24
Florida State University Competitive Solicitation Acknowledgement Form CS No: FAC31948-17 Title: Panama City Campus, Basketball Court Date of Issue: 08/24/2017 5:00pm Response Due Date and Time: 09/12/2017 @ 2:00pm CS Point of Contact Name: Veronica Cline Phone: 850-644-7639 Email: [email protected] Vendor Information Federal Employer Identification Number or SS Number: Company Name: Reason for no offer: Mailing Address: City, State, Zip Code: Posting of Competitive Solicitation Tabulations Area Code Telephone no. Proposal tabulations with intended award(s) will be posted for review by interested parties at Procurement Services and our solicitation web page and will remain posted for a period of 72 hours. Failure to file a protest within the time prescribed in Florida Board of Governors Regulation 18.002 and FSU Regulation FSU 2.015, or failure to post the bond or other security as required in Florida Board of Governors Regulation 18.003, shall constitute a waiver of proceedings under that regulation. Toll Free no. Fax no. Email Address: Government Classifications Check all applicable African American American Women Asian-Hawaiian Government Agency Hispanic MBE Federal Native American Non-Minority Non-Profit Organization Pride Small Business Federal Small Business State Veteran/Service Disabled I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm or person submitting an offer for the same materials, supplies, or equipment and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this offer and certify that I am authorized to sign this offer for the responder and that the responder is in compliance with all requirements of the Competitive Solicitation, including but not limited to, certification requirements. In submitting an offer to an agency for the State of Florida, the responder offers and agrees that if the offer is accepted, the responder will convey, sell, assign or transfer to the State of Florida all rights, title and interest in and to all causes of action it may now hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities of services purchased or acquired by the State of Florida. At the State’s discretion, such assignment shall be made and become effective at the time the purchasing agency tenders final payment to the responder. __________________________________________________ Printed Name/Title __________________________________________________ Authorized Signature Submit Response To: Procurement Services Florida State University 282 Champions Way, UCA 1400 Tallahassee, FL 32306-2370 Phone (850) 644-6850 | Fax (850) 644-8921 www.procurement.fsu.edu

Submit Response To: Competitive Solicitation ... - Facilities · with all requirements of the Competitive Solicitation, ... Preliminary questions relative to the ITB document and/or

  • Upload
    dohanh

  • View
    216

  • Download
    0

Embed Size (px)

Citation preview

Florida State University Competitive Solicitation

Acknowledgement Form

CS No: FAC31948-17 Title: Panama City Campus, Basketball Court

Date of Issue: 08/24/2017 5:00pm Response Due Date and Time: 09/12/2017 @ 2:00pm

CS Point of Contact Name: Veronica Cline Phone: 850-644-7639 Email: [email protected]

Vendor Information Federal Employer Identification Number or SS Number:

Company Name: Reason for no offer:

Mailing Address:

City, State, Zip Code: Posting of Competitive Solicitation Tabulations

Area Code Telephone no.

Proposal tabulations with intended award(s) will be posted for review by interested parties at Procurement Services and our solicitation web page and will remain posted for a period of 72 hours. Failure to file a protest within the time prescribed in Florida Board of Governors Regulation 18.002 and FSU Regulation FSU 2.015, or failure to post the bond or other security as required in Florida Board of Governors Regulation 18.003, shall constitute a waiver of proceedings under that regulation.

Toll Free no.

Fax no.

Email Address:

Government Classifications Check all applicable

☐ African American☐ American Women☐ Asian-Hawaiian☐ Government Agency☐ Hispanic☐ MBE Federal☐ Native American☐ Non-Minority☐ Non-Profit Organization☐ Pride☐ Small Business Federal☐ Small Business State☐ Veteran/Service Disabled

I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm or person submitting an offer for the same materials, supplies, or equipment and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this offer and certify that I am authorized to sign this offer for the responder and that the responder is in compliance with all requirements of the Competitive Solicitation, including but not limited to, certification requirements. In submitting an offer to an agency for the State of Florida, the responder offers and agrees that if the offer is accepted, the responder will convey, sell, assign or transfer to the State of Florida all rights, title and interest in and to all causes of action it may now hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities of services purchased or acquired by the State of Florida. At the State’s discretion, such assignment shall be made and become effective at the time the purchasing agency tenders final payment to the responder.

__________________________________________________ Printed Name/Title

__________________________________________________Authorized Signature

Submit Response To:

Procurement Services Florida State University

282 Champions Way, UCA 1400 Tallahassee, FL 32306-2370

Phone (850) 644-6850 | Fax (850) 644-8921 www.procurement.fsu.edu

1

FLORIDA STATE UNIVERSITY INVITATION TO BID

FAC31948-17 PANAMA CITY CAMPUS, BASKETBALL COURT

I. STATEMENT OF OBJECTIVEThe objective of this Invitation to Bid (ITB) is to enable Florida State University (FSU) to enter into apurchase order (PO) with a Respondent to construct new basketball court at the FSU Panama City Campus.

II. DEFINITIONS

a. Purchase Order/Contract – The Purchase Order (PO) or other form or format, provided to theawarded Respondent(s), FSU uses to make a purchase under the contract term, whichincludes a formal written PO, electronic PO, Procurement Card (P-card), or any other meansauthorized by Procurement Services and which incorporates the requirements and conditionslisted in the Bid.

b. Invitation to Bid – a written or electronically posted solicitation for competitive sealed repliesto select one or more Respondents to procure commodities or services during the term of thecontract.

c. May, Should – Indicates something that is not mandatory, but permissible, recommended, ordesirable.

d. Minor Irregularities – irregularities that have no adverse effect on FSU’s interest, will not affectthe amount of the ITB and will not give a Respondent an advantage or benefit not enjoyed byanother Respondent.

e. Must, Shall, Will – The words “shall,” “must,” or “will” are equivalent and indicate mandatoryrequirements or conditions. FSU will not waive Responder’s material deviation from any of themandatory requirements.

f. Response – The entirety of the Respondent’s submitted bid response to the ITB, including anyand all supplemental information submitted.

g. Respondent - Anyone who submits a timely bid in response to this ITB.

h. Responsible Respondent – A Respondent that has submitted a bid that conforms in allmaterial respects to the solicitation

i. Responsive Bid – A bid submitted by a responsive and responsible Respondent that conformsin all material respects to the solicitation.

j. Sole Point of Contact - The Procurement Officer or designee to whom Respondents shalladdress any questions regarding the solicitation or award process. The sole point of contactshall be the arbitrator of any dispute concerning performance of the Contract.

k. Successful Respondent - The firms or individual who is the recommended recipient of theaward of a contract under this ITB (also synonymous with “Payee”, “Offerer,” “Contractor” and“Vendor”). If a Respondent is a manufacturer, its certified dealers and resellers may also furnishproducts under the Contract; in choosing to do so, the dealers and resellers agree to honor theContract and the term “contractor” shall be deemed to refer to them. Unless awarded the

2

Contract as a direct Respondent, however, dealers and resellers are not parties to the Contract, and the Respondent that certifies them shall be responsible for their actions and omissions.

l. University – Florida State University, Florida State University Board of Trustees is a publicbody corporate of the State of Florida.

III. INITIAL CONTRACT PERIOD AND RENEWAL OPTIONThe contract term is anticipated to be from the date of the executed purchase order until the completion ofrequested repairs. Any and all renewals are subject to satisfactory performance evaluations by FSU andmust be executed in advance by written instrument agreed to by both parties. All terms and conditions ofthe original agreement will remain in force for the renewal period

IV. SOLE POINT OF CONTACT

Veronica ClineFacilities Purchasing969 Learning Way, Rm. 102ATallahassee, FL 32306-2370Phone: 850-644-7639Email: [email protected]

Preliminary questions relative to the ITB document and/or process must be submitted in advance by email to the FSU sole point of contact no later than the day and time shown in the Calendar of Events as the last day to submit questions. FSU may respond to questions via an addendum that will be posted to the Facilities Purchasing website. At all times it shall remain the responsibility of the Respondent participating in the ITB to check the website for postings of addenda, notices or award decisions. No further notice will be given.

Only those communications that are in writing from Procurement Services shall be considered as a duly authorized expression on behalf of FSU. Respondents may not consider any verbal instructions as an official expression on FSU’s behalf. QUESTIONS DIRECTED TO, OR ANY RESPONSES RECEIVED FROM ANY OTHER DEPARTMENT, PERSON, AGENT, OR REPRESENTATIVE OF FSU WILL NOT BE CONSIDERED VALID OR BINDING. Also, FSU will recognize only communications from Respondents that are signed and in writing as duly authorized expressions on behalf of the Respondent.

Respondents to this ITB or persons acting on their behalf shall not contact any employee or officer of FSU, Board of Trustees, or a University Direct Support Organization concerning any aspect of this ITB, except in writing to the Sole Point of Contact or Chief Procurement Officer or as provided in this ITB document, from the date of release of this ITB through the end of the 72-hour period following FSU’s posting of the notice of intended award, in accordance with Board of Governors (BOG) Regulation 18.002. Violation of this provision may be grounds for rejecting a response. If there are any changes or additions to the sole point of contact information at any time in the process, participating companies will be notified via an addendum to the ITB.

V. CALENDAR OF EVENTS

Task Date FSU Issues ITB 8/24/2017 @ 5:00pm Pre-Bid Meeting & Site Visit 8/30/2017 @ 10:00am ** (CST) Written Questions from Respondents 9/1/2017 @ 5:00pm FSU Issues Answers to Questions via addendum 9/6/2017 @ 5:00pm

3

Written Bid Responses Due from Respondents 9/12/2017 @ 2:00pm FSU Posts Intent to Award on or about 9/15/2017 @ 11:00am

**All times are Eastern Standard Time Unless Noted Unless otherwise revised by a subsequent addendum to this ITB, the dates and times by which stated actions should be taken or completed are listed above. If FSU determines, in its sole discretion, that it is necessary to change any of these dates and times, it will issue an Addendum to the ITB and issue a Notice of Addendum on the Procurement Services website. All times listed are Eastern Standard Time (EST). It is the Respondent’s responsibility to check the Procurement Services website for any updates or addendums to this ITB.

VI. SPECIFICATIONS

The work for this project includes erosion control fencing and inlet protection, construction fence, tree root pruning, tree removal, tree limb pruning and site preparation/grubbing for sidewalk, court and storm water pond. The work also includes minor grading for the basketball court and sidewalks, concrete sidewalks, handicap signs and paint, a post-tensioned concrete basketball court slab, root barriers along the court perimeter, grading for stormwater pond, grading for court, grading for sidewalks and Bahia sod for final stabilization. The work also includes a 10’ vinyl clad chain link fence, pedestrian gates, maintenance gate, side walk benches, basketball goals, volleyball poles & Sleeves for removal, volleyball net, trash receptacle, and Acrytech acrylic surface and sealer (or approved equal) for the court surface and court markings. The work will also include lighting poles, lighting fixtures, lighting conduit, lighting controls, and the lighting and elements necessary to connect to the existing electrical system.

Additional item #1: Conduit for pedestrian lighting

Additional item #2: Pedestrian lighting fixtures and poles

See attached construction documents.

FSU May: • Reject any and all bids or any part thereof, to waive informalities, and to make single or

multiple awards. Incomplete bids may not be considered in the evaluation. • Reserve the right to inspect and investigate thoroughly the establishment, facilities,

equipment, business reputation and other qualifications of the Respondent(s) and any subcontractors and to reject any bid irrespective of pricing and financial terms if it is determined that the Respondent is deficient in any of the essentials necessary to assure acceptable standards of performance in the services of this ITB.

• Reserve the right to refrain from notifying the unsuccessful Respondent(s) that their bids have not been awarded by FSU until after FSU has entered into a binding agreement with the successful Respondent(s).

• Reserve the right to ask for clarifications of a bid response. FSU Will:

• Reject bids not received by the written bid due date/time required by the ITB. • Reject any bid that fails to meet mandatory specifications (i.e. functional, cost or contractual

requirements) stated in the ITB.

4

VII. Formatting

a. Response Format

1. Submit one (1) original and 2 copies of the bid in hard copy form. Submit one electronic copy of the bid on a flash drive, preferably in Word®, Excel®, or PDF format. The original response shall contain the original manual signature of the authorized person signing the bid, and the electronic copy of the bid. Failure to include the original bid response and all signed copies may be grounds for rejection of your bid without further evaluation.

2. Each Respondent’s bid response shall include the information and required submittals described and as requested in the ITB.

3. Questions and requests for information may not be rearranged, regrouped, or divided in any way.

4. All information and required submittals requested SHALL BE in hardcopy and included in your written bid response. Responses shall not refer FSU to electronic media such as websites, CD’s, disks, or tapes in order to obtain the required information or submittals.

5. Information submitted that is not requested by FSU may be considered to be supplemental, not subject to evaluation.

6. If there is any information or required submittals which due to size or binding cannot be incorporated, the Respondent must provide information, telling the Sole Point of Contact where the information can be found in the response.

7. The Addenda Acknowledgement form shall be signed by a company representative, dated and returned to FSU by the date specified in Section V. for the bid due date/time. Failure to return an Addenda Acknowledgement form issued for this ITB may be grounds for rejection of the bid response.

Note: If Respondent’s bid deviates from these instructions, such bid may, at FSU’s sole discretion, be REJECTED. Note: Any award hereunder is subject to the provisions of Chapter 112, F.S. All Respondents must disclose with their bid the name of any officer, or agent who is also an employee of the State of Florida, or any of its agencies. Further, all Respondents must disclose the name of any State employee who owns, directly or indirectly, an interest of five (5) percent or more in the Respondent’s firm or any of its branches. Effective Period of Bids. Under this ITB, Bidder responses shall remain firm for a period of no less than ninety (90) days following the closing date, in order to allow time for evaluation, approval, and award of the purchase order/contract. Any bidder who does not agree to this condition shall specifically communicate in its bid response such disagreement to the University, along with any proposed alternatives. This University may accept or reject such proposed alternatives without further notification or explanation.

Mistakes/Errors. Respondents are expected to examine the specifications, delivery schedule and all instructions pertaining to supplies and services. Failure to do so will be at Respondent’s risk. In case of a mistake in extension, the unit price will govern.

5

Condition and Packaging. It is understood and agreed that any item offered or shipped as a result of this ITB shall be new, or a current standard production model available at the time of this response. All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging.

Discounts. A cash discount for prompt pay may be offered. However, such discounts shall not be considered in determining the lowest net cost for response evaluation purposes. Discounts will be computed from the date of satisfactory delivery at place of acceptance or from receipt of a correct invoice at the office specified, whichever is later. Respondents are encouraged to reflect cash discounts in the unit prices proposed.

Taxes. FSU, as an agency of the State of Florida, is entitled to the benefits of sovereign immunity including immunities from the payment of federal excise and state sales taxes on direct purchases of tangible personal property or services by the Respondent in the performance of the contracts with FSU.

a. The response submitted to this ITB should enumerate a lump sum fixed fee. b. Provide the number of hours anticipated to complete the scope of services. Include detail

as to various personnel who will be involved in the activities that will be completed during the engagement.

c. List any other categories of ancillary expenses that may be billed. Note: FSU will not

reimburse for travel, meals, or lodging expenses.

VIII. DELIVERY OF BIDS The original and number of copies specified above shall be mailed to the FSU Sole Point of Contact noted above. These copies must be received within Procurement Services no later than the date and time noted in the Calendar of Events. Emailed and faxed copies are not acceptable and shall be considered as an invalid response. Note: Delivery to any other point on, or off campus is NOT acceptable and shall be grounds for rejection of the ITB.

a. All bid responses must contain the Competitive Solicitation Acknowledgement form with a manual signature (or a facsimile). Bids must be typed except for those areas where the ITB specifically allows hand written entries. If submitted by mail, do not include more than one response in a sealed envelope or package. The face of the envelope or package shall contain the Procurement Services address as provided in this ITB, the date and time of the bid opening and the ITB number. Bids submitted on any attached response form or in another specified media may be rejected. Any manual changes made to a ITB price must be initialed. All bids are subject to the conditions specified herein. Any response that does not comply with these conditions will be rejected.

b. DO NOT ALTER THIS ITB document IN ANY WAY. The only acceptable changes or alterations to this ITB will be made in the form of addenda and issued only by FSU Procurement Services.

c. Only fully capable and responsible companies or individuals, who are in good standing with the

State of Florida and FSU, who can demonstrate the ability to fulfill all specifications, and that possess the financial capability, experience, and personnel resources to provide all goods and services of the scope and breadth described in this ITB should respond.

6

d. The Respondent submitting the bid warrants that, to the best of their knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish its ability to satisfy Contract obligations, should a contract be awarded.

e. No Bid Submitted. If not submitting a response to this ITB, respond by returning only the ITB

Competitive Solicitation Acknowledgement Form with the statement “NO RESPONSE” written on it and a brief explanation in the space provided on that form. Failure to respond to an ITB by not returning a response or this acknowledgement form may result in removal of your company from the FSU’s ITB bidder database.

f. Delivery Deadline. The absolute deadline for receipt of sealed responses is listed in Section

V. The clock in the lobby of Procurement Services shall be the official timepiece for determining if a response has been received at the correct time. FSU is not responsible for lost, misdirected or mis-delivered, or late bid packages for Respondent(s) using delivery services/carriers (i.e. USPS, FedEx, DHL, UPS, etc.).

g. Samples. Samples of items, when called for, must be furnished free of expense, and if not destroyed, may, upon request, be returned at the Respondent’s expense. Each individual sample must be labeled with Respondent’s name, manufacturer’s brand name and number, ITB number and item reference. A request for return of samples shall be accompanied by instructions which include shipping authorization and name of carrier and must be received with your bid. If instructions are not received within this time, the samples shall be disposed of by FSU.

h. Disqualification of Respondent. Only one bid response from an individual, firm, partnership,

corporation or association under the same or different names will be considered. Reasonable grounds for believing that a Respondent is involved in more than one bid response for the same ITB will be cause for rejection of the highest bid response in which such Respondents are believed to be involved. Any or all bids will be rejected if there is reason to believe that collusion exists between Respondents. Bids in which the prices obviously are unbalanced will be subject to rejection.

i. Bid Materials. The materials submitted in response to this ITB become the property of FSU

upon delivery to Procurement Services.

Important Note Regarding Written Bid Response The determination of the companies selected will be based on evaluation of the written response submitted. Any response that does not provide complete, accurate, and detailed answers to each question or which indicates the company prefers to defer providing complete details until a later stage in the process, may be declared non-responsive and rejected without further evaluation or consideration. IX. RESPONSIVENESS AND RESPONSIBILITY DETERMINATION

Responsiveness Determination A bid response that is considered responsive is one that conforms to all essential requirements and satisfies all mandatory conditions set forth in the ITB specifications. Essential requirements and mandatory conditions can include required qualifications, necessary company resources and experience, pre-qualification requirements, and required certifications, and various other required or mandatory specifications. Section 287.012(25) F.S. defines a “responsive bid, responsive proposal, or responsive reply” as “a bid, proposal, or reply submitted by a responsive and responsible vendor that conforms in all material respects to the solicitation.” Section 287.012(26) F.S. defines a “responsive vendor” as “a vendor that has submitted a bid, proposal, or reply that conforms in all material respects to the solicitation.”

7

Responsibility Determination A Respondent is responsible if it can perform the contract as promised. Thus, the concept of responsibility focuses on the Respondent’s trustworthiness, quality, fitness and capacity to satisfactorily perform. Determining whether a Respondent is responsible can include evaluation of the following: financial resources, performance schedule, performance record, organization and skills, equipment and facilities, and various other matters relating to the ability of a Respondent to perform the contract. Section 287.012(24) F.S. defines a “responsible vendor” as “a vendor who has the capability in all respects to fully perform the contract requirements and the integrity and reliability that will assure good faith performance.”

X. MANUFACTURER’S NAMES, APPROVED EQUIVALENTS, BEST VALUES, OR SOLUTIONS

Any manufacturers’ names, trade names, brand names, or catalog numbers used in the specifications are there for the purpose of establishing and describing general performance and quality levels. Such references are not intended to be restrictive and responses are invited on comparable brands or products of any manufacturer. The Respondent may propose any equivalent brand or product that meets or exceeds the specifications for an item(s). However, a Respondent shall not be allowed to bid more than one brand or equivalent products on any one item. It is the Respondent’s responsibility to select the single equivalent brand or product that his/her firm sells which meets all specifications and is the lowest in cost. If a Respondent bids more than one equivalent brand or product on an item, only the equivalent brand or product bidding the lowest response shall be considered. If a bid is based on an equivalent brand or product the manufacturer’s name and number must be indicated on the response form. Respondent shall submit with the bid, cuts, sketches, and descriptive literature, and/or complete specifications. Reference to literature submitted with a previous bid will not satisfy this provision. The Respondent shall also explain in detail the reason(s) why the proposed equivalent will meet the specifications and not be considered an exception thereto. In addition, if a Respondent has more than one best value or solution for a ITB, they should base their bid response on the best value or solution that meets FSU’s requirements in the written ITB process. FSU reserves the right to determine acceptance of item(s) as an approved equivalent or best values and solutions. Bids which do not comply with these requirements are subject to rejection. Bids lacking any written indication of intent to bid an alternative brand will be received and considered incomplete of compliance with the specifications as listed on the ITB document. The Sole Point of Contact in Procurement Services is to be notified of any proposed changes in (a) materials used, (b) manufacturing process, or (c) construction. However, changes shall not be binding upon FSU unless evidenced by an addendum issued by Procurement Services.

XI. INTERPRETATIONS

Respondents shall examine the ITB to determine if FSU’s requirements are clearly stated. If there are any requirements that are too vague or restrict competition, the Respondent may request, in writing, that the specifications be changed. A Respondent who requests changes in the specifications must identify and describe the Respondent’s difficulty in meeting FSU’s specifications; must provide detailed justification for the change, and must provide a recommended change in the specifications. Any questions concerning ITB conditions and specifications shall be directed in writing to the Sole Point of Contact for receipt by the date specified in the Calendar of Events. Inquires must reference the date of ITB opening and ITB number. No interpretation shall be considered binding unless provided in writing by the FSU in response to a request in full compliance with this provision. Oral or late requests will not be valid. A Respondent’s failure to request changes by the permissible date shall be considered an acceptance of FSU’s specifications and a waiver of the Respondent’s right to protest the ITB specifications. FSU reserves the right to determine which changes to the ITB shall be acceptable.

XII. NONCONFORMANCE TO BID CONDITIONS

Items may be tested and/or inspected for compliance with specifications by any appropriate testing facilities. Should the items fail testing, FSU may require the Respondents to reimburse FSU for all

8

costs incurred by FSU in connection with the examination. The data derived from any test for compliance with specifications are public records and open to examination thereto in accordance with Chapter 119, F.S. Items delivered not conforming to specifications may be rejected and returned at Respondent’s expense. Items delivered which do not comply with the ITB specification and items not delivered as per delivery date in the ITB and/or purchase order may result in Respondent being found in default. In which event, any and all reprocurement costs may be charged against the defaulting Respondent. Any violation of these stipulations may also result in Respondent’s name being removed from Procurement Services bidder distribution list.

XIII. ADDITIONS, DELETIONS, SUBSTUTIONS

Should FSU find it necessary to supplement, modify, correct, or interpret any portion of the ITB during the ITB period, such action shall be taken by issuance of a written Addendum to the documents distributed to all known prospective Respondents.

XIV. LEGAL REQUIREMENTS

Applicable provisions of all Federal, State, County, and local laws, and of all ordinances, rules and regulations shall govern development, submittal and evaluation of all bid responses received in response hereto and shall govern any response by FSU by and through its officers, employees, and authorized representatives, or any other person, natural or otherwise. Lack of knowledge by any Respondent shall not constitute a cognizable defense against the legal effect thereof.

XV. LOBBYING AND GRATUITIES

It shall be a breach of ethical standards for any employee of FSU or member of FSU Board of Trustees to accept, solicit, or agree to accept a gratuity of any kind, form or type in connection with this ITB or resulting contract for commodities or services. The Respondent shall not, in connection with this ITB or any other contract with FSU, directly or indirectly (1) offer, confer, or agree to confer any pecuniary benefit on anyone as consideration for any FSU officer or employee’s decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to anyone any gratuity for the benefit of, or at the direction or request of, any FSU officer or employee. For purposes of clause (2), “gratuity” means any payment of more than nominal monetary value in the form of cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, deposits of money, services, employment, or contracts of any kind. Respondents are prohibited from using funds provided under contract or PO for the purpose of lobbying the Legislature or any official, officer, commission, board, authority, council, committee, or department of the executive branch or the judicial branch of state government.

XVI. ADVERTISING

In submitting a bid, Respondent agrees not to use the results therefrom as a part of commercial advertisement.

XVII. PUBLIC INSPECTION

All material submitted and opened becomes subject to the Public Records Law set forth in Chapter 119 F.S. This includes material which the Respondent might consider to be confidential or a trade secret. Any claim of confidentiality is waived upon submission, effective after ITB opening pursuant to Section 119.07, F.S. In accordance with Florida Statutes, sealed bids received by FSU pursuant to a ITB are exempt from Chapter 119.07(1) and s. 24(a), Art. I of the State Constitution until such time as FSU provides notice of an intended decision or until 30 days after opening the ITB bids, whichever is earlier. If FSU rejects all bids submitted in response to an ITB and FSU concurrently provides notice of its intent to reissue the ITB, the rejected bids remain exempt from s. 119.07(1) and s. 24(a), Art. I of the State Constitution until such time as FSU provides notice of an intended decision concerning

9

the reissued ITB or until FSU withdraws the reissued ITB. A bid is not exempt for longer than 12 months after the initial notice rejecting all bids.

XVIII. COMPETITIVE SOLICITATION (ITB) TABULATION

An ITB Tabulation that serves as the “Notice of Intended Decision” will be posted for review by interested parties on the Procurement Services website (http://procurement.fsu.edu/CS Decisions) and will remain posted for a period of seventy-two (72) hours. Any person who is adversely effected by FSU decisions or intended decisions as detailed above in connection with this ITB, shall file a written “Notice of Protest” with the Director of Procurement Services. Failure to file a protest within the time prescribed in accordance with BOG Regulation 18.002 and FSU Regulation FSU-2.015, or failure to post the bond or other security as required in BOG Regulation 18.003, shall constitute a waiver of right to protest.

XIX. COVERAGE AND PARTICIPATION

With the consent and agreement of the successful Respondent, and pursuant to their own governing laws, purchases may be made under this ITB by other universities, governmental agencies or political subdivisions within the State of Florida pursuant to BOG Regulation 18.001. Other entity purchases are independent of the contract between entity and awarded Respondent, and FSU shall not be a party to any transaction between the awarded Respondent and any other purchaser.

XX. SPECIAL ACCOMMODATIONS

It is recommended that Respondent(s) arrive approx. one (1) hour before the start time of any scheduled mandatory or non-mandatory site visit. Attendees must follow all FSU parking regulations. If you have questions regarding where or how to park on campus, please contact FSU Parking Services at (850) 644-5278. Any person requiring special accommodations should contact Procurement Services at 850-644-6850 and ask for the Sole Point of Contact noted in the ITB.

XXI. ADDITIONAL QUANTITIES

Unless otherwise noted in the ITB document, for a period not exceeding ninety (90) days from the date of award of the bid by FSU, the right is reserved to acquire additional quantities up to the amount shown on the ITB, but not to exceed $75,000, at the prices listed on the bid response to this ITB. If additional quantities are not acceptable, the tabulation sheet must be noted “RESPONSE IS FOR SPECIFIED QUANTITY ONLY.”

XXII. CONFLICT BETWEEN DOCUMENTS

If any terms and conditions contained within the documents related to this ITB are in conflict with any other terms and conditions therein, then the various documents comprising this ITB, as applicable, shall govern in the following order of precedence: Change Order, Purchase Order, Addenda, ITB special Terms and Conditions, ITB Specifications, General Conditions of the ITB Acknowledgement form.

XXIII. PROPRIETARY OR CONFIDENTIAL INFORMATION.

If the Respondent needs to submit proprietary information with the bid, the Respondent shall ensure that it is enclosed in a separate envelope from the bid and that it is clearly designated and conspicuously labeled as such. Respondents who submit bids with information noted as proprietary or confidential may be asked to substantiate why the information is proprietary or is otherwise exempt from a public records request under Florida Law.

XXIV. PURCHASES OF TANGIBLE PERSONAL PROPERTY – PRICE PREFERENCES TO FLORIDA

VENDORS (Attachment A – ATTESTATION OF PRINCIPAL PLACE OF BUSINESS):

Awards of Invitations to Bid: For purchases of tangible personal property, the 2012 Florida legislature enacted economic development laws establishing certain conditions and circumstances

10

which, when applicable, require the granting of price preferences to businesses whose “principal place of business” is the State of Florida.

• Principal Place of Business Definition: Principal place of business is defined as location where a corporation’s officers direct, control, and coordinate the corporation's activities (known as the nerve center test). In most states, corporations must report their principal place of business to the Secretary of State.

• Personal Property: When the most advantageous bid, or the best value reply is submitted by a Respondent whose principal place of business is in a state or political subdivision outside the State of Florida, which grants a preference for the same purchase to a vendor in such state or political subdivision, as applicable, then FSU shall grant the same preference to the responsible and responsive Resident Vendor with the most advantageous bid received, or the best value reply received pursuant to an Invitation to Bid. With respect to Invitations to Bid, if the most advantageous bid or best value reply in that state does not grant a preference to companies having a principal place of business in that state, then no price preference will be granted. Personal Property Definition: “Personal Property” shall be defined as goods and commodities, but not real estate, intellectual property or services.

• IMPORTANT NOTICE: Pursuant to Board of Governors Regulation 18.001, Respondents whose principal place of business is outside the state of Florida must include, with their ITB response document, a written statement, signed by an attorney at law licensed to practice in the Respondent’s state (referred to as their "principal place of business" in the law), detailing geographical price preferences, if any or none, granted by the laws of that state or political subdivision.

• Note: The Respondent’s principal place of business, as represented by the Respondent in its bid response, may be relied upon by FSU without further inquiry. If FSU determines that a Respondent has misrepresented its principal place of business, the Respondent’s bid or reply shall be rejected.

XXV. CERTIFICATION OF ITB

Respondent agrees to be bound by the content of this bid and agrees to comply with the terms, conditions and provisions of the referenced ITB and any addenda thereto in the event of any award. Exceptions are to be noted as stated in the ITB. By signature on the Competitive Solicitation Acknowledgement form, the Respondent certifies that (1) bid did not involve collusion or other anti-competitive practices, (2) Respondent has not given, offered to give, nor intends to give at any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, or service to a public servant in connection with the submitted bid, (3) Respondent certifies there is no employee of FSU, or whose relative has, a substantial interest in any Agreement subsequent to this ITB, (4) Respondent certifies they are not currently debarred, or suspended or proposed for debarment by any federal entity and agrees to notify FSU of any change in this status, should one occur, until such time as an award has been made under this procurement action and (5) Respondent certifies review of the ITB in its entirety and understands the terms and conditions contained herein and referenced below.

FSU’s standard Insurance requirements: http://procurement.fsu.edu/sites/default/files/media/doc/StandardInsuranceProvisions.pdf

FSU’s standard Purchase Order Terms and Conditions: http://procurement.fsu.edu/sites/default/files/media/doc/Standard Terms and Conditions.pdf The Federal Acquisition Regulations for federally funded contracts: http://procurement.fsu.edu/sites/default/files/media/doc/FederalAcquisitionRegulations.pdf

11

ATTACHMENT A

ATTESTATION OF PRINCIPAL PLACE OF BUSINESS (To be completed by each Respondent)

ITB Number ______________________________ Business Name _______________________________________________________________________________________ Identify the state in which the Respondent has its principal place of business________________________________________ Signature of Respondent representative authorized to attest to the accuracy of all information_______________________________ Typed or printed name of above signatory __________________________ Title: ________________________________________ INSTRUCTIONS: IF your principal place of business above is located within the State of Florida, provide the information as indicated above and return this form with your bid response. No further action is required, however, falsely claiming Florida as your principle place of business, even unintentionally, may cause your bid to be deemed non-responsive and eliminated from further evaluation. IF your principal place of business is outside of the State of Florida, the following must be completed by an attorney and returned with your bid response. Failure to comply may cause your bid to be deemed non-responsive and eliminated from further evaluation.

OPINION OF OUT-OF-STATE RESPONDENT ATTORNEY ON PREFERENCES (To be completed by the Attorney for an Out-of-State Respondent)

NOTICE: FSU Regulation FSU-2.015, provides that “a vendor whose principal place of business is outside this state must accompany any written bid, proposal, or reply documents with a written opinion of an attorney at law licensed to practice law in that foreign state, as to the preferences, if any or none, granted by the law of that state [or political subdivision thereof] to its own business entities whose principal places of business are in that foreign state in the letting of any or all public contracts.”

LEGAL OPINION ABOUT STATE PREFERENCES (Please Select One)

______ The Respondent’s principal place of business is in the State of ________________ and it is my legal opinion that the laws of that state do not grant a preference in the letting of any or all public contracts to business entities whose principal places of business are in that state. ______ The Respondent’s principal place of business is in the State of ________________ and it is my legal opinion that the laws of that state grant the following preference(s) in the letting of any or all public contracts to business entities whose principal places of business are in that state: [Please describe applicable preference(s) and identify applicable state law(s)]:

12

LEGAL OPINION ABOUT POLITICAL SUBDIVISION PREFERENCES (Please Select One)

______The Respondent’s principal place of business is in the political subdivision of ________________ and it is my legal opinion that the laws of that political subdivision do not grant a preference in the letting of any or all public contracts to business entities whose principal places of business are in that political subdivision. ______ The Respondent’s principal place of business is in the political subdivision of ________________ and it is my legal opinion that the laws of that political subdivision grant the following preference(s) in the letting of any or all public contracts to business entities whose principal places of business are in that political subdivision: [Please describe applicable preference(s) and identify applicable authority granting the preference(s)]: ______ ______ ______ Signature of out-of-state Respondent’s attorney______________________________________________ Printed name of out-of-state Respondent’s attorney___________________________________________ Address of out-of-state Respondent’s attorney_______________________________________________ Telephone number of out-of-state Respondent’s attorney (_____) _____ - _________ Email address of out-of-state Respondent’s attorney__________________________________________ Attorney’s state of bar admission__________________________________________________________

DR

MP

Ce

rtifica

te

o

f A

uthorization N

o. 2648

14

35

E

ast P

ie

dm

on

t D

rive

, S

uite 210

T

alla

ha

sse

e, F

lorida 32308

Ph

on

e:8

50

.5

62

.9

60

0 W

WW

.D

RM

P.C

OM

EN

GIN

EE

RS

● S

UR

VE

YO

RS

● P

LA

NN

ER

S

● S

CIE

NT

IS

TS

JULY, 2017

AS SHOWN

16-0071.02

BA

SK

ET

BA

LL C

OU

RT

FLO

RID

A S

TA

TE

UN

IV

ER

SIT

Y

PA

NA

MA

C

IT

Y, F

LO

RID

A

CVR

CO

VE

R S

HE

ET

DRMP INC.

PREPARED BY

BASKETBALL COURT

FLORIDA STATE UNIVERSITYPANAMA CITY CAMPUS

CONSTRUCTION DOCUMENTS

BAY COUNTY FLORIDA

INDEX:

CVR COVER SHEET

1.0 GENERAL NOTES

2.0 EXISTING CONDITIONS

3.0 DEMOLITION & EROSION CONTROL PLAN

4.0 SITE PLAN

5.0 GRADING/UTILITY PLAN

6.0 DETAILS

E1.1 ELECTRICAL SITE PLAN

E2.1 ELECTRICAL DETAILS

DRMP JOB NUMBER 16-071.002

REVISION DATE: 05.16.2017

Civil Engineer / Landscape Architect:

DRMP, INC.

2882 Remington Green Circle

Tallahassee, Florida 32308

PHONE: (850) 562-9600

FAX: (850) 575-5544

e-mail: [email protected]

FL CA 2648

Surveyor:

DRMP, INC.

1096 Highway 90

CHIPLEY, FL 32428

PHONE: (850) 638-1086

JULY, 2017

PROJECT

LOCATION

LOCATION MAP

✩ ✩ ✩

AutoCAD SHX Text
DRAWING:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
NO.
AutoCAD SHX Text
DATE
AutoCAD SHX Text
BY
AutoCAD SHX Text
DO NOT SCALE THIS DRAWING - DIMENSIONS AND NOTES TAKE PREFERENCE
AutoCAD SHX Text
R E V I S I O N S
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DESIGNED BY
AutoCAD SHX Text
DRAWN BY
AutoCAD SHX Text
CHECKED BY
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
PROJECT NO.:
AutoCAD SHX Text
APPROVED BY
AutoCAD SHX Text
MAJOR BRANNEN, P.E.
AutoCAD SHX Text
Florida Engineer # 82449
AutoCAD SHX Text
MHB
AutoCAD SHX Text
MHB
AutoCAD SHX Text
JMM
AutoCAD SHX Text
BRL
AutoCAD SHX Text
BRL
AutoCAD SHX Text
5
AutoCAD SHX Text
8
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
T
AutoCAD SHX Text
VIRES
AutoCAD SHX Text
S
AutoCAD SHX Text
R
AutoCAD SHX Text
L
AutoCAD SHX Text
F
AutoCAD SHX Text
O
AutoCAD SHX Text
D
AutoCAD SHX Text
I
AutoCAD SHX Text
A
AutoCAD SHX Text
N
AutoCAD SHX Text
U
AutoCAD SHX Text
I
AutoCAD SHX Text
ARTES
AutoCAD SHX Text
MORES
AutoCAD SHX Text
S
AutoCAD SHX Text
T
AutoCAD SHX Text
Y
AutoCAD SHX Text
I
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
V
AutoCAD SHX Text
E
AutoCAD SHX Text
T
AutoCAD SHX Text
A
AutoCAD SHX Text
5
AutoCAD SHX Text
8
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
T
AutoCAD SHX Text
VIRES
AutoCAD SHX Text
S
AutoCAD SHX Text
R
AutoCAD SHX Text
L
AutoCAD SHX Text
F
AutoCAD SHX Text
O
AutoCAD SHX Text
D
AutoCAD SHX Text
I
AutoCAD SHX Text
A
AutoCAD SHX Text
N
AutoCAD SHX Text
U
AutoCAD SHX Text
I
AutoCAD SHX Text
ARTES
AutoCAD SHX Text
MORES
AutoCAD SHX Text
S
AutoCAD SHX Text
T
AutoCAD SHX Text
Y
AutoCAD SHX Text
I
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
V
AutoCAD SHX Text
E
AutoCAD SHX Text
T
AutoCAD SHX Text
A
AutoCAD SHX Text
Certificate of Authorization 2648
AutoCAD SHX Text
STATE OF
AutoCAD SHX Text
P
AutoCAD SHX Text
R
AutoCAD SHX Text
O
AutoCAD SHX Text
F
AutoCAD SHX Text
E
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
I
AutoCAD SHX Text
O
AutoCAD SHX Text
N
AutoCAD SHX Text
A
AutoCAD SHX Text
L
AutoCAD SHX Text
E
AutoCAD SHX Text
N
AutoCAD SHX Text
G
AutoCAD SHX Text
I
AutoCAD SHX Text
N
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
M
AutoCAD SHX Text
A
AutoCAD SHX Text
J
AutoCAD SHX Text
O
AutoCAD SHX Text
R
AutoCAD SHX Text
H
AutoCAD SHX Text
.
AutoCAD SHX Text
B
AutoCAD SHX Text
R
AutoCAD SHX Text
A
AutoCAD SHX Text
N
AutoCAD SHX Text
E
AutoCAD SHX Text
N
AutoCAD SHX Text
No. 82449
AutoCAD SHX Text
N
AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
O
AutoCAD SHX Text
O
AutoCAD SHX Text
R
AutoCAD SHX Text
I
AutoCAD SHX Text
I
AutoCAD SHX Text
I
AutoCAD SHX Text
D
AutoCAD SHX Text
A
AutoCAD SHX Text
I
AutoCAD SHX Text
C
AutoCAD SHX Text
E
AutoCAD SHX Text
N
AutoCAD SHX Text
S
AutoCAD SHX Text
E
AutoCAD SHX Text
L

DR

MP

Ce

rtifica

te

o

f A

uthorization N

o. 2648

14

35

E

ast P

ie

dm

on

t D

rive

, S

uite 210

T

alla

ha

sse

e, F

lorida 32308

Ph

on

e:8

50

.5

62

.9

60

0 W

WW

.D

RM

P.C

OM

EN

GIN

EE

RS

● S

UR

VE

YO

RS

● P

LA

NN

ER

S

● S

CIE

NT

IS

TS

JULY, 2017

AS SHOWN

16-0071.02

BA

SK

ET

BA

LL C

OU

RT

FLO

RID

A S

TA

TE

UN

IV

ER

SIT

Y

PA

NA

MA

C

IT

Y, F

LO

RID

A

1.0

GE

NE

RA

L N

OT

ES

GENERAL NOTES:

1. UNLESS OTHERWISE SPECIFIED, ALL WORK SHALL BE PERFORMED CONSISTENT WITH THE FOLLOWING SPECIFICATIONS:

-FLORIDA STATE UNIVERSITY

-FLORIDA BUILDING CODE 2014

2. THIS DESIGN HAS BEEN BASED UPON TOPOGRAPHICAL FIELD SURVEY BY DRMP, INC. 04.17.17.

3. CONTRACTOR SHALL FAMILIARIZE HIMSELF WITH THE SITE, INCLUDING ALL SURFACE AND SUB-SURFACE CONDITIONS, THE WORK REQUIRED

AND ALL OTHER CONDITIONS THAT MAY EFFECT THE SUCCESSFUL COMPLETION OF THE JOB PRIOR TO COMMENCEMENT OF WORK.

4. THE CONTRACTOR SHALL GIVE ALL NOTICES AND COMPLY WITH ALL LAWS, ORDINANCES, RULES, REGULATIONS AND PERMIT CONDITIONS

BEARING ON THE CONDUCT OF THE WORK, AS DRAWN AND SPECIFIED. IF THE CONTRACTOR OBSERVES THAT THE DRAWINGS AND

SPECIFICATIONS ARE AT VARIANCE THEREWITH, HE SHALL PROMPTLY NOTIFY THE ENGINEER, IN WRITING, AND ANY NECESSARY CHANGES

SHALL BE ADJUSTED, AS PROVIDED IN THE AGREEMENT FOR CHANGES IN THE WORK.

5. THE CONTRACTOR SHALL BE RESPONSIBLE TO THE OWNER AND THE ENGINEER FOR THE ACTS AND OMISSIONS OF CONTRACTOR'S

EMPLOYEES AND ALL HIS SUBCONTRACTORS AND THEIR AGENTS AND EMPLOYEES AND OTHER PERSONS PERFORMING ANY OF THE WORK

UNDER A CONTRACT WITH THE CONTRACTOR.

6. THE CONTRACTOR SHALL BE RESPONSIBLE FOR MAKING ALL NECESSARY ARRANGEMENTS WITH GOVERNMENTAL DEPARTMENTS, PUBLIC

UTILITIES, PUBLIC CARRIERS, SERVICE COMPANIES, AND CORPORATIONS OWNING OR CONTROLLING ROADWAYS, RAILWAYS, WATER,

SEWER, GAS, ELECTRICAL, TELEPHONE, AND TELEGRAPH FACILITIES SUCH AS PAVEMENTS, TRACKS, PIPING, WIRES, CABLES, CONDUITS,

POLES, GUYS, OR OTHER SIMILAR FACILITIES, INCLUDING INCIDENTAL STRUCTURES CONNECTED THEREWITH THAT ARE ENCOUNTERED IN

THE WORK IN ORDER THAT SUCH ITEMS MAY BE PROPERLY SUPPORTED, PROTECTED OR LOCATED.

7. UNLESS OTHERWISE SPECIFIED IN THE GENERAL CONDITIONS, ALL CONSTRUCTION IS TO BE GOVERNED BY THE PLANS, APPLICABLE

PERMITS, AND SPECIFICATIONS HEREIN, AND ALL APPLICABLE FEDERAL, STATE AND LOCAL BUILDING AND SAFETY CODES, LAWS AND

ORDINANCES.

8. PRIOR TO PERFORMING ANY WORK WITHIN ANY PUBLIC OR UTILITY RIGHT-OF-WAY, CONTRACTOR SHALL OBTAIN AUTHORIZATION AND

PERMIT FROM JURISDICTION RESPONSIBLE FOR SUCH RIGHT-OF-WAY. IN ADDITION, CONTRACTOR SHALL OBTAIN GAS I.D. NUMBER FROM

LOCAL GAS COMPANY AND NOTIFY UNDERGROUND UTILITIES, NOTIFICATION CENTER AT 1-800-432-4770 AT LEAST 72 HOURS PRIOR TO START

OF WORK.

9. PRIOR TO PERFORMING ANY WORK WITHIN ANY PUBLIC RIGHT-OF-WAY, CONTRACTOR SHALL DEVELOP AND IMPLEMENT A TRAFFIC CONTROL

PLAN CONSISTENT WITH THE "MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES" PUBLISHED BY THE U.S. DEPARTMENT OF

TRANSPORTATION, FEDERAL HIGHWAY ADMINISTRATION.

10. IN THE EVENT THE CONTRACTOR DISCOVERS ANY ERRORS OR OMISSIONS IN THE PLANS HE SHALL IMMEDIATELY NOTIFY THE OWNER OR

OWNER'S AGENT.

11. CONTRACTOR SHALL PRESERVE AND PROTECT ALL PERMANENT REFERENCE MONUMENTS, PERMANENT CONTROL POINTS, PERMANENT

BENCH MARKS AND PROPERTY CORNERS. IN THE EVENT THE MONUMENTS, POINTS OR MARKERS ARE DISTURBED THE CONTRACTOR SHALL

EMPLOY A FLORIDA REGISTERED LAND SURVEYOR TO RESET OR REPLACE THEM.

12. THE OWNER, OWNER'S AGENT AND INSPECTORS OF APPLICABLE GOVERNMENT JURISDICTIONS, SHALL AT ALL TIMES HAVE ACCESS TO THE

WORK WHEREVER AND WHENEVER IT IS IN PREPARATION OR PROGRESS; AND THE CONTRACTOR SHALL PROVIDE PROPER FACILITIES FOR

SUCH ACCESS AND FOR THE INSPECTION.

13. IT IS THE CONTRACTOR'S RESPONSIBILITY TO TAKE ALL REASONABLE AND PRUDENT PRECAUTIONS TO INSURE THAT ALL COMPLETED WORK,

MATERIALS AND EQUIPMENT STORED ON SITE ARE SAFE AND SECURED FROM UNAUTHORIZED ACCESS OR USE. SUCH PRECAUTIONS MAY

INCLUDE INSTALLATION OF SIGNS, FENCES, OR POSTING OF SECURITY GUARDS.

14. CONTRACTOR SHALL, AT ALL TIMES, UTILIZE ALL NORMALLY ACCEPTED AND REASONABLY EXPECTED SAFETY PRACTICES AND COMPLY WITH

ALL FEDERAL, STATE AND LOCAL REGULATIONS, ORDINANCES AND GUIDELINES PERTAINING TO SAFE UTILIZATION OF EQUIPMENT OR

MATERIALS AS PUBLISHED BY MANUFACTURER.

15. PRIOR TO INITIATING ANY EXCAVATION (INCLUDING BUT NOT LIMITED TO TUNNELS, DITCHES, STORMWATER PONDS, CANALS, ARTIFICIAL

LAKES) CONTRACTOR SHALL INSTALL FENCES AND TAKE ALL OTHER REASONABLE AND PRUDENT STEPS TO INSURE THAT ACCESS TO

EXCAVATION BY UNAUTHORIZED PERSONNEL IS PREVENTED.

16. CONTRACTOR SHALL COMPLY IN EVERY RESPECT WITH THE PROVISIONS OF THE FLORIDA STATE TRENCH SAFETY ACT.

17.1. THE CONTRACTOR SHALL TAKE ALL REASONABLE PRECAUTIONS FOR THE SAFETY OF, AND SHALL PROVIDE ALL REASONABLE PROTECTION

TO PREVENT DAMAGE, INJURY OR LOSS TO:

A. ALL EMPLOYEES ON THE WORK AND ALL OTHER PERSONS WHO MAY BE AFFECTED THEREBY;

B. ALL THE WORK AND ALL MATERIALS AND EQUIPMENT TO BE INCORPORATED THEREIN, WHETHER IN STORAGE ON OR OFF THE SITE,

UNDER THE CARE, CUSTODY OR CONTROL OF THE CONTRACTOR OR ANY OF ITS SUBCONTRACTORS; AND

C. OTHER PROPERTY AT THE SITE OR ADJACENT THERETO, INCLUDING TREES, SHRUBS, LAWNS, WALKS, PAVEMENTS, ROADWAY,

STRUCTURES AND UTILITIES NOT DESIGNATED FOR DEMOLITION IN THE COURSE OF CONSTRUCTION.

17.1. THE CONTRACTOR SHALL COMPLY WITH ALL APPLICABLE SAFETY CODES AND WITH ALL APPLICABLE LAWS, ORDINANCES, RULES,

REGULATIONS AND LAWFUL ORDERS OF ANY PUBLIC, QUASI PUBLIC OR OTHER AUTHORITY HAVING JURISDICTION FOR THE SAFETY OF

PERSONS OR PROPERTY OR FOR THEIR PROTECTION AGAINST DAMAGE, INJURY OR LOSS, OR DESIGNED TO PROTECT THE ENVIRONMENT.

THE CONTRACTOR SHALL ERECT AND MAINTAIN, AS REQUIRED BY EXISTING CONDITIONS AND PROGRESS OF THE WORK, ALL REASONABLE

SAFEGUARDS FOR SAFETY AND PROTECTION, INCLUDING POSTING DANGER SIGNS AND OTHER WARNINGS AGAINST HAZARDS,

PROMULGATING SAFETY REGULATIONS AND NOTIFYING OWNERS AND USERS OF ADJACENT UTILITIES OF THE EXISTENCE OF HAZARDS AND

OF THE SAFETY REGULATIONS.

17.3. ALL DAMAGE OR LOSS TO ANY PROPERTY REFERRED TO IN CLAUSES 17.1(B) AND 17.1(C) CAUSED IN WHOLE OR IN PART BY THE

CONTRACTOR, A SUBCONTRACTOR, OR BY ANYONE FOR WHOSE ACTS ANY OF THEM MAY BE LIABLE, SHALL BE REMEDIED BY THE

CONTRACTOR, EXCEPT DAMAGE OR LOSS PROPERLY ATTRIBUTABLE SOLELY TO THE ACTS OR OMISSIONS OF THE OWNER, OR THE

ENGINEER OR ANYONE EMPLOYED BY THEM, OR FOR WHOSE ACTS ANY OF THEM MAY BE LIABLE, AND NOT PROPERLY ATTRIBUTABLE IN

WHOLE OR IN PART, TO THE FAULT OR NEGLIGENCE OF THE CONTRACTOR.

17.4. UNTIL FINAL ACCEPTANCE OF THE WORK BY OWNER, THE CONTRACTOR SHALL HAVE THE CHARGE AND CARE OF AND SHALL BEAR THE RISK

OF INJURY OR DAMAGE, LOSS OR EXPENSE TO ANY PART THEREOF, OR TO ANY MATERIALS STORED ON SITE, BY THE ACTION OF THE

ELEMENTS OR FROM ANY OTHER CAUSE WHETHER ARISING FROM THE EXECUTION OR NON-EXECUTION OF THE WORK. THE CONTRACTOR

SHALL REBUILD, REPAIR, RESTORE AND MAKE GOOD ALL INJURIES OR DAMAGES TO ANY PORTION OF THE WORK OCCASIONED BY ANY OF

THE ABOVE CAUSES BEFORE FINAL ACCEPTANCE AND SHALL BEAR THE EXPENSES THEREOF.

17.5. THE CONTRACTOR SHALL NOT LOAD OR PERMIT ANY PART OF THE WORK TO BE LOADED SO AS TO ENDANGER ITS SAFETY. NO LOAD SHALL

BE PLACED ON A ROOF WITHOUT THE APPROVAL OF THE OWNER OR ENGINEER.

17.6. THOSE PARTS OF WORK IN PLACE WHICH ARE SUBJECT TO DAMAGE BECAUSE OF OPERATIONS BEING CARRIED ON ADJACENT THERETO

SHALL BE COVERED, BOARDED UP OR SUBSTANTIALLY ENCLOSED WITH ADEQUATE PROTECTION BY THE CONTRACTOR AT CONTRACTOR'S

EXPENSE.

17.7. PERMANENT OPENINGS USED AS THOROUGHFARES FOR THE INTRODUCTION OF WORK AND MATERIALS TO THE STRUCTURE SHALL HAVE

HEADS, JAMBS AND SILLS WELL BLOCKED AND BOARDED BY THE CONTRACTOR. OWNER RETAINS THE AUTHORITY, BUT ASSUMES NO DUTY,

TO ESTABLISH STANDARDS OF PROTECTION, AND TO REVIEW THE EFFICIENCY OF PROTECTIVE MEASURES TAKEN BY THE CONTRACTOR.

17.8. ADEQUATE TRAFFIC CONTROL, BARRICADES AND FLAGMAN SERVICES SHALL BE FURNISHED AND MAINTAINED BY THE CONTRACTOR AT ALL

POINTS WHERE CONVEYING EQUIPMENT ENGAGED ON THE WORK REGULARLY ENTERS ONTO OR CROSSES TRAFFIC-CARRYING ROADS.

18.1. THE CONTRACTOR SHALL COMPLY IN EVERY RESPECT WITH THE FEDERAL OCCUPATIONAL HEALTH AND SAFETY ACT OF 1970 AND ALL RULES

AND REGULATIONS NOW OR HEREAFTER IN EFFECT UNDER SAID ACT, AND THE CONTRACTOR FURTHER AGREES TO COMPLY WITH ANY AND

ALL APPLICABLE STATE LAWS AND REGULATIONS PERTAINING TO JOB SAFETY AND HEALTH.

18.2. THE CONTRACTOR SHALL PROTECT AND KEEP OWNER (INCLUDING THEIR AGENTS AND EMPLOYEES) FREE AND HARMLESS FROM ANY AND

ALL LIABILITY, PUBLIC OR PRIVATE, PENALTIES, CONTRACTUAL OR OTHERWISE, LOSSES, DAMAGES, COSTS, ATTORNEY'S FEES, EXPENSES,

CAUSES OF ACTION, CLAIMS OR JUDGMENTS RESULTING FROM THE FEDERAL OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 AS

AMENDED OR ANY RULE OR REGULATION PROMULGATED THEREUNDER OR OF ANY STATE LAWS OR REGULATIONS PERTAINING TO JOB

SAFETY AND HEALTH ARISING OUT OF OR IN ANY WAY CONNECTED WITH THE PERFORMANCE OF WORK OR WORK TO BE PERFORMED

UNDER THIS CONTRACT, AND CONTRACTOR SHALL INDEMNIFY OWNER FROM ANY SUCH CLAIMS, PENALTIES, SUITS OR ACTIONS, PUBLIC OR

PRIVATE, ADMINISTRATIVE OR JUDICIAL, INCLUDING ATTORNEY'S FEES PAID OR INCURRED BY OR ON BEHALF OF OWNER, JOINTLY OR

SEVERALLY, AND/OR THEIR AGENTS AND EMPLOYEES. THE CONTRACTOR FURTHER AGREES, IN THE EVENT OF A CLAIMED VIOLATION OF

ANY FEDERAL OR STATE SAFETY AND HEALTH LAW OR REGULATION ARISING OUT OF OR IN ANY WAY CONNECTED WITH THE PERFORMANCE

OF WORK OR WORK TO BE PERFORMED UNDER THIS CONTRACT, OWNER MAY IMMEDIATELY TAKE WHATEVER ACTION IS DEEMED

NECESSARY BY OWNER TO REMEDY THE CLAIMED VIOLATION. ANY AND ALL COSTS OR EXPENSES PAID OR INCURRED BY OWNER IN TAKING

SUCH ACTION SHALL BE BORNE BY CONTRACTOR, AND CONTRACTOR AGREES TO PROTECT, HOLD HARMLESS AND INDEMNIFY OWNER

AGAINST ANY AND ALL SUCH COSTS OR EXPENSES.

CONTRACTOR NOTICE 2014 (AS REVISED JULY 2015):

THE CONTRACTOR & OWNER WILL BE HELD ACCOUNTABLE DURING CONSTRUCTION FOR ALL SITE IMPROVEMENTS. COMPLIANCE WITH FLORIDASTATUES 553.5041 (F.S), AND THE 5TH EDITION (2012 FLORIDA ACCESSIBILITY CODE) FOR BUILDING CONSTRUCTION (FACBC), IS MANDATORY. IFINCORRECT AT FINAL INSPECTION, CONTRACTOR WILL BE REQUIRED TO MODIFY CONSTRUCTION TO COMPLY WITH F.S. AND FACBC. THE FOLLOWINGITEMS TAKE PRECEDENCE AND SUPERSEDE OTHER SITE DETAILS ON DRAWINGS.

1. ACCESSIBLE PARKING SPACES SHALL BE LOCATED ON AN ACCESSIBLE ROUTE NO LESS THAN 44" WIDE SO THAT USERS WILL NOT BE COMPELLEDTO WALK OR WHEEL BEHIND PARKED VEHICLES EXCEPT BEHIND HIS OR HER OWN VEHICLE §208.1 AND 502.3, FACBC AND F.S 553.5041

2. ACCESSIBLE PARKING SPACES AND ACCESS AISLES SERVING IN A PARTICULAR BUILDING SHALL BE LOCATED ON THE SHORTEST ACCESSIBLE ROUTEFROM THE ACCESSIBLE (H/C) PARKING TO AN ACCESSIBLE ENTRANCE. §208.3.1 FACBC AND F.S 553.5041(5)(B),

3. ACCESSIBLE PARKING SPACES SHALL BE 12' WIDE, AND OUTLINED WITH BLUE PAINT. §502.2 AND §502.6, FACBC

4. ACCESS AISLES REQUIRED ADJACENT TO PARKING SPACES SHALL BE 5' WIDE WITH DIAGONAL STRIPING. §502., FACBC

5. PARKING SPACES AND ACCESS AISLES SHALL BE LEVEL (NOT TO EXCEED 1:48) ON A STABLE, FIRM & SLIP RESISTANT SURFACE. RE: §302.1, §502.3.FACBC

6. ACCESSIBLE PARKING SIGNS SHALL BE FDOT APPROVED AND SHALL READ 'PARKING BY DISABLED PERMIT ONLY' AND SHALL INDICATE A $250 FINEFOR ILLEGAL USE. INSTALL SIGNS A MINIMUM 60" (INCHES) FROM THE GROUND TO THE BOTTOM OF THE SIGN(S). RE: §502.6 AND F.S 553.5041

7. CURB RAMPS SHALL NOT EXCEED 1:12 SLOPE, AND CURB RAMP FLARES SHALL NOT EXCEED 1:10 SLOPE. CURB RAMPS AND FLARED SIDES SHALLNOT ENCROACH UPON PARKING SPACES, ACCESS AISLES, OR VEHICULAR TRAFFIC LANES. THE COUNTER SLOPE OF ADJACENT ROAD SURFACES &GUTTERS SHALL NOT EXCEED 1:20. RE: §405.2, §406.2 & 5, FACBC

8. A LANDING WITH A MINIMUM CLEAR LENGTH OF 36" SHALL BE LOCATED AT THE TOP SIDE OF EACH CURB RAMP, WITH A CLEAR WIDTH AT LEASTAS WIDE AS THE CURB RAMP (EXCLUDING FLARED SIDES) LEADING TO IT. EXCEPTION: FOR ALTERATIONS, WHERE THERE IS NO LANDING, CURBRAMP FLARES SHALL BE PROVIDED, AND SHALL NOT BE STEEPER THAN 1:12 SLOPE. RE: §406, FACBC

9. ALL RAMPS WITH A RISE GREATER THAN 6" SHALL PROVIDE EDGE PROTECTION COMPLYING WITH §405.9 FACBC. RAMPS SHALL HAVE 60" MINLEVEL LANDINGS AT THE TOP AND BOTTOM. RE: §405.7. FACBC.

10. ALL RAMPS WITH A RISE GREATER THAN 6" SHALL HAVE HANDRAILS ON BOTH SIDES WITH 12" HORIZONTAL EXTENSIONS AT THE TOP & BOTTOMOF THE RAMP. RE: §1010.9 FBC-B ( FLORIDA BUILDING CODE- BUILDING) AND §505.10 FACBC

11. ACCESSIBLE ROUTES TO "MAIN ENTRY" FROM AN ACCESSIBLE PARKING SPACE, AND FROM THE "PUBLIC WAY", SHALL NOT EXCEED 1:20 SLOPE(UNLESS RAMPS AND HANDRAILS ARE PROVIDED) WITH CROSS SLOPE NOT IN EXCESS OF 1:48. RE: §206, §402 AND §403., FACBC.

12. *CONNECT BUILDINGS WITHIN THE SAME SITE WITH AN ACCESSIBLE ROUTE WHICH SHALL NOT EXCEED 1:20 SLOPE (UNLESS RAMPS ANDHANDRAILS ARE PROVIDED) AND A MAXIUMUM CROSS SLOPE OF 1:48. RE: §206 FACBC.

*EXCEPTION: AN ACCESSIBLE ROUTE SHALL NOT BE REQUIRED BETWEEN ACCESSIBLE BUILDINGS, ACCESSIBLE FACILITIES, ACCESSIBLE ELEMENTS, ANDACCESSIBLE SPACES IF THE ONLY MEANS OF ACCESS BETWEEN THEM IS A VEHICULAR WAY NOT PROVIDING PEDESTRIAN ACCESS. RE: §206.2.2 FACBC

GENERAL NOTES (CONTINUED):

19. ALL WORK PERFORMED UNDER THE CONTRACT, AND ALL EQUIPMENT, APPLIANCES, TOOLS AND LIKE ITEMS USED IN THE WORK SHALL

CONFORM TO APPLICABLE SAFETY CODES AND REGULATIONS OF ANY PUBLIC OR OTHER AUTHORITY HAVING JURISDICTION. IN THE EVENT

OF CONFLICTING REQUIREMENTS, THE MORE STRINGENT INTERPRETATION OR REGULATION SHALL GOVERN.

20. THE CONTRACTOR SHALL DEVELOP AND IMPLEMENT AN EROSION CONTROL PLAN TO MINIMIZE EROSION AND INSURE FUNCTIONING OF

STORMWATER MANAGEMENT SYSTEM UPON COMPLETION OF CONSTRUCTION.

21.1. CONTRACTOR AND ITS SUBCONTRACTORS SHALL USE, HANDLE, TRANSPORT, AND DISPOSE OF ALL HAZARDOUS MATERIALS (AS DEFINED

PARAGRAPH 21.8) IN COMPLIANCE WITH ALL PRESENT FEDERAL, STATE AND LOCAL ENVIRONMENTAL, HEALTH OR SAFETY LAW, INCLUDING,

BUT NOT LIMITED TO, ALL SUCH STATUTES, REGULATIONS, RULES, ORDINANCES, CODES, AND RULES OF COMMON LAW.

21.2. CONTRACTOR FURTHER AGREES THAT CONTRACTOR AND ITS SUBCONTRACTORS SHALL NOT CAUSE THE DISCHARGE, RELEASE OR

DISPOSAL OF ANY HAZARDOUS MATERIAL CREATED BY ITS WORK ON OR ABOUT THE JOB SITE. IN THE EVENT OF ANY SPILL, RELEASE OR

ANY OTHER REPORTABLE OCCURRENCE, CONTRACTOR SHALL NOTIFY THE APPROPRIATE GOVERNMENTAL AGENCY AND SHALL TAKE SUCH

ACTION AS MAY BE NECESSARY TO MINIMIZE THE DELETERIOUS EFFECT OF SUCH SPILL ON PERSONS OR PROPERTY.

21.3. CONTRACTOR AND ITS SUBCONTRACTORS SHALL, UPON COMPLETION OF PERFORMANCE OF ALL DUTIES UNDER THIS CONTRACT, REMOVE

ALL SUPPLIES, MATERIALS, AND WASTE CONTAINING AND HAZARDOUS MATERIAL FROM THE JOB SITE. CONTRACTOR SHALL BEAR FULL

FINANCIAL RESPONSIBILITY, AS BETWEEN THE PARTIES OF THIS CONTRACT, FOR THE COMPLIANCE OF CONTRACTOR AND ITS

SUBCONTRACTORS WITH THE PROVISIONS OF THIS PARAGRAPH 21.7.

21.4. CONTRACTOR AGREES TO INDEMNIFY, DEFEND, PROTECT AND HOLD THE OWNER HARMLESS FROM AND AGAINST ANY CLAIMS INCLUDING,

WITHOUT LIMITATION, ACTUAL ATTORNEY'S FEES AND ANY COSTS OF INVESTIGATION, SOILS TESTING, GOVERNMENTAL APPROVALS,

REMEDIATION AND CLEAN-UP ARISING OUT OF OR IN ANY WAY CONNECTED WITH THE FAILURE OF CONTRACTOR OR ITS SUBCONTRACTORS,

OR THEIR AGENTS, EMPLOYEES, OFFICERS, OR REPRESENTATIVES, TO COMPLY WITH THE TERMS OF THIS ARTICLE 21.

21.5. SHOULD CONTRACTOR OR ITS SUBCONTRACTORS DISCHARGE, RELEASE OR DISPOSE OF ANY HAZARDOUS MATERIAL ON OR ABOUT THE

JOB SITE IN VIOLATION OF THIS PARAGRAPH, CONTRACTOR SHALL IMMEDIATELY SO INFORM OWNER IN WRITING. IN THE EVENT OF ANY

SPILL, RELEASE OR ANY OTHER REPORTABLE OCCURRENCE, CONTRACTOR SHALL NOTIFY THE APPROPRIATE GOVERNMENTAL AGENCY AND

SHALL TAKE SUCH ACTION AS MAY BE NECESSARY TO MINIMIZE THE DELETERIOUS EFFECT OF SUCH SPILL ON PERSONS OR PROPERTY.

21.6. IN THE EVENT CONTRACTOR OR ITS SUBCONTRACTORS ENCOUNTER ON THE PREMISES ANY PIPELINE, UNDERGROUND STORAGE TANK OR

OTHER CONTAINER, OF ANY KIND, THAT MAY CONTAIN A HAZARDOUS MATERIAL, OR ENCOUNTER MATERIAL REASONABLY BELIEVED TO BE A

HAZARDOUS MATERIAL, CONTRACTOR SHALL IMMEDIATELY STOP WORK IN THE AREA AFFECTED AND REPORT THE CONDITION TO OWNER IN

WRITING.

21.7. IF CONTRACTOR OR ITS SUBCONTRACTORS DO NOT COMPLY WITH THE REQUIREMENTS OF PARAGRAPH 21.8, OWNER MAY, BUT IS NOT

OBLIGATED TO, GIVE WRITTEN NOTICE OF VIOLATION TO CONTRACTOR. SHOULD CONTRACTOR OR ITS SUBCONTRACTORS FAIL TO COMPLY

WITH THE REQUIREMENTS OF PARAGRAPH 21.8 WITHIN TWENTY-FOUR (24) HOURS FROM THE TIME OWNER ISSUES SUCH WRITTEN NOTICE

OF NONCOMPLIANCE OR WITHIN THE TIME OF AN ABATEMENT PERIOD SPECIFIED BY ANY GOVERNMENTAL AGENCY, WHICHEVER PERIOD IS

SHORTER, CONTRACTOR SHALL BE IN MATERIAL DEFAULT OF THIS CONTRACT.

21.8. "HAZARDOUS MATERIAL" MEANS ANY SUBSTANCE: (A) THE PRESENCE OF WHICH REQUIRES INVESTIGATION OR REMEDIATION UNDER ANY

PRESENT FEDERAL, STATE OR LOCAL STATUTE, REGULATION, ORDINANCE, RULE, CODE, ORDER, ACTION, POLICY OR COMMON LAW, OR (B)

WHICH IS OR BECOMES DEFINED AS A "HAZARDOUS WASTE," "HAZARDOUS SUBSTANCE," POLLUTANT OR CONTAMINANT UNDER ANY

PRESENT FEDERAL, STATE OR LOCAL STATUTE, REGULATION, RULE OR ORDINANCE OR AMENDMENTS THERETO INCLUDING, WITHOUT

LIMITATION, THE COMPREHENSIVE ENVIRONMENTAL RESPONSE COMPENSATION AND LIABILITY ACT (42 U.S.C. SECTIONS 9601 ET SEQ.)

AND/OR THE RESOURCE CONSERVATION AND RECOVERY ACT (42 U.S.C. SECTIONS 6901 ET SEQ.), OR (C) WHICH IS TOXIC, EXPLOSIVE,

CORROSIVE, FLAMMABLE, INFECTIOUS, RADIOACTIVE, CARCINOGENIC, MUTAGENIC, OR OTHERWISE HAZARDOUS AND IS REGULATED BY ANY

GOVERNMENTAL AUTHORITY, AGENCY, DEPARTMENT, COMMISSION, BOARD, AGENCY OR INSTRUMENTALITY OF THE UNITED STATES, THE

STATE IN WHICH THE PREMISES ARE LOCATED OR ANY POLITICAL SUBDIVISION THEREOF, OR (D) THE PRESENCE OF WHICH ON THE

PREMISES CAUSES OR THREATENS TO CAUSE A NUISANCE UPON THE PREMISES OR TO ADJACENT PROPERTIES OR POSES OR THREATENS

TO POSE A HAZARD TO THE HEALTH OR SAFETY OF PERSONS ON OR ABOUT THE PREMISES, OR (E) WHICH CONTAINS GASOLINE, DIESEL

FUEL OR OTHER PETROLEUM HYDROCARBONS, OR (F) WHICH CONTAINS POLYCHLORINATED BIPHENYLS (PCBS), ASBESTOS, LEAD OR UREA

FORMALDEHYDE FOAM INSULATION.

22. THE EXISTING UTILITIES SHOWN ARE APPROXIMATE. THE CONTRACTOR SHALL FIELD LOCATE ALL EXISTING UTILITIES AS TO SIZE, LOCATION,

AND ELEVATION. THE CONTRACTOR SHALL NOTIFY THE ENGINEER OF ANY AND ALL CONFLICTS PRIOR TO BEGINNING CONSTRUCTION.

23. IF ANY TESTING, INSPECTION OR APPROVAL REVEAL DEFECTIVE WORK, CONTRACTOR SHALL NOT BE ALLOWED TO RECEIVE ANY

ASSOCIATED COSTS AND THE OWNER SHALL BE ENTITLED TO DEDUCT FROM THE CONTRACT PRICE, BY ISSUING A CHANGE ORDER,

OWNER'S COSTS ARISING OUT OF THE DEFECTIVE WORK, INCLUDING COSTS OF REPEATED PROCEDURES, COMPENSATION FOR ENGINEER'S

AND DESIGN ENGINEER'S SERVICES AND OTHER RELATED COSTS.

24. IF UNSUPERVISED AND ISOLATED ABOVE GROUND FUEL STORAGE TANKS ARE TO BE LOCATED ON THE PROPERTY PRIOR TO OR DURING

CONSTRUCTION, FLORIDA STATE UNIVERSITY PLANS REVIEW STAFF MUST BE CONTACTED PRIOR TO TANK INSTALLATION. NFPA 1, 66.21.7.2.1

AND 66.21.7.2.2, FIFTH EDITION OF THE FLORIDA FIRE PREVENTION CODE.

25. THE CONTRACTOR SHALL REPAIR ANY DAMAGE TO THE R.O.W. CAUSED DURING CONSTRUCTION, SUCH AS REPLACE ANY CURB AND GUTTER ANDEXISTING INFRASTRUCTURE THAT IS DAMAGED DUE TO DEVELOPMENT CONSTRUCTION.

PROJECT NOTES:

THE CONTRACTOR IS RESPONSIBLE FOR THE SUBMITTAL OF ALL BASKETBALL COURT MATERIALS, SITE FURNISHINGS, FENCING, COLOR AND

MATERIAL FINISHES FOR REVIEW AND APPROVAL.

1. BASKETBALL COURT SURFACE AND IN-GROUND GOALS

1.1. CONTRACTOR TO PROVIDE COURT CONCRETE DESIGN STAMPED BY FLORIDA PROFESSIONAL ENGINEER TO ENGINEER OF RECORD.

ENGINEER OF RECORD RECOMMENDS POST-TENSION CONCRETE WITH NO JOINTS.

1.2. THE CONTRACTOR IS RESPONSIBLE FOR THE OVERLAY ACRYLIC SURFACE COATING (COMPLETE, INSTALLED, AND READY FOR PLAY). THE

COATING WILL BE IN FSU COLORS TO MATCH GARNET AND GOLD WITH CHARCOAL GREY FIELD AS SHOWN ON SHEET 5.0. ALL COLORS

SHALL BE SUBMITTED FOR APPROVAL BY THE CLIENT'S REPRESENTATIVE. THE SURFACE MATERIAL SHALL BE ACRYTECH, OR EQUAL.

ACRYTECH CONTACT: MARTY FOWLER (770-734-3000 x 704) ([email protected])

1.3. ALL BASKETBALL ACCESSORIES SHALL BE PURCHASED AND INSTALLED BY THE CONTRACTOR. ALL ACCESSORIES SHALL BE SUBMITTED

TO THE CLIENT'S REPRESENTATIVE FOR APPROVAL. BASKETBALL HOOPS SHALL BE IN-GROUND OUTDOOR COMMERCIAL GRADE WITH

42”X60” ALUMINUM BACKBOARD; 48” SETBACK; WITH NETS INSTALLED.

2. COURTSIDE CONCRETE PLAZA AND WALKS

2.1. THE WALKS SHALL BE 3000PSI CONCRETE. THE WALKS SHALL BE LIGHT BROOM FINISH PERPENDICULAR TO THE DIRECTION OF

PEDESTRIAN TRAFFIC.

2.2. CONTROL JOINTS SHALL BE CONSTRUCTED AS SHOWN ON SHEET 5.0 AND DETAILED ON SHEET 6.0. ANY VARIATION SHALL BE REVIEWED

AND APPROVED BY THE ENGINEER OR OWNER'S REPRESENTATIVES PRIOR TO CONSTRUCTION.

2.3. EXPANSION JOINTS SHALL BE PLACED BETWEEN THE POURED CONCRETE AND EXISTING CONCRETE AND AS SHOWN ON SHEET 4.0.

3. WALK LAYOUT

3.1. WALKS SHALL BE LAID OUT AS SHOWN. SOME FIELD ADJUSTMENT MAY BE NEEDED TO AVOID EXISTING TREES AND TREE ROOTS.

3.2. WALK INTERSECTIONS INTERSECT WITH A RADIUS AS SHOWN. WALKS MUST HAVE THE RADIUS AND SHALL NOT BE CONSTRUCTED IN

90 DEGREE INTERSECTIONS.

4. BENCHES & TRASH RECEPTACLES

4.1. THE BENCH LAYOUT SHALL BE EVENLY SPACED AS SHOWN ON DRAWING 6.0.

4.2. THE CONTRACTOR SHALL USE THE MANUFACTURER'S RECOMMENDATIONS FOR THE INSTALLATION OF BENCHES.

4.3. ALL HARDWARE SHALL BE STAINLESS STEEL. NO GALVANIZED STEEL HARDWARE IS PERMITTED.

SITE FURNISHING INFORMATION:

THE BENCHES AND TRASH RECEPTACLES WILL BE PURCHASED BY THE CLIENT AND INSTALLED BY THE CONTRACTOR. THE FURNISHING

INSTALLATION SHALL INCLUDE:

BENCHES:

-3 (THREE) TOTAL BENCHES - LANDSCAPE FORMS, INC. - “PRESIDIO BENCH”; EACH BENCH IS A 3 SEAT BACKED BENCH WITH ARMS; GREY

TONE POWDER COATING TO MATCH CAMPUS - SUPPLIER TO SUBMIT COLOR SAMPLES; EMBEDDED POST SET IN CONCRETE

LANDSCAPE FORMS SITE FURNISHING CONTACT:

MS. KELLIE MOORE

COMPANY: LANDSCAPE FORMS

NOTES: [email protected]

PHONE: #800-441-1945 EXT. 1322

TRASH RECEPTACLE:

-THE CONTRACTOR IS RESPONSIBLE FOR THE SET UP AND PLACEMENT FOR THE TRASH RECEPTACLES AS SHOWN ON THE SHEET 6.0.

-1 (ONE) TRASH RECEPTACLE - VICTOR STANLEY - “IRONSITES”; MODEL S-42; 36 GAL.; HIGH DENSITY PLASTIC LINER; STANDARD TAPERED

FORMED LID; GREY TONE POWDER COATING TO MATCH CAMPUS - SUPPLIER TO SUBMIT COLOR SAMPLES; SURFACE MOUNT WITH

STAINLESS STEEL HARDWARE; UNIVERSITY TO PROVIDE LABEL FOR RECYCLE CONTAINER.

VICTOR STANLEY SITE FURNISHING CONTACT:

MS. MARY LANGLEY

COMPANY: SITE HORIZONS

EMAIL: [email protected]

PHONE: 407-947-6318

✩ ✩ ✩

AutoCAD SHX Text
DRAWING:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
NO.
AutoCAD SHX Text
DATE
AutoCAD SHX Text
BY
AutoCAD SHX Text
DO NOT SCALE THIS DRAWING - DIMENSIONS AND NOTES TAKE PREFERENCE
AutoCAD SHX Text
R E V I S I O N S
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DESIGNED BY
AutoCAD SHX Text
DRAWN BY
AutoCAD SHX Text
CHECKED BY
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
PROJECT NO.:
AutoCAD SHX Text
APPROVED BY
AutoCAD SHX Text
MAJOR BRANNEN, P.E.
AutoCAD SHX Text
Florida Engineer # 82449
AutoCAD SHX Text
MHB
AutoCAD SHX Text
MHB
AutoCAD SHX Text
JMM
AutoCAD SHX Text
BRL
AutoCAD SHX Text
BRL
AutoCAD SHX Text
5
AutoCAD SHX Text
8
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
T
AutoCAD SHX Text
VIRES
AutoCAD SHX Text
S
AutoCAD SHX Text
R
AutoCAD SHX Text
L
AutoCAD SHX Text
F
AutoCAD SHX Text
O
AutoCAD SHX Text
D
AutoCAD SHX Text
I
AutoCAD SHX Text
A
AutoCAD SHX Text
N
AutoCAD SHX Text
U
AutoCAD SHX Text
I
AutoCAD SHX Text
ARTES
AutoCAD SHX Text
MORES
AutoCAD SHX Text
S
AutoCAD SHX Text
T
AutoCAD SHX Text
Y
AutoCAD SHX Text
I
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
V
AutoCAD SHX Text
E
AutoCAD SHX Text
T
AutoCAD SHX Text
A
AutoCAD SHX Text
STATE OF
AutoCAD SHX Text
P
AutoCAD SHX Text
R
AutoCAD SHX Text
O
AutoCAD SHX Text
F
AutoCAD SHX Text
E
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
I
AutoCAD SHX Text
O
AutoCAD SHX Text
N
AutoCAD SHX Text
A
AutoCAD SHX Text
L
AutoCAD SHX Text
E
AutoCAD SHX Text
N
AutoCAD SHX Text
G
AutoCAD SHX Text
I
AutoCAD SHX Text
N
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
M
AutoCAD SHX Text
A
AutoCAD SHX Text
J
AutoCAD SHX Text
O
AutoCAD SHX Text
R
AutoCAD SHX Text
H
AutoCAD SHX Text
.
AutoCAD SHX Text
B
AutoCAD SHX Text
R
AutoCAD SHX Text
A
AutoCAD SHX Text
N
AutoCAD SHX Text
E
AutoCAD SHX Text
N
AutoCAD SHX Text
No. 82449
AutoCAD SHX Text
N
AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
O
AutoCAD SHX Text
O
AutoCAD SHX Text
R
AutoCAD SHX Text
I
AutoCAD SHX Text
I
AutoCAD SHX Text
I
AutoCAD SHX Text
D
AutoCAD SHX Text
A
AutoCAD SHX Text
I
AutoCAD SHX Text
C
AutoCAD SHX Text
E
AutoCAD SHX Text
N
AutoCAD SHX Text
S
AutoCAD SHX Text
E
AutoCAD SHX Text
L

200

5/8" IRC SET 5/8 DRMP TRAVERSE

201

5/8" IRC SET 5/8 DRMP TRAVERSE

GAS B504

DLP GAS1 TECO PEOPLES

GASGAS

7.3'

8.1'

8.5'

8.0'

CO CLNO

WPB

5548.37

18" PINE

15" PINE

20" PINE

15" PINE9.3'

9.6'

12.1'

11.9'

9.6'

12.1'

12.1'

10.1'

SSS NO PARKING

13.2'

9.5'

8.3'8.4'

28" OAK

21" OAK

19" OAK

SSS ONE WAY

SSS ONE WAY

3" CREPE MYRTLE

6" CREPE MYRTLE

3" CREPE MYRTLE

5" CREPE MYRTLE

5" CREPE MYRTLE

6" CREPE MYRTLE

7.8'

SSS ADA HC PARKING

SSS ADA HC PARKING

SSS ADA HC PARKING

WPB

8398.26

SSS STOP

8.6'

8.5'8.7'

8.9'

9.0'

9.2'9.2'

9.3'

9.4'

9.6'

9.8'

10.1'

9.9'

9.7'

9.5'

9.2'

9.2'

8.7'8.5'

8.3'

8.2'8.3'

8.1'

7.6'

8.8'

9.6'

16" OAK

17" OAK

22" OAK

15" OAK

20" OAK24" OAK

21" OAK

17" OAK

33" OAK

9.4'

9.7'

9.6'

9.4'

9.1'

15" OAK

15" OAK

19" OAK

24" OAK

11.3'9.4'

9.9'

10.1'

9.7'

1043

9.92

BOLLARD

1044

9.92

BOLLARD

9.9'

9.5'9.6'

9.8'

9.16

24" OAK

7" OAK

17" OAK

13" OAK

13" OAK

8" OAK

8" OAK

13" OAK

18" OAK

PILINGPILING

9.7'

9.6'

9.1'

SSS STOP

W W W

GGGG

VOLLEYBALL COURT

(GRASS)

COLLEGIATE LANE (ASPHALT)

10'11'

12'

10'11'

12'

13'

8'

8'

8'

8'

8'

9'

9'

9'

9'

9'

10'

10'

10'

9'

9'

9'

9'

9'

8'

8'

8'

8'8'

8'

9'

9'

9'

9'

9'

8'

8'

SITE BENCHMARK #158" IRC STAMPED"DRMP TRAVERSE LB2648"N: 434253.312E: 1582199.952ELEV: 5.575'

SITE BENCHMARK #258" IRC STAMPED"DRMP TRAVERSE LB2648"N: 434233.172E: 1582618.461ELEV: 11.218'

10'

10'

SIDE

WAL

K(C

ON

CRET

E)

SIDEWALK(CONCRETE)

ASPHALT

ASPHALT

GRASS

GRASS

GRASS

ASPHALT

9'

8'

9' METAL POLE

9' METAL POLE

6' WOODEN POSTS

ONE WAY

ONE WAY

3" CAPPED PVC

6"x6" WIRE PULL BOX

2" PVC1' ABOVE GROUND

NO PARKING

CATCH BASINGRATE ELEV:8.95'

INV ELEV: 7.54'4" PVC (100% OBSTRUCTED)

CATCH BASINGRATE ELEV: 8.05'INV ELEV: 5.85'

4" PVCINV NORTH: 6.00'INV SOUTH: 6.25'

18" RCPINV NORTH: 4.49'INV SOUTH: 5.18'

6" PVCINV WEST: 6.78'INV EAST: 6.02'

CATCH BASINGRATE ELEV: 7.86'

INV ELEV: 6.80'

CATCH BASINGRATE ELEV: 7.80'

INV ELEV: 6.74'

6" PVCDIRECTIONAL ONLYINV NORTH: N/AINV SOUTH: 6.75'

6" PVCINV NORTH: 6.74'INV SOUTH: 6.81'

HDCP PARKING

CATCH BASINGRATE ELEV: 7.68'INV ELEV: 4.97'

CATCH BASINGRATE ELEV: 7.68'INV ELEV: 6.78'

CATCH BASINGRATE ELEV: 7.68'INV ELEV: 6.83'

6" PVCINV WEST: 6.84'INV EAST: 6.80'6' WOOD PRIVACY FENCE

CONCRETE WALL

CONCRETEPARKING

BUMPERS

HDCP PARKING

DIRECTORY SIGN(PLASTIC)

STOP

STOP

6"x6" WIRE PULL BOX

15" OAK

BURIED WATER LINE

UNDERGROUNDELECTRIC

9.2'

EXISTINGPARKING LOT

EXISTINGPARKING LOT

DR

MP

Ce

rtifica

te

o

f A

uthorization N

o. 2648

14

35

E

ast P

ie

dm

on

t D

rive

, S

uite 210

T

alla

ha

sse

e, F

lorida 32308

Ph

on

e:8

50

.5

62

.9

60

0 W

WW

.D

RM

P.C

OM

EN

GIN

EE

RS

● S

UR

VE

YO

RS

● P

LA

NN

ER

S

● S

CIE

NT

IS

TS

JULY, 2017

AS SHOWN

16-0071.02

BA

SK

ET

BA

LL C

OU

RT

FLO

RID

A S

TA

TE

UN

IV

ER

SIT

Y

PA

NA

MA

C

IT

Y, F

LO

RID

A

2.0

EX

IS

TIN

G C

ON

DIT

IO

NS

LEGEND & ABBREVIATIONS:

ELEV ELEVATION

HDCP HANDICAP

IRC IRON ROD & CAP

INV INVERT

LB LICENSED BUSINESS

BOLLARD, POST, OR POLE

CLEANOUT

DELINEATOR POST

LIGHT POLE

SPOT ELEVATION

SIGN

SPRINKLER HEAD

WATER VALVE (NON POTABLE)

WIRE PULL BOX

BURIED POWER

BURIED GAS

BURIED WATER

CO

SURVEYOR'S NOTES:

1). COORDINATES SHOWN HEREON ARE BASED ON FLORIDA DEPARTMENT OF TRANSPORTATION

CONTROL POINTS DESIGNATED 46-03-F02GV & 46-00-A03HV, REFERENCED TO THE NORTH AMERICAN

DATUM OF 1983/ADJUSTMENT OF 2011 (NAD83/2011), PROJECTED IN STATE PLANE FLORIDA NORTH

ZONE 0903, AND DISPLAYED IN US SURVEY FEET.

46-03-F02GV -

5

8

" REBAR W/ ALUMINUM CAP

ENCASED IN ALUMINUM SLEEVE

N: 432909.2175

E: 1582196.2037

46-00-A03HV - 4"x4" CONCRETE MONUMENT

W/ FDOT BRASS DISK

N: 433069.2007

E: 1582618.9797

2). ELEVATIONS SHOWN HEREON ARE BASED ON FLORIDA DEPARTMENT OF TRANSPORTATION CONTROL

POINTS DESIGNATED 46-03-F01GV & 46-00-A05V, REFERENCE TO THE NORTH AMERICAN VERTICAL

DATUM OF 1988, AND DISPLAYED IN US SURVEY FEET.

46-03-F01GV -

5

8

" REBAR W/ ALUMINUM CAP

ENCASED IN ALUMINUM SLEEVE

ELEV: 3.49'

46-00-A05V - 4"x4" CONCRETE MONUMENT

W/ FDOT BRASS DISK

ELEV: 9.08'

3). THIS TOPOGRAPHIC SURVEY WAS PERFORMED FOR THE PURPOSE OF FACILITATING THE

ENGINEERING OF A BASKETBALL COURT IN THE PROJECT AREA.

4). DATE OF LAST FIELD SURVEY: APRIL 18, 2017.

5). NO UNDERGROUND INSTALLATIONS OR IMPROVEMENTS, INCLUDING, BUT NOT LIMITED TO, BURIED

CABLES, SUB-SURFACE UTILITIES, FOUNDATIONS/FOOTERS, OR BURIAL SITES WERE LOCATED,

EXCEPT AS SHOWN.

EXISTING TREE (TYP.)

CRITICAL PROTECTION

ZONE (TYP.)

✩ ✩ ✩

AutoCAD SHX Text
DRAWING:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
NO.
AutoCAD SHX Text
DATE
AutoCAD SHX Text
BY
AutoCAD SHX Text
DO NOT SCALE THIS DRAWING - DIMENSIONS AND NOTES TAKE PREFERENCE
AutoCAD SHX Text
R E V I S I O N S
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DESIGNED BY
AutoCAD SHX Text
DRAWN BY
AutoCAD SHX Text
CHECKED BY
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
PROJECT NO.:
AutoCAD SHX Text
APPROVED BY
AutoCAD SHX Text
MAJOR BRANNEN, P.E.
AutoCAD SHX Text
Florida Engineer # 82449
AutoCAD SHX Text
MHB
AutoCAD SHX Text
MHB
AutoCAD SHX Text
JMM
AutoCAD SHX Text
BRL
AutoCAD SHX Text
BRL
AutoCAD SHX Text
5
AutoCAD SHX Text
8
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
T
AutoCAD SHX Text
VIRES
AutoCAD SHX Text
S
AutoCAD SHX Text
R
AutoCAD SHX Text
L
AutoCAD SHX Text
F
AutoCAD SHX Text
O
AutoCAD SHX Text
D
AutoCAD SHX Text
I
AutoCAD SHX Text
A
AutoCAD SHX Text
N
AutoCAD SHX Text
U
AutoCAD SHX Text
I
AutoCAD SHX Text
ARTES
AutoCAD SHX Text
MORES
AutoCAD SHX Text
S
AutoCAD SHX Text
T
AutoCAD SHX Text
Y
AutoCAD SHX Text
I
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
V
AutoCAD SHX Text
E
AutoCAD SHX Text
T
AutoCAD SHX Text
A
AutoCAD SHX Text
1" = 20'
AutoCAD SHX Text
0
AutoCAD SHX Text
20
AutoCAD SHX Text
10
AutoCAD SHX Text
20
AutoCAD SHX Text
1 Inch = 20 Feet
AutoCAD SHX Text
22x34: 1" = 20'
AutoCAD SHX Text
11x17: 1" = 40'
AutoCAD SHX Text
NPW
AutoCAD SHX Text
STATE OF
AutoCAD SHX Text
P
AutoCAD SHX Text
R
AutoCAD SHX Text
O
AutoCAD SHX Text
F
AutoCAD SHX Text
E
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
I
AutoCAD SHX Text
O
AutoCAD SHX Text
N
AutoCAD SHX Text
A
AutoCAD SHX Text
L
AutoCAD SHX Text
E
AutoCAD SHX Text
N
AutoCAD SHX Text
G
AutoCAD SHX Text
I
AutoCAD SHX Text
N
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
M
AutoCAD SHX Text
A
AutoCAD SHX Text
J
AutoCAD SHX Text
O
AutoCAD SHX Text
R
AutoCAD SHX Text
H
AutoCAD SHX Text
.
AutoCAD SHX Text
B
AutoCAD SHX Text
R
AutoCAD SHX Text
A
AutoCAD SHX Text
N
AutoCAD SHX Text
E
AutoCAD SHX Text
N
AutoCAD SHX Text
No. 82449
AutoCAD SHX Text
N
AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
O
AutoCAD SHX Text
O
AutoCAD SHX Text
R
AutoCAD SHX Text
I
AutoCAD SHX Text
I
AutoCAD SHX Text
I
AutoCAD SHX Text
D
AutoCAD SHX Text
A
AutoCAD SHX Text
I
AutoCAD SHX Text
C
AutoCAD SHX Text
E
AutoCAD SHX Text
N
AutoCAD SHX Text
S
AutoCAD SHX Text
E
AutoCAD SHX Text
L

200

5/8" IRC SET 5/8 DRMP TRAVERSE

201

5/8" IRC SET 5/8 DRMP TRAVERSE

501

VCW GAS B

504

DLP GAS1 TECO PEOPLES

GASGAS

7.3'

8.1'

8.5'

8.0'

552

IRRIG

CO CLNO

WPB

5548.37

18" PINE

15" PINE

20" PINE

15" PINE559

HED

560

HED

598

HED

599

HED

600

HED

601

HED

602

HED

603

HED

605

VLVNPW WL1 2" 1.15' TALL (THREADED END) W/VALVE606

SHRUB

607

SHRUB

9.3'

9.6'

12.1'

11.9'

9.6'

12.1'

12.1'

10.1'

SSS NO PARKING

13.2'

9.5'

672

IRRIG

673

VLVNPW BOX

8.3'8.4'

28" OAK

21" OAK

19" OAK

SSS ONE WAY727

IRRIG

SSS ONE WAY

3" CREPE MYRTLE

6" CREPE MYRTLE

3" CREPE MYRTLE

5" CREPE MYRTLE

5" CREPE MYRTLE

6" CREPE MYRTLE

7.8'

SSS ADA HC PARKING

SSS ADA HC PARKING

SSS ADA HC PARKING

WPB

8398.26

SSS STOP

8.6'

8.5'8.7'

8.9'

9.0'

9.2'9.2'

9.3'

922

VBNPW

9.4'

9.6'

9.8'

10.1'

9.9'

9.7'

9.5'

9.2'

9.2'

8.7'8.5'

8.3'

8.2'8.3'

8.1'

7.6'

8.8'

9.6'

16" OAK

17" OAK

22" OAK

15" OAK

20" OAK24" OAK

21" OAK

17" OAK

33" OAK

9.4'

9.7'

9.6'

9.4'

9.1'

15" OAK

15" OAK

19" OAK

24" OAK

11.3'9.4'

9.9'

10.1'

9.7'

1043

9.92

BOLLARD

1044

9.92

BOLLARD

9.9'

9.5'9.6'

9.8'

9.16

24" OAK

7" OAK

17" OAK

13" OAK

13" OAK

8" OAK

8" OAK

13" OAK

18" OAK

PILINGPILING

9.7'

9.6'

9.1'

SSS STOP

W W W

GGGG

10'11'

12'

10'11'

12'

13'

8'

8'

8'

8'

8'

9'

9'

9'

9'

9'

10'

10'

10'

9'

9'

9'

9'

9'

8'

8'

8'

8'8'

8'

9'

9'

9'

9'

9'

8'

8'

10'

10'9'

8'

15" OAK

9.2'

EXISTINGPARKING LOT

EXISTINGPARKING LOT

REMOVE

VOLLEYBALL

POLES

REMOVE TREE (TYP)

SILT FENCE AND

CONSTRUCTION FENCE

TO BE PLACED ALONG

LIMITS OF WORK

CLEAR AND GRUB FOR

SIDEWALK (MINIMUM CLEARING

TO ALLOW FOR WALKWAY

FORMS)

CLEAR AND GRUB AND GRADE FOR

COURT AND STORMWATER FACILITY

(MINIMUM AREA TO ALLOW FOR

COURT AND STORMWATER FACILITY

CONSTRUCTION)

CLEAR AND GRUB FOR SIDEWALK

(MINIMUM CLEARING TO ALLOW

FOR WALKWAY FORMS).

ROOT PRUNING

AS NEEDED

(SEE NOTE #1)

INLET PROTECTION (TYP.)

ROOT PRUNING

AS NECESSARY

LIMITS OF

CONSTRUCTION

SILT FENCE (TYP.)

LIGHT POLE TO REMAIN

INLETS TO REMAIN

DR

MP

Ce

rtifica

te

o

f A

uthorization N

o. 2648

14

35

E

ast P

ie

dm

on

t D

rive

, S

uite 210

T

alla

ha

sse

e, F

lorida 32308

Ph

on

e:8

50

.5

62

.9

60

0 W

WW

.D

RM

P.C

OM

EN

GIN

EE

RS

● S

UR

VE

YO

RS

● P

LA

NN

ER

S

● S

CIE

NT

IS

TS

JULY, 2017

AS SHOWN

16-0071.02

BA

SK

ET

BA

LL C

OU

RT

FLO

RID

A S

TA

TE

UN

IV

ER

SIT

Y

PA

NA

MA

C

IT

Y, F

LO

RID

A

3.0

DE

MO

LIT

IO

N &

E

RO

SIO

N C

ON

TR

OL

P

LA

N

DEMOLITION NOTES:

THE CONTRACTOR IS RESPONSIBLE FOR VISITING THE SITE TO REVIEW THE EXISTING CONDITIONSBEFORE PROVIDING A BID FOR THE WORK. A MEETING WITH THE OWNER'S REPRESENTATIVE MUST BESCHEDULED TO REVIEW THE DEMOLITION NEEDED FOR THE SITE IMPROVEMENTS. THE WORKDESCRIPTION INCLUDES, BUT IS NOT LIMITED TO, THE FOLLOWING:

1. TREE REMOVAL AND PRESERVATION - THE CONTRACTOR IS TO CAREFULLY ASSESS THE TREES TO BEREMOVED IN ORDER TO PREPARE THE SITE FOR THE BASKETBALL COURT. WHERE ROOTS OF TREESTO REMAIN ARE EXPOSED AND LARGER THAN 3”, THE CONTRACTOR SHALL WORK WITH ANARBORIST TO ROOT PRUNE TO MINIMIZE DAMAGE TO THE EXISTING TREES. ALL TREES TO BEREMOVED SHALL BE TAGGED FOR IDENTIFICATION PRIOR TO REMOVAL.

2. STAGING AND EXISTING TREES TO REMAIN - THE CONTRACTOR IS RESPONSIBLE TO BUILDING A 4'HIGH BARRIER AROUND THE EXISTING TREES TO REMAIN IN ORDER TO PROTECT THEM DURINGCONSTRUCTION. NO CONSTRUCTION MATERIALS OR DEBRIS CAN BE STORED WITHIN THE AREAAROUND THE CRITICAL ROOT ZONE AREA. THE CRITICAL ROOT ZONE IS AN AREA (IN FEET) EQUALTO THE DIAMETER OF THE TRUNK SIZE IN INCHES OF THE EXISTING TREE. IN OTHER WORDS, A 12”DIAMETER TREE HAS A 12' CRITICAL ROOT ZONE.

3. WALKWAY AND COURT AREA PREPARATION - THE CONTRACTOR IS RESPONSIBLE FOR EXCAVATINGAND PREPARING THE SITE FOR THE NEW WALKWAY AND THE BASKETBALL COURT AREAS. THECONTRACTOR SHALL EXCAVATE THE MINIMUM AREA NEEDED FOR THE CONSTRUCTION OF THEWALKS AND BASKETBALL COURT.

4. FINISH GRADE - THE CONTRACTOR IS RESPONSIBLE FOR FILLING THE AREAS WHERE SOIL OR GRASSWAS REMOVED. THE CONTRACTOR IS RESPONSIBLE FOR RAKING THE FINISH GRADE FOR THE NEWPLANTING TO BE PREPPED TO MATCH EXISTING WALKWAYS AND STRUCTURES.

5. EXISTING UTILITIES - THE CONTRACTOR IS RESPONSIBLE FOR COORDINATING THE LOCATION OFEXISTING UTILITIES PRIOR TO ANY CONSTRUCTION.

6. EXISTING VOLLEYBALL EQUIPMENT - THE CONTRACTOR IS RESPONSIBLE FOR THE REMOVAL ANDDISPOSAL OF THE EXISTING VOLLEYBALL NETTING AND POLES.

7. SITE IMPROVEMENT CONDITIONS - THE CONTRACTOR SHALL REVIEW THE SITE AND THE PLANS ANDNOTIFY THE DRMP OR THE OWNER'S REPRESENTATIVE OF ANY QUESTIONS OR CONCERNS ABOUTTHE EXISTING CONDITIONS AND THE CONSTRUCTION AREA.

LEGEND

PREPARE FOR SIDEWALK

PREPARE FOR BASKETBALL COURT

LIMITS OF CONSTRUCTION

SILT FENCE

Stakes Per Bale.Anchor Bales With 2 - 2" x 2" x 4'

INLET PROTECTION DETAIL

DITCH BOTTOM INLET

PARTIAL INLET

Open

Riser

Apron

Curb & Gutter

Ditch

Ditch

Note: Silt Fence to be paid for under the contract unit price for Staked Silt Fence (LF).

3' Or More

(Canted 20° Toward Flow)

2

0

°

`

SILT FENCE DETAIL

Sec. 985 FDOT Spec.)

Steel 1.33 Lbs/Ft. Min.

Conformance With

Filter Fabric (In

Wood 2" x 4"

6' Max.

ELEVATION

SECTION

Principle Post Position

Silt Flow

Filter Fabric

Vertical

Optional Post Positions

12" Min.

15" to 18"

8"

Oak

"

2

1

1

Post Options: Wood / Min. 0

"

2

2

1

x

"

2

1

1

✩ ✩ ✩

AutoCAD SHX Text
DRAWING:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
NO.
AutoCAD SHX Text
DATE
AutoCAD SHX Text
BY
AutoCAD SHX Text
DO NOT SCALE THIS DRAWING - DIMENSIONS AND NOTES TAKE PREFERENCE
AutoCAD SHX Text
R E V I S I O N S
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DESIGNED BY
AutoCAD SHX Text
DRAWN BY
AutoCAD SHX Text
CHECKED BY
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
PROJECT NO.:
AutoCAD SHX Text
APPROVED BY
AutoCAD SHX Text
MAJOR BRANNEN, P.E.
AutoCAD SHX Text
Florida Engineer # 82449
AutoCAD SHX Text
MHB
AutoCAD SHX Text
MHB
AutoCAD SHX Text
JMM
AutoCAD SHX Text
BRL
AutoCAD SHX Text
BRL
AutoCAD SHX Text
5
AutoCAD SHX Text
8
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
T
AutoCAD SHX Text
VIRES
AutoCAD SHX Text
S
AutoCAD SHX Text
R
AutoCAD SHX Text
L
AutoCAD SHX Text
F
AutoCAD SHX Text
O
AutoCAD SHX Text
D
AutoCAD SHX Text
I
AutoCAD SHX Text
A
AutoCAD SHX Text
N
AutoCAD SHX Text
U
AutoCAD SHX Text
I
AutoCAD SHX Text
ARTES
AutoCAD SHX Text
MORES
AutoCAD SHX Text
S
AutoCAD SHX Text
T
AutoCAD SHX Text
Y
AutoCAD SHX Text
I
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
V
AutoCAD SHX Text
E
AutoCAD SHX Text
T
AutoCAD SHX Text
A
AutoCAD SHX Text
1" = 20'
AutoCAD SHX Text
0
AutoCAD SHX Text
20
AutoCAD SHX Text
10
AutoCAD SHX Text
20
AutoCAD SHX Text
1 Inch = 20 Feet
AutoCAD SHX Text
22x34: 1" = 20'
AutoCAD SHX Text
11x17: 1" = 40'
AutoCAD SHX Text
STATE OF
AutoCAD SHX Text
P
AutoCAD SHX Text
R
AutoCAD SHX Text
O
AutoCAD SHX Text
F
AutoCAD SHX Text
E
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
I
AutoCAD SHX Text
O
AutoCAD SHX Text
N
AutoCAD SHX Text
A
AutoCAD SHX Text
L
AutoCAD SHX Text
E
AutoCAD SHX Text
N
AutoCAD SHX Text
G
AutoCAD SHX Text
I
AutoCAD SHX Text
N
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
M
AutoCAD SHX Text
A
AutoCAD SHX Text
J
AutoCAD SHX Text
O
AutoCAD SHX Text
R
AutoCAD SHX Text
H
AutoCAD SHX Text
.
AutoCAD SHX Text
B
AutoCAD SHX Text
R
AutoCAD SHX Text
A
AutoCAD SHX Text
N
AutoCAD SHX Text
E
AutoCAD SHX Text
N
AutoCAD SHX Text
No. 82449
AutoCAD SHX Text
N
AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
O
AutoCAD SHX Text
O
AutoCAD SHX Text
R
AutoCAD SHX Text
I
AutoCAD SHX Text
I
AutoCAD SHX Text
I
AutoCAD SHX Text
D
AutoCAD SHX Text
A
AutoCAD SHX Text
I
AutoCAD SHX Text
C
AutoCAD SHX Text
E
AutoCAD SHX Text
N
AutoCAD SHX Text
S
AutoCAD SHX Text
E
AutoCAD SHX Text
L

SSS NO PARKING

672

IRRIG

673

VLVNPW BOX

21" OAK

19" OAK

SSS ONE WAY

6" CREPE MYRTLE

7.8'

SSS ADA HC PARKING

SSS ADA HC PARKING

SSS ADA HC PARKING

WPB

8398.26

8.51'

8.30'

SSS STOP

866

867

9.0'

9.2'

9.2' 9.3'

922

VBNPW

9.4'

9.6'

9.8'

10.1'

9.9'

9.7'

9.5'

9.2'

8.7'

8.5'

7.6'

8.8'

9.6'

16" OAK

17" OAK

22" OAK

15" OAK

20" OAK24" OAK

21" OAK

17" OAK

33" OAK

9.4'

9.7'

9.6'

9.4'

9.1'

15" OAK

15" OAK

19" OAK

24" OAK

11.3'9.4'

9.9'

10.1'

9.7'

1043

9.92

BOLLARD

1044

9.92

BOLLARD

9.9'

9.5'9.6'

9.8'

9.16

24" OAK

PILING

PILING

9.7'

9.6'

9.1'

SSS STOP

1066

9.01

LL

1067

9.03

LL

1068

8.94

LL

1069

8.93

LL

8'

8'

8'

9'

9'

9'

9'

9'

10'

10'

10'

9'

9'

9'

9'

9'

8'

8'

8'

8'8'

8'

9'

10'

10'

15" OAK

9.2'

EXISTINGPARKING LOT

EXISTINGPARKING LOT

STORMWATER AREA

CONNECT TO

EXISTING

SIDEWALK

ROOT PRUNING

AS NEEDED

8' MAINTENANCE GATE

TRASH RECEPTACLE

(INSTALL IN LINE

WITH BENCHES)

3 - BENCHES (SEE

DETAIL 12, SHEET

6.0)

40" PEDESTRIAN GATE

(ALIGN WITH CENTER OF COURT

6' SIDEWALK (TYP)

6' SIDEWALK (TYP)

10' SIDEWALK

CONTROL JOINT

EVERY 6' AS SHOWN

EXPANSION JOINT

EVERY 30' AS SHOWN

EXPANSION JOINT

ALONG CURB/

EDGE OF ROAD

CONTROL JOINT

EVERY 6' AS SHOWN

EXPANSION JOINT

EVERY 30' AS SHOWN

EXPANSION JOINT

ALONG CURB/

EDGE OF ROAD

5' GRID CONTROL

JOINTS AS SHOWN

EXPANSION JOINT

ALONG COURT

EXPANSION JOINT

EVERY 20' AS SHOWN

MIN 4' SIDEWALK

CLEARANCE

CONCRETE OVERFLOW FLUME

(SEE DETAIL 11, SHEET 6.0)

HANDICAP PARKING

SIGN

40" PEDESTRIAN GATE

10' BLACK VINYL COATED

CHAINLINK FENCE

TAN/GOLD

CENTER CIRCLE

EXPANSION JOINT AT

SIDEWALK CONNECTION

20'

TO CENTER

OF GATE

12' TO

CENTER

OF GATE

3' RADIUS

(TYP. UNLESS NOTED)

HANDICAP PARKING

SIGN

5' R

TAN/GOLD BORDER

CHARCOAL GREY

GARNET

(TYP)

LIMITS OF

CONSTRUCTION

PRUNE TREE LIMBS

AS NECESSARY

FOR 10' FENCE

FORM SIDEWALK

AROUND YARD INLET

INSTALL ROOT BARRIER

AROUND ENTIRE PERIMETER

OF BASKETBALL COURT 12"

FROM THE EDGE OF COURT

PROPOSED COURT

LIGHTING (TYP.)

WHITE

STRIPING

(TYP.)

36' CENTER

TO CENTER

VOLLEYBALL

FLOOR SLEEVE

VOLLEYBALL

FLOOR SLEEVE

AVERAGE 5'

AVERAGE 5'

AVERAGE 5'

+/- 20'

N:434354.1938

E:1582454.9019

N:434354.1938

E:1582560.8920

N:434416.1934

E:1582560.9019

N:434416.1934

E:1582454.9019

DR

MP

Ce

rtifica

te

o

f A

uthorization N

o. 2648

14

35

E

ast P

ie

dm

on

t D

rive

, S

uite 210

T

alla

ha

sse

e, F

lorida 32308

Ph

on

e:8

50

.5

62

.9

60

0 W

WW

.D

RM

P.C

OM

EN

GIN

EE

RS

● S

UR

VE

YO

RS

● P

LA

NN

ER

S

● S

CIE

NT

IS

TS

JULY, 2017

AS SHOWN

16-0071.02

BA

SK

ET

BA

LL C

OU

RT

FLO

RID

A S

TA

TE

UN

IV

ER

SIT

Y

PA

NA

MA

C

IT

Y, F

LO

RID

A

4.0

SIT

E P

LA

N

BASKETBALL COURT NOTES:

1. 60'x94' BASKETBALL COURT ON 62'x106' SLAB.

2. ACRYTECH SURFACE (OR EQUAL) WITH COLORS AS SHOWN.

3. SEE DETAIL 9, SHEET 6.0 FOR COURT CONCRETE SLAB DESIGN

4. VOLLEYBALL SLEEVES TO BE INSTALLED FLUSH WITH

BASKETBALL COURT SURFACE.

5. ALL DISTURBED AREAS NOT PAVED SHALL BE SODDED.

IMPERVIOUS AREA

LOCATION

BASKETBALL COURT

SIDEWALK

AREA (SF) AREA (AC)

6572 0.151

3574 0.082

✩ ✩ ✩

AutoCAD SHX Text
DRAWING:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
NO.
AutoCAD SHX Text
DATE
AutoCAD SHX Text
BY
AutoCAD SHX Text
DO NOT SCALE THIS DRAWING - DIMENSIONS AND NOTES TAKE PREFERENCE
AutoCAD SHX Text
R E V I S I O N S
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DESIGNED BY
AutoCAD SHX Text
DRAWN BY
AutoCAD SHX Text
CHECKED BY
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
PROJECT NO.:
AutoCAD SHX Text
APPROVED BY
AutoCAD SHX Text
MAJOR BRANNEN, P.E.
AutoCAD SHX Text
Florida Engineer # 82449
AutoCAD SHX Text
MHB
AutoCAD SHX Text
MHB
AutoCAD SHX Text
JMM
AutoCAD SHX Text
BRL
AutoCAD SHX Text
BRL
AutoCAD SHX Text
5
AutoCAD SHX Text
8
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
T
AutoCAD SHX Text
VIRES
AutoCAD SHX Text
S
AutoCAD SHX Text
R
AutoCAD SHX Text
L
AutoCAD SHX Text
F
AutoCAD SHX Text
O
AutoCAD SHX Text
D
AutoCAD SHX Text
I
AutoCAD SHX Text
A
AutoCAD SHX Text
N
AutoCAD SHX Text
U
AutoCAD SHX Text
I
AutoCAD SHX Text
ARTES
AutoCAD SHX Text
MORES
AutoCAD SHX Text
S
AutoCAD SHX Text
T
AutoCAD SHX Text
Y
AutoCAD SHX Text
I
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
V
AutoCAD SHX Text
E
AutoCAD SHX Text
T
AutoCAD SHX Text
A
AutoCAD SHX Text
1" = 10'
AutoCAD SHX Text
0
AutoCAD SHX Text
10
AutoCAD SHX Text
5
AutoCAD SHX Text
10
AutoCAD SHX Text
1 Inch = 10 Feet
AutoCAD SHX Text
22x34: 1" = 10'
AutoCAD SHX Text
11x17: 1" = 20'
AutoCAD SHX Text
STATE OF
AutoCAD SHX Text
P
AutoCAD SHX Text
R
AutoCAD SHX Text
O
AutoCAD SHX Text
F
AutoCAD SHX Text
E
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
I
AutoCAD SHX Text
O
AutoCAD SHX Text
N
AutoCAD SHX Text
A
AutoCAD SHX Text
L
AutoCAD SHX Text
E
AutoCAD SHX Text
N
AutoCAD SHX Text
G
AutoCAD SHX Text
I
AutoCAD SHX Text
N
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
M
AutoCAD SHX Text
A
AutoCAD SHX Text
J
AutoCAD SHX Text
O
AutoCAD SHX Text
R
AutoCAD SHX Text
H
AutoCAD SHX Text
.
AutoCAD SHX Text
B
AutoCAD SHX Text
R
AutoCAD SHX Text
A
AutoCAD SHX Text
N
AutoCAD SHX Text
E
AutoCAD SHX Text
N
AutoCAD SHX Text
No. 82449
AutoCAD SHX Text
N
AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
O
AutoCAD SHX Text
O
AutoCAD SHX Text
R
AutoCAD SHX Text
I
AutoCAD SHX Text
I
AutoCAD SHX Text
I
AutoCAD SHX Text
D
AutoCAD SHX Text
A
AutoCAD SHX Text
I
AutoCAD SHX Text
C
AutoCAD SHX Text
E
AutoCAD SHX Text
N
AutoCAD SHX Text
S
AutoCAD SHX Text
E
AutoCAD SHX Text
L

SSS NO PARKING

672

IRRIG

673

VLVNPW BOX

21" OAK

19" OAK

SSS ONE WAY

6" CREPE MYRTLE

7.8'

SSS ADA HC PARKING

SSS ADA HC PARKING

SSS ADA HC PARKING

WPB

8398.26

8.51'

8.30'

SSS STOP

866

867

9.0'

9.2'

9.2' 9.3'

922

VBNPW

9.4'

9.6'

9.8'

10.1'

9.9'

9.7'

9.5'

9.2'

8.7'

8.5'

7.6'

8.8'

9.6'

16" OAK

17" OAK

22" OAK

15" OAK

20" OAK24" OAK

21" OAK

17" OAK

33" OAK

9.4'

9.7'

9.6'

9.4'

9.1'

15" OAK

15" OAK

19" OAK

24" OAK

11.3'9.4'

9.9'

10.1'

9.7'

1043

9.92

BOLLARD

1044

9.92

BOLLARD

9.9'

9.5'9.6'

9.8'

9.16

24" OAK

PILING

PILING

9.7'

9.6'

9.1'

SSS STOP

1066

9.01

LL

1067

9.03

LL

1068

8.94

LL

1069

8.93

LL

8'

8'

8'

9'

9'

9'

9'

9'

10'

10'

10'

9'

9'

9'

9'

9'

8'

8'

8'

8'8'

8'

9'

10'

10'

15" OAK

9.2'

EXISTINGPARKING LOT

EXISTINGPARKING LOT

50'x94' BASKETBALL COURT ON 62'x106' SLAB

CONCRETE OVERFLOW FLUME

(SEE DETAIL 11, SHEET 6.0 FOR

SPOT ELEVATIONS)

9

8

PR. ELEV:9.90'

PR. ELEV:10.00'

PR. ELEV:9.70'

PR. ELEV:9.60'

EX. ELEV:7.90'

PR. ELEV:7.91'

EX. ELEV:9.31'

PR. ELEV:9.80'

PR. ELEV:9.80'

PR. ELEV:9.55'

PR. ELEV:9.95'

EXIST.

4" PVC

PR. ELEV:8.06'

EX. ELEV:7.94'

EX. ELEV:8.00'

PR. ELEV:8.12'

EX. ELEV:7.78'

EX. ELEV:8.35'

EX. ELEV:8.17'

PR. ELEV:8.29'

EX. ELEV:8.57'

PR. ELEV:8.69'

PR. ELEV:8.68'

PR. ELEV:9.75'

PR. ELEV:9.78'

2% MAX

2% MAX

5%

M

AX

5%

M

AX

EX. ELEV:7.76'

EX. ELEV:7.89'

EX. ELEV:8.06'

EX. ELEV:8.16'

EX. ELEV:8.27'

EX. ELEV:7.83'

EX. ELEV:7.80'

EX. ELEV:8.64'

EX. ELEV:8.51'

EX. ELEV:8.57'

EX. ELEV:8.61'

EX. ELEV:8.68'

EX. ELEV:6.68'

EX. ELEV:8.70

EX. ELEV:8.78'

PR. ELEV:9.25'

EX. ELEV:9.51'

EX. ELEV:9.66'

PR. ELEV:9.50'

PR. ELEV:9.50'

PR. ELEV:9.50'

PR. ELEV:9.50'

PR. ELEV:9.50'

PR. ELEV:9.50'

A

A

N:434349.4276

E:1582537.2064

N:434341.5222

E:1582538.9594

N:434349.4276

E:1582505.3446

N:434334.9782

E:1582511.8250

R:4.20'

N:434349.0136

E:1582496.2545

N:434344.2725

E:1582452.3394

N:434338.4829

E:1582443.3272

N:434329.9477

E:1582437.2784

N:434320.6601

E:1582446.8403

N:434334.8463

E:1582488.7016

N:434327.3154

E:1582459.2203

R:67.50'

R:100.00'

R:14.00'

R:7.00'

R:62.00'

PR. ELEV:X.XX'

EX. ELEV:X.XX' EXISTING ELEVATIONS

PROPOSED ELEVATIONS

FLOW ARROWS

LEGEND

LIMITS OF CONSTRUCTION

EX. ELEV:7.79'

2

%

M

A

X

2

%

M

A

X

2

%

M

A

X

2%

M

AX

2%

M

AX

2%

M

AX

2%

M

A

X

DR

MP

Ce

rtifica

te

o

f A

uthorization N

o. 2648

14

35

E

ast P

ie

dm

on

t D

rive

, S

uite 210

T

alla

ha

sse

e, F

lorida 32308

Ph

on

e:8

50

.5

62

.9

60

0 W

WW

.D

RM

P.C

OM

EN

GIN

EE

RS

● S

UR

VE

YO

RS

● P

LA

NN

ER

S

● S

CIE

NT

IS

TS

JULY, 2017

AS SHOWN

16-0071.02

BA

SK

ET

BA

LL C

OU

RT

FLO

RID

A S

TA

TE

UN

IV

ER

SIT

Y

PA

NA

MA

C

IT

Y, F

LO

RID

A

5.0

GR

AD

IN

G/U

TIL

IT

Y P

LA

N

✩ ✩ ✩

AutoCAD SHX Text
DRAWING:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
NO.
AutoCAD SHX Text
DATE
AutoCAD SHX Text
BY
AutoCAD SHX Text
DO NOT SCALE THIS DRAWING - DIMENSIONS AND NOTES TAKE PREFERENCE
AutoCAD SHX Text
R E V I S I O N S
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DESIGNED BY
AutoCAD SHX Text
DRAWN BY
AutoCAD SHX Text
CHECKED BY
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
PROJECT NO.:
AutoCAD SHX Text
APPROVED BY
AutoCAD SHX Text
MAJOR BRANNEN, P.E.
AutoCAD SHX Text
Florida Engineer # 82449
AutoCAD SHX Text
MHB
AutoCAD SHX Text
MHB
AutoCAD SHX Text
JMM
AutoCAD SHX Text
BRL
AutoCAD SHX Text
BRL
AutoCAD SHX Text
5
AutoCAD SHX Text
8
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
T
AutoCAD SHX Text
VIRES
AutoCAD SHX Text
S
AutoCAD SHX Text
R
AutoCAD SHX Text
L
AutoCAD SHX Text
F
AutoCAD SHX Text
O
AutoCAD SHX Text
D
AutoCAD SHX Text
I
AutoCAD SHX Text
A
AutoCAD SHX Text
N
AutoCAD SHX Text
U
AutoCAD SHX Text
I
AutoCAD SHX Text
ARTES
AutoCAD SHX Text
MORES
AutoCAD SHX Text
S
AutoCAD SHX Text
T
AutoCAD SHX Text
Y
AutoCAD SHX Text
I
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
V
AutoCAD SHX Text
E
AutoCAD SHX Text
T
AutoCAD SHX Text
A
AutoCAD SHX Text
1" = 10'
AutoCAD SHX Text
0
AutoCAD SHX Text
10
AutoCAD SHX Text
5
AutoCAD SHX Text
10
AutoCAD SHX Text
1 Inch = 10 Feet
AutoCAD SHX Text
22x34: 1" = 10'
AutoCAD SHX Text
11x17: 1" = 20'
AutoCAD SHX Text
STATE OF
AutoCAD SHX Text
P
AutoCAD SHX Text
R
AutoCAD SHX Text
O
AutoCAD SHX Text
F
AutoCAD SHX Text
E
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
I
AutoCAD SHX Text
O
AutoCAD SHX Text
N
AutoCAD SHX Text
A
AutoCAD SHX Text
L
AutoCAD SHX Text
E
AutoCAD SHX Text
N
AutoCAD SHX Text
G
AutoCAD SHX Text
I
AutoCAD SHX Text
N
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
M
AutoCAD SHX Text
A
AutoCAD SHX Text
J
AutoCAD SHX Text
O
AutoCAD SHX Text
R
AutoCAD SHX Text
H
AutoCAD SHX Text
.
AutoCAD SHX Text
B
AutoCAD SHX Text
R
AutoCAD SHX Text
A
AutoCAD SHX Text
N
AutoCAD SHX Text
E
AutoCAD SHX Text
N
AutoCAD SHX Text
No. 82449
AutoCAD SHX Text
N
AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
O
AutoCAD SHX Text
O
AutoCAD SHX Text
R
AutoCAD SHX Text
I
AutoCAD SHX Text
I
AutoCAD SHX Text
I
AutoCAD SHX Text
D
AutoCAD SHX Text
A
AutoCAD SHX Text
I
AutoCAD SHX Text
C
AutoCAD SHX Text
E
AutoCAD SHX Text
N
AutoCAD SHX Text
S
AutoCAD SHX Text
E
AutoCAD SHX Text
L

DR

MP

Ce

rtifica

te

o

f A

uthorization N

o. 2648

14

35

E

ast P

ie

dm

on

t D

rive

, S

uite 210

T

alla

ha

sse

e, F

lorida 32308

Ph

on

e:8

50

.5

62

.9

60

0 W

WW

.D

RM

P.C

OM

EN

GIN

EE

RS

● S

UR

VE

YO

RS

● P

LA

NN

ER

S

● S

CIE

NT

IS

TS

JULY, 2017

AS SHOWN

16-0071.02

BA

SK

ET

BA

LL C

OU

RT

FLO

RID

A S

TA

TE

UN

IV

ER

SIT

Y

PA

NA

MA

C

IT

Y, F

LO

RID

A

6.0

DE

TA

IL

S

1½"

1"

ONLY

PERMIT

1"

"1"

1"

PARKING BY

DISABLED

½"

1"

1"

1"

1"

1"

"6"

FTO-25

12"

TRAFFIC CONTROL DEVICES (MUTCD)

SECTION 24-23 OF THE MANUAL ON UNIFORMED

HEIGHT OF SIGN SHALL BE IN ACCORDANCE WITH

ONE SIGN REQUIRED FOR EACH PARKING SPACE.

5.

4.

TOP PORTION OF SIGN SHALL HAVE REFLECTORIZED

BACKGROUND WITH BLACK BORDER.

REFLECTORIZED (ENGINEERING GRADE) WHITE

BOTTOM PORTION OF SIGN SHALL HAVE A

WHITE REFLECTORIZED LEGEND AND BORDER.

(ENGINEERING GRADE) BLUE BACKGROUND WITH

3.

18"

2.

"B" OR "C", PER MUTCD.

HEIGHT. LETTERS ARE TO BE SERIES

ALL LETTERS SHALL BE BLACK AND 1" IN

NOTE: (HANDICAP SIGN ONLY)

1.

R

NOTES:

2" (TYP)

M

A

X

.

S

L

O

P

E

1

2

:

1

M

A

X

.

S

L

O

P

E

1

2

:

1

5

'

-

0

"

REF: FDOT INDEX 17346

EQUALLY SPACED PER AISLE

3 - 6" WHITE CHEVRONS

SEE DETAIL ABOVE FOR

RESERVE PARKING SIGNAGE

SPECIFICATIONS

SEE DETAIL ABOVE

FOR DISABLED SYMBOL

SPECIFICATIONS

1. EACH SUCH PARKING SPACE SHALL BE CONSPICUOUSLY STRIPED IN BLUE

PAINT, AND SHALL BE POSTED AND MAINTAINED WITH A PERMANENT, ABOVE

GRADE SIGN BEARING THE INTERNATIONAL SYMBOL OF ACCESSIBILITY, AND

THE CAPTION "PARKING BY DISABLED PERMIT ONLY". SUCH SIGNS SHALL

NOT BE OBSCURED BY A VEHICLE PARKED IN THE SPACE. ALL DISABLED

PARKING SPACES MUST BE SIGNED AND MARKED IN ACCORDANCE WITH

THE STANDARDS ADOPTED BY THE DEPARTMENT OF TRANSPORTATION.

2. PARKING SPACE WIDTH SHALL BE MEASURED FROM CENTER TO CENTER

BETWEEN BLUE AND WHITE STRIPES.

3. WHERE CURBING EXISTS PARALLEL TO STALL, BLUE LINE SHALL BE

REQUIRED ADJACENT TO CURB (WHITE LINE WILL NOT BE REQUIRED).

$250 FINE

F.S. 316.1955

7

"

6

"

3

"

5

"

7

2

"

1

'

-

6

"

2

"

#4 BAR

18" DEEP

1.5%

4"

FINISHED

GRADE

6' SIDEWALK

1

2

" MAX.

6'

4'

2'

2'

1.5'

ELEV:9.00'

ELEV:9.00'

ELEV:9.25'ELEV:9.25'

ELEV:9.00'ELEV:9.00'

ELEV:9.0'ELEV: 9.0'

BOTTOM ELEV: 8.0'

ELEV:9.5'

OVERFLOW ELEV: 9.25'

EXIST. GRADE

PROP. GRADE

1

4

1

4

PROPOSED

BASKETBALL

COURT

ELEV:9.59'

6

"

(

T

Y

P

)

6'-4

"

4'-0"

NOTE:

THIS SYMBOL TO BE WHITE THERMOPLASTIC.

NEW 4" THICK

CONC. WALKS WITH

6x6x10/10 WWF

NEW 1/2"

EXP. JT. MT.

EXPANSION JOINT

MATERIAL

EXPANSION JOINT

MATERIAL

NEW 4" THICK

CONC. WALKS WITH

6x6x10/10 WWF

SAWCUT 1/4" x 1 1/2" WITH

BEVEL; SAWCUT WITHIN 4

TO 24 HOURS OF CASTING

CUT ALTERNATE WIRES AT

CONTROL JOINT LOCATIONS

NOTE:

SPACE AT 30'-0" MAX. O.C. - LOCATE AT ALL WALK INTERSECTIONS

AND WHERE WALKS MEET NEW OR EXISTING CONSTRUCTION.

NOTE:

SPACE AT 5'-0" MAX. O.C. WITH UNIFORM SPACING

LIGHT BROOM

FINISH (TYP.)

15'10'10'

6' FROM FRONT OF EDGE OF

BENCH TO COURT FENCE

1.0% SLOPE

(NORTH TO SOUTH)

NOTES: CONTRACTOR TO PROVIDE COURT CONCRETE DESIGN

STAMPED BY FLORIDA PROFESSIONAL ENGINEER TO

ENGINEER OF RECORD. ENGINEER OF RECORD

RECOMMENDS POST-TENSION CONCRETE WITH NO JOINTS.

BASKETBALL COURT

3" MULCH

24" ROOT

BARRIER

MATERIAL

ROOT BARRIER

MATERIAL AGAINST

COMPACTED GRADE

NOTE:

1. INSTALL ROOT BARRIER AROUND ENTIRE PERIMETER OF

THE BASKETBALL COURT SLAB.

2. WWW.BIOBARRIER.COM

12"

CONCRETE

BASKETBALL

COURT SLAB

FENCE

POST

6' (TYP.)

CE

NT

ER

O

F

SID

EW

AL

K

✩ ✩ ✩

AutoCAD SHX Text
DRAWING:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
NO.
AutoCAD SHX Text
DATE
AutoCAD SHX Text
BY
AutoCAD SHX Text
DO NOT SCALE THIS DRAWING - DIMENSIONS AND NOTES TAKE PREFERENCE
AutoCAD SHX Text
R E V I S I O N S
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DESIGNED BY
AutoCAD SHX Text
DRAWN BY
AutoCAD SHX Text
CHECKED BY
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
PROJECT NO.:
AutoCAD SHX Text
APPROVED BY
AutoCAD SHX Text
MAJOR BRANNEN, P.E.
AutoCAD SHX Text
Florida Engineer # 82449
AutoCAD SHX Text
MHB
AutoCAD SHX Text
MHB
AutoCAD SHX Text
JMM
AutoCAD SHX Text
BRL
AutoCAD SHX Text
BRL
AutoCAD SHX Text
5
AutoCAD SHX Text
8
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
T
AutoCAD SHX Text
VIRES
AutoCAD SHX Text
S
AutoCAD SHX Text
R
AutoCAD SHX Text
L
AutoCAD SHX Text
F
AutoCAD SHX Text
O
AutoCAD SHX Text
D
AutoCAD SHX Text
I
AutoCAD SHX Text
A
AutoCAD SHX Text
N
AutoCAD SHX Text
U
AutoCAD SHX Text
I
AutoCAD SHX Text
ARTES
AutoCAD SHX Text
MORES
AutoCAD SHX Text
S
AutoCAD SHX Text
T
AutoCAD SHX Text
Y
AutoCAD SHX Text
I
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
V
AutoCAD SHX Text
E
AutoCAD SHX Text
T
AutoCAD SHX Text
A
AutoCAD SHX Text
12' MIN
AutoCAD SHX Text
6'
AutoCAD SHX Text
WHITE
AutoCAD SHX Text
BLUE
AutoCAD SHX Text
BLUE
AutoCAD SHX Text
WHITE
AutoCAD SHX Text
BLUE
AutoCAD SHX Text
6" (TYP)
AutoCAD SHX Text
WHITE
AutoCAD SHX Text
BLUE
AutoCAD SHX Text
12' MIN
AutoCAD SHX Text
19' TO CURB
AutoCAD SHX Text
FACE
AutoCAD SHX Text
WHITE
AutoCAD SHX Text
BLUE
AutoCAD SHX Text
2" (TYP)
AutoCAD SHX Text
WHITE
AutoCAD SHX Text
60%%d
AutoCAD SHX Text
BLUE
AutoCAD SHX Text
WHITE
AutoCAD SHX Text
WHITE
AutoCAD SHX Text
6" (TYP)
AutoCAD SHX Text
N.T.S.
AutoCAD SHX Text
TYPICAL ACCESSIBLE PARKING
AutoCAD SHX Text
N.T.S.
AutoCAD SHX Text
SITE FURNISHING LAYOUT
AutoCAD SHX Text
N.T.S.
AutoCAD SHX Text
TYPICAL CONCRETE WHEEL STOP
AutoCAD SHX Text
CONCRETE SIDEWALK TYPICAL
AutoCAD SHX Text
N.T.S.
AutoCAD SHX Text
CONCRETE OVERFLOW FLUME
AutoCAD SHX Text
N.T.S.
AutoCAD SHX Text
CROSS SECTION A-A
AutoCAD SHX Text
N.T.S.
AutoCAD SHX Text
12
AutoCAD SHX Text
3
AutoCAD SHX Text
TYPICAL PAVEMENT SYMBOL
AutoCAD SHX Text
N.T.S.
AutoCAD SHX Text
FOR HANDICAP PARKING
AutoCAD SHX Text
1
AutoCAD SHX Text
4
AutoCAD SHX Text
5
AutoCAD SHX Text
N.T.S.
AutoCAD SHX Text
TYPICAL EXPANSION JOINT DETAIL
AutoCAD SHX Text
6
AutoCAD SHX Text
N.T.S.
AutoCAD SHX Text
TYPICAL CONTROL JOINT DETAIL
AutoCAD SHX Text
7
AutoCAD SHX Text
N.T.S.
AutoCAD SHX Text
WALK DETAIL - BROOM FINISH
AutoCAD SHX Text
8
AutoCAD SHX Text
CONCRETE COURT SLAB TYPICAL
AutoCAD SHX Text
N.T.S.
AutoCAD SHX Text
9
AutoCAD SHX Text
11
AutoCAD SHX Text
13
AutoCAD SHX Text
VICTOR STANLEY TRASH RECEPTACLE
AutoCAD SHX Text
PRESIDIO BENCH
AutoCAD SHX Text
BIO BARRIER DETAIL
AutoCAD SHX Text
N.T.S.
AutoCAD SHX Text
10
AutoCAD SHX Text
N.T.S.
AutoCAD SHX Text
TYPICAL HANDICAP PARKING SIGNAGE
AutoCAD SHX Text
2
AutoCAD SHX Text
STATE OF
AutoCAD SHX Text
P
AutoCAD SHX Text
R
AutoCAD SHX Text
O
AutoCAD SHX Text
F
AutoCAD SHX Text
E
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
I
AutoCAD SHX Text
O
AutoCAD SHX Text
N
AutoCAD SHX Text
A
AutoCAD SHX Text
L
AutoCAD SHX Text
E
AutoCAD SHX Text
N
AutoCAD SHX Text
G
AutoCAD SHX Text
I
AutoCAD SHX Text
N
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
M
AutoCAD SHX Text
A
AutoCAD SHX Text
J
AutoCAD SHX Text
O
AutoCAD SHX Text
R
AutoCAD SHX Text
H
AutoCAD SHX Text
.
AutoCAD SHX Text
B
AutoCAD SHX Text
R
AutoCAD SHX Text
A
AutoCAD SHX Text
N
AutoCAD SHX Text
E
AutoCAD SHX Text
N
AutoCAD SHX Text
No. 82449
AutoCAD SHX Text
N
AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
O
AutoCAD SHX Text
O
AutoCAD SHX Text
R
AutoCAD SHX Text
I
AutoCAD SHX Text
I
AutoCAD SHX Text
I
AutoCAD SHX Text
D
AutoCAD SHX Text
A
AutoCAD SHX Text
I
AutoCAD SHX Text
C
AutoCAD SHX Text
E
AutoCAD SHX Text
N
AutoCAD SHX Text
S
AutoCAD SHX Text
E
AutoCAD SHX Text
L

RText (RText)

JULY 18, 2017

AS SHOWN

16-0071.02

BA

SK

ET

B

AL

L C

OU

RT

FL

OR

ID

A S

TA

TE

UN

IV

ER

SIT

Y

APPLIED RESEARCH AND DESIGN, INC.313 WILLIAMS STREET, UNIT #8

TALLAHASSEE, FL 32303

Tel: (850) 668-6324 -- E-mail: [email protected]

FL CA#8948JAMES M. LAMB, PE#52688

SITE ELECTRICAL PLANSCALE: 1"=20'-0"

RText (RText)

JULY 18, 2017

AS SHOWN

16-0071.02

BA

SK

ET

B

AL

L C

OU

RT

FL

OR

ID

A S

TA

TE

UN

IV

ER

SIT

Y

APPLIED RESEARCH AND DESIGN, INC.313 WILLIAMS STREET, UNIT #8

TALLAHASSEE, FL 32303

Tel: (850) 668-6324 -- E-mail: [email protected]

FL CA#8948JAMES M. LAMB, PE#52688

COURT LIGHTING POLE BASE DETAILNO SCALE

TRENCH DETAILNO SCALE

POST TOP LIGHTING POLE DETAILNO SCALE

POST TOP LIGHTING POLE DETAILNO SCALE

RText (RText)

AUGUST 11, 2017

AS SHOWN

16-0071.02

BA

SK

ET

B

AL

L C

OU

RT

FL

OR

ID

A S

TA

TE

UN

IV

ER

SIT

Y

APPLIED RESEARCH AND DESIGN, INC.313 WILLIAMS STREET, UNIT #8

TALLAHASSEE, FL 32303

Tel: (850) 668-6324 -- E-mail: [email protected]

FL CA#8948JAMES M. LAMB, PE#52688

SITE ELECTRICAL PLANSCALE:

RText (RText)

AUGUST 11, 2017

AS SHOWN

16-0071.02

BA

SK

ET

B

AL

L C

OU

RT

FL

OR

ID

A S

TA

TE

UN

IV

ER

SIT

Y

APPLIED RESEARCH AND DESIGN, INC.313 WILLIAMS STREET, UNIT #8

TALLAHASSEE, FL 32303

Tel: (850) 668-6324 -- E-mail: [email protected]

FL CA#8948JAMES M. LAMB, PE#52688

COURT LIGHTING POLE BASE DETAILNO SCALE

TRENCH DETAILNO SCALE

POST TOP LIGHTING POLE DETAILNO SCALE

POST TOP LIGHTING POLE DETAILNO SCALE