153 sf 153 sf

371 sf 153 sf 371 sf

3541 sf

1368 sf

371 sf

371 sf 371 sf

SOIL SAMPLE NO 1 pH 80

Recommend Add Sulfur and Aerate Soil

371 sf 371 sf

4995 sf

371 sf 110 sf 48 sf

347 sf

403 sf

SOIL SAMPLE NO 6 pH 80

Recommend Add Sulfur and Aerate Soil

2725 sf

673 sf

371 sf

SOIL SAMPLE NO 5 pH 78

Recommend Add Sulfur and Aerate Soil

371 sf

371 sf 371 sf

371 sf

371 sf

371 sf

153 sf

153 sf 153 sf

153 sf

371 sf

371 sf

371 sf

371 sf

371 sf

50 sf 50 sf 153 sf 50 sf

153 sf 153 sf

153 sf 153 sf

153 sf 153 sf

50 sf 50 sf

50 sf

371 sf

371 sf

4125 sf

SOIL SAMPLE NO 2 pH 78

Recommend Add Sulfur and Aerate Soil

371 sf 371 sf 153 sf

371 sf

2850 sf

378 sf 272 sf

918 sf 660 sf

371 sf

SOIL SAMPLE NO 4 pH 71

Recommend Add Sulfur and Aerate Soil

371 sf

371 sf

371 sf

371 sf

SOIL SAMPLE NO 3 pH 67

Recommend Aerate Soil

371 sf

4030 sf

371 sf 371 sf

153 sf 153 sf

371 sf

50 sf

50 sf 153 sf 153 sf

50 sf

371 sf

371 sf

371 sf

50 sf

371 sf

1450 sf 1795 sf

371 sf 371 sf 50 sf

50 sf 371 sf

50 sf

371 sf

50 sf

1760 sf

TOTAL SQ FT SOIL REMEDIATION

2890 sf

371x 68 = 25228 sf +153x31 = 4743 sf

+50x14 = 700 sf +110+4995+673+3130

+1447+2728+5930+1050 +3541+1368+347+2725

+403+2808+37+272+918 +660+1450+2890+1795

+1760+4030+4125+48 = 80251 sq ft

SOIL SAMPLE NO 10 pH 74

Recommend Add Sulfur and Aerate Soil

AutoCAD SHX Text
PED
AutoCAD SHX Text
SPEED LIMIT
AutoCAD SHX Text
W
AutoCAD SHX Text
W
AutoCAD SHX Text
TSP
AutoCAD SHX Text
SPEED LIMIT
AutoCAD SHX Text
NO TRESPASSING
AutoCAD SHX Text
W
AutoCAD SHX Text
NO TRESPASSING
AutoCAD SHX Text
NO TRESPASSING
AutoCAD SHX Text
45MP
AutoCAD SHX Text
45MP
AutoCAD SHX Text
MH
AutoCAD SHX Text
STOP
AutoCAD SHX Text
MH
AutoCAD SHX Text
P A R K B O U L E V A R D
AutoCAD SHX Text
L O N G B A Y O U
AutoCAD SHX Text
2 CC
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
MH
AutoCAD SHX Text
MH
AutoCAD SHX Text
SANITARY MANHOLE RIM=635
AutoCAD SHX Text
S
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
e
AutoCAD SHX Text
EHH
AutoCAD SHX Text
g
AutoCAD SHX Text
g
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
t
AutoCAD SHX Text
w
AutoCAD SHX Text
W
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
S
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
May 24 2021
AutoCAD SHX Text
1 = 30
AutoCAD SHX Text
L2
AutoCAD SHX Text
L3
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
SOIL REMEDIATION PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
LC
AutoCAD SHX Text
LC
AutoCAD SHX Text
APC
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
30
AutoCAD SHX Text
60
AutoCAD SHX Text
30
AutoCAD SHX Text
N
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206

94

BB

~ ~ 0 N I

m I v

bull C

bull ~ i ~ C ~

j l

~ ~ C e ~ bull I ~ middot~ ~ 0

E ~

~ r

a N

t

I i---

10middot ------------

ios---- - 2os-----

I I I I I I

I I I

I

rmiddot I

--- amiddotbull

-f------ bull------- 0 ----- 0

middotmiddot_middoti----

L 0 N G

DESIGN BAB

t----t------t---------------------+----IDRAWNbull CMM

REV DATE REVISION BY CHECKEDbull APC

6 Pl~ -- ~PINE

I

bull

I I

s

I

B A Y O U

I I

I

I

I I

I

I

I I

I

~

r

bull

----

-- -- --

I I

0

I

I

I

----

f

711N0 - - - -

I 0

0

TT

I I I

z OHE --

o 30 eo bullbullbull I re -----~1

SCALE 1 = 30

SPREAD

1 ALL 1IOOD SHALL IE fRIJCE OR PINE-NOT PRESSURE lREATED 2 ~ TIES SHAU NOT CROSS OVER WIXlDT ROOTS 3 REMOIE AU STRING ampIm llllRE IAAPPED ARCtltm lRlfrlK 4 =AlLAU S1RoPS RltFES aiE a(lR STRINGS USED TO LIFT TIpound

5 REMOIE AU BURLAP ~ llllRE FROM lHE TOP Of 11pound ROOT 81L ti TOP a= R001BAU TO EjE SET LEoEL SIH SURROUNDING FINISH GR-DE

21lt2Xc STMCE - ---

rle2X4 - -- awss

IEOff

ULCH ~ DEPlM

TILLED AND LOOSENED NATIpound SOL BACKFLL

FERTUZER TABLEIS All FECFlED PLACE UNFtRIIL Y AROUND ROOT MASS BEnlEEN MIDDLE ANO BOTTOM IF ROOT IIASS

2-2X4bull STAKE W1ClNG TAPER MN 111 INlO UNDISTURBED SOIL I

I I I I I I

HEIGHT ___ MULCH 3bull FROM STEMS

TREE PLANTING DETAIL

I I

0

0 TABLETS AS

CE UNIFOOMLY ND ROOT MASS

b(fo ~ M=

3 TO 5 TIMES WIDlH Of ROOlBAlL

PREPARED PLANTING SOIL

EXISTING UNDISTURBEO SOIL

NTS

I I

SHRUB amp GROUNDCOVER PLANTING DETAIL

bull~-middot-bull middot middotmiddot bulleoN~m middot SIDiWAUlt middotbullbull 0 - bull middot

I=~-

I I I

ltmiddot l ~-~ ~-~ laquopD I I

ii I I

ii ii

I I I

GENFRAI NOTES 1 CONTACT PUBLIC WORKS FOR LOCATING ALL UNDERGROUND UTILITIES PRIOR TO ANY EXCAVATION OF THE SITE RODNEY E

DUE 729-367-6383 EXT 249 amp 811 ALL PLANT MATERIAL SHALL BE FL GRADE 1 OWNER SHALL INSPECT TREES PRIOR TO OFF LOADING FROM TRUCK ALL REJECTED TREES SHAUL BE REMOVED FROM SITE amp NEW PLANTS SHAUL BE PROVIDED BY LANDSCAPE CONTRACTOR

2 ALL REMAINING AREAS WITH NO SHRUBS OR GROUNDCOVER PLANTING SHALL BE SODDED WITH BAHIA GRASS - NO EXCEPTIONS

3 ALL TREES PALMS SHAUL HAVE A MINIMUM 3 DIAMETER TREE RING AT BASE AND MULCHED UNLESS PLANTED WITH GROUNDCOVER PLANTINGS

4 PLANT QUANIDIES ARE PROVIDED AS A GUIDE AND CONVENIENCE CONTRACTOR SHAUL BE RESPONSIBLE TO VERIFY QUANTITIES AND PROVIDE PLANS IN LOCATIONS AS SHOWN ON LANDSCAPE PLANS AND ADJUSTMENT TO HIS PRICING NO EXCEPTIONS

5 ALL MULCHED BEDS SHAUL BE A MINIMUMMAXIMUM OF 3 THICK AFTER COMPACTION ALL MULCHING SHALL BE WITH PINE STRAW

6 ALL PLANTINGS SHALL BE WATERED AS SOON AS THEY ARE PLANTED - NO EXCEPTIONS

7 ALL STAKING OF TREES SHAUL BE COMPLETED WITHIN 24 HOURS AFTER PLANTING - NO EXCEPTIONS

8 SITE SHALL BE POLICED AND TIDED UP AT END OF WORK DAY NO PLANT POTS OR WRAPPINGS OR ANY OTHER PLANTING DERBIES SHALL BE LEFT ON SITE AT END OF DAY OR IN A TRASH COLLECTION CONTAINER ON SITE

QTY

24 14 7 25 16 17

30 7 7

5 10

11 12

15 10 2 2 15 24 18 11 1 17 15

20

I

KEY

GS CLO so MG RM RP

BC RE SRC

FP MP

CP FTP

WW WBB CMN CMM JT SB TL TO BBB WB

BB

NTS

PLANT SPACING DETAIL

(NO-OFFSET) NTS

TILLED MCI LOOSENED NAllIE 1101 MCKFILL

BOTANICAL NAME

CANOPY TREES

Cossio fisulo Quercus virginiano cathedral Qurecus shumardii Magnolia grandiflora Acer rubrum Delonio regio Toxodium distichum Eucalyptus deglupto Juniper siliclo

PALMS Wodyetia bifurata Phoenix dactylifera

Adonidio merrillii Caryoto witis

UNDERSTORY TREES Salix bobylonio Collstemon viminalis Logerstroemia indico Natchez bull

Lagerstroemio indica Muskogee Jatropho interirmo Conocorpus erectus Ligustrum lucidum tree) Osmanthus fragrans Butter Yellow

Bambusa ventricoso Pleioblastus simonii

Bombusa chungii Fer esio Juzhoi ou

SpoundVJVOLpound fl7ATpoundRFROJVT PARK TRpoundpound L4JVlJSCAPpound PLAJVTJVC PL4JV SEMINOLE PINELLAS COUNTY FLORIDA

BACK Of CURB BED LINE

IIEUOYE IIILJIIraquo MCI -I 11E MATElllshyFACIM mtE TOP 1J OF II001Blil

----=-4~ lttr~~N ~------ (3) 211411JS WOODEN STAKES

PALM PLANTING DETAIL NTS

COMMON NAME

Golden ShowerGolden Cathedral Live Oak Shumard Oak Magnolia Red Maple Royal Poinciana Bald Cypress Rainbow Eucalyptus

Southern Red Cedar

Foxtail Palm Medjool Palm Christmas Palm Fish Tail Palm

Weeping Willow Weeping Bottlebrush Crape Myrtle Natchez Crape Myrtle Muskogee Jatropa Tree Silver Buttonwood

Chai

Tree Lugustrum Tree Tee Olive Butter Yellow Buddha Belly Bamboo White Simon Bamboo Tropical Blue Bamboo Red Clum in Bamboo

SIZE

Min 12-15 Ht 3bull Caliper FL1 Min 12-15 Ht 3 Caliper FL1

Min 12-15 Ht 3 Caliper FLf Min 12-15 Ht 3bull Caliper - FL 1 Min 12-15 Ht 3bull Caliper - FL1 Min 12-15 Ht 3 Caliper - FL1

Min 12-15 Ht 3 Caliper - FLf 1 Min 12-15 Ht 3bull Caliper FL 1

Min 10-12 Ht 3 Coliper FL1

Min 15 Clear Trunk NO BLEMISHES Min 15 Clear Trunk NO BLEMISHES Min 6 Clear Trunk NO BLEMISHES Min 6 OVERAUL Ht 15 Gal Cont

Min B-10 Ht 2 Caliper FL1 Min B-10 Ht 2 Caliper FL1 Min 8-10 Ht 2 Caliper Std FL1 Min B-10 Ht 2 Caliper Std FL11 Min 6 Overall Ht amp Single Trunk Min 6 Ht and 2 Caliper Min 6x6 HtampSpr Multi-Stem 2bullcal Min 6 Ht and 2 Caliper

Min 36 Ht 5 Gal Container 14-24 ht 3 gal container (min)

14-24 ht 3 gal container (min) 14-24 ht 3 al container min

LEROY CHIN FL RLA 0001206

PROPOSED LANDSCAPE LEGEND

0 0 e EB 0

i

0

reg

reg $ ~

0

CATHEDRAL LIVE OAK (CLO)

GOLDEN SHOWER (GS)

SOUTHERN MAGNOLIA (GM)

( ii

RED MAPLE (RM)

ROYAL POINCIANA (RP)

FOXTAIL PALM (FP)

MEDJOOL PALM (MP)

MANILACHRISTMAS PALM (CP)

SOUTHERN RED CEDAR (SRC)

BUTTERFLY BUSH

WEEPING WIULOW (WW)

WEEPING BOffiEBRUSH (WBB)

CRAPE MYRTLE Natchez (CMN)

CRAPE MYRTLE Muskogee (CMM)

RAINBOW EUCALYPTUS (RE)

BALD CYPRESS (BC)

JATROPHA TREE (JT)

GREEN BUTTONWOOD

SILVER BUTTONWOOD (SB)

SHUMARD OAK (SO)

TEA OLIVE (TO)

BUTTERFLY BUSH (BB)

TREE LIGUSTRUM (TL)

BUDDHA BEULY BAMBOO (BBB)

FISH TAIL PALM (FTP)

WHITE CLUMPING BAMBOO

BLUE CLUMPING BAMBOO

RED CLUMPING BAMBOO

REMARKS DROUGHT NATNE

Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader

Accent Tree

Palm FL11 Palm FL1

Palm FL 1 Polm FL1

Accent Tree Accent Tree Accent Tree Accent Tree Accent Tree Accent Tree

Accent Tree Accent Tree Accent Plant Accent plant 48

Accent plant 48 Accent lent 48

spacing spacing

TOLERANCE

High High Medium Medium High High High High High

High High High Medium

Low Low Medium Medium Medium High High High Medium High High Hi h

No Yes Yes Yes Yes No

Yes No Yes

Yes No No

No

Yes No Yes Yes No No No No No Yes Yes Yes

WORK ORDER NO 2016-32

DATE DECEMBER 7 2020

SCALE 1 - 30

SHEET NO 4 OF 8

X X X X X

SITE

LINE

FRO

M PI

RATE

SHI

P

X X WETLAND

X

SITE

LINE

FRO

M PI

RATE

SHI

P

X X X

WETLAND

WETLAND

X X X X X X X X

TO

X X X X

PICNICAREA

X X X

X X

X X

X X

X

X X

X

X X

(7) BB (9) RB (8) BB (11) RB

(4) CLO (1) CMM (1) CMN (1) CMM Remove Existing (9) WB Palm Clusters (7) GS

(4 ) WBB

(3) JT (1) CLO (8) WB (4) TO (4) RE

(3) MG

(1) CMN (5) SO (1) CLO (2) RE (5) GS (8)FTP (3) CLO (1) JT (2) RP

(3) SB (1) SB

(7) SRC

(2) JT (2) CLO

(1) Budda Belly Bamboo

(5) CP (7) FTP

(1) SB

(1) RP (6) RP

X X X X X X X X

(5) SB (5) SO (1) CLO

(7) BC

(1) CMN

(5) WW

W W W W W W W W W

W W

W

W

W

W

W

W W

(9) TL 6 X 6

(3) MG (5) RP

(8) BC

(1) CLO (1) MG

(2) MG

(1) MG

(2) MG (5) FP

(5) MP (5) MP

(4) SB

(2) MG (3) SB (7) TO

(1) CLO

(6) CP

(9) TL 6 X 6 (1) MG

(3) MG

(1) MG

(4) RM (1) MG

(1) RM

(8) GS (2) MG

(4) MG

(3) SB

(1) WW

(9) JT

(5) GS

(8) RM POND AERATOR Remove Existing

(ARTWORK) Palm Clusters (1) CLO

TO TO

TO

TO

TO TO

TO TO

TO TO

TO

(1) WW (1) SB (2) RM

(5) BC (2) RM (3) SB (3) RP

(6 ) WBB (1) WW

(10) BC (1) WW

(6) WW

TREE PLANT LIST

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

AutoCAD SHX Text
10
AutoCAD SHX Text
10
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
10
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
14
AutoCAD SHX Text
14
AutoCAD SHX Text
AP CLUSTER
AutoCAD SHX Text
7AP
AutoCAD SHX Text
7AP
AutoCAD SHX Text
4AP
AutoCAD SHX Text
5AP
AutoCAD SHX Text
5AP
AutoCAD SHX Text
12AP
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
8PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
6PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
5PINE
AutoCAD SHX Text
6PINE
AutoCAD SHX Text
P A R K B O U L E V A R D
AutoCAD SHX Text
L O N G B A Y O U
AutoCAD SHX Text
2 CC
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
60
AutoCAD SHX Text
50
AutoCAD SHX Text
50
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
50
AutoCAD SHX Text
45
AutoCAD SHX Text
70
AutoCAD SHX Text
41
AutoCAD SHX Text
41
AutoCAD SHX Text
45
AutoCAD SHX Text
60
AutoCAD SHX Text
50
AutoCAD SHX Text
45
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
70
AutoCAD SHX Text
70
AutoCAD SHX Text
45
AutoCAD SHX Text
50
AutoCAD SHX Text
50
AutoCAD SHX Text
7
AutoCAD SHX Text
17
AutoCAD SHX Text
27
AutoCAD SHX Text
40
AutoCAD SHX Text
7
AutoCAD SHX Text
-3
AutoCAD SHX Text
-23
AutoCAD SHX Text
-33
AutoCAD SHX Text
-13
AutoCAD SHX Text
27
AutoCAD SHX Text
17
AutoCAD SHX Text
7
AutoCAD SHX Text
40
AutoCAD SHX Text
40
AutoCAD SHX Text
27
AutoCAD SHX Text
17
AutoCAD SHX Text
7
AutoCAD SHX Text
-3
AutoCAD SHX Text
-13
AutoCAD SHX Text
-23
AutoCAD SHX Text
-33
AutoCAD SHX Text
S
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
e
AutoCAD SHX Text
EHH
AutoCAD SHX Text
g
AutoCAD SHX Text
g
AutoCAD SHX Text
S
AutoCAD SHX Text
t
AutoCAD SHX Text
w
AutoCAD SHX Text
W
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
S
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
DECEMBER 7 2020
AutoCAD SHX Text
1 = 30
AutoCAD SHX Text
4
AutoCAD SHX Text
8
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
TREE LANDSCAPE PLANTING PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
BAB
AutoCAD SHX Text
CMM
AutoCAD SHX Text
APC
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
30
AutoCAD SHX Text
60
AutoCAD SHX Text
30
AutoCAD SHX Text
N
AutoCAD SHX Text
PREPARED PLANTING SOIL
AutoCAD SHX Text
EXISTING UNDISTURBED SOIL
AutoCAD SHX Text
3 MULCH LAYER
AutoCAD SHX Text
MULCH 3 FROM STEMS
AutoCAD SHX Text
SPREAD
AutoCAD SHX Text
3 TO 5 TIMES WIDTH
AutoCAD SHX Text
OF ROOTBALL
AutoCAD SHX Text
HEIGHT
AutoCAD SHX Text
FERTILIZER TABLETS AS SPECIFIED PLACE UNIFORMLY AROUND ROOT MASS BETWEEN MIDDLE AND BOTTOM OF ROOT MASS
AutoCAD SHX Text
SHRUB amp GROUNDCOVER PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
MULCH 3 FROM TRUNK
AutoCAD SHX Text
OF THE ROOTBALL
AutoCAD SHX Text
3 TO 5 TIMES THE WIDTH
AutoCAD SHX Text
SPREAD
AutoCAD SHX Text
HEIGHT
AutoCAD SHX Text
MULCH 3 DEPTH
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
UNDISTURBED SOIL
AutoCAD SHX Text
2X2X4 STAKE
AutoCAD SHX Text
18MIN
AutoCAD SHX Text
2X2X4 CROSS MEMBER
AutoCAD SHX Text
2X2X4 STAKE
AutoCAD SHX Text
TILLED AND LOOSENED
AutoCAD SHX Text
NATIVE SOIL BACKFILL
AutoCAD SHX Text
NOTES 1 ALL WOOD SHALL BE SPRUCE OR PINE-NOT PRESSURE TREATED ALL WOOD SHALL BE SPRUCE OR PINE-NOT PRESSURE TREATED 2 CROSS TIES SHALL NOT CROSS OVER WOODY ROOTS CROSS TIES SHALL NOT CROSS OVER WOODY ROOTS 3 REMOVE ALL STRING ampOR WIRE WRAPPED AROUND TRUNK REMOVE ALL STRING ampOR WIRE WRAPPED AROUND TRUNK 4 REMOVE ALL STRAPS ROPES WIRE ampOR STRINGS USED TO LIFT THE REMOVE ALL STRAPS ROPES WIRE ampOR STRINGS USED TO LIFT THE ROOTBALL 5 REMOVE ALL BURLAP ampOR WIRE FROM THE TOP OF THE ROOT BALL REMOVE ALL BURLAP ampOR WIRE FROM THE TOP OF THE ROOT BALL 6 TOP OF ROOTBALL TO BE SET LEVEL WITH SURROUNDING FINISH GRADETOP OF ROOTBALL TO BE SET LEVEL WITH SURROUNDING FINISH GRADE
AutoCAD SHX Text
TILLED AND LOOSENED NATIVE SOIL BACKFILL
AutoCAD SHX Text
FERTILIZER TABLETS AS SPECIFIED PLACE UNIFORMLY AROUND ROOT MASS BETWEEN MIDDLE AND BOTTOM OF ROOT MASS
AutoCAD SHX Text
2-2X4 STAKE WLONG TAPER MIN 18 INTO UNDISTURBED SOIL
AutoCAD SHX Text
TREE PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
2X2X4 CROSS MEMBER
AutoCAD SHX Text
2-25 DRYWALL SCREWS
AutoCAD SHX Text
WATER RING (6 WIDTH amp HEIGHT) PROVIDING A WATER COLLECTION BASIN
AutoCAD SHX Text
PROPOSED LANDSCAPE LEGEND CATHEDRAL LIVE OAK (CLO) GOLDEN SHOWER (GS) SOUTHERN MAGNOLIA (GM) SYCAMORE (PO) RED MAPLE (RM) ROYAL POINCIANA (RP) FOXTAIL PALM (FP) MEDJOOL PALM (MP) MANILACHRISTMAS PALM (CP) SOUTHERN RED CEDAR (SRC) BUTTERFLY BUSH WEEPING WILLOW (WW) WEEPING BOTTLEBRUSH (WBB) CRAPE MYRTLE Natchez (CMN) CRAPE MYRTLE Muskogee (CMM) RAINBOW EUCALYPTUS (RE) BALD CYPRESS (BC) JATROPHA TREE (JT) GREEN BUTTONWOOD SILVER BUTTONWOOD (SB) SHUMARD OAK (SO) TEA OLIVE (TO) BUTTERFLY BUSH (BB) TREE LIGUSTRUM (TL) BUDDHA BELLY BAMBOO (BBB) FISH TAIL PALM (FTP) WHITE CLUMPING BAMBOO BLUE CLUMPING BAMBOO RED CLUMPING BAMBOO
AutoCAD SHX Text
SIZE
AutoCAD SHX Text
BOTANICAL NAME
AutoCAD SHX Text
COMMON NAME
AutoCAD SHX Text
KEY
AutoCAD SHX Text
QTY
AutoCAD SHX Text
REMARKS
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Magnolia grandiflora
AutoCAD SHX Text
Magnolia
AutoCAD SHX Text
MG
AutoCAD SHX Text
25
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Cathedral Live Oak
AutoCAD SHX Text
Quercus virginiana cathedral
AutoCAD SHX Text
CLO
AutoCAD SHX Text
14
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Lagerstroemia indica Natchez
AutoCAD SHX Text
CMN
AutoCAD SHX Text
2
AutoCAD SHX Text
Weeping Willow
AutoCAD SHX Text
Salix babylonia
AutoCAD SHX Text
WW
AutoCAD SHX Text
15
AutoCAD SHX Text
Taxodium distichum
AutoCAD SHX Text
Rainbow Eucalyptus
AutoCAD SHX Text
BC
AutoCAD SHX Text
30
AutoCAD SHX Text
Crape Myrtle Natchez
AutoCAD SHX Text
Eucalyptus deglupta
AutoCAD SHX Text
RE
AutoCAD SHX Text
7
AutoCAD SHX Text
Min 15 Clear Trunk NO BLEMISHES
AutoCAD SHX Text
Wodyetia bifurata
AutoCAD SHX Text
Foxtail Palm
AutoCAD SHX Text
FP
AutoCAD SHX Text
5
AutoCAD SHX Text
Palm FL1
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Royal Poinciana
AutoCAD SHX Text
Delonia regia
AutoCAD SHX Text
RP
AutoCAD SHX Text
17
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Medjool Palm
AutoCAD SHX Text
Phoenix dactylifera
AutoCAD SHX Text
MP
AutoCAD SHX Text
10
AutoCAD SHX Text
Min 10-12 Ht 3 Caliper FL1
AutoCAD SHX Text
Southern Red Cedar
AutoCAD SHX Text
Juniper silicla
AutoCAD SHX Text
SRC
AutoCAD SHX Text
7
AutoCAD SHX Text
Jatropa Tree
AutoCAD SHX Text
Bald Cypress
AutoCAD SHX Text
Jatropha interirma
AutoCAD SHX Text
JT
AutoCAD SHX Text
15
AutoCAD SHX Text
Qurecus shumardii
AutoCAD SHX Text
SO
AutoCAD SHX Text
7
AutoCAD SHX Text
Buddha Belly Bamboo
AutoCAD SHX Text
Shumard Oak
AutoCAD SHX Text
Bambusa ventricosa
AutoCAD SHX Text
BBB
AutoCAD SHX Text
1
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Accent Plant
AutoCAD SHX Text
Medium
AutoCAD SHX Text
High
AutoCAD SHX Text
Low
AutoCAD SHX Text
Medium
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
Medium
AutoCAD SHX Text
Medium
AutoCAD SHX Text
Medium
AutoCAD SHX Text
DROUGHT TOLERANCE
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
NATIVE
AutoCAD SHX Text
Min 15 Clear Trunk NO BLEMISHES
AutoCAD SHX Text
Palm FL1
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Min 36 Ht 5 Gal Container
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Red Maple
AutoCAD SHX Text
Acer rubrum
AutoCAD SHX Text
RM
AutoCAD SHX Text
16
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Conocarpus erectus
AutoCAD SHX Text
SB
AutoCAD SHX Text
24
AutoCAD SHX Text
Silver Buttonwood
AutoCAD SHX Text
High
AutoCAD SHX Text
No
AutoCAD SHX Text
Christmas Palm
AutoCAD SHX Text
Adonidia merrillii
AutoCAD SHX Text
CP
AutoCAD SHX Text
11
AutoCAD SHX Text
Palm FL 1
AutoCAD SHX Text
High
AutoCAD SHX Text
No
AutoCAD SHX Text
Min 6 Clear Trunk NO BLEMISHES
AutoCAD SHX Text
Weeping Bottlebrush
AutoCAD SHX Text
CalIstemon viminalis
AutoCAD SHX Text
WBB
AutoCAD SHX Text
10
AutoCAD SHX Text
Low
AutoCAD SHX Text
No
AutoCAD SHX Text
GENERAL NOTES 1 CONTACT PUBLIC WORKS FOR LOCATING ALL UNDERGROUND UTILITIES PRIOR TO ANY EXCAVATION OF THE SITE RODNEY E DUE 729-367-6383 EXT 249 amp 811 ALL PLANT MATERIAL SHALL BE FL GRADE 1 OWNER SHALL INSPECT TREES PRIOR TO OFF LOADING FROM TRUCK ALL REJECTED TREES SHALL BE REMOVED FROM SITE amp NEW PLANTS SHALL BE PROVIDED BY LANDSCAPE CONTRACTOR 2 ALL REMAINING AREAS WITH NO SHRUBS OR GROUNDCOVER PLANTING SHALL BE SODDED WITH BAHIA GRASS - NO EXCEPTIONS 3 ALL TREES PALMS SHALL HAVE A MINIMUM 3 DIAMETER TREE RING AT BASE AND MULCHED UNLESS PLANTED WITH GROUNDCOVER PLANTINGS 4 PLANT QUANTITIES ARE PROVIDED AS A GUIDE AND CONVENIENCE CONTRACTOR SHALL BE RESPONSIBLE TO VERIFY QUANTITIES AND PROVIDE PLANS IN LOCATIONS AS SHOWN ON LANDSCAPE PLANS AND ADJUSTMENT TO HIS PRICING NO EXCEPTIONS 5 ALL MULCHED BEDS SHALL BE A MINIMUMMAXIMUM OF 3 THICK AFTER COMPACTION ALL MULCHING SHALL BE WITH PINE STRAW 6 ALL PLANTINGS SHALL BE WATERED AS SOON AS THEY ARE PLANTED - NO EXCEPTIONS 7 ALL STAKING OF TREES SHALL BE COMPLETED WITHIN 24 HOURS AFTER PLANTING - NO EXCEPTIONS 8 SITE SHALL BE POLICED AND TIDED UP AT END OF WORK DAY NO PLANT POTS OR WRAPPINGS OR ANY OTHER PLANTING DERBIES SHALL BE LEFT ON SITE AT END OF DAY OR IN A TRASH COLLECTION CONTAINER ON SITE
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Min 8-10 Ht 2 Caliper Std FL1
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Min 8-10 Ht 2 Caliper FL1
AutoCAD SHX Text
Min 8-10 Ht 2 Caliper FL1
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Min 6 Ht and 2 Caliper
AutoCAD SHX Text
Min 6 Overall Ht amp Single Trunk
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206
AutoCAD SHX Text
Tree Lugustrum Tree
AutoCAD SHX Text
Osmanthus fragrans Butter Yellow
AutoCAD SHX Text
TO
AutoCAD SHX Text
11
AutoCAD SHX Text
Ligustrum lucidum (tree)
AutoCAD SHX Text
TL
AutoCAD SHX Text
18
AutoCAD SHX Text
Tee Olive Butter Yellow
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
No
AutoCAD SHX Text
No
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Min 6 Ht and 2 Caliper
AutoCAD SHX Text
Min 6x6 HtampSpr Multi-Stem 2cal
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
PLANT SPACING DETAIL (NO-OFFSET)
AutoCAD SHX Text
NTS
AutoCAD SHX Text
OC SPACING
AutoCAD SHX Text
OC SPACING
AutoCAD SHX Text
ALL SHRUBSGROUNDCOVER TO BE TRIANGULAR SPACING SEE PLANT LIST FOR OC SPACING
AutoCAD SHX Text
12 OC SPACING MIN SETBACK FOR SHRUBS amp GROUNDCOVERS
AutoCAD SHX Text
BACK OF CURB BED LINE
AutoCAD SHX Text
CLEAR TRUNK
AutoCAD SHX Text
CLEAR WOOD
AutoCAD SHX Text
TRUNK SHALL BE STRAIGHT AND
AutoCAD SHX Text
WITHOUT CURVES FREE OF SCARS
AutoCAD SHX Text
BURNMARKS AND BOOTS
AutoCAD SHX Text
3 MULCH LAYER
AutoCAD SHX Text
(3) 2x4x36 WOODEN STAKES
AutoCAD SHX Text
EXISTING UNDISTURBED SOIL
AutoCAD SHX Text
2X4 WOOD BRACE (3 EA MIN)
AutoCAD SHX Text
NAIL TO BATTENS amp STAKES
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
5 (15m) MIN
AutoCAD SHX Text
OF THE ROOTBALL
AutoCAD SHX Text
MIN 3 TIMES THE WIDTH
AutoCAD SHX Text
FERTILIZER TABLETS
AutoCAD SHX Text
AS SPECIFIED PLACE
AutoCAD SHX Text
UNIFORMLY AROUND
AutoCAD SHX Text
ROOT MASS BETWEEN
AutoCAD SHX Text
OF ROOT MASS
AutoCAD SHX Text
MIDDLE AND BOTTOM
AutoCAD SHX Text
TILLED AND LOOSENED
AutoCAD SHX Text
NATIVE SOIL BACKFILL
AutoCAD SHX Text
5 - 2x4x16 WOODEN BATTENS
AutoCAD SHX Text
CONNECTED WITH 2-34 STEEL BANDS
AutoCAD SHX Text
5 LAYERS OF BURLAP
AutoCAD SHX Text
PALM PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
CABBAGE PALMS MAY BE HURRICANE CUT ALL OTHERS MUST HAVE FRONDS TIED WBIODEGRADABLE STRAP OR TWINE
AutoCAD SHX Text
BASE OF LEAF BUD
AutoCAD SHX Text
BASE OF HEARTNUT
AutoCAD SHX Text
OF PALM
AutoCAD SHX Text
OR APPROVED ALTERNATE
AutoCAD SHX Text
WATER RING (6 WIDTH amp HEIGHT) PROVIDING A WATER COLLECTION BASIN
AutoCAD SHX Text
DEPTH OF
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
REMOVE BURLAP AND ALL TIE MATERIAL FROM TYHE TOP 13 OF ROOTBALL
AutoCAD SHX Text
NOTE STAKING amp GUYING REQUIRED FOR PALM IF NECESSARY OR AS DIRECTED BY LANDSCAPE ARCHITECT
AutoCAD SHX Text
Lagerstroemia indica Muskogee
AutoCAD SHX Text
CMM
AutoCAD SHX Text
2
AutoCAD SHX Text
Crape Myrtle Muskogee
AutoCAD SHX Text
Medium
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Min 8-10 Ht 2 Caliper Std FL1
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Fish Tail Palm
AutoCAD SHX Text
Caryota witis
AutoCAD SHX Text
FTP
AutoCAD SHX Text
12
AutoCAD SHX Text
Palm FL1
AutoCAD SHX Text
Medium
AutoCAD SHX Text
No
AutoCAD SHX Text
Min 6 OVERALL Ht 15 Gal Cont
AutoCAD SHX Text
CANOPY TREES
AutoCAD SHX Text
PALMS
AutoCAD SHX Text
UNDERSTORY TREES
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Golden ShowerGolden Chain
AutoCAD SHX Text
Cassia fisula
AutoCAD SHX Text
GS
AutoCAD SHX Text
24
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
High
AutoCAD SHX Text
No
AutoCAD SHX Text
Pleioblastus simonii
AutoCAD SHX Text
WB
AutoCAD SHX Text
White Simon Bamboo
AutoCAD SHX Text
14-24 ht 3 gal container (min)
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Accent plant 48 spacing
AutoCAD SHX Text
BB
AutoCAD SHX Text
Tropical Blue Bamboo
AutoCAD SHX Text
14-24 ht 3 gal container (min)
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Accent plant 48 spacing
AutoCAD SHX Text
RB
AutoCAD SHX Text
Red Clumping Bamboo
AutoCAD SHX Text
14-24 ht 3 gal container (min)
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Accent plant 48 spacing
AutoCAD SHX Text
Fargesia Juzhaigou
AutoCAD SHX Text
Bambusa chungii
AutoCAD SHX Text
1
AutoCAD SHX Text
17
AutoCAD SHX Text
15
AutoCAD SHX Text
20

---- --x

X

-- --x

X

X X

X X X

X X

X

-- -- -- --X

f

------ --X X

- - - - 2os-- - - - 2os- - - - - 2os-- -- - 20

I l I I I I

X

N u

o--0lt

I I

I

middot- bull I

I

bull t-----_J_1j __

- - --+------~-I----- I ~ -~-bull

I I I

I

I I

I

I bull bull I bull I I

I

bull

-1-----

bullbull

-1-+---1 bull

X

I I I I I I

I I

I

X

0 X X

I I

I

I

I I

I

X

bull

X

I

I

X

I I

I

bull

X

I I

bull

I I

I

X

X

X

X

X bullmiddot

X ~ middot bull --1~~=-~-~~-~-~~~2~~~i~ t7---- -- ~-__bullcmiddotmiddotmiddot-middot_middot_____ ~i -

x---x X

X X

X

X

-X X

X

w 5

I I I I

I I I I I I

I I I I I I I I

to C)

c r--

OHE --

HEJGHT

ER TABLETS AS CE UNIFORMLY

ND ROOT MASS

I birOF ~degt t1~

middot-1 Ml woagt SHAU BE SPilCE ai PINE-NOT PRESSUIE TIIEAlEll 2 CRCS9 1E9 SHAU NOT CROSS OVER WOOOV ROOlS 3 REUOVE ALL SlRINGI 11aR 1IIIRE bullNPED M(INl lRUIIIC -4 ~ALL SIRAPS ROPES 1RE ~ SIRINGS USED TO LFT lHE

5 REMOVE ALL BURLAP ampIt ~ FROM lHE TOP Of THE ROOT IIAIL B 1tlP OF ROOTIIAU TO BE SET IEEL 111H SURROUNDI~ FINISH GRADE

o 30 so -~ bull I re - -----~1

SCALE 1 = 30

eJc29lc4 STNltE - --

SPREAD

MULCH 3 FROM TRLlrlK

MULCH Y DEP1H

TlLED -ND LOOSENED NAlloE saL BACKFll

WAlER MIC 6 NOTH It HECHT) PROtDIMG A WAlER caLECTION fERTIJZER TAaElS AS SfECIFIEll PLACE UNFCIMI Y AROUND ROOT

I MASS IEW[N WIDDI ~ ~ BOT101it CE ROOT WASS

2-21C4 STNCE WDNC TAPER MIN 18 IN10 UNDISlURBED saL

___ MULCH 3 FROM STEMS

---- S MULa-1 LAYER

TREE PLANTING DETAIL

N TS

J TO 5 TIMES WDlH OF ROOlBNJ

PREPARED PLANTING SOIL

DCISTING lMDISlURBED SOIL

0 C SPACING

ALL SHRUBSGROUNDCOER i -( I TO BE lftlANGULAR SPACING

~- 4 ~ 1- - 1 ~ ~( 1v~ i( middot~ SEE PLANT UST FOR OC + f - + middot -sI + gt 1 SPACING

~cjigt~~~J_J~~J~~~i-1c-f 1~ _ ~ i Jr~ ~~ Uf_-~ ~1i ~~ j-~ zimiddot_c j~ ~ y

SHRUB amp GROUNDCOVER PLANTING DETAIL --ltCl - ~J - I - D ~ lt = - -- I ~lt ~rt~ ~I~= +~bullc~ irtfrac34 ~ibull ~rtfrac34~lt~+~ t 4 1 -1 1 i rt i

I

TILLED NIgt IOOSOED NAlltE SIJL BMKFll

NTS

i

IRUIK SHALi IE SlRAIGHT AND tllllHOUT CURW5 FIE OF SCARS -ARIISANDBODTS

bull= STNCING Ir GUlIN~ REQUIIEgt FOR PMIii IF IECESSMY ltR AS DNCTm IIY IANIISCIIPI AIIOflECT

( 7- i-~ r _~ _ _) r-~ ~-~ -r ~~

~_ti-~gtpound_~- c C~- i -t~ - 1~-~~ ti - -

1+- J gt cJ+ rJ _+c-0 1 _+1middot- J+ _ l2 OC SPACING

===middotbull=middotmiddotmiddotmiddot==middot=-_bull-~=middot =bull=bull=--~--middot~_-Y_~ ~~_bull middotri-bullmiddot-Cbullbull=middot bull~-~=middotmiddotbull)-+ ~NRu~~~DCOERS

PLANT SPACING DETAIL

(NO-OFFSET) NTS

0 0 0 0 0 0 0 0

BACIlt OF CURB BED LINE

Azaleas Florida Flame (AF)

Banana Shrub (BS)

Butterfly Bush Black Knight (BFB)

Sasanqua Camellias (SC)

Cape Jasmine (PMG)

Cord Grass (CG)

Dwarf F1rebush (DF)

~ ---==m~tlf~~ 8 White Fountain Grass (WFG)

Jatropha Shrub Form (JS) Muhly Grass (MG)

El11S11NGI UNDISIUlampD SOIL

PALM PLANTING DETAIL NTS

0 0 0 0 0 0

0

Pickerel Weed (PW)

Plumbago (P)

Siver Buttonwood Shrub Form (SBS)

Dwarf Simpsons Stopper (DSS)

Tea Olive Shrub (TOS)

Lugustrum Shrub Form (LSF)

GROUNDCOVERS amp VINES

Confederate Jasmine (CJ)

RJjjj1 Large Blue Iris (LBI)

ffliji Lilyturf Boarder Grass (EG)

t$pound1 Sweet Alyssum (SA)

fficent$1 Blue Fortune (BF)

X X X X X X X X WETLAND

X X X X X X X X X X X X X

LBI

X X X

PICNIC

X X X

X X

X X

X X

X

X X

EG

SA

X X X X X X X

W W W W W W W W W

W W

W

W

W

W

W

W W

(181) BF (49) PMG

(13) BFB (15) PMG (117) BF (9) DDS

(17) SC

(8) PMG (11) PMG (21) DSS (155) BF

(26) LSF

(18) CJ

(35) DF

(11) BFB (24) BF

(151) BF

(46) JS (161) BF (26) SC

(13) BFB

(8) BFB

(4) TOS

(13) TOS

(15) DF

(18) DF

(46) BS (16) BS (12) SC (17) BS

(18) BS

(22) DF

(209) BF

(9) BFB (40) LBI

(38) BS

(95) LBI

(12) BFB (11) SC

(35) SC

(11) SC

(3) BS

(7) SC

locate 2 wire irrigation controller in electrical room at this location

irrigation point of connection here 2 pvc

pipe backflow preventor in mech

(51) AF room 60GPM 60 PSi (770) EG

(1009) SA

(12) AF

(20) PMG (81) WFG

(73) WFG (72) MG

(70) MG

(245) EG (50) EG

(1065) EG

(800) EG

PROPOSED SHRUBGROUND COVER LEGEND

SYMBOLS SHRUBS

(10) PMG

THERE ARE NO PLANT FOR THISSYMBOL BUT

IRRIGATION WITH 12 1800 POP UP TYPICAL FOR

FUTURE INSTALLATION

(20) DF

(188) LBI

(46) PW

(77) P (167) CG

BF

(17) LSF

LSF

PMG PMG PMG

PMG PMG

PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG

PMG PMG PMG PMG PMG PMG PMG

PMG

LSF

LSF

PMG LSF

PMG LSF

PMG PMG

PMG PMG

PMG PMG BFB DSS PMG BFB

PMG PMG BFB BFB DSS PMG DSS

PMG

PMG PMG BFB DSS

BFB BFB DSS DSS DSS

DSS PMG PMG PMG

PMG PMG PMG BFB BFB

BFB DSS DSS DSS DSS DSS DSS DSS DSS PMG

PMG PMG

DF DF BFB DSS

DSS DSS DSS DSS

DSS DSS DSS PMG PMG

DF PMG

BFB

PMG BFB DF DSS DSS DSS

DSS DSS DSS DSS

DF PMG DF sc sc JS PMG PMG

PMG DF sc

DF DF sc

DF DF DF sc JS DSS JS PMG PMG

BFB BFB DF DF sc sc JS JS JS JS

DF DF sc

PMG PMG JS

JS JS JS

DF sc sc sc sc JS JS

PMG JS JS JS

JS JS JS JS

JS PMG DF DF DF DF DF sc

BFB BFB DF DF DF JS JS JS DF

sc sc DF sc JS JS

sc PMG JS JS JS PMG PMG

JS JS JS

PMG DF DF DF sc JS JS JS BFB

BFB DF DF PMG JS JS JS DF DF sc sc PMG JS JS JS JS

sc JS

PMG BFB DF sc sc sc sc sc sc JS JS JS

sc sc sc CJ BFB sc

PMG sc sc sc

sc CJ

sc sc sc BFB sc CJ

sc sc

sc sc

CJ BFB sc

CJ

BFB CJ

CJ

CJ

CJ

CJ

BFB CJ

BFB CJ BFB CJ

BFB

BFB CJ

BFB CJ

BFB TOS CJ BFB

CJ BFB TOS

CJ TOS

BFB TOS BFB

BFB BFB

TOS

TOS TOS

TOS TOS TOS TOS TOS TOS

TOS TOS

TOS TOS TOS TOS

TOS

TOS TOS TOS TOS DF

TOS DF

TOS DF DF

DF

TOS DF DF

DF DF BS

DF DF BS BS DF BS

BFB DF DF BFB BS

DF BS BFB DF BS BS

BFB BS BS BFB BS BS

BS BS

BFB BS BS BS BFB BS BS BS BS

BFB BS BS BS BS

BS BS BS BS BS BS

BS BS BS

BS BS BS

BS BS BS BS

BS BS BS BS

BS BS BS

BS BS BS BS BS BS BS BS BS BS

BS BS

BS BS BFB

BS sc BS BS BS BS

BS BS BS sc sc sc

BS BS BS BS BS BS BS

BFB BS sc BS BS

BS BS

BFB sc sc BS BS

BS sc sc sc sc sc

BS BS BS BS sc

BS BS BS

BS sc

BS BS BS

BFB sc sc BS BS BS

BS BS BS BS sc BS

BFB sc

BS BS BS BS sc BS

BS

BS sc

BFB BS

BS

BFB BS BS

BS BS BFB BS

BFB BS BS BS

BS BS BS

BS BS

BS BS

BS BS BS

BS BS

BS

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

BS

BS TYP 1 FT WIDE BS

BS MAINTENCE STRIP sc

BFB sc

sc AF

sc sc BFB sc sc

AF AF sc sc

sc sc sc BFB sc sc

sc sc

sc sc BFB

sc BFB sc sc sc AF AF

sc sc AF AF BFB sc sc sc AF AF

BFB sc sc BFB sc sc AF AF AF AF

BFB sc sc sc sc AF

BFB sc sc AF BFB AF

AF AF AF

sc sc AF

BFB sc sc sc sc AF AF AF AF AF

PMG sc AF

AF AF

AF AF

PMG AF AF AF AF AF AF

PMG sc AF AF AF AF

PMG AF AF AF

AF

sc sc AF AF

PMG sc AF AF

PMG AF AF AF

PMG sc sc AF AF

sc sc AF AF AF AF AF AFAF AF

PMG PMG

sc sc sc

PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG WFG PMG PMG PMG

WFG PMG

WFG PMG

WFG WFG PMG WFG

WFG PMG PMG

WFG WFG PMG

WFG WFG PMG

WFG WFG WFG WFG WFG WFG

WFG WFG WFG

WFG WFG WFG WFG WFG

WFG WFG WFG WFG

WFG WFG

WFG WFG WFG WFG WFG

WFG WFG WFG WFG WFG WFG WFG WFG MG

MG WFG

WFG WFG

MG WFG

MG MG WFG WFG WFG WFG

WFG WFG MG MG MG MG

WFG WFG WFG WFG

MG WFG WFG WFG MG

MG WFG WFG

MG MG WFG WFG WFG

WFG

MG WFG

WFG

MG MG MG

WFG WFG WFG WFG

MG MG MG MG MG MG

MG MG

WFG MG MG MG MG

MG WFG

MG MG WFG WFG MG

MG MG

MG MG MG MG MG MG MG WFG WFG WFG

MG MG MG MG

WFG MG MG MG MG MG MG

MG MG MG MG MG MG MG

MG MG MG MG MG

MG MG MG

MG MG

AF

BS

BFB

SC

PMG

PMG sc

AF AF AF MG MG MG MG MG MG MG MG MG MG MG MG MG MG MG

MG MG MG

MG MG MG MG

MG MG MG MG MG

MG MG

MG MG MG

MG MG MG

MG MG MG MG MG MG

MG WFG WFG

MG WFG

MG MG WFG

MG WFG

MG WFG

MG WFG

MG WFG

MG WFG

MG MG WFG WFG

MG WFG

MG WFG

MG MG WFG MG

MG

WFG WFG WFG

WFG WFG WFG MG

WFG WFG

WFG WFG WFG

WFG WFG WFG WFG

WFG MG

WFG WFG

WFG WFG

WFG WFG

WFG WFG

WFG WFG

WFG WFG

WFG WFG MG

WFG WFG WFG WFG

WFG WFG MG

WFG WFG WFG WFG WFG WFG WFG MG WFG WFG MG

MGMG WFG

WFG MG

MG WFG

WFG MG MG

WFG WFG MG

MG

WFG WFG

MG

WFG WFG

WFG WFG

WFG

CG

DF

WFG

JS

MG

WFG P

P P

P P

PW

P P

P

P P DF

P P DF

SBS

P P DF

P P DF

DSS

P P DF

P P DF

P P DF

P P DF

P P

DF P P

DF P P

DF P P

DF

CG P P

DF PW PW CG CG P P

PW PW CG CG P P DF

PW PW CG CG P P DF

TOS

LSF

CJ

PW PW CG CG CG P P DF

PW PW CG CG CG

P P DF

PW PW CG CG CG CG P

P

PW PW CG CG

CG CG P DF

P

CG P

CG PW

CG CG

PW CG P

CG P

DF

CG CG P P

PW PW PW CG CG CG CG CG P P DF

CG P

PW PW CG CG CG CG CG CG P P

PW CG CG LSF

P P CG CG

P CG CG

PW CG CG CG

PW CG CG CG CG P

P P P P P P P LSF

CG CG CG CG CG P

P PW

PW PW CG CG CG

P P P P P P

CG CG CG CG CG CG LSF

CG CG CG CG CG CG CG CG CG

95

f 4 bull C bull 0

~ ~

I 2

~

X

X X

X

X X

X

xmiddot

X X middot--- )( X X X

-~ ----- X

l middot - ~ X X

middot--~ X X ~

X

X X - ---

--- ---11 middot_ _x_ -~ X ----- middot X X

bullbull

X

X

~ LONG YOU

X

X E3

--= bull

---------__--------middot

x Xmiddot

bull

X

X

GENERAL NOTES 1 ALL PLANT MATERIAL SHALL BE FL GRADE 1 OWNER SHALL INSPECT TREES PRIOR TO OFF LOADING FROM TRUCK ALL

REJECTED TREES SHALL BE REMOVED FROM SITE amp NEW PLANTS SHALL BE PROVIDED BY LANDSCAPE CONTRACTOR

2 ALL REMAINING AREAS WITH NO SHRUBS OR GROUNDCOVER PLANTING SHALL BE SODDED WITH BAHIA GRASS IF DISTURB DURING LANDSCAPE CONSTRUCTION - NO EXCEPTIONS

3 AU_ TREES AND PALMS SHALL HAVE A MINIMUM 3 DIAMETER TREE RING AT BASE AND MULCHED UNLESS PLANTED WITH GROUNDCOVER PLANTINGS

4 PLANT QUANTITIES ARE PROVIDED AS A GUIDE AND CONVENIENCE CONTRACTOR SHALL BE RESPONSIBLE TO VERIFY QUANmlES AND PROVIDE PLANTS IN LOCATIONS AS SHOWN ON LANDSCAPE PLANS AND ADJUSTMENT TO HIS PRICING NO EXCEPTIONS

5 ALL MULCHED BEDS SHALL BE A MINIMUMMAXIMUM OF 3bull THICK AFTER COMPACTION ALL MULCHING SHALL BE WITH PINE STRAW

6 ALL PLANTINGS SHALL BE WATERED AS SOON AS THEY ARE PLANTED - NO EXCEPTIONS

7 CONTACT RODNEY DUE DIRECTOR OF PUBLIC WORKS - CITY OF SEMINOLE FOR LOCATION OF UNDER GROUND UTILITIES PRIOR TO ANY EXCAVATIONS 727-397-6383 EXT 249

SHRUB PLANTING LIST

QTY

63 138 76

127 113 167

105

166 46

142

46

77 35

17 43

KEY SYMBOL

0 0

sect 0 0 0 0 0

8 0 0

AF

BS

BFB

SC

PMG CG

OF

CF JC

MG PW p

DDS

TOR LSF

18 0 CJ

323 RJjji1 1028 fiamp$]

~=

BOTANICAL NAME

Rhododendron spp

Michelio figo Buddlejo davidii Block Knight

Camellia joponico Sosonqua

Tobernaemontano divoncoto

Sportina spartinae

Harmelia patens compocta

Cortodenio selloano

Jotropho intergemimo shrub

Muh1enbergio copillaris Pontederia cordoto

Plumbago ouricuota Myrcionthes Fragrans Compocta

Osmonthus fragons Butter Yellow

Ligustrum japonicum

GROUNDCOVER amp VINES

Trachelospermum Josminodies

Iris venisicolor Vlrginica

Aqastoche

Lobuloria maritime

COMMON NAME

Azaleas Florida Flame

Banana Shrub

Butterfly Bush Block Knight Soscmqua CQmellias-use multiple (3 varsities to have color year arouncf

Cape Jasmine Poor Mans Gardenia

Cord Grass

Dwarf Firebush

Fountain Grass Jotropho Shrub Form

Muhly Grass

Pickerel Weed

Plumbago Dwarf Simpsons Stopper

Teo Olive Shrub Form

Llgustrum Shrub form

Confederate Jasmine

Large Blue Iris

Blue Fortune

Sweet Alyssum

Liriope musrori Emerald Goddess Lilyturf Boarder Gross

-ALL PLANT MATERIAL MUST BE FLORIDA GRADE 1 -ALL BAREDISTURBED AREAS SHAL BE SODDED WITH BAHIA

SIZE

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 8 Ht 6 1 gallon cont

REMARKS

fl Grade

FL Grode FL Grade

FL Grade FL Grode FL Grade

FL Grade

FL Grode

FL Grode

FL Grode

FL Grade

FL Grode

FL Grode

FL Grade

FL Grade

Spacing 36 0

Spacing 36 0 C Spacing 36 0 C

Spacing 36 0 C Spacing 60 0 C Spacing 36 0 C

Spacing 36 O C Spacing 36 0 C Spacing 36 0 C Spacing 36 0 C

Spacing 36 0 C

Spacing 36 O C

Spacing 36 0 C

Spacing 36 0 C

Spacing 36 0 C

Vine spacing as shown on dwg

12 on center Flower white

Spr 8 Ht 10 1 gal cont 18 OC attracts butterfly amp Humming Birds

Spr 8 Ht 6 1 gallon cont

Spr 6 Ht 10 1 gallon cont

12 on center Flower white

Accent plant 12 on cneter

DROUGHT TOLERANCE

NATIVE

High Yes

High once established No

Medium Yes

Medium Medium to Low

High

High

High medium to Low

High to Medium

Low

Medium

High

High to Medium

High

High

Medium High Blue flower

Medium

High

No No

Yes

Yes

Yes No

Yes Yes

Yes Yes

Yes Yes

No

No

Yes

No

Yes

i r-r--------------r------r------=========7~r-----=====================--------------------------------------------------r---------------------------T-~T~---1 DESIGN LC SEH10poundpound frA TERFR01T PARK WORK ORDER NO 2016-32

1---+----l---------------------1----IDRAWN LC SHRuB PLAJVTJVC PLAJV DATE JANu1R~- 4

3bull0

~021 SCALE

frac14 REV DATE REVISION BY CHECKED PFC SEMINOLE PINELLAS COUNTY FLORIDA LEROY CHIN FL RLA 0001206 SHEET NO L2 OF L2

WETLAND

WETLAND

AREA

X

X X

LBI

BF

SA

EG

SHRUBS

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

PW PW CG CG CG LSF

PW CG CG CG CG CG CG

PW CG CG

CG CG CG CG CG

CG CG CG

PW PW

CG CG CG CG CG CG CG CG CG CG

LSF

CG CG CG CG CG

PW PW CG CG CG CG LSF CG CG CG CG

PW CG

CG PW

CG CG CG CG CG CG CG

CG CG LSF CG

PW CG

CG CG CG CG CG CG CG

PW CG CG CG CG LSF

PW CG

CG CG CG CG

CG CG CG

PW CG CG CG CG LSF

PW PW CG CG CG

PW CG CG CG

CG LSF

PW PW LSF

LSF

LSF

LSF

LSF AF

LSF BS

LSF

BFB

SC

PMG

CG

DF

WFG

JS

MG

PW

P

SBS

TOS

LSF

CJ

AutoCAD SHX Text
P A R K B O U L E V A R D
AutoCAD SHX Text
L O N G B A Y O U
AutoCAD SHX Text
2 CC
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
MH
AutoCAD SHX Text
MH
AutoCAD SHX Text
ASPHALT ROADWAY
AutoCAD SHX Text
S
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
e
AutoCAD SHX Text
EHH
AutoCAD SHX Text
g
AutoCAD SHX Text
g
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
t
AutoCAD SHX Text
w
AutoCAD SHX Text
W
AutoCAD SHX Text
S
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
JANUARY 4 2021
AutoCAD SHX Text
1 = 30
AutoCAD SHX Text
L2
AutoCAD SHX Text
L2
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
SHRUB PLANTING PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
LC
AutoCAD SHX Text
LC
AutoCAD SHX Text
APC
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
30
AutoCAD SHX Text
60
AutoCAD SHX Text
30
AutoCAD SHX Text
N
AutoCAD SHX Text
PREPARED PLANTING SOIL
AutoCAD SHX Text
EXISTING UNDISTURBED SOIL
AutoCAD SHX Text
3 MULCH LAYER
AutoCAD SHX Text
MULCH 3 FROM STEMS
AutoCAD SHX Text
SPREAD
AutoCAD SHX Text
3 TO 5 TIMES WIDTH
AutoCAD SHX Text
OF ROOTBALL
AutoCAD SHX Text
HEIGHT
AutoCAD SHX Text
FERTILIZER TABLETS AS SPECIFIED PLACE UNIFORMLY AROUND ROOT MASS BETWEEN MIDDLE AND BOTTOM OF ROOT MASS
AutoCAD SHX Text
SHRUB amp GROUNDCOVER PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
MULCH 3 FROM TRUNK
AutoCAD SHX Text
OF THE ROOTBALL
AutoCAD SHX Text
3 TO 5 TIMES THE WIDTH
AutoCAD SHX Text
SPREAD
AutoCAD SHX Text
HEIGHT
AutoCAD SHX Text
MULCH 3 DEPTH
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
UNDISTURBED SOIL
AutoCAD SHX Text
2X2X4 STAKE
AutoCAD SHX Text
18MIN
AutoCAD SHX Text
2X2X4 CROSS MEMBER
AutoCAD SHX Text
2X2X4 STAKE
AutoCAD SHX Text
TILLED AND LOOSENED
AutoCAD SHX Text
NATIVE SOIL BACKFILL
AutoCAD SHX Text
NOTES 1 ALL WOOD SHALL BE SPRUCE OR PINE-NOT PRESSURE TREATED ALL WOOD SHALL BE SPRUCE OR PINE-NOT PRESSURE TREATED 2 CROSS TIES SHALL NOT CROSS OVER WOODY ROOTS CROSS TIES SHALL NOT CROSS OVER WOODY ROOTS 3 REMOVE ALL STRING ampOR WIRE WRAPPED AROUND TRUNK REMOVE ALL STRING ampOR WIRE WRAPPED AROUND TRUNK 4 REMOVE ALL STRAPS ROPES WIRE ampOR STRINGS USED TO LIFT THE REMOVE ALL STRAPS ROPES WIRE ampOR STRINGS USED TO LIFT THE ROOTBALL 5 REMOVE ALL BURLAP ampOR WIRE FROM THE TOP OF THE ROOT BALL REMOVE ALL BURLAP ampOR WIRE FROM THE TOP OF THE ROOT BALL 6 TOP OF ROOTBALL TO BE SET LEVEL WITH SURROUNDING FINISH GRADETOP OF ROOTBALL TO BE SET LEVEL WITH SURROUNDING FINISH GRADE
AutoCAD SHX Text
TILLED AND LOOSENED NATIVE SOIL BACKFILL
AutoCAD SHX Text
FERTILIZER TABLETS AS SPECIFIED PLACE UNIFORMLY AROUND ROOT MASS BETWEEN MIDDLE AND BOTTOM OF ROOT MASS
AutoCAD SHX Text
2-2X4 STAKE WLONG TAPER MIN 18 INTO UNDISTURBED SOIL
AutoCAD SHX Text
TREE PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
2X2X4 CROSS MEMBER
AutoCAD SHX Text
2-25 DRYWALL SCREWS
AutoCAD SHX Text
WATER RING (6 WIDTH amp HEIGHT) PROVIDING A WATER COLLECTION BASIN
AutoCAD SHX Text
GENERAL NOTES 1 ALL PLANT MATERIAL SHALL BE FL GRADE 1 OWNER SHALL INSPECT TREES PRIOR TO OFF LOADING FROM TRUCK ALL REJECTED TREES SHALL BE REMOVED FROM SITE amp NEW PLANTS SHALL BE PROVIDED BY LANDSCAPE CONTRACTOR 2 ALL REMAINING AREAS WITH NO SHRUBS OR GROUNDCOVER PLANTING SHALL BE SODDED WITH BAHIA GRASS IF DISTURB DURING LANDSCAPE CONSTRUCTION - NO EXCEPTIONS 3 ALL TREES AND PALMS SHALL HAVE A MINIMUM 3 DIAMETER TREE RING AT BASE AND MULCHED UNLESS PLANTED WITH GROUNDCOVER PLANTINGS 4 PLANT QUANTITIES ARE PROVIDED AS A GUIDE AND CONVENIENCE CONTRACTOR SHALL BE RESPONSIBLE TO VERIFY QUANTITIES AND PROVIDE PLANTS IN LOCATIONS AS SHOWN ON LANDSCAPE PLANS AND ADJUSTMENT TO HIS PRICING NO EXCEPTIONS 5 ALL MULCHED BEDS SHALL BE A MINIMUMMAXIMUM OF 3 THICK AFTER COMPACTION ALL MULCHING SHALL BE WITH PINE STRAW 6 ALL PLANTINGS SHALL BE WATERED AS SOON AS THEY ARE PLANTED - NO EXCEPTIONS 7 CONTACT RODNEY DUE DIRECTOR OF PUBLIC WORKS - CITY OF SEMINOLE FOR LOCATION OF UNDER GROUND UTILITIES PRIOR TO ANY EXCAVATIONS 727-397-6383 EXT 249
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206
AutoCAD SHX Text
SIZE
AutoCAD SHX Text
BOTANICAL NAME
AutoCAD SHX Text
SHRUB PLANTING LIST
AutoCAD SHX Text
COMMON NAME
AutoCAD SHX Text
SYMBOL
AutoCAD SHX Text
QTY
AutoCAD SHX Text
REMARKS
AutoCAD SHX Text
Michelia figo
AutoCAD SHX Text
Banana Shrub
AutoCAD SHX Text
BS
AutoCAD SHX Text
138
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Azaleas Florida Flame
AutoCAD SHX Text
Rhododendron spp
AutoCAD SHX Text
AF
AutoCAD SHX Text
63
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Plumbago auricuata
AutoCAD SHX Text
P
AutoCAD SHX Text
77
AutoCAD SHX Text
Muhly Grass
AutoCAD SHX Text
Muhlenbergia capillaris
AutoCAD SHX Text
MG
AutoCAD SHX Text
142
AutoCAD SHX Text
Myrcianthes Fragrans Compacta
AutoCAD SHX Text
DDS
AutoCAD SHX Text
35
AutoCAD SHX Text
Plumbago
AutoCAD SHX Text
Tabernaemontana divancata
AutoCAD SHX Text
Cape Jasmine Poor Mans Gardenia
AutoCAD SHX Text
PMG
AutoCAD SHX Text
113
AutoCAD SHX Text
Sasanqua Camellias-use multiple (3)
AutoCAD SHX Text
Camellia japonica Sasanqua
AutoCAD SHX Text
SC
AutoCAD SHX Text
127
AutoCAD SHX Text
Cord Grass
AutoCAD SHX Text
Spartina spartinae
AutoCAD SHX Text
CG
AutoCAD SHX Text
167
AutoCAD SHX Text
Fountain Grass
AutoCAD SHX Text
Cortadenia selloana
AutoCAD SHX Text
CF
AutoCAD SHX Text
166
AutoCAD SHX Text
Trachelospermum Jasminodies
AutoCAD SHX Text
CJ
AutoCAD SHX Text
18
AutoCAD SHX Text
Liriope musrari Emerald Goddess
AutoCAD SHX Text
Large Blue Iris
AutoCAD SHX Text
1865
AutoCAD SHX Text
Confederate Jasmine
AutoCAD SHX Text
Iris venisicolor Virginica
AutoCAD SHX Text
323
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Dwarf Simpsons Stopper
AutoCAD SHX Text
GROUNDCOVER amp VINES
AutoCAD SHX Text
High once established
AutoCAD SHX Text
High
AutoCAD SHX Text
High to Medium
AutoCAD SHX Text
Medium
AutoCAD SHX Text
High
AutoCAD SHX Text
Medium to Low
AutoCAD SHX Text
Medium
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
Medium
AutoCAD SHX Text
DROUGHT TOLERANCE
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
NATIVE
AutoCAD SHX Text
Sweet Alyssum
AutoCAD SHX Text
Lobularia maritima
AutoCAD SHX Text
Lilyturf Boarder Grass
AutoCAD SHX Text
1009
AutoCAD SHX Text
Spr 8 Ht 6 1 gallon cont
AutoCAD SHX Text
12 on center Flower white
AutoCAD SHX Text
Medium
AutoCAD SHX Text
No
AutoCAD SHX Text
Spr 6 Ht 10 1 gallon cont
AutoCAD SHX Text
Accent plant 12 on cneter
AutoCAD SHX Text
Vine spacing as shown on dwg
AutoCAD SHX Text
Butterfly Bush Black Knight
AutoCAD SHX Text
Buddleja davidii Black Knight
AutoCAD SHX Text
BFB
AutoCAD SHX Text
76
AutoCAD SHX Text
Medium
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Dwarf Firebush
AutoCAD SHX Text
Harmelia patens compacta
AutoCAD SHX Text
DF
AutoCAD SHX Text
105
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Pickerel Weed
AutoCAD SHX Text
Pontederia cordata
AutoCAD SHX Text
PW
AutoCAD SHX Text
46
AutoCAD SHX Text
Low
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Jatropha Shrub Form
AutoCAD SHX Text
Jatropha intergemima shrub
AutoCAD SHX Text
JC
AutoCAD SHX Text
46
AutoCAD SHX Text
medium to Low
AutoCAD SHX Text
No
AutoCAD SHX Text
NOTES -ALL PLANT MATERIAL MUST BE FLORIDA GRADE 1 -ALL BAREDISTURBED AREAS SHAL BE SODDED WITH BAHIA
AutoCAD SHX Text
PLANT SPACING DETAIL (NO-OFFSET)
AutoCAD SHX Text
NTS
AutoCAD SHX Text
OC SPACING
AutoCAD SHX Text
OC SPACING
AutoCAD SHX Text
ALL SHRUBSGROUNDCOVER TO BE TRIANGULAR SPACING SEE PLANT LIST FOR OC SPACING
AutoCAD SHX Text
12 OC SPACING MIN SETBACK FOR SHRUBS amp GROUNDCOVERS
AutoCAD SHX Text
BACK OF CURB BED LINE
AutoCAD SHX Text
CLEAR TRUNK
AutoCAD SHX Text
CLEAR WOOD
AutoCAD SHX Text
TRUNK SHALL BE STRAIGHT AND
AutoCAD SHX Text
WITHOUT CURVES FREE OF SCARS
AutoCAD SHX Text
BURNMARKS AND BOOTS
AutoCAD SHX Text
3 MULCH LAYER
AutoCAD SHX Text
(3) 2x4x36 WOODEN STAKES
AutoCAD SHX Text
EXISTING UNDISTURBED SOIL
AutoCAD SHX Text
2X4 WOOD BRACE (3 EA MIN)
AutoCAD SHX Text
NAIL TO BATTENS amp STAKES
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
5 (15m) MIN
AutoCAD SHX Text
OF THE ROOTBALL
AutoCAD SHX Text
MIN 3 TIMES THE WIDTH
AutoCAD SHX Text
FERTILIZER TABLETS
AutoCAD SHX Text
AS SPECIFIED PLACE
AutoCAD SHX Text
UNIFORMLY AROUND
AutoCAD SHX Text
ROOT MASS BETWEEN
AutoCAD SHX Text
OF ROOT MASS
AutoCAD SHX Text
MIDDLE AND BOTTOM
AutoCAD SHX Text
TILLED AND LOOSENED
AutoCAD SHX Text
NATIVE SOIL BACKFILL
AutoCAD SHX Text
5 - 2x4x16 WOODEN BATTENS
AutoCAD SHX Text
CONNECTED WITH 2-34 STEEL BANDS
AutoCAD SHX Text
5 LAYERS OF BURLAP
AutoCAD SHX Text
PALM PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
CABBAGE PALMS MAY BE HURRICANE CUT ALL OTHERS MUST HAVE FRONDS TIED WBIODEGRADABLE STRAP OR TWINE
AutoCAD SHX Text
BASE OF LEAF BUD
AutoCAD SHX Text
BASE OF HEARTNUT
AutoCAD SHX Text
OF PALM
AutoCAD SHX Text
OR APPROVED ALTERNATE
AutoCAD SHX Text
WATER RING (6 WIDTH amp HEIGHT) PROVIDING A WATER COLLECTION BASIN
AutoCAD SHX Text
DEPTH OF
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
REMOVE BURLAP AND ALL TIE MATERIAL FROM TYHE TOP 13 OF ROOTBALL
AutoCAD SHX Text
NOTE STAKING amp GUYING REQUIRED FOR PALM IF NECESSARY OR AS DIRECTED BY LANDSCAPE ARCHITECT
AutoCAD SHX Text
Banana Shrub (BS)
AutoCAD SHX Text
Azaleas Florida Flame (AF)
AutoCAD SHX Text
Blue Fortune (BF)
AutoCAD SHX Text
Muhly Grass (MG)
AutoCAD SHX Text
Siver Buttonwood Shrub Form (SBS)
AutoCAD SHX Text
Plumbago (P)
AutoCAD SHX Text
Cape Jasmine (PMG)
AutoCAD SHX Text
Sasanqua Camellias (SC)
AutoCAD SHX Text
Cord Grass (CG)
AutoCAD SHX Text
White Fountain Grass (WFG)
AutoCAD SHX Text
Large Blue Iris (LBI)
AutoCAD SHX Text
Confederate Jasmine (CJ)
AutoCAD SHX Text
Dwarf Simpsons Stopper (DSS)
AutoCAD SHX Text
Sweet Alyssum (SA)
AutoCAD SHX Text
Lilyturf Boarder Grass (EG)
AutoCAD SHX Text
Butterfly Bush Black Knight (BFB)
AutoCAD SHX Text
Dwarf Firebush (DF)
AutoCAD SHX Text
Pickerel Weed (PW)
AutoCAD SHX Text
Jatropha Shrub Form (JS)
AutoCAD SHX Text
GROUNDCOVERS amp VINES
AutoCAD SHX Text
Tea Olive Shrub (TOS)
AutoCAD SHX Text
Lugustrum Shrub Form (LSF)
AutoCAD SHX Text
KEY
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 60 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
varsities to have color year around
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Osmanthus fragans Butter Yellow
AutoCAD SHX Text
TOR
AutoCAD SHX Text
17
AutoCAD SHX Text
Tea Olive Shrub Form
AutoCAD SHX Text
High to Medium
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Ligustrum japonicum
AutoCAD SHX Text
LSF
AutoCAD SHX Text
43
AutoCAD SHX Text
Ligustrum Shrub Form
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Spr 8 Ht 6 1 gallon cont
AutoCAD SHX Text
12 on center Flower white
AutoCAD SHX Text
Medium
AutoCAD SHX Text
No
AutoCAD SHX Text
Spr 8 Ht 10 1 gal cont 18 OC
AutoCAD SHX Text
Blue Fortune
AutoCAD SHX Text
Aqastache
AutoCAD SHX Text
1028
AutoCAD SHX Text
attracts butterfly amp Humming Birds
AutoCAD SHX Text
High Blue flower
AutoCAD SHX Text
Yes

x -- x-- x-- x x (181) BF

- - - 205- -

bull

I

X - X ~ PilIG- x i X x --

(161) BF

0 (26) SC

I bull

(46) BS

(17) BS

X

x -- yx x ----20middots-

I

I I I I

(4) TOS I

(13) TOS I (15) OF

(18)

I I OF I I

X

bull

X

X

I I

TEA OLIVE

CAPE JASMINE

PLAYGROUND AREA SENSORY PLANTS

SIMPSON STOPPER

AZALEAS

SHRUB AND HEDGE PLAN

96

BUTTERFLY BUSH BANANA SHRUB

PLAYGROUND

BLUE FORTUNE

) middot

I I

X

X El

-- I I

PARK BLVD HEDGES

SHRUB AND HEDGE PLAN

POND

MEMORIAL SITE

FIREBUSH LIGUSTRUM

ENTRANCE

MUHLY GRASS FOUNTAIN GRASS

PLUMBAGO BLUE FLAG IRIS PICKERELWEED CORD GRASS

POND PLANTS

97

98

I-

0

Cl

wr--I)

ol l() I)

w () w

c lt(

Oa rmiddot 0

N ~

w 0

_Jo CD

01-zltC

_J -a

w ()

REV DATE REVISION

c z z z c w CD

LL 0

1-z 0 Cl

3HO ~ I ~01 sect r0 I

~0 I Sl I ___

(L

lt I n

1Q lt

I ~

I I I I I I

~ e I l lsi

I I

p lo ~ I ~

1)

I

I I --_ ~ ~ Q

---8) ~

li) I ~ I I ~ If (0

loi bull

I ~

I 2 I I lt I I I I I

I I I 7 _

reg

0

0

PARK BOULEVARD 3 LANES ONE WAY

EAST BOUND

S 873346 E

middot-

frac34 I rmiddot

I

---

3(

~~middotbullmiddot-~middot ~c___e1~frac14--middot --middot_middotmiddot middotn cj middot --bull _ --rmiddot__~ - middot ~r-~~c_____1-deg-~_____1-middotmiddotmiddot~~middotmiddotcc middotccc_middot____

middotmiddot1middotmiddot middot

middot

1

----- -- -+---

---- middot---~ middotmiddot

middot bull -DESIGN MCE

DRAWN MCE

BY CHECKED

11 ~lt--1frac12~middot - - - - L l_ - - - _--+-_ ~o 2 Q

I

I _J

I I I

I m I I I I

- s- - _

bullbull bull

A

A bull

bull

bullbull

bull

bull

bull

bull

s-shy--_s--

_s--

I

1frac14

frac34

- - -

_s--

I

---

---l

13 -2 3 -====----=- 13~3~--- --=-~~-----

SpoundUHOLpound frATpoundRFROHT PARK RRCATOH PLAH

SEMINOLE PINELLAS COUNTY FLORIDA

7------17-----frac34---

middotmiddotmiddot y middotmiddotbullmiddotmiddotmiddot

0

0

I er

L I frac34

I

rmiddot

1

frac34

CJ

-

bull

~ ~ _J

0

_J

lt (L

I

LEROY CHIN FL RLA 0001206

o 20 40 - bull I ---~1

SCALE 1 = 20

+

WORK ORDER NO 2016-32

DATE DECEMBER 7 2020

SCALE 1 = 20

SHEET NO 1 OF 3

X X X X

X

X X X X X X X

X

X X

X

X X

X

X

X X X X X

X

WETLAND

XX

XX

XX

XX

XX

XX

XX

XX

XX

BB

6 530 5 470 11

2 112 130 3

1

2

212 2

2

2

2

210 7 1

XX

2

2

2

2

2 2

212

212

212 2 212

2 212

212

ez

ez

ez ez ez

ez

ez

ez

1

ez

8

9 11

2

169

400

4 11

2500

2 1

235

1002 ME

813 ME

411 ME

380 ME

951 ME

629 ME

637 ME

612 ME

712 ME

617 ME

692 ME

XX

XX

1 530

112

X

10 515

112

17 495

598 18 112

112

X

ws FS rc

ez C

2

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

AutoCAD SHX Text
N 00D4936 E 60586(P)(F)
AutoCAD SHX Text
S 87D3346 E 46688(P)(F)
AutoCAD SHX Text
5495(P)
AutoCAD SHX Text
S 01D0111 W(P)
AutoCAD SHX Text
10
AutoCAD SHX Text
10
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
14
AutoCAD SHX Text
14
AutoCAD SHX Text
AP CLUSTER
AutoCAD SHX Text
7AP
AutoCAD SHX Text
7AP
AutoCAD SHX Text
4AP
AutoCAD SHX Text
5AP
AutoCAD SHX Text
5AP
AutoCAD SHX Text
12AP
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
8PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
6PINE
AutoCAD SHX Text
W
AutoCAD SHX Text
TSP
AutoCAD SHX Text
SPEED LIMIT
AutoCAD SHX Text
W
AutoCAD SHX Text
45MP
AutoCAD SHX Text
45MP
AutoCAD SHX Text
MH
AutoCAD SHX Text
MH
AutoCAD SHX Text
P A R K B O U L E V A R D
AutoCAD SHX Text
S E M I N O L E H O M E D E P O T
AutoCAD SHX Text
PLAT BOOK 120 PAGES 35-37
AutoCAD SHX Text
PART OF LOT 19
AutoCAD SHX Text
PINELLAS GROVES
AutoCAD SHX Text
PLAT BOOK 1 PAGE 55
AutoCAD SHX Text
2 CC
AutoCAD SHX Text
POINT OF BEGINNING
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
3 LANES ONE WAY
AutoCAD SHX Text
EAST BOUND
AutoCAD SHX Text
MH
AutoCAD SHX Text
MH
AutoCAD SHX Text
7
AutoCAD SHX Text
17
AutoCAD SHX Text
27
AutoCAD SHX Text
40
AutoCAD SHX Text
7
AutoCAD SHX Text
-3
AutoCAD SHX Text
-23
AutoCAD SHX Text
-33
AutoCAD SHX Text
-13
AutoCAD SHX Text
27
AutoCAD SHX Text
17
AutoCAD SHX Text
7
AutoCAD SHX Text
40
AutoCAD SHX Text
40
AutoCAD SHX Text
27
AutoCAD SHX Text
17
AutoCAD SHX Text
7
AutoCAD SHX Text
-3
AutoCAD SHX Text
-13
AutoCAD SHX Text
-23
AutoCAD SHX Text
-33
AutoCAD SHX Text
S
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
e
AutoCAD SHX Text
EHH
AutoCAD SHX Text
g
AutoCAD SHX Text
g
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
t
AutoCAD SHX Text
w
AutoCAD SHX Text
W
AutoCAD SHX Text
S
AutoCAD SHX Text
11935(P)
AutoCAD SHX Text
S 87D3346 E(P)
AutoCAD SHX Text
S 15D2031 E 23110(P)
AutoCAD SHX Text
R
AutoCAD SHX Text
S
AutoCAD SHX Text
L
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
R
AutoCAD SHX Text
S
AutoCAD SHX Text
L
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
4
AutoCAD SHX Text
4
AutoCAD SHX Text
4
AutoCAD SHX Text
4
AutoCAD SHX Text
ir
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
C
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
L
AutoCAD SHX Text
R
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
M
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
30
AutoCAD SHX Text
30
AutoCAD SHX Text
30
AutoCAD SHX Text
25
AutoCAD SHX Text
15
AutoCAD SHX Text
25
AutoCAD SHX Text
30
AutoCAD SHX Text
20
AutoCAD SHX Text
30
AutoCAD SHX Text
30
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
L
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
DECEMBER 7 2020
AutoCAD SHX Text
1 = 20
AutoCAD SHX Text
1
AutoCAD SHX Text
3
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
IRRIGATION PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
MCE
AutoCAD SHX Text
MCE
AutoCAD SHX Text
-
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
20
AutoCAD SHX Text
40
AutoCAD SHX Text
20
AutoCAD SHX Text
N
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206

99

i I I I I l I I I P I

2

I~

I I I I 8)

I I I

I I I I I I I I I

o I

2

1

-2frac12 I 0 ltAUJCJ ---tj

----E------frac12-YII

t~ I

__j I

I

I I

1frac14 12

I lltj I i

r--

~

Etl Ii l lipoundl ~ ES LCS RCS CS SS

181 lal Im llI Q T H F

1w Im Im Im 1w Im OTHTTTQF

~ [snm ~ mi OTHTTTOF

m w Q H

il[Q] 6D 14011402 14041408

1

----

DESIGN MCE

o--+----+-----------------1----ltDRAWN MCE

REV DATE REVISION BY CHECKED

-

~

0

-------

__ frac34

0

~

-middot

BAYOU

A __

A bull

TRACT A GRANDE TOWNHOME COMMUNITY TRACT A

PLAT BOOK 129 PAGE 93

bull

-~ ---

J

reg

Q

0

0

0 ir ri

V

---- _

- - --~ d _J ~==- - ---~~r--- ------------ ---

N 87160if W _ 70 648V(P) - ---

1111111111111111

SpoundUHOLpound frATpoundRFROHT PARK RRCATOH PLAH

SEMINOLE PINELLAS COUNTY FLORIDA

--- ---

--- ---

I

I 1

I I

I I

J I

I

I J

j I _ I

J

I J

I (

-gt

I I - - - 7 ----I j I

I I I

I I

I I I

I I I I

I I

I

I I

I

I I

frac12 I

I

I

I I

I I J _

I 0 (

I lt ~

I

LEROY CHIN FL RLA 0001206

-- o 20

111- --- I

() 0 zw I- 0 ltC 0 OltC J CD LL ~

I- 1-u - l-o CD I- 0 (J zlshyo u

SCALE 1 =

z

40

I 20

(

l C

bull

-bull

bull bull C

bull C

(

-

WORK ORDER NO 2016-32

DATE DECEMBER 7 2020

SCALE 1 = 20

SHEET NO 2 OF 3

X X

X X

X X

X X

X X

X X

X X

X

PICN

ICAR

EA

WETLAND

XX

XX

X

424 1111

2

342 1211

2

14 430 558 1311

211 539 1511

22

16 370

11 2

2

IRRIGATION SCHEDULE

SYMBOL MANUFACTURERMODELDESCRIPTION

Hunter PROS-12-PRS30 5` strip spray Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 8` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 10` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 12` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 15` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 17` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 Adjustable Arc Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Rain Bird 1800-1400 Flood 1401 Fixed flow rate (025-20GPM) full circle bubbler 12 FIPT

SYMBOL MANUFACTURERMODELDESCRIPTION

Hunter I-20-00-PRB Shrub Rotor Fixed Riser Adjustable and Full Circle Plastic Riser Drain Check Valve Standard Nozzle

Hunter I-20-00-PRB Shrub Rotor Fixed Riser Adjustable and Full Circle Plastic Riser Drain Check Valve Standard Nozzle

Hunter I-20-00-PRB Shrub Rotor Fixed Riser Adjustable and Full Circle Plastic Riser Drain Check Valve Standard Nozzle

Hunter I-20-00-PRB Shrub Rotor Fixed Riser Adjustable and Full Circle Plastic Riser Drain Check Valve Standard Nozzle

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

A amp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

IRRIGATION SCHEDULE (controls amp pipe) SYMBOL MANUFACTURERMODELDESCRIPTION

Hunter ICV-G w PVC Ball Valve 1 1-12 2 and 3 Plastic Electric Remote Control Valves Globe Configuration with NPT Threaded InletOutlet

Matco-Norca 514TX 12-4 Brass Gate Valve Full Port with Solid Wedge IPS Cross Handle Same size as mainline pipe

Hunter ICV-G-FS 2 1 1-12 2 and 3 Plastic Electric Master Valve Globe Configuration with NPT Threaded InletOutlet for CommercialMunicipal Use With Filter Sentry

Hunter I2C-0800-PL with EZ-DM Decoder Module 8 Station Outdoor Modular Controller with Decoder Module 54 station capacity Plastic Cabinet

Hunter EZ-1 Decoder 1-Station EZ Decoder

Hunter ROAMXL-KIT Transmitter and Receiver Roam Remote allows for controller operation up to 2 miles Large-Scale Sites SmartPort wiring harness included

Hunter WSS-SEN Wireless Solar rain freeze sensor with outdoor interface install as noted Includes gutter mount bracket Module not included

Hunter HFS-200 Flow Sensor for use with ACC controller 2 Schedule 40 Sensor Body 24 VAC 2 amp

Existing Water Meter and Backflow Device 60 GPM at 60 PSI Required at discharge of Backflow Device - Field Verify

Irrigation Lateral Line PVC Schedule 40

Irrigation Mainline PVC Schedule 40

Pipe Sleeve PVC Schedule 40

ez

ez

ez ez

ez

rc

ws

FS

2

2

2

2

ez ez

ez

ez

766 ME

761 ME

770 ME

755 ME

212

2

2

743 ME

745 ME

C

AutoCAD SHX Text
N 87D1600 W 64827(P)
AutoCAD SHX Text
10
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
5PINE
AutoCAD SHX Text
6PINE
AutoCAD SHX Text
PED
AutoCAD SHX Text
SPEED LIMIT
AutoCAD SHX Text
W
AutoCAD SHX Text
STOP
AutoCAD SHX Text
TRACT A
AutoCAD SHX Text
BAYOU GRANDE TOWNHOME COMMUNITY TRACT A
AutoCAD SHX Text
PLAT BOOK 129 PAGE 93
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
60
AutoCAD SHX Text
50
AutoCAD SHX Text
50
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
50
AutoCAD SHX Text
45
AutoCAD SHX Text
70
AutoCAD SHX Text
41
AutoCAD SHX Text
41
AutoCAD SHX Text
45
AutoCAD SHX Text
60
AutoCAD SHX Text
50
AutoCAD SHX Text
45
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
70
AutoCAD SHX Text
70
AutoCAD SHX Text
45
AutoCAD SHX Text
50
AutoCAD SHX Text
50
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
CONSTRUCT FLOATING TURBITITY BARRIER
AutoCAD SHX Text
S 01D1244 W 33405(P)
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
E
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
E
AutoCAD SHX Text
C
AutoCAD SHX Text
L
AutoCAD SHX Text
R
AutoCAD SHX Text
E
AutoCAD SHX Text
C
AutoCAD SHX Text
L
AutoCAD SHX Text
R
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
R
AutoCAD SHX Text
L
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
2 12
AutoCAD SHX Text
2 12
AutoCAD SHX Text
1 12
AutoCAD SHX Text
34
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
2 12
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
DECEMBER 7 2020
AutoCAD SHX Text
1 = 20
AutoCAD SHX Text
2
AutoCAD SHX Text
3
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
IRRIGATION PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
MCE
AutoCAD SHX Text
MCE
AutoCAD SHX Text
-
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
20
AutoCAD SHX Text
40
AutoCAD SHX Text
20
AutoCAD SHX Text
N
AutoCAD SHX Text
M
AutoCAD SHX Text
ir
AutoCAD SHX Text
Valve Number
AutoCAD SHX Text
Valve Size
AutoCAD SHX Text
Valve Flow
AutoCAD SHX Text
Valve Callout
AutoCAD SHX Text
AutoCAD SHX Text
AutoCAD SHX Text
AutoCAD SHX Text
ES
AutoCAD SHX Text
CS
AutoCAD SHX Text
SS
AutoCAD SHX Text
RCS
AutoCAD SHX Text
LCS
AutoCAD SHX Text
E
AutoCAD SHX Text
L
AutoCAD SHX Text
R
AutoCAD SHX Text
C
AutoCAD SHX Text
S
AutoCAD SHX Text
F
AutoCAD SHX Text
H
AutoCAD SHX Text
T
AutoCAD SHX Text
Q
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
Q
AutoCAD SHX Text
T
AutoCAD SHX Text
H
AutoCAD SHX Text
F
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
Q
AutoCAD SHX Text
T
AutoCAD SHX Text
H
AutoCAD SHX Text
TT
AutoCAD SHX Text
TQ
AutoCAD SHX Text
F
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
Q
AutoCAD SHX Text
T
AutoCAD SHX Text
H
AutoCAD SHX Text
TT
AutoCAD SHX Text
TQ
AutoCAD SHX Text
F
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
H
AutoCAD SHX Text
Q
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
4
AutoCAD SHX Text
6
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
1408
AutoCAD SHX Text
1404
AutoCAD SHX Text
1402
AutoCAD SHX Text
1401
AutoCAD SHX Text
15
AutoCAD SHX Text
20
AutoCAD SHX Text
25
AutoCAD SHX Text
30

100

PVC SCH 80 TxT 90 ELL PVC SCH 80 TOE NIPPLE ------~ PVC SCH 80 MALE ADP ------shy

REMOTE CONTROL VALVE ---CENTERED IN OPENING

12 RECT VALVE BOX --

VALVE ID TAG ------1f H11__ ii

WIRE CONNECTORS-------11

3 GRAVEL SUMP~~~ bullbull bull BALL VALVE _________ __J

PVC SCH 80 NIPPLE

CONTROL WIRES

PVC MAIN LINE-------~ SCH 40 PVC FITTING ---------~

REMOTE CONTROL VALVE

EDP CURB WALK OR BEDLINE

FINISH GRADE -~

POP-UP SPRAY HEAD

SCH 40 PVC STREET ELL

SCH 40 PVC FITTING ON LATERAL LINE

6 min bullbull

PVC IPS FLEX PIPE 18 MIN

TURF SPRAY HEAD PROVIDE 12 MIN SPACE BETWEEN ALL

SPRINKLER HEADS AND ANY WALL OR STRUCTURE

bull bull bull ~

SCH 40 PVC MALE ADP -~-LJ

1 2 SCH 40 PVC PIPE SCH 40 PVC ELL

SCH40 PVC FITTIN~ TO LATERAL LINE

a L FINISH GRADE

5 REBAR STAKE L1NGTH A~ REQD

MIN 24 BELOW GRADE

u2 KAF-FLEX PVC HOSE - 18 MIN

SHRUB SPRAY HEAD PROVIDE 12 MIN SPACE BETWEEN ALL

SPRINKLER HEADS AND ANY WALL OR STRUCTURE

4

DESIGN

--+-----+-----------------1----DRAWN

REV DATE REVISION BY CHECKED

1 O ROUND -----shyVALVE PIT

N ~

MCE

MCE

FINISH GRADE

T-113 ____ _____ GATE VALVE

1 O PVC SLEEVE

SCH 40 PVC ----fft-shyMALE ADAPTER

111-o- -----Yll11= _

j tri~fft~fttli~ PVC MAIN LINE

~--FABRIC LINED 3 GRAVEL SUMP

ISOLATION GATE VALVE VALVE TO BE CENTERED IN THE VALVE BOX

EDP CURB WALK OR BEDLINE ------~

FINISH GRADE --~

POP-UP GEAR ROTOR __ __

SCH 40 PVC STREET ELL

[

SCH 40 PVC FITTING ON LATERAL LINE

6 min ----~-i middotmiddot ti

PVC IPS FLEX PIPE 18 MIN

TURF ROTOR HEAD PROVIDE 12 MIN SPACE BETWEEN ALL

SPRINKLER HEADS AND ANY WALL OR STRUCTURE

rn ( () bullbull1-~~ NYLON TIES LANT MATERIAL

12 POP-UP SHRUB ROTOR

J JJ

bullbull

SCH 40 PVC MALE ADP -~-LJ

34 SCH 40 PVC PIPE-~

SCH 40 PVC ELL---~

SCH40 PVC FITTING TO LATERAL LINE

L FINISH GRADE

5 REBAR STAKE LENGTH A~ REQD

MIN 24 BELOW GRADE

~3 4 KAF -FLEX PVC u HOSE - 18 MIN

SHRUB ROTOR HEAD PROVIDE 12 MIN SPACE BETWEEN ALL

SPRINKLER HEADS AND ANY WALL OR STRUCTURE

1 O ROUND----~ VALVE PIT

FINISH GRADE DECODER CABLE

--48 LOOP OF CABLE

FUSE (DCFD) --I-

10 PVC SLEEVE~

90 SWEEP ELL _____

SCH 80 CONDUIT j 00

o oo0 d 0 0 o iasOoOo Do lo~ 1sim~ 0~1 0

bull00bullgt~ bllrlf DECODER CABLE

3 GRAVEL SUMP

LANDSCAPE FABRIC

CABLE SPLICE BOX

--------TREE

F BUBBLER

1 12_~~~- ADAPTER

- middot -- - middot- -~---bull 0 -

t middot

~ FLEX PIPE

LATERAL LINE TEE J TREE BUBBLER

INSTALL FLEX PIPE (LOCATION AND DEPTH) TO BE PROTECTED FROM MAINTENANCE OPERATIONS (EDGING MOWING)

6

COUTSIDE WALL_)

G

2

G) IRRIGATION CONTROLLER

0 15-INCH PVC SCH 40 CONDUIT AND FITTINGS

0 DECODER CABLES

0 JUNCTION BOX

reg 1 -INCH PVC SCH 40 CONDUIT AND FITTINGS TO POWER SUPPLY

0 BARE COPPER GROUND WIRE FROM GROUNDING ROD PLATE

IRRIGATION CONTROLLER

12

TOP VI EW ~

COPPER GROUND PLATE-~ i~ ( 4 X 96 X 0625) 0 0+ 6 AWG SOLID

BAIIR_tEc__LC_cOl_c_PcP-degE_R _IWfl_ll_tltRE~~efp ELECTRODE SPHERE OF INFLUENCE

CONTROLLER ---~c~jT~1~0~~~~~ ~NDARIES CONCRETE PAD______ ~ -i__8 ~

---i

6 AWG SOLID BARE COPPER WIRE

DO NOT INSTALL ANY OTHER WIRES OR CABLE WITHIN THE SPHERE OF INFLUENCE

SIDE VIEW CONTROLLER

CONCRETE PAD

middot

JO MIN

PVC SWEEP ELL (1 1 2 OR LARGER)

5 AWG SOLID BARE EARTH CONTACT MATERIAL

COPPER WIRES 100 lbs min

GROUND PLATE MIN 8 FROM CONT

MINIMUM ACCEPTABLE RESISTANCE TO GROUND IS 15 OHMS USE ADDITIONAL GROUND PLATES OR GROUND RODS AS NEEDED

CONTROLLER GROUNDING

PROVIDE DIMENSIONS FROM PERMANENT FIXED OBJECTS ANO DEPTH OF COVER ON ALL MAINLINE AND SLEEVES BLDG

PROVIDE DIMENSIONS FROM TWO PERMANENT FIXED

VALVE 16 I

4 FROM SIDEWALK- - L ~ 10 FROM CORNER--f--i------t-1

OBJECTS FOR ALL VALVES SPLICE BOXES STUB-OUTS AND EARTH GROUNDS OF BLDG

1 f

SIDEWALK I LINES DRAWN FROM THE THE DIMENSIONED ITEM TO THE TWO REFERENCE OBJECTS SHOULD BE PERPENDICULAR TO EACH OTHER

3 SLEEVE-24 BELOW GRADE

5 FROM EOP 7 - I

bull b

I I

4 SLEEVE-I 24 BELOW GRADE

PAVEMENT I yen-IB-f

I I I

SPLICE BOX I 2 MAINLINE LIGHTPOLE I LtJ 15 FROM BOC f I 24 BELOW GRADEJ_ ~ I

17 FROM CORNER -16 FROM BOC i( - 26 - 7i -- ~---__ ____ __J_

I- 9 --VALVE 21 11 FROM BOC

BOC

_j EOP

FROM BOC I 26 FROM LIGHTPOLE

I

I ROADWAY

AS BUILT TYPICAL

SpoundUHOLpound frATpoundRFROHT PARK RRCATOH lJpoundTALS

SEMINOLE PINELLAS COUNTY FLORIDA

WORK ORDER NO 2016-32

DATE DECEMBER 7 2020

SCALE NTS

LEROY CHIN FL RLA 0001206 SHEET NO 3 OF 3

IRRIGATION NOTES 1 Irrigation system design requirements 60 GPM a minimum of 60 PSI at the point of connection The Irrigation Contractor

shall verify the available GPM and PSI prior to installation of the system

2 Do not willfully install the irrigation system as shown on the drawings when it is obvious in the field that conditions exist that might not have been considered in the design process For example obstructions grade differences water levels dimensional differences etc Refer to the Landscape Plan to avoid conflicts with proposed trees or shrubs

3 Piping may sometimes be indicated as being located in unlikely areas ie under buildings or pavement outside of property lines in lakes or ditches etc This is done for graphic clarity only Whenever possible piping is to be installed in open green areas

4 If required the Irrigation Contractor shall provide the necessary Right of Way use permits

5 Pipe sizes shall conform to those on the drawings Substituting with smaller pipe sizes will not be permitted

6 Mainline is to be installed with a minimum of 24 depth of cover Lateral lines are to be installed with a minimum of 12 depth of cover

7 Unless otherwise indicated all sleeves are to be PVC Sch 40 and two (2) nominal sizes larger than the pipe to be sleeved For example The sleeve for a 2 pipe shall be 3 No irrigation sleeve shall be smaller than 2

8 Wherever practical install valves in mulched beds andor out of high traffic areas All valves flush valves and wire splices shall be installed in Rain Bird wide flanged structural foam plastic valves boxes as follows

Remote Control Valves VB-STD (16w x 21l x 12h) std rect box Isolation Gate Valves VB-7RND (9dia x 9h) 7 round box Wire Splices VB-10RND (13dia x 10h) 10 round box

9 The bottom and sides of the valve boxes shall be lined with landscape fabric Install a 3 deep bed of gravel on the landscape fabric to create a drainage sump

10 Refer to Valve Designation Symbols for controller station number and designed flow rate for each remote control valve

11 The two-wire path between the controller and the decoders shall be two (2) UL Listed single strand type UF 600 Volt control cables (12-1 AWG) Use one (1) RED and one (1) BLUE colored wire to match color coded connections on the Decoders Maximum distance from the controller to the furthest decoder shall be 1500 Install ALL Decoder Cable in a 1 PVC conduit

12 All Decoders shall be installed in the valve box along with the solenoid that they are connected to

13 All splices to the control wiring shall be made with 3M DB_6 600 volt UL Listed direct bury splice kits Use yellow or red kits as needed

14 All pop-up sprinkler heads shall be installed level and flush to grade Mount all sprinklers on flexible connections as follows

12 inlet spray heads 18 of Heavy Wall PVC IPS Hose 34 inlet rotor heads 18 of Heavy Wall PVC IPS Hose

15 The tops of all shrub sprinklers shall be installed 12 above the height of the surrounding plant material For plant heights of 12 or more support the riser with a 5 rebar stake and nylon cable ties All risers shall be placed a minimum of 12 from any sidewalk edge of pavement or structure

16 Location of all sprinkler heads shall be site adjusted to minimize water overthrow onto building surfaces and walkways Throttle valves on spray zones as required to prevent fogging

17 Exact controller location(s) shall be coordinated with an Owners Representative prior to installation Unless otherwise stated the General Contractor shall provide 110 volt power to the controller location(s) The Irrigation Contractor is responsible for the connection from the power source to the controller(s) For outdoor mounted controllers the 110 volt service to the irrigation controller shall be in conduit All 110 volt electrical work shall meet Local Code

18 At each irrigation controller install a secondary surge arrester to the incoming (120 volt) power supply (Intermatic AG2401 or equal)

19 At each irrigation controller install an supplementary earth ground grid with a minimum of two (2) 4 x 96 grounding plates Test the resistance to earth per NFPA Standard 780 A acceptable earth ground should have 10 ohms or less resistance Use more plates or grounding rods as needed to achieve the desired resistance reading

20 The wireless rain shutoff device shall be installed to meet local codes andor minimum manufacturers recommendations Obstructions vandalism and ease of service shall be considered in locating the device

21 The IRRIGATION CONTRACTOR shall prepare an AS-BUILT drawing on reproducible paper detailing the actual installation of the irrigation system The AS-BUILT drawings shall locate all main line piping control wires wire splices sleeves and valves by showing exact measurements from permanent features (buildings edge of pavement power poles fire hydrants etc) Include depth of cover on mainline and sleeves

22 No product substitutions will be permitted without the written permission of the Owners Representative Irrigation Contractor to provide submittals to the Owners Representative for approval prior to installation

23 Any other equipment required that is not other wise detailed or specified shall be installed as per manufacturers recommendations and local code

WATER USE NOTE THIS SYSTEM IS DESIGNED TO APPLY 75 OF WATER TO THE IRRIGATED AREA RUNNING EACH ZONE NO MORE THAN ONCE PER WEEK WHILE OPERATING DURING THE ALLOWED TIME SLOTS FOUR DAYS PER WEEK

THIS SYSTEM MAY REQUIRE A VARIANCE FROM THE WATER MANAGEMENT DISTRICT TO OPERATE UNDER CURRENT OR FUTURE WATERING RESTRICTIONS

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

AutoCAD SHX Text
LEROY CHIN FL RLA 0001206
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
DECEMBER 7 2020
AutoCAD SHX Text
NTS
AutoCAD SHX Text
3
AutoCAD SHX Text
3
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
IRRIGATION DETAILS
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
MCE
AutoCAD SHX Text
MCE
AutoCAD SHX Text
-
AutoCAD SHX Text
34 SCH 40 PVC PIPE
AutoCAD SHX Text
SCH 40 PVC MALE ADP
AutoCAD SHX Text
USHRUB ROTOR HEAD
AutoCAD SHX Text
uTURF SPRAY HEAD
AutoCAD SHX Text
USHRUB SPRAY HEAD
AutoCAD SHX Text
12 SCH 40 PVC PIPE
AutoCAD SHX Text
SCH40 PVC FITTING
AutoCAD SHX Text
TO LATERAL LINE
AutoCAD SHX Text
SCH 40 PVC ELL
AutoCAD SHX Text
12 POP-UP SHRUB HEAD
AutoCAD SHX Text
SCH 40 PVC MALE ADP
AutoCAD SHX Text
MIN 24 BELOW
AutoCAD SHX Text
HOSE - 18 MIN
AutoCAD SHX Text
12 KAF-FLEX PVC
AutoCAD SHX Text
GRADE
AutoCAD SHX Text
SCH40 PVC FITTING
AutoCAD SHX Text
TO LATERAL LINE
AutoCAD SHX Text
LENGTH AS REQD
AutoCAD SHX Text
5 REBAR STAKE
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
12 POP-UP SHRUB ROTOR
AutoCAD SHX Text
SCH 40 PVC ELL
AutoCAD SHX Text
uTURF ROTOR HEAD
AutoCAD SHX Text
PLANT MATERIAL
AutoCAD SHX Text
NYLON TIES
AutoCAD SHX Text
POP-UP SPRAY HEAD
AutoCAD SHX Text
SCH 40 PVC FITTING
AutoCAD SHX Text
ON LATERAL LINE
AutoCAD SHX Text
SCH 40 PVC STREET ELL
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
EOP CURB WALK OR BEDLINE
AutoCAD SHX Text
POP-UP GEAR ROTOR
AutoCAD SHX Text
SCH 40 PVC FITTING
AutoCAD SHX Text
SCH 40 PVC STREET ELL
AutoCAD SHX Text
ON LATERAL LINE
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
EOP CURB WALK OR BEDLINE
AutoCAD SHX Text
MIN 24 BELOW
AutoCAD SHX Text
34 KAF-FLEX PVC
AutoCAD SHX Text
HOSE - 18 MIN
AutoCAD SHX Text
GRADE
AutoCAD SHX Text
LENGTH AS REQD
AutoCAD SHX Text
5 REBAR STAKE
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
PLANT MATERIAL
AutoCAD SHX Text
NYLON TIES
AutoCAD SHX Text
18 MIN
AutoCAD SHX Text
PVC IPS FLEX PIPE
AutoCAD SHX Text
18 MIN
AutoCAD SHX Text
PVC IPS FLEX PIPE
AutoCAD SHX Text
PROVIDE 12 MIN SPACE BETWEEN ALL
AutoCAD SHX Text
SPRINKLER HEADS AND ANY WALL OR STRUCTURE
AutoCAD SHX Text
PROVIDE 12 MIN SPACE BETWEEN ALL
AutoCAD SHX Text
SPRINKLER HEADS AND ANY WALL OR STRUCTURE
AutoCAD SHX Text
PROVIDE 12 MIN SPACE BETWEEN ALL
AutoCAD SHX Text
SPRINKLER HEADS AND ANY WALL OR STRUCTURE
AutoCAD SHX Text
PROVIDE 12 MIN SPACE BETWEEN ALL
AutoCAD SHX Text
SPRINKLER HEADS AND ANY WALL OR STRUCTURE
AutoCAD SHX Text
EOP CURB WALK
AutoCAD SHX Text
OR BEDLINE
AutoCAD SHX Text
EOP CURB WALK
AutoCAD SHX Text
OR BEDLINE
AutoCAD SHX Text
UTREE BUBBLER
AutoCAD SHX Text
LATERAL LINE TEE
AutoCAD SHX Text
12 MALE ADAPTER
AutoCAD SHX Text
BUBBLER
AutoCAD SHX Text
TREE
AutoCAD SHX Text
FLEX PIPE
AutoCAD SHX Text
INSTALL FLEX PIPE (LOCATION AND DEPTH) TO BE PROTECTED FROM MAINTENANCE OPERATIONS (EDGING MOWING)
AutoCAD SHX Text
PVC SWEEP ELL (1 12 OR LARGER)
AutoCAD SHX Text
6 AWG SOLID BARE COPPER WIRES
AutoCAD SHX Text
GROUND PLATE
AutoCAD SHX Text
EARTH CONTACT MATERIAL 100 lbs min
AutoCAD SHX Text
ELECTRODE SPHERE OF INFLUENCE BOUNDARIES
AutoCAD SHX Text
COPPER GROUND PLATE (4 X 96 X 0625)
AutoCAD SHX Text
DO NOT INSTALL ANY OTHER WIRES OR CABLE WITHIN THE SPHERE OF INFLUENCE
AutoCAD SHX Text
CONTROLLER
AutoCAD SHX Text
SIDE VIEW
AutoCAD SHX Text
CONCRETE PAD
AutoCAD SHX Text
6 AWG SOLID BARE COPPER WIRE
AutoCAD SHX Text
6 AWG SOLID BARE COPPER WIRE
AutoCAD SHX Text
C
AutoCAD SHX Text
TOP VIEW
AutoCAD SHX Text
UCONTROLLER GROUNDING
AutoCAD SHX Text
CONTROLLER
AutoCAD SHX Text
CONCRETE PAD
AutoCAD SHX Text
MIN 8 FROM CONT
AutoCAD SHX Text
MINIMUM ACCEPTABLE RESISTANCE TO GROUND IS 15 OHMS USE ADDITIONAL GROUND PLATES OR GROUND RODS AS NEEDED
AutoCAD SHX Text
UCABLE SPLICE BOX
AutoCAD SHX Text
3 GRAVEL SUMP
AutoCAD SHX Text
SCH 80 CONDUIT
AutoCAD SHX Text
VALVE PIT
AutoCAD SHX Text
10 ROUND
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
10 PVC SLEEVE
AutoCAD SHX Text
LANDSCAPE FABRIC
AutoCAD SHX Text
DECODER CABLE
AutoCAD SHX Text
DECODER CABLE FUSE (DCFD)
AutoCAD SHX Text
48 LOOP OF CABLE
AutoCAD SHX Text
90 SWEEP ELL
AutoCAD SHX Text
uISOLATION GATE VALVE
AutoCAD SHX Text
T-113
AutoCAD SHX Text
10 PVC SLEEVE
AutoCAD SHX Text
MALE ADAPTER
AutoCAD SHX Text
SCH 40 PVC
AutoCAD SHX Text
PVC MAIN LINE
AutoCAD SHX Text
GATE VALVE
AutoCAD SHX Text
VALVE PIT
AutoCAD SHX Text
10 ROUND
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
FABRIC LINED
AutoCAD SHX Text
VALVE TO BE CENTERED IN THE VALVE BOX
AutoCAD SHX Text
3 GRAVEL SUMP
AutoCAD SHX Text
AND FITTINGS
AutoCAD SHX Text
IRRIGATION CONTROLLER
AutoCAD SHX Text
5
AutoCAD SHX Text
4
AutoCAD SHX Text
AND FITTINGS TO POWER SUPPLY
AutoCAD SHX Text
1-INCH PVC SCH 40 CONDUIT
AutoCAD SHX Text
JUNCTION BOX
AutoCAD SHX Text
15-INCH PVC SCH 40 CONDUIT
AutoCAD SHX Text
5
AutoCAD SHX Text
4
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
3
AutoCAD SHX Text
3
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
OUTSIDE WALL
AutoCAD SHX Text
DECODER CABLES
AutoCAD SHX Text
uIRRIGATION CONTROLLER
AutoCAD SHX Text
6
AutoCAD SHX Text
BARE COPPER GROUND WIRE
AutoCAD SHX Text
FROM GROUNDING ROD PLATE
AutoCAD SHX Text
6
AutoCAD SHX Text
UAS BUILT TYPICAL
AutoCAD SHX Text
BLDG
AutoCAD SHX Text
PAVEMENT
AutoCAD SHX Text
SIDEWALK
AutoCAD SHX Text
EOP
AutoCAD SHX Text
3 SLEEVE
AutoCAD SHX Text
24 BELOW GRADE
AutoCAD SHX Text
5 FROM EOP
AutoCAD SHX Text
LIGHTPOLE
AutoCAD SHX Text
4 SLEEVE
AutoCAD SHX Text
24 BELOW GRADE
AutoCAD SHX Text
18
AutoCAD SHX Text
16 FROM BOC
AutoCAD SHX Text
9 FROM BOC
AutoCAD SHX Text
24 BELOW GRADE
AutoCAD SHX Text
BOC
AutoCAD SHX Text
ROADWAY
AutoCAD SHX Text
10 FROM CORNER OF BLDG
AutoCAD SHX Text
VALVE 16 4 FROM SIDEWALK
AutoCAD SHX Text
VALVE 21 11 FROM BOC 26 FROM LIGHTPOLE
AutoCAD SHX Text
26
AutoCAD SHX Text
S
AutoCAD SHX Text
SPLICE BOX 15 FROM BOC 17 FROM CORNER
AutoCAD SHX Text
17
AutoCAD SHX Text
2 MAINLINE
AutoCAD SHX Text
PROVIDE DIMENSIONS FROM PERMANENT FIXED OBJECTS AND DEPTH OF COVER ON ALL MAINLINE AND SLEEVES
AutoCAD SHX Text
PROVIDE DIMENSIONS FROM TWO PERMANENT FIXED OBJECTS FOR ALL VALVES SPLICE BOXES STUB-OUTS AND EARTH GROUNDS LINES DRAWN FROM THE THE DIMENSIONED ITEM TO THE TWO REFERENCE OBJECTS SHOULD BE PERPENDICULAR TO EACH OTHER
AutoCAD SHX Text
PVC MAIN LINE
AutoCAD SHX Text
SCH 40 PVC FITTING
AutoCAD SHX Text
uREMOTE CONTROL VALVE
AutoCAD SHX Text
CENTERED IN OPENING
AutoCAD SHX Text
PVC SCH 80 TxT 90 ELL
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
CONTROL WIRES
AutoCAD SHX Text
3 GRAVEL SUMP
AutoCAD SHX Text
PVC SCH 80 NIPPLE
AutoCAD SHX Text
12 RECT VALVE BOX
AutoCAD SHX Text
REMOTE CONTROL VALVE
AutoCAD SHX Text
PVC SCH 80 MALE ADP
AutoCAD SHX Text
BALL VALVE
AutoCAD SHX Text
PVC SCH 80 TOE NIPPLE
AutoCAD SHX Text
WIRE CONNECTORS
AutoCAD SHX Text
12
AutoCAD SHX Text
VALVE ID TAG
  • Project Manual Bid Documents
    • August 25 2021
      • INVITATION TO BID
        • INSTRUCTION TO BIDDERS
          • 2 Copies of Bid Documents
          • 3 Qualification of Bidders
            • BID FORMS
              • Waterfront Park Landscape and Irrigation Project
                • BID BOND
                  • Waterfront Park Landscape and Irrigation Project
                  • Quantitiesspecies subject to change
                      • IRRIGATION SCHEDULE C
                        • Total Cost to include all labor and material to install irrigation system according to the irrigation plans sheets 1 - 3
                          • BID SCHEDULE D (Summary)
                            • Schedule Amount
                              • Total
                                • STATEMENT OF BIDDERS QUALIFICATIONS
                                • CONSTRUCTION AGREEMENT
                                • Exhibit A
                                • PAYMENT BOND
                                • CERTIFICATE OF INSURANCE
                                • Notice to Proceed
                                • Change Order Form
                                  • In the space below itemize the change that is requested for the project and the total cost required to complete the requested change in contracted amount attach any contributing documentation as applicable
                                  • Contractor
                                  • Attest
                                  • Total Amount to be Retained Pending Final Completion $
                                  • City of Seminole
                                    • FINAL RECEIPT AND RELEASE
                                      • Project Waterfront Park Landscape and Irrigation Project
                                      • Section 01000
                                      • End of Section
                                      • Section 01010 Summary of Work
                                      • Waterfront Park Landscape and Irrigation Project
                                      • A Contact all affected agencies at least two (2) weeks prior to start of construction
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • Section 01510 Temporary Utilities
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                          • Waterfront Park Landscape and Irrigation Project Public Noticepdf
                                            • TITLE WATERFRONT PARK LANDSCAPE AND IRRIGATION PROJECT
                                            • ldquoSEALED BIDrdquo ldquoDO NOT OPENrdquo
                                              • Waterfront Park Landscape and Irrigation Project Public Noticepdf
                                                • TITLE WATERFRONT PARK LANDSCAPE AND IRRIGATION PROJECT
                                                • Contractorrsquos Name and Address
                                                • City of Seminole
                                                  • Soil Remedation Plan 5-24-2021pdf
                                                    • Sheets and Views
                                                      • Soil Remedation Plan
                                                          • revised tree landscape plan a 4-18-2021-LANDSCAPEPDF
                                                            • Sheets and Views
                                                              • LANDSCAPE
                                                                  • revised shrub landscape plan a 4-13-2021-Shrub Landscape Planpdf
                                                                    • Sheets and Views
                                                                      • Shrub Landscape Plan
                                                                          • IRR plan 022321-IR-01pdf
                                                                            • Sheets and Views
                                                                              • IR-01
                                                                                  • IRR plan 022321-IR-02pdf
                                                                                    • Sheets and Views
                                                                                      • IR-02
                                                                                          • IRR plan 022321-IR-03pdf
                                                                                            • Sheets and Views
                                                                                              • IR-03
Page 4: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT

INSTRUCTION TO BIDDERS

The following instructions are given for the purpose of guiding Bidders in properly preparing their bids and constitute a part of the Contract Documents and shall be strictly complied with

1 Definitions and Terms See General Requirements

2 Copies of Bid Documents

Complete sets of the Bid Documents are available on the City website under Public Notices at httpswwwmyseminolecom online on Demand Star wwwdemandstarcom or can be reviewed at the office of the Public Works Department Administration Building 11195 70th Avenue North Seminole FL 33772

Complete sets of Bid Documents shall be used in preparing Bids neither the City nor the Engineer assumes any responsibility for errors or misrepresentations resulting from the use of incomplete sets of Bid Documents

City and Engineer in making copies of Bid Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use

The documents contained in and referenced by the Project Manual and Bid Documents constitute the Contract Documents for this project By submitting a bid the Bidder certifies and represents that the Bidder has been furnished with all the Contract Documents is familiar with them and intends to be bound by them

3 Qualification of Bidders

31 To demonstrate qualifications to perform the Work each Bidder must submit at the time of the Bid opening a written Statement of Qualifications including financial data a summary of previous experience previous commitments and evidence of authority to conduct business in the jurisdiction where the Project is located Each Bid must contain evidence of Bidders qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract The Statement of Qualifications shall be prepared on the form provided by the City and included with the Bid Forms

32 In determining whether a bidder is responsible the following shall be considered (1) The ability capacity and skill of the bidder to perform the contract or provide the services required (2) whether the bidder can perform the contract or provide the service promptly and within the time specified without delay or interference (3) the character integrity reputation judgment experience and efficiency of the bidder (4) the quality of the bidders performance of previous contracts or services (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract or service (6) the sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service (7) the quality availability and adaptability of the materials equipment and services to the particular use required (8) the ability of the bidder to

-

4

provide future maintenance and service for the use of the subject of the contract and (9) any other circumstances which will affect the bidders performance of the contract

33 Each Bidder is required to show that he has handled former Work and that no just claims are pending against such Work No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance this Work

34 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes licenses or other monies due to the City

4 Liquidated Damages for Failure to Enter into Contract Should the Successful Bidder fail or refuse to enter into the Contract within ten (10) Calendar Days from the issuance of the Notice of Award the City shall be entitled to collect the amount of such Bidders Bid Guaranty as Liquidated Damages not as penalty but in consideration of the mutual release by the City and the Successful Bidder of all claims arising from the City s issuance of the Notice of Award and the Successful Bidders failure to enter into the Contract and the costs to award the Contract to any other Bidder to re-advertise or otherwise dispose of the Work as the City may determine best serves its interest

5 Project Coordination amp Time of Completion Time is of the essence with respect to the time of completion of the Project and any other milestones or deadline which are part of the Contract It will be necessary for each Bidder to satisfy the City of its ability to complete the Work within the Contract Time set forth in the Contract Documents

6 Examination of Contract Documents and Site Before submitting a Bid each Bidder shall

a Examine the Contract Documents thoroughly

b Visit the site to familiarize with local conditions that may in any manner affect the cost progress or performance of the Work

c Become familiar with Federal State and local laws ordinances rules and regulations that may in any manner affect cost progress or performance of the Work

d Study and carefully correlate Bidders observations with the Contract Documents And

e Notify the City of all conflicts errors ambiguities or discrepancies in or among the Contract Documents

On request the City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of a Bid It shall be the Bidders responsibility to make or obtain any additional examinations

5

investigations explorations tests and studies and obtain any additional information and data which pertain to the physical conditions (including without limitation surface subsurface and underground utilities) at or contiguous to the site or otherwise which may affect cost progress or performance of the work in accordance with the time price and other terms and conditions of the Contract Documents Location of any excavation or boring made by Bidder shall be subject to prior approval of the City and applicable agencies Bidders shall fill all holes restore all pavements to match the existing structural section and shall clean up and restore the site to its former condition upon completion of such exploration

The lands upon which the Work is to be performed rights-of-way and access thereto and other lands designated for use by Contractor in performing the Work are identified on the Drawings

Information and data reflected in the Contract Documents with respect to underground utilities at or contiguous to the site are based upon information and data furnished to the City and the Engineer by the owners of such underground utilities or others and neither the City nor the Engineer assume responsibility for the accuracy or completeness thereof It shall be the Contractors responsibility to locate all underground utilities

By submission of a Bid the Bidder shall be exclusively presumed to represent that the Bidder has complied with every requirement of these Instructions to Bidders that the Contract Documents are not ambiguous and are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the Work

7 Interpretations All questions about the meaning or intent of the Contract Documents shall be submitted to the City in writing

Written comments or questions must be received by the City at least Five (5) days (excluding Saturdays Sundays and Holidays) prior to the time set for the Bid Opening

If questions received by the City are deemed to be sufficiently significant and received sufficiently in advance of the Bid Opening an Addendum to the Bid Documents may be issued Otherwise a written copy of the question and decision or interpretation will be posted on the Cityrsquos web site It shall be the responsibility of each Bidder to make itself aware of all such posted questions and decisions or interpretations and by submitting a Bid each Bidder shall conclusively be deemed to have such knowledge After Bid Opening all Bidders must abide by the decision of the City as to all such decisions or interpretations Bidders may not rely upon oral interpretations of the meaning of the plans specifications or other bid documents and any oral or other interpretations or clarifications will be without legal force or effect

8 Quantities of Work Materials or quantities stated as unit price items in the Bid are supplied only to give an indication of the general scope of the Work The City does not expressly or by implication agree that the actual amount of Work or material will

6

correspond therewith and reserves the right after award to increase or decrease the quantity of any unit item of the Work without a change in the unit price The City also reserves the right to make changes in the Work (including the right to delete any bid item in its entirety or add additional bid items)

9 Substitutions The materials products and equipment described in the Bid Documents shall be regarded as establishing a standard of required performance function dimension appearance or quality to be met by any proposed substitution No substitution will be considered prior to receipt of Bids unless the Bidder submits a written request for approval to the City at least ten (10) days prior to the date for receipt of Bids Such requests for approval shall include the name of the material or equipment for which substitution is sought and a complete description of the proposed substitution including drawings performance and test data and other information necessary for evaluation including samples if requested The Bidder shall set forth changes in other materials equipment or other portions of the Work including changes of the work of other contracts which incorporation of the proposed substitution would require to be included The Engineers decision of approval or disapproval of a proposed substitution shall be final If the Engineer approves a proposed substitution before receipt of Bids such approval will be set forth in an Addendum Bidders shall not rely upon approvals made in any other manner

10 Bid Guaranty Each Bid shall as a guaranty of good faith on the part of the Bidder be accompanied by a Bid Guaranty consisting of a certified check or cashiers check made payable without condition to the City or a Bid Bond in the form set forth in the Bid Documents executed by an approved corporate surety in the favor of the City The amount of the Bid Guaranty shall not be less than 5 of the total Bid amount

Once the City issues a Notice of Award the apparent Successful Bidder has ten (10) Calendar Days to enter into a Contract in the form prescribed and to furnish the required Performance and Payment Bonds Failure to do so will result in forfeiture of the Bid Guaranty to the City as Liquidated Damages

Bid Guaranties for all except the three lowest qualified Bids shall be returned within five (5) Working Days of Bid Opening When the Successful Bidder files satisfactory Performance and Payment Bonds and Certificates of Insurance the Bid Guaranties of the lowest Bidders shall be returned

Each bidder shall guaranty its total bid price for a period of one hundred and eighty (180) Calendar Days from the date of the Bid Opening Except for forfeiture due to reasons discussed above Bid Guaranties of all Bidders shall be returned to them within sixty-five (65) Calendar Days from the date of Bid Opening

11 Bid Form The Bid Form provided by the City must be completed in ink or typed The Bidder shall specify a unit price in figures for each pay item for which a quantity is given and shall provide the products (in numbers) of the respective unit prices and quantities in the Extended Amount column The total Bid price shall be equal to the sum of all extended

7

amount prices When an item in the Bid Schedule provides a choice to be made by the Bidder Bidders choice shall be indicated in accordance with the specifications for that particular item and thereafter no further choice shall be permitted

Where the unit of a pay item is lump sum the lump sum amount shall be shown in the extended amount column and included in the summation of the total

Bid All blank spaces in the Bid Form must be properly filled out

Bids by corporations must be executed in the corporate name by the president or vice president or other corporate office accompanied by evidence of authority to sign The corporate seal must be affixed and attested by the secretary or an assistant secretary

The corporate address and state of incorporation shall be shown below the signature

Bids by partnerships must be executed in the partnership name and signed by a partner whose title must appear under the signature and the official address of the partnership must be shown below the signature

All names must be typed or printed below the signature line

The Bid shall contain an acknowledgment of receipt of all Addenda the numbers ofwhich shall be filled in on the Bid Form

The address to which communications regarding the Bid are to be directed must be shown

12 Irregular Bids A Bid will be considered irregular and may be rejected for the following reasons

a Submission of the Bid on forms other than those supplied by the City

b Alteration interlineations erasure or partial detachment of any part of theforms which are supplied herein

c Inclusion of unauthorized additions conditional or alternate Bids or irregularities of any kind which may tend to make the Bid incomplete indefinite or ambiguous as to its meaning

d Failure to acknowledge receipt of any or all issued Addenda

e Failure to provide a unit price or a lump sum price as appropriate for each pay item listed except in the case of authorized alternative pay items

f Failure to list the names of Subcontractors used in the Bid preparation as required in the Bid Form

8

g Submission of a Bid that in the opinion of the City Manager is unbalanced so that each item does not reasonably carry its own proportion cost or which contains inadequate or unreasonable prices for any item

h Tying of the Bid with any other bid or contract

and

i Failure to calculate Bid prices as described

herein

13 Submission of Bids The completed Bid Form and Bid Guaranty shall be submitted at the time and place indicated in the Invitation to Bid and must be in an opaque sealed envelope marked SEALED BID with the project title and the name and address of the Bidder

14 Modification and Withdrawal of Bids before Opening Bids may be modified or withdrawn by an appropriate document duly executed and delivered to the place where Bids are to be submitted at any time prior to Bid Opening

15 Opening of Bids Bids will be opened and read aloud at the time and place stated in the Invitation to Bid All Bidders their representatives and other interested parties are encouraged to attend the Bid Opening

Within five (5) Working Days after Bid Opening all Bids will be tabulated and the bid tabulation sheets will be available to the public

16 Disqualification of Bidders A Bid will not be accepted from nor shall a Contract be awarded to any person firm or corporation that is in arrears to the City upon debt or contract or that has defaulted as surety or otherwise upon any obligation to the City or that is deemed irresponsible or unreliable

Bidders may be required to submit satisfactory evidence that they are responsible have a practical knowledge of the project bid upon and that they have the necessary financial and other resources to complete the proposed Work

Either of the following reasons without limitation shall be considered sufficient to disqualify a Bidder and Bid

a More than one Bid is submitted for the same Work from and individual firm or corporation under the same or different name and

b Evidence of collusion among Bidders Any participant in such collusion shall not receive recognition as a Bidder for any future work of the City until such participant has been reinstated as a qualified bidder

9

17 Withdrawal of Bids after Opening No Bid may be withdrawn by any bidder for sixty five (65) Calendar Days after Bid Opening

18 Evaluation of Bids and Bidders The City reserves the right to

- reject any and all Bids - accept a Bid other than the low Bid - waive any informalities - negotiate final terms with the Successful Bidder and - disregard all nonconforming nonresponsive or conditional Bids

Evaluation of the bids will be based upon Schedule D which totals the itemized pricing for each work location

Discrepancies between words and figures will be resolved in favor of words Discrepancies between Unit Prices and Extended Prices will be resolved in favor of the Unit Prices Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum The corrected extensions and totals will be shown in the tabulation of Bids

The City may consider the qualifications and experience of Subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for those portions of the work as to which the identity of Subcontractors and other persons and organizations must be submitted Operating costs maintenance considerations performance data and guarantees of materials and equipment may also be considered by the City

The City will conduct such investigations as deemed necessary to assist in the evaluation of any bid and to establish the responsibility qualifications and financial ability of the Bidders proposed Subcontractors and other persons and organizations to do the Work in accordance with the Contract Documents to the City s satisfaction within the Contract Time

The Bidder shall furnish the City all information and data requested by the City to determine the ability of the Bidder to perform the Work The City reserves the right to reject the Bid if the evidence submitted by or investigation of such Bidder fails to satisfy the City that such Bidder is properly qualified to carry out the obligations of the Contract and to complete the Work contemplated therein

By submitting a Bid each Bidder authorizes the City to perform such investigation of the Bidder as the City deems necessary to establish the responsibility qualifications and financial ability of the Bidder and by its signature thereon authorizes the City to obtain reference information concerning the Bidder and releases the party providing such information and the City from and all liability to the Bidder as a result of such reference information so provided The City reserves the right to reject the Bid of any Bidder who does not pass any evaluation to the Cityrsquos satisfaction

10

If the Contract is to be awarded it will be awarded to the Bidder who by evaluation the City determines will best meet the Cityrsquos interests

The City reserves the right to accept or reject the Work contained in any of the Bid Schedules or alternates either in whole or in part

19 Award of Contract Unless otherwise indicated a single award will be made for all the bid items in an individual bid schedule In the event that the Work is contained in more than one Bid Schedule the City may award Schedules individually or in combination In the case of two Bid Schedules which are alternative to each other only one of such alternative Schedules will be awarded Within sixty-five (65) Calendar Days of Bid Opening the City will issue a Notice of Award to the Successful Bidder which will be accompanied by three (3) unsigned copies of the Contract and the Performance and Payment Bond forms Within ten (10) Calendar Days thereafter the Successful Bidder shall sign and deliver two (2) copies of the Contract Performance Bond Payment Bond and Certificates to Insurance to the City Within ten (10) Calendar Days thereafter the City will deliver the Notice to Proceed No contract shall exist between the Successful Bidder and the City and the Successful Bidder shall have no rights at law or in equity until the Contract has been duly executed by the City

The Successful Bidders failure to sign and submit a Contract and other documents set forth in this Paragraph in the Special Conditions andor in the Special Provisions within the prescribed time shall be just cause of annulment of the award and the forfeiture of the Bid Guaranty The award of Contract may then be made to the next qualified Bidder in the same manner as previously prescribed

20 Insurance The Contractor shall secure and maintain such insurance policies as will provide the coverage and contain other provisions specified in the Contract Documents

The Contractor shall file one (1) copy of the policies or Certificates of Insurance acceptable to the City with the Public Works Director within (10) Calendar Days after Issuance of the Notice of Award These Certificates of Insurance shall contain a provision that coverage afforded under the policies shall not be canceled unless at least thirty (30) Calendar Days prior written notice has been given to the City

21 Sales and Use Taxes The Contractor and all Subcontractors are required to obtain exemption certificates from the Florida Department of Revenue for sales and use taxes in accordance with the provisions of the General Contract Conditions Bids shall reflect this method of accounting for sales and use taxes on materials fixtures and equipment

22 Affirmative Action In executing a Contract with the City the Contractor agrees to comply with Affirmative Action and Equal Employment Opportunity regulations presented in the General Conditions

11

23 Pre-Construction and Public Meetings Prior to the commencement of construction activities a preconstruction meeting will be held which shall include the Contractor representatives of the City and others affected by or involved in the project Attendance by Contractor selected for the project is mandatory

24 Pre-Bid Meeting See the Special Conditions for details of the pre-bid meeting

25 Collusive Agreement Each bidder submitting a Bid to the City for any of the work contemplated by the documents on which bidding is based by execution of the Bid Form shall be certifying by execution thereof that heshe has not entered into a collusive agreement with any other person firm or corporation in regard to any Bid submitted Before executing any subcontract the successful Bidder shall submit the name of any proposed subcontractor for prior approval and a non-collusion statement substantially in the form provided or requested by the City

26 Illegal Alien Employment Compliance The selected Contractor will be required to execute an Illegal Alien Employment Compliance statement along with the Contract as contained in these Bid Documents

12

BID FORM

Waterfront Park Landscape and Irrigation Project

To City of Seminole Department of Public Works 9199 113th Street North Seminole FL 33772

The undersigned Bidder having thoroughly examined the Specifications and other Bid Documents having investigated the location of and conditions affecting the proposed Work and being acquainted with and fully understanding the extent and character of the Work covered by this Bid and all other factors and conditions affecting or which may be affected by the Work

HEREBY PROPOSES and agrees if this Bid is accepted to enter into a Contract with the City on the form included in the Contract Documents and to furnish all required materials tools equipment and plant to perform all necessary labor and superintendence and to undertake and complete the Work or approved portions thereof in full accordance with and in conformity with the Construction Drawings Specifications and all other Contract Documents hereto attached or by reference made a part hereof and for the following prices as shown on the Bid Schedule

The undersigned Bidder hereby agrees to execute the Contract in conformity with this Bid to have ready and furnish the require Performance and Payment Bonds executed by a Surety acceptable to the City and provide Certificates of Insurance evidencing the coverage and provisions set forth in the Contract within ten (10) Calendar Days of the Citys issuance of a Notice of Award

Enclosed herewith is a Bid Guaranty as defined in the attached Instructions to Bidders in the amount of which Bid Guaranty the undersigned Bidder agrees to be paid to and become the property of the City as Liquidated Damages and not as penalty should the Bid be accepted the Contract Notice of Award issued and should the Bidder fail or refuse for any reason to enter into the Contract in the form prescribed The Bidder shall furnish all required Bonds and Insurance Certificates within ten (10) Calendar Days of issuance of the Notice of Award

13

The Following persons firms or corporations are interested as joint ventures partners or otherwise with the undersigned Bidder in this proposal

Name

Address

Name

Address

If there are no such persons firms or corporations please so state in the following space

Date _________________________________

14

The undersigned Bidder proposes to subcontract the following portion of Work of Name and address of Sub-Contractor Description of work to be performed

Contract

The undersigned Bidder acknowledges responsibility for ensuring any and all Subcontractors conform and comply with all terms and conditions of the Contract Documents

The undersigned Bidder acknowledges the right of the City to reject any and all Bids submitted accept a Bid other than the lowest and to waive informalities and irregularities therein in the Citys sole discretion

By submission of the Bid each Bidder certifies and in the case of a joint Bid each party thereto certifies as to his own organization that this Bid has been arrived at independently without collusion consultation communication or agreement as to any matter relating to this Bid with any other Bidder or with any competitor

The Work shall be completed within the Contract Time as Specified in the Special Conditions

Bidder hereby acknowledges receipt of Addenda Numbers

By submission of a Bid the Bidder shall be conclusively presumed to represent that the Bidder has complied with every requirement of the Instructions to Bidders

Bidder by his signature hereon hereby authorizes the obtaining of reference information containing the Bidders qualifications experience and general ability to perform the work and hereby releases the party providing such information and the City from any and all liability to Bidder as the result of such reference information being provided Bidder further waives any right to receive copies of information so provided to the City

Bidder agrees to perform all Work described in the Contract Documents for the unit prices or the lump sum as shown on the Bid Form and acknowledges that the quantities shown on the Bid Schedule are approximate only and are intended principally to serve as guides for the purpose of comparing and evaluating Bids

15

___________________________________________________

It is further agreed that any quantities of work to be performed at unit prices and material to be furnished may be increased or decreased as may be considered necessary in the opinion of the City to complete the Work fully as planned and contemplated and that all quantities of Work whether increased or decreased are to be performed at the unit prices set forth in the Bid except as otherwise provided for in the Contract Documents

By submitting a Bid the Bidder acknowledges that the bid process is solely intended to serve the public interest in achieving the highest quality of services and goods at the lowest price and that no right interest or expectation shall inure to the benefit of the Bidder as the result of any reliance or participation in the process

The undersigned Bidder further grants to the City the right to award this Contract on the basis of any possible combination of base bids and alternate(s) (if any) that best suits the Citys needs

Dated this day of 2021

Bidder

Address

Name printed _

Title

If a corporation

State of incorporation _

Attest

(Seal)

16

BID BOND

Waterfront Park Landscape and Irrigation Project

KNOW ALLMEN BYTHESEPRESENTS

That we ( an individual

A partnership a corporationIncorporated in the State of )

asPrincipaland (incorporated in the

State of ) as Surety are held and firmly bound unto the

City of Seminole Florida (herein after called City) in the penal sum of

Dollars ($ ) lawful money of the United States for the payment of which sum we bind ourselves our heirs executorsadministratorssuccessors andassigns jointly andseverally firmlyby these presents

THECONDITION OF THIS OBLIGATION IS SUCH thatWHEREASthe Principalhas

submitted the accompanying Bid dated_ for

Construction of the Waterfront Park Landscape and Irrigation Project (the Project) for the

City and

WHEREAS the City has required as a condition for receiving said Bid that the Principal deposit with the City either a cashiers check a certified check or a letter of credit equivalent to not less than five percent (5) of the amount of said Bid or in lieu thereof furnish a Bid Bond for said amount conditioned that in event of a failure to execute the proposed Contract for such construction and to provide the required Performance and Payment Bonds and Insurance Certificates if the Contract be awarded to the Bidder that said sum be paid immediately to the Cityas Liquidated Damages and not as penalty for the Principals failure to perform

NOW THEREFORE if the principalshall within the period specified therefore on the attached prescribed forms presentedto the Bidder for signature enter into a written Contract with the City in accordance with said Bid as accepted and give Performance and Payment Bonds with good and sufficient Suretyor Sureties as may be required upon the forms prescribed by the City for the faithful performanceand the proper fulfillmentof saidContract provide Certificates of Insurance as required by said Contract and provide all other information and documentationrequired by the Contract Documents then this obligationshall be void and of no effect otherwise to remain in full force and effect In the event suit is brought upon this bond by the City and the Cityprevails the principal and Suretyshall pay all costs incurred by the City in such suit including reasonable attorneys fees andcosts to be fixed by the Court

17

IN WITNESS WHEREOF the above bound parties have executed this instrument under theirseveral sealsthename and corporatesealofeachcorporatepartybeingheretoaffixedandduly signedby its undersignedrepresentative pursuantto authority of its governingboard

Datethis day of 2021

Principal

Address

Signed

(Seal) Title

Surety

Address

Signed

(Seal) Title

18

Instructions for completing Bid Bond

1 The full legalnameand residence of eachindividual executingthisBond asPrincipal must be inserted in the first paragraph

2 If thePrincipal isapartnership thefullname of thepartnership andall individualsmustbe inserted inthefirstparagraph whichmust recite that individuals arepartnerscomposingthe partnership andallpartnersmust execute theBondasindividuals

3 TheStateof incorporationofeachcorporatePrincipalorSuretytotheBondmust be inserted inthefirstparagraph andtheBondmustbe executedunder thecorporate seal of saidpartyattestedby its secretaryor other appropriate officer

4 Attach a copyof the powerof attorney for theSuretys agent

ENDOFBIDBOND

19

BID TABULATION

TREE PLANTING SCHEDULE A

CANOPY TREES SIZE QTY CostUOM COST

Golden ShowerGolden Chain 12-15rsquo- 3rdquo dia 24

Cathedral Live Oak 12-15rsquo- 3rdquo dia 4

Shumard Oak 12-15rsquo- 3rdquo dia 7

Magnolia 12-15rsquo- 3rdquo dia 11

Red Maple 12-15rsquo- 3rdquo dia 16

Royal Poinciana 12-15rsquo- 3rdquo dia 1

Bald Cypress 12-15rsquo- 3rdquo dia 30

Rainbow Eucalyptus 12-15rsquo- 3rdquo dia 7

Southern Red Cedar 10-12rsquo- 3rdquo dia 7

PALMS SIZE QTY CostUOM COST

Foxtail Palm 15rsquo Clear trunk 4

Medjool Palm 15rsquo Clear trunk 10

Christmas Palm 6rsquo Clear trunk 11

UNDERSTORY TREES SIZE QTY CostUOM COST

Weeping Willow 8rsquo-10rsquo-2rdquo dia 15

Weeping Bottlebrush 8rsquo-10rsquo-2rdquo dia 10

Crape Myrtle Natchez 8rsquo-10rsquo-2rdquo dia 2

Crape Myrtle Muskogee 8rsquo-10rsquo-2rdquo dia 2

20

UOM = Unit of Measurement

UNDERSTORY TREES Jatropha Tree

SIZE 6rsquo single trunk

QTY 15

CostUOM COST

Silver Buttonwood 6rsquo-2rdquo dia 24

Tree Ligustrum Tree 6rsquoX6rsquo 2rdquo dia 18

Tee Olive ldquoButter Yellowrdquo 6rsquo-2rdquo dia 11

Buddha Belly Bamboo 36rdquo 5gal 1

White Simon Bamboo 14-24rdquo 3gal 17

Tropical Blue Bamboo 14-24rdquo 3gal 15

Red Clumping Bamboo 14-24rdquo 3gal 20

Soil Preparation QTY COST

Lump Sum

Mobilization QTY COST

Lump Sum

Labor QTY COST

Lump Sum

TOTAL Lump Sum

Quantitiesspecies subject to change

21

SHRUB PLANTING SCHEDULE B

SHRUB SIZE QTY CostUOM COST

Azaleas Florida Flame 18rdquo-24rdquo 3gal 63

Banana Shrub 18rdquo-24rdquo 3gal 138

Butterfly Bush 18rdquo-24rdquo 3gal 76

Sasanqua Camellias 18rdquo-24rdquo 3gal 127

Cape Jasmine Poor Man Gardenia 18rdquo-24rdquo 3gal 113

Cord Grass 18rdquo-24rdquo 3gal 167

Dwarf Firebush 18rdquo-24rdquo 3gal 105

Fountain Grass 18rdquo-24rdquo 3gal 166

Jatropha Shrub Form 18rdquo-24rdquo 3gal 46

Muhly Grass 18rdquo-24rdquo 3gal 142

Pickerel Weed 18rdquo-24rdquo 3gal 46

Plumbago 18rdquo-24rdquo 3gal 77

Dwarf Simpsonrsquos Stopper 18rdquo-24rdquo 3gal 35

Tea Olive Shrub Form 18rdquo-24rdquo 3gal 17

Ligustrum Shrub Form 18rdquo-24rdquo 3gal 43

GROUNDCOVER amp VINES SIZE QTY CostUOM COST

Confederate Jasmine Spr 18rdquo-24rdquo 3gal 18

Large Blue Iris Spr 8rdquo-6rdquo 1gal 323

Blue Fortune Spr 8rdquo-10rdquo 1gal 1028

Sweet Alyssum Spr 8rdquo-6rdquo 1gal 1009

22

1- 1-GROUNDCOVER amp VINES SIZE QTY CostUOM COST

Ligustrum Shrub Form Spr 8rdquo-10rdquo 1gal 1865

GROUNDCOVER amp VINES QTY COST Lump Sum

Soil Preparation QTY COST Lump Sum

Mobilization QTY COST Lump Sum

Labor QTY COST Lump Sum

TOTAL Lump Sum Quantitiesspecies subject to change

23

IRRIGATION SCHEDULE C Total Cost to include all labor and material to install irrigation

system according to the irrigation plans sheets 1 - 3

Quantity UOM Item description CostUOM COST 337 EA HTRPROS12NSI 12

HUNTER PRO SPRAY POP-UP NSI BLACK CAP NO SIDE INLET

337 EA HTR12H 12rdquo HUNTER 12rdquo HALF NOZZLE

307 EA RBL1401 12 RB 1400 14 GPM BUBBLER FIP 1404

10 EA HTR12000 HUNTER 120-00 POTOR PCFC

800 FT FXP005B 12 FLEXIBLE PVC PIPE BLACK

337 EA S4P90MS005 12 SCH40 PVC ST 90 ELBOW MXS 410-005

10 EA S4P90MS101 34 X 12 SCH40 PVC 90 ELBOW MXS 410-101

4 EA HTRtCV101G 1 HUNTER 1 STRAIGHT VLV WFC 200PSI

14 EA HTRICV151G 1-12 HUNTER 1-12 STRAIGHT VLV WFC 220 PSI

4 EA VLPBV010S 1 PVC BALL VALVE SLIP X SLIP

14 EA VLPBV015S 1-12 PVC BALL VALVE SLIP X SLIP

2 EA SOVGV020FS 2 SOVAL 2 BRASS GATE VALVE CONTAINS LEAD

24

Quantity UOM Item description CostUOM COST 19 EA NDB113BC

NDS STANDARD BOX W GREEN LID 1 EA NDB111BC 10

NDS 10 RND BOX W GREEN LID 1 EA HTRICV201GFS 2

HUNTER 2 STR VLV WFC FILTER SENTRY

1 EA HTRl2C800PL 8 STA HUNTER ICC2 BASE CONTROLLER PLASTIC HUNTER ICC2 8 STA BASE CONTROLLER PLASTIC CAB

1 EA HTREZDM HUNTER DECODER OUTPUT MOD HUNTER SINGLE STATION DECODER I CORE DUAL

18 EA HTREZ1 HUNTER SINGLE STATION DECODER HUNTER SINGLE STATION DECODER I CORE DUAL

1 EA HTRICV201GFS 2 HUNTER 2 STR VLVWFC FILTER

1 EA HTRl2C800PL 8 STA HUNTER ICC2 BASE CONTROLLER PLASTIC HUNTER ICC2 8 STA BASE CONTROLLER PLASTIC CAB

1 EA HTREZDM HUNTER DECODER OUTPUT MOD HUNTER SINGLE STATION DECODER I CORE DUAL

1 EA HTRHFS HUNTER FLOW SENSOR FOR ACC

1 EA HTRFCT2002 HUNTER 2 SENSOR BODY FOR FLOW-CLIK

7680 FT BEP007SCH40 34 PVC PIPE SCH 40 BE

1540 FT BEP010SCH40 1 PVC PIPE SCH 40 BE

1600 FT BEP012SCH40 1-14 PVC PIPE SCH 40 BE

25

Quantity UOM Item description CostUOM COST 120 FT BEP015SCH40 1-12

PVC PIPE SCH 40 BE 300 FT BEP020SCH40 2

PVC PIPE SCH 40 BE 60 FT BEP025SCH40 2-12

PVC PIPE SCH 40 BE 100 FT BEP015SCH40 1-12

PVC PIPE SCH 40 BE 1900 FT BEP020SCH40 2

PVC PIPE SCH 40 BE 380 FT BEP025SCH40 2-12

PVC PIPE SCH 40 BE 3 RL WIC1402JH1000BL 1000

IRR 142 HUNTER JACKETED BLUE

840 FT BEP040SCH40 4 PVC PIPE SCH 40 BE

Mobilization QTY COST

Lump Sum

Labor Materials and Installation QTY COST

Lump Sum

TOTAL

26

BID SCHEDULE D (Summary)

Schedule Amount

A Lump Sum Tree Planting Schedule

B Lump Sum Shrub Planting Schedule

C Lump Sum Irrigation Schedule

Total (Schedule A+B+C)

27

_ _ _

STATEMENT OF BIDDERS QUALIFICATIONS

All questions must be answered and the data given must be clear and comprehensive This statement must be notarized If necessary questions may be answered on separate attached sheets The Bidder may submit any additional information he desires

1 Name of Bidder

2 Permanent main office address

3 When organized

4 If a corporation where incorporated _________________________________

5 How many years have you been engaged in the contracting business under your

present firm or trade name

6 Contracts on hand (Schedule these showing the amount of each contract and theappropriate anticipated dates of completion) List the location and type ofconstruction Owner and Engineer for each project with contact persons andphone numbers for the Owner and Engineer of each project

28

7 General character of Work performed by your company

8 Have you ever failed to complete any Work awarded to you

If so where and why

9 Have you ever defaulted on a contract

If so where and why

10 Have you ever had any projects terminated by the City

If so where and why

11 List the more important projects recently completed by your company stating theapproximate cost of each the month and year completed location and type ofconstruction Owner and Engineer for each project with the telephone numberwhere each may be contacted Do not list projects that are listed under item 6 above

29

12 List your major equipment available for this contract

13 Experience in construction Work similar in scope to this project If completed in the last 5 years please provide the same information (names contacts) as requested for item 11 above

14 Background and experience of the principal members of your organization including officers

30

15 Credit available $

16 Bank reference

17 Will you upon request fill out a detailed financial statement and furnish any otherinformation that may be required by the City

18 Are you licensed as an Excavator General Contractor or under any other title If

yes in what city county and state

What class license and numbers

19 Do you anticipate subcontracting Work under this Contract If yes what percent of

total contract price

List type of work to be subcontracted (list subcontractors I suppliers on a separatesheet and attach it to this form)

20 Are you involved in any lawsuits and for are any lawsuits pending against you oryour firm at this time

If yes DETAIL

21 What are the limits of your public liability DETAIL

What company

22 What are your companys bonding limitations

31

23 Name of proposed Superintendent for this project Said person shall be required onthe project unless agreed upon otherwise in writing by the City

24 The undersigned hereby authorizes and requests any person firm or corporation to furnish any information requested by the City in verification of the recital comprising this Statement of Bidders Qualifications The undersigned further agrees that they will not bring suit in a court of law for any information that is furnished to the OWNER in good faith by said parties or persons responding to Cityrsquos requests for information concerning Bidders qualifications

Dated this day of 2021

Name of Bidder

By

Title

State of

County of

being duly sworn deposes and says that he or she is of and that (Name of organization) the answers to the foregoing questions and all statements therein contained are complete true and correct Subscribed and sworn to before me this day of 2021

Notary Public

My commission expires

32

VENDOR SWORN STATEMENT ON PUBLIC ENTITY CRIMES FLORIDA STATUTES SECTION 287133(3) (a)

THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS

1 This sworn statement is submitted to (print name of public entity)

by (print individualrsquos name and title)

for (print name of entity submitting sworn statement)

whose business address is

and (if applicable) its Federal Employer Identification Number (FEIN) is

(If the entity has no FEIN include the Social Security Number of the individual signing this sworn statement )

2 I understand that a ldquopublic entity crimerdquo as defined in Paragraph 287133(1)(g) Florida Statutes means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States including but not limited to any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust fraud theft bribery collusion racketeering conspiracy or material misrepresentation

3 I understand that ldquoconvictedrdquo or ldquoconvictionrdquo as defined in Paragraph 287133(1) (b) Florida Statutes means a finding of guilt or a conviction of a public entity crime with or without an adjudication of guilt in any federal or state trial court of record relating to charges brought by indictment or information after July 1 1989 as a result of a jury verdict nonjury trial or entry of a plea of guilty or nolo contendere

4 I understand that an ldquoaffiliaterdquo as defined in Paragraph 287133(1)(a) Florida Statutes means

a A predecessor or successor of a person convicted of a public entity crime or

b An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime The term ldquoaffiliaterdquo includes those officers directors executives partners shareholders employees members and agents who are active in the management of an affiliate The ownership by one person of shares constituting a controlling interest in another person or a pooling of equipment or income among persons when not for fair case that one person controls another person A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate

33

5 I understand that a ldquopersonrdquo as defined in Paragraph 287133(1) (a) Florida Statutes means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity or which otherwise transacts or applies to transact business with a public entity The term ldquopersonrdquo includes those officers directors executives partners shareholders employees members and agents who are active in management of an entity

6 Based on information and belief the statement which I have marked below is true in relation to the entity submitting this sworn statement (Indicate which statement applies)

Neither the entity submitting this sworn statement nor any of its officers directors executives partners shareholders employees members or agents who are active in the management of the entity nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1 1989

The entity submitting this sworn statement or one or more of its officers directors executives partners shareholders employees members or agents who are active in the management of the entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1 1989

The entity submitting this sworn statement or one or more of its officers directors executives partners shareholders employees members or agents who are active in the management of the entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1 1989 However there has been a subsequent proceeding before a Hearing Officer of the State of Florida Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (Attach a copy of the final order)

I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECITON 287017 FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM

(Signature)

Sworn to and subscribed before me this day of 2021

Personally known or produced identification (Type of identification)

State of Florida City of My commission expires (Notary Public)

34

CONSTRUCTION AGREEMENT

THIS CONSTRUCTION AGREEMENT is made this _____ day of ______________2021 by and

between (hereinafter referred to as ldquoContractorrdquo) and the City of Seminole Florida a Florida municipal corporation (hereinafter the ldquoCityrdquo)

WITNESSETH

WHEREAS the City desires that Contractor perform the duties of general contractor for the construction of certain improvements namely the Waterfront Park Landscape and Irrigation Project (hereinafter the ldquoProjectrdquo) and

WHEREAS Contractor desires to perform such h duties pursuant to the terms and conditions provided for in this Agreement and

writing WHEREAS the parties hereto desire to set forth certain understandings regarding the Project in

NOW THEREFORE for and in consideration of the mutual promises and covenants contained herein and other good and valuable consideration the receipt and sufficiency of which is hereby acknowledged the parties agree as follows

1 Statement of Work Contractor agrees to manage and supervise the construction of theproject located in the City of Seminole Pinellas County Florida as directed by the City and pursuant to the City of Seminole Design Standards and according to the plans and specifications approved by the City Contractor shall (a) furnish all tools equipment supplies superintendence transportation and other construction accessories services and facilities (b) furnish all materials supplies and equipment specified to be incorporated into and form a permanent part of the complete work (c) provide and perform all necessary labor in a substantial and skillful manner and in accordance with the provisions of this Agreement and (d) execute construct and complete all work included in and covered by this Agreement

2 Time of Commencement and Completion Construction under this Agreement will beginon or after receiving the Notice to Proceed and shall be completed by February 10th 2022 (ldquoCompletion Daterdquo) The Completion Date may at the Cityrsquos sole discretion be extended if approved by the City in writing but in no event may the Completion Date extend beyond February 28th 2022 If due to misconduct or neglect Contractor fails to complete the Project on or before the Completion Date the City may deduct liquidated damages in the amount of $500 the first day and $100 for each additional day the Contractor works beyond this date Such liquidated damages shall be deemed to be a genuine pre- estimate of the foreseeable damages incurred by City and in no way can be construed as a penalty It is understood by Contractor and the City that actual damages caused by Contractorrsquos failure to complete this Agreement on time are impracticable or extremely difficult to fix and that the per diem deduction from the contract price will be retained by the City as payment by Contractor of liquidated damages and not as a penalty

3 Compensation City shall pay and Contractor shall receive the contract price of$ as stipulated in the Notice of Award attached to this contract as Exhibit A and incorporated herein by this reference as FULL compensation for everything furnished and done by Contractor under this Agreement including all loss or damage arising out of the work or from the action of the elements for any unforeseen obstruction or difficulty encountered in the prosecution of the work

35

including increased prices for or shortages of materials for any reason including natural disasters for all risks of every description associated with the work for all expenses incurred due to the suspension or discontinuation of the work and for well and faithfully completing the work as provided in this Agreement

4 Draw Requests Contractor agrees to perform all work on the Project according to the schedules set forth in the approved Bid Proposal attached hereto as Exhibit B (as amended) and incorporated herein by this reference Contractor shall submit weekly progress reports to the Public Works Director or his designee showing actual costs incurred and work completed Contractor shall also submit to the City monthly draw requests for all authorized costs incurred up to that date for the Project if the time for the work exceeds one month Upon review and approval of the progress reports and draw request(s) by the Public Works Director or his designee the City agrees to pay Contractor the amounts shown on all draw requests minus a five percent (5) retainage for any payments other than the final payment no later than the fifteenth (15th) business day following the date the draw request was submitted Payments may be withheld if

A Work is found defective and not remedied

B Contractor fails to meet schedules shown on Exhibit B as may be amended by the actual construction commencement date

C Contractor does not make prompt and proper payments to subcontractors

D Contractor does not make prompt and proper payments for labor materials or equipment furnished

E Another contractor is damaged by an act for which Contractor is responsible

F Claims or liens are filed on the job or

G In the opinion of the City Contractorrsquos work is not progressing satisfactorily

The City shall disburse the total retainage and the final draw request submitted by Contractor upon acceptance of the Project as described in Paragraph 14 below

5 Liability for Damages The City its officers agents or employees shall not in any manner be answerable or responsible for any loss or damage to the work or to any part of the work for any loss or damage to any materials building equipment or other property that may be used or employed in the work or placed on the worksite during the progress of the work for any injury done or damages or compensation required to be paid under any present or future law to any person whether an employee of Contractor or otherwise or for any damage to any property occurring during or resulting from the work Contractor shall indemnify the City its officers agents and employees against all such injuries damages and compensation arising or resulting from causes other than the Cityrsquos neglect or that of its officers agents or employees

6 Inspection of Work and Materials

A The City Manager or hisher designee may appoint and employ such persons as may be necessary to act as inspectors or agents for the purpose of supervising in the interests of the City materials furnished and work done as the work progresses

36

B The City shall at all times have unrestricted access to all parts of the work and to other places where or in which the preparation of materials and other integral parts of the work are being carried on and conducted

C Contractor shall provide all facilities and assistance required or requested to carry out the work of supervision and inspection by the City including soil and material tests

D Inspection of the work by the above-mentioned authorities or their representatives shall in no manner be presumed to relieve in any degree the responsibility or obligations of Contractor

E No material of any kind shall be used in the work until it has been inspected and accepted by the City All rejected materials shall be immediately removed from the premises Any materials or workmanship found at any time to be defective shall be replaced or remedied at once regardless of previous inspection Inspection of materials shall be promptly made and where practicable at the source of supply

F Whenever the specifications the instructions of the City or the laws ordinances or regulations of any public authority require work to be specially tested or approved Contractor shall give the City timely notice of its readiness for inspection and if the inspection is by another authority of the date fixed for the inspection

7 City of Seminole Insurance Requirements Contractor shall furnish the City with the Certificates of Insurance proving coverage Failure to furnish the required certificates will result in the termination of this Agreement Before starting and until acceptance of the work by the City the contractor shall procure and maintain insurance of the types and the limits specified All Policies with the exception of Workers Compensation must include the City of Seminole its officers agents employees and volunteers as Additional Insured under the liability policies All insurance policies must be written in a manner consistent with the requirements of the Standard Form Agreement Certificates of insurance shall be issued prior to execution of the Notice to Proceed The following are the minimum requirements for insurance coverage

Commercial General Liability (CGL) in occurrence form written by a firm that is authorized to conduct business in the State of Florida and recognized by the State of Florida Insurance Regulations Insurance company must have at least an A- rating from AM Best or a similar rating service

(1) $1000000 per occurrence

(2) $2000000 per aggregate ($1000000 at minimum)

Workers Compensation and Employers Liability

(1) Per State of Florida Statutory requirements

(2) $100000 each accident $100000 per employee for disease and $500000 for all diseases

Commercial Automobile Liability

(1) $1000000 Combined Single Limit

All Policies with the exception of Workers Compensation must include the City of Seminole its officers agents employees and volunteers as Additional Insured under the liability policies Contractor shall hold

37

the City harmless from any actions brought against Contractor due to negligence omission or wrongdoing of Contractor or any of its employees agents representatives and subcontractors All coveragescertificates are to be in effect for the term of this Agreement and must be provided to the Citys Public Works Department prior to the date the service begins and at each renewal thereafter during the term of this Agreement Certificates of Insurance shall be executed on a standard ACORD form

8 Performance Bond To secure performance of Contractorrsquos obligations under this Agreement the Contractor shall provide the City with a Performance Bond in the amount of the full contract price or $ The Contractor shall use the form of the Performance Bond supplied by the City The City shall be authorized to draw upon the Performance Bond to correct any default by Contractor under this Agreement which default shall be determined and substantiated by an Affidavit of Default signed by the City Manager The Performance Bond shall be held by the City through the one-year warranty period specified in Paragraph 13 below

9 Payment of Labor and Materials Bond To secure performance of Contractorrsquos obligations under this Agreement to its subcontractors and suppliers Contractor shall provide the City with a Payment of Labor and Materials Bond in the amount of the full contract price or $ After the execution of this agreement and prior to the notice to proceed the Contractor shall provide the Payment of Labor and Materials Bond to the City in the form supplied by the City The City shall be authorized to draw upon the Payment of Labor and Materials Bond to correct any default by Contractor under this Agreement which default shall be determined and substantiated by an Affidavit of Default signed by the City Manager

10 Notice to Proceed Notice to Proceed shall be issued within ten (10) calendar days of the execution of this Agreement by all parties to include surety bonds If the City fails to issue such Notice to Proceed within that time limit Contractor may terminate the Agreement without further liability on the part of either party Such notice of termination must be tendered in writing to the City Additionally the parties may mutually agree that the time for the Notice to Proceed may be extended

11 Compliance with Laws Contractor and every subcontractor or person doing or contracting to do any work contemplated by this contract shall keep himself or herself fully informed of all national and state laws and all municipal ordinances and regulations in any manner affecting the work or performance of his or her contract or any extra work and shall at all times observe and comply with such laws ordinances and regulations whether or not the laws ordinances or regulations are mentioned in this contract and shall indemnify the City its officers agents and employees against any claim or liability arising from or based on the violation of any such laws ordinances or regulations

12 Certificates and Permits Contractor shall secure at Contractors own expense all necessary certificates licenses and permits from municipal or other public authorities required in connection with the work contemplated by this Agreement or any part of this Agreement and shall give all notices required by law ordinance or regulation Contractor shall pay all fees and charges incident to the due and lawful prosecution of the work contemplated by this Agreement and any extra work performed by Contractor

13 Termination The City may at its sole discretion terminate this Agreement without liability in the event that Contractor fails to provide the Performance Bond or Payment of Labor and Materials Bond Certificates of Insurance required by Paragraph 7 or otherwise fails to meet the conditions precedent to issuance of the Notice to Proceed set forth in Paragraph 10 above The City may also at its sole discretion on one weekrsquos notice to Contractor terminate this Agreement without liability before the completion date and without prejudice to any other remedy the City may have when Contractor defaults in the performance of any provision or fails to carry out the construction of the Project in accordance with the provisions of this Agreement

38

14 Substantial Completion Acceptance The date of substantial completion of the Project shall be a date mutually agreed upon by the City and Contractor In the event that the City and Contractor do not reach an agreement as to the date of substantial completion the Seminole City Council shall determine such date Upon the date of substantial completion Contractor shall certify in writing that substantially all improvements described in the Statement of Work have been completed in conformance with the plans and specifications and submit to the City a completed substantial completion list utilizing a form approved by the City Thereafter and within thirty (30) business days after a request for final inspection by Contractor the City shall inspect the Project and notify Contractor in writing and with specificity of their conformity or lack thereof to the plans and specifications Contractor shall make all corrections necessary to bring the Project into conformity with the plans and specifications Once any and all corrections are completed the City shall complete a Project Acceptance Form and promptly notify Contractor in writing that the Project is in conformance with the approved plans and specifications and the date of such notification shall be known as the Acceptance Date The Acceptance Date shall coincide with the commencement of the one-year warranty period described in Paragraph 15 below Within thirty (30) days of the Acceptance Date the City shall pay Contractor the amount shown on the final draw request provided however that the amount of funds left from the contract price specified in the Notice of Award are sufficient to cover this amount

15 Warranty Contractor shall warrant any and all improvements constituting the Project constructed for the City pursuant to this Construction Agreement for a period of twelve (12) months from the Acceptance Date as set forth in Paragraph 14 herein Specifically but not by way of limitation Contractor shall warrant that

A Any and all improvements constituting the Project shall be free from any security interest or other lien or encumbrance and

B Any and all structures so conveyed shall be free of any defects in materials or workmanship for a period of one (1) year as stated above

16 Corrections to Project If within one (1) year after the date of substantial completion any of Contractorrsquos work on the Project is found to be not in accordance with the standards set forth in the preceding Paragraph 15 Contractor shall at Contractorrsquos expense correct it promptly after receipt of a written notice from the City to do so unless the City has previously accepted such condition Such notice shall be either delivered personally or by overnight express courier or sent by registered or certified mail postage prepaid return receipt requested and must be received by Contractor as soon as practicable after the City discovers the defect or the loss or damage caused by such defect but in no event later than the date that the warranty given hereby expires

17 Modifications The City may modify this Agreement with respect to the arrangement character alignment grade or size of the work or appurtenances whenever in its opinion it shall deem it necessary or advisable to do so Contractor shall accept such modifications when ordered in writing by the City Manager or hisher designee Any such modifications shall not subject Contractor to increased expense without equitable compensation which compensation may be approved by the City pursuant to its Purchasing Policy If any modification results in a decrease in the cost of work involved an equitable deduction from the contract price shall be made These deductions shall be determined by the City Manager or his designee The determination of any such additional compensation or deduction shall be based on the bids submitted and accepted No modifications in the work shown on the plans and described in the specifications shall be made unless the nature and extent of the modifications has first been certified by the City in writing and sent to Contractor

39

18 Attorneys Fees Survival Costs of Collection Should this Agreement become the subject of legal action to resolve a claim of default in performance by any party including the collection of past due amounts the non-prevailing party shall pay the prevailing partyrsquos reasonable attorneysrsquo fees expenses and court costs All rights concerning remedies andor attorneysrsquo fees shall survive any termination of this Agreement

19 Governing Law The laws of the State of Florida shall govern the validity performance and enforcement of this Agreement

20 Assignment This Agreement may not be assigned without the prior written consent of the non-assigning party

21 Amendment This Agreement shall not be amended except by subsequent written agreement of the parties

22 Entire Agreement This Agreement along with any addendums and attachments hereto constitutes the entire agreement between the parties The provisions of this Agreement may be amended at any time by the mutual consent of both parties The parties shall not be bound by any other agreements either written or oral except as set forth in this Agreement

23 Captions The captions in this Agreement are inserted only for the purpose of convenient reference and in no way define limit or prescribe the scope or intent of this Agreement or any part thereof

24 Binding Effect This Agreement shall be binding upon and inure to the benefit of the parties hereto and their respective heirs successors and assigns

25 Severability In the event that any of the covenants agreements terms or provisions contained in this Agreement shall be found invalid illegal or unenforceable in any respect by a court of competent jurisdiction the validity of the remaining covenants agreements terms or provisions contained herein shall be in no way affected prejudiced or disturbed thereby

26 Notices Written notices required under this Agreement and all other correspondence between the parties shall be directed to the following and shall be deemed received when hand-delivered or three (3) days after being sent by certified mail return receipt requested

To the City Ann Toney-Deal ICMA-CM City of Seminole City Manager 9199 113th Street North Seminole FL 33772 (727) 391-0204

Copy to Jay Daigneault Esquire City Attorney 1001 South Fort Harrison Avenue Suite 201 Clearwater Florida 33756 Phone (727) 733-0494 ext 106

40

To the Contractor Name address telephone number

27 Status Contractor is an independent contractor and none of its employees or agents shall be considered an employee or agent of the City for any purpose

28 Insurance and Sovereign Immunity Nothing herein shall be interpreted as a waiver of governmental immunity to which the other parties would otherwise be entitled under Sec 76828 Florida Statutes as amended

29 Public Records Contractor acknowledges that it is acting on behalf of a Public agency and that this Agreement is subject to the provisions of Sec 1190701 Florida Statutes and that Contractor must comply with the public records laws of the State of Florida

IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119 FLORIDA STATUTES TO THE CONTRACTORrsquoS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT

City of Seminole Attn City Clerk

amancusomyseminolecom 9199 113th Street North Seminole FL 33772 727-391-0204

Contractor shall comply with public records laws and Contractor shall

A Keep and maintain public records required by the City to perform the service

B Upon request from the Cityrsquos custodian of public records provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 Florida Statutes (2019) as may be amended or revised or as otherwise provided by law

C Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the City

D Upon completion of the Contract transfer at no cost to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service If the Contractor transfers all public records to the City upon completion of the Contract the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements If the Contractor keeps and maintains public records upon completion of the Contract the Contractor shall meet all applicable requirements for retaining public records All records stored electronically must be provided to the City upon request from the Cityrsquos custodian of public records in a format that is compatible with the information technology systems of the City

41

30 Authority Each person signing this Agreement represents and warrants that said person is fully authorized to enter into and execute this Agreement and to bind the party it represents to the terms and conditions hereof

31 Counterparts This Agreement may be executed in counterparts each of which shall be deemed an original and all of which when taken together shall be deemed one and the same instrument

WHEREFORE the parties hereto have executed duplicate originals of this Construction Agreement on the day and year first written above

[CONTRACTOR]

By

Name

Title

CITY OF SEMINOLE FLORIDA

By Ann Toney-Deal ICMA-CM City Manager

ATTEST Date

City Clerk

42

Exhibit A Notice of Award

Dated September 29 2021 Owner Ownerrsquos Project Manager Owners Resolution No City of Seminole Rodney Due Public Works Director Name of Project Contract

Waterfront Park Landscape and Irrigation Project Engineer

Deuel amp Associates Contractor

Contractorrsquos Address (send Certified Mail Return Receipt Requested)

You are notified that your Bid dated September 17 2021 for the above Contract has been considered You are the Successful Bidder and are awarded a Contract for the Waterfront Park Landscape and Irrigation Project contingent upon delivery of all conditions outlined in the Agreement or herein

See the Bid Documents for details of the scope of work

The Contract Price of your Contract is $

(written)

Three (3) of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award

You must comply with the following conditions precedent within ten (10) days of the date you receive this Notice of Award

1 Deliver to the Owner two (2) fully executed counterparts of the Contract Documents

2 Deliver with the executed Contract Documents the Contract Security [Bonds] as specified in the Instructions to Bidders (Article 19)

3 Certificate of Insurance

Failure to comply with these conditions within the time specified will entitle Owner to consider you in default annul this Notice of Award and declare your Bid security forfeited

City of Seminole Owner

By Authorized Signature

Ann Toney-Deal ICMA-CM City Manager NameTitle

43

Bond

PERFORMANCE BOND

KNOW ALL MEN BY THESE PRESENTS that we the undersigned a organized under the laws of the State of hereinafter referred to as the Contractor and a corporation organized under the laws of the State of Florida and authorized and licensed to transact business in the State of Florida hereinafter referred to as the Surety are held and firmly bound unto the City of Seminole Florida hereinafter referred to as the City in the penal sum of $ lawful money of the United States of America for the payment of which sum the Contractor and Surety bind themselves and their heirs executors administrators successors and assigns jointly and severally by these presents

WHEREAS the above Contractor has on 2021 received a Notice of Award to enter into a contract with the City for furnishing all labor materials equipment tools superintendence and other facilities and accessories for the construction of the Waterfront Park Landscape and Irrigation Project (the ldquoProjectrdquo) in accordance with the Contract Documents therefor which are incorporated herein by reference and made a part hereof and are herein referred to as the Contract

NOW THEREFORE the conditions of this performance bond are such that if the Contractor

1 promptly and faithfully observes abides by and performs each and every covenant condition and part of said Contract including but not limited to its warranty provisions in the time and manner prescribed in the Contract and

pay the City all losses damages (liquidated actual or consequential including but not limited to damages caused by delays in performance of the Contract) expenses costs and attorneysrsquo fees that the City sustains resulting from any breach or default by the Contractor under the Contract then this bond is void otherwise it shall remain in full force and effect in accordance with the Contract

IN ADDITION if said Contractor fails to perform in any respect under the Contract Documents the Surety shall pay any amounts incurred or to be incurred by the City in connection with such failure in an amount not exceeding the amount of this obligation inclusive of without limitation liquidated damages together with any related costs and expenses incurred by the City including without limitation attorneysrsquo fees

IN ADDITION if said Contractor fails to duly pay for any labor materials team hire sustenance provisions or any other supplies used or consumed by said Contractor or its subcontractors in its performance of the Work contracted to be done or fails to pay any person who supplies rental machinery tools or equipment all amounts due as the result of the use of such machinery tools or equipment in the prosecution of the Work the Surety shall pay the same in an amount not exceeding the amount of this obligation together with any related costs and expenses incurred by the City including without limitation attorneysrsquo fees

44

PROVIDED that the said Surety for value received hereby stipulates and agrees that any and all changes in the Contract shall not affect the Suretyrsquos obligations under this bond and the Surety hereby waives notice of any such changes Further Contractor and Surety acknowledge that the penal sum of this bond shall increase in accordance with approved changes to the Contract Documents without obtaining the Suretyrsquos consent up to a maximum of twenty percent (20) of the penal sum hereof

IN WITNESS WHEREOF said Contractor and said Surety have executed these presents as of this day of 2021

CONTRACTOR

By

Name

Title

SURETY

By

Name

Title

(Accompany this Bond with the attorney-in-factrsquos authority from the Surety to execute this Bond certified to include the date of the Bond)

45

Bond

PAYMENT BOND

KNOW ALL MEN BY THESE PRESENTS that we the undersigned a organized under the laws of the State of hereinafter referred to as the Contractor and a corporation organized under the laws of the State of and authorized and licensed to transact business in the State of Florida hereinafter referred to as the Surety are held and firmly bound unto the City of Seminole Florida hereinafter referred to as the City in the penal sum of $ lawful money of the United States of America for the payment of which sum the Contractor and Surety bind themselves and their heirs executors administrators successors and assigns jointly and severally firmly by these presents

WHEREAS the above Contractor has on the 2021 received a Notice of Award to enter into a contract with the City for furnishing all labor materials equipment tools superintendence and other facilities and accessories for the construction of the Waterfront Park Landscape and Irrigation Project (the ldquoProjectrdquo) in accordance with the Contract Documents therefor which are incorporated herein by reference and made a part hereof and are herein referred to as the Contract

NOW THEREFORE the condition of this payment bond obligation is such that if the Contractor shall at all times promptly make payments of all amounts lawfully due to all persons supplying or furnishing it or its subcontractors with labor materials rental machinery tools or equipment used or performed in the prosecution of Work provided for in the above Contract and shall indemnify and save harmless the City to the extent of any and all payments in connection with the carrying out of such Contract which the City may be required to make under law or in equity and for all losses damages expenses costs and attorneysrsquo fees incurred by the City resulting from the failure of the Contractor to make the payments discussed above then this obligation shall be null and void otherwise it shall remain in full force and effect

IN ADDITION if said Contractor fails to perform in any respect under the Contract Documents the Surety shall pay any amounts incurred or to be incurred by the City in connection with such failure in an amount not exceeding the amount of this obligation inclusive of liquidated damages together with any related costs and expenses incurred by the City including without limitation attorneysrsquo fees

PROVIDED that the said Surety for value received hereby stipulates and agrees that any and all changes in the Contract shall not affect the Suretyrsquos obligations under this bond and the Surety hereby waives notice of any such changes Further Contractor and Surety acknowledge that the penal sum of this bond shall increase in accordance with approved changes to the Contract Documents without obtaining the Suretyrsquos consent up to a maximum of twenty percent (20) of the penal sum hereof

46

IN WITNESS WHEREOF said Contractor and said Surety have executed these presents as of this day of 2021

CONTRACTOR

By

Name

Title

SURETY

By

Name

Title

(Accompany this Bond with the attorney-in-factrsquos authority from the Surety to execute this Bond certified to include the date of the Bond)

47

CERTIFICATE OF INSURANCE

CONTRACTOR shall provide his own standard form(s) for Certificate of Insurance naming the City as additionally insured

48

Notice to Proceed

Dated XXXX XX 2021

Owner

City of Seminole Ownerrsquos Project Manager Owners Resolution No

Name of Project Contract ProjectEngineer

Contractor

Contractorrsquos Address (send Certified Mail Return Receipt Requested)

This is to advise you that your Insurance Policy Certificates of Insurance and Bonds have been received Our issuance of this Notice does not relieve you of responsibility to assure that the insurance requirements of the Contract Documents are met for the duration of the Agreement The Agreement dated XXXXXXX XX 2021 covering the above described work has been fully executed

You are hereby authorized and directed to proceed by the Time of Commencement in accordance with Article 2 of the Agreement

In accordance with Article 2 of the Agreement you are notified that Construction under this Agreement will begin on or after XXXXXXX XX 2021 and shall be completed by XXXXXXX XX 2021 (ldquoCompletion Daterdquo) Any liquidated damages for failure to achieve Completion by the date agreed that may be applicable to this Agreement will be calculated using the above Completion Date

City of Seminole Contractor Owner

Received by Given by

Ann Toney-Deal ICMA-CM

City Manager Title Title

Date Date

49

Change Order Form

Dated

Owner City of Seminole

Ownerrsquos Project Manager Rodney Due

Owners Resolution No

Name of Project Contract Project Engineer Deuel amp Associates

Contractor

In the space below itemize the change that is requested for the project and the total cost required to complete the requested change in contracted amount attach any contributing documentation as applicable

Total Amount to be approved for Change Order $

City of Seminole

AnnToney-Deal ICMA-CM Date City Manager

DepartmentHead Date

Contractor

Date

Signature

Attest

City Clerk

50

Substantial Completion Form

Dated

Owner City of Seminole

Ownerrsquos Project Manager Owners Resolution No

Name of Project Contract (Project) Project Engineer

Contractor

In accordance with Paragraph 14 of the City of Seminolersquos Construction Agreement the date of substantial completion of the Project shall be a date mutually agreed upon by the City and Contractor This formis submitted by Contractor and certifies that substantially all improvements described in the Statement of Work have been completed in conformance with the plans and specification with the exception of the following

In the space below itemize what tasks remain outstanding for the project and the timeline for completion of each (attach additional sheets as necessary)

Total Amount to be Retained Pending Final Completion $

Contractor

Signature Date

Printed Name

City of Seminole

Signature ndash Project Manager Date

Signature ndash Department Head Date

51

FINAL RECEIPT AND RELEASE

Project Waterfront Park Landscape and Irrigation Project

Contractor

Final Contract Price

Final Payment

The Contractor hereby certifies

THAT the above noted Final Contract Price is the full compensation due under the Contract for the Project

THAT the above noted Final Payment has been received from the City of Seminole

THAT together with the Final Payment amounts totaling the Final Contract Price have been received from the City of Seminole

THAT the City of Seminole is released from all claims related to the Contract for the Project and

THAT all persons and companies performing labor or furnishing materials for the Project have been paid in full

Contractor

By

Title

Date

52

Project General Requirements Table of Contents

Section Page

01000 General Definitions and Terms 54-59

01010 Summary of Work 60-61

01040 Coordination 62

01160 Unit Prices 63-64

01310 Construction Schedules 65-66

01330 Survey Data 67

01410 Testing 68-69

01510 Temporary Utilities 70

01560 Temporary Control 71

01600 Liquidated Damages 72-73

01700 Contract Closeout 74

01711 Site Cleanup 75

53

Section 01000 General Definitions and Terms

11 General

A Scope

The following conditions are general in scope and may contain requirements covering conditions that may not be encountered in the performance of the Work under contract Where any stipulation or requirement set forth herein applies to any such non-existing condition and is not applicable to the Work under contract such stipulation or requirement shall have no meaning relative to the performance of said Work

B Titles and Subheadings

I The titles and subheadings used in the Contract Documents are for convenience of reference only and shall not be taken or considered as having any bearing on the interpretation of said documents

II Titles used in these specifications having a masculine gender such as workman and the pronouns he or his are for the sake of brevity and are intended to refer to persons of either sex

12 Definitions and Terms

A When the Contract indicates that work shall be accepted acceptable approval approved authorized condemned considered necessary contemplated deemed necessary designated determined directed disapproved established given indicated insufficient interpretation interpreted ordered permitted rejected required reserved satisfactory specified sufficient suitable suspended unacceptable or unsatisfactory it shall be understood that these expressions are followed by the words by the City or to the City

B Additional definitions and terms are provided Wherever the following terms are used in these Contract General Conditions or other Contract Documents the intent and meaning shall apply to both the singular and plural thereof and shall be interpreted as follows

Addenda Written or graphic instruments issued prior to Bid Opening which clarify correct or change the Contract Documents

Bid The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work to be performed

Bidder An individual firm corporation or other legal entity submitting a proposal for the advertised Work and if the Successful Bidder a contractor intending to contract with the City for performance of prescribed Work

54

Bid Documents These shall consist of the following forms and documents Construction Drawings Addenda (if any) Invitation to Bid Instruction to Bidders Bid Form Bid Bond Form Special Conditions Special Provisions Supplemental Specifications Appendix and Construction Drawings (not attached)

Bid Opening The public opening and reading of all bids prepared and submitted in accordance with the Instructions to Bidders at the time and date set forth in the Invitation to Bid

Bid Guaranty The security as designated in the Instructions to Bidders and furnished with the Bid as a guaranty that the Bidder shall enter into the Contract and furnish the Bonds and Certificates of Insurance as required if awarded the Work

Bid Schedule A list of Bid Items in the Bid Form which includes a description approximate quantity and units (if any) unit price and extended amount or lump sum bid for each item The Bid Schedule also includes a line for the Total Bid based on the summation of the extended amounts of all bid items The Bid Schedule may also include bid alternates and a line for the Bidder to enter an estimated date to begin construction

Bonds Bid Performance and Payment Bonds and other instruments of security

Calendar Day Each and every day shown on the calendar beginning and ending at midnight

Change of Work Form The following forms copies of which are provided in the Standard Forms Field Order Work Change Request Request for Adjustment and Change Order

Change Order A document recommended by the City which is signed by the Contractor and by an authorized agent of the City which authorizes an addition deletion or revision in the Work or an adjustment in Contract Price or Contract Time which is issued on or after the Effective Date of the Contract Properly executed Change Orders become a part of the Contract Documents

Construction Drawings (Drawings Plans) The Drawings or Plans which show the character and scope of the Work to be performed which have been prepared or approved by the City and are referred to in the Contract Documents (including Standard Details)

Contract A written agreement between the City and Contractor covering the Work to be performed Other Contract Documents are attached to the Contract and made a part thereof as provided therein

Contract Documents The Standard Contract Documents for Capital Improvements Construction (current edition) and the Bid Documents as defined herein Contract Documents also include Shop Drawings Field Orders Work Change Requests and Change Orders which must be signed by authorized representatives of the City and the Contractor

Contract Time The number of Calendar days allowed for the Substantial andor Final completion of the Work specified in the Contract including authorized time extensions beginning on the date specified in the Notice to Proceed

55

Contractor The person firm or corporation with whom the City intends to or has entered into a Contract

Day Calendar Day

Defective WorkWork that is unsatisfactory faulty or deficient or does not conform to the Contract Documents or does not meet the requirements of a referenced standard test or approval referred to in the Contract Documents or has been damaged prior to the Citys recommendation of Final Payment (unless responsibility for the protection thereof has been assumed by the City at Substantial Completion)

Drawings Same meaning as Construction Drawings

Effective Date The date indicated in an agreement or notice on which it becomeseffective but if no such date is indicated the date on which the instrument is fully signedand delivered by the last of the parties involved

Engineer The Project Engineer who may be a City employee or hired consultant who has been appointed or authorized by the City to oversee the technical aspects of the work and to administer the Contract on behalf of the City The term Engineer may also apply to a Professional Engineer working for a developer who is required to construct public infrastructure

Extra or Additional Work Work which was not a part of the original Contract Documents at the time the Contract was executed for which extra compensation or time is justified in accordance with conditions set forth in the Contract Documents

Field Order A written order issued by the City which directs or allows minor changes inThe Work and which does not involve a change in the Contract Price or Contract Time

Final Completion The date upon which the Work in the Citys opinion and based upon its inspection is acceptable and fully performed in accordance with the Contract Documents and all other requirements or conditions to the Citys advertisement of the Project for final payment have been fulfilled Final Completion shall be evidenced by the Citys issuance of a Letter of Final Completion

Holidays Holidays recognized by the City are

New Years DayJanuary 1 Martin Luther King Day 3rd Monday in January Presidents Day3rd Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day1st Monday in September Veterans Day November 11 Thanksgiving Dayhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip4th Thursday in November Friday after Thanksgiving Christmas DayDecember 25th

When a Holiday as listed above falls on a Saturday it shall be observed on the preceding Friday if the Holiday falls on Sunday it shall be observed on the following Monday

56

Inspector An authorized representative of the City assigned to inspect andor test materials furnished or Work performed by the Contractor

Laboratory Any testing laboratory designated by the City to make tests of the materials and Work involved in the Contract

Liquidated Damages The sum of money the Contractor agrees to pay the City for each day of delay beyond the date due for the completion of specified stages of Work or the complete Contract or in delaying or requiring the City to incur additional costs in the process of obtaining a Contract to perform the Work in the case of Bid Guaranty

Manager The City Manager of the City of Seminole

Notice of Award The written notice by the City to the apparent Successful Bidder stating that upon compliance with the conditionrsquos precedent enumerated therein within the time specified the City shall sign and deliver the Contract

Notice to Proceed Written notice to the Contractor to proceed with the Contract Work specifying when applicable the date of beginning of Contract Time

Plans Same meaning as Construction Drawings

Project The specific Work to be performed as described in the Contract Documents

Project Manager I Facilities Manager Designated City employee in charge of the Project

Request for Adjustment A written request issued by the Contractor for an adjustment in Contract Time or Contract Price A copy of the Request for Adjustment Form is provided in the Standard Forms

Review To examine or re-examine for conformance with the Contract Documents

Schedule of Submittals A schedule of all Shop Drawings material certifications mix designs samples construction schedules (Gantt charts) and other items to be submitted by the Contractor for review andor approval by the City The Schedule of Submittals is included in the Special Conditions and may be modified by the City any time before or after the construction begins

Shop Drawings (Work Drawings) All drawings diagrams illustrations schedules and other data which are specifically prepared by or for the Contractor to illustrate some portion of the Work and all illustrations brochures standards schedules performance charts illustrations diagrams and other information submitted by the Contractor to illustrate material or equipment for some portion of the Work

Special Conditions The part of the Contract Documents which amends or supplements the General Contract Conditions and which are specific to the Work to be performed

Special Provisions Additions and revisions to the Citys Standard Specifications covering conditions peculiar to an individual project

Specifications Those portions of the Contract Documents consisting of written

57

technical descriptions of materials equipment standards and workmanship as applied to the Work These may consist of Standard or Supplemental Specifications Special Provisions andor notes on the Construction Drawings

Standard Contract Documents for Capital Improvements Construction These shall include the following Standard Forms and documents Statement of Bidders Qualifications Instructions to Contractors Regarding Affirmative Action Notice of Award Contract Performance Bond Form Payment Bond Form Notice to Proceed Field Order Form Work Change Request Form Request for Adjustments Form Change Order Form Partial Payment Request Form Certificate for Payment Form Final Receipt and Release General Contract Conditions Standard Specifications as approved for use by the City and Standard Specifications for construction

Standard Details Same meaning as Standard Drawings

Standard Drawings City-approved Standard Drawings and Details which pertain to the Work to be performed

Standard Forms Forms utilized and approved by the City as the Standard Contract Documents for Capital Improvements Construction which are in the format to be used for the stated or intended purpose

Standard Specifications Standard Specifications utilized and approved by the City all of which are incorporated into the Standard Contract Documents for Capital Improvements Construction

Subcontractor An individual firm corporation or other legal entity to which the Contractor subcontracts part of the Contract

Substantial Completion When the Work or a specified part thereof has progressed to the point where the Work in the opinion of the City as evidenced by the Citys Letter of Substantial Completion is sufficiently complete in accordance with the Contract Documents so that the Work or specialized part can be placed in service and utilized for the purpose for which it is intended The terms substantially complete and substantially completed as applied to any Work refer to Substantial Completion thereof

Successful Bidder The actual or apparent responsive responsible and qualified Bidder having the lowest Bid price

Superintendent The Contractors authorized representative who is in responsible charge of the Work

Supplemental Specifications Additional Specifications which may be necessary to cover Work peculiar to an individual project which is not addressed by the Standard Specifications Supplemental Specifications may be a section in the Bid Documents or may appear as notes on Construction Drawings

Surety The corporation partnership or individual other than the Contractor executing a bond furnished by the Contractor

58

City The City of Seminole State of Florida or any employee thereof

City EngineerPublic Works Director Same as Project Manager employed by the City responsible for all construction contract decisions (Also referred to as Engineering Manager)

Work All labor materials equipment and incidentals necessary to successfully complete the project according to all duties and obligations imposed by the Contract

Work Change Request A written directive to the Contractor issued by the Engineer on or after the Effective Date of the Contract requesting the Contractor to provide a cost for pending extra Work or changes in the Work The Work Change Request may also direct the Contractor to proceed with the revision in Work A Work Change Request does not change the Contract Price or Contract Time but is evidence that the parties expect that the change directed or documented by a Work Change Request shall be if implemented incorporated into a subsequently issued Change Order following negotiations by the parties as to its effect if any on the Contract Price or Contract Time

Working Day Any Day exclusive of Saturdays Sundays and City-observed Holidays If City explicitly permits work to be conducted on a Saturday Sunday andor City observed holiday that day shall count as a Working Day for purposes of the Contract Time

End of Section

59

Section 01010 Summary of Work

11 Work Covered by Contract Documents

A The work consists of the construction of the outlined ProjectWaterfront Park Landscape and Irrigation Project

B The Scope of work will consist of the contractor Furnishing all supervision labormaterials appliances tools equipment facilities transportation and servicesnecessary for and incidental to performing all operations in connection withfurnishing delivery and installation of irrigation system trees palms and shrubsas specified herein

C Contractor will follow the engineered set of plans and there will be nosubstitutions without engineer approval first

D The Contractor is responsible for mobilization and clean-up

E The City reserves the right to modify add to or delete portions of any of the bidschedule or omit entire schedules from the scope of the project The City reservesthe right to make design modifications

F Protection and Restoration

a Replace to equal or better conditions all items removed and replaced ordamaged during construction

b The City must approve the condition of all replaced andor restored areasprior to Final Payment

12 Work Sequence

A The Contractor is responsible for coordinating all work including the work ofhis subcontractors with the City Schedules shall be coordinated with the City to accommodate special needs that the City of Seminole may require The work shall begin on or after November 17 2021 As specified in the Agreement the work shall be substantially complete by February 10 2022 The Completion Date may at the Cityrsquos sole discretion be extended if approved by the City in writing

60

13 Delivery and Receipt of Equipment and Materials

A Contractor is responsible for the delivery receipt storage protection and use of equipment and materials in conjunction with this project City shall not receive or take any responsibility for equipment andor materials delivered to the site

14 Notices to Owners Agencies and Authorities

A Contact all affected agencies at least two (2) weeks prior to start of construction

B The City will assist with removal of vehicles from the work area when necessary

End of Section

61

Section 01040 Coordination

11 General

A Coordinate operations under the contract in a manner which will facilitate progress of the work The Contractor shall also coordinate with the City who may have work separate from the General Contractorrsquos contract

B Conform to the requirements of public utilities and concerned public agencies in respect to the timing and manner of performance of operations which affect the services of such utilities agencies or public safety

C Coordinate all operations with the City to provide satisfactory access at all times and keep them informed at all times

D Keep traffic areas free of material construction equipment and other material and equipment

E Conduct operations in a manner to avoid unnecessary interference with public

12 Schedule and Milestones

A Prior to commencing any site work the Owner Owners representative and Contractor shall meet to determine the critical path sequence and scope for the project based on the Ownerrsquos priorities

13 Meetings

A Hold Meetings for coordination of the Work when needed

1 Contractor shall participate in such meetings accompanied by subcontractors as required by City

End of Section

62

Section 01160 Unit Prices ndash General

11 Description

A This Section covers in general methods of measurements and payment for items of Work The Project Construction Specifications also contain information pertaining to methods of measurement and payment Items of Work will be paid for in accordance with the unit prices in the Bid Schedule

1 City will not pay for defective work and will not pay for repair or additional work required to bring the project to a point of acceptance

B Bid Price

1 The Total Bid Price covers all work required by the Contract Documents

a All work not specifically set forth as a pay item in the Bid Form shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the price bid for the various items of work

2 Unit prices shall include all costs in connection with proper successful completion of the Work including furnishing all materials equipment and tools and performing all labor and supervision to fully complete the Work

3 Unit prices shall govern over extensions of sums

4 Unit prices shall not be subject to renegotiation

C Estimated Quantities

1 All quantities stipulated in the Bid Form at unit prices are approximate and are to be used only as a basis for estimating the probable cost of the Work and for the purpose of comparing the Bids submitted for the Work The basis of payment shall be the actual quantity of material furnished and Work done

2 Contractor agrees that he will make no claim for damages anticipated profits or otherwise on account of any difference between the amount of Work actually performed and materials actually furnished and the estimated amount thereof

3 City reserves the right to decrease increase or delete parts of the project

63

12 Mobilization

A The Lump sum price for the Waterfront Park Landscape and Irrigation Project shall include all costs for bonds insurance permits moving construction equipment to the site and similar costs which are not affected significantly by variation in quantities of the Work

13 Project Closeout

A The costs for project closeout shall be considered incidental to the Work and will not be paid for separately Project Closeout includes the removal of all construction plant materials equipment and all excess or waste materials remaining at completion of Construction restoration of the site and final clean-up and the furnishing of all documentation required by the Contract Documents prior to Final Payment

End of Section

64

Section 01310 Construction Schedules

11 General

A Prepare a schedule of all construction operations and procurements after review of tentative schedule and scope by parties attending the Preconstruction Meeting

1 No Work is to begin at the site until Cityrsquos acceptance of the Construction Progress Schedule and Report of delivery of equipment and materials

2 Working hours shall be Monday thru Friday between 700 am and 700 pm unless otherwise approved by the City

12 Content

A Construction Progress Schedule

1 Show the complete work sequence of construction by activity and location as needed

13 Progress Revisions

A Submit revised schedules and reports when changes are foreseen when requested by the City and with each application for progress payment

B Show changes occurring since previous submission

1 Actual progress of each item to date

2 Revised projections of progress and completion

C Provide a narrative report as needed to define

1 Anticipated problems recommended actions and their effects on the schedule

2 The effect of changes on schedules of others

65

14 Cityrsquos Responsibility

A City review is only for the purpose of checking conformity with the Contract Documents and assisting Contractor in coordinating the Work with the needs of the project

B It is not to be construed as relieving Contractor from any responsibility to determine the means methods techniques sequences and procedures of construction as provided in the General Conditions

End of Section

66

Section 01330 Survey Data

11 Survey Requirements

A The Contractor will provide construction surveying for the project (if any)

End of Section

67

Section 01410 Testing

11 General

A Provide such equipment and facilities as the City may require for conducting field tests and for collection and forwarding samples Do not use any materials or equipment represented by samples until tests if required have been made and the materials or equipment are found to be acceptable Any product which becomes unfit for use after approval hereof shall not be incorporated into the Work

B All materials or equipment proposed to be used may be tested at any time during their preparation or use Furnish the required samples without charge and give sufficient notice of the placing of orders to permit the testing Products may be sampled either prior to shipment or after being received at the site of the Work

C Tests shall be made by an accredited testing laboratory selected by the City Except as otherwise provided sampling and testing of all materials and the laboratory methods and testing equipment shall be in accordance with the latest standards and tentative methods of the American Society for Testing Materials (ASTM)

D Where additional or specified information concerning testing methods sample size etc is required such information is included under the applicable sections of the Specifications Any modification of or elaboration on these test procedures (which may be included for specific materials under their respective sections in the Specifications) shall take precedence over these procedures

12 Cityrsquos Responsibilities

A City shall be responsible for and shall pay all costs in connection with testing for the following

1 Materials and quality assurance testing services (as needed)

2 Contractor shall coordinate and cooperate with the technicians doing the testing and all testing and testing requirements for the project

13 Contractorrsquos Responsibilities Contractor is responsible for any and all re-testing for Work or materials found defective or unsatisfactory and proposed or directed remedial action and corrective action taken Document inspections and tests as required by each Section of the Specifications Provide copies to the City weekly

68

14 Contractorrsquos Quality Control System

A General The Contractor shall establish a quality control system to perform sufficient inspection and tests of items of Work including that of his subcontractor to ensure conformance to the functional performance of this project This control shall be established for all construction except where the Contract Documents provide for specific compliance tests by testing laboratories or engineers employed by the City The Contractorrsquos control system shall specifically include all testing required by the various sections of these specifications

B Superintendence The Contractor shall employ a full time Superintendent to monitor and coordinate all facets of the Work Superintendent shall be on site when Work is in progress (ie weekend work) The Superintendent shall have adequate experience to perform the duties of Superintendent

C Quality Control Contractorrsquos quality control system is the means by which he assures himself that his construction complies with the requirements of the Contract Documents Controls shall be adequate to cover all construction operations and should be keyed to the proposed construction schedule

D Records Maintain correct records on an appropriate form for all inspections and tests performed instructions received from the Cityor Cityrsquos representative and actions taken as a result of those instructions These records shall include evidence that the required inspections or tests have been performed (including type and number of inspections or test nature of defects causes for rejection etc) proposed or directed remedial action and corrective action taken Document inspections and tests as required by each Section of the Specifications Provide copies to the City weekly

End of Section

69

Section 01510 Temporary Utilities

11 Utilities

A Furnish all utilities necessary for construction

12 Water

A City will furnish water in reasonable amounts for the Work at existing fire hydrants and connections without charge to Contractor

B Make arrangements with the City as to the amount of water required and time when water will be needed

C Unnecessary waste of water will not be tolerated

D Contractor shall furnish necessary water trucks pipes hoses nozzles and tools and perform all necessary labor

13 Sanitary Facilities ndash Contractorrsquos Responsibilities

A Furnish temporary sanitary facilities at the site in the usable vicinity of the construction for the needs of construction workers and others performing work or furnishing services on the project (If Public Restrooms are unavailable)

B Properly maintain sanitary facilities of reasonable capacity throughout construction periods

1 Furnish at least one toilet per 20 men per construction location

C Enforce the use of such sanitary facilities by all personnel at the site

End of Section

70

Section 01560 Temporary Controls

11 Noise Control

A Take reasonable measures to avoid unnecessary noise when construction activities are being performed

B Construction machinery and vehicles shall be equipped with practical sound muffling devices and operated in a manner to cause the least noise consistent with efficient performance of the Work

C Cease operation of all machinery and vehicles between the hours of 700 pm and 700 am

12 Dust Control

A Dusty materials in piles or in transit shall be covered when necessary to prevent blowing dust

13 Pollution Control

A Prevent the pollution of drains and water courses by sanitary wastes concrete sediment debris and other substances resulting from construction activities

1 Retain all spent oils hydraulic fluids and other petroleum fluids in containers and dispose off-site

2 Prevent sediment debris or other substances from entering sanitary sewers storm drains culverts andor open ditches and waterways

End of Section

71

Section 01600 Liquidated Damages

11 Liquidated Damages

If the Contractor does not achieve Final Completion by the required date of any individual phase whether by neglect refusal or any other reason the date for Final Completion may be extended in writing by the Owner As provided elsewhere this provision does not apply for delays caused by the City The parties agree and stipulate that the Contractor shall pay liquidated damages to the City for each such day that final completion is late

The Contractor agrees that as part of the consideration for the Citys awarding of this Contract liquidated damages in the amount of $500 the first day and $100 for each day after is reasonable and necessary to pay for the actual damages resulting from such delay The parties agree that the real costs and injury to the City for such delay include hard to quantify items such as Additional engineering inspection and oversight by the City and its agents additional contract administration inability to apply the efforts of those employees to the other work of the City perceived inefficiency of the City citizens having to deal with the construction and the Work rather than having the benefit of a completed Work on time inconvenience to the public loss of reputation and community standing for the City during times when such things are very important and very difficult to maintain

The Contractor must complete the Work and achieve final completion included under the Bid Schedule in the number of consecutive calendar days after the City gives its written Notice to Proceed When the Contractor considers the entire Work ready for its intended use Contractor shall certify in writing that the Work is substantially complete In addition to the Work being substantially complete Final Completion date is the date by which the Contractor shall have fully completed all clean-up and all items that were identified by the City in the inspection for final completion Unless otherwise stated in the Special Conditions for purposes of this liquidated damages clause the Work shall not be finished and the Contract time shall continue to accrue until the City gives its written Final Acceptance

If the Contractor shall fail to pay said liquidated damages promptly upon demand thereof after having failed to achieve Final Completion on time the City shall first look to any retainage or other funds from which to pay said liquidated damages if retainage or other liquid funds are not available to pay said liquidated damages amounts the Surety on the Contractors Performance Bond and Payment Bond shall pay such liquidated damages In addition the City may withhold all or any part of such liquidated damages from any payment otherwise due the Contractor

Liquidated damages as provided do not include any sums to reimburse the City for extra costs which the City may become obligated to pay on other contracts which were delayed or extended because of the Contractors failure to complete the Work within the Contract Time Should the City incur additional costs because of delays or extensions to other contracts resulting from the Contractors failure of timely performance the

72

Contractor agrees to pay these costs that the City incurs because of the Contractors delay and these payments are separate from and in addition to any liquidated damages

The Contractor agrees that the City may use its own forces or hire other parties to obtain Substantial or Final Completion of the work if the time of completion has elapsed and the Contractor is not diligently pursuing completion In addition to the Liquidated Damages provided for the Contractor agrees to reimburse the City for all expenses thus incurred

End of Section

73

Section 01700 Contract Closeout

11 Substantial Completion

A Substantial Completion of the Waterfront Park Landscape and Irrigation Project shall be defined as the completion of all landscaping and irrigation and any other pertinent items as required for this project

B Substantial Completion dates or times are outlined in the Contract Documents

12 Final Completion

A Final Completion shall be defined as the completion of all Work including clean-up all punch list items completed and all processing of all change orders The Work must be ready for Final Payment and Acceptance

B Final Completion will be subject to the terms outlined in the Contract Documents

End of Section

74

Section 01711 Site Cleanup

11 General

A Execute cleanup during progress of the Work and at completion of the Work

12 Description

A Store volatile wastes in covered containers and dispose offsite

B Provide on-site covered containers for the collection of waste materials debris and rubbish

C Neatly store construction materials

D Broom clean exterior paved surfaces and rake other exterior surfaces

13 Disposal

A Wastes shall not be buried or burned on the site or disposed of into storm drains sanitary sewers streams ditches or waterways

B When approved by the City the Contractor my stockpile and store materials and equipment within the Park The contractor shall protect all materials and equipment stored in the Park during non-working hours

C All excess materials shall become property of the Contractor unless otherwise directed by the City

D Remove waste materials clearing materials demolition materials unsuitable excavated materials debris and rubbish for the site at least weekly and dispose of at disposal areas furnished by the Contractor away from the site

End of Section

75

SPECIFICATIONS

Irrigation contractor to provide controller and all materials heads amp piping for a fully functional irrigation system Manufacturer shall be Hunter (preferred) Rain Bird Netafim or The Toro Co Irrigation Division See notes in irrigation plan

Soil preparation Remove and replace or condition soil where the trees and shrubs are to be planted according to the landscape plan Tiger CR 90 granular elemental sulfur is recommended to treat the high pH levels Target soil pH levels should be between 65 and 7 Aerate soil Large mulch rings shall be placed around trees and shrubs Pine mulch is preferable

Plant and supply trees palms and shrubs in specific locations shown on the attached maps All trees palms and shrubs must be Florida Grade 1 quality or better according to the most recent version of the Florida Dept of Agriculture Grades and Standards and also meet the minimum standards on the quote form All plants shall be watered in until thoroughly established as part of the planting responsibilities Trees or Palms that die during the warranty period as determined by the City must be replaced at no cost under warranty The replacement treepalmshrub must also be watered until established

Each tree and palm shall have mulch applied over the planted area with a three-inch depth mulch meeting the standards listed below Mulch shall be Grade 1 non-cypress mulch Color shall match adjacent landscaped areas or determined by the Project Manager if not applicable Mulch shall consist of shredded wood chips be uniform in color be free of invasive plant seeds dirt twigs and debris such as plastic and rocks Mulch must not contain arsenic materials and must be pulled back two inches form each tree to prevent moisture build up All treespalms must be staked either with 2x 4 boards or Wellington tape of similar strapping material using industry standards Tape or strapping material covered with six inches of 1rdquo diameter PVC pipe at ground level to prevent weed eater damage during maintenance activities Bamboo and metal stakes along with green nursery tape shall be removed from trees unless authorized to remain by the Project Manager Trees should be able to stand upright without support stakes tied to the trunk Approximately six months after planting and upon requested by the City all staking material must be removed by the contractor as part of this bid

Locating underground utilities shall be the responsibility of the contractor prior to installing irrigation system or planting The contractor is responsible to call 811 for underground locate services and to coordinated with the City Representative to locate City underground infrastructure in the Park (not to include adjacent right-of-wayrsquos) A seven-day notice prior to digging will be required to allow time to determine these locations

76

SEMINOLE WATER PARK

SOIL REPORT

City of Seminole Florida

Deuel amp Associates Inc 565 S Hercules Ave Clearwater FL 33764

May 25 2021

1

SCHEDULE OF DRAWINGS

77

Table of Contents

Soil Report 3-5

Appendix

Soil Test Sample Reports

Sample 1 - pH - 80 - low potassium - CEC - 156- high compaction

Sample 2 - pH - 78 - low potassium and magnesium CEC - 101- high compaction

Sample 3 - pH - 67 - low potassium CEC-126- high compaction

Sample 4 - pH - 71- low potassium - CEC-127- high compaction

Sample 5 - pH - 78- low potassium and magnesium -CEC - 151- high compaction

Sample 6- pH -80 - low potassium and magnesium - CEC- 137- high compaction

Sample 7 - pH - 64 - low potassium -CEC- 87 (low) - high compaction

Sample 8- pH - 75 - low potassium -169- high compaction

Sample 9 - pH - 77 - low potassium -153- high compaction

Sample 10- pH - 74 - low potassium - 106- high compaction

Soil Remediation Plan

2

78

Mayberry Tree Consulting

City of Seminole Florida

Seminole Water Park

Soil Report

Overview

The following report is a summary of the soil testing I conducted at the Seminole Waterfront Park

site and includes recommendations for treatments to improve both soil and plant health Ten soil

tests were performed at locations annotated on the site plan attached to this report The soil at

these locations was tested for pH levels cation exchange capacity and nutrient levels Two areas

were tested to check soil texture In addition soil at the 10 locations were tested for compaction

The 10 soil samples and texture samples were collected and delivered to SiteOne Landscape

Supply and then sent to Spectrum Analytic Inc for analysis I performed the soil compaction test

using the agraTronix 08180 Soil Compaction Tester Table 1 below includes the results of the

soil and compaction tests Following this table are recommendations to improve the existing soil

to the extent that it will allow for the proposed landscape plants to be maintained in a healthy

growing condition

Soil Analysis Results

Table 1

Soil Texture sand 8500 silt 000 clay 1500 = loamy sand - high compaction

Sample 1- pH - 80 - low potassium - CEC - 156- high compaction

Sample 2- pH - 78- low potassium and magnesium CEC -101- high compaction

Sample 3 - pH - 67 - low potassium CEC-126 - high compaction

Sample 4-pH - 71- low potassium - CEC-127- high compaction

Sample 5- pH - 78- low potassium and magnesium -CEC - 151- high compaction

Sample 6- pH -80- low potassium and magnesium - CEC- 137- high compaction

Sample 7 - pH -64 - low potassium - CEC - 87 (low) - high compaction

Sample 8- pH - 75 - low potassium -169- high compaction

Sample 9- pH - 77 - low potassium -153- high compaction

Sample 10-pH - 74 - low potassium -106- high compaction

3

79

Soil Chemistry

The nutrients required for plants to grow and carry out their life cycle functions are absorbed as

a liquid solution in the soil These solid particles only become soluble in soil moisture at certain

pH levels When they are soluble nutrients can be absorbed by plant roots when they are in a

solid state they cannot be absorbed Nutrient deficiencies can lead to decline or death of a plant

Deficiencies can also prevent a newly installed plant from growing or surviving Nutrient

deficiencies can be caused be by a lack of nutrients in the soil or when the nutrients are present

in the soil but not in an available (soluble) form The soil pH scale ranges from 0-14 A soil pH of

7 is neutral A soil pH below 7 is acidic and a soil above 7 is alkaline If the soil pH is too low (acidic)

or too high (alkaline) certain nutrients may not be available Nutrients such as iron and

manganese become less available as the soil pH rises above neutral while phosphorus is

unavailable around 55 Most trees and shrub species prefer a soil pH between 60 - 65 The

Southern magnolia (Magnolia grandiflora) is an example of an acid loving plant however trees

such as the live oak (Quercus virginiana) are more pH tolerant and can grow in acidic or alkaline

soils preferable between 60 - 75

The soil pH scale is based on a logarithmic function A pH of 80 is ten times more alkaline than a

pH of 7 and a pH of 90 is a hundred times more alkaline than a pH of 80 and the same is true in

reverse for acidic soils Soils have a property called buffering capacity that resists changes in the

pH Consequently it takes time to raise or lower soil pH and due to the logarithmic function of

the pH scale the farther away a pH is from the target pH the longer it will take to get there

The landscape plan for the Seminole Water Park is an exceptional plan featuring a wide variety

of tree shrub and groundcover species To accommodate this spectrum of plants I recommend

a target pH of 65 - 70 As eight of the soil samples were alkaline with pH levels ranging from 71

to 80 the speed at which the target pH levels can be achieved will vary Five of the soil samples

have a pH of 75 or greater with extreme levels of calcium These areas will be difficult to bring

down to target levels and there is no way to accurately predict how long the process will take

These soils may take up to a year or more to bring down to the pH target range The soils with a

pH below 75 should respond sooner Typically lime is used to raise pH and sulfur is used to lower

pH Granular elemental sulfur is the safest and least expensive way to treat the high pH levels

and is the recommend treatment prescribed herein

The soil compaction issue also affects the soil pH and overall plant health and will have to be

treated in concert with the pH treatments Plants depend on the exchange of gases in and out of

soils Oxygen enters the large pore spaces and is used by roots during the respiration process

Carbon dioxide is a byproduct of respiration and must diffuse out of the soil or it becomes toxic

to plant roots It is critical to improve the soil structure as good structure increases microbial

activity Sulfur treatments are done in stages with periodic testing of the soil pH until the desired

level is achieved Soil aeration is essentially a one-time treatment The following section will

provide specifications for the soil treatment procedures

4

80

Recommended Treatments

NOTE 1 Although at this stage it may be impractical one option is to remove the existing fill

material and replace it with a high-quality soil

NOTE2 The areas with a soil pH of 75 or greater may resist altering the pH for an extended

period of time and may take a few years or more to reach target pH levels

NOTE 3 The existing soils at the subject property are not suitable for the tree shrub and

groundcover species proposed in the landscape plan for this site The most serious problem is

the high pH levels A secondary problem but a major concern are the compacted soils A minor

problem is nutrient deficiencies and extreme levels of calcium Some of the nutrient issues will

be corrected when the pH is corrected Some fertilization may be required later

NOTE 4 I recommend forestalling additional installations of landscape plants until the soil pH is

corrected

High Soil pH Treatment and Soil Aeration

Apply Tiger CR 90 granular elemental sulfur at the rate of 35 pounds per 1000 square feet evenly

over the soil surface in areas delineated on the attached site plan Cover the sulfur with one inch

of medium grain sand (grain size 0425-2 millimeter) Soil can be tilled if slightly damp but not

wet Add three inches ofthe free treated mulch provided at Pinellas Countys Landfill This mulch

is weed free and heat-treated to kill pathogens Before tilling call for a utility locate Till the sulfur

sand and mulch into the soil with a rototiller device to a depth of 6- 8 When tilling is complete

water the entire area

After a period of three months check the soil pH and compaction levels If the soil pH is above 7

repeat the sulfur treatment and check the pH in three months Continue the three-month

treatment until the target soil pH levels of 65 - 7 is achieved This may occur soon in some areas

Once the pH levels are achieved cease the sulfur treatments Check the pH levels once a year and

treat with sulfur if the pH rises above 7 Maintain large mulch rings and replenish mulch as

needed Pine straw in an excellent mulch and an acidifier Organic mulches in general will help

acidify the soil and prevent the need for future sulfur treatments In addition the organic

component will help maintain good soil structure

In summary the dredged materials used as a fill have high pH levels and are extremely

compacted The existing soils cannot support plant growth and establishment By following the

prescribed treatments the new soil will support the proposed plants in a healthy growing

condition Roots will readily colonize the new soil Once established the soil will continually

improve on its own if nutrient cycling is practiced (mulch) and adequate soil moisture is

maintained Please contact me via email at amayberrytampabayrrcom or by phone at (727)

735-8953 if you have any questions regarding this report

s

81

Appendix

6

82

REPORT TO 110 0 5 TURF AND ORNAMENT AL SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT cEppoundchum cl-nafJtic

1087 Jamison Road NW 6781 118TH AVE N SUBMITTED BYFOR C ITY OF SEMINOLE Washlngon Court House OH 43160-8748

LARGO FL 33773 3310 04192021 wwwspectrumanalyticcom

RESULTS OF ANALYSIS CALCULATED VALUES Line Number RESULTS OF ANALYSIS Soil Buffer Pounds per Acre Available Nutrient Base Saturation Pounds per Acre Available Nutrient Soluble pH pH CEC LAB NO p K Ca Mg K Ca Salts OM Mg H Na Fe Mn Zn Cu Na mmhoscm 1 H07091 8 0 108 76 8026 152 15 6 0 5 96 4

2

3

4 5

6

7

8

9

10

11 AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

b SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Num er I I MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 1 ZOYSIAGRASS LAWN MED 0 1 50- 2 so s 000 300 7 50 2

3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

1nalyzed by Spectrum Analytic Inc For help understanding your tests go to https spectrumanalyticcomhelp 8

83

TURF AND ORNAMENTAL REPORTTO 11005 SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT ~pecbium cff nafJtic

1087 Jamison Road NW SUBMITTED BYFOR CIT Y OF SEMI NOLE 6781 118TH AVE N Washingon Court House OH 43160-87UI LARGO F L 33773 3310

04 192021 www spectrumanalyticcom

RESULTS OF ANALYSIS CALCULATED VALUES Line Number RESULTS OF ANALYSIS Soil Buffer Pounds per Acre Available Nutrient Base Saturation Pounds per Acre Available Nutrient Soluble

1

LAB NO

H07092

pH

78

pH p

60 K

46 Ca

5150 Mg

100

CEC

10 l K

05 Ca

96

Mg

4 H Na Fe Mn Zn Cu Na

Salts mmhoscm

OM

2

3 4

5

6

7

8

9 10

11 AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Number MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 2 ZOYSIAGRASS LAWN MED 0 150 - 250 s 075 5 00 4 50 2

3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

~nalyzed b y Spectrum Anal ytic Inc For help understanding your test s go to https spectrumanal yticcomhelp 8

84

TURF AND ORNAMENTAL REPORT TO 11005 ~fuctlum cl-nafytfo SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT

1087 Jamison Road NW SUBMITTED BYFOR CITY OF SEMINOLE 6781 118TH AVE N Washingon Court House OH 43160-8748 3310 LARGO FL 33773 0419202 1 wwwspectrumanalyticcom

RESULTS OF ANALYSIS CALCULATED VALUES RESULTS OF ANALYSIS Line Number Soil Buffer Pounds per Acre Available Nutrient Base Saturation Pounds per Acre Available Nutrient Soluble

LAB NO pH pH p K Ca Mg CEC

K Ca Mg H Na Fe Mn Zn Cu Na Salts

mmhoscm OM

1 H07093 67 7 3 78 74 5100 194 12 6 06 76 6 2 3

4 5

6

7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number I SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 3 ZOYSIAGRASS LAWN MED 0 150-2 50 s 025 300 4 00 2

3

4

5

6 7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analytic Inc For he lp unders tanding your t ests go to https spectrumanalytic comhelp 8

85

TURF ANO ORNAMENTAL REPOR 10middot 11005 SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT ~ptct~um cff-naLytc

1087 Jamison Road NW 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE Washlngon Court House OH 43160-8748

LARGO FL 33773 3310 04192021 wwwspectrumanalyticcom

Line Number

LAB NO 1 H07094

Soil pH

71

RESBuffer

pH

ULTS OF ANALYSIS Pounds per Acre Avail able Nutrient p K Ca Mg

12 4 74 5818 158

CALCULATED VALUES Base Saturation CEC

K Ca Mg H

12 7 06 86 5 Na

RESULTS OF ANALYSIS Pounds per Acre Available Nutrient Soluble

Salls Fe Mn Zn Cu Na mmhoscm OM

2

3

4

5

Is 7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

b SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Num er I I MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 4 ZOYSIAGRASS LAWN MED 0 150- 250 s 000 300 5 00 2 3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analytic Inc For help understanding your tests go to httpsspectrumanalytic comhelp 8

86

TURF AND ORNAMENTAL SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT ~fuctrium df-nafytic REPORTTO ll005

6781 118TH AVE N SUBMITTED BYFOR C ITY OF SEMINOLE 1087 Jamison Road NW WashngonCourtHous OH 43160-8748 LARGO FL 33773 3310

04192021 www1pectrumanalyticcom

RESULTS OF ANALYSIS CALCULATED VALUES Line Number RESULTS OF ANALYSIS Soil Buffer Pounds per Acre Available Nutrient Base Saturation Pounds per Acre Available Nutrient Soluble pH pH CEC LAB NO p K Ca Mg Salts OM K Ca Mg H Na Fe Mn Zn Cu Na mmhosem 1 H07095 7 8 108 52 7790 128 151 0 4 97

3

2 3

4

5 6

7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RES UL TS

SURPLUS

HIGH

ADEQUATE

LOW

SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Number I I

MAINT SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn

1 5 ZOYSIAGRASS LAWN MEO 0 150-250 s 0 00 500 7 50 2

3

4

5

6 7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analy Ll~ Inc for help understanding your tests go t o ht tpsspectrumanalytic comhe l p 87

REPORT TO 11005 TURF AND ORNAMENT AL SITEONE L~NDSCAPE SOIL TEST AND RECOMMENDATION REPORT ~fa-Echum dlnafJtfo 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE 1087 Jamison Road NW

Washlngon Court Housr OH 43160-8748 LARGO EL 33773 3310 04192021 wwwspectromanalyticcom

Line Number RESULTS OF ANALYSIS CALCULATED VALUES RESULTS OF ANALYSIS

Soil Buffer Pounds per Acre AvailabpH pH

le Nutrient CEC

Base Saturation Pounds per Acre Available Nutrient Soluble LAB NO p K Ca Mg K Salts 0M Ca Mg H Na Fe Mn Zn Cu Na mmhoscm 1 H07096 8 0 96 46 7004 134 13 7 0 4 96 4

2

3

4 5

6

7

a 9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 6 ZOYSIAGRASS LAWN MED 0 150-2 50 s 0 00 5 00 6 50 2 3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analytic Inc Eor help understanding your tes ts go t o httpsspectrumanalyticcomhelp 88

REPORT TO 11005 TURF AND ORNAMENTAL SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT cpoundp-Ectgtium cl-nafytic 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE 1087 Jamison Road NW

Washingon Court House OH 43160-8148 LARGO FL 33773 3310 04192021 wwwsplaquotumanolytccom

RESULTS OF ANALYSIS CALCULATED VALUES Line Number RESULTS OF ANALYSIS Soil Buffer Pounds per Acre Available Nutrient pH pH p CEC

Base Saturation Pounds per Acre Available Nutrient Soluble LAB NO K Ca Mg K Salts OM Ca Mg H Na Fe Mn Zn Cu Na mmhoscm 1 H07097 6 4 72 112 62 4290 162 8 7 08 92 7 2

3

4 5

6

7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT

MAINT SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 7 ZOYSIAGRASS LAWN MED 0 150- 250 s 0 00 5 00 250

2

3

4

5

6

7

8

9

10 11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analytic Inc For help understanding your tests go to htt pss pectrumanalyticcomhelp 89

TURF ANO ORNfMEt ~l REPORT iO 11005 SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT poundpeclium oJnJyffo 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE 1087 Jamison Road NW LARGO FL 33773 3310 Wohlngon Court Houe OH 43160-8748

04192021 WWWJpectrumonolytlccom

Line Number RESULTS OF ANALYSIS CALCULATED VALUES Soil Buffer Pounds per Acre Available Nutrient RESULTS OF ANALYSIS pH Base Saturation LAB NO pH p K Ca Mg

CEC Pounds per Acre Available Nutrient Soluble 1 K Ca Mg H Na Fe Mn Zn Salls OM H07098 7 5 60 4 76 Cu Na mmhoscm 2

9666 504 169 05 89 11

3

4

5

6

7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number I SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT MAINT SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq 1 8 P205 K20 Mg Fe Mn Zn ZOYSIAGRASS LAWN MED 0 2 1 50-2 50 s 000 3 00

3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE R ESULTS

nalyzed by Spectrum Analytic Inc For help understanding your tests go to https spectrumanalytic comhelp 90

TURF AND ORNAMENTAL REPORT TO 1 1005 c3fa-Ecbum c1-naytic SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT

1087 Jamison Road NW SUBMITTED BYFOR CITY OF SEMINOLE 6781 118TH AVE N Washngon Court House OH 43160-8748 LARGO FL 33773 3310

04192021 wwwspectrumanalyticcom

RESLine Number

ULTS OF ANALYSIS CALCULATED VALUES RESULTS OF ANALYSIS

1 LAB NO

H07099

Soil pH

77

Buffer pH

Pounds per Acre Available Nutrient p K Ca Mg

210 116 7680 206

CEC

153

K

0 8

Base Saturation Ca Mg H

94 5

Na Pounds per Acre Available Nutrient

Fe Mn Zn Cu Na

Soluble Salls

mmhoslcm OM

2

3

4

5 6

7

8

9

10

11 AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Number ) MAJNT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 9 ZOYSIAGRASS LAWN MED 0 150-2 50 s 000 3 00 600 2

3

4

5

6

7

8

9

10 11 RECOMMENDATIONS FOR AVERAGE RESULTS

1nalyzed by Spectrum Analytic Inc For help unders tanding your tests go to httpsspectrumanalyti ccomhelp 9

91

REPOR1 TOmiddot l l()()) TURf ~NO ORt~~t~l SITEONE L~NDSCAPE tD SOl iEST AND RECOMMENDATION REPORT Sipecum JnJyf ic 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE 1081 Jamison Road NW LARGO FL 33773 3 310 Washngon Court House OH 43160-8748

04192021 wwwspecttUmQnolytiGcom Line Number

Soil RESULTS OF ANALYSIS CALCULATED VALUES Buffer Pounds per Acre Available Nutrient RES UL TS OF ANALYSIS

pH Base Saturation LAB NO pH p K Ca Mg CEC

K Pounds per Acre Available Nutrient Soluble

1 Ca Mg H Na Fe Mn Salts 0M H07100 7 4 164 76 4914 344 10 6 0 8 87 12 Zn Cu Na nvnhoscm I

2 3

4

5

6

7

8 9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT

MAINT SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq 1 10 ZOYSIAGRASS LAWN MED P205 K20 Mg Fe Mn Zn

2 0 150-2 50 s 0 0 0 3 00 3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS ~nalyzed by Spectrum Analytic Inc For help understanding your tests go to https spectrumanalytic comhe l p 92

f I

l

I J

I I 1 I I

DESIGN LC

L O N G

ii t---+--+----------+----1DRAW ~

II I ffpoundVf DAlE REVISION BY apoundaltED APC

~ I

I

I

lia TARY IIAHHOIE -~

MW 085

r I I

SKKJVOpoundC IYA7KRFROJV7 PARK SOpound RKKK1JA70JV PMJV

SEMINOLE PINELLAS COUNTY FLORIDA

~

~ I I

~ I 1 I s

0 c

z 0 90 80 ampbull- I SCALll 1 bull 90

MlRK ORDER ND 2016-32

DAlE May 24 2021

SCALE 1 bull - JO

LEROY 0-IIN FL RLA 00012011 SHEET ND L2 DF LJ

X X X X X X X X X X X

X

X

X

X

X

X

X

X

X

X X

PICNICAREA

X X X X X X X X X X X X X X X X X X X X X X X

X

W W W W W W W W W

W W W

W

W

W

W

W

W

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107 93

371 sf 371 sf

3130 sf 371 sf

371 sf 371 sf 371 sf 371 sf 371 sf 371 sf 371 sf 371 sf

153 sf 153 sf

371 sf

371 sf

1447 sf

2728 sf

SOIL SAMPLE NO 7 pH 64

Recommend Aerate Soil

5930 sf

371 sf 371 sf

371 sf 371 sf 371 sf

371 sf 371 sf

SOIL SAMPLE NO 8 pH 75

Recommend Add Sulfur and Aerate Soil

371 sf

153 sf

153 sf

153 sf

371 sf

371 sf

371 sf

SOIL SAMPLE NO 9 pH 77

Recommend Add Sulfur and Aerate Soil

153 sf

153 sf 371 sf

1050 sf

153 sf

371 sf

153 sf 153 sf 153 sf 153 sf 153 sf 153 sf

371 sf 153 sf 371 sf

3541 sf

1368 sf

371 sf

371 sf 371 sf

SOIL SAMPLE NO 1 pH 80

Recommend Add Sulfur and Aerate Soil

371 sf 371 sf

4995 sf

371 sf 110 sf 48 sf

347 sf

403 sf

SOIL SAMPLE NO 6 pH 80

Recommend Add Sulfur and Aerate Soil

2725 sf

673 sf

371 sf

SOIL SAMPLE NO 5 pH 78

Recommend Add Sulfur and Aerate Soil

371 sf

371 sf 371 sf

371 sf

371 sf

371 sf

153 sf

153 sf 153 sf

153 sf

371 sf

371 sf

371 sf

371 sf

371 sf

50 sf 50 sf 153 sf 50 sf

153 sf 153 sf

153 sf 153 sf

153 sf 153 sf

50 sf 50 sf

50 sf

371 sf

371 sf

4125 sf

SOIL SAMPLE NO 2 pH 78

Recommend Add Sulfur and Aerate Soil

371 sf 371 sf 153 sf

371 sf

2850 sf

378 sf 272 sf

918 sf 660 sf

371 sf

SOIL SAMPLE NO 4 pH 71

Recommend Add Sulfur and Aerate Soil

371 sf

371 sf

371 sf

371 sf

SOIL SAMPLE NO 3 pH 67

Recommend Aerate Soil

371 sf

4030 sf

371 sf 371 sf

153 sf 153 sf

371 sf

50 sf

50 sf 153 sf 153 sf

50 sf

371 sf

371 sf

371 sf

50 sf

371 sf

1450 sf 1795 sf

371 sf 371 sf 50 sf

50 sf 371 sf

50 sf

371 sf

50 sf

1760 sf

TOTAL SQ FT SOIL REMEDIATION

2890 sf

371x 68 = 25228 sf +153x31 = 4743 sf

+50x14 = 700 sf +110+4995+673+3130

+1447+2728+5930+1050 +3541+1368+347+2725

+403+2808+37+272+918 +660+1450+2890+1795

+1760+4030+4125+48 = 80251 sq ft

SOIL SAMPLE NO 10 pH 74

Recommend Add Sulfur and Aerate Soil

AutoCAD SHX Text
PED
AutoCAD SHX Text
SPEED LIMIT
AutoCAD SHX Text
W
AutoCAD SHX Text
W
AutoCAD SHX Text
TSP
AutoCAD SHX Text
SPEED LIMIT
AutoCAD SHX Text
NO TRESPASSING
AutoCAD SHX Text
W
AutoCAD SHX Text
NO TRESPASSING
AutoCAD SHX Text
NO TRESPASSING
AutoCAD SHX Text
45MP
AutoCAD SHX Text
45MP
AutoCAD SHX Text
MH
AutoCAD SHX Text
STOP
AutoCAD SHX Text
MH
AutoCAD SHX Text
P A R K B O U L E V A R D
AutoCAD SHX Text
L O N G B A Y O U
AutoCAD SHX Text
2 CC
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
MH
AutoCAD SHX Text
MH
AutoCAD SHX Text
SANITARY MANHOLE RIM=635
AutoCAD SHX Text
S
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
e
AutoCAD SHX Text
EHH
AutoCAD SHX Text
g
AutoCAD SHX Text
g
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
t
AutoCAD SHX Text
w
AutoCAD SHX Text
W
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
S
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
May 24 2021
AutoCAD SHX Text
1 = 30
AutoCAD SHX Text
L2
AutoCAD SHX Text
L3
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
SOIL REMEDIATION PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
LC
AutoCAD SHX Text
LC
AutoCAD SHX Text
APC
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
30
AutoCAD SHX Text
60
AutoCAD SHX Text
30
AutoCAD SHX Text
N
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206

94

BB

~ ~ 0 N I

m I v

bull C

bull ~ i ~ C ~

j l

~ ~ C e ~ bull I ~ middot~ ~ 0

E ~

~ r

a N

t

I i---

10middot ------------

ios---- - 2os-----

I I I I I I

I I I

I

rmiddot I

--- amiddotbull

-f------ bull------- 0 ----- 0

middotmiddot_middoti----

L 0 N G

DESIGN BAB

t----t------t---------------------+----IDRAWNbull CMM

REV DATE REVISION BY CHECKEDbull APC

6 Pl~ -- ~PINE

I

bull

I I

s

I

B A Y O U

I I

I

I

I I

I

I

I I

I

~

r

bull

----

-- -- --

I I

0

I

I

I

----

f

711N0 - - - -

I 0

0

TT

I I I

z OHE --

o 30 eo bullbullbull I re -----~1

SCALE 1 = 30

SPREAD

1 ALL 1IOOD SHALL IE fRIJCE OR PINE-NOT PRESSURE lREATED 2 ~ TIES SHAU NOT CROSS OVER WIXlDT ROOTS 3 REMOIE AU STRING ampIm llllRE IAAPPED ARCtltm lRlfrlK 4 =AlLAU S1RoPS RltFES aiE a(lR STRINGS USED TO LIFT TIpound

5 REMOIE AU BURLAP ~ llllRE FROM lHE TOP Of 11pound ROOT 81L ti TOP a= R001BAU TO EjE SET LEoEL SIH SURROUNDING FINISH GR-DE

21lt2Xc STMCE - ---

rle2X4 - -- awss

IEOff

ULCH ~ DEPlM

TILLED AND LOOSENED NATIpound SOL BACKFLL

FERTUZER TABLEIS All FECFlED PLACE UNFtRIIL Y AROUND ROOT MASS BEnlEEN MIDDLE ANO BOTTOM IF ROOT IIASS

2-2X4bull STAKE W1ClNG TAPER MN 111 INlO UNDISTURBED SOIL I

I I I I I I

HEIGHT ___ MULCH 3bull FROM STEMS

TREE PLANTING DETAIL

I I

0

0 TABLETS AS

CE UNIFOOMLY ND ROOT MASS

b(fo ~ M=

3 TO 5 TIMES WIDlH Of ROOlBAlL

PREPARED PLANTING SOIL

EXISTING UNDISTURBEO SOIL

NTS

I I

SHRUB amp GROUNDCOVER PLANTING DETAIL

bull~-middot-bull middot middotmiddot bulleoN~m middot SIDiWAUlt middotbullbull 0 - bull middot

I=~-

I I I

ltmiddot l ~-~ ~-~ laquopD I I

ii I I

ii ii

I I I

GENFRAI NOTES 1 CONTACT PUBLIC WORKS FOR LOCATING ALL UNDERGROUND UTILITIES PRIOR TO ANY EXCAVATION OF THE SITE RODNEY E

DUE 729-367-6383 EXT 249 amp 811 ALL PLANT MATERIAL SHALL BE FL GRADE 1 OWNER SHALL INSPECT TREES PRIOR TO OFF LOADING FROM TRUCK ALL REJECTED TREES SHAUL BE REMOVED FROM SITE amp NEW PLANTS SHAUL BE PROVIDED BY LANDSCAPE CONTRACTOR

2 ALL REMAINING AREAS WITH NO SHRUBS OR GROUNDCOVER PLANTING SHALL BE SODDED WITH BAHIA GRASS - NO EXCEPTIONS

3 ALL TREES PALMS SHAUL HAVE A MINIMUM 3 DIAMETER TREE RING AT BASE AND MULCHED UNLESS PLANTED WITH GROUNDCOVER PLANTINGS

4 PLANT QUANIDIES ARE PROVIDED AS A GUIDE AND CONVENIENCE CONTRACTOR SHAUL BE RESPONSIBLE TO VERIFY QUANTITIES AND PROVIDE PLANS IN LOCATIONS AS SHOWN ON LANDSCAPE PLANS AND ADJUSTMENT TO HIS PRICING NO EXCEPTIONS

5 ALL MULCHED BEDS SHAUL BE A MINIMUMMAXIMUM OF 3 THICK AFTER COMPACTION ALL MULCHING SHALL BE WITH PINE STRAW

6 ALL PLANTINGS SHALL BE WATERED AS SOON AS THEY ARE PLANTED - NO EXCEPTIONS

7 ALL STAKING OF TREES SHAUL BE COMPLETED WITHIN 24 HOURS AFTER PLANTING - NO EXCEPTIONS

8 SITE SHALL BE POLICED AND TIDED UP AT END OF WORK DAY NO PLANT POTS OR WRAPPINGS OR ANY OTHER PLANTING DERBIES SHALL BE LEFT ON SITE AT END OF DAY OR IN A TRASH COLLECTION CONTAINER ON SITE

QTY

24 14 7 25 16 17

30 7 7

5 10

11 12

15 10 2 2 15 24 18 11 1 17 15

20

I

KEY

GS CLO so MG RM RP

BC RE SRC

FP MP

CP FTP

WW WBB CMN CMM JT SB TL TO BBB WB

BB

NTS

PLANT SPACING DETAIL

(NO-OFFSET) NTS

TILLED MCI LOOSENED NAllIE 1101 MCKFILL

BOTANICAL NAME

CANOPY TREES

Cossio fisulo Quercus virginiano cathedral Qurecus shumardii Magnolia grandiflora Acer rubrum Delonio regio Toxodium distichum Eucalyptus deglupto Juniper siliclo

PALMS Wodyetia bifurata Phoenix dactylifera

Adonidio merrillii Caryoto witis

UNDERSTORY TREES Salix bobylonio Collstemon viminalis Logerstroemia indico Natchez bull

Lagerstroemio indica Muskogee Jatropho interirmo Conocorpus erectus Ligustrum lucidum tree) Osmanthus fragrans Butter Yellow

Bambusa ventricoso Pleioblastus simonii

Bombusa chungii Fer esio Juzhoi ou

SpoundVJVOLpound fl7ATpoundRFROJVT PARK TRpoundpound L4JVlJSCAPpound PLAJVTJVC PL4JV SEMINOLE PINELLAS COUNTY FLORIDA

BACK Of CURB BED LINE

IIEUOYE IIILJIIraquo MCI -I 11E MATElllshyFACIM mtE TOP 1J OF II001Blil

----=-4~ lttr~~N ~------ (3) 211411JS WOODEN STAKES

PALM PLANTING DETAIL NTS

COMMON NAME

Golden ShowerGolden Cathedral Live Oak Shumard Oak Magnolia Red Maple Royal Poinciana Bald Cypress Rainbow Eucalyptus

Southern Red Cedar

Foxtail Palm Medjool Palm Christmas Palm Fish Tail Palm

Weeping Willow Weeping Bottlebrush Crape Myrtle Natchez Crape Myrtle Muskogee Jatropa Tree Silver Buttonwood

Chai

Tree Lugustrum Tree Tee Olive Butter Yellow Buddha Belly Bamboo White Simon Bamboo Tropical Blue Bamboo Red Clum in Bamboo

SIZE

Min 12-15 Ht 3bull Caliper FL1 Min 12-15 Ht 3 Caliper FL1

Min 12-15 Ht 3 Caliper FLf Min 12-15 Ht 3bull Caliper - FL 1 Min 12-15 Ht 3bull Caliper - FL1 Min 12-15 Ht 3 Caliper - FL1

Min 12-15 Ht 3 Caliper - FLf 1 Min 12-15 Ht 3bull Caliper FL 1

Min 10-12 Ht 3 Coliper FL1

Min 15 Clear Trunk NO BLEMISHES Min 15 Clear Trunk NO BLEMISHES Min 6 Clear Trunk NO BLEMISHES Min 6 OVERAUL Ht 15 Gal Cont

Min B-10 Ht 2 Caliper FL1 Min B-10 Ht 2 Caliper FL1 Min 8-10 Ht 2 Caliper Std FL1 Min B-10 Ht 2 Caliper Std FL11 Min 6 Overall Ht amp Single Trunk Min 6 Ht and 2 Caliper Min 6x6 HtampSpr Multi-Stem 2bullcal Min 6 Ht and 2 Caliper

Min 36 Ht 5 Gal Container 14-24 ht 3 gal container (min)

14-24 ht 3 gal container (min) 14-24 ht 3 al container min

LEROY CHIN FL RLA 0001206

PROPOSED LANDSCAPE LEGEND

0 0 e EB 0

i

0

reg

reg $ ~

0

CATHEDRAL LIVE OAK (CLO)

GOLDEN SHOWER (GS)

SOUTHERN MAGNOLIA (GM)

( ii

RED MAPLE (RM)

ROYAL POINCIANA (RP)

FOXTAIL PALM (FP)

MEDJOOL PALM (MP)

MANILACHRISTMAS PALM (CP)

SOUTHERN RED CEDAR (SRC)

BUTTERFLY BUSH

WEEPING WIULOW (WW)

WEEPING BOffiEBRUSH (WBB)

CRAPE MYRTLE Natchez (CMN)

CRAPE MYRTLE Muskogee (CMM)

RAINBOW EUCALYPTUS (RE)

BALD CYPRESS (BC)

JATROPHA TREE (JT)

GREEN BUTTONWOOD

SILVER BUTTONWOOD (SB)

SHUMARD OAK (SO)

TEA OLIVE (TO)

BUTTERFLY BUSH (BB)

TREE LIGUSTRUM (TL)

BUDDHA BEULY BAMBOO (BBB)

FISH TAIL PALM (FTP)

WHITE CLUMPING BAMBOO

BLUE CLUMPING BAMBOO

RED CLUMPING BAMBOO

REMARKS DROUGHT NATNE

Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader

Accent Tree

Palm FL11 Palm FL1

Palm FL 1 Polm FL1

Accent Tree Accent Tree Accent Tree Accent Tree Accent Tree Accent Tree

Accent Tree Accent Tree Accent Plant Accent plant 48

Accent plant 48 Accent lent 48

spacing spacing

TOLERANCE

High High Medium Medium High High High High High

High High High Medium

Low Low Medium Medium Medium High High High Medium High High Hi h

No Yes Yes Yes Yes No

Yes No Yes

Yes No No

No

Yes No Yes Yes No No No No No Yes Yes Yes

WORK ORDER NO 2016-32

DATE DECEMBER 7 2020

SCALE 1 - 30

SHEET NO 4 OF 8

X X X X X

SITE

LINE

FRO

M PI

RATE

SHI

P

X X WETLAND

X

SITE

LINE

FRO

M PI

RATE

SHI

P

X X X

WETLAND

WETLAND

X X X X X X X X

TO

X X X X

PICNICAREA

X X X

X X

X X

X X

X

X X

X

X X

(7) BB (9) RB (8) BB (11) RB

(4) CLO (1) CMM (1) CMN (1) CMM Remove Existing (9) WB Palm Clusters (7) GS

(4 ) WBB

(3) JT (1) CLO (8) WB (4) TO (4) RE

(3) MG

(1) CMN (5) SO (1) CLO (2) RE (5) GS (8)FTP (3) CLO (1) JT (2) RP

(3) SB (1) SB

(7) SRC

(2) JT (2) CLO

(1) Budda Belly Bamboo

(5) CP (7) FTP

(1) SB

(1) RP (6) RP

X X X X X X X X

(5) SB (5) SO (1) CLO

(7) BC

(1) CMN

(5) WW

W W W W W W W W W

W W

W

W

W

W

W

W W

(9) TL 6 X 6

(3) MG (5) RP

(8) BC

(1) CLO (1) MG

(2) MG

(1) MG

(2) MG (5) FP

(5) MP (5) MP

(4) SB

(2) MG (3) SB (7) TO

(1) CLO

(6) CP

(9) TL 6 X 6 (1) MG

(3) MG

(1) MG

(4) RM (1) MG

(1) RM

(8) GS (2) MG

(4) MG

(3) SB

(1) WW

(9) JT

(5) GS

(8) RM POND AERATOR Remove Existing

(ARTWORK) Palm Clusters (1) CLO

TO TO

TO

TO

TO TO

TO TO

TO TO

TO

(1) WW (1) SB (2) RM

(5) BC (2) RM (3) SB (3) RP

(6 ) WBB (1) WW

(10) BC (1) WW

(6) WW

TREE PLANT LIST

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

AutoCAD SHX Text
10
AutoCAD SHX Text
10
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
10
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
14
AutoCAD SHX Text
14
AutoCAD SHX Text
AP CLUSTER
AutoCAD SHX Text
7AP
AutoCAD SHX Text
7AP
AutoCAD SHX Text
4AP
AutoCAD SHX Text
5AP
AutoCAD SHX Text
5AP
AutoCAD SHX Text
12AP
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
8PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
6PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
5PINE
AutoCAD SHX Text
6PINE
AutoCAD SHX Text
P A R K B O U L E V A R D
AutoCAD SHX Text
L O N G B A Y O U
AutoCAD SHX Text
2 CC
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
60
AutoCAD SHX Text
50
AutoCAD SHX Text
50
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
50
AutoCAD SHX Text
45
AutoCAD SHX Text
70
AutoCAD SHX Text
41
AutoCAD SHX Text
41
AutoCAD SHX Text
45
AutoCAD SHX Text
60
AutoCAD SHX Text
50
AutoCAD SHX Text
45
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
70
AutoCAD SHX Text
70
AutoCAD SHX Text
45
AutoCAD SHX Text
50
AutoCAD SHX Text
50
AutoCAD SHX Text
7
AutoCAD SHX Text
17
AutoCAD SHX Text
27
AutoCAD SHX Text
40
AutoCAD SHX Text
7
AutoCAD SHX Text
-3
AutoCAD SHX Text
-23
AutoCAD SHX Text
-33
AutoCAD SHX Text
-13
AutoCAD SHX Text
27
AutoCAD SHX Text
17
AutoCAD SHX Text
7
AutoCAD SHX Text
40
AutoCAD SHX Text
40
AutoCAD SHX Text
27
AutoCAD SHX Text
17
AutoCAD SHX Text
7
AutoCAD SHX Text
-3
AutoCAD SHX Text
-13
AutoCAD SHX Text
-23
AutoCAD SHX Text
-33
AutoCAD SHX Text
S
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
e
AutoCAD SHX Text
EHH
AutoCAD SHX Text
g
AutoCAD SHX Text
g
AutoCAD SHX Text
S
AutoCAD SHX Text
t
AutoCAD SHX Text
w
AutoCAD SHX Text
W
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
S
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
DECEMBER 7 2020
AutoCAD SHX Text
1 = 30
AutoCAD SHX Text
4
AutoCAD SHX Text
8
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
TREE LANDSCAPE PLANTING PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
BAB
AutoCAD SHX Text
CMM
AutoCAD SHX Text
APC
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
30
AutoCAD SHX Text
60
AutoCAD SHX Text
30
AutoCAD SHX Text
N
AutoCAD SHX Text
PREPARED PLANTING SOIL
AutoCAD SHX Text
EXISTING UNDISTURBED SOIL
AutoCAD SHX Text
3 MULCH LAYER
AutoCAD SHX Text
MULCH 3 FROM STEMS
AutoCAD SHX Text
SPREAD
AutoCAD SHX Text
3 TO 5 TIMES WIDTH
AutoCAD SHX Text
OF ROOTBALL
AutoCAD SHX Text
HEIGHT
AutoCAD SHX Text
FERTILIZER TABLETS AS SPECIFIED PLACE UNIFORMLY AROUND ROOT MASS BETWEEN MIDDLE AND BOTTOM OF ROOT MASS
AutoCAD SHX Text
SHRUB amp GROUNDCOVER PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
MULCH 3 FROM TRUNK
AutoCAD SHX Text
OF THE ROOTBALL
AutoCAD SHX Text
3 TO 5 TIMES THE WIDTH
AutoCAD SHX Text
SPREAD
AutoCAD SHX Text
HEIGHT
AutoCAD SHX Text
MULCH 3 DEPTH
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
UNDISTURBED SOIL
AutoCAD SHX Text
2X2X4 STAKE
AutoCAD SHX Text
18MIN
AutoCAD SHX Text
2X2X4 CROSS MEMBER
AutoCAD SHX Text
2X2X4 STAKE
AutoCAD SHX Text
TILLED AND LOOSENED
AutoCAD SHX Text
NATIVE SOIL BACKFILL
AutoCAD SHX Text
NOTES 1 ALL WOOD SHALL BE SPRUCE OR PINE-NOT PRESSURE TREATED ALL WOOD SHALL BE SPRUCE OR PINE-NOT PRESSURE TREATED 2 CROSS TIES SHALL NOT CROSS OVER WOODY ROOTS CROSS TIES SHALL NOT CROSS OVER WOODY ROOTS 3 REMOVE ALL STRING ampOR WIRE WRAPPED AROUND TRUNK REMOVE ALL STRING ampOR WIRE WRAPPED AROUND TRUNK 4 REMOVE ALL STRAPS ROPES WIRE ampOR STRINGS USED TO LIFT THE REMOVE ALL STRAPS ROPES WIRE ampOR STRINGS USED TO LIFT THE ROOTBALL 5 REMOVE ALL BURLAP ampOR WIRE FROM THE TOP OF THE ROOT BALL REMOVE ALL BURLAP ampOR WIRE FROM THE TOP OF THE ROOT BALL 6 TOP OF ROOTBALL TO BE SET LEVEL WITH SURROUNDING FINISH GRADETOP OF ROOTBALL TO BE SET LEVEL WITH SURROUNDING FINISH GRADE
AutoCAD SHX Text
TILLED AND LOOSENED NATIVE SOIL BACKFILL
AutoCAD SHX Text
FERTILIZER TABLETS AS SPECIFIED PLACE UNIFORMLY AROUND ROOT MASS BETWEEN MIDDLE AND BOTTOM OF ROOT MASS
AutoCAD SHX Text
2-2X4 STAKE WLONG TAPER MIN 18 INTO UNDISTURBED SOIL
AutoCAD SHX Text
TREE PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
2X2X4 CROSS MEMBER
AutoCAD SHX Text
2-25 DRYWALL SCREWS
AutoCAD SHX Text
WATER RING (6 WIDTH amp HEIGHT) PROVIDING A WATER COLLECTION BASIN
AutoCAD SHX Text
PROPOSED LANDSCAPE LEGEND CATHEDRAL LIVE OAK (CLO) GOLDEN SHOWER (GS) SOUTHERN MAGNOLIA (GM) SYCAMORE (PO) RED MAPLE (RM) ROYAL POINCIANA (RP) FOXTAIL PALM (FP) MEDJOOL PALM (MP) MANILACHRISTMAS PALM (CP) SOUTHERN RED CEDAR (SRC) BUTTERFLY BUSH WEEPING WILLOW (WW) WEEPING BOTTLEBRUSH (WBB) CRAPE MYRTLE Natchez (CMN) CRAPE MYRTLE Muskogee (CMM) RAINBOW EUCALYPTUS (RE) BALD CYPRESS (BC) JATROPHA TREE (JT) GREEN BUTTONWOOD SILVER BUTTONWOOD (SB) SHUMARD OAK (SO) TEA OLIVE (TO) BUTTERFLY BUSH (BB) TREE LIGUSTRUM (TL) BUDDHA BELLY BAMBOO (BBB) FISH TAIL PALM (FTP) WHITE CLUMPING BAMBOO BLUE CLUMPING BAMBOO RED CLUMPING BAMBOO
AutoCAD SHX Text
SIZE
AutoCAD SHX Text
BOTANICAL NAME
AutoCAD SHX Text
COMMON NAME
AutoCAD SHX Text
KEY
AutoCAD SHX Text
QTY
AutoCAD SHX Text
REMARKS
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Magnolia grandiflora
AutoCAD SHX Text
Magnolia
AutoCAD SHX Text
MG
AutoCAD SHX Text
25
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Cathedral Live Oak
AutoCAD SHX Text
Quercus virginiana cathedral
AutoCAD SHX Text
CLO
AutoCAD SHX Text
14
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Lagerstroemia indica Natchez
AutoCAD SHX Text
CMN
AutoCAD SHX Text
2
AutoCAD SHX Text
Weeping Willow
AutoCAD SHX Text
Salix babylonia
AutoCAD SHX Text
WW
AutoCAD SHX Text
15
AutoCAD SHX Text
Taxodium distichum
AutoCAD SHX Text
Rainbow Eucalyptus
AutoCAD SHX Text
BC
AutoCAD SHX Text
30
AutoCAD SHX Text
Crape Myrtle Natchez
AutoCAD SHX Text
Eucalyptus deglupta
AutoCAD SHX Text
RE
AutoCAD SHX Text
7
AutoCAD SHX Text
Min 15 Clear Trunk NO BLEMISHES
AutoCAD SHX Text
Wodyetia bifurata
AutoCAD SHX Text
Foxtail Palm
AutoCAD SHX Text
FP
AutoCAD SHX Text
5
AutoCAD SHX Text
Palm FL1
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Royal Poinciana
AutoCAD SHX Text
Delonia regia
AutoCAD SHX Text
RP
AutoCAD SHX Text
17
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Medjool Palm
AutoCAD SHX Text
Phoenix dactylifera
AutoCAD SHX Text
MP
AutoCAD SHX Text
10
AutoCAD SHX Text
Min 10-12 Ht 3 Caliper FL1
AutoCAD SHX Text
Southern Red Cedar
AutoCAD SHX Text
Juniper silicla
AutoCAD SHX Text
SRC
AutoCAD SHX Text
7
AutoCAD SHX Text
Jatropa Tree
AutoCAD SHX Text
Bald Cypress
AutoCAD SHX Text
Jatropha interirma
AutoCAD SHX Text
JT
AutoCAD SHX Text
15
AutoCAD SHX Text
Qurecus shumardii
AutoCAD SHX Text
SO
AutoCAD SHX Text
7
AutoCAD SHX Text
Buddha Belly Bamboo
AutoCAD SHX Text
Shumard Oak
AutoCAD SHX Text
Bambusa ventricosa
AutoCAD SHX Text
BBB
AutoCAD SHX Text
1
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Accent Plant
AutoCAD SHX Text
Medium
AutoCAD SHX Text
High
AutoCAD SHX Text
Low
AutoCAD SHX Text
Medium
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
Medium
AutoCAD SHX Text
Medium
AutoCAD SHX Text
Medium
AutoCAD SHX Text
DROUGHT TOLERANCE
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
NATIVE
AutoCAD SHX Text
Min 15 Clear Trunk NO BLEMISHES
AutoCAD SHX Text
Palm FL1
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Min 36 Ht 5 Gal Container
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Red Maple
AutoCAD SHX Text
Acer rubrum
AutoCAD SHX Text
RM
AutoCAD SHX Text
16
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Conocarpus erectus
AutoCAD SHX Text
SB
AutoCAD SHX Text
24
AutoCAD SHX Text
Silver Buttonwood
AutoCAD SHX Text
High
AutoCAD SHX Text
No
AutoCAD SHX Text
Christmas Palm
AutoCAD SHX Text
Adonidia merrillii
AutoCAD SHX Text
CP
AutoCAD SHX Text
11
AutoCAD SHX Text
Palm FL 1
AutoCAD SHX Text
High
AutoCAD SHX Text
No
AutoCAD SHX Text
Min 6 Clear Trunk NO BLEMISHES
AutoCAD SHX Text
Weeping Bottlebrush
AutoCAD SHX Text
CalIstemon viminalis
AutoCAD SHX Text
WBB
AutoCAD SHX Text
10
AutoCAD SHX Text
Low
AutoCAD SHX Text
No
AutoCAD SHX Text
GENERAL NOTES 1 CONTACT PUBLIC WORKS FOR LOCATING ALL UNDERGROUND UTILITIES PRIOR TO ANY EXCAVATION OF THE SITE RODNEY E DUE 729-367-6383 EXT 249 amp 811 ALL PLANT MATERIAL SHALL BE FL GRADE 1 OWNER SHALL INSPECT TREES PRIOR TO OFF LOADING FROM TRUCK ALL REJECTED TREES SHALL BE REMOVED FROM SITE amp NEW PLANTS SHALL BE PROVIDED BY LANDSCAPE CONTRACTOR 2 ALL REMAINING AREAS WITH NO SHRUBS OR GROUNDCOVER PLANTING SHALL BE SODDED WITH BAHIA GRASS - NO EXCEPTIONS 3 ALL TREES PALMS SHALL HAVE A MINIMUM 3 DIAMETER TREE RING AT BASE AND MULCHED UNLESS PLANTED WITH GROUNDCOVER PLANTINGS 4 PLANT QUANTITIES ARE PROVIDED AS A GUIDE AND CONVENIENCE CONTRACTOR SHALL BE RESPONSIBLE TO VERIFY QUANTITIES AND PROVIDE PLANS IN LOCATIONS AS SHOWN ON LANDSCAPE PLANS AND ADJUSTMENT TO HIS PRICING NO EXCEPTIONS 5 ALL MULCHED BEDS SHALL BE A MINIMUMMAXIMUM OF 3 THICK AFTER COMPACTION ALL MULCHING SHALL BE WITH PINE STRAW 6 ALL PLANTINGS SHALL BE WATERED AS SOON AS THEY ARE PLANTED - NO EXCEPTIONS 7 ALL STAKING OF TREES SHALL BE COMPLETED WITHIN 24 HOURS AFTER PLANTING - NO EXCEPTIONS 8 SITE SHALL BE POLICED AND TIDED UP AT END OF WORK DAY NO PLANT POTS OR WRAPPINGS OR ANY OTHER PLANTING DERBIES SHALL BE LEFT ON SITE AT END OF DAY OR IN A TRASH COLLECTION CONTAINER ON SITE
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Min 8-10 Ht 2 Caliper Std FL1
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Min 8-10 Ht 2 Caliper FL1
AutoCAD SHX Text
Min 8-10 Ht 2 Caliper FL1
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Min 6 Ht and 2 Caliper
AutoCAD SHX Text
Min 6 Overall Ht amp Single Trunk
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206
AutoCAD SHX Text
Tree Lugustrum Tree
AutoCAD SHX Text
Osmanthus fragrans Butter Yellow
AutoCAD SHX Text
TO
AutoCAD SHX Text
11
AutoCAD SHX Text
Ligustrum lucidum (tree)
AutoCAD SHX Text
TL
AutoCAD SHX Text
18
AutoCAD SHX Text
Tee Olive Butter Yellow
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
No
AutoCAD SHX Text
No
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Min 6 Ht and 2 Caliper
AutoCAD SHX Text
Min 6x6 HtampSpr Multi-Stem 2cal
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
PLANT SPACING DETAIL (NO-OFFSET)
AutoCAD SHX Text
NTS
AutoCAD SHX Text
OC SPACING
AutoCAD SHX Text
OC SPACING
AutoCAD SHX Text
ALL SHRUBSGROUNDCOVER TO BE TRIANGULAR SPACING SEE PLANT LIST FOR OC SPACING
AutoCAD SHX Text
12 OC SPACING MIN SETBACK FOR SHRUBS amp GROUNDCOVERS
AutoCAD SHX Text
BACK OF CURB BED LINE
AutoCAD SHX Text
CLEAR TRUNK
AutoCAD SHX Text
CLEAR WOOD
AutoCAD SHX Text
TRUNK SHALL BE STRAIGHT AND
AutoCAD SHX Text
WITHOUT CURVES FREE OF SCARS
AutoCAD SHX Text
BURNMARKS AND BOOTS
AutoCAD SHX Text
3 MULCH LAYER
AutoCAD SHX Text
(3) 2x4x36 WOODEN STAKES
AutoCAD SHX Text
EXISTING UNDISTURBED SOIL
AutoCAD SHX Text
2X4 WOOD BRACE (3 EA MIN)
AutoCAD SHX Text
NAIL TO BATTENS amp STAKES
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
5 (15m) MIN
AutoCAD SHX Text
OF THE ROOTBALL
AutoCAD SHX Text
MIN 3 TIMES THE WIDTH
AutoCAD SHX Text
FERTILIZER TABLETS
AutoCAD SHX Text
AS SPECIFIED PLACE
AutoCAD SHX Text
UNIFORMLY AROUND
AutoCAD SHX Text
ROOT MASS BETWEEN
AutoCAD SHX Text
OF ROOT MASS
AutoCAD SHX Text
MIDDLE AND BOTTOM
AutoCAD SHX Text
TILLED AND LOOSENED
AutoCAD SHX Text
NATIVE SOIL BACKFILL
AutoCAD SHX Text
5 - 2x4x16 WOODEN BATTENS
AutoCAD SHX Text
CONNECTED WITH 2-34 STEEL BANDS
AutoCAD SHX Text
5 LAYERS OF BURLAP
AutoCAD SHX Text
PALM PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
CABBAGE PALMS MAY BE HURRICANE CUT ALL OTHERS MUST HAVE FRONDS TIED WBIODEGRADABLE STRAP OR TWINE
AutoCAD SHX Text
BASE OF LEAF BUD
AutoCAD SHX Text
BASE OF HEARTNUT
AutoCAD SHX Text
OF PALM
AutoCAD SHX Text
OR APPROVED ALTERNATE
AutoCAD SHX Text
WATER RING (6 WIDTH amp HEIGHT) PROVIDING A WATER COLLECTION BASIN
AutoCAD SHX Text
DEPTH OF
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
REMOVE BURLAP AND ALL TIE MATERIAL FROM TYHE TOP 13 OF ROOTBALL
AutoCAD SHX Text
NOTE STAKING amp GUYING REQUIRED FOR PALM IF NECESSARY OR AS DIRECTED BY LANDSCAPE ARCHITECT
AutoCAD SHX Text
Lagerstroemia indica Muskogee
AutoCAD SHX Text
CMM
AutoCAD SHX Text
2
AutoCAD SHX Text
Crape Myrtle Muskogee
AutoCAD SHX Text
Medium
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Min 8-10 Ht 2 Caliper Std FL1
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Fish Tail Palm
AutoCAD SHX Text
Caryota witis
AutoCAD SHX Text
FTP
AutoCAD SHX Text
12
AutoCAD SHX Text
Palm FL1
AutoCAD SHX Text
Medium
AutoCAD SHX Text
No
AutoCAD SHX Text
Min 6 OVERALL Ht 15 Gal Cont
AutoCAD SHX Text
CANOPY TREES
AutoCAD SHX Text
PALMS
AutoCAD SHX Text
UNDERSTORY TREES
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Golden ShowerGolden Chain
AutoCAD SHX Text
Cassia fisula
AutoCAD SHX Text
GS
AutoCAD SHX Text
24
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
High
AutoCAD SHX Text
No
AutoCAD SHX Text
Pleioblastus simonii
AutoCAD SHX Text
WB
AutoCAD SHX Text
White Simon Bamboo
AutoCAD SHX Text
14-24 ht 3 gal container (min)
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Accent plant 48 spacing
AutoCAD SHX Text
BB
AutoCAD SHX Text
Tropical Blue Bamboo
AutoCAD SHX Text
14-24 ht 3 gal container (min)
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Accent plant 48 spacing
AutoCAD SHX Text
RB
AutoCAD SHX Text
Red Clumping Bamboo
AutoCAD SHX Text
14-24 ht 3 gal container (min)
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Accent plant 48 spacing
AutoCAD SHX Text
Fargesia Juzhaigou
AutoCAD SHX Text
Bambusa chungii
AutoCAD SHX Text
1
AutoCAD SHX Text
17
AutoCAD SHX Text
15
AutoCAD SHX Text
20

---- --x

X

-- --x

X

X X

X X X

X X

X

-- -- -- --X

f

------ --X X

- - - - 2os-- - - - 2os- - - - - 2os-- -- - 20

I l I I I I

X

N u

o--0lt

I I

I

middot- bull I

I

bull t-----_J_1j __

- - --+------~-I----- I ~ -~-bull

I I I

I

I I

I

I bull bull I bull I I

I

bull

-1-----

bullbull

-1-+---1 bull

X

I I I I I I

I I

I

X

0 X X

I I

I

I

I I

I

X

bull

X

I

I

X

I I

I

bull

X

I I

bull

I I

I

X

X

X

X

X bullmiddot

X ~ middot bull --1~~=-~-~~-~-~~~2~~~i~ t7---- -- ~-__bullcmiddotmiddotmiddot-middot_middot_____ ~i -

x---x X

X X

X

X

-X X

X

w 5

I I I I

I I I I I I

I I I I I I I I

to C)

c r--

OHE --

HEJGHT

ER TABLETS AS CE UNIFORMLY

ND ROOT MASS

I birOF ~degt t1~

middot-1 Ml woagt SHAU BE SPilCE ai PINE-NOT PRESSUIE TIIEAlEll 2 CRCS9 1E9 SHAU NOT CROSS OVER WOOOV ROOlS 3 REUOVE ALL SlRINGI 11aR 1IIIRE bullNPED M(INl lRUIIIC -4 ~ALL SIRAPS ROPES 1RE ~ SIRINGS USED TO LFT lHE

5 REMOVE ALL BURLAP ampIt ~ FROM lHE TOP Of THE ROOT IIAIL B 1tlP OF ROOTIIAU TO BE SET IEEL 111H SURROUNDI~ FINISH GRADE

o 30 so -~ bull I re - -----~1

SCALE 1 = 30

eJc29lc4 STNltE - --

SPREAD

MULCH 3 FROM TRLlrlK

MULCH Y DEP1H

TlLED -ND LOOSENED NAlloE saL BACKFll

WAlER MIC 6 NOTH It HECHT) PROtDIMG A WAlER caLECTION fERTIJZER TAaElS AS SfECIFIEll PLACE UNFCIMI Y AROUND ROOT

I MASS IEW[N WIDDI ~ ~ BOT101it CE ROOT WASS

2-21C4 STNCE WDNC TAPER MIN 18 IN10 UNDISlURBED saL

___ MULCH 3 FROM STEMS

---- S MULa-1 LAYER

TREE PLANTING DETAIL

N TS

J TO 5 TIMES WDlH OF ROOlBNJ

PREPARED PLANTING SOIL

DCISTING lMDISlURBED SOIL

0 C SPACING

ALL SHRUBSGROUNDCOER i -( I TO BE lftlANGULAR SPACING

~- 4 ~ 1- - 1 ~ ~( 1v~ i( middot~ SEE PLANT UST FOR OC + f - + middot -sI + gt 1 SPACING

~cjigt~~~J_J~~J~~~i-1c-f 1~ _ ~ i Jr~ ~~ Uf_-~ ~1i ~~ j-~ zimiddot_c j~ ~ y

SHRUB amp GROUNDCOVER PLANTING DETAIL --ltCl - ~J - I - D ~ lt = - -- I ~lt ~rt~ ~I~= +~bullc~ irtfrac34 ~ibull ~rtfrac34~lt~+~ t 4 1 -1 1 i rt i

I

TILLED NIgt IOOSOED NAlltE SIJL BMKFll

NTS

i

IRUIK SHALi IE SlRAIGHT AND tllllHOUT CURW5 FIE OF SCARS -ARIISANDBODTS

bull= STNCING Ir GUlIN~ REQUIIEgt FOR PMIii IF IECESSMY ltR AS DNCTm IIY IANIISCIIPI AIIOflECT

( 7- i-~ r _~ _ _) r-~ ~-~ -r ~~

~_ti-~gtpound_~- c C~- i -t~ - 1~-~~ ti - -

1+- J gt cJ+ rJ _+c-0 1 _+1middot- J+ _ l2 OC SPACING

===middotbull=middotmiddotmiddotmiddot==middot=-_bull-~=middot =bull=bull=--~--middot~_-Y_~ ~~_bull middotri-bullmiddot-Cbullbull=middot bull~-~=middotmiddotbull)-+ ~NRu~~~DCOERS

PLANT SPACING DETAIL

(NO-OFFSET) NTS

0 0 0 0 0 0 0 0

BACIlt OF CURB BED LINE

Azaleas Florida Flame (AF)

Banana Shrub (BS)

Butterfly Bush Black Knight (BFB)

Sasanqua Camellias (SC)

Cape Jasmine (PMG)

Cord Grass (CG)

Dwarf F1rebush (DF)

~ ---==m~tlf~~ 8 White Fountain Grass (WFG)

Jatropha Shrub Form (JS) Muhly Grass (MG)

El11S11NGI UNDISIUlampD SOIL

PALM PLANTING DETAIL NTS

0 0 0 0 0 0

0

Pickerel Weed (PW)

Plumbago (P)

Siver Buttonwood Shrub Form (SBS)

Dwarf Simpsons Stopper (DSS)

Tea Olive Shrub (TOS)

Lugustrum Shrub Form (LSF)

GROUNDCOVERS amp VINES

Confederate Jasmine (CJ)

RJjjj1 Large Blue Iris (LBI)

ffliji Lilyturf Boarder Grass (EG)

t$pound1 Sweet Alyssum (SA)

fficent$1 Blue Fortune (BF)

X X X X X X X X WETLAND

X X X X X X X X X X X X X

LBI

X X X

PICNIC

X X X

X X

X X

X X

X

X X

EG

SA

X X X X X X X

W W W W W W W W W

W W

W

W

W

W

W

W W

(181) BF (49) PMG

(13) BFB (15) PMG (117) BF (9) DDS

(17) SC

(8) PMG (11) PMG (21) DSS (155) BF

(26) LSF

(18) CJ

(35) DF

(11) BFB (24) BF

(151) BF

(46) JS (161) BF (26) SC

(13) BFB

(8) BFB

(4) TOS

(13) TOS

(15) DF

(18) DF

(46) BS (16) BS (12) SC (17) BS

(18) BS

(22) DF

(209) BF

(9) BFB (40) LBI

(38) BS

(95) LBI

(12) BFB (11) SC

(35) SC

(11) SC

(3) BS

(7) SC

locate 2 wire irrigation controller in electrical room at this location

irrigation point of connection here 2 pvc

pipe backflow preventor in mech

(51) AF room 60GPM 60 PSi (770) EG

(1009) SA

(12) AF

(20) PMG (81) WFG

(73) WFG (72) MG

(70) MG

(245) EG (50) EG

(1065) EG

(800) EG

PROPOSED SHRUBGROUND COVER LEGEND

SYMBOLS SHRUBS

(10) PMG

THERE ARE NO PLANT FOR THISSYMBOL BUT

IRRIGATION WITH 12 1800 POP UP TYPICAL FOR

FUTURE INSTALLATION

(20) DF

(188) LBI

(46) PW

(77) P (167) CG

BF

(17) LSF

LSF

PMG PMG PMG

PMG PMG

PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG

PMG PMG PMG PMG PMG PMG PMG

PMG

LSF

LSF

PMG LSF

PMG LSF

PMG PMG

PMG PMG

PMG PMG BFB DSS PMG BFB

PMG PMG BFB BFB DSS PMG DSS

PMG

PMG PMG BFB DSS

BFB BFB DSS DSS DSS

DSS PMG PMG PMG

PMG PMG PMG BFB BFB

BFB DSS DSS DSS DSS DSS DSS DSS DSS PMG

PMG PMG

DF DF BFB DSS

DSS DSS DSS DSS

DSS DSS DSS PMG PMG

DF PMG

BFB

PMG BFB DF DSS DSS DSS

DSS DSS DSS DSS

DF PMG DF sc sc JS PMG PMG

PMG DF sc

DF DF sc

DF DF DF sc JS DSS JS PMG PMG

BFB BFB DF DF sc sc JS JS JS JS

DF DF sc

PMG PMG JS

JS JS JS

DF sc sc sc sc JS JS

PMG JS JS JS

JS JS JS JS

JS PMG DF DF DF DF DF sc

BFB BFB DF DF DF JS JS JS DF

sc sc DF sc JS JS

sc PMG JS JS JS PMG PMG

JS JS JS

PMG DF DF DF sc JS JS JS BFB

BFB DF DF PMG JS JS JS DF DF sc sc PMG JS JS JS JS

sc JS

PMG BFB DF sc sc sc sc sc sc JS JS JS

sc sc sc CJ BFB sc

PMG sc sc sc

sc CJ

sc sc sc BFB sc CJ

sc sc

sc sc

CJ BFB sc

CJ

BFB CJ

CJ

CJ

CJ

CJ

BFB CJ

BFB CJ BFB CJ

BFB

BFB CJ

BFB CJ

BFB TOS CJ BFB

CJ BFB TOS

CJ TOS

BFB TOS BFB

BFB BFB

TOS

TOS TOS

TOS TOS TOS TOS TOS TOS

TOS TOS

TOS TOS TOS TOS

TOS

TOS TOS TOS TOS DF

TOS DF

TOS DF DF

DF

TOS DF DF

DF DF BS

DF DF BS BS DF BS

BFB DF DF BFB BS

DF BS BFB DF BS BS

BFB BS BS BFB BS BS

BS BS

BFB BS BS BS BFB BS BS BS BS

BFB BS BS BS BS

BS BS BS BS BS BS

BS BS BS

BS BS BS

BS BS BS BS

BS BS BS BS

BS BS BS

BS BS BS BS BS BS BS BS BS BS

BS BS

BS BS BFB

BS sc BS BS BS BS

BS BS BS sc sc sc

BS BS BS BS BS BS BS

BFB BS sc BS BS

BS BS

BFB sc sc BS BS

BS sc sc sc sc sc

BS BS BS BS sc

BS BS BS

BS sc

BS BS BS

BFB sc sc BS BS BS

BS BS BS BS sc BS

BFB sc

BS BS BS BS sc BS

BS

BS sc

BFB BS

BS

BFB BS BS

BS BS BFB BS

BFB BS BS BS

BS BS BS

BS BS

BS BS

BS BS BS

BS BS

BS

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

BS

BS TYP 1 FT WIDE BS

BS MAINTENCE STRIP sc

BFB sc

sc AF

sc sc BFB sc sc

AF AF sc sc

sc sc sc BFB sc sc

sc sc

sc sc BFB

sc BFB sc sc sc AF AF

sc sc AF AF BFB sc sc sc AF AF

BFB sc sc BFB sc sc AF AF AF AF

BFB sc sc sc sc AF

BFB sc sc AF BFB AF

AF AF AF

sc sc AF

BFB sc sc sc sc AF AF AF AF AF

PMG sc AF

AF AF

AF AF

PMG AF AF AF AF AF AF

PMG sc AF AF AF AF

PMG AF AF AF

AF

sc sc AF AF

PMG sc AF AF

PMG AF AF AF

PMG sc sc AF AF

sc sc AF AF AF AF AF AFAF AF

PMG PMG

sc sc sc

PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG WFG PMG PMG PMG

WFG PMG

WFG PMG

WFG WFG PMG WFG

WFG PMG PMG

WFG WFG PMG

WFG WFG PMG

WFG WFG WFG WFG WFG WFG

WFG WFG WFG

WFG WFG WFG WFG WFG

WFG WFG WFG WFG

WFG WFG

WFG WFG WFG WFG WFG

WFG WFG WFG WFG WFG WFG WFG WFG MG

MG WFG

WFG WFG

MG WFG

MG MG WFG WFG WFG WFG

WFG WFG MG MG MG MG

WFG WFG WFG WFG

MG WFG WFG WFG MG

MG WFG WFG

MG MG WFG WFG WFG

WFG

MG WFG

WFG

MG MG MG

WFG WFG WFG WFG

MG MG MG MG MG MG

MG MG

WFG MG MG MG MG

MG WFG

MG MG WFG WFG MG

MG MG

MG MG MG MG MG MG MG WFG WFG WFG

MG MG MG MG

WFG MG MG MG MG MG MG

MG MG MG MG MG MG MG

MG MG MG MG MG

MG MG MG

MG MG

AF

BS

BFB

SC

PMG

PMG sc

AF AF AF MG MG MG MG MG MG MG MG MG MG MG MG MG MG MG

MG MG MG

MG MG MG MG

MG MG MG MG MG

MG MG

MG MG MG

MG MG MG

MG MG MG MG MG MG

MG WFG WFG

MG WFG

MG MG WFG

MG WFG

MG WFG

MG WFG

MG WFG

MG WFG

MG MG WFG WFG

MG WFG

MG WFG

MG MG WFG MG

MG

WFG WFG WFG

WFG WFG WFG MG

WFG WFG

WFG WFG WFG

WFG WFG WFG WFG

WFG MG

WFG WFG

WFG WFG

WFG WFG

WFG WFG

WFG WFG

WFG WFG

WFG WFG MG

WFG WFG WFG WFG

WFG WFG MG

WFG WFG WFG WFG WFG WFG WFG MG WFG WFG MG

MGMG WFG

WFG MG

MG WFG

WFG MG MG

WFG WFG MG

MG

WFG WFG

MG

WFG WFG

WFG WFG

WFG

CG

DF

WFG

JS

MG

WFG P

P P

P P

PW

P P

P

P P DF

P P DF

SBS

P P DF

P P DF

DSS

P P DF

P P DF

P P DF

P P DF

P P

DF P P

DF P P

DF P P

DF

CG P P

DF PW PW CG CG P P

PW PW CG CG P P DF

PW PW CG CG P P DF

TOS

LSF

CJ

PW PW CG CG CG P P DF

PW PW CG CG CG

P P DF

PW PW CG CG CG CG P

P

PW PW CG CG

CG CG P DF

P

CG P

CG PW

CG CG

PW CG P

CG P

DF

CG CG P P

PW PW PW CG CG CG CG CG P P DF

CG P

PW PW CG CG CG CG CG CG P P

PW CG CG LSF

P P CG CG

P CG CG

PW CG CG CG

PW CG CG CG CG P

P P P P P P P LSF

CG CG CG CG CG P

P PW

PW PW CG CG CG

P P P P P P

CG CG CG CG CG CG LSF

CG CG CG CG CG CG CG CG CG

95

f 4 bull C bull 0

~ ~

I 2

~

X

X X

X

X X

X

xmiddot

X X middot--- )( X X X

-~ ----- X

l middot - ~ X X

middot--~ X X ~

X

X X - ---

--- ---11 middot_ _x_ -~ X ----- middot X X

bullbull

X

X

~ LONG YOU

X

X E3

--= bull

---------__--------middot

x Xmiddot

bull

X

X

GENERAL NOTES 1 ALL PLANT MATERIAL SHALL BE FL GRADE 1 OWNER SHALL INSPECT TREES PRIOR TO OFF LOADING FROM TRUCK ALL

REJECTED TREES SHALL BE REMOVED FROM SITE amp NEW PLANTS SHALL BE PROVIDED BY LANDSCAPE CONTRACTOR

2 ALL REMAINING AREAS WITH NO SHRUBS OR GROUNDCOVER PLANTING SHALL BE SODDED WITH BAHIA GRASS IF DISTURB DURING LANDSCAPE CONSTRUCTION - NO EXCEPTIONS

3 AU_ TREES AND PALMS SHALL HAVE A MINIMUM 3 DIAMETER TREE RING AT BASE AND MULCHED UNLESS PLANTED WITH GROUNDCOVER PLANTINGS

4 PLANT QUANTITIES ARE PROVIDED AS A GUIDE AND CONVENIENCE CONTRACTOR SHALL BE RESPONSIBLE TO VERIFY QUANmlES AND PROVIDE PLANTS IN LOCATIONS AS SHOWN ON LANDSCAPE PLANS AND ADJUSTMENT TO HIS PRICING NO EXCEPTIONS

5 ALL MULCHED BEDS SHALL BE A MINIMUMMAXIMUM OF 3bull THICK AFTER COMPACTION ALL MULCHING SHALL BE WITH PINE STRAW

6 ALL PLANTINGS SHALL BE WATERED AS SOON AS THEY ARE PLANTED - NO EXCEPTIONS

7 CONTACT RODNEY DUE DIRECTOR OF PUBLIC WORKS - CITY OF SEMINOLE FOR LOCATION OF UNDER GROUND UTILITIES PRIOR TO ANY EXCAVATIONS 727-397-6383 EXT 249

SHRUB PLANTING LIST

QTY

63 138 76

127 113 167

105

166 46

142

46

77 35

17 43

KEY SYMBOL

0 0

sect 0 0 0 0 0

8 0 0

AF

BS

BFB

SC

PMG CG

OF

CF JC

MG PW p

DDS

TOR LSF

18 0 CJ

323 RJjji1 1028 fiamp$]

~=

BOTANICAL NAME

Rhododendron spp

Michelio figo Buddlejo davidii Block Knight

Camellia joponico Sosonqua

Tobernaemontano divoncoto

Sportina spartinae

Harmelia patens compocta

Cortodenio selloano

Jotropho intergemimo shrub

Muh1enbergio copillaris Pontederia cordoto

Plumbago ouricuota Myrcionthes Fragrans Compocta

Osmonthus fragons Butter Yellow

Ligustrum japonicum

GROUNDCOVER amp VINES

Trachelospermum Josminodies

Iris venisicolor Vlrginica

Aqastoche

Lobuloria maritime

COMMON NAME

Azaleas Florida Flame

Banana Shrub

Butterfly Bush Block Knight Soscmqua CQmellias-use multiple (3 varsities to have color year arouncf

Cape Jasmine Poor Mans Gardenia

Cord Grass

Dwarf Firebush

Fountain Grass Jotropho Shrub Form

Muhly Grass

Pickerel Weed

Plumbago Dwarf Simpsons Stopper

Teo Olive Shrub Form

Llgustrum Shrub form

Confederate Jasmine

Large Blue Iris

Blue Fortune

Sweet Alyssum

Liriope musrori Emerald Goddess Lilyturf Boarder Gross

-ALL PLANT MATERIAL MUST BE FLORIDA GRADE 1 -ALL BAREDISTURBED AREAS SHAL BE SODDED WITH BAHIA

SIZE

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 8 Ht 6 1 gallon cont

REMARKS

fl Grade

FL Grode FL Grade

FL Grade FL Grode FL Grade

FL Grade

FL Grode

FL Grode

FL Grode

FL Grade

FL Grode

FL Grode

FL Grade

FL Grade

Spacing 36 0

Spacing 36 0 C Spacing 36 0 C

Spacing 36 0 C Spacing 60 0 C Spacing 36 0 C

Spacing 36 O C Spacing 36 0 C Spacing 36 0 C Spacing 36 0 C

Spacing 36 0 C

Spacing 36 O C

Spacing 36 0 C

Spacing 36 0 C

Spacing 36 0 C

Vine spacing as shown on dwg

12 on center Flower white

Spr 8 Ht 10 1 gal cont 18 OC attracts butterfly amp Humming Birds

Spr 8 Ht 6 1 gallon cont

Spr 6 Ht 10 1 gallon cont

12 on center Flower white

Accent plant 12 on cneter

DROUGHT TOLERANCE

NATIVE

High Yes

High once established No

Medium Yes

Medium Medium to Low

High

High

High medium to Low

High to Medium

Low

Medium

High

High to Medium

High

High

Medium High Blue flower

Medium

High

No No

Yes

Yes

Yes No

Yes Yes

Yes Yes

Yes Yes

No

No

Yes

No

Yes

i r-r--------------r------r------=========7~r-----=====================--------------------------------------------------r---------------------------T-~T~---1 DESIGN LC SEH10poundpound frA TERFR01T PARK WORK ORDER NO 2016-32

1---+----l---------------------1----IDRAWN LC SHRuB PLAJVTJVC PLAJV DATE JANu1R~- 4

3bull0

~021 SCALE

frac14 REV DATE REVISION BY CHECKED PFC SEMINOLE PINELLAS COUNTY FLORIDA LEROY CHIN FL RLA 0001206 SHEET NO L2 OF L2

WETLAND

WETLAND

AREA

X

X X

LBI

BF

SA

EG

SHRUBS

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

PW PW CG CG CG LSF

PW CG CG CG CG CG CG

PW CG CG

CG CG CG CG CG

CG CG CG

PW PW

CG CG CG CG CG CG CG CG CG CG

LSF

CG CG CG CG CG

PW PW CG CG CG CG LSF CG CG CG CG

PW CG

CG PW

CG CG CG CG CG CG CG

CG CG LSF CG

PW CG

CG CG CG CG CG CG CG

PW CG CG CG CG LSF

PW CG

CG CG CG CG

CG CG CG

PW CG CG CG CG LSF

PW PW CG CG CG

PW CG CG CG

CG LSF

PW PW LSF

LSF

LSF

LSF

LSF AF

LSF BS

LSF

BFB

SC

PMG

CG

DF

WFG

JS

MG

PW

P

SBS

TOS

LSF

CJ

AutoCAD SHX Text
P A R K B O U L E V A R D
AutoCAD SHX Text
L O N G B A Y O U
AutoCAD SHX Text
2 CC
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
MH
AutoCAD SHX Text
MH
AutoCAD SHX Text
ASPHALT ROADWAY
AutoCAD SHX Text
S
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
e
AutoCAD SHX Text
EHH
AutoCAD SHX Text
g
AutoCAD SHX Text
g
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
t
AutoCAD SHX Text
w
AutoCAD SHX Text
W
AutoCAD SHX Text
S
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
JANUARY 4 2021
AutoCAD SHX Text
1 = 30
AutoCAD SHX Text
L2
AutoCAD SHX Text
L2
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
SHRUB PLANTING PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
LC
AutoCAD SHX Text
LC
AutoCAD SHX Text
APC
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
30
AutoCAD SHX Text
60
AutoCAD SHX Text
30
AutoCAD SHX Text
N
AutoCAD SHX Text
PREPARED PLANTING SOIL
AutoCAD SHX Text
EXISTING UNDISTURBED SOIL
AutoCAD SHX Text
3 MULCH LAYER
AutoCAD SHX Text
MULCH 3 FROM STEMS
AutoCAD SHX Text
SPREAD
AutoCAD SHX Text
3 TO 5 TIMES WIDTH
AutoCAD SHX Text
OF ROOTBALL
AutoCAD SHX Text
HEIGHT
AutoCAD SHX Text
FERTILIZER TABLETS AS SPECIFIED PLACE UNIFORMLY AROUND ROOT MASS BETWEEN MIDDLE AND BOTTOM OF ROOT MASS
AutoCAD SHX Text
SHRUB amp GROUNDCOVER PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
MULCH 3 FROM TRUNK
AutoCAD SHX Text
OF THE ROOTBALL
AutoCAD SHX Text
3 TO 5 TIMES THE WIDTH
AutoCAD SHX Text
SPREAD
AutoCAD SHX Text
HEIGHT
AutoCAD SHX Text
MULCH 3 DEPTH
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
UNDISTURBED SOIL
AutoCAD SHX Text
2X2X4 STAKE
AutoCAD SHX Text
18MIN
AutoCAD SHX Text
2X2X4 CROSS MEMBER
AutoCAD SHX Text
2X2X4 STAKE
AutoCAD SHX Text
TILLED AND LOOSENED
AutoCAD SHX Text
NATIVE SOIL BACKFILL
AutoCAD SHX Text
NOTES 1 ALL WOOD SHALL BE SPRUCE OR PINE-NOT PRESSURE TREATED ALL WOOD SHALL BE SPRUCE OR PINE-NOT PRESSURE TREATED 2 CROSS TIES SHALL NOT CROSS OVER WOODY ROOTS CROSS TIES SHALL NOT CROSS OVER WOODY ROOTS 3 REMOVE ALL STRING ampOR WIRE WRAPPED AROUND TRUNK REMOVE ALL STRING ampOR WIRE WRAPPED AROUND TRUNK 4 REMOVE ALL STRAPS ROPES WIRE ampOR STRINGS USED TO LIFT THE REMOVE ALL STRAPS ROPES WIRE ampOR STRINGS USED TO LIFT THE ROOTBALL 5 REMOVE ALL BURLAP ampOR WIRE FROM THE TOP OF THE ROOT BALL REMOVE ALL BURLAP ampOR WIRE FROM THE TOP OF THE ROOT BALL 6 TOP OF ROOTBALL TO BE SET LEVEL WITH SURROUNDING FINISH GRADETOP OF ROOTBALL TO BE SET LEVEL WITH SURROUNDING FINISH GRADE
AutoCAD SHX Text
TILLED AND LOOSENED NATIVE SOIL BACKFILL
AutoCAD SHX Text
FERTILIZER TABLETS AS SPECIFIED PLACE UNIFORMLY AROUND ROOT MASS BETWEEN MIDDLE AND BOTTOM OF ROOT MASS
AutoCAD SHX Text
2-2X4 STAKE WLONG TAPER MIN 18 INTO UNDISTURBED SOIL
AutoCAD SHX Text
TREE PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
2X2X4 CROSS MEMBER
AutoCAD SHX Text
2-25 DRYWALL SCREWS
AutoCAD SHX Text
WATER RING (6 WIDTH amp HEIGHT) PROVIDING A WATER COLLECTION BASIN
AutoCAD SHX Text
GENERAL NOTES 1 ALL PLANT MATERIAL SHALL BE FL GRADE 1 OWNER SHALL INSPECT TREES PRIOR TO OFF LOADING FROM TRUCK ALL REJECTED TREES SHALL BE REMOVED FROM SITE amp NEW PLANTS SHALL BE PROVIDED BY LANDSCAPE CONTRACTOR 2 ALL REMAINING AREAS WITH NO SHRUBS OR GROUNDCOVER PLANTING SHALL BE SODDED WITH BAHIA GRASS IF DISTURB DURING LANDSCAPE CONSTRUCTION - NO EXCEPTIONS 3 ALL TREES AND PALMS SHALL HAVE A MINIMUM 3 DIAMETER TREE RING AT BASE AND MULCHED UNLESS PLANTED WITH GROUNDCOVER PLANTINGS 4 PLANT QUANTITIES ARE PROVIDED AS A GUIDE AND CONVENIENCE CONTRACTOR SHALL BE RESPONSIBLE TO VERIFY QUANTITIES AND PROVIDE PLANTS IN LOCATIONS AS SHOWN ON LANDSCAPE PLANS AND ADJUSTMENT TO HIS PRICING NO EXCEPTIONS 5 ALL MULCHED BEDS SHALL BE A MINIMUMMAXIMUM OF 3 THICK AFTER COMPACTION ALL MULCHING SHALL BE WITH PINE STRAW 6 ALL PLANTINGS SHALL BE WATERED AS SOON AS THEY ARE PLANTED - NO EXCEPTIONS 7 CONTACT RODNEY DUE DIRECTOR OF PUBLIC WORKS - CITY OF SEMINOLE FOR LOCATION OF UNDER GROUND UTILITIES PRIOR TO ANY EXCAVATIONS 727-397-6383 EXT 249
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206
AutoCAD SHX Text
SIZE
AutoCAD SHX Text
BOTANICAL NAME
AutoCAD SHX Text
SHRUB PLANTING LIST
AutoCAD SHX Text
COMMON NAME
AutoCAD SHX Text
SYMBOL
AutoCAD SHX Text
QTY
AutoCAD SHX Text
REMARKS
AutoCAD SHX Text
Michelia figo
AutoCAD SHX Text
Banana Shrub
AutoCAD SHX Text
BS
AutoCAD SHX Text
138
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Azaleas Florida Flame
AutoCAD SHX Text
Rhododendron spp
AutoCAD SHX Text
AF
AutoCAD SHX Text
63
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Plumbago auricuata
AutoCAD SHX Text
P
AutoCAD SHX Text
77
AutoCAD SHX Text
Muhly Grass
AutoCAD SHX Text
Muhlenbergia capillaris
AutoCAD SHX Text
MG
AutoCAD SHX Text
142
AutoCAD SHX Text
Myrcianthes Fragrans Compacta
AutoCAD SHX Text
DDS
AutoCAD SHX Text
35
AutoCAD SHX Text
Plumbago
AutoCAD SHX Text
Tabernaemontana divancata
AutoCAD SHX Text
Cape Jasmine Poor Mans Gardenia
AutoCAD SHX Text
PMG
AutoCAD SHX Text
113
AutoCAD SHX Text
Sasanqua Camellias-use multiple (3)
AutoCAD SHX Text
Camellia japonica Sasanqua
AutoCAD SHX Text
SC
AutoCAD SHX Text
127
AutoCAD SHX Text
Cord Grass
AutoCAD SHX Text
Spartina spartinae
AutoCAD SHX Text
CG
AutoCAD SHX Text
167
AutoCAD SHX Text
Fountain Grass
AutoCAD SHX Text
Cortadenia selloana
AutoCAD SHX Text
CF
AutoCAD SHX Text
166
AutoCAD SHX Text
Trachelospermum Jasminodies
AutoCAD SHX Text
CJ
AutoCAD SHX Text
18
AutoCAD SHX Text
Liriope musrari Emerald Goddess
AutoCAD SHX Text
Large Blue Iris
AutoCAD SHX Text
1865
AutoCAD SHX Text
Confederate Jasmine
AutoCAD SHX Text
Iris venisicolor Virginica
AutoCAD SHX Text
323
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Dwarf Simpsons Stopper
AutoCAD SHX Text
GROUNDCOVER amp VINES
AutoCAD SHX Text
High once established
AutoCAD SHX Text
High
AutoCAD SHX Text
High to Medium
AutoCAD SHX Text
Medium
AutoCAD SHX Text
High
AutoCAD SHX Text
Medium to Low
AutoCAD SHX Text
Medium
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
Medium
AutoCAD SHX Text
DROUGHT TOLERANCE
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
NATIVE
AutoCAD SHX Text
Sweet Alyssum
AutoCAD SHX Text
Lobularia maritima
AutoCAD SHX Text
Lilyturf Boarder Grass
AutoCAD SHX Text
1009
AutoCAD SHX Text
Spr 8 Ht 6 1 gallon cont
AutoCAD SHX Text
12 on center Flower white
AutoCAD SHX Text
Medium
AutoCAD SHX Text
No
AutoCAD SHX Text
Spr 6 Ht 10 1 gallon cont
AutoCAD SHX Text
Accent plant 12 on cneter
AutoCAD SHX Text
Vine spacing as shown on dwg
AutoCAD SHX Text
Butterfly Bush Black Knight
AutoCAD SHX Text
Buddleja davidii Black Knight
AutoCAD SHX Text
BFB
AutoCAD SHX Text
76
AutoCAD SHX Text
Medium
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Dwarf Firebush
AutoCAD SHX Text
Harmelia patens compacta
AutoCAD SHX Text
DF
AutoCAD SHX Text
105
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Pickerel Weed
AutoCAD SHX Text
Pontederia cordata
AutoCAD SHX Text
PW
AutoCAD SHX Text
46
AutoCAD SHX Text
Low
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Jatropha Shrub Form
AutoCAD SHX Text
Jatropha intergemima shrub
AutoCAD SHX Text
JC
AutoCAD SHX Text
46
AutoCAD SHX Text
medium to Low
AutoCAD SHX Text
No
AutoCAD SHX Text
NOTES -ALL PLANT MATERIAL MUST BE FLORIDA GRADE 1 -ALL BAREDISTURBED AREAS SHAL BE SODDED WITH BAHIA
AutoCAD SHX Text
PLANT SPACING DETAIL (NO-OFFSET)
AutoCAD SHX Text
NTS
AutoCAD SHX Text
OC SPACING
AutoCAD SHX Text
OC SPACING
AutoCAD SHX Text
ALL SHRUBSGROUNDCOVER TO BE TRIANGULAR SPACING SEE PLANT LIST FOR OC SPACING
AutoCAD SHX Text
12 OC SPACING MIN SETBACK FOR SHRUBS amp GROUNDCOVERS
AutoCAD SHX Text
BACK OF CURB BED LINE
AutoCAD SHX Text
CLEAR TRUNK
AutoCAD SHX Text
CLEAR WOOD
AutoCAD SHX Text
TRUNK SHALL BE STRAIGHT AND
AutoCAD SHX Text
WITHOUT CURVES FREE OF SCARS
AutoCAD SHX Text
BURNMARKS AND BOOTS
AutoCAD SHX Text
3 MULCH LAYER
AutoCAD SHX Text
(3) 2x4x36 WOODEN STAKES
AutoCAD SHX Text
EXISTING UNDISTURBED SOIL
AutoCAD SHX Text
2X4 WOOD BRACE (3 EA MIN)
AutoCAD SHX Text
NAIL TO BATTENS amp STAKES
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
5 (15m) MIN
AutoCAD SHX Text
OF THE ROOTBALL
AutoCAD SHX Text
MIN 3 TIMES THE WIDTH
AutoCAD SHX Text
FERTILIZER TABLETS
AutoCAD SHX Text
AS SPECIFIED PLACE
AutoCAD SHX Text
UNIFORMLY AROUND
AutoCAD SHX Text
ROOT MASS BETWEEN
AutoCAD SHX Text
OF ROOT MASS
AutoCAD SHX Text
MIDDLE AND BOTTOM
AutoCAD SHX Text
TILLED AND LOOSENED
AutoCAD SHX Text
NATIVE SOIL BACKFILL
AutoCAD SHX Text
5 - 2x4x16 WOODEN BATTENS
AutoCAD SHX Text
CONNECTED WITH 2-34 STEEL BANDS
AutoCAD SHX Text
5 LAYERS OF BURLAP
AutoCAD SHX Text
PALM PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
CABBAGE PALMS MAY BE HURRICANE CUT ALL OTHERS MUST HAVE FRONDS TIED WBIODEGRADABLE STRAP OR TWINE
AutoCAD SHX Text
BASE OF LEAF BUD
AutoCAD SHX Text
BASE OF HEARTNUT
AutoCAD SHX Text
OF PALM
AutoCAD SHX Text
OR APPROVED ALTERNATE
AutoCAD SHX Text
WATER RING (6 WIDTH amp HEIGHT) PROVIDING A WATER COLLECTION BASIN
AutoCAD SHX Text
DEPTH OF
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
REMOVE BURLAP AND ALL TIE MATERIAL FROM TYHE TOP 13 OF ROOTBALL
AutoCAD SHX Text
NOTE STAKING amp GUYING REQUIRED FOR PALM IF NECESSARY OR AS DIRECTED BY LANDSCAPE ARCHITECT
AutoCAD SHX Text
Banana Shrub (BS)
AutoCAD SHX Text
Azaleas Florida Flame (AF)
AutoCAD SHX Text
Blue Fortune (BF)
AutoCAD SHX Text
Muhly Grass (MG)
AutoCAD SHX Text
Siver Buttonwood Shrub Form (SBS)
AutoCAD SHX Text
Plumbago (P)
AutoCAD SHX Text
Cape Jasmine (PMG)
AutoCAD SHX Text
Sasanqua Camellias (SC)
AutoCAD SHX Text
Cord Grass (CG)
AutoCAD SHX Text
White Fountain Grass (WFG)
AutoCAD SHX Text
Large Blue Iris (LBI)
AutoCAD SHX Text
Confederate Jasmine (CJ)
AutoCAD SHX Text
Dwarf Simpsons Stopper (DSS)
AutoCAD SHX Text
Sweet Alyssum (SA)
AutoCAD SHX Text
Lilyturf Boarder Grass (EG)
AutoCAD SHX Text
Butterfly Bush Black Knight (BFB)
AutoCAD SHX Text
Dwarf Firebush (DF)
AutoCAD SHX Text
Pickerel Weed (PW)
AutoCAD SHX Text
Jatropha Shrub Form (JS)
AutoCAD SHX Text
GROUNDCOVERS amp VINES
AutoCAD SHX Text
Tea Olive Shrub (TOS)
AutoCAD SHX Text
Lugustrum Shrub Form (LSF)
AutoCAD SHX Text
KEY
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 60 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
varsities to have color year around
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Osmanthus fragans Butter Yellow
AutoCAD SHX Text
TOR
AutoCAD SHX Text
17
AutoCAD SHX Text
Tea Olive Shrub Form
AutoCAD SHX Text
High to Medium
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Ligustrum japonicum
AutoCAD SHX Text
LSF
AutoCAD SHX Text
43
AutoCAD SHX Text
Ligustrum Shrub Form
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Spr 8 Ht 6 1 gallon cont
AutoCAD SHX Text
12 on center Flower white
AutoCAD SHX Text
Medium
AutoCAD SHX Text
No
AutoCAD SHX Text
Spr 8 Ht 10 1 gal cont 18 OC
AutoCAD SHX Text
Blue Fortune
AutoCAD SHX Text
Aqastache
AutoCAD SHX Text
1028
AutoCAD SHX Text
attracts butterfly amp Humming Birds
AutoCAD SHX Text
High Blue flower
AutoCAD SHX Text
Yes

x -- x-- x-- x x (181) BF

- - - 205- -

bull

I

X - X ~ PilIG- x i X x --

(161) BF

0 (26) SC

I bull

(46) BS

(17) BS

X

x -- yx x ----20middots-

I

I I I I

(4) TOS I

(13) TOS I (15) OF

(18)

I I OF I I

X

bull

X

X

I I

TEA OLIVE

CAPE JASMINE

PLAYGROUND AREA SENSORY PLANTS

SIMPSON STOPPER

AZALEAS

SHRUB AND HEDGE PLAN

96

BUTTERFLY BUSH BANANA SHRUB

PLAYGROUND

BLUE FORTUNE

) middot

I I

X

X El

-- I I

PARK BLVD HEDGES

SHRUB AND HEDGE PLAN

POND

MEMORIAL SITE

FIREBUSH LIGUSTRUM

ENTRANCE

MUHLY GRASS FOUNTAIN GRASS

PLUMBAGO BLUE FLAG IRIS PICKERELWEED CORD GRASS

POND PLANTS

97

98

I-

0

Cl

wr--I)

ol l() I)

w () w

c lt(

Oa rmiddot 0

N ~

w 0

_Jo CD

01-zltC

_J -a

w ()

REV DATE REVISION

c z z z c w CD

LL 0

1-z 0 Cl

3HO ~ I ~01 sect r0 I

~0 I Sl I ___

(L

lt I n

1Q lt

I ~

I I I I I I

~ e I l lsi

I I

p lo ~ I ~

1)

I

I I --_ ~ ~ Q

---8) ~

li) I ~ I I ~ If (0

loi bull

I ~

I 2 I I lt I I I I I

I I I 7 _

reg

0

0

PARK BOULEVARD 3 LANES ONE WAY

EAST BOUND

S 873346 E

middot-

frac34 I rmiddot

I

---

3(

~~middotbullmiddot-~middot ~c___e1~frac14--middot --middot_middotmiddot middotn cj middot --bull _ --rmiddot__~ - middot ~r-~~c_____1-deg-~_____1-middotmiddotmiddot~~middotmiddotcc middotccc_middot____

middotmiddot1middotmiddot middot

middot

1

----- -- -+---

---- middot---~ middotmiddot

middot bull -DESIGN MCE

DRAWN MCE

BY CHECKED

11 ~lt--1frac12~middot - - - - L l_ - - - _--+-_ ~o 2 Q

I

I _J

I I I

I m I I I I

- s- - _

bullbull bull

A

A bull

bull

bullbull

bull

bull

bull

bull

s-shy--_s--

_s--

I

1frac14

frac34

- - -

_s--

I

---

---l

13 -2 3 -====----=- 13~3~--- --=-~~-----

SpoundUHOLpound frATpoundRFROHT PARK RRCATOH PLAH

SEMINOLE PINELLAS COUNTY FLORIDA

7------17-----frac34---

middotmiddotmiddot y middotmiddotbullmiddotmiddotmiddot

0

0

I er

L I frac34

I

rmiddot

1

frac34

CJ

-

bull

~ ~ _J

0

_J

lt (L

I

LEROY CHIN FL RLA 0001206

o 20 40 - bull I ---~1

SCALE 1 = 20

+

WORK ORDER NO 2016-32

DATE DECEMBER 7 2020

SCALE 1 = 20

SHEET NO 1 OF 3

X X X X

X

X X X X X X X

X

X X

X

X X

X

X

X X X X X

X

WETLAND

XX

XX

XX

XX

XX

XX

XX

XX

XX

BB

6 530 5 470 11

2 112 130 3

1

2

212 2

2

2

2

210 7 1

XX

2

2

2

2

2 2

212

212

212 2 212

2 212

212

ez

ez

ez ez ez

ez

ez

ez

1

ez

8

9 11

2

169

400

4 11

2500

2 1

235

1002 ME

813 ME

411 ME

380 ME

951 ME

629 ME

637 ME

612 ME

712 ME

617 ME

692 ME

XX

XX

1 530

112

X

10 515

112

17 495

598 18 112

112

X

ws FS rc

ez C

2

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

AutoCAD SHX Text
N 00D4936 E 60586(P)(F)
AutoCAD SHX Text
S 87D3346 E 46688(P)(F)
AutoCAD SHX Text
5495(P)
AutoCAD SHX Text
S 01D0111 W(P)
AutoCAD SHX Text
10
AutoCAD SHX Text
10
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
14
AutoCAD SHX Text
14
AutoCAD SHX Text
AP CLUSTER
AutoCAD SHX Text
7AP
AutoCAD SHX Text
7AP
AutoCAD SHX Text
4AP
AutoCAD SHX Text
5AP
AutoCAD SHX Text
5AP
AutoCAD SHX Text
12AP
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
8PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
6PINE
AutoCAD SHX Text
W
AutoCAD SHX Text
TSP
AutoCAD SHX Text
SPEED LIMIT
AutoCAD SHX Text
W
AutoCAD SHX Text
45MP
AutoCAD SHX Text
45MP
AutoCAD SHX Text
MH
AutoCAD SHX Text
MH
AutoCAD SHX Text
P A R K B O U L E V A R D
AutoCAD SHX Text
S E M I N O L E H O M E D E P O T
AutoCAD SHX Text
PLAT BOOK 120 PAGES 35-37
AutoCAD SHX Text
PART OF LOT 19
AutoCAD SHX Text
PINELLAS GROVES
AutoCAD SHX Text
PLAT BOOK 1 PAGE 55
AutoCAD SHX Text
2 CC
AutoCAD SHX Text
POINT OF BEGINNING
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
3 LANES ONE WAY
AutoCAD SHX Text
EAST BOUND
AutoCAD SHX Text
MH
AutoCAD SHX Text
MH
AutoCAD SHX Text
7
AutoCAD SHX Text
17
AutoCAD SHX Text
27
AutoCAD SHX Text
40
AutoCAD SHX Text
7
AutoCAD SHX Text
-3
AutoCAD SHX Text
-23
AutoCAD SHX Text
-33
AutoCAD SHX Text
-13
AutoCAD SHX Text
27
AutoCAD SHX Text
17
AutoCAD SHX Text
7
AutoCAD SHX Text
40
AutoCAD SHX Text
40
AutoCAD SHX Text
27
AutoCAD SHX Text
17
AutoCAD SHX Text
7
AutoCAD SHX Text
-3
AutoCAD SHX Text
-13
AutoCAD SHX Text
-23
AutoCAD SHX Text
-33
AutoCAD SHX Text
S
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
e
AutoCAD SHX Text
EHH
AutoCAD SHX Text
g
AutoCAD SHX Text
g
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
t
AutoCAD SHX Text
w
AutoCAD SHX Text
W
AutoCAD SHX Text
S
AutoCAD SHX Text
11935(P)
AutoCAD SHX Text
S 87D3346 E(P)
AutoCAD SHX Text
S 15D2031 E 23110(P)
AutoCAD SHX Text
R
AutoCAD SHX Text
S
AutoCAD SHX Text
L
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
R
AutoCAD SHX Text
S
AutoCAD SHX Text
L
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
4
AutoCAD SHX Text
4
AutoCAD SHX Text
4
AutoCAD SHX Text
4
AutoCAD SHX Text
ir
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
C
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
L
AutoCAD SHX Text
R
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
M
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
30
AutoCAD SHX Text
30
AutoCAD SHX Text
30
AutoCAD SHX Text
25
AutoCAD SHX Text
15
AutoCAD SHX Text
25
AutoCAD SHX Text
30
AutoCAD SHX Text
20
AutoCAD SHX Text
30
AutoCAD SHX Text
30
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
L
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
DECEMBER 7 2020
AutoCAD SHX Text
1 = 20
AutoCAD SHX Text
1
AutoCAD SHX Text
3
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
IRRIGATION PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
MCE
AutoCAD SHX Text
MCE
AutoCAD SHX Text
-
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
20
AutoCAD SHX Text
40
AutoCAD SHX Text
20
AutoCAD SHX Text
N
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206

99

i I I I I l I I I P I

2

I~

I I I I 8)

I I I

I I I I I I I I I

o I

2

1

-2frac12 I 0 ltAUJCJ ---tj

----E------frac12-YII

t~ I

__j I

I

I I

1frac14 12

I lltj I i

r--

~

Etl Ii l lipoundl ~ ES LCS RCS CS SS

181 lal Im llI Q T H F

1w Im Im Im 1w Im OTHTTTQF

~ [snm ~ mi OTHTTTOF

m w Q H

il[Q] 6D 14011402 14041408

1

----

DESIGN MCE

o--+----+-----------------1----ltDRAWN MCE

REV DATE REVISION BY CHECKED

-

~

0

-------

__ frac34

0

~

-middot

BAYOU

A __

A bull

TRACT A GRANDE TOWNHOME COMMUNITY TRACT A

PLAT BOOK 129 PAGE 93

bull

-~ ---

J

reg

Q

0

0

0 ir ri

V

---- _

- - --~ d _J ~==- - ---~~r--- ------------ ---

N 87160if W _ 70 648V(P) - ---

1111111111111111

SpoundUHOLpound frATpoundRFROHT PARK RRCATOH PLAH

SEMINOLE PINELLAS COUNTY FLORIDA

--- ---

--- ---

I

I 1

I I

I I

J I

I

I J

j I _ I

J

I J

I (

-gt

I I - - - 7 ----I j I

I I I

I I

I I I

I I I I

I I

I

I I

I

I I

frac12 I

I

I

I I

I I J _

I 0 (

I lt ~

I

LEROY CHIN FL RLA 0001206

-- o 20

111- --- I

() 0 zw I- 0 ltC 0 OltC J CD LL ~

I- 1-u - l-o CD I- 0 (J zlshyo u

SCALE 1 =

z

40

I 20

(

l C

bull

-bull

bull bull C

bull C

(

-

WORK ORDER NO 2016-32

DATE DECEMBER 7 2020

SCALE 1 = 20

SHEET NO 2 OF 3

X X

X X

X X

X X

X X

X X

X X

X

PICN

ICAR

EA

WETLAND

XX

XX

X

424 1111

2

342 1211

2

14 430 558 1311

211 539 1511

22

16 370

11 2

2

IRRIGATION SCHEDULE

SYMBOL MANUFACTURERMODELDESCRIPTION

Hunter PROS-12-PRS30 5` strip spray Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 8` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 10` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 12` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 15` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 17` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 Adjustable Arc Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Rain Bird 1800-1400 Flood 1401 Fixed flow rate (025-20GPM) full circle bubbler 12 FIPT

SYMBOL MANUFACTURERMODELDESCRIPTION

Hunter I-20-00-PRB Shrub Rotor Fixed Riser Adjustable and Full Circle Plastic Riser Drain Check Valve Standard Nozzle

Hunter I-20-00-PRB Shrub Rotor Fixed Riser Adjustable and Full Circle Plastic Riser Drain Check Valve Standard Nozzle

Hunter I-20-00-PRB Shrub Rotor Fixed Riser Adjustable and Full Circle Plastic Riser Drain Check Valve Standard Nozzle

Hunter I-20-00-PRB Shrub Rotor Fixed Riser Adjustable and Full Circle Plastic Riser Drain Check Valve Standard Nozzle

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

A amp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

IRRIGATION SCHEDULE (controls amp pipe) SYMBOL MANUFACTURERMODELDESCRIPTION

Hunter ICV-G w PVC Ball Valve 1 1-12 2 and 3 Plastic Electric Remote Control Valves Globe Configuration with NPT Threaded InletOutlet

Matco-Norca 514TX 12-4 Brass Gate Valve Full Port with Solid Wedge IPS Cross Handle Same size as mainline pipe

Hunter ICV-G-FS 2 1 1-12 2 and 3 Plastic Electric Master Valve Globe Configuration with NPT Threaded InletOutlet for CommercialMunicipal Use With Filter Sentry

Hunter I2C-0800-PL with EZ-DM Decoder Module 8 Station Outdoor Modular Controller with Decoder Module 54 station capacity Plastic Cabinet

Hunter EZ-1 Decoder 1-Station EZ Decoder

Hunter ROAMXL-KIT Transmitter and Receiver Roam Remote allows for controller operation up to 2 miles Large-Scale Sites SmartPort wiring harness included

Hunter WSS-SEN Wireless Solar rain freeze sensor with outdoor interface install as noted Includes gutter mount bracket Module not included

Hunter HFS-200 Flow Sensor for use with ACC controller 2 Schedule 40 Sensor Body 24 VAC 2 amp

Existing Water Meter and Backflow Device 60 GPM at 60 PSI Required at discharge of Backflow Device - Field Verify

Irrigation Lateral Line PVC Schedule 40

Irrigation Mainline PVC Schedule 40

Pipe Sleeve PVC Schedule 40

ez

ez

ez ez

ez

rc

ws

FS

2

2

2

2

ez ez

ez

ez

766 ME

761 ME

770 ME

755 ME

212

2

2

743 ME

745 ME

C

AutoCAD SHX Text
N 87D1600 W 64827(P)
AutoCAD SHX Text
10
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
5PINE
AutoCAD SHX Text
6PINE
AutoCAD SHX Text
PED
AutoCAD SHX Text
SPEED LIMIT
AutoCAD SHX Text
W
AutoCAD SHX Text
STOP
AutoCAD SHX Text
TRACT A
AutoCAD SHX Text
BAYOU GRANDE TOWNHOME COMMUNITY TRACT A
AutoCAD SHX Text
PLAT BOOK 129 PAGE 93
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
60
AutoCAD SHX Text
50
AutoCAD SHX Text
50
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
50
AutoCAD SHX Text
45
AutoCAD SHX Text
70
AutoCAD SHX Text
41
AutoCAD SHX Text
41
AutoCAD SHX Text
45
AutoCAD SHX Text
60
AutoCAD SHX Text
50
AutoCAD SHX Text
45
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
70
AutoCAD SHX Text
70
AutoCAD SHX Text
45
AutoCAD SHX Text
50
AutoCAD SHX Text
50
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
CONSTRUCT FLOATING TURBITITY BARRIER
AutoCAD SHX Text
S 01D1244 W 33405(P)
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
E
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
E
AutoCAD SHX Text
C
AutoCAD SHX Text
L
AutoCAD SHX Text
R
AutoCAD SHX Text
E
AutoCAD SHX Text
C
AutoCAD SHX Text
L
AutoCAD SHX Text
R
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
R
AutoCAD SHX Text
L
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
2 12
AutoCAD SHX Text
2 12
AutoCAD SHX Text
1 12
AutoCAD SHX Text
34
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
2 12
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
DECEMBER 7 2020
AutoCAD SHX Text
1 = 20
AutoCAD SHX Text
2
AutoCAD SHX Text
3
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
IRRIGATION PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
MCE
AutoCAD SHX Text
MCE
AutoCAD SHX Text
-
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
20
AutoCAD SHX Text
40
AutoCAD SHX Text
20
AutoCAD SHX Text
N
AutoCAD SHX Text
M
AutoCAD SHX Text
ir
AutoCAD SHX Text
Valve Number
AutoCAD SHX Text
Valve Size
AutoCAD SHX Text
Valve Flow
AutoCAD SHX Text
Valve Callout
AutoCAD SHX Text
AutoCAD SHX Text
AutoCAD SHX Text
AutoCAD SHX Text
ES
AutoCAD SHX Text
CS
AutoCAD SHX Text
SS
AutoCAD SHX Text
RCS
AutoCAD SHX Text
LCS
AutoCAD SHX Text
E
AutoCAD SHX Text
L
AutoCAD SHX Text
R
AutoCAD SHX Text
C
AutoCAD SHX Text
S
AutoCAD SHX Text
F
AutoCAD SHX Text
H
AutoCAD SHX Text
T
AutoCAD SHX Text
Q
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
Q
AutoCAD SHX Text
T
AutoCAD SHX Text
H
AutoCAD SHX Text
F
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
Q
AutoCAD SHX Text
T
AutoCAD SHX Text
H
AutoCAD SHX Text
TT
AutoCAD SHX Text
TQ
AutoCAD SHX Text
F
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
Q
AutoCAD SHX Text
T
AutoCAD SHX Text
H
AutoCAD SHX Text
TT
AutoCAD SHX Text
TQ
AutoCAD SHX Text
F
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
H
AutoCAD SHX Text
Q
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
4
AutoCAD SHX Text
6
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
1408
AutoCAD SHX Text
1404
AutoCAD SHX Text
1402
AutoCAD SHX Text
1401
AutoCAD SHX Text
15
AutoCAD SHX Text
20
AutoCAD SHX Text
25
AutoCAD SHX Text
30

100

PVC SCH 80 TxT 90 ELL PVC SCH 80 TOE NIPPLE ------~ PVC SCH 80 MALE ADP ------shy

REMOTE CONTROL VALVE ---CENTERED IN OPENING

12 RECT VALVE BOX --

VALVE ID TAG ------1f H11__ ii

WIRE CONNECTORS-------11

3 GRAVEL SUMP~~~ bullbull bull BALL VALVE _________ __J

PVC SCH 80 NIPPLE

CONTROL WIRES

PVC MAIN LINE-------~ SCH 40 PVC FITTING ---------~

REMOTE CONTROL VALVE

EDP CURB WALK OR BEDLINE

FINISH GRADE -~

POP-UP SPRAY HEAD

SCH 40 PVC STREET ELL

SCH 40 PVC FITTING ON LATERAL LINE

6 min bullbull

PVC IPS FLEX PIPE 18 MIN

TURF SPRAY HEAD PROVIDE 12 MIN SPACE BETWEEN ALL

SPRINKLER HEADS AND ANY WALL OR STRUCTURE

bull bull bull ~

SCH 40 PVC MALE ADP -~-LJ

1 2 SCH 40 PVC PIPE SCH 40 PVC ELL

SCH40 PVC FITTIN~ TO LATERAL LINE

a L FINISH GRADE

5 REBAR STAKE L1NGTH A~ REQD

MIN 24 BELOW GRADE

u2 KAF-FLEX PVC HOSE - 18 MIN

SHRUB SPRAY HEAD PROVIDE 12 MIN SPACE BETWEEN ALL

SPRINKLER HEADS AND ANY WALL OR STRUCTURE

4

DESIGN

--+-----+-----------------1----DRAWN

REV DATE REVISION BY CHECKED

1 O ROUND -----shyVALVE PIT

N ~

MCE

MCE

FINISH GRADE

T-113 ____ _____ GATE VALVE

1 O PVC SLEEVE

SCH 40 PVC ----fft-shyMALE ADAPTER

111-o- -----Yll11= _

j tri~fft~fttli~ PVC MAIN LINE

~--FABRIC LINED 3 GRAVEL SUMP

ISOLATION GATE VALVE VALVE TO BE CENTERED IN THE VALVE BOX

EDP CURB WALK OR BEDLINE ------~

FINISH GRADE --~

POP-UP GEAR ROTOR __ __

SCH 40 PVC STREET ELL

[

SCH 40 PVC FITTING ON LATERAL LINE

6 min ----~-i middotmiddot ti

PVC IPS FLEX PIPE 18 MIN

TURF ROTOR HEAD PROVIDE 12 MIN SPACE BETWEEN ALL

SPRINKLER HEADS AND ANY WALL OR STRUCTURE

rn ( () bullbull1-~~ NYLON TIES LANT MATERIAL

12 POP-UP SHRUB ROTOR

J JJ

bullbull

SCH 40 PVC MALE ADP -~-LJ

34 SCH 40 PVC PIPE-~

SCH 40 PVC ELL---~

SCH40 PVC FITTING TO LATERAL LINE

L FINISH GRADE

5 REBAR STAKE LENGTH A~ REQD

MIN 24 BELOW GRADE

~3 4 KAF -FLEX PVC u HOSE - 18 MIN

SHRUB ROTOR HEAD PROVIDE 12 MIN SPACE BETWEEN ALL

SPRINKLER HEADS AND ANY WALL OR STRUCTURE

1 O ROUND----~ VALVE PIT

FINISH GRADE DECODER CABLE

--48 LOOP OF CABLE

FUSE (DCFD) --I-

10 PVC SLEEVE~

90 SWEEP ELL _____

SCH 80 CONDUIT j 00

o oo0 d 0 0 o iasOoOo Do lo~ 1sim~ 0~1 0

bull00bullgt~ bllrlf DECODER CABLE

3 GRAVEL SUMP

LANDSCAPE FABRIC

CABLE SPLICE BOX

--------TREE

F BUBBLER

1 12_~~~- ADAPTER

- middot -- - middot- -~---bull 0 -

t middot

~ FLEX PIPE

LATERAL LINE TEE J TREE BUBBLER

INSTALL FLEX PIPE (LOCATION AND DEPTH) TO BE PROTECTED FROM MAINTENANCE OPERATIONS (EDGING MOWING)

6

COUTSIDE WALL_)

G

2

G) IRRIGATION CONTROLLER

0 15-INCH PVC SCH 40 CONDUIT AND FITTINGS

0 DECODER CABLES

0 JUNCTION BOX

reg 1 -INCH PVC SCH 40 CONDUIT AND FITTINGS TO POWER SUPPLY

0 BARE COPPER GROUND WIRE FROM GROUNDING ROD PLATE

IRRIGATION CONTROLLER

12

TOP VI EW ~

COPPER GROUND PLATE-~ i~ ( 4 X 96 X 0625) 0 0+ 6 AWG SOLID

BAIIR_tEc__LC_cOl_c_PcP-degE_R _IWfl_ll_tltRE~~efp ELECTRODE SPHERE OF INFLUENCE

CONTROLLER ---~c~jT~1~0~~~~~ ~NDARIES CONCRETE PAD______ ~ -i__8 ~

---i

6 AWG SOLID BARE COPPER WIRE

DO NOT INSTALL ANY OTHER WIRES OR CABLE WITHIN THE SPHERE OF INFLUENCE

SIDE VIEW CONTROLLER

CONCRETE PAD

middot

JO MIN

PVC SWEEP ELL (1 1 2 OR LARGER)

5 AWG SOLID BARE EARTH CONTACT MATERIAL

COPPER WIRES 100 lbs min

GROUND PLATE MIN 8 FROM CONT

MINIMUM ACCEPTABLE RESISTANCE TO GROUND IS 15 OHMS USE ADDITIONAL GROUND PLATES OR GROUND RODS AS NEEDED

CONTROLLER GROUNDING

PROVIDE DIMENSIONS FROM PERMANENT FIXED OBJECTS ANO DEPTH OF COVER ON ALL MAINLINE AND SLEEVES BLDG

PROVIDE DIMENSIONS FROM TWO PERMANENT FIXED

VALVE 16 I

4 FROM SIDEWALK- - L ~ 10 FROM CORNER--f--i------t-1

OBJECTS FOR ALL VALVES SPLICE BOXES STUB-OUTS AND EARTH GROUNDS OF BLDG

1 f

SIDEWALK I LINES DRAWN FROM THE THE DIMENSIONED ITEM TO THE TWO REFERENCE OBJECTS SHOULD BE PERPENDICULAR TO EACH OTHER

3 SLEEVE-24 BELOW GRADE

5 FROM EOP 7 - I

bull b

I I

4 SLEEVE-I 24 BELOW GRADE

PAVEMENT I yen-IB-f

I I I

SPLICE BOX I 2 MAINLINE LIGHTPOLE I LtJ 15 FROM BOC f I 24 BELOW GRADEJ_ ~ I

17 FROM CORNER -16 FROM BOC i( - 26 - 7i -- ~---__ ____ __J_

I- 9 --VALVE 21 11 FROM BOC

BOC

_j EOP

FROM BOC I 26 FROM LIGHTPOLE

I

I ROADWAY

AS BUILT TYPICAL

SpoundUHOLpound frATpoundRFROHT PARK RRCATOH lJpoundTALS

SEMINOLE PINELLAS COUNTY FLORIDA

WORK ORDER NO 2016-32

DATE DECEMBER 7 2020

SCALE NTS

LEROY CHIN FL RLA 0001206 SHEET NO 3 OF 3

IRRIGATION NOTES 1 Irrigation system design requirements 60 GPM a minimum of 60 PSI at the point of connection The Irrigation Contractor

shall verify the available GPM and PSI prior to installation of the system

2 Do not willfully install the irrigation system as shown on the drawings when it is obvious in the field that conditions exist that might not have been considered in the design process For example obstructions grade differences water levels dimensional differences etc Refer to the Landscape Plan to avoid conflicts with proposed trees or shrubs

3 Piping may sometimes be indicated as being located in unlikely areas ie under buildings or pavement outside of property lines in lakes or ditches etc This is done for graphic clarity only Whenever possible piping is to be installed in open green areas

4 If required the Irrigation Contractor shall provide the necessary Right of Way use permits

5 Pipe sizes shall conform to those on the drawings Substituting with smaller pipe sizes will not be permitted

6 Mainline is to be installed with a minimum of 24 depth of cover Lateral lines are to be installed with a minimum of 12 depth of cover

7 Unless otherwise indicated all sleeves are to be PVC Sch 40 and two (2) nominal sizes larger than the pipe to be sleeved For example The sleeve for a 2 pipe shall be 3 No irrigation sleeve shall be smaller than 2

8 Wherever practical install valves in mulched beds andor out of high traffic areas All valves flush valves and wire splices shall be installed in Rain Bird wide flanged structural foam plastic valves boxes as follows

Remote Control Valves VB-STD (16w x 21l x 12h) std rect box Isolation Gate Valves VB-7RND (9dia x 9h) 7 round box Wire Splices VB-10RND (13dia x 10h) 10 round box

9 The bottom and sides of the valve boxes shall be lined with landscape fabric Install a 3 deep bed of gravel on the landscape fabric to create a drainage sump

10 Refer to Valve Designation Symbols for controller station number and designed flow rate for each remote control valve

11 The two-wire path between the controller and the decoders shall be two (2) UL Listed single strand type UF 600 Volt control cables (12-1 AWG) Use one (1) RED and one (1) BLUE colored wire to match color coded connections on the Decoders Maximum distance from the controller to the furthest decoder shall be 1500 Install ALL Decoder Cable in a 1 PVC conduit

12 All Decoders shall be installed in the valve box along with the solenoid that they are connected to

13 All splices to the control wiring shall be made with 3M DB_6 600 volt UL Listed direct bury splice kits Use yellow or red kits as needed

14 All pop-up sprinkler heads shall be installed level and flush to grade Mount all sprinklers on flexible connections as follows

12 inlet spray heads 18 of Heavy Wall PVC IPS Hose 34 inlet rotor heads 18 of Heavy Wall PVC IPS Hose

15 The tops of all shrub sprinklers shall be installed 12 above the height of the surrounding plant material For plant heights of 12 or more support the riser with a 5 rebar stake and nylon cable ties All risers shall be placed a minimum of 12 from any sidewalk edge of pavement or structure

16 Location of all sprinkler heads shall be site adjusted to minimize water overthrow onto building surfaces and walkways Throttle valves on spray zones as required to prevent fogging

17 Exact controller location(s) shall be coordinated with an Owners Representative prior to installation Unless otherwise stated the General Contractor shall provide 110 volt power to the controller location(s) The Irrigation Contractor is responsible for the connection from the power source to the controller(s) For outdoor mounted controllers the 110 volt service to the irrigation controller shall be in conduit All 110 volt electrical work shall meet Local Code

18 At each irrigation controller install a secondary surge arrester to the incoming (120 volt) power supply (Intermatic AG2401 or equal)

19 At each irrigation controller install an supplementary earth ground grid with a minimum of two (2) 4 x 96 grounding plates Test the resistance to earth per NFPA Standard 780 A acceptable earth ground should have 10 ohms or less resistance Use more plates or grounding rods as needed to achieve the desired resistance reading

20 The wireless rain shutoff device shall be installed to meet local codes andor minimum manufacturers recommendations Obstructions vandalism and ease of service shall be considered in locating the device

21 The IRRIGATION CONTRACTOR shall prepare an AS-BUILT drawing on reproducible paper detailing the actual installation of the irrigation system The AS-BUILT drawings shall locate all main line piping control wires wire splices sleeves and valves by showing exact measurements from permanent features (buildings edge of pavement power poles fire hydrants etc) Include depth of cover on mainline and sleeves

22 No product substitutions will be permitted without the written permission of the Owners Representative Irrigation Contractor to provide submittals to the Owners Representative for approval prior to installation

23 Any other equipment required that is not other wise detailed or specified shall be installed as per manufacturers recommendations and local code

WATER USE NOTE THIS SYSTEM IS DESIGNED TO APPLY 75 OF WATER TO THE IRRIGATED AREA RUNNING EACH ZONE NO MORE THAN ONCE PER WEEK WHILE OPERATING DURING THE ALLOWED TIME SLOTS FOUR DAYS PER WEEK

THIS SYSTEM MAY REQUIRE A VARIANCE FROM THE WATER MANAGEMENT DISTRICT TO OPERATE UNDER CURRENT OR FUTURE WATERING RESTRICTIONS

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

AutoCAD SHX Text
LEROY CHIN FL RLA 0001206
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
DECEMBER 7 2020
AutoCAD SHX Text
NTS
AutoCAD SHX Text
3
AutoCAD SHX Text
3
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
IRRIGATION DETAILS
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
MCE
AutoCAD SHX Text
MCE
AutoCAD SHX Text
-
AutoCAD SHX Text
34 SCH 40 PVC PIPE
AutoCAD SHX Text
SCH 40 PVC MALE ADP
AutoCAD SHX Text
USHRUB ROTOR HEAD
AutoCAD SHX Text
uTURF SPRAY HEAD
AutoCAD SHX Text
USHRUB SPRAY HEAD
AutoCAD SHX Text
12 SCH 40 PVC PIPE
AutoCAD SHX Text
SCH40 PVC FITTING
AutoCAD SHX Text
TO LATERAL LINE
AutoCAD SHX Text
SCH 40 PVC ELL
AutoCAD SHX Text
12 POP-UP SHRUB HEAD
AutoCAD SHX Text
SCH 40 PVC MALE ADP
AutoCAD SHX Text
MIN 24 BELOW
AutoCAD SHX Text
HOSE - 18 MIN
AutoCAD SHX Text
12 KAF-FLEX PVC
AutoCAD SHX Text
GRADE
AutoCAD SHX Text
SCH40 PVC FITTING
AutoCAD SHX Text
TO LATERAL LINE
AutoCAD SHX Text
LENGTH AS REQD
AutoCAD SHX Text
5 REBAR STAKE
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
12 POP-UP SHRUB ROTOR
AutoCAD SHX Text
SCH 40 PVC ELL
AutoCAD SHX Text
uTURF ROTOR HEAD
AutoCAD SHX Text
PLANT MATERIAL
AutoCAD SHX Text
NYLON TIES
AutoCAD SHX Text
POP-UP SPRAY HEAD
AutoCAD SHX Text
SCH 40 PVC FITTING
AutoCAD SHX Text
ON LATERAL LINE
AutoCAD SHX Text
SCH 40 PVC STREET ELL
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
EOP CURB WALK OR BEDLINE
AutoCAD SHX Text
POP-UP GEAR ROTOR
AutoCAD SHX Text
SCH 40 PVC FITTING
AutoCAD SHX Text
SCH 40 PVC STREET ELL
AutoCAD SHX Text
ON LATERAL LINE
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
EOP CURB WALK OR BEDLINE
AutoCAD SHX Text
MIN 24 BELOW
AutoCAD SHX Text
34 KAF-FLEX PVC
AutoCAD SHX Text
HOSE - 18 MIN
AutoCAD SHX Text
GRADE
AutoCAD SHX Text
LENGTH AS REQD
AutoCAD SHX Text
5 REBAR STAKE
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
PLANT MATERIAL
AutoCAD SHX Text
NYLON TIES
AutoCAD SHX Text
18 MIN
AutoCAD SHX Text
PVC IPS FLEX PIPE
AutoCAD SHX Text
18 MIN
AutoCAD SHX Text
PVC IPS FLEX PIPE
AutoCAD SHX Text
PROVIDE 12 MIN SPACE BETWEEN ALL
AutoCAD SHX Text
SPRINKLER HEADS AND ANY WALL OR STRUCTURE
AutoCAD SHX Text
PROVIDE 12 MIN SPACE BETWEEN ALL
AutoCAD SHX Text
SPRINKLER HEADS AND ANY WALL OR STRUCTURE
AutoCAD SHX Text
PROVIDE 12 MIN SPACE BETWEEN ALL
AutoCAD SHX Text
SPRINKLER HEADS AND ANY WALL OR STRUCTURE
AutoCAD SHX Text
PROVIDE 12 MIN SPACE BETWEEN ALL
AutoCAD SHX Text
SPRINKLER HEADS AND ANY WALL OR STRUCTURE
AutoCAD SHX Text
EOP CURB WALK
AutoCAD SHX Text
OR BEDLINE
AutoCAD SHX Text
EOP CURB WALK
AutoCAD SHX Text
OR BEDLINE
AutoCAD SHX Text
UTREE BUBBLER
AutoCAD SHX Text
LATERAL LINE TEE
AutoCAD SHX Text
12 MALE ADAPTER
AutoCAD SHX Text
BUBBLER
AutoCAD SHX Text
TREE
AutoCAD SHX Text
FLEX PIPE
AutoCAD SHX Text
INSTALL FLEX PIPE (LOCATION AND DEPTH) TO BE PROTECTED FROM MAINTENANCE OPERATIONS (EDGING MOWING)
AutoCAD SHX Text
PVC SWEEP ELL (1 12 OR LARGER)
AutoCAD SHX Text
6 AWG SOLID BARE COPPER WIRES
AutoCAD SHX Text
GROUND PLATE
AutoCAD SHX Text
EARTH CONTACT MATERIAL 100 lbs min
AutoCAD SHX Text
ELECTRODE SPHERE OF INFLUENCE BOUNDARIES
AutoCAD SHX Text
COPPER GROUND PLATE (4 X 96 X 0625)
AutoCAD SHX Text
DO NOT INSTALL ANY OTHER WIRES OR CABLE WITHIN THE SPHERE OF INFLUENCE
AutoCAD SHX Text
CONTROLLER
AutoCAD SHX Text
SIDE VIEW
AutoCAD SHX Text
CONCRETE PAD
AutoCAD SHX Text
6 AWG SOLID BARE COPPER WIRE
AutoCAD SHX Text
6 AWG SOLID BARE COPPER WIRE
AutoCAD SHX Text
C
AutoCAD SHX Text
TOP VIEW
AutoCAD SHX Text
UCONTROLLER GROUNDING
AutoCAD SHX Text
CONTROLLER
AutoCAD SHX Text
CONCRETE PAD
AutoCAD SHX Text
MIN 8 FROM CONT
AutoCAD SHX Text
MINIMUM ACCEPTABLE RESISTANCE TO GROUND IS 15 OHMS USE ADDITIONAL GROUND PLATES OR GROUND RODS AS NEEDED
AutoCAD SHX Text
UCABLE SPLICE BOX
AutoCAD SHX Text
3 GRAVEL SUMP
AutoCAD SHX Text
SCH 80 CONDUIT
AutoCAD SHX Text
VALVE PIT
AutoCAD SHX Text
10 ROUND
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
10 PVC SLEEVE
AutoCAD SHX Text
LANDSCAPE FABRIC
AutoCAD SHX Text
DECODER CABLE
AutoCAD SHX Text
DECODER CABLE FUSE (DCFD)
AutoCAD SHX Text
48 LOOP OF CABLE
AutoCAD SHX Text
90 SWEEP ELL
AutoCAD SHX Text
uISOLATION GATE VALVE
AutoCAD SHX Text
T-113
AutoCAD SHX Text
10 PVC SLEEVE
AutoCAD SHX Text
MALE ADAPTER
AutoCAD SHX Text
SCH 40 PVC
AutoCAD SHX Text
PVC MAIN LINE
AutoCAD SHX Text
GATE VALVE
AutoCAD SHX Text
VALVE PIT
AutoCAD SHX Text
10 ROUND
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
FABRIC LINED
AutoCAD SHX Text
VALVE TO BE CENTERED IN THE VALVE BOX
AutoCAD SHX Text
3 GRAVEL SUMP
AutoCAD SHX Text
AND FITTINGS
AutoCAD SHX Text
IRRIGATION CONTROLLER
AutoCAD SHX Text
5
AutoCAD SHX Text
4
AutoCAD SHX Text
AND FITTINGS TO POWER SUPPLY
AutoCAD SHX Text
1-INCH PVC SCH 40 CONDUIT
AutoCAD SHX Text
JUNCTION BOX
AutoCAD SHX Text
15-INCH PVC SCH 40 CONDUIT
AutoCAD SHX Text
5
AutoCAD SHX Text
4
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
3
AutoCAD SHX Text
3
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
OUTSIDE WALL
AutoCAD SHX Text
DECODER CABLES
AutoCAD SHX Text
uIRRIGATION CONTROLLER
AutoCAD SHX Text
6
AutoCAD SHX Text
BARE COPPER GROUND WIRE
AutoCAD SHX Text
FROM GROUNDING ROD PLATE
AutoCAD SHX Text
6
AutoCAD SHX Text
UAS BUILT TYPICAL
AutoCAD SHX Text
BLDG
AutoCAD SHX Text
PAVEMENT
AutoCAD SHX Text
SIDEWALK
AutoCAD SHX Text
EOP
AutoCAD SHX Text
3 SLEEVE
AutoCAD SHX Text
24 BELOW GRADE
AutoCAD SHX Text
5 FROM EOP
AutoCAD SHX Text
LIGHTPOLE
AutoCAD SHX Text
4 SLEEVE
AutoCAD SHX Text
24 BELOW GRADE
AutoCAD SHX Text
18
AutoCAD SHX Text
16 FROM BOC
AutoCAD SHX Text
9 FROM BOC
AutoCAD SHX Text
24 BELOW GRADE
AutoCAD SHX Text
BOC
AutoCAD SHX Text
ROADWAY
AutoCAD SHX Text
10 FROM CORNER OF BLDG
AutoCAD SHX Text
VALVE 16 4 FROM SIDEWALK
AutoCAD SHX Text
VALVE 21 11 FROM BOC 26 FROM LIGHTPOLE
AutoCAD SHX Text
26
AutoCAD SHX Text
S
AutoCAD SHX Text
SPLICE BOX 15 FROM BOC 17 FROM CORNER
AutoCAD SHX Text
17
AutoCAD SHX Text
2 MAINLINE
AutoCAD SHX Text
PROVIDE DIMENSIONS FROM PERMANENT FIXED OBJECTS AND DEPTH OF COVER ON ALL MAINLINE AND SLEEVES
AutoCAD SHX Text
PROVIDE DIMENSIONS FROM TWO PERMANENT FIXED OBJECTS FOR ALL VALVES SPLICE BOXES STUB-OUTS AND EARTH GROUNDS LINES DRAWN FROM THE THE DIMENSIONED ITEM TO THE TWO REFERENCE OBJECTS SHOULD BE PERPENDICULAR TO EACH OTHER
AutoCAD SHX Text
PVC MAIN LINE
AutoCAD SHX Text
SCH 40 PVC FITTING
AutoCAD SHX Text
uREMOTE CONTROL VALVE
AutoCAD SHX Text
CENTERED IN OPENING
AutoCAD SHX Text
PVC SCH 80 TxT 90 ELL
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
CONTROL WIRES
AutoCAD SHX Text
3 GRAVEL SUMP
AutoCAD SHX Text
PVC SCH 80 NIPPLE
AutoCAD SHX Text
12 RECT VALVE BOX
AutoCAD SHX Text
REMOTE CONTROL VALVE
AutoCAD SHX Text
PVC SCH 80 MALE ADP
AutoCAD SHX Text
BALL VALVE
AutoCAD SHX Text
PVC SCH 80 TOE NIPPLE
AutoCAD SHX Text
WIRE CONNECTORS
AutoCAD SHX Text
12
AutoCAD SHX Text
VALVE ID TAG
  • Project Manual Bid Documents
    • August 25 2021
      • INVITATION TO BID
        • INSTRUCTION TO BIDDERS
          • 2 Copies of Bid Documents
          • 3 Qualification of Bidders
            • BID FORMS
              • Waterfront Park Landscape and Irrigation Project
                • BID BOND
                  • Waterfront Park Landscape and Irrigation Project
                  • Quantitiesspecies subject to change
                      • IRRIGATION SCHEDULE C
                        • Total Cost to include all labor and material to install irrigation system according to the irrigation plans sheets 1 - 3
                          • BID SCHEDULE D (Summary)
                            • Schedule Amount
                              • Total
                                • STATEMENT OF BIDDERS QUALIFICATIONS
                                • CONSTRUCTION AGREEMENT
                                • Exhibit A
                                • PAYMENT BOND
                                • CERTIFICATE OF INSURANCE
                                • Notice to Proceed
                                • Change Order Form
                                  • In the space below itemize the change that is requested for the project and the total cost required to complete the requested change in contracted amount attach any contributing documentation as applicable
                                  • Contractor
                                  • Attest
                                  • Total Amount to be Retained Pending Final Completion $
                                  • City of Seminole
                                    • FINAL RECEIPT AND RELEASE
                                      • Project Waterfront Park Landscape and Irrigation Project
                                      • Section 01000
                                      • End of Section
                                      • Section 01010 Summary of Work
                                      • Waterfront Park Landscape and Irrigation Project
                                      • A Contact all affected agencies at least two (2) weeks prior to start of construction
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • Section 01510 Temporary Utilities
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                          • Waterfront Park Landscape and Irrigation Project Public Noticepdf
                                            • TITLE WATERFRONT PARK LANDSCAPE AND IRRIGATION PROJECT
                                            • ldquoSEALED BIDrdquo ldquoDO NOT OPENrdquo
                                              • Waterfront Park Landscape and Irrigation Project Public Noticepdf
                                                • TITLE WATERFRONT PARK LANDSCAPE AND IRRIGATION PROJECT
                                                • Contractorrsquos Name and Address
                                                • City of Seminole
                                                  • Soil Remedation Plan 5-24-2021pdf
                                                    • Sheets and Views
                                                      • Soil Remedation Plan
                                                          • revised tree landscape plan a 4-18-2021-LANDSCAPEPDF
                                                            • Sheets and Views
                                                              • LANDSCAPE
                                                                  • revised shrub landscape plan a 4-13-2021-Shrub Landscape Planpdf
                                                                    • Sheets and Views
                                                                      • Shrub Landscape Plan
                                                                          • IRR plan 022321-IR-01pdf
                                                                            • Sheets and Views
                                                                              • IR-01
                                                                                  • IRR plan 022321-IR-02pdf
                                                                                    • Sheets and Views
                                                                                      • IR-02
                                                                                          • IRR plan 022321-IR-03pdf
                                                                                            • Sheets and Views
                                                                                              • IR-03
Page 5: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT

provide future maintenance and service for the use of the subject of the contract and (9) any other circumstances which will affect the bidders performance of the contract

33 Each Bidder is required to show that he has handled former Work and that no just claims are pending against such Work No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance this Work

34 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes licenses or other monies due to the City

4 Liquidated Damages for Failure to Enter into Contract Should the Successful Bidder fail or refuse to enter into the Contract within ten (10) Calendar Days from the issuance of the Notice of Award the City shall be entitled to collect the amount of such Bidders Bid Guaranty as Liquidated Damages not as penalty but in consideration of the mutual release by the City and the Successful Bidder of all claims arising from the City s issuance of the Notice of Award and the Successful Bidders failure to enter into the Contract and the costs to award the Contract to any other Bidder to re-advertise or otherwise dispose of the Work as the City may determine best serves its interest

5 Project Coordination amp Time of Completion Time is of the essence with respect to the time of completion of the Project and any other milestones or deadline which are part of the Contract It will be necessary for each Bidder to satisfy the City of its ability to complete the Work within the Contract Time set forth in the Contract Documents

6 Examination of Contract Documents and Site Before submitting a Bid each Bidder shall

a Examine the Contract Documents thoroughly

b Visit the site to familiarize with local conditions that may in any manner affect the cost progress or performance of the Work

c Become familiar with Federal State and local laws ordinances rules and regulations that may in any manner affect cost progress or performance of the Work

d Study and carefully correlate Bidders observations with the Contract Documents And

e Notify the City of all conflicts errors ambiguities or discrepancies in or among the Contract Documents

On request the City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of a Bid It shall be the Bidders responsibility to make or obtain any additional examinations

5

investigations explorations tests and studies and obtain any additional information and data which pertain to the physical conditions (including without limitation surface subsurface and underground utilities) at or contiguous to the site or otherwise which may affect cost progress or performance of the work in accordance with the time price and other terms and conditions of the Contract Documents Location of any excavation or boring made by Bidder shall be subject to prior approval of the City and applicable agencies Bidders shall fill all holes restore all pavements to match the existing structural section and shall clean up and restore the site to its former condition upon completion of such exploration

The lands upon which the Work is to be performed rights-of-way and access thereto and other lands designated for use by Contractor in performing the Work are identified on the Drawings

Information and data reflected in the Contract Documents with respect to underground utilities at or contiguous to the site are based upon information and data furnished to the City and the Engineer by the owners of such underground utilities or others and neither the City nor the Engineer assume responsibility for the accuracy or completeness thereof It shall be the Contractors responsibility to locate all underground utilities

By submission of a Bid the Bidder shall be exclusively presumed to represent that the Bidder has complied with every requirement of these Instructions to Bidders that the Contract Documents are not ambiguous and are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the Work

7 Interpretations All questions about the meaning or intent of the Contract Documents shall be submitted to the City in writing

Written comments or questions must be received by the City at least Five (5) days (excluding Saturdays Sundays and Holidays) prior to the time set for the Bid Opening

If questions received by the City are deemed to be sufficiently significant and received sufficiently in advance of the Bid Opening an Addendum to the Bid Documents may be issued Otherwise a written copy of the question and decision or interpretation will be posted on the Cityrsquos web site It shall be the responsibility of each Bidder to make itself aware of all such posted questions and decisions or interpretations and by submitting a Bid each Bidder shall conclusively be deemed to have such knowledge After Bid Opening all Bidders must abide by the decision of the City as to all such decisions or interpretations Bidders may not rely upon oral interpretations of the meaning of the plans specifications or other bid documents and any oral or other interpretations or clarifications will be without legal force or effect

8 Quantities of Work Materials or quantities stated as unit price items in the Bid are supplied only to give an indication of the general scope of the Work The City does not expressly or by implication agree that the actual amount of Work or material will

6

correspond therewith and reserves the right after award to increase or decrease the quantity of any unit item of the Work without a change in the unit price The City also reserves the right to make changes in the Work (including the right to delete any bid item in its entirety or add additional bid items)

9 Substitutions The materials products and equipment described in the Bid Documents shall be regarded as establishing a standard of required performance function dimension appearance or quality to be met by any proposed substitution No substitution will be considered prior to receipt of Bids unless the Bidder submits a written request for approval to the City at least ten (10) days prior to the date for receipt of Bids Such requests for approval shall include the name of the material or equipment for which substitution is sought and a complete description of the proposed substitution including drawings performance and test data and other information necessary for evaluation including samples if requested The Bidder shall set forth changes in other materials equipment or other portions of the Work including changes of the work of other contracts which incorporation of the proposed substitution would require to be included The Engineers decision of approval or disapproval of a proposed substitution shall be final If the Engineer approves a proposed substitution before receipt of Bids such approval will be set forth in an Addendum Bidders shall not rely upon approvals made in any other manner

10 Bid Guaranty Each Bid shall as a guaranty of good faith on the part of the Bidder be accompanied by a Bid Guaranty consisting of a certified check or cashiers check made payable without condition to the City or a Bid Bond in the form set forth in the Bid Documents executed by an approved corporate surety in the favor of the City The amount of the Bid Guaranty shall not be less than 5 of the total Bid amount

Once the City issues a Notice of Award the apparent Successful Bidder has ten (10) Calendar Days to enter into a Contract in the form prescribed and to furnish the required Performance and Payment Bonds Failure to do so will result in forfeiture of the Bid Guaranty to the City as Liquidated Damages

Bid Guaranties for all except the three lowest qualified Bids shall be returned within five (5) Working Days of Bid Opening When the Successful Bidder files satisfactory Performance and Payment Bonds and Certificates of Insurance the Bid Guaranties of the lowest Bidders shall be returned

Each bidder shall guaranty its total bid price for a period of one hundred and eighty (180) Calendar Days from the date of the Bid Opening Except for forfeiture due to reasons discussed above Bid Guaranties of all Bidders shall be returned to them within sixty-five (65) Calendar Days from the date of Bid Opening

11 Bid Form The Bid Form provided by the City must be completed in ink or typed The Bidder shall specify a unit price in figures for each pay item for which a quantity is given and shall provide the products (in numbers) of the respective unit prices and quantities in the Extended Amount column The total Bid price shall be equal to the sum of all extended

7

amount prices When an item in the Bid Schedule provides a choice to be made by the Bidder Bidders choice shall be indicated in accordance with the specifications for that particular item and thereafter no further choice shall be permitted

Where the unit of a pay item is lump sum the lump sum amount shall be shown in the extended amount column and included in the summation of the total

Bid All blank spaces in the Bid Form must be properly filled out

Bids by corporations must be executed in the corporate name by the president or vice president or other corporate office accompanied by evidence of authority to sign The corporate seal must be affixed and attested by the secretary or an assistant secretary

The corporate address and state of incorporation shall be shown below the signature

Bids by partnerships must be executed in the partnership name and signed by a partner whose title must appear under the signature and the official address of the partnership must be shown below the signature

All names must be typed or printed below the signature line

The Bid shall contain an acknowledgment of receipt of all Addenda the numbers ofwhich shall be filled in on the Bid Form

The address to which communications regarding the Bid are to be directed must be shown

12 Irregular Bids A Bid will be considered irregular and may be rejected for the following reasons

a Submission of the Bid on forms other than those supplied by the City

b Alteration interlineations erasure or partial detachment of any part of theforms which are supplied herein

c Inclusion of unauthorized additions conditional or alternate Bids or irregularities of any kind which may tend to make the Bid incomplete indefinite or ambiguous as to its meaning

d Failure to acknowledge receipt of any or all issued Addenda

e Failure to provide a unit price or a lump sum price as appropriate for each pay item listed except in the case of authorized alternative pay items

f Failure to list the names of Subcontractors used in the Bid preparation as required in the Bid Form

8

g Submission of a Bid that in the opinion of the City Manager is unbalanced so that each item does not reasonably carry its own proportion cost or which contains inadequate or unreasonable prices for any item

h Tying of the Bid with any other bid or contract

and

i Failure to calculate Bid prices as described

herein

13 Submission of Bids The completed Bid Form and Bid Guaranty shall be submitted at the time and place indicated in the Invitation to Bid and must be in an opaque sealed envelope marked SEALED BID with the project title and the name and address of the Bidder

14 Modification and Withdrawal of Bids before Opening Bids may be modified or withdrawn by an appropriate document duly executed and delivered to the place where Bids are to be submitted at any time prior to Bid Opening

15 Opening of Bids Bids will be opened and read aloud at the time and place stated in the Invitation to Bid All Bidders their representatives and other interested parties are encouraged to attend the Bid Opening

Within five (5) Working Days after Bid Opening all Bids will be tabulated and the bid tabulation sheets will be available to the public

16 Disqualification of Bidders A Bid will not be accepted from nor shall a Contract be awarded to any person firm or corporation that is in arrears to the City upon debt or contract or that has defaulted as surety or otherwise upon any obligation to the City or that is deemed irresponsible or unreliable

Bidders may be required to submit satisfactory evidence that they are responsible have a practical knowledge of the project bid upon and that they have the necessary financial and other resources to complete the proposed Work

Either of the following reasons without limitation shall be considered sufficient to disqualify a Bidder and Bid

a More than one Bid is submitted for the same Work from and individual firm or corporation under the same or different name and

b Evidence of collusion among Bidders Any participant in such collusion shall not receive recognition as a Bidder for any future work of the City until such participant has been reinstated as a qualified bidder

9

17 Withdrawal of Bids after Opening No Bid may be withdrawn by any bidder for sixty five (65) Calendar Days after Bid Opening

18 Evaluation of Bids and Bidders The City reserves the right to

- reject any and all Bids - accept a Bid other than the low Bid - waive any informalities - negotiate final terms with the Successful Bidder and - disregard all nonconforming nonresponsive or conditional Bids

Evaluation of the bids will be based upon Schedule D which totals the itemized pricing for each work location

Discrepancies between words and figures will be resolved in favor of words Discrepancies between Unit Prices and Extended Prices will be resolved in favor of the Unit Prices Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum The corrected extensions and totals will be shown in the tabulation of Bids

The City may consider the qualifications and experience of Subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for those portions of the work as to which the identity of Subcontractors and other persons and organizations must be submitted Operating costs maintenance considerations performance data and guarantees of materials and equipment may also be considered by the City

The City will conduct such investigations as deemed necessary to assist in the evaluation of any bid and to establish the responsibility qualifications and financial ability of the Bidders proposed Subcontractors and other persons and organizations to do the Work in accordance with the Contract Documents to the City s satisfaction within the Contract Time

The Bidder shall furnish the City all information and data requested by the City to determine the ability of the Bidder to perform the Work The City reserves the right to reject the Bid if the evidence submitted by or investigation of such Bidder fails to satisfy the City that such Bidder is properly qualified to carry out the obligations of the Contract and to complete the Work contemplated therein

By submitting a Bid each Bidder authorizes the City to perform such investigation of the Bidder as the City deems necessary to establish the responsibility qualifications and financial ability of the Bidder and by its signature thereon authorizes the City to obtain reference information concerning the Bidder and releases the party providing such information and the City from and all liability to the Bidder as a result of such reference information so provided The City reserves the right to reject the Bid of any Bidder who does not pass any evaluation to the Cityrsquos satisfaction

10

If the Contract is to be awarded it will be awarded to the Bidder who by evaluation the City determines will best meet the Cityrsquos interests

The City reserves the right to accept or reject the Work contained in any of the Bid Schedules or alternates either in whole or in part

19 Award of Contract Unless otherwise indicated a single award will be made for all the bid items in an individual bid schedule In the event that the Work is contained in more than one Bid Schedule the City may award Schedules individually or in combination In the case of two Bid Schedules which are alternative to each other only one of such alternative Schedules will be awarded Within sixty-five (65) Calendar Days of Bid Opening the City will issue a Notice of Award to the Successful Bidder which will be accompanied by three (3) unsigned copies of the Contract and the Performance and Payment Bond forms Within ten (10) Calendar Days thereafter the Successful Bidder shall sign and deliver two (2) copies of the Contract Performance Bond Payment Bond and Certificates to Insurance to the City Within ten (10) Calendar Days thereafter the City will deliver the Notice to Proceed No contract shall exist between the Successful Bidder and the City and the Successful Bidder shall have no rights at law or in equity until the Contract has been duly executed by the City

The Successful Bidders failure to sign and submit a Contract and other documents set forth in this Paragraph in the Special Conditions andor in the Special Provisions within the prescribed time shall be just cause of annulment of the award and the forfeiture of the Bid Guaranty The award of Contract may then be made to the next qualified Bidder in the same manner as previously prescribed

20 Insurance The Contractor shall secure and maintain such insurance policies as will provide the coverage and contain other provisions specified in the Contract Documents

The Contractor shall file one (1) copy of the policies or Certificates of Insurance acceptable to the City with the Public Works Director within (10) Calendar Days after Issuance of the Notice of Award These Certificates of Insurance shall contain a provision that coverage afforded under the policies shall not be canceled unless at least thirty (30) Calendar Days prior written notice has been given to the City

21 Sales and Use Taxes The Contractor and all Subcontractors are required to obtain exemption certificates from the Florida Department of Revenue for sales and use taxes in accordance with the provisions of the General Contract Conditions Bids shall reflect this method of accounting for sales and use taxes on materials fixtures and equipment

22 Affirmative Action In executing a Contract with the City the Contractor agrees to comply with Affirmative Action and Equal Employment Opportunity regulations presented in the General Conditions

11

23 Pre-Construction and Public Meetings Prior to the commencement of construction activities a preconstruction meeting will be held which shall include the Contractor representatives of the City and others affected by or involved in the project Attendance by Contractor selected for the project is mandatory

24 Pre-Bid Meeting See the Special Conditions for details of the pre-bid meeting

25 Collusive Agreement Each bidder submitting a Bid to the City for any of the work contemplated by the documents on which bidding is based by execution of the Bid Form shall be certifying by execution thereof that heshe has not entered into a collusive agreement with any other person firm or corporation in regard to any Bid submitted Before executing any subcontract the successful Bidder shall submit the name of any proposed subcontractor for prior approval and a non-collusion statement substantially in the form provided or requested by the City

26 Illegal Alien Employment Compliance The selected Contractor will be required to execute an Illegal Alien Employment Compliance statement along with the Contract as contained in these Bid Documents

12

BID FORM

Waterfront Park Landscape and Irrigation Project

To City of Seminole Department of Public Works 9199 113th Street North Seminole FL 33772

The undersigned Bidder having thoroughly examined the Specifications and other Bid Documents having investigated the location of and conditions affecting the proposed Work and being acquainted with and fully understanding the extent and character of the Work covered by this Bid and all other factors and conditions affecting or which may be affected by the Work

HEREBY PROPOSES and agrees if this Bid is accepted to enter into a Contract with the City on the form included in the Contract Documents and to furnish all required materials tools equipment and plant to perform all necessary labor and superintendence and to undertake and complete the Work or approved portions thereof in full accordance with and in conformity with the Construction Drawings Specifications and all other Contract Documents hereto attached or by reference made a part hereof and for the following prices as shown on the Bid Schedule

The undersigned Bidder hereby agrees to execute the Contract in conformity with this Bid to have ready and furnish the require Performance and Payment Bonds executed by a Surety acceptable to the City and provide Certificates of Insurance evidencing the coverage and provisions set forth in the Contract within ten (10) Calendar Days of the Citys issuance of a Notice of Award

Enclosed herewith is a Bid Guaranty as defined in the attached Instructions to Bidders in the amount of which Bid Guaranty the undersigned Bidder agrees to be paid to and become the property of the City as Liquidated Damages and not as penalty should the Bid be accepted the Contract Notice of Award issued and should the Bidder fail or refuse for any reason to enter into the Contract in the form prescribed The Bidder shall furnish all required Bonds and Insurance Certificates within ten (10) Calendar Days of issuance of the Notice of Award

13

The Following persons firms or corporations are interested as joint ventures partners or otherwise with the undersigned Bidder in this proposal

Name

Address

Name

Address

If there are no such persons firms or corporations please so state in the following space

Date _________________________________

14

The undersigned Bidder proposes to subcontract the following portion of Work of Name and address of Sub-Contractor Description of work to be performed

Contract

The undersigned Bidder acknowledges responsibility for ensuring any and all Subcontractors conform and comply with all terms and conditions of the Contract Documents

The undersigned Bidder acknowledges the right of the City to reject any and all Bids submitted accept a Bid other than the lowest and to waive informalities and irregularities therein in the Citys sole discretion

By submission of the Bid each Bidder certifies and in the case of a joint Bid each party thereto certifies as to his own organization that this Bid has been arrived at independently without collusion consultation communication or agreement as to any matter relating to this Bid with any other Bidder or with any competitor

The Work shall be completed within the Contract Time as Specified in the Special Conditions

Bidder hereby acknowledges receipt of Addenda Numbers

By submission of a Bid the Bidder shall be conclusively presumed to represent that the Bidder has complied with every requirement of the Instructions to Bidders

Bidder by his signature hereon hereby authorizes the obtaining of reference information containing the Bidders qualifications experience and general ability to perform the work and hereby releases the party providing such information and the City from any and all liability to Bidder as the result of such reference information being provided Bidder further waives any right to receive copies of information so provided to the City

Bidder agrees to perform all Work described in the Contract Documents for the unit prices or the lump sum as shown on the Bid Form and acknowledges that the quantities shown on the Bid Schedule are approximate only and are intended principally to serve as guides for the purpose of comparing and evaluating Bids

15

___________________________________________________

It is further agreed that any quantities of work to be performed at unit prices and material to be furnished may be increased or decreased as may be considered necessary in the opinion of the City to complete the Work fully as planned and contemplated and that all quantities of Work whether increased or decreased are to be performed at the unit prices set forth in the Bid except as otherwise provided for in the Contract Documents

By submitting a Bid the Bidder acknowledges that the bid process is solely intended to serve the public interest in achieving the highest quality of services and goods at the lowest price and that no right interest or expectation shall inure to the benefit of the Bidder as the result of any reliance or participation in the process

The undersigned Bidder further grants to the City the right to award this Contract on the basis of any possible combination of base bids and alternate(s) (if any) that best suits the Citys needs

Dated this day of 2021

Bidder

Address

Name printed _

Title

If a corporation

State of incorporation _

Attest

(Seal)

16

BID BOND

Waterfront Park Landscape and Irrigation Project

KNOW ALLMEN BYTHESEPRESENTS

That we ( an individual

A partnership a corporationIncorporated in the State of )

asPrincipaland (incorporated in the

State of ) as Surety are held and firmly bound unto the

City of Seminole Florida (herein after called City) in the penal sum of

Dollars ($ ) lawful money of the United States for the payment of which sum we bind ourselves our heirs executorsadministratorssuccessors andassigns jointly andseverally firmlyby these presents

THECONDITION OF THIS OBLIGATION IS SUCH thatWHEREASthe Principalhas

submitted the accompanying Bid dated_ for

Construction of the Waterfront Park Landscape and Irrigation Project (the Project) for the

City and

WHEREAS the City has required as a condition for receiving said Bid that the Principal deposit with the City either a cashiers check a certified check or a letter of credit equivalent to not less than five percent (5) of the amount of said Bid or in lieu thereof furnish a Bid Bond for said amount conditioned that in event of a failure to execute the proposed Contract for such construction and to provide the required Performance and Payment Bonds and Insurance Certificates if the Contract be awarded to the Bidder that said sum be paid immediately to the Cityas Liquidated Damages and not as penalty for the Principals failure to perform

NOW THEREFORE if the principalshall within the period specified therefore on the attached prescribed forms presentedto the Bidder for signature enter into a written Contract with the City in accordance with said Bid as accepted and give Performance and Payment Bonds with good and sufficient Suretyor Sureties as may be required upon the forms prescribed by the City for the faithful performanceand the proper fulfillmentof saidContract provide Certificates of Insurance as required by said Contract and provide all other information and documentationrequired by the Contract Documents then this obligationshall be void and of no effect otherwise to remain in full force and effect In the event suit is brought upon this bond by the City and the Cityprevails the principal and Suretyshall pay all costs incurred by the City in such suit including reasonable attorneys fees andcosts to be fixed by the Court

17

IN WITNESS WHEREOF the above bound parties have executed this instrument under theirseveral sealsthename and corporatesealofeachcorporatepartybeingheretoaffixedandduly signedby its undersignedrepresentative pursuantto authority of its governingboard

Datethis day of 2021

Principal

Address

Signed

(Seal) Title

Surety

Address

Signed

(Seal) Title

18

Instructions for completing Bid Bond

1 The full legalnameand residence of eachindividual executingthisBond asPrincipal must be inserted in the first paragraph

2 If thePrincipal isapartnership thefullname of thepartnership andall individualsmustbe inserted inthefirstparagraph whichmust recite that individuals arepartnerscomposingthe partnership andallpartnersmust execute theBondasindividuals

3 TheStateof incorporationofeachcorporatePrincipalorSuretytotheBondmust be inserted inthefirstparagraph andtheBondmustbe executedunder thecorporate seal of saidpartyattestedby its secretaryor other appropriate officer

4 Attach a copyof the powerof attorney for theSuretys agent

ENDOFBIDBOND

19

BID TABULATION

TREE PLANTING SCHEDULE A

CANOPY TREES SIZE QTY CostUOM COST

Golden ShowerGolden Chain 12-15rsquo- 3rdquo dia 24

Cathedral Live Oak 12-15rsquo- 3rdquo dia 4

Shumard Oak 12-15rsquo- 3rdquo dia 7

Magnolia 12-15rsquo- 3rdquo dia 11

Red Maple 12-15rsquo- 3rdquo dia 16

Royal Poinciana 12-15rsquo- 3rdquo dia 1

Bald Cypress 12-15rsquo- 3rdquo dia 30

Rainbow Eucalyptus 12-15rsquo- 3rdquo dia 7

Southern Red Cedar 10-12rsquo- 3rdquo dia 7

PALMS SIZE QTY CostUOM COST

Foxtail Palm 15rsquo Clear trunk 4

Medjool Palm 15rsquo Clear trunk 10

Christmas Palm 6rsquo Clear trunk 11

UNDERSTORY TREES SIZE QTY CostUOM COST

Weeping Willow 8rsquo-10rsquo-2rdquo dia 15

Weeping Bottlebrush 8rsquo-10rsquo-2rdquo dia 10

Crape Myrtle Natchez 8rsquo-10rsquo-2rdquo dia 2

Crape Myrtle Muskogee 8rsquo-10rsquo-2rdquo dia 2

20

UOM = Unit of Measurement

UNDERSTORY TREES Jatropha Tree

SIZE 6rsquo single trunk

QTY 15

CostUOM COST

Silver Buttonwood 6rsquo-2rdquo dia 24

Tree Ligustrum Tree 6rsquoX6rsquo 2rdquo dia 18

Tee Olive ldquoButter Yellowrdquo 6rsquo-2rdquo dia 11

Buddha Belly Bamboo 36rdquo 5gal 1

White Simon Bamboo 14-24rdquo 3gal 17

Tropical Blue Bamboo 14-24rdquo 3gal 15

Red Clumping Bamboo 14-24rdquo 3gal 20

Soil Preparation QTY COST

Lump Sum

Mobilization QTY COST

Lump Sum

Labor QTY COST

Lump Sum

TOTAL Lump Sum

Quantitiesspecies subject to change

21

SHRUB PLANTING SCHEDULE B

SHRUB SIZE QTY CostUOM COST

Azaleas Florida Flame 18rdquo-24rdquo 3gal 63

Banana Shrub 18rdquo-24rdquo 3gal 138

Butterfly Bush 18rdquo-24rdquo 3gal 76

Sasanqua Camellias 18rdquo-24rdquo 3gal 127

Cape Jasmine Poor Man Gardenia 18rdquo-24rdquo 3gal 113

Cord Grass 18rdquo-24rdquo 3gal 167

Dwarf Firebush 18rdquo-24rdquo 3gal 105

Fountain Grass 18rdquo-24rdquo 3gal 166

Jatropha Shrub Form 18rdquo-24rdquo 3gal 46

Muhly Grass 18rdquo-24rdquo 3gal 142

Pickerel Weed 18rdquo-24rdquo 3gal 46

Plumbago 18rdquo-24rdquo 3gal 77

Dwarf Simpsonrsquos Stopper 18rdquo-24rdquo 3gal 35

Tea Olive Shrub Form 18rdquo-24rdquo 3gal 17

Ligustrum Shrub Form 18rdquo-24rdquo 3gal 43

GROUNDCOVER amp VINES SIZE QTY CostUOM COST

Confederate Jasmine Spr 18rdquo-24rdquo 3gal 18

Large Blue Iris Spr 8rdquo-6rdquo 1gal 323

Blue Fortune Spr 8rdquo-10rdquo 1gal 1028

Sweet Alyssum Spr 8rdquo-6rdquo 1gal 1009

22

1- 1-GROUNDCOVER amp VINES SIZE QTY CostUOM COST

Ligustrum Shrub Form Spr 8rdquo-10rdquo 1gal 1865

GROUNDCOVER amp VINES QTY COST Lump Sum

Soil Preparation QTY COST Lump Sum

Mobilization QTY COST Lump Sum

Labor QTY COST Lump Sum

TOTAL Lump Sum Quantitiesspecies subject to change

23

IRRIGATION SCHEDULE C Total Cost to include all labor and material to install irrigation

system according to the irrigation plans sheets 1 - 3

Quantity UOM Item description CostUOM COST 337 EA HTRPROS12NSI 12

HUNTER PRO SPRAY POP-UP NSI BLACK CAP NO SIDE INLET

337 EA HTR12H 12rdquo HUNTER 12rdquo HALF NOZZLE

307 EA RBL1401 12 RB 1400 14 GPM BUBBLER FIP 1404

10 EA HTR12000 HUNTER 120-00 POTOR PCFC

800 FT FXP005B 12 FLEXIBLE PVC PIPE BLACK

337 EA S4P90MS005 12 SCH40 PVC ST 90 ELBOW MXS 410-005

10 EA S4P90MS101 34 X 12 SCH40 PVC 90 ELBOW MXS 410-101

4 EA HTRtCV101G 1 HUNTER 1 STRAIGHT VLV WFC 200PSI

14 EA HTRICV151G 1-12 HUNTER 1-12 STRAIGHT VLV WFC 220 PSI

4 EA VLPBV010S 1 PVC BALL VALVE SLIP X SLIP

14 EA VLPBV015S 1-12 PVC BALL VALVE SLIP X SLIP

2 EA SOVGV020FS 2 SOVAL 2 BRASS GATE VALVE CONTAINS LEAD

24

Quantity UOM Item description CostUOM COST 19 EA NDB113BC

NDS STANDARD BOX W GREEN LID 1 EA NDB111BC 10

NDS 10 RND BOX W GREEN LID 1 EA HTRICV201GFS 2

HUNTER 2 STR VLV WFC FILTER SENTRY

1 EA HTRl2C800PL 8 STA HUNTER ICC2 BASE CONTROLLER PLASTIC HUNTER ICC2 8 STA BASE CONTROLLER PLASTIC CAB

1 EA HTREZDM HUNTER DECODER OUTPUT MOD HUNTER SINGLE STATION DECODER I CORE DUAL

18 EA HTREZ1 HUNTER SINGLE STATION DECODER HUNTER SINGLE STATION DECODER I CORE DUAL

1 EA HTRICV201GFS 2 HUNTER 2 STR VLVWFC FILTER

1 EA HTRl2C800PL 8 STA HUNTER ICC2 BASE CONTROLLER PLASTIC HUNTER ICC2 8 STA BASE CONTROLLER PLASTIC CAB

1 EA HTREZDM HUNTER DECODER OUTPUT MOD HUNTER SINGLE STATION DECODER I CORE DUAL

1 EA HTRHFS HUNTER FLOW SENSOR FOR ACC

1 EA HTRFCT2002 HUNTER 2 SENSOR BODY FOR FLOW-CLIK

7680 FT BEP007SCH40 34 PVC PIPE SCH 40 BE

1540 FT BEP010SCH40 1 PVC PIPE SCH 40 BE

1600 FT BEP012SCH40 1-14 PVC PIPE SCH 40 BE

25

Quantity UOM Item description CostUOM COST 120 FT BEP015SCH40 1-12

PVC PIPE SCH 40 BE 300 FT BEP020SCH40 2

PVC PIPE SCH 40 BE 60 FT BEP025SCH40 2-12

PVC PIPE SCH 40 BE 100 FT BEP015SCH40 1-12

PVC PIPE SCH 40 BE 1900 FT BEP020SCH40 2

PVC PIPE SCH 40 BE 380 FT BEP025SCH40 2-12

PVC PIPE SCH 40 BE 3 RL WIC1402JH1000BL 1000

IRR 142 HUNTER JACKETED BLUE

840 FT BEP040SCH40 4 PVC PIPE SCH 40 BE

Mobilization QTY COST

Lump Sum

Labor Materials and Installation QTY COST

Lump Sum

TOTAL

26

BID SCHEDULE D (Summary)

Schedule Amount

A Lump Sum Tree Planting Schedule

B Lump Sum Shrub Planting Schedule

C Lump Sum Irrigation Schedule

Total (Schedule A+B+C)

27

_ _ _

STATEMENT OF BIDDERS QUALIFICATIONS

All questions must be answered and the data given must be clear and comprehensive This statement must be notarized If necessary questions may be answered on separate attached sheets The Bidder may submit any additional information he desires

1 Name of Bidder

2 Permanent main office address

3 When organized

4 If a corporation where incorporated _________________________________

5 How many years have you been engaged in the contracting business under your

present firm or trade name

6 Contracts on hand (Schedule these showing the amount of each contract and theappropriate anticipated dates of completion) List the location and type ofconstruction Owner and Engineer for each project with contact persons andphone numbers for the Owner and Engineer of each project

28

7 General character of Work performed by your company

8 Have you ever failed to complete any Work awarded to you

If so where and why

9 Have you ever defaulted on a contract

If so where and why

10 Have you ever had any projects terminated by the City

If so where and why

11 List the more important projects recently completed by your company stating theapproximate cost of each the month and year completed location and type ofconstruction Owner and Engineer for each project with the telephone numberwhere each may be contacted Do not list projects that are listed under item 6 above

29

12 List your major equipment available for this contract

13 Experience in construction Work similar in scope to this project If completed in the last 5 years please provide the same information (names contacts) as requested for item 11 above

14 Background and experience of the principal members of your organization including officers

30

15 Credit available $

16 Bank reference

17 Will you upon request fill out a detailed financial statement and furnish any otherinformation that may be required by the City

18 Are you licensed as an Excavator General Contractor or under any other title If

yes in what city county and state

What class license and numbers

19 Do you anticipate subcontracting Work under this Contract If yes what percent of

total contract price

List type of work to be subcontracted (list subcontractors I suppliers on a separatesheet and attach it to this form)

20 Are you involved in any lawsuits and for are any lawsuits pending against you oryour firm at this time

If yes DETAIL

21 What are the limits of your public liability DETAIL

What company

22 What are your companys bonding limitations

31

23 Name of proposed Superintendent for this project Said person shall be required onthe project unless agreed upon otherwise in writing by the City

24 The undersigned hereby authorizes and requests any person firm or corporation to furnish any information requested by the City in verification of the recital comprising this Statement of Bidders Qualifications The undersigned further agrees that they will not bring suit in a court of law for any information that is furnished to the OWNER in good faith by said parties or persons responding to Cityrsquos requests for information concerning Bidders qualifications

Dated this day of 2021

Name of Bidder

By

Title

State of

County of

being duly sworn deposes and says that he or she is of and that (Name of organization) the answers to the foregoing questions and all statements therein contained are complete true and correct Subscribed and sworn to before me this day of 2021

Notary Public

My commission expires

32

VENDOR SWORN STATEMENT ON PUBLIC ENTITY CRIMES FLORIDA STATUTES SECTION 287133(3) (a)

THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS

1 This sworn statement is submitted to (print name of public entity)

by (print individualrsquos name and title)

for (print name of entity submitting sworn statement)

whose business address is

and (if applicable) its Federal Employer Identification Number (FEIN) is

(If the entity has no FEIN include the Social Security Number of the individual signing this sworn statement )

2 I understand that a ldquopublic entity crimerdquo as defined in Paragraph 287133(1)(g) Florida Statutes means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States including but not limited to any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust fraud theft bribery collusion racketeering conspiracy or material misrepresentation

3 I understand that ldquoconvictedrdquo or ldquoconvictionrdquo as defined in Paragraph 287133(1) (b) Florida Statutes means a finding of guilt or a conviction of a public entity crime with or without an adjudication of guilt in any federal or state trial court of record relating to charges brought by indictment or information after July 1 1989 as a result of a jury verdict nonjury trial or entry of a plea of guilty or nolo contendere

4 I understand that an ldquoaffiliaterdquo as defined in Paragraph 287133(1)(a) Florida Statutes means

a A predecessor or successor of a person convicted of a public entity crime or

b An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime The term ldquoaffiliaterdquo includes those officers directors executives partners shareholders employees members and agents who are active in the management of an affiliate The ownership by one person of shares constituting a controlling interest in another person or a pooling of equipment or income among persons when not for fair case that one person controls another person A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate

33

5 I understand that a ldquopersonrdquo as defined in Paragraph 287133(1) (a) Florida Statutes means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity or which otherwise transacts or applies to transact business with a public entity The term ldquopersonrdquo includes those officers directors executives partners shareholders employees members and agents who are active in management of an entity

6 Based on information and belief the statement which I have marked below is true in relation to the entity submitting this sworn statement (Indicate which statement applies)

Neither the entity submitting this sworn statement nor any of its officers directors executives partners shareholders employees members or agents who are active in the management of the entity nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1 1989

The entity submitting this sworn statement or one or more of its officers directors executives partners shareholders employees members or agents who are active in the management of the entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1 1989

The entity submitting this sworn statement or one or more of its officers directors executives partners shareholders employees members or agents who are active in the management of the entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1 1989 However there has been a subsequent proceeding before a Hearing Officer of the State of Florida Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (Attach a copy of the final order)

I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECITON 287017 FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM

(Signature)

Sworn to and subscribed before me this day of 2021

Personally known or produced identification (Type of identification)

State of Florida City of My commission expires (Notary Public)

34

CONSTRUCTION AGREEMENT

THIS CONSTRUCTION AGREEMENT is made this _____ day of ______________2021 by and

between (hereinafter referred to as ldquoContractorrdquo) and the City of Seminole Florida a Florida municipal corporation (hereinafter the ldquoCityrdquo)

WITNESSETH

WHEREAS the City desires that Contractor perform the duties of general contractor for the construction of certain improvements namely the Waterfront Park Landscape and Irrigation Project (hereinafter the ldquoProjectrdquo) and

WHEREAS Contractor desires to perform such h duties pursuant to the terms and conditions provided for in this Agreement and

writing WHEREAS the parties hereto desire to set forth certain understandings regarding the Project in

NOW THEREFORE for and in consideration of the mutual promises and covenants contained herein and other good and valuable consideration the receipt and sufficiency of which is hereby acknowledged the parties agree as follows

1 Statement of Work Contractor agrees to manage and supervise the construction of theproject located in the City of Seminole Pinellas County Florida as directed by the City and pursuant to the City of Seminole Design Standards and according to the plans and specifications approved by the City Contractor shall (a) furnish all tools equipment supplies superintendence transportation and other construction accessories services and facilities (b) furnish all materials supplies and equipment specified to be incorporated into and form a permanent part of the complete work (c) provide and perform all necessary labor in a substantial and skillful manner and in accordance with the provisions of this Agreement and (d) execute construct and complete all work included in and covered by this Agreement

2 Time of Commencement and Completion Construction under this Agreement will beginon or after receiving the Notice to Proceed and shall be completed by February 10th 2022 (ldquoCompletion Daterdquo) The Completion Date may at the Cityrsquos sole discretion be extended if approved by the City in writing but in no event may the Completion Date extend beyond February 28th 2022 If due to misconduct or neglect Contractor fails to complete the Project on or before the Completion Date the City may deduct liquidated damages in the amount of $500 the first day and $100 for each additional day the Contractor works beyond this date Such liquidated damages shall be deemed to be a genuine pre- estimate of the foreseeable damages incurred by City and in no way can be construed as a penalty It is understood by Contractor and the City that actual damages caused by Contractorrsquos failure to complete this Agreement on time are impracticable or extremely difficult to fix and that the per diem deduction from the contract price will be retained by the City as payment by Contractor of liquidated damages and not as a penalty

3 Compensation City shall pay and Contractor shall receive the contract price of$ as stipulated in the Notice of Award attached to this contract as Exhibit A and incorporated herein by this reference as FULL compensation for everything furnished and done by Contractor under this Agreement including all loss or damage arising out of the work or from the action of the elements for any unforeseen obstruction or difficulty encountered in the prosecution of the work

35

including increased prices for or shortages of materials for any reason including natural disasters for all risks of every description associated with the work for all expenses incurred due to the suspension or discontinuation of the work and for well and faithfully completing the work as provided in this Agreement

4 Draw Requests Contractor agrees to perform all work on the Project according to the schedules set forth in the approved Bid Proposal attached hereto as Exhibit B (as amended) and incorporated herein by this reference Contractor shall submit weekly progress reports to the Public Works Director or his designee showing actual costs incurred and work completed Contractor shall also submit to the City monthly draw requests for all authorized costs incurred up to that date for the Project if the time for the work exceeds one month Upon review and approval of the progress reports and draw request(s) by the Public Works Director or his designee the City agrees to pay Contractor the amounts shown on all draw requests minus a five percent (5) retainage for any payments other than the final payment no later than the fifteenth (15th) business day following the date the draw request was submitted Payments may be withheld if

A Work is found defective and not remedied

B Contractor fails to meet schedules shown on Exhibit B as may be amended by the actual construction commencement date

C Contractor does not make prompt and proper payments to subcontractors

D Contractor does not make prompt and proper payments for labor materials or equipment furnished

E Another contractor is damaged by an act for which Contractor is responsible

F Claims or liens are filed on the job or

G In the opinion of the City Contractorrsquos work is not progressing satisfactorily

The City shall disburse the total retainage and the final draw request submitted by Contractor upon acceptance of the Project as described in Paragraph 14 below

5 Liability for Damages The City its officers agents or employees shall not in any manner be answerable or responsible for any loss or damage to the work or to any part of the work for any loss or damage to any materials building equipment or other property that may be used or employed in the work or placed on the worksite during the progress of the work for any injury done or damages or compensation required to be paid under any present or future law to any person whether an employee of Contractor or otherwise or for any damage to any property occurring during or resulting from the work Contractor shall indemnify the City its officers agents and employees against all such injuries damages and compensation arising or resulting from causes other than the Cityrsquos neglect or that of its officers agents or employees

6 Inspection of Work and Materials

A The City Manager or hisher designee may appoint and employ such persons as may be necessary to act as inspectors or agents for the purpose of supervising in the interests of the City materials furnished and work done as the work progresses

36

B The City shall at all times have unrestricted access to all parts of the work and to other places where or in which the preparation of materials and other integral parts of the work are being carried on and conducted

C Contractor shall provide all facilities and assistance required or requested to carry out the work of supervision and inspection by the City including soil and material tests

D Inspection of the work by the above-mentioned authorities or their representatives shall in no manner be presumed to relieve in any degree the responsibility or obligations of Contractor

E No material of any kind shall be used in the work until it has been inspected and accepted by the City All rejected materials shall be immediately removed from the premises Any materials or workmanship found at any time to be defective shall be replaced or remedied at once regardless of previous inspection Inspection of materials shall be promptly made and where practicable at the source of supply

F Whenever the specifications the instructions of the City or the laws ordinances or regulations of any public authority require work to be specially tested or approved Contractor shall give the City timely notice of its readiness for inspection and if the inspection is by another authority of the date fixed for the inspection

7 City of Seminole Insurance Requirements Contractor shall furnish the City with the Certificates of Insurance proving coverage Failure to furnish the required certificates will result in the termination of this Agreement Before starting and until acceptance of the work by the City the contractor shall procure and maintain insurance of the types and the limits specified All Policies with the exception of Workers Compensation must include the City of Seminole its officers agents employees and volunteers as Additional Insured under the liability policies All insurance policies must be written in a manner consistent with the requirements of the Standard Form Agreement Certificates of insurance shall be issued prior to execution of the Notice to Proceed The following are the minimum requirements for insurance coverage

Commercial General Liability (CGL) in occurrence form written by a firm that is authorized to conduct business in the State of Florida and recognized by the State of Florida Insurance Regulations Insurance company must have at least an A- rating from AM Best or a similar rating service

(1) $1000000 per occurrence

(2) $2000000 per aggregate ($1000000 at minimum)

Workers Compensation and Employers Liability

(1) Per State of Florida Statutory requirements

(2) $100000 each accident $100000 per employee for disease and $500000 for all diseases

Commercial Automobile Liability

(1) $1000000 Combined Single Limit

All Policies with the exception of Workers Compensation must include the City of Seminole its officers agents employees and volunteers as Additional Insured under the liability policies Contractor shall hold

37

the City harmless from any actions brought against Contractor due to negligence omission or wrongdoing of Contractor or any of its employees agents representatives and subcontractors All coveragescertificates are to be in effect for the term of this Agreement and must be provided to the Citys Public Works Department prior to the date the service begins and at each renewal thereafter during the term of this Agreement Certificates of Insurance shall be executed on a standard ACORD form

8 Performance Bond To secure performance of Contractorrsquos obligations under this Agreement the Contractor shall provide the City with a Performance Bond in the amount of the full contract price or $ The Contractor shall use the form of the Performance Bond supplied by the City The City shall be authorized to draw upon the Performance Bond to correct any default by Contractor under this Agreement which default shall be determined and substantiated by an Affidavit of Default signed by the City Manager The Performance Bond shall be held by the City through the one-year warranty period specified in Paragraph 13 below

9 Payment of Labor and Materials Bond To secure performance of Contractorrsquos obligations under this Agreement to its subcontractors and suppliers Contractor shall provide the City with a Payment of Labor and Materials Bond in the amount of the full contract price or $ After the execution of this agreement and prior to the notice to proceed the Contractor shall provide the Payment of Labor and Materials Bond to the City in the form supplied by the City The City shall be authorized to draw upon the Payment of Labor and Materials Bond to correct any default by Contractor under this Agreement which default shall be determined and substantiated by an Affidavit of Default signed by the City Manager

10 Notice to Proceed Notice to Proceed shall be issued within ten (10) calendar days of the execution of this Agreement by all parties to include surety bonds If the City fails to issue such Notice to Proceed within that time limit Contractor may terminate the Agreement without further liability on the part of either party Such notice of termination must be tendered in writing to the City Additionally the parties may mutually agree that the time for the Notice to Proceed may be extended

11 Compliance with Laws Contractor and every subcontractor or person doing or contracting to do any work contemplated by this contract shall keep himself or herself fully informed of all national and state laws and all municipal ordinances and regulations in any manner affecting the work or performance of his or her contract or any extra work and shall at all times observe and comply with such laws ordinances and regulations whether or not the laws ordinances or regulations are mentioned in this contract and shall indemnify the City its officers agents and employees against any claim or liability arising from or based on the violation of any such laws ordinances or regulations

12 Certificates and Permits Contractor shall secure at Contractors own expense all necessary certificates licenses and permits from municipal or other public authorities required in connection with the work contemplated by this Agreement or any part of this Agreement and shall give all notices required by law ordinance or regulation Contractor shall pay all fees and charges incident to the due and lawful prosecution of the work contemplated by this Agreement and any extra work performed by Contractor

13 Termination The City may at its sole discretion terminate this Agreement without liability in the event that Contractor fails to provide the Performance Bond or Payment of Labor and Materials Bond Certificates of Insurance required by Paragraph 7 or otherwise fails to meet the conditions precedent to issuance of the Notice to Proceed set forth in Paragraph 10 above The City may also at its sole discretion on one weekrsquos notice to Contractor terminate this Agreement without liability before the completion date and without prejudice to any other remedy the City may have when Contractor defaults in the performance of any provision or fails to carry out the construction of the Project in accordance with the provisions of this Agreement

38

14 Substantial Completion Acceptance The date of substantial completion of the Project shall be a date mutually agreed upon by the City and Contractor In the event that the City and Contractor do not reach an agreement as to the date of substantial completion the Seminole City Council shall determine such date Upon the date of substantial completion Contractor shall certify in writing that substantially all improvements described in the Statement of Work have been completed in conformance with the plans and specifications and submit to the City a completed substantial completion list utilizing a form approved by the City Thereafter and within thirty (30) business days after a request for final inspection by Contractor the City shall inspect the Project and notify Contractor in writing and with specificity of their conformity or lack thereof to the plans and specifications Contractor shall make all corrections necessary to bring the Project into conformity with the plans and specifications Once any and all corrections are completed the City shall complete a Project Acceptance Form and promptly notify Contractor in writing that the Project is in conformance with the approved plans and specifications and the date of such notification shall be known as the Acceptance Date The Acceptance Date shall coincide with the commencement of the one-year warranty period described in Paragraph 15 below Within thirty (30) days of the Acceptance Date the City shall pay Contractor the amount shown on the final draw request provided however that the amount of funds left from the contract price specified in the Notice of Award are sufficient to cover this amount

15 Warranty Contractor shall warrant any and all improvements constituting the Project constructed for the City pursuant to this Construction Agreement for a period of twelve (12) months from the Acceptance Date as set forth in Paragraph 14 herein Specifically but not by way of limitation Contractor shall warrant that

A Any and all improvements constituting the Project shall be free from any security interest or other lien or encumbrance and

B Any and all structures so conveyed shall be free of any defects in materials or workmanship for a period of one (1) year as stated above

16 Corrections to Project If within one (1) year after the date of substantial completion any of Contractorrsquos work on the Project is found to be not in accordance with the standards set forth in the preceding Paragraph 15 Contractor shall at Contractorrsquos expense correct it promptly after receipt of a written notice from the City to do so unless the City has previously accepted such condition Such notice shall be either delivered personally or by overnight express courier or sent by registered or certified mail postage prepaid return receipt requested and must be received by Contractor as soon as practicable after the City discovers the defect or the loss or damage caused by such defect but in no event later than the date that the warranty given hereby expires

17 Modifications The City may modify this Agreement with respect to the arrangement character alignment grade or size of the work or appurtenances whenever in its opinion it shall deem it necessary or advisable to do so Contractor shall accept such modifications when ordered in writing by the City Manager or hisher designee Any such modifications shall not subject Contractor to increased expense without equitable compensation which compensation may be approved by the City pursuant to its Purchasing Policy If any modification results in a decrease in the cost of work involved an equitable deduction from the contract price shall be made These deductions shall be determined by the City Manager or his designee The determination of any such additional compensation or deduction shall be based on the bids submitted and accepted No modifications in the work shown on the plans and described in the specifications shall be made unless the nature and extent of the modifications has first been certified by the City in writing and sent to Contractor

39

18 Attorneys Fees Survival Costs of Collection Should this Agreement become the subject of legal action to resolve a claim of default in performance by any party including the collection of past due amounts the non-prevailing party shall pay the prevailing partyrsquos reasonable attorneysrsquo fees expenses and court costs All rights concerning remedies andor attorneysrsquo fees shall survive any termination of this Agreement

19 Governing Law The laws of the State of Florida shall govern the validity performance and enforcement of this Agreement

20 Assignment This Agreement may not be assigned without the prior written consent of the non-assigning party

21 Amendment This Agreement shall not be amended except by subsequent written agreement of the parties

22 Entire Agreement This Agreement along with any addendums and attachments hereto constitutes the entire agreement between the parties The provisions of this Agreement may be amended at any time by the mutual consent of both parties The parties shall not be bound by any other agreements either written or oral except as set forth in this Agreement

23 Captions The captions in this Agreement are inserted only for the purpose of convenient reference and in no way define limit or prescribe the scope or intent of this Agreement or any part thereof

24 Binding Effect This Agreement shall be binding upon and inure to the benefit of the parties hereto and their respective heirs successors and assigns

25 Severability In the event that any of the covenants agreements terms or provisions contained in this Agreement shall be found invalid illegal or unenforceable in any respect by a court of competent jurisdiction the validity of the remaining covenants agreements terms or provisions contained herein shall be in no way affected prejudiced or disturbed thereby

26 Notices Written notices required under this Agreement and all other correspondence between the parties shall be directed to the following and shall be deemed received when hand-delivered or three (3) days after being sent by certified mail return receipt requested

To the City Ann Toney-Deal ICMA-CM City of Seminole City Manager 9199 113th Street North Seminole FL 33772 (727) 391-0204

Copy to Jay Daigneault Esquire City Attorney 1001 South Fort Harrison Avenue Suite 201 Clearwater Florida 33756 Phone (727) 733-0494 ext 106

40

To the Contractor Name address telephone number

27 Status Contractor is an independent contractor and none of its employees or agents shall be considered an employee or agent of the City for any purpose

28 Insurance and Sovereign Immunity Nothing herein shall be interpreted as a waiver of governmental immunity to which the other parties would otherwise be entitled under Sec 76828 Florida Statutes as amended

29 Public Records Contractor acknowledges that it is acting on behalf of a Public agency and that this Agreement is subject to the provisions of Sec 1190701 Florida Statutes and that Contractor must comply with the public records laws of the State of Florida

IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119 FLORIDA STATUTES TO THE CONTRACTORrsquoS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT

City of Seminole Attn City Clerk

amancusomyseminolecom 9199 113th Street North Seminole FL 33772 727-391-0204

Contractor shall comply with public records laws and Contractor shall

A Keep and maintain public records required by the City to perform the service

B Upon request from the Cityrsquos custodian of public records provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 Florida Statutes (2019) as may be amended or revised or as otherwise provided by law

C Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the City

D Upon completion of the Contract transfer at no cost to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service If the Contractor transfers all public records to the City upon completion of the Contract the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements If the Contractor keeps and maintains public records upon completion of the Contract the Contractor shall meet all applicable requirements for retaining public records All records stored electronically must be provided to the City upon request from the Cityrsquos custodian of public records in a format that is compatible with the information technology systems of the City

41

30 Authority Each person signing this Agreement represents and warrants that said person is fully authorized to enter into and execute this Agreement and to bind the party it represents to the terms and conditions hereof

31 Counterparts This Agreement may be executed in counterparts each of which shall be deemed an original and all of which when taken together shall be deemed one and the same instrument

WHEREFORE the parties hereto have executed duplicate originals of this Construction Agreement on the day and year first written above

[CONTRACTOR]

By

Name

Title

CITY OF SEMINOLE FLORIDA

By Ann Toney-Deal ICMA-CM City Manager

ATTEST Date

City Clerk

42

Exhibit A Notice of Award

Dated September 29 2021 Owner Ownerrsquos Project Manager Owners Resolution No City of Seminole Rodney Due Public Works Director Name of Project Contract

Waterfront Park Landscape and Irrigation Project Engineer

Deuel amp Associates Contractor

Contractorrsquos Address (send Certified Mail Return Receipt Requested)

You are notified that your Bid dated September 17 2021 for the above Contract has been considered You are the Successful Bidder and are awarded a Contract for the Waterfront Park Landscape and Irrigation Project contingent upon delivery of all conditions outlined in the Agreement or herein

See the Bid Documents for details of the scope of work

The Contract Price of your Contract is $

(written)

Three (3) of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award

You must comply with the following conditions precedent within ten (10) days of the date you receive this Notice of Award

1 Deliver to the Owner two (2) fully executed counterparts of the Contract Documents

2 Deliver with the executed Contract Documents the Contract Security [Bonds] as specified in the Instructions to Bidders (Article 19)

3 Certificate of Insurance

Failure to comply with these conditions within the time specified will entitle Owner to consider you in default annul this Notice of Award and declare your Bid security forfeited

City of Seminole Owner

By Authorized Signature

Ann Toney-Deal ICMA-CM City Manager NameTitle

43

Bond

PERFORMANCE BOND

KNOW ALL MEN BY THESE PRESENTS that we the undersigned a organized under the laws of the State of hereinafter referred to as the Contractor and a corporation organized under the laws of the State of Florida and authorized and licensed to transact business in the State of Florida hereinafter referred to as the Surety are held and firmly bound unto the City of Seminole Florida hereinafter referred to as the City in the penal sum of $ lawful money of the United States of America for the payment of which sum the Contractor and Surety bind themselves and their heirs executors administrators successors and assigns jointly and severally by these presents

WHEREAS the above Contractor has on 2021 received a Notice of Award to enter into a contract with the City for furnishing all labor materials equipment tools superintendence and other facilities and accessories for the construction of the Waterfront Park Landscape and Irrigation Project (the ldquoProjectrdquo) in accordance with the Contract Documents therefor which are incorporated herein by reference and made a part hereof and are herein referred to as the Contract

NOW THEREFORE the conditions of this performance bond are such that if the Contractor

1 promptly and faithfully observes abides by and performs each and every covenant condition and part of said Contract including but not limited to its warranty provisions in the time and manner prescribed in the Contract and

pay the City all losses damages (liquidated actual or consequential including but not limited to damages caused by delays in performance of the Contract) expenses costs and attorneysrsquo fees that the City sustains resulting from any breach or default by the Contractor under the Contract then this bond is void otherwise it shall remain in full force and effect in accordance with the Contract

IN ADDITION if said Contractor fails to perform in any respect under the Contract Documents the Surety shall pay any amounts incurred or to be incurred by the City in connection with such failure in an amount not exceeding the amount of this obligation inclusive of without limitation liquidated damages together with any related costs and expenses incurred by the City including without limitation attorneysrsquo fees

IN ADDITION if said Contractor fails to duly pay for any labor materials team hire sustenance provisions or any other supplies used or consumed by said Contractor or its subcontractors in its performance of the Work contracted to be done or fails to pay any person who supplies rental machinery tools or equipment all amounts due as the result of the use of such machinery tools or equipment in the prosecution of the Work the Surety shall pay the same in an amount not exceeding the amount of this obligation together with any related costs and expenses incurred by the City including without limitation attorneysrsquo fees

44

PROVIDED that the said Surety for value received hereby stipulates and agrees that any and all changes in the Contract shall not affect the Suretyrsquos obligations under this bond and the Surety hereby waives notice of any such changes Further Contractor and Surety acknowledge that the penal sum of this bond shall increase in accordance with approved changes to the Contract Documents without obtaining the Suretyrsquos consent up to a maximum of twenty percent (20) of the penal sum hereof

IN WITNESS WHEREOF said Contractor and said Surety have executed these presents as of this day of 2021

CONTRACTOR

By

Name

Title

SURETY

By

Name

Title

(Accompany this Bond with the attorney-in-factrsquos authority from the Surety to execute this Bond certified to include the date of the Bond)

45

Bond

PAYMENT BOND

KNOW ALL MEN BY THESE PRESENTS that we the undersigned a organized under the laws of the State of hereinafter referred to as the Contractor and a corporation organized under the laws of the State of and authorized and licensed to transact business in the State of Florida hereinafter referred to as the Surety are held and firmly bound unto the City of Seminole Florida hereinafter referred to as the City in the penal sum of $ lawful money of the United States of America for the payment of which sum the Contractor and Surety bind themselves and their heirs executors administrators successors and assigns jointly and severally firmly by these presents

WHEREAS the above Contractor has on the 2021 received a Notice of Award to enter into a contract with the City for furnishing all labor materials equipment tools superintendence and other facilities and accessories for the construction of the Waterfront Park Landscape and Irrigation Project (the ldquoProjectrdquo) in accordance with the Contract Documents therefor which are incorporated herein by reference and made a part hereof and are herein referred to as the Contract

NOW THEREFORE the condition of this payment bond obligation is such that if the Contractor shall at all times promptly make payments of all amounts lawfully due to all persons supplying or furnishing it or its subcontractors with labor materials rental machinery tools or equipment used or performed in the prosecution of Work provided for in the above Contract and shall indemnify and save harmless the City to the extent of any and all payments in connection with the carrying out of such Contract which the City may be required to make under law or in equity and for all losses damages expenses costs and attorneysrsquo fees incurred by the City resulting from the failure of the Contractor to make the payments discussed above then this obligation shall be null and void otherwise it shall remain in full force and effect

IN ADDITION if said Contractor fails to perform in any respect under the Contract Documents the Surety shall pay any amounts incurred or to be incurred by the City in connection with such failure in an amount not exceeding the amount of this obligation inclusive of liquidated damages together with any related costs and expenses incurred by the City including without limitation attorneysrsquo fees

PROVIDED that the said Surety for value received hereby stipulates and agrees that any and all changes in the Contract shall not affect the Suretyrsquos obligations under this bond and the Surety hereby waives notice of any such changes Further Contractor and Surety acknowledge that the penal sum of this bond shall increase in accordance with approved changes to the Contract Documents without obtaining the Suretyrsquos consent up to a maximum of twenty percent (20) of the penal sum hereof

46

IN WITNESS WHEREOF said Contractor and said Surety have executed these presents as of this day of 2021

CONTRACTOR

By

Name

Title

SURETY

By

Name

Title

(Accompany this Bond with the attorney-in-factrsquos authority from the Surety to execute this Bond certified to include the date of the Bond)

47

CERTIFICATE OF INSURANCE

CONTRACTOR shall provide his own standard form(s) for Certificate of Insurance naming the City as additionally insured

48

Notice to Proceed

Dated XXXX XX 2021

Owner

City of Seminole Ownerrsquos Project Manager Owners Resolution No

Name of Project Contract ProjectEngineer

Contractor

Contractorrsquos Address (send Certified Mail Return Receipt Requested)

This is to advise you that your Insurance Policy Certificates of Insurance and Bonds have been received Our issuance of this Notice does not relieve you of responsibility to assure that the insurance requirements of the Contract Documents are met for the duration of the Agreement The Agreement dated XXXXXXX XX 2021 covering the above described work has been fully executed

You are hereby authorized and directed to proceed by the Time of Commencement in accordance with Article 2 of the Agreement

In accordance with Article 2 of the Agreement you are notified that Construction under this Agreement will begin on or after XXXXXXX XX 2021 and shall be completed by XXXXXXX XX 2021 (ldquoCompletion Daterdquo) Any liquidated damages for failure to achieve Completion by the date agreed that may be applicable to this Agreement will be calculated using the above Completion Date

City of Seminole Contractor Owner

Received by Given by

Ann Toney-Deal ICMA-CM

City Manager Title Title

Date Date

49

Change Order Form

Dated

Owner City of Seminole

Ownerrsquos Project Manager Rodney Due

Owners Resolution No

Name of Project Contract Project Engineer Deuel amp Associates

Contractor

In the space below itemize the change that is requested for the project and the total cost required to complete the requested change in contracted amount attach any contributing documentation as applicable

Total Amount to be approved for Change Order $

City of Seminole

AnnToney-Deal ICMA-CM Date City Manager

DepartmentHead Date

Contractor

Date

Signature

Attest

City Clerk

50

Substantial Completion Form

Dated

Owner City of Seminole

Ownerrsquos Project Manager Owners Resolution No

Name of Project Contract (Project) Project Engineer

Contractor

In accordance with Paragraph 14 of the City of Seminolersquos Construction Agreement the date of substantial completion of the Project shall be a date mutually agreed upon by the City and Contractor This formis submitted by Contractor and certifies that substantially all improvements described in the Statement of Work have been completed in conformance with the plans and specification with the exception of the following

In the space below itemize what tasks remain outstanding for the project and the timeline for completion of each (attach additional sheets as necessary)

Total Amount to be Retained Pending Final Completion $

Contractor

Signature Date

Printed Name

City of Seminole

Signature ndash Project Manager Date

Signature ndash Department Head Date

51

FINAL RECEIPT AND RELEASE

Project Waterfront Park Landscape and Irrigation Project

Contractor

Final Contract Price

Final Payment

The Contractor hereby certifies

THAT the above noted Final Contract Price is the full compensation due under the Contract for the Project

THAT the above noted Final Payment has been received from the City of Seminole

THAT together with the Final Payment amounts totaling the Final Contract Price have been received from the City of Seminole

THAT the City of Seminole is released from all claims related to the Contract for the Project and

THAT all persons and companies performing labor or furnishing materials for the Project have been paid in full

Contractor

By

Title

Date

52

Project General Requirements Table of Contents

Section Page

01000 General Definitions and Terms 54-59

01010 Summary of Work 60-61

01040 Coordination 62

01160 Unit Prices 63-64

01310 Construction Schedules 65-66

01330 Survey Data 67

01410 Testing 68-69

01510 Temporary Utilities 70

01560 Temporary Control 71

01600 Liquidated Damages 72-73

01700 Contract Closeout 74

01711 Site Cleanup 75

53

Section 01000 General Definitions and Terms

11 General

A Scope

The following conditions are general in scope and may contain requirements covering conditions that may not be encountered in the performance of the Work under contract Where any stipulation or requirement set forth herein applies to any such non-existing condition and is not applicable to the Work under contract such stipulation or requirement shall have no meaning relative to the performance of said Work

B Titles and Subheadings

I The titles and subheadings used in the Contract Documents are for convenience of reference only and shall not be taken or considered as having any bearing on the interpretation of said documents

II Titles used in these specifications having a masculine gender such as workman and the pronouns he or his are for the sake of brevity and are intended to refer to persons of either sex

12 Definitions and Terms

A When the Contract indicates that work shall be accepted acceptable approval approved authorized condemned considered necessary contemplated deemed necessary designated determined directed disapproved established given indicated insufficient interpretation interpreted ordered permitted rejected required reserved satisfactory specified sufficient suitable suspended unacceptable or unsatisfactory it shall be understood that these expressions are followed by the words by the City or to the City

B Additional definitions and terms are provided Wherever the following terms are used in these Contract General Conditions or other Contract Documents the intent and meaning shall apply to both the singular and plural thereof and shall be interpreted as follows

Addenda Written or graphic instruments issued prior to Bid Opening which clarify correct or change the Contract Documents

Bid The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work to be performed

Bidder An individual firm corporation or other legal entity submitting a proposal for the advertised Work and if the Successful Bidder a contractor intending to contract with the City for performance of prescribed Work

54

Bid Documents These shall consist of the following forms and documents Construction Drawings Addenda (if any) Invitation to Bid Instruction to Bidders Bid Form Bid Bond Form Special Conditions Special Provisions Supplemental Specifications Appendix and Construction Drawings (not attached)

Bid Opening The public opening and reading of all bids prepared and submitted in accordance with the Instructions to Bidders at the time and date set forth in the Invitation to Bid

Bid Guaranty The security as designated in the Instructions to Bidders and furnished with the Bid as a guaranty that the Bidder shall enter into the Contract and furnish the Bonds and Certificates of Insurance as required if awarded the Work

Bid Schedule A list of Bid Items in the Bid Form which includes a description approximate quantity and units (if any) unit price and extended amount or lump sum bid for each item The Bid Schedule also includes a line for the Total Bid based on the summation of the extended amounts of all bid items The Bid Schedule may also include bid alternates and a line for the Bidder to enter an estimated date to begin construction

Bonds Bid Performance and Payment Bonds and other instruments of security

Calendar Day Each and every day shown on the calendar beginning and ending at midnight

Change of Work Form The following forms copies of which are provided in the Standard Forms Field Order Work Change Request Request for Adjustment and Change Order

Change Order A document recommended by the City which is signed by the Contractor and by an authorized agent of the City which authorizes an addition deletion or revision in the Work or an adjustment in Contract Price or Contract Time which is issued on or after the Effective Date of the Contract Properly executed Change Orders become a part of the Contract Documents

Construction Drawings (Drawings Plans) The Drawings or Plans which show the character and scope of the Work to be performed which have been prepared or approved by the City and are referred to in the Contract Documents (including Standard Details)

Contract A written agreement between the City and Contractor covering the Work to be performed Other Contract Documents are attached to the Contract and made a part thereof as provided therein

Contract Documents The Standard Contract Documents for Capital Improvements Construction (current edition) and the Bid Documents as defined herein Contract Documents also include Shop Drawings Field Orders Work Change Requests and Change Orders which must be signed by authorized representatives of the City and the Contractor

Contract Time The number of Calendar days allowed for the Substantial andor Final completion of the Work specified in the Contract including authorized time extensions beginning on the date specified in the Notice to Proceed

55

Contractor The person firm or corporation with whom the City intends to or has entered into a Contract

Day Calendar Day

Defective WorkWork that is unsatisfactory faulty or deficient or does not conform to the Contract Documents or does not meet the requirements of a referenced standard test or approval referred to in the Contract Documents or has been damaged prior to the Citys recommendation of Final Payment (unless responsibility for the protection thereof has been assumed by the City at Substantial Completion)

Drawings Same meaning as Construction Drawings

Effective Date The date indicated in an agreement or notice on which it becomeseffective but if no such date is indicated the date on which the instrument is fully signedand delivered by the last of the parties involved

Engineer The Project Engineer who may be a City employee or hired consultant who has been appointed or authorized by the City to oversee the technical aspects of the work and to administer the Contract on behalf of the City The term Engineer may also apply to a Professional Engineer working for a developer who is required to construct public infrastructure

Extra or Additional Work Work which was not a part of the original Contract Documents at the time the Contract was executed for which extra compensation or time is justified in accordance with conditions set forth in the Contract Documents

Field Order A written order issued by the City which directs or allows minor changes inThe Work and which does not involve a change in the Contract Price or Contract Time

Final Completion The date upon which the Work in the Citys opinion and based upon its inspection is acceptable and fully performed in accordance with the Contract Documents and all other requirements or conditions to the Citys advertisement of the Project for final payment have been fulfilled Final Completion shall be evidenced by the Citys issuance of a Letter of Final Completion

Holidays Holidays recognized by the City are

New Years DayJanuary 1 Martin Luther King Day 3rd Monday in January Presidents Day3rd Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day1st Monday in September Veterans Day November 11 Thanksgiving Dayhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip4th Thursday in November Friday after Thanksgiving Christmas DayDecember 25th

When a Holiday as listed above falls on a Saturday it shall be observed on the preceding Friday if the Holiday falls on Sunday it shall be observed on the following Monday

56

Inspector An authorized representative of the City assigned to inspect andor test materials furnished or Work performed by the Contractor

Laboratory Any testing laboratory designated by the City to make tests of the materials and Work involved in the Contract

Liquidated Damages The sum of money the Contractor agrees to pay the City for each day of delay beyond the date due for the completion of specified stages of Work or the complete Contract or in delaying or requiring the City to incur additional costs in the process of obtaining a Contract to perform the Work in the case of Bid Guaranty

Manager The City Manager of the City of Seminole

Notice of Award The written notice by the City to the apparent Successful Bidder stating that upon compliance with the conditionrsquos precedent enumerated therein within the time specified the City shall sign and deliver the Contract

Notice to Proceed Written notice to the Contractor to proceed with the Contract Work specifying when applicable the date of beginning of Contract Time

Plans Same meaning as Construction Drawings

Project The specific Work to be performed as described in the Contract Documents

Project Manager I Facilities Manager Designated City employee in charge of the Project

Request for Adjustment A written request issued by the Contractor for an adjustment in Contract Time or Contract Price A copy of the Request for Adjustment Form is provided in the Standard Forms

Review To examine or re-examine for conformance with the Contract Documents

Schedule of Submittals A schedule of all Shop Drawings material certifications mix designs samples construction schedules (Gantt charts) and other items to be submitted by the Contractor for review andor approval by the City The Schedule of Submittals is included in the Special Conditions and may be modified by the City any time before or after the construction begins

Shop Drawings (Work Drawings) All drawings diagrams illustrations schedules and other data which are specifically prepared by or for the Contractor to illustrate some portion of the Work and all illustrations brochures standards schedules performance charts illustrations diagrams and other information submitted by the Contractor to illustrate material or equipment for some portion of the Work

Special Conditions The part of the Contract Documents which amends or supplements the General Contract Conditions and which are specific to the Work to be performed

Special Provisions Additions and revisions to the Citys Standard Specifications covering conditions peculiar to an individual project

Specifications Those portions of the Contract Documents consisting of written

57

technical descriptions of materials equipment standards and workmanship as applied to the Work These may consist of Standard or Supplemental Specifications Special Provisions andor notes on the Construction Drawings

Standard Contract Documents for Capital Improvements Construction These shall include the following Standard Forms and documents Statement of Bidders Qualifications Instructions to Contractors Regarding Affirmative Action Notice of Award Contract Performance Bond Form Payment Bond Form Notice to Proceed Field Order Form Work Change Request Form Request for Adjustments Form Change Order Form Partial Payment Request Form Certificate for Payment Form Final Receipt and Release General Contract Conditions Standard Specifications as approved for use by the City and Standard Specifications for construction

Standard Details Same meaning as Standard Drawings

Standard Drawings City-approved Standard Drawings and Details which pertain to the Work to be performed

Standard Forms Forms utilized and approved by the City as the Standard Contract Documents for Capital Improvements Construction which are in the format to be used for the stated or intended purpose

Standard Specifications Standard Specifications utilized and approved by the City all of which are incorporated into the Standard Contract Documents for Capital Improvements Construction

Subcontractor An individual firm corporation or other legal entity to which the Contractor subcontracts part of the Contract

Substantial Completion When the Work or a specified part thereof has progressed to the point where the Work in the opinion of the City as evidenced by the Citys Letter of Substantial Completion is sufficiently complete in accordance with the Contract Documents so that the Work or specialized part can be placed in service and utilized for the purpose for which it is intended The terms substantially complete and substantially completed as applied to any Work refer to Substantial Completion thereof

Successful Bidder The actual or apparent responsive responsible and qualified Bidder having the lowest Bid price

Superintendent The Contractors authorized representative who is in responsible charge of the Work

Supplemental Specifications Additional Specifications which may be necessary to cover Work peculiar to an individual project which is not addressed by the Standard Specifications Supplemental Specifications may be a section in the Bid Documents or may appear as notes on Construction Drawings

Surety The corporation partnership or individual other than the Contractor executing a bond furnished by the Contractor

58

City The City of Seminole State of Florida or any employee thereof

City EngineerPublic Works Director Same as Project Manager employed by the City responsible for all construction contract decisions (Also referred to as Engineering Manager)

Work All labor materials equipment and incidentals necessary to successfully complete the project according to all duties and obligations imposed by the Contract

Work Change Request A written directive to the Contractor issued by the Engineer on or after the Effective Date of the Contract requesting the Contractor to provide a cost for pending extra Work or changes in the Work The Work Change Request may also direct the Contractor to proceed with the revision in Work A Work Change Request does not change the Contract Price or Contract Time but is evidence that the parties expect that the change directed or documented by a Work Change Request shall be if implemented incorporated into a subsequently issued Change Order following negotiations by the parties as to its effect if any on the Contract Price or Contract Time

Working Day Any Day exclusive of Saturdays Sundays and City-observed Holidays If City explicitly permits work to be conducted on a Saturday Sunday andor City observed holiday that day shall count as a Working Day for purposes of the Contract Time

End of Section

59

Section 01010 Summary of Work

11 Work Covered by Contract Documents

A The work consists of the construction of the outlined ProjectWaterfront Park Landscape and Irrigation Project

B The Scope of work will consist of the contractor Furnishing all supervision labormaterials appliances tools equipment facilities transportation and servicesnecessary for and incidental to performing all operations in connection withfurnishing delivery and installation of irrigation system trees palms and shrubsas specified herein

C Contractor will follow the engineered set of plans and there will be nosubstitutions without engineer approval first

D The Contractor is responsible for mobilization and clean-up

E The City reserves the right to modify add to or delete portions of any of the bidschedule or omit entire schedules from the scope of the project The City reservesthe right to make design modifications

F Protection and Restoration

a Replace to equal or better conditions all items removed and replaced ordamaged during construction

b The City must approve the condition of all replaced andor restored areasprior to Final Payment

12 Work Sequence

A The Contractor is responsible for coordinating all work including the work ofhis subcontractors with the City Schedules shall be coordinated with the City to accommodate special needs that the City of Seminole may require The work shall begin on or after November 17 2021 As specified in the Agreement the work shall be substantially complete by February 10 2022 The Completion Date may at the Cityrsquos sole discretion be extended if approved by the City in writing

60

13 Delivery and Receipt of Equipment and Materials

A Contractor is responsible for the delivery receipt storage protection and use of equipment and materials in conjunction with this project City shall not receive or take any responsibility for equipment andor materials delivered to the site

14 Notices to Owners Agencies and Authorities

A Contact all affected agencies at least two (2) weeks prior to start of construction

B The City will assist with removal of vehicles from the work area when necessary

End of Section

61

Section 01040 Coordination

11 General

A Coordinate operations under the contract in a manner which will facilitate progress of the work The Contractor shall also coordinate with the City who may have work separate from the General Contractorrsquos contract

B Conform to the requirements of public utilities and concerned public agencies in respect to the timing and manner of performance of operations which affect the services of such utilities agencies or public safety

C Coordinate all operations with the City to provide satisfactory access at all times and keep them informed at all times

D Keep traffic areas free of material construction equipment and other material and equipment

E Conduct operations in a manner to avoid unnecessary interference with public

12 Schedule and Milestones

A Prior to commencing any site work the Owner Owners representative and Contractor shall meet to determine the critical path sequence and scope for the project based on the Ownerrsquos priorities

13 Meetings

A Hold Meetings for coordination of the Work when needed

1 Contractor shall participate in such meetings accompanied by subcontractors as required by City

End of Section

62

Section 01160 Unit Prices ndash General

11 Description

A This Section covers in general methods of measurements and payment for items of Work The Project Construction Specifications also contain information pertaining to methods of measurement and payment Items of Work will be paid for in accordance with the unit prices in the Bid Schedule

1 City will not pay for defective work and will not pay for repair or additional work required to bring the project to a point of acceptance

B Bid Price

1 The Total Bid Price covers all work required by the Contract Documents

a All work not specifically set forth as a pay item in the Bid Form shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the price bid for the various items of work

2 Unit prices shall include all costs in connection with proper successful completion of the Work including furnishing all materials equipment and tools and performing all labor and supervision to fully complete the Work

3 Unit prices shall govern over extensions of sums

4 Unit prices shall not be subject to renegotiation

C Estimated Quantities

1 All quantities stipulated in the Bid Form at unit prices are approximate and are to be used only as a basis for estimating the probable cost of the Work and for the purpose of comparing the Bids submitted for the Work The basis of payment shall be the actual quantity of material furnished and Work done

2 Contractor agrees that he will make no claim for damages anticipated profits or otherwise on account of any difference between the amount of Work actually performed and materials actually furnished and the estimated amount thereof

3 City reserves the right to decrease increase or delete parts of the project

63

12 Mobilization

A The Lump sum price for the Waterfront Park Landscape and Irrigation Project shall include all costs for bonds insurance permits moving construction equipment to the site and similar costs which are not affected significantly by variation in quantities of the Work

13 Project Closeout

A The costs for project closeout shall be considered incidental to the Work and will not be paid for separately Project Closeout includes the removal of all construction plant materials equipment and all excess or waste materials remaining at completion of Construction restoration of the site and final clean-up and the furnishing of all documentation required by the Contract Documents prior to Final Payment

End of Section

64

Section 01310 Construction Schedules

11 General

A Prepare a schedule of all construction operations and procurements after review of tentative schedule and scope by parties attending the Preconstruction Meeting

1 No Work is to begin at the site until Cityrsquos acceptance of the Construction Progress Schedule and Report of delivery of equipment and materials

2 Working hours shall be Monday thru Friday between 700 am and 700 pm unless otherwise approved by the City

12 Content

A Construction Progress Schedule

1 Show the complete work sequence of construction by activity and location as needed

13 Progress Revisions

A Submit revised schedules and reports when changes are foreseen when requested by the City and with each application for progress payment

B Show changes occurring since previous submission

1 Actual progress of each item to date

2 Revised projections of progress and completion

C Provide a narrative report as needed to define

1 Anticipated problems recommended actions and their effects on the schedule

2 The effect of changes on schedules of others

65

14 Cityrsquos Responsibility

A City review is only for the purpose of checking conformity with the Contract Documents and assisting Contractor in coordinating the Work with the needs of the project

B It is not to be construed as relieving Contractor from any responsibility to determine the means methods techniques sequences and procedures of construction as provided in the General Conditions

End of Section

66

Section 01330 Survey Data

11 Survey Requirements

A The Contractor will provide construction surveying for the project (if any)

End of Section

67

Section 01410 Testing

11 General

A Provide such equipment and facilities as the City may require for conducting field tests and for collection and forwarding samples Do not use any materials or equipment represented by samples until tests if required have been made and the materials or equipment are found to be acceptable Any product which becomes unfit for use after approval hereof shall not be incorporated into the Work

B All materials or equipment proposed to be used may be tested at any time during their preparation or use Furnish the required samples without charge and give sufficient notice of the placing of orders to permit the testing Products may be sampled either prior to shipment or after being received at the site of the Work

C Tests shall be made by an accredited testing laboratory selected by the City Except as otherwise provided sampling and testing of all materials and the laboratory methods and testing equipment shall be in accordance with the latest standards and tentative methods of the American Society for Testing Materials (ASTM)

D Where additional or specified information concerning testing methods sample size etc is required such information is included under the applicable sections of the Specifications Any modification of or elaboration on these test procedures (which may be included for specific materials under their respective sections in the Specifications) shall take precedence over these procedures

12 Cityrsquos Responsibilities

A City shall be responsible for and shall pay all costs in connection with testing for the following

1 Materials and quality assurance testing services (as needed)

2 Contractor shall coordinate and cooperate with the technicians doing the testing and all testing and testing requirements for the project

13 Contractorrsquos Responsibilities Contractor is responsible for any and all re-testing for Work or materials found defective or unsatisfactory and proposed or directed remedial action and corrective action taken Document inspections and tests as required by each Section of the Specifications Provide copies to the City weekly

68

14 Contractorrsquos Quality Control System

A General The Contractor shall establish a quality control system to perform sufficient inspection and tests of items of Work including that of his subcontractor to ensure conformance to the functional performance of this project This control shall be established for all construction except where the Contract Documents provide for specific compliance tests by testing laboratories or engineers employed by the City The Contractorrsquos control system shall specifically include all testing required by the various sections of these specifications

B Superintendence The Contractor shall employ a full time Superintendent to monitor and coordinate all facets of the Work Superintendent shall be on site when Work is in progress (ie weekend work) The Superintendent shall have adequate experience to perform the duties of Superintendent

C Quality Control Contractorrsquos quality control system is the means by which he assures himself that his construction complies with the requirements of the Contract Documents Controls shall be adequate to cover all construction operations and should be keyed to the proposed construction schedule

D Records Maintain correct records on an appropriate form for all inspections and tests performed instructions received from the Cityor Cityrsquos representative and actions taken as a result of those instructions These records shall include evidence that the required inspections or tests have been performed (including type and number of inspections or test nature of defects causes for rejection etc) proposed or directed remedial action and corrective action taken Document inspections and tests as required by each Section of the Specifications Provide copies to the City weekly

End of Section

69

Section 01510 Temporary Utilities

11 Utilities

A Furnish all utilities necessary for construction

12 Water

A City will furnish water in reasonable amounts for the Work at existing fire hydrants and connections without charge to Contractor

B Make arrangements with the City as to the amount of water required and time when water will be needed

C Unnecessary waste of water will not be tolerated

D Contractor shall furnish necessary water trucks pipes hoses nozzles and tools and perform all necessary labor

13 Sanitary Facilities ndash Contractorrsquos Responsibilities

A Furnish temporary sanitary facilities at the site in the usable vicinity of the construction for the needs of construction workers and others performing work or furnishing services on the project (If Public Restrooms are unavailable)

B Properly maintain sanitary facilities of reasonable capacity throughout construction periods

1 Furnish at least one toilet per 20 men per construction location

C Enforce the use of such sanitary facilities by all personnel at the site

End of Section

70

Section 01560 Temporary Controls

11 Noise Control

A Take reasonable measures to avoid unnecessary noise when construction activities are being performed

B Construction machinery and vehicles shall be equipped with practical sound muffling devices and operated in a manner to cause the least noise consistent with efficient performance of the Work

C Cease operation of all machinery and vehicles between the hours of 700 pm and 700 am

12 Dust Control

A Dusty materials in piles or in transit shall be covered when necessary to prevent blowing dust

13 Pollution Control

A Prevent the pollution of drains and water courses by sanitary wastes concrete sediment debris and other substances resulting from construction activities

1 Retain all spent oils hydraulic fluids and other petroleum fluids in containers and dispose off-site

2 Prevent sediment debris or other substances from entering sanitary sewers storm drains culverts andor open ditches and waterways

End of Section

71

Section 01600 Liquidated Damages

11 Liquidated Damages

If the Contractor does not achieve Final Completion by the required date of any individual phase whether by neglect refusal or any other reason the date for Final Completion may be extended in writing by the Owner As provided elsewhere this provision does not apply for delays caused by the City The parties agree and stipulate that the Contractor shall pay liquidated damages to the City for each such day that final completion is late

The Contractor agrees that as part of the consideration for the Citys awarding of this Contract liquidated damages in the amount of $500 the first day and $100 for each day after is reasonable and necessary to pay for the actual damages resulting from such delay The parties agree that the real costs and injury to the City for such delay include hard to quantify items such as Additional engineering inspection and oversight by the City and its agents additional contract administration inability to apply the efforts of those employees to the other work of the City perceived inefficiency of the City citizens having to deal with the construction and the Work rather than having the benefit of a completed Work on time inconvenience to the public loss of reputation and community standing for the City during times when such things are very important and very difficult to maintain

The Contractor must complete the Work and achieve final completion included under the Bid Schedule in the number of consecutive calendar days after the City gives its written Notice to Proceed When the Contractor considers the entire Work ready for its intended use Contractor shall certify in writing that the Work is substantially complete In addition to the Work being substantially complete Final Completion date is the date by which the Contractor shall have fully completed all clean-up and all items that were identified by the City in the inspection for final completion Unless otherwise stated in the Special Conditions for purposes of this liquidated damages clause the Work shall not be finished and the Contract time shall continue to accrue until the City gives its written Final Acceptance

If the Contractor shall fail to pay said liquidated damages promptly upon demand thereof after having failed to achieve Final Completion on time the City shall first look to any retainage or other funds from which to pay said liquidated damages if retainage or other liquid funds are not available to pay said liquidated damages amounts the Surety on the Contractors Performance Bond and Payment Bond shall pay such liquidated damages In addition the City may withhold all or any part of such liquidated damages from any payment otherwise due the Contractor

Liquidated damages as provided do not include any sums to reimburse the City for extra costs which the City may become obligated to pay on other contracts which were delayed or extended because of the Contractors failure to complete the Work within the Contract Time Should the City incur additional costs because of delays or extensions to other contracts resulting from the Contractors failure of timely performance the

72

Contractor agrees to pay these costs that the City incurs because of the Contractors delay and these payments are separate from and in addition to any liquidated damages

The Contractor agrees that the City may use its own forces or hire other parties to obtain Substantial or Final Completion of the work if the time of completion has elapsed and the Contractor is not diligently pursuing completion In addition to the Liquidated Damages provided for the Contractor agrees to reimburse the City for all expenses thus incurred

End of Section

73

Section 01700 Contract Closeout

11 Substantial Completion

A Substantial Completion of the Waterfront Park Landscape and Irrigation Project shall be defined as the completion of all landscaping and irrigation and any other pertinent items as required for this project

B Substantial Completion dates or times are outlined in the Contract Documents

12 Final Completion

A Final Completion shall be defined as the completion of all Work including clean-up all punch list items completed and all processing of all change orders The Work must be ready for Final Payment and Acceptance

B Final Completion will be subject to the terms outlined in the Contract Documents

End of Section

74

Section 01711 Site Cleanup

11 General

A Execute cleanup during progress of the Work and at completion of the Work

12 Description

A Store volatile wastes in covered containers and dispose offsite

B Provide on-site covered containers for the collection of waste materials debris and rubbish

C Neatly store construction materials

D Broom clean exterior paved surfaces and rake other exterior surfaces

13 Disposal

A Wastes shall not be buried or burned on the site or disposed of into storm drains sanitary sewers streams ditches or waterways

B When approved by the City the Contractor my stockpile and store materials and equipment within the Park The contractor shall protect all materials and equipment stored in the Park during non-working hours

C All excess materials shall become property of the Contractor unless otherwise directed by the City

D Remove waste materials clearing materials demolition materials unsuitable excavated materials debris and rubbish for the site at least weekly and dispose of at disposal areas furnished by the Contractor away from the site

End of Section

75

SPECIFICATIONS

Irrigation contractor to provide controller and all materials heads amp piping for a fully functional irrigation system Manufacturer shall be Hunter (preferred) Rain Bird Netafim or The Toro Co Irrigation Division See notes in irrigation plan

Soil preparation Remove and replace or condition soil where the trees and shrubs are to be planted according to the landscape plan Tiger CR 90 granular elemental sulfur is recommended to treat the high pH levels Target soil pH levels should be between 65 and 7 Aerate soil Large mulch rings shall be placed around trees and shrubs Pine mulch is preferable

Plant and supply trees palms and shrubs in specific locations shown on the attached maps All trees palms and shrubs must be Florida Grade 1 quality or better according to the most recent version of the Florida Dept of Agriculture Grades and Standards and also meet the minimum standards on the quote form All plants shall be watered in until thoroughly established as part of the planting responsibilities Trees or Palms that die during the warranty period as determined by the City must be replaced at no cost under warranty The replacement treepalmshrub must also be watered until established

Each tree and palm shall have mulch applied over the planted area with a three-inch depth mulch meeting the standards listed below Mulch shall be Grade 1 non-cypress mulch Color shall match adjacent landscaped areas or determined by the Project Manager if not applicable Mulch shall consist of shredded wood chips be uniform in color be free of invasive plant seeds dirt twigs and debris such as plastic and rocks Mulch must not contain arsenic materials and must be pulled back two inches form each tree to prevent moisture build up All treespalms must be staked either with 2x 4 boards or Wellington tape of similar strapping material using industry standards Tape or strapping material covered with six inches of 1rdquo diameter PVC pipe at ground level to prevent weed eater damage during maintenance activities Bamboo and metal stakes along with green nursery tape shall be removed from trees unless authorized to remain by the Project Manager Trees should be able to stand upright without support stakes tied to the trunk Approximately six months after planting and upon requested by the City all staking material must be removed by the contractor as part of this bid

Locating underground utilities shall be the responsibility of the contractor prior to installing irrigation system or planting The contractor is responsible to call 811 for underground locate services and to coordinated with the City Representative to locate City underground infrastructure in the Park (not to include adjacent right-of-wayrsquos) A seven-day notice prior to digging will be required to allow time to determine these locations

76

SEMINOLE WATER PARK

SOIL REPORT

City of Seminole Florida

Deuel amp Associates Inc 565 S Hercules Ave Clearwater FL 33764

May 25 2021

1

SCHEDULE OF DRAWINGS

77

Table of Contents

Soil Report 3-5

Appendix

Soil Test Sample Reports

Sample 1 - pH - 80 - low potassium - CEC - 156- high compaction

Sample 2 - pH - 78 - low potassium and magnesium CEC - 101- high compaction

Sample 3 - pH - 67 - low potassium CEC-126- high compaction

Sample 4 - pH - 71- low potassium - CEC-127- high compaction

Sample 5 - pH - 78- low potassium and magnesium -CEC - 151- high compaction

Sample 6- pH -80 - low potassium and magnesium - CEC- 137- high compaction

Sample 7 - pH - 64 - low potassium -CEC- 87 (low) - high compaction

Sample 8- pH - 75 - low potassium -169- high compaction

Sample 9 - pH - 77 - low potassium -153- high compaction

Sample 10- pH - 74 - low potassium - 106- high compaction

Soil Remediation Plan

2

78

Mayberry Tree Consulting

City of Seminole Florida

Seminole Water Park

Soil Report

Overview

The following report is a summary of the soil testing I conducted at the Seminole Waterfront Park

site and includes recommendations for treatments to improve both soil and plant health Ten soil

tests were performed at locations annotated on the site plan attached to this report The soil at

these locations was tested for pH levels cation exchange capacity and nutrient levels Two areas

were tested to check soil texture In addition soil at the 10 locations were tested for compaction

The 10 soil samples and texture samples were collected and delivered to SiteOne Landscape

Supply and then sent to Spectrum Analytic Inc for analysis I performed the soil compaction test

using the agraTronix 08180 Soil Compaction Tester Table 1 below includes the results of the

soil and compaction tests Following this table are recommendations to improve the existing soil

to the extent that it will allow for the proposed landscape plants to be maintained in a healthy

growing condition

Soil Analysis Results

Table 1

Soil Texture sand 8500 silt 000 clay 1500 = loamy sand - high compaction

Sample 1- pH - 80 - low potassium - CEC - 156- high compaction

Sample 2- pH - 78- low potassium and magnesium CEC -101- high compaction

Sample 3 - pH - 67 - low potassium CEC-126 - high compaction

Sample 4-pH - 71- low potassium - CEC-127- high compaction

Sample 5- pH - 78- low potassium and magnesium -CEC - 151- high compaction

Sample 6- pH -80- low potassium and magnesium - CEC- 137- high compaction

Sample 7 - pH -64 - low potassium - CEC - 87 (low) - high compaction

Sample 8- pH - 75 - low potassium -169- high compaction

Sample 9- pH - 77 - low potassium -153- high compaction

Sample 10-pH - 74 - low potassium -106- high compaction

3

79

Soil Chemistry

The nutrients required for plants to grow and carry out their life cycle functions are absorbed as

a liquid solution in the soil These solid particles only become soluble in soil moisture at certain

pH levels When they are soluble nutrients can be absorbed by plant roots when they are in a

solid state they cannot be absorbed Nutrient deficiencies can lead to decline or death of a plant

Deficiencies can also prevent a newly installed plant from growing or surviving Nutrient

deficiencies can be caused be by a lack of nutrients in the soil or when the nutrients are present

in the soil but not in an available (soluble) form The soil pH scale ranges from 0-14 A soil pH of

7 is neutral A soil pH below 7 is acidic and a soil above 7 is alkaline If the soil pH is too low (acidic)

or too high (alkaline) certain nutrients may not be available Nutrients such as iron and

manganese become less available as the soil pH rises above neutral while phosphorus is

unavailable around 55 Most trees and shrub species prefer a soil pH between 60 - 65 The

Southern magnolia (Magnolia grandiflora) is an example of an acid loving plant however trees

such as the live oak (Quercus virginiana) are more pH tolerant and can grow in acidic or alkaline

soils preferable between 60 - 75

The soil pH scale is based on a logarithmic function A pH of 80 is ten times more alkaline than a

pH of 7 and a pH of 90 is a hundred times more alkaline than a pH of 80 and the same is true in

reverse for acidic soils Soils have a property called buffering capacity that resists changes in the

pH Consequently it takes time to raise or lower soil pH and due to the logarithmic function of

the pH scale the farther away a pH is from the target pH the longer it will take to get there

The landscape plan for the Seminole Water Park is an exceptional plan featuring a wide variety

of tree shrub and groundcover species To accommodate this spectrum of plants I recommend

a target pH of 65 - 70 As eight of the soil samples were alkaline with pH levels ranging from 71

to 80 the speed at which the target pH levels can be achieved will vary Five of the soil samples

have a pH of 75 or greater with extreme levels of calcium These areas will be difficult to bring

down to target levels and there is no way to accurately predict how long the process will take

These soils may take up to a year or more to bring down to the pH target range The soils with a

pH below 75 should respond sooner Typically lime is used to raise pH and sulfur is used to lower

pH Granular elemental sulfur is the safest and least expensive way to treat the high pH levels

and is the recommend treatment prescribed herein

The soil compaction issue also affects the soil pH and overall plant health and will have to be

treated in concert with the pH treatments Plants depend on the exchange of gases in and out of

soils Oxygen enters the large pore spaces and is used by roots during the respiration process

Carbon dioxide is a byproduct of respiration and must diffuse out of the soil or it becomes toxic

to plant roots It is critical to improve the soil structure as good structure increases microbial

activity Sulfur treatments are done in stages with periodic testing of the soil pH until the desired

level is achieved Soil aeration is essentially a one-time treatment The following section will

provide specifications for the soil treatment procedures

4

80

Recommended Treatments

NOTE 1 Although at this stage it may be impractical one option is to remove the existing fill

material and replace it with a high-quality soil

NOTE2 The areas with a soil pH of 75 or greater may resist altering the pH for an extended

period of time and may take a few years or more to reach target pH levels

NOTE 3 The existing soils at the subject property are not suitable for the tree shrub and

groundcover species proposed in the landscape plan for this site The most serious problem is

the high pH levels A secondary problem but a major concern are the compacted soils A minor

problem is nutrient deficiencies and extreme levels of calcium Some of the nutrient issues will

be corrected when the pH is corrected Some fertilization may be required later

NOTE 4 I recommend forestalling additional installations of landscape plants until the soil pH is

corrected

High Soil pH Treatment and Soil Aeration

Apply Tiger CR 90 granular elemental sulfur at the rate of 35 pounds per 1000 square feet evenly

over the soil surface in areas delineated on the attached site plan Cover the sulfur with one inch

of medium grain sand (grain size 0425-2 millimeter) Soil can be tilled if slightly damp but not

wet Add three inches ofthe free treated mulch provided at Pinellas Countys Landfill This mulch

is weed free and heat-treated to kill pathogens Before tilling call for a utility locate Till the sulfur

sand and mulch into the soil with a rototiller device to a depth of 6- 8 When tilling is complete

water the entire area

After a period of three months check the soil pH and compaction levels If the soil pH is above 7

repeat the sulfur treatment and check the pH in three months Continue the three-month

treatment until the target soil pH levels of 65 - 7 is achieved This may occur soon in some areas

Once the pH levels are achieved cease the sulfur treatments Check the pH levels once a year and

treat with sulfur if the pH rises above 7 Maintain large mulch rings and replenish mulch as

needed Pine straw in an excellent mulch and an acidifier Organic mulches in general will help

acidify the soil and prevent the need for future sulfur treatments In addition the organic

component will help maintain good soil structure

In summary the dredged materials used as a fill have high pH levels and are extremely

compacted The existing soils cannot support plant growth and establishment By following the

prescribed treatments the new soil will support the proposed plants in a healthy growing

condition Roots will readily colonize the new soil Once established the soil will continually

improve on its own if nutrient cycling is practiced (mulch) and adequate soil moisture is

maintained Please contact me via email at amayberrytampabayrrcom or by phone at (727)

735-8953 if you have any questions regarding this report

s

81

Appendix

6

82

REPORT TO 110 0 5 TURF AND ORNAMENT AL SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT cEppoundchum cl-nafJtic

1087 Jamison Road NW 6781 118TH AVE N SUBMITTED BYFOR C ITY OF SEMINOLE Washlngon Court House OH 43160-8748

LARGO FL 33773 3310 04192021 wwwspectrumanalyticcom

RESULTS OF ANALYSIS CALCULATED VALUES Line Number RESULTS OF ANALYSIS Soil Buffer Pounds per Acre Available Nutrient Base Saturation Pounds per Acre Available Nutrient Soluble pH pH CEC LAB NO p K Ca Mg K Ca Salts OM Mg H Na Fe Mn Zn Cu Na mmhoscm 1 H07091 8 0 108 76 8026 152 15 6 0 5 96 4

2

3

4 5

6

7

8

9

10

11 AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

b SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Num er I I MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 1 ZOYSIAGRASS LAWN MED 0 1 50- 2 so s 000 300 7 50 2

3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

1nalyzed by Spectrum Analytic Inc For help understanding your tests go to https spectrumanalyticcomhelp 8

83

TURF AND ORNAMENTAL REPORTTO 11005 SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT ~pecbium cff nafJtic

1087 Jamison Road NW SUBMITTED BYFOR CIT Y OF SEMI NOLE 6781 118TH AVE N Washingon Court House OH 43160-87UI LARGO F L 33773 3310

04 192021 www spectrumanalyticcom

RESULTS OF ANALYSIS CALCULATED VALUES Line Number RESULTS OF ANALYSIS Soil Buffer Pounds per Acre Available Nutrient Base Saturation Pounds per Acre Available Nutrient Soluble

1

LAB NO

H07092

pH

78

pH p

60 K

46 Ca

5150 Mg

100

CEC

10 l K

05 Ca

96

Mg

4 H Na Fe Mn Zn Cu Na

Salts mmhoscm

OM

2

3 4

5

6

7

8

9 10

11 AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Number MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 2 ZOYSIAGRASS LAWN MED 0 150 - 250 s 075 5 00 4 50 2

3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

~nalyzed b y Spectrum Anal ytic Inc For help understanding your test s go to https spectrumanal yticcomhelp 8

84

TURF AND ORNAMENTAL REPORT TO 11005 ~fuctlum cl-nafytfo SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT

1087 Jamison Road NW SUBMITTED BYFOR CITY OF SEMINOLE 6781 118TH AVE N Washingon Court House OH 43160-8748 3310 LARGO FL 33773 0419202 1 wwwspectrumanalyticcom

RESULTS OF ANALYSIS CALCULATED VALUES RESULTS OF ANALYSIS Line Number Soil Buffer Pounds per Acre Available Nutrient Base Saturation Pounds per Acre Available Nutrient Soluble

LAB NO pH pH p K Ca Mg CEC

K Ca Mg H Na Fe Mn Zn Cu Na Salts

mmhoscm OM

1 H07093 67 7 3 78 74 5100 194 12 6 06 76 6 2 3

4 5

6

7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number I SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 3 ZOYSIAGRASS LAWN MED 0 150-2 50 s 025 300 4 00 2

3

4

5

6 7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analytic Inc For he lp unders tanding your t ests go to https spectrumanalytic comhelp 8

85

TURF ANO ORNAMENTAL REPOR 10middot 11005 SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT ~ptct~um cff-naLytc

1087 Jamison Road NW 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE Washlngon Court House OH 43160-8748

LARGO FL 33773 3310 04192021 wwwspectrumanalyticcom

Line Number

LAB NO 1 H07094

Soil pH

71

RESBuffer

pH

ULTS OF ANALYSIS Pounds per Acre Avail able Nutrient p K Ca Mg

12 4 74 5818 158

CALCULATED VALUES Base Saturation CEC

K Ca Mg H

12 7 06 86 5 Na

RESULTS OF ANALYSIS Pounds per Acre Available Nutrient Soluble

Salls Fe Mn Zn Cu Na mmhoscm OM

2

3

4

5

Is 7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

b SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Num er I I MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 4 ZOYSIAGRASS LAWN MED 0 150- 250 s 000 300 5 00 2 3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analytic Inc For help understanding your tests go to httpsspectrumanalytic comhelp 8

86

TURF AND ORNAMENTAL SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT ~fuctrium df-nafytic REPORTTO ll005

6781 118TH AVE N SUBMITTED BYFOR C ITY OF SEMINOLE 1087 Jamison Road NW WashngonCourtHous OH 43160-8748 LARGO FL 33773 3310

04192021 www1pectrumanalyticcom

RESULTS OF ANALYSIS CALCULATED VALUES Line Number RESULTS OF ANALYSIS Soil Buffer Pounds per Acre Available Nutrient Base Saturation Pounds per Acre Available Nutrient Soluble pH pH CEC LAB NO p K Ca Mg Salts OM K Ca Mg H Na Fe Mn Zn Cu Na mmhosem 1 H07095 7 8 108 52 7790 128 151 0 4 97

3

2 3

4

5 6

7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RES UL TS

SURPLUS

HIGH

ADEQUATE

LOW

SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Number I I

MAINT SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn

1 5 ZOYSIAGRASS LAWN MEO 0 150-250 s 0 00 500 7 50 2

3

4

5

6 7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analy Ll~ Inc for help understanding your tests go t o ht tpsspectrumanalytic comhe l p 87

REPORT TO 11005 TURF AND ORNAMENT AL SITEONE L~NDSCAPE SOIL TEST AND RECOMMENDATION REPORT ~fa-Echum dlnafJtfo 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE 1087 Jamison Road NW

Washlngon Court Housr OH 43160-8748 LARGO EL 33773 3310 04192021 wwwspectromanalyticcom

Line Number RESULTS OF ANALYSIS CALCULATED VALUES RESULTS OF ANALYSIS

Soil Buffer Pounds per Acre AvailabpH pH

le Nutrient CEC

Base Saturation Pounds per Acre Available Nutrient Soluble LAB NO p K Ca Mg K Salts 0M Ca Mg H Na Fe Mn Zn Cu Na mmhoscm 1 H07096 8 0 96 46 7004 134 13 7 0 4 96 4

2

3

4 5

6

7

a 9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT MAINT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 6 ZOYSIAGRASS LAWN MED 0 150-2 50 s 0 00 5 00 6 50 2 3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analytic Inc Eor help understanding your tes ts go t o httpsspectrumanalyticcomhelp 88

REPORT TO 11005 TURF AND ORNAMENTAL SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT cpoundp-Ectgtium cl-nafytic 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE 1087 Jamison Road NW

Washingon Court House OH 43160-8148 LARGO FL 33773 3310 04192021 wwwsplaquotumanolytccom

RESULTS OF ANALYSIS CALCULATED VALUES Line Number RESULTS OF ANALYSIS Soil Buffer Pounds per Acre Available Nutrient pH pH p CEC

Base Saturation Pounds per Acre Available Nutrient Soluble LAB NO K Ca Mg K Salts OM Ca Mg H Na Fe Mn Zn Cu Na mmhoscm 1 H07097 6 4 72 112 62 4290 162 8 7 08 92 7 2

3

4 5

6

7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT

MAINT SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 7 ZOYSIAGRASS LAWN MED 0 150- 250 s 0 00 5 00 250

2

3

4

5

6

7

8

9

10 11 RECOMMENDATIONS FOR AVERAGE RESULTS

nalyzed by Spectrum Analytic Inc For help understanding your tests go to htt pss pectrumanalyticcomhelp 89

TURF ANO ORNfMEt ~l REPORT iO 11005 SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT poundpeclium oJnJyffo 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE 1087 Jamison Road NW LARGO FL 33773 3310 Wohlngon Court Houe OH 43160-8748

04192021 WWWJpectrumonolytlccom

Line Number RESULTS OF ANALYSIS CALCULATED VALUES Soil Buffer Pounds per Acre Available Nutrient RESULTS OF ANALYSIS pH Base Saturation LAB NO pH p K Ca Mg

CEC Pounds per Acre Available Nutrient Soluble 1 K Ca Mg H Na Fe Mn Zn Salls OM H07098 7 5 60 4 76 Cu Na mmhoscm 2

9666 504 169 05 89 11

3

4

5

6

7

8

9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number I SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT MAINT SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq 1 8 P205 K20 Mg Fe Mn Zn ZOYSIAGRASS LAWN MED 0 2 1 50-2 50 s 000 3 00

3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE R ESULTS

nalyzed by Spectrum Analytic Inc For help understanding your tests go to https spectrumanalytic comhelp 90

TURF AND ORNAMENTAL REPORT TO 1 1005 c3fa-Ecbum c1-naytic SITEONE LANDSCAPE SOIL TEST AND RECOMMENDATION REPORT

1087 Jamison Road NW SUBMITTED BYFOR CITY OF SEMINOLE 6781 118TH AVE N Washngon Court House OH 43160-8748 LARGO FL 33773 3310

04192021 wwwspectrumanalyticcom

RESLine Number

ULTS OF ANALYSIS CALCULATED VALUES RESULTS OF ANALYSIS

1 LAB NO

H07099

Soil pH

77

Buffer pH

Pounds per Acre Available Nutrient p K Ca Mg

210 116 7680 206

CEC

153

K

0 8

Base Saturation Ca Mg H

94 5

Na Pounds per Acre Available Nutrient

Fe Mn Zn Cu Na

Soluble Salls

mmhoslcm OM

2

3

4

5 6

7

8

9

10

11 AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT Line Number ) MAJNT

SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq P205 K20 Mg Fe Mn Zn 1 9 ZOYSIAGRASS LAWN MED 0 150-2 50 s 000 3 00 600 2

3

4

5

6

7

8

9

10 11 RECOMMENDATIONS FOR AVERAGE RESULTS

1nalyzed by Spectrum Analytic Inc For help unders tanding your tests go to httpsspectrumanalyti ccomhelp 9

91

REPOR1 TOmiddot l l()()) TURf ~NO ORt~~t~l SITEONE L~NDSCAPE tD SOl iEST AND RECOMMENDATION REPORT Sipecum JnJyf ic 6781 118TH AVE N SUBMITTED BYFOR CITY OF SEMINOLE 1081 Jamison Road NW LARGO FL 33773 3 310 Washngon Court House OH 43160-8748

04192021 wwwspecttUmQnolytiGcom Line Number

Soil RESULTS OF ANALYSIS CALCULATED VALUES Buffer Pounds per Acre Available Nutrient RES UL TS OF ANALYSIS

pH Base Saturation LAB NO pH p K Ca Mg CEC

K Pounds per Acre Available Nutrient Soluble

1 Ca Mg H Na Fe Mn Salts 0M H07100 7 4 164 76 4914 344 10 6 0 8 87 12 Zn Cu Na nvnhoscm I

2 3

4

5

6

7

8 9

10

11 AVERAGE RESULTS

DISPLAY OF AVERAGE RESULTS

SURPLUS

HIGH

ADEQUATE

LOW

Line Number SAMPLE INFORMATION FERTILIZER RECOMMENDATIONS IN LBS PER 1000 SQ FT

MAINT SAMPLE IDENTIFICATION PLANT TYPE AREA TYPE LEVEL LIME Type NITROGEN Freq 1 10 ZOYSIAGRASS LAWN MED P205 K20 Mg Fe Mn Zn

2 0 150-2 50 s 0 0 0 3 00 3

4

5

6

7

8

9

10

11 RECOMMENDATIONS FOR AVERAGE RESULTS ~nalyzed by Spectrum Analytic Inc For help understanding your tests go to https spectrumanalytic comhe l p 92

f I

l

I J

I I 1 I I

DESIGN LC

L O N G

ii t---+--+----------+----1DRAW ~

II I ffpoundVf DAlE REVISION BY apoundaltED APC

~ I

I

I

lia TARY IIAHHOIE -~

MW 085

r I I

SKKJVOpoundC IYA7KRFROJV7 PARK SOpound RKKK1JA70JV PMJV

SEMINOLE PINELLAS COUNTY FLORIDA

~

~ I I

~ I 1 I s

0 c

z 0 90 80 ampbull- I SCALll 1 bull 90

MlRK ORDER ND 2016-32

DAlE May 24 2021

SCALE 1 bull - JO

LEROY 0-IIN FL RLA 00012011 SHEET ND L2 DF LJ

X X X X X X X X X X X

X

X

X

X

X

X

X

X

X

X X

PICNICAREA

X X X X X X X X X X X X X X X X X X X X X X X

X

W W W W W W W W W

W W W

W

W

W

W

W

W

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107 93

371 sf 371 sf

3130 sf 371 sf

371 sf 371 sf 371 sf 371 sf 371 sf 371 sf 371 sf 371 sf

153 sf 153 sf

371 sf

371 sf

1447 sf

2728 sf

SOIL SAMPLE NO 7 pH 64

Recommend Aerate Soil

5930 sf

371 sf 371 sf

371 sf 371 sf 371 sf

371 sf 371 sf

SOIL SAMPLE NO 8 pH 75

Recommend Add Sulfur and Aerate Soil

371 sf

153 sf

153 sf

153 sf

371 sf

371 sf

371 sf

SOIL SAMPLE NO 9 pH 77

Recommend Add Sulfur and Aerate Soil

153 sf

153 sf 371 sf

1050 sf

153 sf

371 sf

153 sf 153 sf 153 sf 153 sf 153 sf 153 sf

371 sf 153 sf 371 sf

3541 sf

1368 sf

371 sf

371 sf 371 sf

SOIL SAMPLE NO 1 pH 80

Recommend Add Sulfur and Aerate Soil

371 sf 371 sf

4995 sf

371 sf 110 sf 48 sf

347 sf

403 sf

SOIL SAMPLE NO 6 pH 80

Recommend Add Sulfur and Aerate Soil

2725 sf

673 sf

371 sf

SOIL SAMPLE NO 5 pH 78

Recommend Add Sulfur and Aerate Soil

371 sf

371 sf 371 sf

371 sf

371 sf

371 sf

153 sf

153 sf 153 sf

153 sf

371 sf

371 sf

371 sf

371 sf

371 sf

50 sf 50 sf 153 sf 50 sf

153 sf 153 sf

153 sf 153 sf

153 sf 153 sf

50 sf 50 sf

50 sf

371 sf

371 sf

4125 sf

SOIL SAMPLE NO 2 pH 78

Recommend Add Sulfur and Aerate Soil

371 sf 371 sf 153 sf

371 sf

2850 sf

378 sf 272 sf

918 sf 660 sf

371 sf

SOIL SAMPLE NO 4 pH 71

Recommend Add Sulfur and Aerate Soil

371 sf

371 sf

371 sf

371 sf

SOIL SAMPLE NO 3 pH 67

Recommend Aerate Soil

371 sf

4030 sf

371 sf 371 sf

153 sf 153 sf

371 sf

50 sf

50 sf 153 sf 153 sf

50 sf

371 sf

371 sf

371 sf

50 sf

371 sf

1450 sf 1795 sf

371 sf 371 sf 50 sf

50 sf 371 sf

50 sf

371 sf

50 sf

1760 sf

TOTAL SQ FT SOIL REMEDIATION

2890 sf

371x 68 = 25228 sf +153x31 = 4743 sf

+50x14 = 700 sf +110+4995+673+3130

+1447+2728+5930+1050 +3541+1368+347+2725

+403+2808+37+272+918 +660+1450+2890+1795

+1760+4030+4125+48 = 80251 sq ft

SOIL SAMPLE NO 10 pH 74

Recommend Add Sulfur and Aerate Soil

AutoCAD SHX Text
PED
AutoCAD SHX Text
SPEED LIMIT
AutoCAD SHX Text
W
AutoCAD SHX Text
W
AutoCAD SHX Text
TSP
AutoCAD SHX Text
SPEED LIMIT
AutoCAD SHX Text
NO TRESPASSING
AutoCAD SHX Text
W
AutoCAD SHX Text
NO TRESPASSING
AutoCAD SHX Text
NO TRESPASSING
AutoCAD SHX Text
45MP
AutoCAD SHX Text
45MP
AutoCAD SHX Text
MH
AutoCAD SHX Text
STOP
AutoCAD SHX Text
MH
AutoCAD SHX Text
P A R K B O U L E V A R D
AutoCAD SHX Text
L O N G B A Y O U
AutoCAD SHX Text
2 CC
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
MH
AutoCAD SHX Text
MH
AutoCAD SHX Text
SANITARY MANHOLE RIM=635
AutoCAD SHX Text
S
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
e
AutoCAD SHX Text
EHH
AutoCAD SHX Text
g
AutoCAD SHX Text
g
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
t
AutoCAD SHX Text
w
AutoCAD SHX Text
W
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
S
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
May 24 2021
AutoCAD SHX Text
1 = 30
AutoCAD SHX Text
L2
AutoCAD SHX Text
L3
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
SOIL REMEDIATION PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
LC
AutoCAD SHX Text
LC
AutoCAD SHX Text
APC
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
30
AutoCAD SHX Text
60
AutoCAD SHX Text
30
AutoCAD SHX Text
N
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206

94

BB

~ ~ 0 N I

m I v

bull C

bull ~ i ~ C ~

j l

~ ~ C e ~ bull I ~ middot~ ~ 0

E ~

~ r

a N

t

I i---

10middot ------------

ios---- - 2os-----

I I I I I I

I I I

I

rmiddot I

--- amiddotbull

-f------ bull------- 0 ----- 0

middotmiddot_middoti----

L 0 N G

DESIGN BAB

t----t------t---------------------+----IDRAWNbull CMM

REV DATE REVISION BY CHECKEDbull APC

6 Pl~ -- ~PINE

I

bull

I I

s

I

B A Y O U

I I

I

I

I I

I

I

I I

I

~

r

bull

----

-- -- --

I I

0

I

I

I

----

f

711N0 - - - -

I 0

0

TT

I I I

z OHE --

o 30 eo bullbullbull I re -----~1

SCALE 1 = 30

SPREAD

1 ALL 1IOOD SHALL IE fRIJCE OR PINE-NOT PRESSURE lREATED 2 ~ TIES SHAU NOT CROSS OVER WIXlDT ROOTS 3 REMOIE AU STRING ampIm llllRE IAAPPED ARCtltm lRlfrlK 4 =AlLAU S1RoPS RltFES aiE a(lR STRINGS USED TO LIFT TIpound

5 REMOIE AU BURLAP ~ llllRE FROM lHE TOP Of 11pound ROOT 81L ti TOP a= R001BAU TO EjE SET LEoEL SIH SURROUNDING FINISH GR-DE

21lt2Xc STMCE - ---

rle2X4 - -- awss

IEOff

ULCH ~ DEPlM

TILLED AND LOOSENED NATIpound SOL BACKFLL

FERTUZER TABLEIS All FECFlED PLACE UNFtRIIL Y AROUND ROOT MASS BEnlEEN MIDDLE ANO BOTTOM IF ROOT IIASS

2-2X4bull STAKE W1ClNG TAPER MN 111 INlO UNDISTURBED SOIL I

I I I I I I

HEIGHT ___ MULCH 3bull FROM STEMS

TREE PLANTING DETAIL

I I

0

0 TABLETS AS

CE UNIFOOMLY ND ROOT MASS

b(fo ~ M=

3 TO 5 TIMES WIDlH Of ROOlBAlL

PREPARED PLANTING SOIL

EXISTING UNDISTURBEO SOIL

NTS

I I

SHRUB amp GROUNDCOVER PLANTING DETAIL

bull~-middot-bull middot middotmiddot bulleoN~m middot SIDiWAUlt middotbullbull 0 - bull middot

I=~-

I I I

ltmiddot l ~-~ ~-~ laquopD I I

ii I I

ii ii

I I I

GENFRAI NOTES 1 CONTACT PUBLIC WORKS FOR LOCATING ALL UNDERGROUND UTILITIES PRIOR TO ANY EXCAVATION OF THE SITE RODNEY E

DUE 729-367-6383 EXT 249 amp 811 ALL PLANT MATERIAL SHALL BE FL GRADE 1 OWNER SHALL INSPECT TREES PRIOR TO OFF LOADING FROM TRUCK ALL REJECTED TREES SHAUL BE REMOVED FROM SITE amp NEW PLANTS SHAUL BE PROVIDED BY LANDSCAPE CONTRACTOR

2 ALL REMAINING AREAS WITH NO SHRUBS OR GROUNDCOVER PLANTING SHALL BE SODDED WITH BAHIA GRASS - NO EXCEPTIONS

3 ALL TREES PALMS SHAUL HAVE A MINIMUM 3 DIAMETER TREE RING AT BASE AND MULCHED UNLESS PLANTED WITH GROUNDCOVER PLANTINGS

4 PLANT QUANIDIES ARE PROVIDED AS A GUIDE AND CONVENIENCE CONTRACTOR SHAUL BE RESPONSIBLE TO VERIFY QUANTITIES AND PROVIDE PLANS IN LOCATIONS AS SHOWN ON LANDSCAPE PLANS AND ADJUSTMENT TO HIS PRICING NO EXCEPTIONS

5 ALL MULCHED BEDS SHAUL BE A MINIMUMMAXIMUM OF 3 THICK AFTER COMPACTION ALL MULCHING SHALL BE WITH PINE STRAW

6 ALL PLANTINGS SHALL BE WATERED AS SOON AS THEY ARE PLANTED - NO EXCEPTIONS

7 ALL STAKING OF TREES SHAUL BE COMPLETED WITHIN 24 HOURS AFTER PLANTING - NO EXCEPTIONS

8 SITE SHALL BE POLICED AND TIDED UP AT END OF WORK DAY NO PLANT POTS OR WRAPPINGS OR ANY OTHER PLANTING DERBIES SHALL BE LEFT ON SITE AT END OF DAY OR IN A TRASH COLLECTION CONTAINER ON SITE

QTY

24 14 7 25 16 17

30 7 7

5 10

11 12

15 10 2 2 15 24 18 11 1 17 15

20

I

KEY

GS CLO so MG RM RP

BC RE SRC

FP MP

CP FTP

WW WBB CMN CMM JT SB TL TO BBB WB

BB

NTS

PLANT SPACING DETAIL

(NO-OFFSET) NTS

TILLED MCI LOOSENED NAllIE 1101 MCKFILL

BOTANICAL NAME

CANOPY TREES

Cossio fisulo Quercus virginiano cathedral Qurecus shumardii Magnolia grandiflora Acer rubrum Delonio regio Toxodium distichum Eucalyptus deglupto Juniper siliclo

PALMS Wodyetia bifurata Phoenix dactylifera

Adonidio merrillii Caryoto witis

UNDERSTORY TREES Salix bobylonio Collstemon viminalis Logerstroemia indico Natchez bull

Lagerstroemio indica Muskogee Jatropho interirmo Conocorpus erectus Ligustrum lucidum tree) Osmanthus fragrans Butter Yellow

Bambusa ventricoso Pleioblastus simonii

Bombusa chungii Fer esio Juzhoi ou

SpoundVJVOLpound fl7ATpoundRFROJVT PARK TRpoundpound L4JVlJSCAPpound PLAJVTJVC PL4JV SEMINOLE PINELLAS COUNTY FLORIDA

BACK Of CURB BED LINE

IIEUOYE IIILJIIraquo MCI -I 11E MATElllshyFACIM mtE TOP 1J OF II001Blil

----=-4~ lttr~~N ~------ (3) 211411JS WOODEN STAKES

PALM PLANTING DETAIL NTS

COMMON NAME

Golden ShowerGolden Cathedral Live Oak Shumard Oak Magnolia Red Maple Royal Poinciana Bald Cypress Rainbow Eucalyptus

Southern Red Cedar

Foxtail Palm Medjool Palm Christmas Palm Fish Tail Palm

Weeping Willow Weeping Bottlebrush Crape Myrtle Natchez Crape Myrtle Muskogee Jatropa Tree Silver Buttonwood

Chai

Tree Lugustrum Tree Tee Olive Butter Yellow Buddha Belly Bamboo White Simon Bamboo Tropical Blue Bamboo Red Clum in Bamboo

SIZE

Min 12-15 Ht 3bull Caliper FL1 Min 12-15 Ht 3 Caliper FL1

Min 12-15 Ht 3 Caliper FLf Min 12-15 Ht 3bull Caliper - FL 1 Min 12-15 Ht 3bull Caliper - FL1 Min 12-15 Ht 3 Caliper - FL1

Min 12-15 Ht 3 Caliper - FLf 1 Min 12-15 Ht 3bull Caliper FL 1

Min 10-12 Ht 3 Coliper FL1

Min 15 Clear Trunk NO BLEMISHES Min 15 Clear Trunk NO BLEMISHES Min 6 Clear Trunk NO BLEMISHES Min 6 OVERAUL Ht 15 Gal Cont

Min B-10 Ht 2 Caliper FL1 Min B-10 Ht 2 Caliper FL1 Min 8-10 Ht 2 Caliper Std FL1 Min B-10 Ht 2 Caliper Std FL11 Min 6 Overall Ht amp Single Trunk Min 6 Ht and 2 Caliper Min 6x6 HtampSpr Multi-Stem 2bullcal Min 6 Ht and 2 Caliper

Min 36 Ht 5 Gal Container 14-24 ht 3 gal container (min)

14-24 ht 3 gal container (min) 14-24 ht 3 al container min

LEROY CHIN FL RLA 0001206

PROPOSED LANDSCAPE LEGEND

0 0 e EB 0

i

0

reg

reg $ ~

0

CATHEDRAL LIVE OAK (CLO)

GOLDEN SHOWER (GS)

SOUTHERN MAGNOLIA (GM)

( ii

RED MAPLE (RM)

ROYAL POINCIANA (RP)

FOXTAIL PALM (FP)

MEDJOOL PALM (MP)

MANILACHRISTMAS PALM (CP)

SOUTHERN RED CEDAR (SRC)

BUTTERFLY BUSH

WEEPING WIULOW (WW)

WEEPING BOffiEBRUSH (WBB)

CRAPE MYRTLE Natchez (CMN)

CRAPE MYRTLE Muskogee (CMM)

RAINBOW EUCALYPTUS (RE)

BALD CYPRESS (BC)

JATROPHA TREE (JT)

GREEN BUTTONWOOD

SILVER BUTTONWOOD (SB)

SHUMARD OAK (SO)

TEA OLIVE (TO)

BUTTERFLY BUSH (BB)

TREE LIGUSTRUM (TL)

BUDDHA BEULY BAMBOO (BBB)

FISH TAIL PALM (FTP)

WHITE CLUMPING BAMBOO

BLUE CLUMPING BAMBOO

RED CLUMPING BAMBOO

REMARKS DROUGHT NATNE

Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader Shade Tree Single Leader

Accent Tree

Palm FL11 Palm FL1

Palm FL 1 Polm FL1

Accent Tree Accent Tree Accent Tree Accent Tree Accent Tree Accent Tree

Accent Tree Accent Tree Accent Plant Accent plant 48

Accent plant 48 Accent lent 48

spacing spacing

TOLERANCE

High High Medium Medium High High High High High

High High High Medium

Low Low Medium Medium Medium High High High Medium High High Hi h

No Yes Yes Yes Yes No

Yes No Yes

Yes No No

No

Yes No Yes Yes No No No No No Yes Yes Yes

WORK ORDER NO 2016-32

DATE DECEMBER 7 2020

SCALE 1 - 30

SHEET NO 4 OF 8

X X X X X

SITE

LINE

FRO

M PI

RATE

SHI

P

X X WETLAND

X

SITE

LINE

FRO

M PI

RATE

SHI

P

X X X

WETLAND

WETLAND

X X X X X X X X

TO

X X X X

PICNICAREA

X X X

X X

X X

X X

X

X X

X

X X

(7) BB (9) RB (8) BB (11) RB

(4) CLO (1) CMM (1) CMN (1) CMM Remove Existing (9) WB Palm Clusters (7) GS

(4 ) WBB

(3) JT (1) CLO (8) WB (4) TO (4) RE

(3) MG

(1) CMN (5) SO (1) CLO (2) RE (5) GS (8)FTP (3) CLO (1) JT (2) RP

(3) SB (1) SB

(7) SRC

(2) JT (2) CLO

(1) Budda Belly Bamboo

(5) CP (7) FTP

(1) SB

(1) RP (6) RP

X X X X X X X X

(5) SB (5) SO (1) CLO

(7) BC

(1) CMN

(5) WW

W W W W W W W W W

W W

W

W

W

W

W

W W

(9) TL 6 X 6

(3) MG (5) RP

(8) BC

(1) CLO (1) MG

(2) MG

(1) MG

(2) MG (5) FP

(5) MP (5) MP

(4) SB

(2) MG (3) SB (7) TO

(1) CLO

(6) CP

(9) TL 6 X 6 (1) MG

(3) MG

(1) MG

(4) RM (1) MG

(1) RM

(8) GS (2) MG

(4) MG

(3) SB

(1) WW

(9) JT

(5) GS

(8) RM POND AERATOR Remove Existing

(ARTWORK) Palm Clusters (1) CLO

TO TO

TO

TO

TO TO

TO TO

TO TO

TO

(1) WW (1) SB (2) RM

(5) BC (2) RM (3) SB (3) RP

(6 ) WBB (1) WW

(10) BC (1) WW

(6) WW

TREE PLANT LIST

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

AutoCAD SHX Text
10
AutoCAD SHX Text
10
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
10
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
14
AutoCAD SHX Text
14
AutoCAD SHX Text
AP CLUSTER
AutoCAD SHX Text
7AP
AutoCAD SHX Text
7AP
AutoCAD SHX Text
4AP
AutoCAD SHX Text
5AP
AutoCAD SHX Text
5AP
AutoCAD SHX Text
12AP
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
8PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
6PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
5PINE
AutoCAD SHX Text
6PINE
AutoCAD SHX Text
P A R K B O U L E V A R D
AutoCAD SHX Text
L O N G B A Y O U
AutoCAD SHX Text
2 CC
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
60
AutoCAD SHX Text
50
AutoCAD SHX Text
50
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
50
AutoCAD SHX Text
45
AutoCAD SHX Text
70
AutoCAD SHX Text
41
AutoCAD SHX Text
41
AutoCAD SHX Text
45
AutoCAD SHX Text
60
AutoCAD SHX Text
50
AutoCAD SHX Text
45
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
70
AutoCAD SHX Text
70
AutoCAD SHX Text
45
AutoCAD SHX Text
50
AutoCAD SHX Text
50
AutoCAD SHX Text
7
AutoCAD SHX Text
17
AutoCAD SHX Text
27
AutoCAD SHX Text
40
AutoCAD SHX Text
7
AutoCAD SHX Text
-3
AutoCAD SHX Text
-23
AutoCAD SHX Text
-33
AutoCAD SHX Text
-13
AutoCAD SHX Text
27
AutoCAD SHX Text
17
AutoCAD SHX Text
7
AutoCAD SHX Text
40
AutoCAD SHX Text
40
AutoCAD SHX Text
27
AutoCAD SHX Text
17
AutoCAD SHX Text
7
AutoCAD SHX Text
-3
AutoCAD SHX Text
-13
AutoCAD SHX Text
-23
AutoCAD SHX Text
-33
AutoCAD SHX Text
S
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
e
AutoCAD SHX Text
EHH
AutoCAD SHX Text
g
AutoCAD SHX Text
g
AutoCAD SHX Text
S
AutoCAD SHX Text
t
AutoCAD SHX Text
w
AutoCAD SHX Text
W
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
CONCRETE SIDEWALK
AutoCAD SHX Text
S
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
DECEMBER 7 2020
AutoCAD SHX Text
1 = 30
AutoCAD SHX Text
4
AutoCAD SHX Text
8
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
TREE LANDSCAPE PLANTING PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
BAB
AutoCAD SHX Text
CMM
AutoCAD SHX Text
APC
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
30
AutoCAD SHX Text
60
AutoCAD SHX Text
30
AutoCAD SHX Text
N
AutoCAD SHX Text
PREPARED PLANTING SOIL
AutoCAD SHX Text
EXISTING UNDISTURBED SOIL
AutoCAD SHX Text
3 MULCH LAYER
AutoCAD SHX Text
MULCH 3 FROM STEMS
AutoCAD SHX Text
SPREAD
AutoCAD SHX Text
3 TO 5 TIMES WIDTH
AutoCAD SHX Text
OF ROOTBALL
AutoCAD SHX Text
HEIGHT
AutoCAD SHX Text
FERTILIZER TABLETS AS SPECIFIED PLACE UNIFORMLY AROUND ROOT MASS BETWEEN MIDDLE AND BOTTOM OF ROOT MASS
AutoCAD SHX Text
SHRUB amp GROUNDCOVER PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
MULCH 3 FROM TRUNK
AutoCAD SHX Text
OF THE ROOTBALL
AutoCAD SHX Text
3 TO 5 TIMES THE WIDTH
AutoCAD SHX Text
SPREAD
AutoCAD SHX Text
HEIGHT
AutoCAD SHX Text
MULCH 3 DEPTH
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
UNDISTURBED SOIL
AutoCAD SHX Text
2X2X4 STAKE
AutoCAD SHX Text
18MIN
AutoCAD SHX Text
2X2X4 CROSS MEMBER
AutoCAD SHX Text
2X2X4 STAKE
AutoCAD SHX Text
TILLED AND LOOSENED
AutoCAD SHX Text
NATIVE SOIL BACKFILL
AutoCAD SHX Text
NOTES 1 ALL WOOD SHALL BE SPRUCE OR PINE-NOT PRESSURE TREATED ALL WOOD SHALL BE SPRUCE OR PINE-NOT PRESSURE TREATED 2 CROSS TIES SHALL NOT CROSS OVER WOODY ROOTS CROSS TIES SHALL NOT CROSS OVER WOODY ROOTS 3 REMOVE ALL STRING ampOR WIRE WRAPPED AROUND TRUNK REMOVE ALL STRING ampOR WIRE WRAPPED AROUND TRUNK 4 REMOVE ALL STRAPS ROPES WIRE ampOR STRINGS USED TO LIFT THE REMOVE ALL STRAPS ROPES WIRE ampOR STRINGS USED TO LIFT THE ROOTBALL 5 REMOVE ALL BURLAP ampOR WIRE FROM THE TOP OF THE ROOT BALL REMOVE ALL BURLAP ampOR WIRE FROM THE TOP OF THE ROOT BALL 6 TOP OF ROOTBALL TO BE SET LEVEL WITH SURROUNDING FINISH GRADETOP OF ROOTBALL TO BE SET LEVEL WITH SURROUNDING FINISH GRADE
AutoCAD SHX Text
TILLED AND LOOSENED NATIVE SOIL BACKFILL
AutoCAD SHX Text
FERTILIZER TABLETS AS SPECIFIED PLACE UNIFORMLY AROUND ROOT MASS BETWEEN MIDDLE AND BOTTOM OF ROOT MASS
AutoCAD SHX Text
2-2X4 STAKE WLONG TAPER MIN 18 INTO UNDISTURBED SOIL
AutoCAD SHX Text
TREE PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
2X2X4 CROSS MEMBER
AutoCAD SHX Text
2-25 DRYWALL SCREWS
AutoCAD SHX Text
WATER RING (6 WIDTH amp HEIGHT) PROVIDING A WATER COLLECTION BASIN
AutoCAD SHX Text
PROPOSED LANDSCAPE LEGEND CATHEDRAL LIVE OAK (CLO) GOLDEN SHOWER (GS) SOUTHERN MAGNOLIA (GM) SYCAMORE (PO) RED MAPLE (RM) ROYAL POINCIANA (RP) FOXTAIL PALM (FP) MEDJOOL PALM (MP) MANILACHRISTMAS PALM (CP) SOUTHERN RED CEDAR (SRC) BUTTERFLY BUSH WEEPING WILLOW (WW) WEEPING BOTTLEBRUSH (WBB) CRAPE MYRTLE Natchez (CMN) CRAPE MYRTLE Muskogee (CMM) RAINBOW EUCALYPTUS (RE) BALD CYPRESS (BC) JATROPHA TREE (JT) GREEN BUTTONWOOD SILVER BUTTONWOOD (SB) SHUMARD OAK (SO) TEA OLIVE (TO) BUTTERFLY BUSH (BB) TREE LIGUSTRUM (TL) BUDDHA BELLY BAMBOO (BBB) FISH TAIL PALM (FTP) WHITE CLUMPING BAMBOO BLUE CLUMPING BAMBOO RED CLUMPING BAMBOO
AutoCAD SHX Text
SIZE
AutoCAD SHX Text
BOTANICAL NAME
AutoCAD SHX Text
COMMON NAME
AutoCAD SHX Text
KEY
AutoCAD SHX Text
QTY
AutoCAD SHX Text
REMARKS
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Magnolia grandiflora
AutoCAD SHX Text
Magnolia
AutoCAD SHX Text
MG
AutoCAD SHX Text
25
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Cathedral Live Oak
AutoCAD SHX Text
Quercus virginiana cathedral
AutoCAD SHX Text
CLO
AutoCAD SHX Text
14
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Lagerstroemia indica Natchez
AutoCAD SHX Text
CMN
AutoCAD SHX Text
2
AutoCAD SHX Text
Weeping Willow
AutoCAD SHX Text
Salix babylonia
AutoCAD SHX Text
WW
AutoCAD SHX Text
15
AutoCAD SHX Text
Taxodium distichum
AutoCAD SHX Text
Rainbow Eucalyptus
AutoCAD SHX Text
BC
AutoCAD SHX Text
30
AutoCAD SHX Text
Crape Myrtle Natchez
AutoCAD SHX Text
Eucalyptus deglupta
AutoCAD SHX Text
RE
AutoCAD SHX Text
7
AutoCAD SHX Text
Min 15 Clear Trunk NO BLEMISHES
AutoCAD SHX Text
Wodyetia bifurata
AutoCAD SHX Text
Foxtail Palm
AutoCAD SHX Text
FP
AutoCAD SHX Text
5
AutoCAD SHX Text
Palm FL1
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Royal Poinciana
AutoCAD SHX Text
Delonia regia
AutoCAD SHX Text
RP
AutoCAD SHX Text
17
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Medjool Palm
AutoCAD SHX Text
Phoenix dactylifera
AutoCAD SHX Text
MP
AutoCAD SHX Text
10
AutoCAD SHX Text
Min 10-12 Ht 3 Caliper FL1
AutoCAD SHX Text
Southern Red Cedar
AutoCAD SHX Text
Juniper silicla
AutoCAD SHX Text
SRC
AutoCAD SHX Text
7
AutoCAD SHX Text
Jatropa Tree
AutoCAD SHX Text
Bald Cypress
AutoCAD SHX Text
Jatropha interirma
AutoCAD SHX Text
JT
AutoCAD SHX Text
15
AutoCAD SHX Text
Qurecus shumardii
AutoCAD SHX Text
SO
AutoCAD SHX Text
7
AutoCAD SHX Text
Buddha Belly Bamboo
AutoCAD SHX Text
Shumard Oak
AutoCAD SHX Text
Bambusa ventricosa
AutoCAD SHX Text
BBB
AutoCAD SHX Text
1
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Accent Plant
AutoCAD SHX Text
Medium
AutoCAD SHX Text
High
AutoCAD SHX Text
Low
AutoCAD SHX Text
Medium
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
Medium
AutoCAD SHX Text
Medium
AutoCAD SHX Text
Medium
AutoCAD SHX Text
DROUGHT TOLERANCE
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
NATIVE
AutoCAD SHX Text
Min 15 Clear Trunk NO BLEMISHES
AutoCAD SHX Text
Palm FL1
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Min 36 Ht 5 Gal Container
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Red Maple
AutoCAD SHX Text
Acer rubrum
AutoCAD SHX Text
RM
AutoCAD SHX Text
16
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Conocarpus erectus
AutoCAD SHX Text
SB
AutoCAD SHX Text
24
AutoCAD SHX Text
Silver Buttonwood
AutoCAD SHX Text
High
AutoCAD SHX Text
No
AutoCAD SHX Text
Christmas Palm
AutoCAD SHX Text
Adonidia merrillii
AutoCAD SHX Text
CP
AutoCAD SHX Text
11
AutoCAD SHX Text
Palm FL 1
AutoCAD SHX Text
High
AutoCAD SHX Text
No
AutoCAD SHX Text
Min 6 Clear Trunk NO BLEMISHES
AutoCAD SHX Text
Weeping Bottlebrush
AutoCAD SHX Text
CalIstemon viminalis
AutoCAD SHX Text
WBB
AutoCAD SHX Text
10
AutoCAD SHX Text
Low
AutoCAD SHX Text
No
AutoCAD SHX Text
GENERAL NOTES 1 CONTACT PUBLIC WORKS FOR LOCATING ALL UNDERGROUND UTILITIES PRIOR TO ANY EXCAVATION OF THE SITE RODNEY E DUE 729-367-6383 EXT 249 amp 811 ALL PLANT MATERIAL SHALL BE FL GRADE 1 OWNER SHALL INSPECT TREES PRIOR TO OFF LOADING FROM TRUCK ALL REJECTED TREES SHALL BE REMOVED FROM SITE amp NEW PLANTS SHALL BE PROVIDED BY LANDSCAPE CONTRACTOR 2 ALL REMAINING AREAS WITH NO SHRUBS OR GROUNDCOVER PLANTING SHALL BE SODDED WITH BAHIA GRASS - NO EXCEPTIONS 3 ALL TREES PALMS SHALL HAVE A MINIMUM 3 DIAMETER TREE RING AT BASE AND MULCHED UNLESS PLANTED WITH GROUNDCOVER PLANTINGS 4 PLANT QUANTITIES ARE PROVIDED AS A GUIDE AND CONVENIENCE CONTRACTOR SHALL BE RESPONSIBLE TO VERIFY QUANTITIES AND PROVIDE PLANS IN LOCATIONS AS SHOWN ON LANDSCAPE PLANS AND ADJUSTMENT TO HIS PRICING NO EXCEPTIONS 5 ALL MULCHED BEDS SHALL BE A MINIMUMMAXIMUM OF 3 THICK AFTER COMPACTION ALL MULCHING SHALL BE WITH PINE STRAW 6 ALL PLANTINGS SHALL BE WATERED AS SOON AS THEY ARE PLANTED - NO EXCEPTIONS 7 ALL STAKING OF TREES SHALL BE COMPLETED WITHIN 24 HOURS AFTER PLANTING - NO EXCEPTIONS 8 SITE SHALL BE POLICED AND TIDED UP AT END OF WORK DAY NO PLANT POTS OR WRAPPINGS OR ANY OTHER PLANTING DERBIES SHALL BE LEFT ON SITE AT END OF DAY OR IN A TRASH COLLECTION CONTAINER ON SITE
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Min 8-10 Ht 2 Caliper Std FL1
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Min 8-10 Ht 2 Caliper FL1
AutoCAD SHX Text
Min 8-10 Ht 2 Caliper FL1
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Min 6 Ht and 2 Caliper
AutoCAD SHX Text
Min 6 Overall Ht amp Single Trunk
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206
AutoCAD SHX Text
Tree Lugustrum Tree
AutoCAD SHX Text
Osmanthus fragrans Butter Yellow
AutoCAD SHX Text
TO
AutoCAD SHX Text
11
AutoCAD SHX Text
Ligustrum lucidum (tree)
AutoCAD SHX Text
TL
AutoCAD SHX Text
18
AutoCAD SHX Text
Tee Olive Butter Yellow
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
No
AutoCAD SHX Text
No
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Min 6 Ht and 2 Caliper
AutoCAD SHX Text
Min 6x6 HtampSpr Multi-Stem 2cal
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
PLANT SPACING DETAIL (NO-OFFSET)
AutoCAD SHX Text
NTS
AutoCAD SHX Text
OC SPACING
AutoCAD SHX Text
OC SPACING
AutoCAD SHX Text
ALL SHRUBSGROUNDCOVER TO BE TRIANGULAR SPACING SEE PLANT LIST FOR OC SPACING
AutoCAD SHX Text
12 OC SPACING MIN SETBACK FOR SHRUBS amp GROUNDCOVERS
AutoCAD SHX Text
BACK OF CURB BED LINE
AutoCAD SHX Text
CLEAR TRUNK
AutoCAD SHX Text
CLEAR WOOD
AutoCAD SHX Text
TRUNK SHALL BE STRAIGHT AND
AutoCAD SHX Text
WITHOUT CURVES FREE OF SCARS
AutoCAD SHX Text
BURNMARKS AND BOOTS
AutoCAD SHX Text
3 MULCH LAYER
AutoCAD SHX Text
(3) 2x4x36 WOODEN STAKES
AutoCAD SHX Text
EXISTING UNDISTURBED SOIL
AutoCAD SHX Text
2X4 WOOD BRACE (3 EA MIN)
AutoCAD SHX Text
NAIL TO BATTENS amp STAKES
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
5 (15m) MIN
AutoCAD SHX Text
OF THE ROOTBALL
AutoCAD SHX Text
MIN 3 TIMES THE WIDTH
AutoCAD SHX Text
FERTILIZER TABLETS
AutoCAD SHX Text
AS SPECIFIED PLACE
AutoCAD SHX Text
UNIFORMLY AROUND
AutoCAD SHX Text
ROOT MASS BETWEEN
AutoCAD SHX Text
OF ROOT MASS
AutoCAD SHX Text
MIDDLE AND BOTTOM
AutoCAD SHX Text
TILLED AND LOOSENED
AutoCAD SHX Text
NATIVE SOIL BACKFILL
AutoCAD SHX Text
5 - 2x4x16 WOODEN BATTENS
AutoCAD SHX Text
CONNECTED WITH 2-34 STEEL BANDS
AutoCAD SHX Text
5 LAYERS OF BURLAP
AutoCAD SHX Text
PALM PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
CABBAGE PALMS MAY BE HURRICANE CUT ALL OTHERS MUST HAVE FRONDS TIED WBIODEGRADABLE STRAP OR TWINE
AutoCAD SHX Text
BASE OF LEAF BUD
AutoCAD SHX Text
BASE OF HEARTNUT
AutoCAD SHX Text
OF PALM
AutoCAD SHX Text
OR APPROVED ALTERNATE
AutoCAD SHX Text
WATER RING (6 WIDTH amp HEIGHT) PROVIDING A WATER COLLECTION BASIN
AutoCAD SHX Text
DEPTH OF
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
REMOVE BURLAP AND ALL TIE MATERIAL FROM TYHE TOP 13 OF ROOTBALL
AutoCAD SHX Text
NOTE STAKING amp GUYING REQUIRED FOR PALM IF NECESSARY OR AS DIRECTED BY LANDSCAPE ARCHITECT
AutoCAD SHX Text
Lagerstroemia indica Muskogee
AutoCAD SHX Text
CMM
AutoCAD SHX Text
2
AutoCAD SHX Text
Crape Myrtle Muskogee
AutoCAD SHX Text
Medium
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Min 8-10 Ht 2 Caliper Std FL1
AutoCAD SHX Text
Accent Tree
AutoCAD SHX Text
Fish Tail Palm
AutoCAD SHX Text
Caryota witis
AutoCAD SHX Text
FTP
AutoCAD SHX Text
12
AutoCAD SHX Text
Palm FL1
AutoCAD SHX Text
Medium
AutoCAD SHX Text
No
AutoCAD SHX Text
Min 6 OVERALL Ht 15 Gal Cont
AutoCAD SHX Text
CANOPY TREES
AutoCAD SHX Text
PALMS
AutoCAD SHX Text
UNDERSTORY TREES
AutoCAD SHX Text
Min 12-15 Ht 3 Caliper - FL1
AutoCAD SHX Text
Golden ShowerGolden Chain
AutoCAD SHX Text
Cassia fisula
AutoCAD SHX Text
GS
AutoCAD SHX Text
24
AutoCAD SHX Text
Shade Tree Single Leader
AutoCAD SHX Text
High
AutoCAD SHX Text
No
AutoCAD SHX Text
Pleioblastus simonii
AutoCAD SHX Text
WB
AutoCAD SHX Text
White Simon Bamboo
AutoCAD SHX Text
14-24 ht 3 gal container (min)
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Accent plant 48 spacing
AutoCAD SHX Text
BB
AutoCAD SHX Text
Tropical Blue Bamboo
AutoCAD SHX Text
14-24 ht 3 gal container (min)
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Accent plant 48 spacing
AutoCAD SHX Text
RB
AutoCAD SHX Text
Red Clumping Bamboo
AutoCAD SHX Text
14-24 ht 3 gal container (min)
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Accent plant 48 spacing
AutoCAD SHX Text
Fargesia Juzhaigou
AutoCAD SHX Text
Bambusa chungii
AutoCAD SHX Text
1
AutoCAD SHX Text
17
AutoCAD SHX Text
15
AutoCAD SHX Text
20

---- --x

X

-- --x

X

X X

X X X

X X

X

-- -- -- --X

f

------ --X X

- - - - 2os-- - - - 2os- - - - - 2os-- -- - 20

I l I I I I

X

N u

o--0lt

I I

I

middot- bull I

I

bull t-----_J_1j __

- - --+------~-I----- I ~ -~-bull

I I I

I

I I

I

I bull bull I bull I I

I

bull

-1-----

bullbull

-1-+---1 bull

X

I I I I I I

I I

I

X

0 X X

I I

I

I

I I

I

X

bull

X

I

I

X

I I

I

bull

X

I I

bull

I I

I

X

X

X

X

X bullmiddot

X ~ middot bull --1~~=-~-~~-~-~~~2~~~i~ t7---- -- ~-__bullcmiddotmiddotmiddot-middot_middot_____ ~i -

x---x X

X X

X

X

-X X

X

w 5

I I I I

I I I I I I

I I I I I I I I

to C)

c r--

OHE --

HEJGHT

ER TABLETS AS CE UNIFORMLY

ND ROOT MASS

I birOF ~degt t1~

middot-1 Ml woagt SHAU BE SPilCE ai PINE-NOT PRESSUIE TIIEAlEll 2 CRCS9 1E9 SHAU NOT CROSS OVER WOOOV ROOlS 3 REUOVE ALL SlRINGI 11aR 1IIIRE bullNPED M(INl lRUIIIC -4 ~ALL SIRAPS ROPES 1RE ~ SIRINGS USED TO LFT lHE

5 REMOVE ALL BURLAP ampIt ~ FROM lHE TOP Of THE ROOT IIAIL B 1tlP OF ROOTIIAU TO BE SET IEEL 111H SURROUNDI~ FINISH GRADE

o 30 so -~ bull I re - -----~1

SCALE 1 = 30

eJc29lc4 STNltE - --

SPREAD

MULCH 3 FROM TRLlrlK

MULCH Y DEP1H

TlLED -ND LOOSENED NAlloE saL BACKFll

WAlER MIC 6 NOTH It HECHT) PROtDIMG A WAlER caLECTION fERTIJZER TAaElS AS SfECIFIEll PLACE UNFCIMI Y AROUND ROOT

I MASS IEW[N WIDDI ~ ~ BOT101it CE ROOT WASS

2-21C4 STNCE WDNC TAPER MIN 18 IN10 UNDISlURBED saL

___ MULCH 3 FROM STEMS

---- S MULa-1 LAYER

TREE PLANTING DETAIL

N TS

J TO 5 TIMES WDlH OF ROOlBNJ

PREPARED PLANTING SOIL

DCISTING lMDISlURBED SOIL

0 C SPACING

ALL SHRUBSGROUNDCOER i -( I TO BE lftlANGULAR SPACING

~- 4 ~ 1- - 1 ~ ~( 1v~ i( middot~ SEE PLANT UST FOR OC + f - + middot -sI + gt 1 SPACING

~cjigt~~~J_J~~J~~~i-1c-f 1~ _ ~ i Jr~ ~~ Uf_-~ ~1i ~~ j-~ zimiddot_c j~ ~ y

SHRUB amp GROUNDCOVER PLANTING DETAIL --ltCl - ~J - I - D ~ lt = - -- I ~lt ~rt~ ~I~= +~bullc~ irtfrac34 ~ibull ~rtfrac34~lt~+~ t 4 1 -1 1 i rt i

I

TILLED NIgt IOOSOED NAlltE SIJL BMKFll

NTS

i

IRUIK SHALi IE SlRAIGHT AND tllllHOUT CURW5 FIE OF SCARS -ARIISANDBODTS

bull= STNCING Ir GUlIN~ REQUIIEgt FOR PMIii IF IECESSMY ltR AS DNCTm IIY IANIISCIIPI AIIOflECT

( 7- i-~ r _~ _ _) r-~ ~-~ -r ~~

~_ti-~gtpound_~- c C~- i -t~ - 1~-~~ ti - -

1+- J gt cJ+ rJ _+c-0 1 _+1middot- J+ _ l2 OC SPACING

===middotbull=middotmiddotmiddotmiddot==middot=-_bull-~=middot =bull=bull=--~--middot~_-Y_~ ~~_bull middotri-bullmiddot-Cbullbull=middot bull~-~=middotmiddotbull)-+ ~NRu~~~DCOERS

PLANT SPACING DETAIL

(NO-OFFSET) NTS

0 0 0 0 0 0 0 0

BACIlt OF CURB BED LINE

Azaleas Florida Flame (AF)

Banana Shrub (BS)

Butterfly Bush Black Knight (BFB)

Sasanqua Camellias (SC)

Cape Jasmine (PMG)

Cord Grass (CG)

Dwarf F1rebush (DF)

~ ---==m~tlf~~ 8 White Fountain Grass (WFG)

Jatropha Shrub Form (JS) Muhly Grass (MG)

El11S11NGI UNDISIUlampD SOIL

PALM PLANTING DETAIL NTS

0 0 0 0 0 0

0

Pickerel Weed (PW)

Plumbago (P)

Siver Buttonwood Shrub Form (SBS)

Dwarf Simpsons Stopper (DSS)

Tea Olive Shrub (TOS)

Lugustrum Shrub Form (LSF)

GROUNDCOVERS amp VINES

Confederate Jasmine (CJ)

RJjjj1 Large Blue Iris (LBI)

ffliji Lilyturf Boarder Grass (EG)

t$pound1 Sweet Alyssum (SA)

fficent$1 Blue Fortune (BF)

X X X X X X X X WETLAND

X X X X X X X X X X X X X

LBI

X X X

PICNIC

X X X

X X

X X

X X

X

X X

EG

SA

X X X X X X X

W W W W W W W W W

W W

W

W

W

W

W

W W

(181) BF (49) PMG

(13) BFB (15) PMG (117) BF (9) DDS

(17) SC

(8) PMG (11) PMG (21) DSS (155) BF

(26) LSF

(18) CJ

(35) DF

(11) BFB (24) BF

(151) BF

(46) JS (161) BF (26) SC

(13) BFB

(8) BFB

(4) TOS

(13) TOS

(15) DF

(18) DF

(46) BS (16) BS (12) SC (17) BS

(18) BS

(22) DF

(209) BF

(9) BFB (40) LBI

(38) BS

(95) LBI

(12) BFB (11) SC

(35) SC

(11) SC

(3) BS

(7) SC

locate 2 wire irrigation controller in electrical room at this location

irrigation point of connection here 2 pvc

pipe backflow preventor in mech

(51) AF room 60GPM 60 PSi (770) EG

(1009) SA

(12) AF

(20) PMG (81) WFG

(73) WFG (72) MG

(70) MG

(245) EG (50) EG

(1065) EG

(800) EG

PROPOSED SHRUBGROUND COVER LEGEND

SYMBOLS SHRUBS

(10) PMG

THERE ARE NO PLANT FOR THISSYMBOL BUT

IRRIGATION WITH 12 1800 POP UP TYPICAL FOR

FUTURE INSTALLATION

(20) DF

(188) LBI

(46) PW

(77) P (167) CG

BF

(17) LSF

LSF

PMG PMG PMG

PMG PMG

PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG

PMG PMG PMG PMG PMG PMG PMG

PMG

LSF

LSF

PMG LSF

PMG LSF

PMG PMG

PMG PMG

PMG PMG BFB DSS PMG BFB

PMG PMG BFB BFB DSS PMG DSS

PMG

PMG PMG BFB DSS

BFB BFB DSS DSS DSS

DSS PMG PMG PMG

PMG PMG PMG BFB BFB

BFB DSS DSS DSS DSS DSS DSS DSS DSS PMG

PMG PMG

DF DF BFB DSS

DSS DSS DSS DSS

DSS DSS DSS PMG PMG

DF PMG

BFB

PMG BFB DF DSS DSS DSS

DSS DSS DSS DSS

DF PMG DF sc sc JS PMG PMG

PMG DF sc

DF DF sc

DF DF DF sc JS DSS JS PMG PMG

BFB BFB DF DF sc sc JS JS JS JS

DF DF sc

PMG PMG JS

JS JS JS

DF sc sc sc sc JS JS

PMG JS JS JS

JS JS JS JS

JS PMG DF DF DF DF DF sc

BFB BFB DF DF DF JS JS JS DF

sc sc DF sc JS JS

sc PMG JS JS JS PMG PMG

JS JS JS

PMG DF DF DF sc JS JS JS BFB

BFB DF DF PMG JS JS JS DF DF sc sc PMG JS JS JS JS

sc JS

PMG BFB DF sc sc sc sc sc sc JS JS JS

sc sc sc CJ BFB sc

PMG sc sc sc

sc CJ

sc sc sc BFB sc CJ

sc sc

sc sc

CJ BFB sc

CJ

BFB CJ

CJ

CJ

CJ

CJ

BFB CJ

BFB CJ BFB CJ

BFB

BFB CJ

BFB CJ

BFB TOS CJ BFB

CJ BFB TOS

CJ TOS

BFB TOS BFB

BFB BFB

TOS

TOS TOS

TOS TOS TOS TOS TOS TOS

TOS TOS

TOS TOS TOS TOS

TOS

TOS TOS TOS TOS DF

TOS DF

TOS DF DF

DF

TOS DF DF

DF DF BS

DF DF BS BS DF BS

BFB DF DF BFB BS

DF BS BFB DF BS BS

BFB BS BS BFB BS BS

BS BS

BFB BS BS BS BFB BS BS BS BS

BFB BS BS BS BS

BS BS BS BS BS BS

BS BS BS

BS BS BS

BS BS BS BS

BS BS BS BS

BS BS BS

BS BS BS BS BS BS BS BS BS BS

BS BS

BS BS BFB

BS sc BS BS BS BS

BS BS BS sc sc sc

BS BS BS BS BS BS BS

BFB BS sc BS BS

BS BS

BFB sc sc BS BS

BS sc sc sc sc sc

BS BS BS BS sc

BS BS BS

BS sc

BS BS BS

BFB sc sc BS BS BS

BS BS BS BS sc BS

BFB sc

BS BS BS BS sc BS

BS

BS sc

BFB BS

BS

BFB BS BS

BS BS BFB BS

BFB BS BS BS

BS BS BS

BS BS

BS BS

BS BS BS

BS BS

BS

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

LSF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

DF

BS

BS TYP 1 FT WIDE BS

BS MAINTENCE STRIP sc

BFB sc

sc AF

sc sc BFB sc sc

AF AF sc sc

sc sc sc BFB sc sc

sc sc

sc sc BFB

sc BFB sc sc sc AF AF

sc sc AF AF BFB sc sc sc AF AF

BFB sc sc BFB sc sc AF AF AF AF

BFB sc sc sc sc AF

BFB sc sc AF BFB AF

AF AF AF

sc sc AF

BFB sc sc sc sc AF AF AF AF AF

PMG sc AF

AF AF

AF AF

PMG AF AF AF AF AF AF

PMG sc AF AF AF AF

PMG AF AF AF

AF

sc sc AF AF

PMG sc AF AF

PMG AF AF AF

PMG sc sc AF AF

sc sc AF AF AF AF AF AFAF AF

PMG PMG

sc sc sc

PMG PMG PMG PMG PMG PMG PMG PMG PMG PMG WFG PMG PMG PMG

WFG PMG

WFG PMG

WFG WFG PMG WFG

WFG PMG PMG

WFG WFG PMG

WFG WFG PMG

WFG WFG WFG WFG WFG WFG

WFG WFG WFG

WFG WFG WFG WFG WFG

WFG WFG WFG WFG

WFG WFG

WFG WFG WFG WFG WFG

WFG WFG WFG WFG WFG WFG WFG WFG MG

MG WFG

WFG WFG

MG WFG

MG MG WFG WFG WFG WFG

WFG WFG MG MG MG MG

WFG WFG WFG WFG

MG WFG WFG WFG MG

MG WFG WFG

MG MG WFG WFG WFG

WFG

MG WFG

WFG

MG MG MG

WFG WFG WFG WFG

MG MG MG MG MG MG

MG MG

WFG MG MG MG MG

MG WFG

MG MG WFG WFG MG

MG MG

MG MG MG MG MG MG MG WFG WFG WFG

MG MG MG MG

WFG MG MG MG MG MG MG

MG MG MG MG MG MG MG

MG MG MG MG MG

MG MG MG

MG MG

AF

BS

BFB

SC

PMG

PMG sc

AF AF AF MG MG MG MG MG MG MG MG MG MG MG MG MG MG MG

MG MG MG

MG MG MG MG

MG MG MG MG MG

MG MG

MG MG MG

MG MG MG

MG MG MG MG MG MG

MG WFG WFG

MG WFG

MG MG WFG

MG WFG

MG WFG

MG WFG

MG WFG

MG WFG

MG MG WFG WFG

MG WFG

MG WFG

MG MG WFG MG

MG

WFG WFG WFG

WFG WFG WFG MG

WFG WFG

WFG WFG WFG

WFG WFG WFG WFG

WFG MG

WFG WFG

WFG WFG

WFG WFG

WFG WFG

WFG WFG

WFG WFG

WFG WFG MG

WFG WFG WFG WFG

WFG WFG MG

WFG WFG WFG WFG WFG WFG WFG MG WFG WFG MG

MGMG WFG

WFG MG

MG WFG

WFG MG MG

WFG WFG MG

MG

WFG WFG

MG

WFG WFG

WFG WFG

WFG

CG

DF

WFG

JS

MG

WFG P

P P

P P

PW

P P

P

P P DF

P P DF

SBS

P P DF

P P DF

DSS

P P DF

P P DF

P P DF

P P DF

P P

DF P P

DF P P

DF P P

DF

CG P P

DF PW PW CG CG P P

PW PW CG CG P P DF

PW PW CG CG P P DF

TOS

LSF

CJ

PW PW CG CG CG P P DF

PW PW CG CG CG

P P DF

PW PW CG CG CG CG P

P

PW PW CG CG

CG CG P DF

P

CG P

CG PW

CG CG

PW CG P

CG P

DF

CG CG P P

PW PW PW CG CG CG CG CG P P DF

CG P

PW PW CG CG CG CG CG CG P P

PW CG CG LSF

P P CG CG

P CG CG

PW CG CG CG

PW CG CG CG CG P

P P P P P P P LSF

CG CG CG CG CG P

P PW

PW PW CG CG CG

P P P P P P

CG CG CG CG CG CG LSF

CG CG CG CG CG CG CG CG CG

95

f 4 bull C bull 0

~ ~

I 2

~

X

X X

X

X X

X

xmiddot

X X middot--- )( X X X

-~ ----- X

l middot - ~ X X

middot--~ X X ~

X

X X - ---

--- ---11 middot_ _x_ -~ X ----- middot X X

bullbull

X

X

~ LONG YOU

X

X E3

--= bull

---------__--------middot

x Xmiddot

bull

X

X

GENERAL NOTES 1 ALL PLANT MATERIAL SHALL BE FL GRADE 1 OWNER SHALL INSPECT TREES PRIOR TO OFF LOADING FROM TRUCK ALL

REJECTED TREES SHALL BE REMOVED FROM SITE amp NEW PLANTS SHALL BE PROVIDED BY LANDSCAPE CONTRACTOR

2 ALL REMAINING AREAS WITH NO SHRUBS OR GROUNDCOVER PLANTING SHALL BE SODDED WITH BAHIA GRASS IF DISTURB DURING LANDSCAPE CONSTRUCTION - NO EXCEPTIONS

3 AU_ TREES AND PALMS SHALL HAVE A MINIMUM 3 DIAMETER TREE RING AT BASE AND MULCHED UNLESS PLANTED WITH GROUNDCOVER PLANTINGS

4 PLANT QUANTITIES ARE PROVIDED AS A GUIDE AND CONVENIENCE CONTRACTOR SHALL BE RESPONSIBLE TO VERIFY QUANmlES AND PROVIDE PLANTS IN LOCATIONS AS SHOWN ON LANDSCAPE PLANS AND ADJUSTMENT TO HIS PRICING NO EXCEPTIONS

5 ALL MULCHED BEDS SHALL BE A MINIMUMMAXIMUM OF 3bull THICK AFTER COMPACTION ALL MULCHING SHALL BE WITH PINE STRAW

6 ALL PLANTINGS SHALL BE WATERED AS SOON AS THEY ARE PLANTED - NO EXCEPTIONS

7 CONTACT RODNEY DUE DIRECTOR OF PUBLIC WORKS - CITY OF SEMINOLE FOR LOCATION OF UNDER GROUND UTILITIES PRIOR TO ANY EXCAVATIONS 727-397-6383 EXT 249

SHRUB PLANTING LIST

QTY

63 138 76

127 113 167

105

166 46

142

46

77 35

17 43

KEY SYMBOL

0 0

sect 0 0 0 0 0

8 0 0

AF

BS

BFB

SC

PMG CG

OF

CF JC

MG PW p

DDS

TOR LSF

18 0 CJ

323 RJjji1 1028 fiamp$]

~=

BOTANICAL NAME

Rhododendron spp

Michelio figo Buddlejo davidii Block Knight

Camellia joponico Sosonqua

Tobernaemontano divoncoto

Sportina spartinae

Harmelia patens compocta

Cortodenio selloano

Jotropho intergemimo shrub

Muh1enbergio copillaris Pontederia cordoto

Plumbago ouricuota Myrcionthes Fragrans Compocta

Osmonthus fragons Butter Yellow

Ligustrum japonicum

GROUNDCOVER amp VINES

Trachelospermum Josminodies

Iris venisicolor Vlrginica

Aqastoche

Lobuloria maritime

COMMON NAME

Azaleas Florida Flame

Banana Shrub

Butterfly Bush Block Knight Soscmqua CQmellias-use multiple (3 varsities to have color year arouncf

Cape Jasmine Poor Mans Gardenia

Cord Grass

Dwarf Firebush

Fountain Grass Jotropho Shrub Form

Muhly Grass

Pickerel Weed

Plumbago Dwarf Simpsons Stopper

Teo Olive Shrub Form

Llgustrum Shrub form

Confederate Jasmine

Large Blue Iris

Blue Fortune

Sweet Alyssum

Liriope musrori Emerald Goddess Lilyturf Boarder Gross

-ALL PLANT MATERIAL MUST BE FLORIDA GRADE 1 -ALL BAREDISTURBED AREAS SHAL BE SODDED WITH BAHIA

SIZE

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 18 Ht 24 3 gallon cont

Spr 8 Ht 6 1 gallon cont

REMARKS

fl Grade

FL Grode FL Grade

FL Grade FL Grode FL Grade

FL Grade

FL Grode

FL Grode

FL Grode

FL Grade

FL Grode

FL Grode

FL Grade

FL Grade

Spacing 36 0

Spacing 36 0 C Spacing 36 0 C

Spacing 36 0 C Spacing 60 0 C Spacing 36 0 C

Spacing 36 O C Spacing 36 0 C Spacing 36 0 C Spacing 36 0 C

Spacing 36 0 C

Spacing 36 O C

Spacing 36 0 C

Spacing 36 0 C

Spacing 36 0 C

Vine spacing as shown on dwg

12 on center Flower white

Spr 8 Ht 10 1 gal cont 18 OC attracts butterfly amp Humming Birds

Spr 8 Ht 6 1 gallon cont

Spr 6 Ht 10 1 gallon cont

12 on center Flower white

Accent plant 12 on cneter

DROUGHT TOLERANCE

NATIVE

High Yes

High once established No

Medium Yes

Medium Medium to Low

High

High

High medium to Low

High to Medium

Low

Medium

High

High to Medium

High

High

Medium High Blue flower

Medium

High

No No

Yes

Yes

Yes No

Yes Yes

Yes Yes

Yes Yes

No

No

Yes

No

Yes

i r-r--------------r------r------=========7~r-----=====================--------------------------------------------------r---------------------------T-~T~---1 DESIGN LC SEH10poundpound frA TERFR01T PARK WORK ORDER NO 2016-32

1---+----l---------------------1----IDRAWN LC SHRuB PLAJVTJVC PLAJV DATE JANu1R~- 4

3bull0

~021 SCALE

frac14 REV DATE REVISION BY CHECKED PFC SEMINOLE PINELLAS COUNTY FLORIDA LEROY CHIN FL RLA 0001206 SHEET NO L2 OF L2

WETLAND

WETLAND

AREA

X

X X

LBI

BF

SA

EG

SHRUBS

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

PW PW CG CG CG LSF

PW CG CG CG CG CG CG

PW CG CG

CG CG CG CG CG

CG CG CG

PW PW

CG CG CG CG CG CG CG CG CG CG

LSF

CG CG CG CG CG

PW PW CG CG CG CG LSF CG CG CG CG

PW CG

CG PW

CG CG CG CG CG CG CG

CG CG LSF CG

PW CG

CG CG CG CG CG CG CG

PW CG CG CG CG LSF

PW CG

CG CG CG CG

CG CG CG

PW CG CG CG CG LSF

PW PW CG CG CG

PW CG CG CG

CG LSF

PW PW LSF

LSF

LSF

LSF

LSF AF

LSF BS

LSF

BFB

SC

PMG

CG

DF

WFG

JS

MG

PW

P

SBS

TOS

LSF

CJ

AutoCAD SHX Text
P A R K B O U L E V A R D
AutoCAD SHX Text
L O N G B A Y O U
AutoCAD SHX Text
2 CC
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
MH
AutoCAD SHX Text
MH
AutoCAD SHX Text
ASPHALT ROADWAY
AutoCAD SHX Text
S
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
e
AutoCAD SHX Text
EHH
AutoCAD SHX Text
g
AutoCAD SHX Text
g
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
t
AutoCAD SHX Text
w
AutoCAD SHX Text
W
AutoCAD SHX Text
S
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
JANUARY 4 2021
AutoCAD SHX Text
1 = 30
AutoCAD SHX Text
L2
AutoCAD SHX Text
L2
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
SHRUB PLANTING PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
LC
AutoCAD SHX Text
LC
AutoCAD SHX Text
APC
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
30
AutoCAD SHX Text
60
AutoCAD SHX Text
30
AutoCAD SHX Text
N
AutoCAD SHX Text
PREPARED PLANTING SOIL
AutoCAD SHX Text
EXISTING UNDISTURBED SOIL
AutoCAD SHX Text
3 MULCH LAYER
AutoCAD SHX Text
MULCH 3 FROM STEMS
AutoCAD SHX Text
SPREAD
AutoCAD SHX Text
3 TO 5 TIMES WIDTH
AutoCAD SHX Text
OF ROOTBALL
AutoCAD SHX Text
HEIGHT
AutoCAD SHX Text
FERTILIZER TABLETS AS SPECIFIED PLACE UNIFORMLY AROUND ROOT MASS BETWEEN MIDDLE AND BOTTOM OF ROOT MASS
AutoCAD SHX Text
SHRUB amp GROUNDCOVER PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
MULCH 3 FROM TRUNK
AutoCAD SHX Text
OF THE ROOTBALL
AutoCAD SHX Text
3 TO 5 TIMES THE WIDTH
AutoCAD SHX Text
SPREAD
AutoCAD SHX Text
HEIGHT
AutoCAD SHX Text
MULCH 3 DEPTH
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
UNDISTURBED SOIL
AutoCAD SHX Text
2X2X4 STAKE
AutoCAD SHX Text
18MIN
AutoCAD SHX Text
2X2X4 CROSS MEMBER
AutoCAD SHX Text
2X2X4 STAKE
AutoCAD SHX Text
TILLED AND LOOSENED
AutoCAD SHX Text
NATIVE SOIL BACKFILL
AutoCAD SHX Text
NOTES 1 ALL WOOD SHALL BE SPRUCE OR PINE-NOT PRESSURE TREATED ALL WOOD SHALL BE SPRUCE OR PINE-NOT PRESSURE TREATED 2 CROSS TIES SHALL NOT CROSS OVER WOODY ROOTS CROSS TIES SHALL NOT CROSS OVER WOODY ROOTS 3 REMOVE ALL STRING ampOR WIRE WRAPPED AROUND TRUNK REMOVE ALL STRING ampOR WIRE WRAPPED AROUND TRUNK 4 REMOVE ALL STRAPS ROPES WIRE ampOR STRINGS USED TO LIFT THE REMOVE ALL STRAPS ROPES WIRE ampOR STRINGS USED TO LIFT THE ROOTBALL 5 REMOVE ALL BURLAP ampOR WIRE FROM THE TOP OF THE ROOT BALL REMOVE ALL BURLAP ampOR WIRE FROM THE TOP OF THE ROOT BALL 6 TOP OF ROOTBALL TO BE SET LEVEL WITH SURROUNDING FINISH GRADETOP OF ROOTBALL TO BE SET LEVEL WITH SURROUNDING FINISH GRADE
AutoCAD SHX Text
TILLED AND LOOSENED NATIVE SOIL BACKFILL
AutoCAD SHX Text
FERTILIZER TABLETS AS SPECIFIED PLACE UNIFORMLY AROUND ROOT MASS BETWEEN MIDDLE AND BOTTOM OF ROOT MASS
AutoCAD SHX Text
2-2X4 STAKE WLONG TAPER MIN 18 INTO UNDISTURBED SOIL
AutoCAD SHX Text
TREE PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
2X2X4 CROSS MEMBER
AutoCAD SHX Text
2-25 DRYWALL SCREWS
AutoCAD SHX Text
WATER RING (6 WIDTH amp HEIGHT) PROVIDING A WATER COLLECTION BASIN
AutoCAD SHX Text
GENERAL NOTES 1 ALL PLANT MATERIAL SHALL BE FL GRADE 1 OWNER SHALL INSPECT TREES PRIOR TO OFF LOADING FROM TRUCK ALL REJECTED TREES SHALL BE REMOVED FROM SITE amp NEW PLANTS SHALL BE PROVIDED BY LANDSCAPE CONTRACTOR 2 ALL REMAINING AREAS WITH NO SHRUBS OR GROUNDCOVER PLANTING SHALL BE SODDED WITH BAHIA GRASS IF DISTURB DURING LANDSCAPE CONSTRUCTION - NO EXCEPTIONS 3 ALL TREES AND PALMS SHALL HAVE A MINIMUM 3 DIAMETER TREE RING AT BASE AND MULCHED UNLESS PLANTED WITH GROUNDCOVER PLANTINGS 4 PLANT QUANTITIES ARE PROVIDED AS A GUIDE AND CONVENIENCE CONTRACTOR SHALL BE RESPONSIBLE TO VERIFY QUANTITIES AND PROVIDE PLANTS IN LOCATIONS AS SHOWN ON LANDSCAPE PLANS AND ADJUSTMENT TO HIS PRICING NO EXCEPTIONS 5 ALL MULCHED BEDS SHALL BE A MINIMUMMAXIMUM OF 3 THICK AFTER COMPACTION ALL MULCHING SHALL BE WITH PINE STRAW 6 ALL PLANTINGS SHALL BE WATERED AS SOON AS THEY ARE PLANTED - NO EXCEPTIONS 7 CONTACT RODNEY DUE DIRECTOR OF PUBLIC WORKS - CITY OF SEMINOLE FOR LOCATION OF UNDER GROUND UTILITIES PRIOR TO ANY EXCAVATIONS 727-397-6383 EXT 249
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206
AutoCAD SHX Text
SIZE
AutoCAD SHX Text
BOTANICAL NAME
AutoCAD SHX Text
SHRUB PLANTING LIST
AutoCAD SHX Text
COMMON NAME
AutoCAD SHX Text
SYMBOL
AutoCAD SHX Text
QTY
AutoCAD SHX Text
REMARKS
AutoCAD SHX Text
Michelia figo
AutoCAD SHX Text
Banana Shrub
AutoCAD SHX Text
BS
AutoCAD SHX Text
138
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Azaleas Florida Flame
AutoCAD SHX Text
Rhododendron spp
AutoCAD SHX Text
AF
AutoCAD SHX Text
63
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Plumbago auricuata
AutoCAD SHX Text
P
AutoCAD SHX Text
77
AutoCAD SHX Text
Muhly Grass
AutoCAD SHX Text
Muhlenbergia capillaris
AutoCAD SHX Text
MG
AutoCAD SHX Text
142
AutoCAD SHX Text
Myrcianthes Fragrans Compacta
AutoCAD SHX Text
DDS
AutoCAD SHX Text
35
AutoCAD SHX Text
Plumbago
AutoCAD SHX Text
Tabernaemontana divancata
AutoCAD SHX Text
Cape Jasmine Poor Mans Gardenia
AutoCAD SHX Text
PMG
AutoCAD SHX Text
113
AutoCAD SHX Text
Sasanqua Camellias-use multiple (3)
AutoCAD SHX Text
Camellia japonica Sasanqua
AutoCAD SHX Text
SC
AutoCAD SHX Text
127
AutoCAD SHX Text
Cord Grass
AutoCAD SHX Text
Spartina spartinae
AutoCAD SHX Text
CG
AutoCAD SHX Text
167
AutoCAD SHX Text
Fountain Grass
AutoCAD SHX Text
Cortadenia selloana
AutoCAD SHX Text
CF
AutoCAD SHX Text
166
AutoCAD SHX Text
Trachelospermum Jasminodies
AutoCAD SHX Text
CJ
AutoCAD SHX Text
18
AutoCAD SHX Text
Liriope musrari Emerald Goddess
AutoCAD SHX Text
Large Blue Iris
AutoCAD SHX Text
1865
AutoCAD SHX Text
Confederate Jasmine
AutoCAD SHX Text
Iris venisicolor Virginica
AutoCAD SHX Text
323
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Dwarf Simpsons Stopper
AutoCAD SHX Text
GROUNDCOVER amp VINES
AutoCAD SHX Text
High once established
AutoCAD SHX Text
High
AutoCAD SHX Text
High to Medium
AutoCAD SHX Text
Medium
AutoCAD SHX Text
High
AutoCAD SHX Text
Medium to Low
AutoCAD SHX Text
Medium
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
High
AutoCAD SHX Text
Medium
AutoCAD SHX Text
DROUGHT TOLERANCE
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
Yes
AutoCAD SHX Text
No
AutoCAD SHX Text
NATIVE
AutoCAD SHX Text
Sweet Alyssum
AutoCAD SHX Text
Lobularia maritima
AutoCAD SHX Text
Lilyturf Boarder Grass
AutoCAD SHX Text
1009
AutoCAD SHX Text
Spr 8 Ht 6 1 gallon cont
AutoCAD SHX Text
12 on center Flower white
AutoCAD SHX Text
Medium
AutoCAD SHX Text
No
AutoCAD SHX Text
Spr 6 Ht 10 1 gallon cont
AutoCAD SHX Text
Accent plant 12 on cneter
AutoCAD SHX Text
Vine spacing as shown on dwg
AutoCAD SHX Text
Butterfly Bush Black Knight
AutoCAD SHX Text
Buddleja davidii Black Knight
AutoCAD SHX Text
BFB
AutoCAD SHX Text
76
AutoCAD SHX Text
Medium
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Dwarf Firebush
AutoCAD SHX Text
Harmelia patens compacta
AutoCAD SHX Text
DF
AutoCAD SHX Text
105
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Pickerel Weed
AutoCAD SHX Text
Pontederia cordata
AutoCAD SHX Text
PW
AutoCAD SHX Text
46
AutoCAD SHX Text
Low
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Jatropha Shrub Form
AutoCAD SHX Text
Jatropha intergemima shrub
AutoCAD SHX Text
JC
AutoCAD SHX Text
46
AutoCAD SHX Text
medium to Low
AutoCAD SHX Text
No
AutoCAD SHX Text
NOTES -ALL PLANT MATERIAL MUST BE FLORIDA GRADE 1 -ALL BAREDISTURBED AREAS SHAL BE SODDED WITH BAHIA
AutoCAD SHX Text
PLANT SPACING DETAIL (NO-OFFSET)
AutoCAD SHX Text
NTS
AutoCAD SHX Text
OC SPACING
AutoCAD SHX Text
OC SPACING
AutoCAD SHX Text
ALL SHRUBSGROUNDCOVER TO BE TRIANGULAR SPACING SEE PLANT LIST FOR OC SPACING
AutoCAD SHX Text
12 OC SPACING MIN SETBACK FOR SHRUBS amp GROUNDCOVERS
AutoCAD SHX Text
BACK OF CURB BED LINE
AutoCAD SHX Text
CLEAR TRUNK
AutoCAD SHX Text
CLEAR WOOD
AutoCAD SHX Text
TRUNK SHALL BE STRAIGHT AND
AutoCAD SHX Text
WITHOUT CURVES FREE OF SCARS
AutoCAD SHX Text
BURNMARKS AND BOOTS
AutoCAD SHX Text
3 MULCH LAYER
AutoCAD SHX Text
(3) 2x4x36 WOODEN STAKES
AutoCAD SHX Text
EXISTING UNDISTURBED SOIL
AutoCAD SHX Text
2X4 WOOD BRACE (3 EA MIN)
AutoCAD SHX Text
NAIL TO BATTENS amp STAKES
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
5 (15m) MIN
AutoCAD SHX Text
OF THE ROOTBALL
AutoCAD SHX Text
MIN 3 TIMES THE WIDTH
AutoCAD SHX Text
FERTILIZER TABLETS
AutoCAD SHX Text
AS SPECIFIED PLACE
AutoCAD SHX Text
UNIFORMLY AROUND
AutoCAD SHX Text
ROOT MASS BETWEEN
AutoCAD SHX Text
OF ROOT MASS
AutoCAD SHX Text
MIDDLE AND BOTTOM
AutoCAD SHX Text
TILLED AND LOOSENED
AutoCAD SHX Text
NATIVE SOIL BACKFILL
AutoCAD SHX Text
5 - 2x4x16 WOODEN BATTENS
AutoCAD SHX Text
CONNECTED WITH 2-34 STEEL BANDS
AutoCAD SHX Text
5 LAYERS OF BURLAP
AutoCAD SHX Text
PALM PLANTING DETAIL
AutoCAD SHX Text
NTS
AutoCAD SHX Text
CABBAGE PALMS MAY BE HURRICANE CUT ALL OTHERS MUST HAVE FRONDS TIED WBIODEGRADABLE STRAP OR TWINE
AutoCAD SHX Text
BASE OF LEAF BUD
AutoCAD SHX Text
BASE OF HEARTNUT
AutoCAD SHX Text
OF PALM
AutoCAD SHX Text
OR APPROVED ALTERNATE
AutoCAD SHX Text
WATER RING (6 WIDTH amp HEIGHT) PROVIDING A WATER COLLECTION BASIN
AutoCAD SHX Text
DEPTH OF
AutoCAD SHX Text
ROOTBALL
AutoCAD SHX Text
REMOVE BURLAP AND ALL TIE MATERIAL FROM TYHE TOP 13 OF ROOTBALL
AutoCAD SHX Text
NOTE STAKING amp GUYING REQUIRED FOR PALM IF NECESSARY OR AS DIRECTED BY LANDSCAPE ARCHITECT
AutoCAD SHX Text
Banana Shrub (BS)
AutoCAD SHX Text
Azaleas Florida Flame (AF)
AutoCAD SHX Text
Blue Fortune (BF)
AutoCAD SHX Text
Muhly Grass (MG)
AutoCAD SHX Text
Siver Buttonwood Shrub Form (SBS)
AutoCAD SHX Text
Plumbago (P)
AutoCAD SHX Text
Cape Jasmine (PMG)
AutoCAD SHX Text
Sasanqua Camellias (SC)
AutoCAD SHX Text
Cord Grass (CG)
AutoCAD SHX Text
White Fountain Grass (WFG)
AutoCAD SHX Text
Large Blue Iris (LBI)
AutoCAD SHX Text
Confederate Jasmine (CJ)
AutoCAD SHX Text
Dwarf Simpsons Stopper (DSS)
AutoCAD SHX Text
Sweet Alyssum (SA)
AutoCAD SHX Text
Lilyturf Boarder Grass (EG)
AutoCAD SHX Text
Butterfly Bush Black Knight (BFB)
AutoCAD SHX Text
Dwarf Firebush (DF)
AutoCAD SHX Text
Pickerel Weed (PW)
AutoCAD SHX Text
Jatropha Shrub Form (JS)
AutoCAD SHX Text
GROUNDCOVERS amp VINES
AutoCAD SHX Text
Tea Olive Shrub (TOS)
AutoCAD SHX Text
Lugustrum Shrub Form (LSF)
AutoCAD SHX Text
KEY
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 60 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
varsities to have color year around
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Osmanthus fragans Butter Yellow
AutoCAD SHX Text
TOR
AutoCAD SHX Text
17
AutoCAD SHX Text
Tea Olive Shrub Form
AutoCAD SHX Text
High to Medium
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Ligustrum japonicum
AutoCAD SHX Text
LSF
AutoCAD SHX Text
43
AutoCAD SHX Text
Ligustrum Shrub Form
AutoCAD SHX Text
High
AutoCAD SHX Text
Yes
AutoCAD SHX Text
Spr 18 Ht 24 3 gallon cont
AutoCAD SHX Text
FL Grade 1 Spacing 36 O C
AutoCAD SHX Text
Spr 8 Ht 6 1 gallon cont
AutoCAD SHX Text
12 on center Flower white
AutoCAD SHX Text
Medium
AutoCAD SHX Text
No
AutoCAD SHX Text
Spr 8 Ht 10 1 gal cont 18 OC
AutoCAD SHX Text
Blue Fortune
AutoCAD SHX Text
Aqastache
AutoCAD SHX Text
1028
AutoCAD SHX Text
attracts butterfly amp Humming Birds
AutoCAD SHX Text
High Blue flower
AutoCAD SHX Text
Yes

x -- x-- x-- x x (181) BF

- - - 205- -

bull

I

X - X ~ PilIG- x i X x --

(161) BF

0 (26) SC

I bull

(46) BS

(17) BS

X

x -- yx x ----20middots-

I

I I I I

(4) TOS I

(13) TOS I (15) OF

(18)

I I OF I I

X

bull

X

X

I I

TEA OLIVE

CAPE JASMINE

PLAYGROUND AREA SENSORY PLANTS

SIMPSON STOPPER

AZALEAS

SHRUB AND HEDGE PLAN

96

BUTTERFLY BUSH BANANA SHRUB

PLAYGROUND

BLUE FORTUNE

) middot

I I

X

X El

-- I I

PARK BLVD HEDGES

SHRUB AND HEDGE PLAN

POND

MEMORIAL SITE

FIREBUSH LIGUSTRUM

ENTRANCE

MUHLY GRASS FOUNTAIN GRASS

PLUMBAGO BLUE FLAG IRIS PICKERELWEED CORD GRASS

POND PLANTS

97

98

I-

0

Cl

wr--I)

ol l() I)

w () w

c lt(

Oa rmiddot 0

N ~

w 0

_Jo CD

01-zltC

_J -a

w ()

REV DATE REVISION

c z z z c w CD

LL 0

1-z 0 Cl

3HO ~ I ~01 sect r0 I

~0 I Sl I ___

(L

lt I n

1Q lt

I ~

I I I I I I

~ e I l lsi

I I

p lo ~ I ~

1)

I

I I --_ ~ ~ Q

---8) ~

li) I ~ I I ~ If (0

loi bull

I ~

I 2 I I lt I I I I I

I I I 7 _

reg

0

0

PARK BOULEVARD 3 LANES ONE WAY

EAST BOUND

S 873346 E

middot-

frac34 I rmiddot

I

---

3(

~~middotbullmiddot-~middot ~c___e1~frac14--middot --middot_middotmiddot middotn cj middot --bull _ --rmiddot__~ - middot ~r-~~c_____1-deg-~_____1-middotmiddotmiddot~~middotmiddotcc middotccc_middot____

middotmiddot1middotmiddot middot

middot

1

----- -- -+---

---- middot---~ middotmiddot

middot bull -DESIGN MCE

DRAWN MCE

BY CHECKED

11 ~lt--1frac12~middot - - - - L l_ - - - _--+-_ ~o 2 Q

I

I _J

I I I

I m I I I I

- s- - _

bullbull bull

A

A bull

bull

bullbull

bull

bull

bull

bull

s-shy--_s--

_s--

I

1frac14

frac34

- - -

_s--

I

---

---l

13 -2 3 -====----=- 13~3~--- --=-~~-----

SpoundUHOLpound frATpoundRFROHT PARK RRCATOH PLAH

SEMINOLE PINELLAS COUNTY FLORIDA

7------17-----frac34---

middotmiddotmiddot y middotmiddotbullmiddotmiddotmiddot

0

0

I er

L I frac34

I

rmiddot

1

frac34

CJ

-

bull

~ ~ _J

0

_J

lt (L

I

LEROY CHIN FL RLA 0001206

o 20 40 - bull I ---~1

SCALE 1 = 20

+

WORK ORDER NO 2016-32

DATE DECEMBER 7 2020

SCALE 1 = 20

SHEET NO 1 OF 3

X X X X

X

X X X X X X X

X

X X

X

X X

X

X

X X X X X

X

WETLAND

XX

XX

XX

XX

XX

XX

XX

XX

XX

BB

6 530 5 470 11

2 112 130 3

1

2

212 2

2

2

2

210 7 1

XX

2

2

2

2

2 2

212

212

212 2 212

2 212

212

ez

ez

ez ez ez

ez

ez

ez

1

ez

8

9 11

2

169

400

4 11

2500

2 1

235

1002 ME

813 ME

411 ME

380 ME

951 ME

629 ME

637 ME

612 ME

712 ME

617 ME

692 ME

XX

XX

1 530

112

X

10 515

112

17 495

598 18 112

112

X

ws FS rc

ez C

2

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

AutoCAD SHX Text
N 00D4936 E 60586(P)(F)
AutoCAD SHX Text
S 87D3346 E 46688(P)(F)
AutoCAD SHX Text
5495(P)
AutoCAD SHX Text
S 01D0111 W(P)
AutoCAD SHX Text
10
AutoCAD SHX Text
10
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
14
AutoCAD SHX Text
14
AutoCAD SHX Text
AP CLUSTER
AutoCAD SHX Text
7AP
AutoCAD SHX Text
7AP
AutoCAD SHX Text
4AP
AutoCAD SHX Text
5AP
AutoCAD SHX Text
5AP
AutoCAD SHX Text
12AP
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
8PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
6PINE
AutoCAD SHX Text
W
AutoCAD SHX Text
TSP
AutoCAD SHX Text
SPEED LIMIT
AutoCAD SHX Text
W
AutoCAD SHX Text
45MP
AutoCAD SHX Text
45MP
AutoCAD SHX Text
MH
AutoCAD SHX Text
MH
AutoCAD SHX Text
P A R K B O U L E V A R D
AutoCAD SHX Text
S E M I N O L E H O M E D E P O T
AutoCAD SHX Text
PLAT BOOK 120 PAGES 35-37
AutoCAD SHX Text
PART OF LOT 19
AutoCAD SHX Text
PINELLAS GROVES
AutoCAD SHX Text
PLAT BOOK 1 PAGE 55
AutoCAD SHX Text
2 CC
AutoCAD SHX Text
POINT OF BEGINNING
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
3 LANES ONE WAY
AutoCAD SHX Text
EAST BOUND
AutoCAD SHX Text
MH
AutoCAD SHX Text
MH
AutoCAD SHX Text
7
AutoCAD SHX Text
17
AutoCAD SHX Text
27
AutoCAD SHX Text
40
AutoCAD SHX Text
7
AutoCAD SHX Text
-3
AutoCAD SHX Text
-23
AutoCAD SHX Text
-33
AutoCAD SHX Text
-13
AutoCAD SHX Text
27
AutoCAD SHX Text
17
AutoCAD SHX Text
7
AutoCAD SHX Text
40
AutoCAD SHX Text
40
AutoCAD SHX Text
27
AutoCAD SHX Text
17
AutoCAD SHX Text
7
AutoCAD SHX Text
-3
AutoCAD SHX Text
-13
AutoCAD SHX Text
-23
AutoCAD SHX Text
-33
AutoCAD SHX Text
S
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
e
AutoCAD SHX Text
EHH
AutoCAD SHX Text
g
AutoCAD SHX Text
g
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
t
AutoCAD SHX Text
w
AutoCAD SHX Text
W
AutoCAD SHX Text
S
AutoCAD SHX Text
11935(P)
AutoCAD SHX Text
S 87D3346 E(P)
AutoCAD SHX Text
S 15D2031 E 23110(P)
AutoCAD SHX Text
R
AutoCAD SHX Text
S
AutoCAD SHX Text
L
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
R
AutoCAD SHX Text
S
AutoCAD SHX Text
L
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
4
AutoCAD SHX Text
4
AutoCAD SHX Text
4
AutoCAD SHX Text
4
AutoCAD SHX Text
ir
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
C
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
L
AutoCAD SHX Text
R
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
M
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
30
AutoCAD SHX Text
30
AutoCAD SHX Text
30
AutoCAD SHX Text
25
AutoCAD SHX Text
15
AutoCAD SHX Text
25
AutoCAD SHX Text
30
AutoCAD SHX Text
20
AutoCAD SHX Text
30
AutoCAD SHX Text
30
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
L
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
DECEMBER 7 2020
AutoCAD SHX Text
1 = 20
AutoCAD SHX Text
1
AutoCAD SHX Text
3
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
IRRIGATION PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
MCE
AutoCAD SHX Text
MCE
AutoCAD SHX Text
-
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
20
AutoCAD SHX Text
40
AutoCAD SHX Text
20
AutoCAD SHX Text
N
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206

99

i I I I I l I I I P I

2

I~

I I I I 8)

I I I

I I I I I I I I I

o I

2

1

-2frac12 I 0 ltAUJCJ ---tj

----E------frac12-YII

t~ I

__j I

I

I I

1frac14 12

I lltj I i

r--

~

Etl Ii l lipoundl ~ ES LCS RCS CS SS

181 lal Im llI Q T H F

1w Im Im Im 1w Im OTHTTTQF

~ [snm ~ mi OTHTTTOF

m w Q H

il[Q] 6D 14011402 14041408

1

----

DESIGN MCE

o--+----+-----------------1----ltDRAWN MCE

REV DATE REVISION BY CHECKED

-

~

0

-------

__ frac34

0

~

-middot

BAYOU

A __

A bull

TRACT A GRANDE TOWNHOME COMMUNITY TRACT A

PLAT BOOK 129 PAGE 93

bull

-~ ---

J

reg

Q

0

0

0 ir ri

V

---- _

- - --~ d _J ~==- - ---~~r--- ------------ ---

N 87160if W _ 70 648V(P) - ---

1111111111111111

SpoundUHOLpound frATpoundRFROHT PARK RRCATOH PLAH

SEMINOLE PINELLAS COUNTY FLORIDA

--- ---

--- ---

I

I 1

I I

I I

J I

I

I J

j I _ I

J

I J

I (

-gt

I I - - - 7 ----I j I

I I I

I I

I I I

I I I I

I I

I

I I

I

I I

frac12 I

I

I

I I

I I J _

I 0 (

I lt ~

I

LEROY CHIN FL RLA 0001206

-- o 20

111- --- I

() 0 zw I- 0 ltC 0 OltC J CD LL ~

I- 1-u - l-o CD I- 0 (J zlshyo u

SCALE 1 =

z

40

I 20

(

l C

bull

-bull

bull bull C

bull C

(

-

WORK ORDER NO 2016-32

DATE DECEMBER 7 2020

SCALE 1 = 20

SHEET NO 2 OF 3

X X

X X

X X

X X

X X

X X

X X

X

PICN

ICAR

EA

WETLAND

XX

XX

X

424 1111

2

342 1211

2

14 430 558 1311

211 539 1511

22

16 370

11 2

2

IRRIGATION SCHEDULE

SYMBOL MANUFACTURERMODELDESCRIPTION

Hunter PROS-12-PRS30 5` strip spray Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 8` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 10` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 12` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 15` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 17` radius Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Hunter PROS-12-PRS30 Adjustable Arc Shrub Spray 30 psi regulated 120 Pop-Up Co-molded wiper seal with UV Resistant Material

Rain Bird 1800-1400 Flood 1401 Fixed flow rate (025-20GPM) full circle bubbler 12 FIPT

SYMBOL MANUFACTURERMODELDESCRIPTION

Hunter I-20-00-PRB Shrub Rotor Fixed Riser Adjustable and Full Circle Plastic Riser Drain Check Valve Standard Nozzle

Hunter I-20-00-PRB Shrub Rotor Fixed Riser Adjustable and Full Circle Plastic Riser Drain Check Valve Standard Nozzle

Hunter I-20-00-PRB Shrub Rotor Fixed Riser Adjustable and Full Circle Plastic Riser Drain Check Valve Standard Nozzle

Hunter I-20-00-PRB Shrub Rotor Fixed Riser Adjustable and Full Circle Plastic Riser Drain Check Valve Standard Nozzle

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

A amp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

IRRIGATION SCHEDULE (controls amp pipe) SYMBOL MANUFACTURERMODELDESCRIPTION

Hunter ICV-G w PVC Ball Valve 1 1-12 2 and 3 Plastic Electric Remote Control Valves Globe Configuration with NPT Threaded InletOutlet

Matco-Norca 514TX 12-4 Brass Gate Valve Full Port with Solid Wedge IPS Cross Handle Same size as mainline pipe

Hunter ICV-G-FS 2 1 1-12 2 and 3 Plastic Electric Master Valve Globe Configuration with NPT Threaded InletOutlet for CommercialMunicipal Use With Filter Sentry

Hunter I2C-0800-PL with EZ-DM Decoder Module 8 Station Outdoor Modular Controller with Decoder Module 54 station capacity Plastic Cabinet

Hunter EZ-1 Decoder 1-Station EZ Decoder

Hunter ROAMXL-KIT Transmitter and Receiver Roam Remote allows for controller operation up to 2 miles Large-Scale Sites SmartPort wiring harness included

Hunter WSS-SEN Wireless Solar rain freeze sensor with outdoor interface install as noted Includes gutter mount bracket Module not included

Hunter HFS-200 Flow Sensor for use with ACC controller 2 Schedule 40 Sensor Body 24 VAC 2 amp

Existing Water Meter and Backflow Device 60 GPM at 60 PSI Required at discharge of Backflow Device - Field Verify

Irrigation Lateral Line PVC Schedule 40

Irrigation Mainline PVC Schedule 40

Pipe Sleeve PVC Schedule 40

ez

ez

ez ez

ez

rc

ws

FS

2

2

2

2

ez ez

ez

ez

766 ME

761 ME

770 ME

755 ME

212

2

2

743 ME

745 ME

C

AutoCAD SHX Text
N 87D1600 W 64827(P)
AutoCAD SHX Text
10
AutoCAD SHX Text
PALM CLUSTER
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
4PINE
AutoCAD SHX Text
5PINE
AutoCAD SHX Text
6PINE
AutoCAD SHX Text
PED
AutoCAD SHX Text
SPEED LIMIT
AutoCAD SHX Text
W
AutoCAD SHX Text
STOP
AutoCAD SHX Text
TRACT A
AutoCAD SHX Text
BAYOU GRANDE TOWNHOME COMMUNITY TRACT A
AutoCAD SHX Text
PLAT BOOK 129 PAGE 93
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
60
AutoCAD SHX Text
50
AutoCAD SHX Text
50
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
50
AutoCAD SHX Text
45
AutoCAD SHX Text
70
AutoCAD SHX Text
41
AutoCAD SHX Text
41
AutoCAD SHX Text
45
AutoCAD SHX Text
60
AutoCAD SHX Text
50
AutoCAD SHX Text
45
AutoCAD SHX Text
60
AutoCAD SHX Text
70
AutoCAD SHX Text
70
AutoCAD SHX Text
70
AutoCAD SHX Text
45
AutoCAD SHX Text
50
AutoCAD SHX Text
50
AutoCAD SHX Text
MANGROVES
AutoCAD SHX Text
CONSTRUCT FLOATING TURBITITY BARRIER
AutoCAD SHX Text
S 01D1244 W 33405(P)
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
E
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
E
AutoCAD SHX Text
C
AutoCAD SHX Text
L
AutoCAD SHX Text
R
AutoCAD SHX Text
E
AutoCAD SHX Text
C
AutoCAD SHX Text
L
AutoCAD SHX Text
R
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
R
AutoCAD SHX Text
L
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
2 12
AutoCAD SHX Text
2 12
AutoCAD SHX Text
1 12
AutoCAD SHX Text
34
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
34
AutoCAD SHX Text
2 12
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1 12
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
34
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1 14
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
34
AutoCAD SHX Text
LEROY CHIN FL RLA 0001206
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
DECEMBER 7 2020
AutoCAD SHX Text
1 = 20
AutoCAD SHX Text
2
AutoCAD SHX Text
3
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
IRRIGATION PLAN
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
MCE
AutoCAD SHX Text
MCE
AutoCAD SHX Text
-
AutoCAD SHX Text
SCALE 1 =
AutoCAD SHX Text
0
AutoCAD SHX Text
20
AutoCAD SHX Text
40
AutoCAD SHX Text
20
AutoCAD SHX Text
N
AutoCAD SHX Text
M
AutoCAD SHX Text
ir
AutoCAD SHX Text
Valve Number
AutoCAD SHX Text
Valve Size
AutoCAD SHX Text
Valve Flow
AutoCAD SHX Text
Valve Callout
AutoCAD SHX Text
AutoCAD SHX Text
AutoCAD SHX Text
AutoCAD SHX Text
ES
AutoCAD SHX Text
CS
AutoCAD SHX Text
SS
AutoCAD SHX Text
RCS
AutoCAD SHX Text
LCS
AutoCAD SHX Text
E
AutoCAD SHX Text
L
AutoCAD SHX Text
R
AutoCAD SHX Text
C
AutoCAD SHX Text
S
AutoCAD SHX Text
F
AutoCAD SHX Text
H
AutoCAD SHX Text
T
AutoCAD SHX Text
Q
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
8
AutoCAD SHX Text
Q
AutoCAD SHX Text
T
AutoCAD SHX Text
H
AutoCAD SHX Text
F
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
Q
AutoCAD SHX Text
T
AutoCAD SHX Text
H
AutoCAD SHX Text
TT
AutoCAD SHX Text
TQ
AutoCAD SHX Text
F
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
Q
AutoCAD SHX Text
T
AutoCAD SHX Text
H
AutoCAD SHX Text
TT
AutoCAD SHX Text
TQ
AutoCAD SHX Text
F
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
H
AutoCAD SHX Text
Q
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
4
AutoCAD SHX Text
6
AutoCAD SHX Text
8
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
1408
AutoCAD SHX Text
1404
AutoCAD SHX Text
1402
AutoCAD SHX Text
1401
AutoCAD SHX Text
15
AutoCAD SHX Text
20
AutoCAD SHX Text
25
AutoCAD SHX Text
30

100

PVC SCH 80 TxT 90 ELL PVC SCH 80 TOE NIPPLE ------~ PVC SCH 80 MALE ADP ------shy

REMOTE CONTROL VALVE ---CENTERED IN OPENING

12 RECT VALVE BOX --

VALVE ID TAG ------1f H11__ ii

WIRE CONNECTORS-------11

3 GRAVEL SUMP~~~ bullbull bull BALL VALVE _________ __J

PVC SCH 80 NIPPLE

CONTROL WIRES

PVC MAIN LINE-------~ SCH 40 PVC FITTING ---------~

REMOTE CONTROL VALVE

EDP CURB WALK OR BEDLINE

FINISH GRADE -~

POP-UP SPRAY HEAD

SCH 40 PVC STREET ELL

SCH 40 PVC FITTING ON LATERAL LINE

6 min bullbull

PVC IPS FLEX PIPE 18 MIN

TURF SPRAY HEAD PROVIDE 12 MIN SPACE BETWEEN ALL

SPRINKLER HEADS AND ANY WALL OR STRUCTURE

bull bull bull ~

SCH 40 PVC MALE ADP -~-LJ

1 2 SCH 40 PVC PIPE SCH 40 PVC ELL

SCH40 PVC FITTIN~ TO LATERAL LINE

a L FINISH GRADE

5 REBAR STAKE L1NGTH A~ REQD

MIN 24 BELOW GRADE

u2 KAF-FLEX PVC HOSE - 18 MIN

SHRUB SPRAY HEAD PROVIDE 12 MIN SPACE BETWEEN ALL

SPRINKLER HEADS AND ANY WALL OR STRUCTURE

4

DESIGN

--+-----+-----------------1----DRAWN

REV DATE REVISION BY CHECKED

1 O ROUND -----shyVALVE PIT

N ~

MCE

MCE

FINISH GRADE

T-113 ____ _____ GATE VALVE

1 O PVC SLEEVE

SCH 40 PVC ----fft-shyMALE ADAPTER

111-o- -----Yll11= _

j tri~fft~fttli~ PVC MAIN LINE

~--FABRIC LINED 3 GRAVEL SUMP

ISOLATION GATE VALVE VALVE TO BE CENTERED IN THE VALVE BOX

EDP CURB WALK OR BEDLINE ------~

FINISH GRADE --~

POP-UP GEAR ROTOR __ __

SCH 40 PVC STREET ELL

[

SCH 40 PVC FITTING ON LATERAL LINE

6 min ----~-i middotmiddot ti

PVC IPS FLEX PIPE 18 MIN

TURF ROTOR HEAD PROVIDE 12 MIN SPACE BETWEEN ALL

SPRINKLER HEADS AND ANY WALL OR STRUCTURE

rn ( () bullbull1-~~ NYLON TIES LANT MATERIAL

12 POP-UP SHRUB ROTOR

J JJ

bullbull

SCH 40 PVC MALE ADP -~-LJ

34 SCH 40 PVC PIPE-~

SCH 40 PVC ELL---~

SCH40 PVC FITTING TO LATERAL LINE

L FINISH GRADE

5 REBAR STAKE LENGTH A~ REQD

MIN 24 BELOW GRADE

~3 4 KAF -FLEX PVC u HOSE - 18 MIN

SHRUB ROTOR HEAD PROVIDE 12 MIN SPACE BETWEEN ALL

SPRINKLER HEADS AND ANY WALL OR STRUCTURE

1 O ROUND----~ VALVE PIT

FINISH GRADE DECODER CABLE

--48 LOOP OF CABLE

FUSE (DCFD) --I-

10 PVC SLEEVE~

90 SWEEP ELL _____

SCH 80 CONDUIT j 00

o oo0 d 0 0 o iasOoOo Do lo~ 1sim~ 0~1 0

bull00bullgt~ bllrlf DECODER CABLE

3 GRAVEL SUMP

LANDSCAPE FABRIC

CABLE SPLICE BOX

--------TREE

F BUBBLER

1 12_~~~- ADAPTER

- middot -- - middot- -~---bull 0 -

t middot

~ FLEX PIPE

LATERAL LINE TEE J TREE BUBBLER

INSTALL FLEX PIPE (LOCATION AND DEPTH) TO BE PROTECTED FROM MAINTENANCE OPERATIONS (EDGING MOWING)

6

COUTSIDE WALL_)

G

2

G) IRRIGATION CONTROLLER

0 15-INCH PVC SCH 40 CONDUIT AND FITTINGS

0 DECODER CABLES

0 JUNCTION BOX

reg 1 -INCH PVC SCH 40 CONDUIT AND FITTINGS TO POWER SUPPLY

0 BARE COPPER GROUND WIRE FROM GROUNDING ROD PLATE

IRRIGATION CONTROLLER

12

TOP VI EW ~

COPPER GROUND PLATE-~ i~ ( 4 X 96 X 0625) 0 0+ 6 AWG SOLID

BAIIR_tEc__LC_cOl_c_PcP-degE_R _IWfl_ll_tltRE~~efp ELECTRODE SPHERE OF INFLUENCE

CONTROLLER ---~c~jT~1~0~~~~~ ~NDARIES CONCRETE PAD______ ~ -i__8 ~

---i

6 AWG SOLID BARE COPPER WIRE

DO NOT INSTALL ANY OTHER WIRES OR CABLE WITHIN THE SPHERE OF INFLUENCE

SIDE VIEW CONTROLLER

CONCRETE PAD

middot

JO MIN

PVC SWEEP ELL (1 1 2 OR LARGER)

5 AWG SOLID BARE EARTH CONTACT MATERIAL

COPPER WIRES 100 lbs min

GROUND PLATE MIN 8 FROM CONT

MINIMUM ACCEPTABLE RESISTANCE TO GROUND IS 15 OHMS USE ADDITIONAL GROUND PLATES OR GROUND RODS AS NEEDED

CONTROLLER GROUNDING

PROVIDE DIMENSIONS FROM PERMANENT FIXED OBJECTS ANO DEPTH OF COVER ON ALL MAINLINE AND SLEEVES BLDG

PROVIDE DIMENSIONS FROM TWO PERMANENT FIXED

VALVE 16 I

4 FROM SIDEWALK- - L ~ 10 FROM CORNER--f--i------t-1

OBJECTS FOR ALL VALVES SPLICE BOXES STUB-OUTS AND EARTH GROUNDS OF BLDG

1 f

SIDEWALK I LINES DRAWN FROM THE THE DIMENSIONED ITEM TO THE TWO REFERENCE OBJECTS SHOULD BE PERPENDICULAR TO EACH OTHER

3 SLEEVE-24 BELOW GRADE

5 FROM EOP 7 - I

bull b

I I

4 SLEEVE-I 24 BELOW GRADE

PAVEMENT I yen-IB-f

I I I

SPLICE BOX I 2 MAINLINE LIGHTPOLE I LtJ 15 FROM BOC f I 24 BELOW GRADEJ_ ~ I

17 FROM CORNER -16 FROM BOC i( - 26 - 7i -- ~---__ ____ __J_

I- 9 --VALVE 21 11 FROM BOC

BOC

_j EOP

FROM BOC I 26 FROM LIGHTPOLE

I

I ROADWAY

AS BUILT TYPICAL

SpoundUHOLpound frATpoundRFROHT PARK RRCATOH lJpoundTALS

SEMINOLE PINELLAS COUNTY FLORIDA

WORK ORDER NO 2016-32

DATE DECEMBER 7 2020

SCALE NTS

LEROY CHIN FL RLA 0001206 SHEET NO 3 OF 3

IRRIGATION NOTES 1 Irrigation system design requirements 60 GPM a minimum of 60 PSI at the point of connection The Irrigation Contractor

shall verify the available GPM and PSI prior to installation of the system

2 Do not willfully install the irrigation system as shown on the drawings when it is obvious in the field that conditions exist that might not have been considered in the design process For example obstructions grade differences water levels dimensional differences etc Refer to the Landscape Plan to avoid conflicts with proposed trees or shrubs

3 Piping may sometimes be indicated as being located in unlikely areas ie under buildings or pavement outside of property lines in lakes or ditches etc This is done for graphic clarity only Whenever possible piping is to be installed in open green areas

4 If required the Irrigation Contractor shall provide the necessary Right of Way use permits

5 Pipe sizes shall conform to those on the drawings Substituting with smaller pipe sizes will not be permitted

6 Mainline is to be installed with a minimum of 24 depth of cover Lateral lines are to be installed with a minimum of 12 depth of cover

7 Unless otherwise indicated all sleeves are to be PVC Sch 40 and two (2) nominal sizes larger than the pipe to be sleeved For example The sleeve for a 2 pipe shall be 3 No irrigation sleeve shall be smaller than 2

8 Wherever practical install valves in mulched beds andor out of high traffic areas All valves flush valves and wire splices shall be installed in Rain Bird wide flanged structural foam plastic valves boxes as follows

Remote Control Valves VB-STD (16w x 21l x 12h) std rect box Isolation Gate Valves VB-7RND (9dia x 9h) 7 round box Wire Splices VB-10RND (13dia x 10h) 10 round box

9 The bottom and sides of the valve boxes shall be lined with landscape fabric Install a 3 deep bed of gravel on the landscape fabric to create a drainage sump

10 Refer to Valve Designation Symbols for controller station number and designed flow rate for each remote control valve

11 The two-wire path between the controller and the decoders shall be two (2) UL Listed single strand type UF 600 Volt control cables (12-1 AWG) Use one (1) RED and one (1) BLUE colored wire to match color coded connections on the Decoders Maximum distance from the controller to the furthest decoder shall be 1500 Install ALL Decoder Cable in a 1 PVC conduit

12 All Decoders shall be installed in the valve box along with the solenoid that they are connected to

13 All splices to the control wiring shall be made with 3M DB_6 600 volt UL Listed direct bury splice kits Use yellow or red kits as needed

14 All pop-up sprinkler heads shall be installed level and flush to grade Mount all sprinklers on flexible connections as follows

12 inlet spray heads 18 of Heavy Wall PVC IPS Hose 34 inlet rotor heads 18 of Heavy Wall PVC IPS Hose

15 The tops of all shrub sprinklers shall be installed 12 above the height of the surrounding plant material For plant heights of 12 or more support the riser with a 5 rebar stake and nylon cable ties All risers shall be placed a minimum of 12 from any sidewalk edge of pavement or structure

16 Location of all sprinkler heads shall be site adjusted to minimize water overthrow onto building surfaces and walkways Throttle valves on spray zones as required to prevent fogging

17 Exact controller location(s) shall be coordinated with an Owners Representative prior to installation Unless otherwise stated the General Contractor shall provide 110 volt power to the controller location(s) The Irrigation Contractor is responsible for the connection from the power source to the controller(s) For outdoor mounted controllers the 110 volt service to the irrigation controller shall be in conduit All 110 volt electrical work shall meet Local Code

18 At each irrigation controller install a secondary surge arrester to the incoming (120 volt) power supply (Intermatic AG2401 or equal)

19 At each irrigation controller install an supplementary earth ground grid with a minimum of two (2) 4 x 96 grounding plates Test the resistance to earth per NFPA Standard 780 A acceptable earth ground should have 10 ohms or less resistance Use more plates or grounding rods as needed to achieve the desired resistance reading

20 The wireless rain shutoff device shall be installed to meet local codes andor minimum manufacturers recommendations Obstructions vandalism and ease of service shall be considered in locating the device

21 The IRRIGATION CONTRACTOR shall prepare an AS-BUILT drawing on reproducible paper detailing the actual installation of the irrigation system The AS-BUILT drawings shall locate all main line piping control wires wire splices sleeves and valves by showing exact measurements from permanent features (buildings edge of pavement power poles fire hydrants etc) Include depth of cover on mainline and sleeves

22 No product substitutions will be permitted without the written permission of the Owners Representative Irrigation Contractor to provide submittals to the Owners Representative for approval prior to installation

23 Any other equipment required that is not other wise detailed or specified shall be installed as per manufacturers recommendations and local code

WATER USE NOTE THIS SYSTEM IS DESIGNED TO APPLY 75 OF WATER TO THE IRRIGATED AREA RUNNING EACH ZONE NO MORE THAN ONCE PER WEEK WHILE OPERATING DURING THE ALLOWED TIME SLOTS FOUR DAYS PER WEEK

THIS SYSTEM MAY REQUIRE A VARIANCE FROM THE WATER MANAGEMENT DISTRICT TO OPERATE UNDER CURRENT OR FUTURE WATERING RESTRICTIONS

Aamp 565 SOUTH HERCULES AVENUE

CLEARWATER FL 33764 ph 7278224151 fax 7278217255 D euel ssociates

WWWDEUELENGINEERINGCOM CERTIFICATE OF AUTHORIZATION NUMBER 26320

CONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS LICENSED BUSINESS NUMBER 107

AutoCAD SHX Text
LEROY CHIN FL RLA 0001206
AutoCAD SHX Text
OF
AutoCAD SHX Text
SHEET NO
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
WORK ORDER NO
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGN
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
2016-32
AutoCAD SHX Text
DECEMBER 7 2020
AutoCAD SHX Text
NTS
AutoCAD SHX Text
3
AutoCAD SHX Text
3
AutoCAD SHX Text
SEMINOLE WATERFRONT PARK
AutoCAD SHX Text
IRRIGATION DETAILS
AutoCAD SHX Text
SEMINOLE PINELLAS COUNTY
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
MCE
AutoCAD SHX Text
MCE
AutoCAD SHX Text
-
AutoCAD SHX Text
34 SCH 40 PVC PIPE
AutoCAD SHX Text
SCH 40 PVC MALE ADP
AutoCAD SHX Text
USHRUB ROTOR HEAD
AutoCAD SHX Text
uTURF SPRAY HEAD
AutoCAD SHX Text
USHRUB SPRAY HEAD
AutoCAD SHX Text
12 SCH 40 PVC PIPE
AutoCAD SHX Text
SCH40 PVC FITTING
AutoCAD SHX Text
TO LATERAL LINE
AutoCAD SHX Text
SCH 40 PVC ELL
AutoCAD SHX Text
12 POP-UP SHRUB HEAD
AutoCAD SHX Text
SCH 40 PVC MALE ADP
AutoCAD SHX Text
MIN 24 BELOW
AutoCAD SHX Text
HOSE - 18 MIN
AutoCAD SHX Text
12 KAF-FLEX PVC
AutoCAD SHX Text
GRADE
AutoCAD SHX Text
SCH40 PVC FITTING
AutoCAD SHX Text
TO LATERAL LINE
AutoCAD SHX Text
LENGTH AS REQD
AutoCAD SHX Text
5 REBAR STAKE
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
12 POP-UP SHRUB ROTOR
AutoCAD SHX Text
SCH 40 PVC ELL
AutoCAD SHX Text
uTURF ROTOR HEAD
AutoCAD SHX Text
PLANT MATERIAL
AutoCAD SHX Text
NYLON TIES
AutoCAD SHX Text
POP-UP SPRAY HEAD
AutoCAD SHX Text
SCH 40 PVC FITTING
AutoCAD SHX Text
ON LATERAL LINE
AutoCAD SHX Text
SCH 40 PVC STREET ELL
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
EOP CURB WALK OR BEDLINE
AutoCAD SHX Text
POP-UP GEAR ROTOR
AutoCAD SHX Text
SCH 40 PVC FITTING
AutoCAD SHX Text
SCH 40 PVC STREET ELL
AutoCAD SHX Text
ON LATERAL LINE
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
EOP CURB WALK OR BEDLINE
AutoCAD SHX Text
MIN 24 BELOW
AutoCAD SHX Text
34 KAF-FLEX PVC
AutoCAD SHX Text
HOSE - 18 MIN
AutoCAD SHX Text
GRADE
AutoCAD SHX Text
LENGTH AS REQD
AutoCAD SHX Text
5 REBAR STAKE
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
PLANT MATERIAL
AutoCAD SHX Text
NYLON TIES
AutoCAD SHX Text
18 MIN
AutoCAD SHX Text
PVC IPS FLEX PIPE
AutoCAD SHX Text
18 MIN
AutoCAD SHX Text
PVC IPS FLEX PIPE
AutoCAD SHX Text
PROVIDE 12 MIN SPACE BETWEEN ALL
AutoCAD SHX Text
SPRINKLER HEADS AND ANY WALL OR STRUCTURE
AutoCAD SHX Text
PROVIDE 12 MIN SPACE BETWEEN ALL
AutoCAD SHX Text
SPRINKLER HEADS AND ANY WALL OR STRUCTURE
AutoCAD SHX Text
PROVIDE 12 MIN SPACE BETWEEN ALL
AutoCAD SHX Text
SPRINKLER HEADS AND ANY WALL OR STRUCTURE
AutoCAD SHX Text
PROVIDE 12 MIN SPACE BETWEEN ALL
AutoCAD SHX Text
SPRINKLER HEADS AND ANY WALL OR STRUCTURE
AutoCAD SHX Text
EOP CURB WALK
AutoCAD SHX Text
OR BEDLINE
AutoCAD SHX Text
EOP CURB WALK
AutoCAD SHX Text
OR BEDLINE
AutoCAD SHX Text
UTREE BUBBLER
AutoCAD SHX Text
LATERAL LINE TEE
AutoCAD SHX Text
12 MALE ADAPTER
AutoCAD SHX Text
BUBBLER
AutoCAD SHX Text
TREE
AutoCAD SHX Text
FLEX PIPE
AutoCAD SHX Text
INSTALL FLEX PIPE (LOCATION AND DEPTH) TO BE PROTECTED FROM MAINTENANCE OPERATIONS (EDGING MOWING)
AutoCAD SHX Text
PVC SWEEP ELL (1 12 OR LARGER)
AutoCAD SHX Text
6 AWG SOLID BARE COPPER WIRES
AutoCAD SHX Text
GROUND PLATE
AutoCAD SHX Text
EARTH CONTACT MATERIAL 100 lbs min
AutoCAD SHX Text
ELECTRODE SPHERE OF INFLUENCE BOUNDARIES
AutoCAD SHX Text
COPPER GROUND PLATE (4 X 96 X 0625)
AutoCAD SHX Text
DO NOT INSTALL ANY OTHER WIRES OR CABLE WITHIN THE SPHERE OF INFLUENCE
AutoCAD SHX Text
CONTROLLER
AutoCAD SHX Text
SIDE VIEW
AutoCAD SHX Text
CONCRETE PAD
AutoCAD SHX Text
6 AWG SOLID BARE COPPER WIRE
AutoCAD SHX Text
6 AWG SOLID BARE COPPER WIRE
AutoCAD SHX Text
C
AutoCAD SHX Text
TOP VIEW
AutoCAD SHX Text
UCONTROLLER GROUNDING
AutoCAD SHX Text
CONTROLLER
AutoCAD SHX Text
CONCRETE PAD
AutoCAD SHX Text
MIN 8 FROM CONT
AutoCAD SHX Text
MINIMUM ACCEPTABLE RESISTANCE TO GROUND IS 15 OHMS USE ADDITIONAL GROUND PLATES OR GROUND RODS AS NEEDED
AutoCAD SHX Text
UCABLE SPLICE BOX
AutoCAD SHX Text
3 GRAVEL SUMP
AutoCAD SHX Text
SCH 80 CONDUIT
AutoCAD SHX Text
VALVE PIT
AutoCAD SHX Text
10 ROUND
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
10 PVC SLEEVE
AutoCAD SHX Text
LANDSCAPE FABRIC
AutoCAD SHX Text
DECODER CABLE
AutoCAD SHX Text
DECODER CABLE FUSE (DCFD)
AutoCAD SHX Text
48 LOOP OF CABLE
AutoCAD SHX Text
90 SWEEP ELL
AutoCAD SHX Text
uISOLATION GATE VALVE
AutoCAD SHX Text
T-113
AutoCAD SHX Text
10 PVC SLEEVE
AutoCAD SHX Text
MALE ADAPTER
AutoCAD SHX Text
SCH 40 PVC
AutoCAD SHX Text
PVC MAIN LINE
AutoCAD SHX Text
GATE VALVE
AutoCAD SHX Text
VALVE PIT
AutoCAD SHX Text
10 ROUND
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
FABRIC LINED
AutoCAD SHX Text
VALVE TO BE CENTERED IN THE VALVE BOX
AutoCAD SHX Text
3 GRAVEL SUMP
AutoCAD SHX Text
AND FITTINGS
AutoCAD SHX Text
IRRIGATION CONTROLLER
AutoCAD SHX Text
5
AutoCAD SHX Text
4
AutoCAD SHX Text
AND FITTINGS TO POWER SUPPLY
AutoCAD SHX Text
1-INCH PVC SCH 40 CONDUIT
AutoCAD SHX Text
JUNCTION BOX
AutoCAD SHX Text
15-INCH PVC SCH 40 CONDUIT
AutoCAD SHX Text
5
AutoCAD SHX Text
4
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
3
AutoCAD SHX Text
3
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
OUTSIDE WALL
AutoCAD SHX Text
DECODER CABLES
AutoCAD SHX Text
uIRRIGATION CONTROLLER
AutoCAD SHX Text
6
AutoCAD SHX Text
BARE COPPER GROUND WIRE
AutoCAD SHX Text
FROM GROUNDING ROD PLATE
AutoCAD SHX Text
6
AutoCAD SHX Text
UAS BUILT TYPICAL
AutoCAD SHX Text
BLDG
AutoCAD SHX Text
PAVEMENT
AutoCAD SHX Text
SIDEWALK
AutoCAD SHX Text
EOP
AutoCAD SHX Text
3 SLEEVE
AutoCAD SHX Text
24 BELOW GRADE
AutoCAD SHX Text
5 FROM EOP
AutoCAD SHX Text
LIGHTPOLE
AutoCAD SHX Text
4 SLEEVE
AutoCAD SHX Text
24 BELOW GRADE
AutoCAD SHX Text
18
AutoCAD SHX Text
16 FROM BOC
AutoCAD SHX Text
9 FROM BOC
AutoCAD SHX Text
24 BELOW GRADE
AutoCAD SHX Text
BOC
AutoCAD SHX Text
ROADWAY
AutoCAD SHX Text
10 FROM CORNER OF BLDG
AutoCAD SHX Text
VALVE 16 4 FROM SIDEWALK
AutoCAD SHX Text
VALVE 21 11 FROM BOC 26 FROM LIGHTPOLE
AutoCAD SHX Text
26
AutoCAD SHX Text
S
AutoCAD SHX Text
SPLICE BOX 15 FROM BOC 17 FROM CORNER
AutoCAD SHX Text
17
AutoCAD SHX Text
2 MAINLINE
AutoCAD SHX Text
PROVIDE DIMENSIONS FROM PERMANENT FIXED OBJECTS AND DEPTH OF COVER ON ALL MAINLINE AND SLEEVES
AutoCAD SHX Text
PROVIDE DIMENSIONS FROM TWO PERMANENT FIXED OBJECTS FOR ALL VALVES SPLICE BOXES STUB-OUTS AND EARTH GROUNDS LINES DRAWN FROM THE THE DIMENSIONED ITEM TO THE TWO REFERENCE OBJECTS SHOULD BE PERPENDICULAR TO EACH OTHER
AutoCAD SHX Text
PVC MAIN LINE
AutoCAD SHX Text
SCH 40 PVC FITTING
AutoCAD SHX Text
uREMOTE CONTROL VALVE
AutoCAD SHX Text
CENTERED IN OPENING
AutoCAD SHX Text
PVC SCH 80 TxT 90 ELL
AutoCAD SHX Text
FINISH GRADE
AutoCAD SHX Text
CONTROL WIRES
AutoCAD SHX Text
3 GRAVEL SUMP
AutoCAD SHX Text
PVC SCH 80 NIPPLE
AutoCAD SHX Text
12 RECT VALVE BOX
AutoCAD SHX Text
REMOTE CONTROL VALVE
AutoCAD SHX Text
PVC SCH 80 MALE ADP
AutoCAD SHX Text
BALL VALVE
AutoCAD SHX Text
PVC SCH 80 TOE NIPPLE
AutoCAD SHX Text
WIRE CONNECTORS
AutoCAD SHX Text
12
AutoCAD SHX Text
VALVE ID TAG
  • Project Manual Bid Documents
    • August 25 2021
      • INVITATION TO BID
        • INSTRUCTION TO BIDDERS
          • 2 Copies of Bid Documents
          • 3 Qualification of Bidders
            • BID FORMS
              • Waterfront Park Landscape and Irrigation Project
                • BID BOND
                  • Waterfront Park Landscape and Irrigation Project
                  • Quantitiesspecies subject to change
                      • IRRIGATION SCHEDULE C
                        • Total Cost to include all labor and material to install irrigation system according to the irrigation plans sheets 1 - 3
                          • BID SCHEDULE D (Summary)
                            • Schedule Amount
                              • Total
                                • STATEMENT OF BIDDERS QUALIFICATIONS
                                • CONSTRUCTION AGREEMENT
                                • Exhibit A
                                • PAYMENT BOND
                                • CERTIFICATE OF INSURANCE
                                • Notice to Proceed
                                • Change Order Form
                                  • In the space below itemize the change that is requested for the project and the total cost required to complete the requested change in contracted amount attach any contributing documentation as applicable
                                  • Contractor
                                  • Attest
                                  • Total Amount to be Retained Pending Final Completion $
                                  • City of Seminole
                                    • FINAL RECEIPT AND RELEASE
                                      • Project Waterfront Park Landscape and Irrigation Project
                                      • Section 01000
                                      • End of Section
                                      • Section 01010 Summary of Work
                                      • Waterfront Park Landscape and Irrigation Project
                                      • A Contact all affected agencies at least two (2) weeks prior to start of construction
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • Section 01510 Temporary Utilities
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                      • End of Section
                                          • Waterfront Park Landscape and Irrigation Project Public Noticepdf
                                            • TITLE WATERFRONT PARK LANDSCAPE AND IRRIGATION PROJECT
                                            • ldquoSEALED BIDrdquo ldquoDO NOT OPENrdquo
                                              • Waterfront Park Landscape and Irrigation Project Public Noticepdf
                                                • TITLE WATERFRONT PARK LANDSCAPE AND IRRIGATION PROJECT
                                                • Contractorrsquos Name and Address
                                                • City of Seminole
                                                  • Soil Remedation Plan 5-24-2021pdf
                                                    • Sheets and Views
                                                      • Soil Remedation Plan
                                                          • revised tree landscape plan a 4-18-2021-LANDSCAPEPDF
                                                            • Sheets and Views
                                                              • LANDSCAPE
                                                                  • revised shrub landscape plan a 4-13-2021-Shrub Landscape Planpdf
                                                                    • Sheets and Views
                                                                      • Shrub Landscape Plan
                                                                          • IRR plan 022321-IR-01pdf
                                                                            • Sheets and Views
                                                                              • IR-01
                                                                                  • IRR plan 022321-IR-02pdf
                                                                                    • Sheets and Views
                                                                                      • IR-02
                                                                                          • IRR plan 022321-IR-03pdf
                                                                                            • Sheets and Views
                                                                                              • IR-03
Page 6: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 7: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 8: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 9: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 10: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 11: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 12: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 13: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 14: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 15: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 16: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 17: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 18: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 19: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 20: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 21: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 22: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 23: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 24: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 25: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 26: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 27: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 28: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 29: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 30: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 31: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 32: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 33: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 34: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 35: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 36: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 37: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 38: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 39: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 40: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 41: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 42: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 43: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 44: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 45: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 46: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 47: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 48: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 49: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 50: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 51: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 52: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 53: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 54: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 55: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 56: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 57: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 58: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 59: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 60: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 61: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 62: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 63: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 64: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 65: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 66: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 67: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 68: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 69: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 70: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 71: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 72: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 73: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 74: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 75: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 76: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 77: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 78: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 79: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 80: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 81: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 82: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 83: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 84: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 85: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 86: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 87: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 88: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 89: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 90: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 91: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 92: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 93: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 94: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 95: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 96: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 97: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 98: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 99: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT
Page 100: WATERFRONT PARK LANDSCAPEANDIRRIGATION PROJECT