Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
South Pointe Park - Fountain Remediation
South Pointe Park Fountain Remediation Miami Beach,Florida Project Number: 114065 MIAMI BEACH CAPITAL IMPROVEMENTS PROJECTS NEIGHBORHOOD 12- SOUTH POINTE SOUTH POINTE PARK- FOUNTAIN REMEDIATION PK-2015-SOUTH POINTE BID SET SPECIFICATIONS 04/28/2015 South Point Park Fountain Remediation Miami Beach, Florida TABLE OF CONTENTS DIVISION 01- GENERAL REQUIREMENTS 011000 SUMMARY 012500 SUBSTITUTION PROCEDURES 012600 CONTRACT MODIFICATION PROCEDURES 012900 PAYMENT PROCEDURES 013100 PROJECT MANAGEMENT AND COORDINATION 013200 CONSTRUCTION PROGRESS DOCUMENTATION 013300 SUBMITTAL PROCEDURES 014000 QUALITY REQUIREMENTS 015000 TEMPORARY FACILITIES AND CONTROLS 015639 TEMPORARY TREE PROTECTION 016000 PRODUCT REQUIREMENTS 017300 EXECUTION 017700 CLOSEOUT PROCEDURES 017823 OPERATION AND MAINTENANCE DATA 017839 PROJECT RECORD DOCUMENTS 017900 DEMONSTRATION AND TRAINING DIVISION 2—EXISTING CONDITIONS 024119 SELECTIVE STRUCTURE DEMOLITION DIVISION 3—CONCRETE 033000 CAST-IN-PLACE CONCRETE DIVISION 26—ELECTRICAL 260126 ELECTRICAL TESTING 260500 BASIC ELECTRICAL MATERIALS AND METHODS 260519 CONDUCTORS AND CABLES 260526 GROUNDING AND BONDING 260533 RACEWAYS AND BOXES 260923 LIGHTING CONTROL DEVICES 262416 PANELBOARDS 262813 FUSES 262816 ENCLOSED SWITCHES AND CIRCUIT BREAKERS 265113 LIGHTING FIXTURES DIVISION 31- EARTHWORK 311000 SITE CLEARING 312000 EARTH MOVING 313116 TERMITE CONTROL Project Number: 114065 TOC- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida DIVISION 32—EXTERIOR IMPROVEMENTS 321313 CONCRETE PAVING—SITE 321316 DECORATIVE CONCRETE PAVING FINISHES—SITE INTEGRALLY COLORED CONCRETE WITH EXPOSED COQUINA SHELL FINISH 328400 PLANTING IRRIGATION 329001 CITY OF MIAMI BEACH LANDSCAPE INSTALLATION AND SPECIFICATION STANDARDS 329119 FINE GRADING 329200 TURF AND GRASSES 329300 EXTERIOR PLANTS 329643 TREE RELOCATION AND PROTECTION END OF TABLE OF CONTENTS Project Number: 114065 TOC -2 BID SET South Point Park Fountain Remediation Miami Beach, Florida SECTION 011000- SUMMARY PART 1 -GENERAL 1.1 SUMMARY A. Section includes: 1. Project information. 2. Work covered by Contract Documents. 3. Phased construction. 4. Work under separate contracts. 5. Access to site. 6. Coordination with occupants. 7. Work restrictions. 8. Specification and drawing conventions. 1.2 PROJECT INFORMATION A. Project Identification: South Pointe Park Remediation—Water Feature 1. Project Location: 1 Washington Ave, Miami Beach, FL 33139. B. Owner: City of Miami Beach, Capital Improvement Projects office, 1700 Convention Center Drive, Miami Beach, FL 305-673-7071 1. Jorge L. Rodriguez-CIP Project Manager JorgeRodriguez @miamibeachfl.gov 2. Mark E.Tomczyk Sr. Capital Projects Coordinator MarkTomczyk @miamibeachfl.gov C. Architect: EDSA, 1512 East Broward Blvd, Suite 110, Fort Lauderdale, FL 33301 954-524- 3330 1. Eric Propes—Associate Principal, epropes @edsaplan.com 2. Elizabeth Suiter—Project Manager, bsuiter @edsaplan.com D. Project Web Site: A Project Web site (http://www.e-builder.net/) administered by the City will be used for purposes of managing communication and documents during the construction stage. 1. See Division 01 Section "Project Management and Coordination" for Contractor's requirements for utilizing the Project Web site. Project Number: 114065 011000- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of the Project is defined by the Contract Documents and consists of the following project summary: B. Type of Contract. 1. Project will be constructed under a single prime contract. a. South Pointe Park Remediation—Water Feature 1.4 ACCESS TO SITE A. General: Contractor shall have limited use of Project site for construction operations as indicated on Drawings by the Contract limits and as indicated by requirements of this Section. The remaining areas of the park will be open to the public B. Use of Site: Limit use of Project site to areas within the Contract limits indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Limits: Confine construction operations to the plaza existing project area only as shown on the limit of work. 2. Driveways, Walkways and Entrances outside of the project limits: Keep all driveways and entrances serving premises clear and available to Public, Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. a. Schedule deliveries to minimize use of driveways and entrances by construction operations. b. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. 1.5 COORDINATION WITH OCCUPANTS A. Partial Owner Occupancy: Owner will occupy the premises during entire construction period, with the exception of areas under construction. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's operations. Maintain existing exits unless otherwise indicated. 1. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Owner and authorities having jurisdiction. 2. Provide not less than 72 hours' notice to Owner of activities that will affect Owner's operations. Project Number: 114065 011000-2 BID SET South Point Park Fountain Remediation Miami Beach, Florida 1.6 WORK RESTRICTIONS A. Work Restrictions, General: Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets and other requirements of authorities having jurisdiction. B. On-Site Work Hours: Comply with local codes and limit work in the existing building to normal business working hours, Monday through Friday, except as otherwise indicated. C. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after providing temporary utility services according to requirements indicated: 1. Notify Owner not less than three days in advance of proposed utility interruptions. 2. Obtain Owner's written permission before proceeding with utility interruptions. D. Noise, Vibration, and Odors: Coordinate operations that may result in high levels of noise and vibration, odors, or other disruption to Owner occupancy with Owner. 1. Notify Owner not less than three days in advance of proposed disruptive operations. E. Controlled Substances: Use of tobacco products and other controlled substances within the on the Project site is not permitted. 1.7 SPECIFICATION AND DRAWING CONVENTIONS A. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Imperative mood and streamlined language are generally used in the Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon(:)is used within a sentence or phrase. 2. Specification requirements are to be performed by Contractor unless specifically stated otherwise. B. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications. C. Drawing Coordination: Requirements for materials and products identified on the Drawings are described in detail in the Specifications. One or more of the following are used on the Drawings to identify materials and products: 1. Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections. 2. Abbreviations: Materials and products are identified by abbreviations Project Number: 114065 011000-3 BID SET South Point Park Fountain Remediation Miami Beach, Florida PART 2-PRODUCTS(Not Used) PART 3 -EXECUTION(Not Used) END OF SECTION 011000 Project Number: 114065 011000-4 BID SET South Point Park Fountain Remediation Miami Beach, Florida SECTION 012500 - SUBSTITUTION PROCEDURES PART 1 -GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for substitutions. B. Related Section: 1. Division 01 Section "Product Requirements" for requirements for submitting comparable product submittals for products by listed manufacturers. 1.2 DEFINITIONS A. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. 1.3 SUBMITTALS A. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use CSI Form 13.1A 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified product or fabrication or installation cannot be provided, if applicable. b. Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by Owner and separate contractors,that will be necessary to accommodate proposed substitution. c. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Include annotated copy of applicable specification section. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, sustainable design characteristics, warranties, and specific features and requirements indicated. Indicate deviations, if any, from the Work specified. d. Product Data, including drawings and descriptions of products and fabrication and installation procedures. e. Samples, where applicable or requested. f. Certificates and qualification data,where applicable or requested. g. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners. h. Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. Project Number: 114065 012500- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida i. Research reports evidencing compliance with building code in effect for Project. j. Detailed comparison of Contractor's construction schedule using proposed substitution with products specified for the Work, including effect on the overall Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating date of receipt of purchase order, lack of availability, or delays in delivery. k. Cost information, including a proposal of change, if any, in the Contract Sum. 1. Contractor's certification that proposed substitution complies with requirements in the Contract Documents except as indicated in substitution request, is compatible with related materials, and is appropriate for applications indicated. m. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 3. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within seven days of receipt of a request for substitution. Architect will notify Contractor of acceptance or rejection of proposed substitution within 15 days of receipt of request, or seven days of receipt of additional information or documentation,whichever is later. a. Forms of Acceptance: Change Order, Construction Change Directive, or Architect's Supplemental Instructions for minor changes in the Work. b. Use product specified if Architect does not issue a decision on use of a proposed substitution within time allocated. 1.4 QUALITY ASSURANCE A. Compatibility of Substitutions: Investigate and document compatibility of proposed substitution with related products and materials. Engage qualified testing agency to perform compatibility tests recommended by manufacturers. PART 2 - PRODUCTS 2.1 SUBSTITUTIONS A. Substitutions for Cause: Submit requests for substitution immediately upon discovery of need for change, but not later than 15 days prior to time required for preparation and review of related submittals. 1. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied: a. Requested substitution is consistent with the Contract Documents and will produce indicated results. b. Requested substitution will not adversely affect Contractor's construction schedule. c. Requested substitution has received necessary approvals of authorities having jurisdiction. d. Requested substitution is compatible with other portions of the Work. Project Number: 114065 012500-2 BID SET South Point Park Fountain Remediation Miami Beach, Florida e. Requested substitution has been coordinated with other portions of the Work. f. - Requested substitution provides specified warranty. g. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. h. Contractor shall be responsible for all cost to the consultant team (at consultant's standard rate)for time and expenses to review and approve all substitutions. B. Substitutions for Convenience: Architect will consider requests for substitution if received within 30 days after the Notice to Proceed. 1. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied: a. Requested substitution offers Owner a substantial advantage in cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Architect for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations. b. Requested substitution does not require extensive revisions to the Contract Documents. c. Requested substitution is consistent with the Contract Documents and will produce indicated results. d. Requested substitution will not adversely affect Contractor's construction schedule. e. Requested substitution has received necessary approvals of authorities having jurisdiction. f. Requested substitution is compatible with other portions of the Work. g. Requested substitution has been coordinated with other portions of the Work. h. Requested substitution provides specified warranty. i. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. j. Contractor shall be responsible for all cost to the consultant team (at consultant's standard rate) for time and expenses to review and approve all substitutions. PART 3 - EXECUTION(Not Used) END OF SECTION 012500 Project Number: 114065 012500-3 BID SET South Point Park Fountain Remediation Miami Beach, Florida SECTION 012600-CONTRACT MODIFICATION PROCEDURES PART 1 -GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for handling and processing Contract modifications. 1.2 MINOR CHANGES IN THE WORK A. Architect will issue supplemental instructions authorizing minor changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on AIA Document G710, "Architect's Supplemental Instructions." 1.3 PROPOSAL REQUESTS A. Owner-Initiated Proposal Requests: Architect will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Proposal Requests issued by Architect are not instructions either to stop work in progress or to execute the proposed change. 2. Within time specified in Proposal Request after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. c. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. e. Quotation Form: Use forms acceptable to Architect. Project Number: 114065 012600- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida B. Contractor-Initiated Proposals: If latent or changed conditions require modifications to the Contract, Contractor may initiate a claim by submitting a request for a change to Architect. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Include costs of labor and supervision directly attributable to the change. 5. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 6. Comply with requirements in Division 01 Section "Substitution Procedures" if the proposed change requires substitution of one product or system for product or system specified. 7. Proposal Request Form: Use form acceptable to Architect. 1.4 CHANGE ORDER PROCEDURES A. On Owner's approval of a Proposal Request, Architect will issue a Change Order for signatures of Owner and Contractor on AIA Document G701. 1.5 CONSTRUCTION CHANGE DIRECTIVE A. Change Directive: Architect may issue a Change Directive on AIA Document G714. Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Change Directive contains a complete description of change in the Work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time. B. Documentation: Maintain detailed records on a time and material basis of work required by the Change Directive. 1. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. • Project Number: 114065 012600-2 BID SET i South Point Park Fountain Remediation Miami Beach, Florida PART 2- PRODUCTS (Not Used) PART 3 - EXECUTION(Not Used) END OF SECTION 012600 Project Number: 114065 012600-3 BID SET I I I South Point Park Fountain Remediation Miami Beach, Florida SECTION 012900- PAYMENT PROCEDURES PART 1 -GENERAL 1.1 SUMMARY A. This Section specifies administrative and procedural requirements necessary to prepare and process Applications for Payment. 1.2 SCHEDULE OF VALUES A. Coordination: Coordinate preparation of the schedule of values with preparation of Contractor's construction schedule. 1. Correlate line items in the schedule of values with other required administrative forms and schedules, including the following: a. Application for Payment forms with continuation sheets. b. Submittal schedule. c. Items required to be indicated as separate activities in Contractor's construction schedule. 2. Submit the schedule of values to Architect at earliest possible date but no later than seven days before the date scheduled for submittal of initial Applications for Payment. B. Format and Content: Use the Project Manual table of contents as a guide to establish line items for the schedule of values. Provide at least one line item for each Specification Section. 1. Identification: Include the following Project identification on the schedule of values: a. Project name and location. b. Name of Architect. c. Architect's project number. d. Contractor's name and address. e. Date of submittal. 2. Arrange schedule of values consistent with format of AIA Document G703 3. Provide a breakdown of the Contract Sum in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. Coordinate with the Project Manual table of contents. Provide multiple line items for principal subcontract amounts in excess of five percent of Contract Sum. a. Include separate line items under principal subcontracts for project closeout requirements in an amount totaling five percent of the Contract Sum and subcontract amount. 4. Round amounts to nearest whole dollar; total shall equal the Contract Sum. Project Number: 114065 012900- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida 5. Provide a separate line item in the schedule of values for each part of the Work where Applications for Payment may include materials or equipment purchased or fabricated and stored, but not yet installed. 6. Provide separate line items in the schedule of values for initial cost of materials, for each subsequent stage of completion, and for total installed value of that part of the Work. 7. Each item in the schedule of values and Applications for Payment shall be complete. Include total cost and proportionate share of general overhead and profit for each item. a. Temporary facilities and other major cost items that are not direct cost of actual work-in-place may be shown either as separate line items in the schedule of values or distributed as general overhead expense,at Contractor's option. 8. Schedule Updating: Update and resubmit the schedule of values before the next Applications for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum. 1.3 APPLICATIONS FOR PAYMENT A. Each Application for Payment shall be consistent with previous applications and payments as certified by Architect and paid for by Owner. 1. Initial Application for Payment, Application for Payment at time of Substantial Completion,and final Application for Payment involve additional requirements. B. Payment Application Times: Progress payments shall be submitted to Architect by the 5th day of the month. The period covered by each Application for Payment is one month, ending on the last day of the month. C. Application for Payment Forms: Use AIA Document G702 and AIA Document G703 as form for Applications for Payment. D. Application Preparation: Complete every entry on form. Notarize and execute by a person authorized to sign legal documents on behalf of Contractor. Architect will return incomplete applications without action. 1. Entries shall match data on the schedule of values and Contractor's construction schedule. Use updated schedules if revisions were made. 2. Include amounts of Change Orders and Construction Change Directives issued before last day of construction period covered by application. E. Transmittal: Submit three signed and notarized original copies of each Application for Payment to Architect by a method ensuring receipt within 24 hours. One copy shall include waivers of lien and similar attachments if required. 1. Transmit each copy with a transmittal form listing attachments and recording appropriate information about application. F. Waivers of Mechanic's Lien: With each Application for Payment, submit waivers of mechanic's lien from entities lawfully entitled to file a mechanic's lien arising out of the Contract and related to the Work covered by the payment. Project Number: 114065 012900-2 BID SET South Point Park Fountain Remediation Miami Beach, Florida 1. Submit partial waivers on each item for amount requested in previous application, after deduction for retainage,on each item. 2. When an application shows completion of an item, submit conditional final or full waivers. 3. Owner reserves the right to designate which entities involved in the Work must submit waivers. 4. Waiver Forms: Submit waivers of lien on forms, executed in a manner acceptable to Owner. G. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include the following: 1. List of subcontractors. 2. Schedule of values. 3. Contractor's construction schedule(preliminary if not final). 4. Schedule of unit prices. 5. Submittal schedule(preliminary if not final). 6. List of Contractor's staff assignments. 7. List of Contractor's principal consultants. 8. Copies of building permits. 9. Copies of authorizations and licenses from authorities having jurisdiction for performance of the Work. 10. Initial progress report. 11. Report of preconstruction conference. H. Application for Payment at Substantial Completion: After issuing the Certificate of Substantial Completion, submit an Application for Payment showing 100 percent completion for portion of the Work claimed as substantially complete. 1. Include documentation supporting claim that the Work is substantially complete and a statement showing an accounting of changes to the Contract Sum. 2. This application shall reflect Certificates of Partial Substantial Completion issued previously for Owner occupancy of designated portions of the Work. Final Payment Application: Submit final Application for Payment with releases and supporting documentation not previously submitted and accepted, including, but not limited, to the following: 1. Evidence of completion of Project closeout requirements. 2. Insurance certificates for products and completed operations where required and proof that taxes,fees, and similar obligations were paid. 3. Updated final statement, accounting for final changes to the Contract Sum. 4. AIA Document G706-1994, "Contractor's Affidavit of Payment of Debts and Claims." 5. AIA Document G706A-1994, "Contractor's Affidavit of Release of Liens." 6. AIA Document G707-1994, "Consent of Surety to Final Payment." 7. Evidence that claims have been settled. 8. Final meter readings for utilities, a measured record of stored fuel, and similar data as of date of Substantial Completion or when Owner took possession of and assumed responsibility for corresponding elements of the Work. 9. Final liquidated damages settlement statement. Project Number: 114065 012900-3 BID SET South Point Park Fountain Remediation Miami Beach, Florida PART 2 - PRODUCTS(Not Used) PART 3 - EXECUTION(Not Used) END OF SECTION 012900 Project Number: 114065 012900-4 BID SET South Point Park Fountain Remediation Miami Beach, Florida SECTION 013100- PROJECT MANAGEMENT AND COORDINATION PART 1 -GENERAL 1.1 SUMMARY A. Section includes administrative provisions for coordinating construction operations on Project including, but not limited to,the following: 1. Coordination drawings. 2. Requests for Information(RFIs). 3. Project Web site. 4. Project meetings. B. Related Sections: 1. Division 01 Section "Execution" for procedures for coordinating general installation and field-engineering services, including establishment of benchmarks and control points. 1.2 DEFINITIONS A. RFI: Request from Owner, Architect,or Contractor seeking information from each other during ' construction. 1.3 COORDINATION A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections, that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components to ensure maximum performance and accessibility for required maintenance,service,and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. B. Prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. 1. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. Project Number: 114065 013100- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to,the following: 1. Preparation of Contractor's construction schedule. 2. Preparation of the schedule of values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Preinstallation conferences. 7. Project closeout activities. 8. Startup and adjustment of systems. 9. Project closeout activities. 1.4 COORDINATION DRAWINGS A. Coordination Drawings, General: Prepare coordination drawings in accordance with requirements in individual Sections, where installation is not completely shown on Shop Drawings, where limited space availability necessitates coordination, or if coordination is required to facilitate integration of products and materials fabricated or installed by more than one entity. 1. Content: Project-specific information, drawn accurately to a scale large enough to indicate and resolve conflicts. Do not base coordination drawings on standard printed data. Include the following information,as applicable: a. Indicate functional and spatial relationships of components of architectural, structural, civil, mechanical,and electrical systems. b. Indicate dimensions shown on the Drawings. Specifically note dimensions that appear to be in conflict with submitted equipment and minimum clearance requirements. Provide alternate sketches to Architect indicating proposed resolution of such conflicts. Minor dimension changes and difficult installations will not be considered changes to the Contract. 1.5 REQUESTS FOR INFORMATION(RFIs) A. General: Immediately on discovery of the need for additional information or interpretation of the Contract Documents, Contractor shall prepare and submit an RFI in the form specified. 1. Architect will return RFIs submitted to Architect by other entities controlled by Contractor with no response. 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors. B. Content of the RFI: Include a detailed, legible description of item needing information or interpretation and the following: 1. Project name. 2. Project number. Project Number: 114065 013100-2 BID SET South Point Park Fountain Remediation Miami Beach, Florida 3. Date. 4. Name of Contractor. 5. Name of Architect 6. RFI number, numbered sequentially. 7. RFI subject. 8. Specification Section number and title and related paragraphs,as appropriate. 9. Drawing number and detail references, as appropriate. 10. Field dimensions and conditions, as appropriate. 11. Contractor's suggested resolution. If Contractor's solution(s) impacts the Contract Time or the Contract Sum,Contractor shall state impact in the RFI. 12. Contractor's signature. 13. Attachments: Include sketches, descriptions, measurements, photos, Product Data, Shop Drawings, coordination drawings, and other information necessary to fully describe items needing interpretation. C. RFI Forms: AIA Document G716 D. Architect's Action: Architectwill review each RFI, determine action required, and respond. Allow seven working days for Architect's response for each RFI. RFIs received by Architect after 1:00 p.m. will be considered as received the following working day. 1. The following RFIs will be returned without action: a. Requests for approval of submittals. b. Requests for approval of substitutions. c. Requests for coordination information already indicated in the Contract Documents. d. Requests for adjustments in the Contract Time or the Contract Sum. e. Requests for interpretation of Architect's actions on submittals. f. Incomplete RFIs or inaccurately prepared RFIs. 2. Architect's action may include a request for additional information, in which case Architect's time for response will date from time of receipt of additional information. 3. Architect's action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change Proposal according to Division 01 Section "Contract Modification Procedures." a. If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum, notify Architect in writing within 10 days of receipt of the RFI response. E. On receipt of Architect's action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify Architect within seven days if Contractor disagrees with response. F. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. Submit log weekly. Use CSI Log Form 13.2B. 1. Project name. 2. Name and address of Contractor. 3. Name and address of Architect Project Number: 114065 013100-3 BID SET South Point Park Fountain Remediation Miami Beach, Florida 4. RFI number including RFIs that were dropped and not submitted. 5. RFI description. 6. Date the RFI was submitted. 7. Date Architect's response was received. 8. 9. Identification of related Minor Change in the Work, Construction Change Directive, and Proposal Request, as appropriate. 1.6 PROJECT WEB SITE A. Use Owner's Project Web site or other approved methods for purposes of hosting and managing project communication and documentation until Final Completion. Project Web site shall include the following functions: 1. Project directory. 2. Project correspondence. 3. Meeting minutes. 4. Contract modifications forms and logs. 5. RFI forms and logs. 6. Task and issue management. 7. Photo documentation. 8. Schedule and calendar management. 9. Submittals forms and logs. 10. Payment application forms. 11. Drawing and specification document hosting,viewing,and updating. 12. Online document collaboration. 13. Reminder and tracking functions. 14. Archiving functions. B. Upon completion of Project, provide one complete archive copy of Project Web site files to Owner and to Architect in a digital storage format acceptable to the Architect. C. Contractor, subcontractors, and other parties granted access by the Owner to Project Web site shall execute a data licensing agreement in the form of AIA Document C106 D. General: Architect will schedule and conduct meetings and conferences at Project site, unless otherwise indicated. 1. Minutes: Entity responsible for conducting meeting will record significant discussions and agreements achieved. Distribute the meeting minutes to everyone concerned, including Owner and Architect, within 3 days of the meeting. E. Preconstruction Conference: Architect will schedule and conduct a preconstruction conference before starting construction, at a time convenient to Owner and Architect, but no later than 15 days after execution of the Agreement. 1. Attendees: Authorized representatives of Owner, Architect, and their consultants; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the conference. Participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. Project Number: 114065 013100-4 BID SET South Point Park Fountain Remediation Miami Beach, Florida 2. Agenda: Discuss items of significance that could affect progress, including the following: a. Tentative construction schedule. b. Phasing. c. Critical work sequencing and long-lead items. d. Designation of key personnel and their duties. e. Procedures for processing field decisions and Change Orders. f. Procedures for RFIs. g. Procedures for testing and inspecting. h. Procedures for processing Applications for Payment. i. Distribution of the Contract Documents. j. Submittal procedures. k. Sustainable design requirements. 1. Preparation of record documents. m. Use of the premises n. Work restrictions. o. Working hours. P. Owner's occupancy requirements. q. Responsibility for temporary facilities and controls. r. Procedures for moisture and mold control. s. Procedures for disruptions and shutdowns. t. Construction waste management and recycling. u. Parking availability. v. Office,work, and storage areas. w. Equipment deliveries and priorities. x. First aid. y. Security. z. Progress cleaning. 3. Minutes: Entity responsible for conducting meeting will record and distribute meeting minutes. F. Preinstallation Conferences: Conduct a preinstallation conference at Project site before each construction activity that requires coordination with other construction. 1. Attendees: Installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise Architectof scheduled meeting dates. 2. Agenda: Review progress of other construction activities and preparations for the particular activity under consideration, including requirements for the following: a. Contract Documents. b. Options. c. Related RFIs. d. Related Change Orders. e. Purchases. f. Deliveries. g. Submittals. h. Review of mockups. Project Number: 114065 013100-5 BID SET South Point Park Fountain Remediation Miami Beach, Florida i. Possible conflicts. j. Compatibility problems. k. Time schedules. 1. Weather limitations. m. Manufacturer's written recommendations. n. Warranty requirements. o. Compatibility of materials. P. Acceptability of substrates. q. Temporary facilities and controls. r. Space and access limitations. s. Regulations of authorities having jurisdiction. t. Testing and inspecting requirements. u. Installation procedures. v. Coordination with other work. w. Required performance results. x. Protection of adjacent work. y. Protection of construction and personnel. 3. Record significant conference discussions, agreements, and disagreements, including required corrective measures and actions. 4. Reporting: Distribute minutes of the meeting to each party present and to other parties requiring information. q g 5. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. G. Progress Meetings: Conduct progress meetings at bi weekly intervals. 1. Attendees: In addition to representatives of Owner and Architect, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the meeting shall be familiar with Project and authorized to Conclude matters relating to the Work. 2. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or behind schedule, in relation to Contractor's construction schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. 1) Review schedule for next period. b. Review present and future needs of each entity present, including the following: 1) Interface requirements. 2) Sequence of operations. Project Number: 114065 013100-6 BID SET South Point Park Fountain Remediation Miami Beach, Florida 3) Status of submittals. 4) Deliveries. 5) Off-site fabrication. 6) Access. 7) Site utilization. 8) Temporary facilities and controls. 9) Progress cleaning. 10) Quality and work standards. 11) Status of correction of deficient items. 12) Field observations. 13) Status of RFIs. 14) Status of proposal requests. 15) Pending changes. 16) Status of Change Orders. 17) Pending claims and disputes. 18) Documentation of information for payment requests. 3. Minutes: Entity responsible for conducting the meeting will record and distribute the meeting minutes to each party present and to parties requiring information. a. Schedule Updating: Revise Contractor's construction schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. PART 2- PRODUCTS(Not Used) PART 3 - EXECUTION(Not Used) END OF SECTION 013100 Project Number: 114065 013100-7 BID SET I South Point Park Fountain Remediation Miami Beach, Florida SECTION 013200-CONSTRUCTION PROGRESS DOCUMENTATION PART 1 -GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: 1. Contractor's construction schedule. 2. Daily construction reports. 3. Field condition reports. 1.2 DEFINITIONS A. Critical Path: The longest connected chain of interdependent activities through the network schedule that establishes the minimum overall Project duration and contains no float. 1.3 INFORMATIONAL SUBMITTALS A. Format for Submittals: Submit required submittals in the following format: 1. PDF electronic file. B. Start-up Network Diagram: Of size required to display entire network for entire construction period. Show logic ties for activities. C. Contractor's Construction Schedule: Initial schedule, of size required to display entire schedule for entire construction period. D. CPM Reports: Concurrent with CPM schedule, submit each of the following reports. Format for each activity in reports shall contain activity number, activity description, original duration, remaining duration, early start date, early finish date, late start date, late finish date, and total float in calendar days. 1. Activity Report: List of all activities sorted by activity number and then early start date, or actual start date if known. 2. Logic Report: List of preceding and succeeding activities for all activities, sorted in ascending order by activity number and then early start date,or actual start date if known. 3. Total Float Report: List of all activities sorted in ascending order of total float. 4. Earnings Report: Compilation of Contractor's total earnings from commencement of the Work until most recent Application for Payment. E. Daily Construction Reports: Submit at bi-weekly F. Field Condition Reports: Submit at time of discovery of differing conditions. Project Number: 114065 013200- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida 1.4 COORDINATION A. Coordinate preparation and processing of schedules and reports with performance of construction activities and with scheduling and reporting of separate contractors. B. Coordinate Contractor's construction schedule with the schedule of values, submittal schedule, progress reports, payment requests,and other required schedules and reports. 1. Secure time commitments for performing critical elements of the Work from entities involved. 2. Coordinate each construction activity in the network with other activities and schedule them in proper sequence. PART 2- PRODUCTS 2.1 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL A. Time Frame: Extend schedule from date established for Notice of Award to date of Final completion. 1. Contract completion date shall not be changed by submission of a schedule that shows an early completion date, unless specifically authorized by Change Order. B. Activities: Treat each story or separate area as a separate numbered activity for each principal element of the Work. Comply with the following: 1. Activity Duration: Define activities so no activity is longer than 20 days, unless specifically allowed by Architect. 2. Procurement Activities: Include procurement process activities for the following long lead items and major items, requiring a cycle of more than 60 days, as separate activities in schedule. Procurement cycle activities include, but are not limited to, submittals, approvals, purchasing, fabrication, and delivery. 3. Submittal Review Time: Include review and resubmittal times indicated in Division 01 Section "Submittal Procedures" in schedule. Coordinate submittal review times in Contractor's construction schedule with submittal schedule. 4. Startup and Testing Time: Include not less than 15 days for startup and testing. 5. Substantial Completion: Indicate completion in advance of date established for Substantial Completion, and allow time for Architect's administrative procedures necessary for certification of Substantial Completion. 6. Punch List and Final Completion: Include not more than 30 days for punch list and final completion. C. Constraints: Include constraints and work restrictions indicated in the Contract Documents and as follows in schedule, and show how the sequence of the Work is affected. a. Coordination with existing construction. b. Limitations of continued occupancies. c. Uninterruptible services. d. Partial occupancy before Substantial Completion. Project Number: 114065 013200-2 BID SET South Point Park Fountain Remediation Miami Beach, Florida e. Use of premises restrictions. f. Provisions for future construction. g. Seasonal variations. h. Environmental control. D. Milestones: Include milestones indicated in the Contract Documents in schedule, including, but not limited to,the Notice to Proceed, Substantial Completion,and final completion. E. Upcoming Work Summary: Prepare summary report indicating activities scheduled to occur or commence prior to submittal of next schedule update. Summarize the following issues: 1. Unresolved issues. 2. Unanswered RFIs. 3. Rejected or unreturned submittals. 4. Notations on returned submittals. F. Recovery Schedule: When periodic update indicates the Work is 14 or more calendar days behind the current approved schedule, submit a separate recovery schedule indicating means by which Contractor intends to regain compliance with the schedule. G. Computer Scheduling Software: Prepare schedules using current version of a program that has been developed specifically to manage construction schedules. 2.2 CONTRACTOR'S CONSTRUCTION SCHEDULE(GANTT CHART) A. Gantt-Chart Schedule: Submit a comprehensive, fully developed, horizontal Gantt-chart-type, Contractor's construction schedule within 30 days of date established for the Notice of Award. B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. 1. For construction activities that require three months or longer to complete, indicate an estimated completion percentage in 10 percent increments within time bar. 2.3 REPORTS A. Daily Construction Reports: Prepare a daily construction report recording the following information concerning events at Project site: 1. List of subcontractors at Project site. 2. List of separate contractors at Project site. 3. Approximate count of personnel at Project site. 4. Equipment at Project site. 5. Material deliveries. 6. High and low temperatures and general weather conditions, including presence of rain or snow. 7. Accidents. 8. Meetings and significant decisions. 9. Unusual events. Project Number: 114065 013200-3 BID SET South Point Park Fountain Remediation Miami Beach, Florida 10. Stoppages, delays, shortages, and losses. 11. Meter readings and similar recordings. 12. Emergency procedures. 13. Orders and requests of authorities having jurisdiction. 14. Change Orders received and implemented.. 15. Change Directives received and implemented. 16. Services connected and disconnected. 17. Equipment or system tests and startups. 18. Partial completions and occupancies. 19. Substantial Completions authorized. B. Field Condition Reports: Immediately on discovery of a difference between field conditions and the Contract Documents, prepare and submit a detailed report. Submit with a Request for Information. Include a detailed description of the differing conditions, together with recommendations for changing the Contract Documents. PART 3 - EXECUTION 3.1 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Contractor's Construction Schedule Updating: At bi-weekly intervals, update schedule to reflect actual construction progress and activities. Issue schedule before each regularly scheduled progress meeting. 1. Revise schedule immediately after each meeting or other activity where revisions have been recognized or made. Issue updated schedule concurrently with the report of each such meeting. 2. Include a report with updated schedule that indicates every change, including, but not limited to,changes in logic,durations, actual starts and finishes, and activity durations. 3. As the Work progresses, indicate final completion percentage for each activity. B. Distribution: Distribute copies of approved schedule to Architect, Owner, separate contractors, testing and inspecting agencies, and other parties identified by Contractor with a need-to-know schedule responsibility. 1. Post copies in Project meeting rooms and temporary field offices. 2. When revisions are made, distribute updated schedules to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in performance of construction activities. END OF SECTION 013200 Project Number: 114065 013200-4 BID SET South Point Park Fountain Remediation Miami Beach,Florida SECTION 013300-SUBMITTAL PROCEDURES PART 1 -GENERAL 1.1 SUMMARY A. Section includes requirements for the submittal schedule and administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals., B. Related Sections: 1. Division 01 Section "Construction Progress Documentation" for submitting schedules and reports, including Contractor's construction schedule. 2. Division 01 Section "Operation and Maintenance Data" for submitting operation and maintenance manuals. 3. Division 01 Section "Project Record Documents" for submitting record Drawings, record Specifications, and record Product Data. 4. Division 01 Section "Demonstration and Training" for submitting video recordings of demonstration of equipment and training of Owner's personnel. 1.2 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Architect's responsive action. B. Informational Submittals: Written and graphic information and physical samples that do not require Architect's responsive action. Submittals may be rejected for not complying with requirements. 1.3 ACTION SUBMITTALS A. Submittal Schedule: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, ordering, manufacturing, fabrication, and delivery when establishing dates. Include additional time required for making corrections or modifications to submittals noted by the Architect[ and Construction Manager] and additional time for handling and reviewing submittals required by those corrections. Project Number: 114065 013300- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida 1.4 SUBMITTAL ADMINISTRATIVE REQUIREMENTS A. Architect's Digital Data Files: Electronic copies of CAD Drawings of the Contract Drawings will be provided by Architect for Contractor's use in preparing submittals. 1. Architect will furnish Contractor one set of digital data drawing files of the Contract Drawings for use in preparing Shop Drawings and Project record drawings. a. Architect makes no representations as to the accuracy or completeness of digital data drawing files as they relate to the Contract Drawings. b. Contractor shall execute a data licensing agreement in the form of AIA Document C 106, Digital Data Licensing Agreement B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals,and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Processing Time: Allow time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Architect will advise Contractor when a submittal being processed must be delayed for coordination. 2. Intermediate Review: If intermediate submittal is necessa ry, process it in same manner as initial submittal. 3. Resubmittal Review: Allow 15 days for review of each resubmittal. D. Identification and Information: Place a permanent label or title block on each submittal item for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 6 by 8 inches label or beside title block to record Contractor's review and approval markings and action taken by Architect. Include the following information for processing and recording action taken: a. Project name. b. Date. c. Name of Architect. d. Name of Construction Manager. e. Name of Contractor. f. Name of subcontractor. Project Number: 114065 013300-2 BID SET South Point Park Fountain Remediation Miami Beach, Florida g. Name of supplier. h. Name of manufacturer. i. Submittal number or other unique identifier, including revision identifier. 1) Submittal number shall use Specification Section number followed by a decimal point and then a sequential number(e.g., 061000.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., 061000.01.A). j. Number and title of appropriate Specification Section. k. Drawing number and detail references,as appropriate. 1. Location(s)where product is to be installed,as appropriate. m. Other necessary identification. E. Identification and Information: Identify and incorporate information in each electronic submittal file as follows: 1. Assemble complete submittal package into a single indexed file with links enabling navigation to each item. 2. Name file with submittal number or other unique identifier, including revision identifier. a. File name shall use project identifier and Specification Section number followed by a decimal point and then a sequential number (e.g., LNHS-061000.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., LNHS-061000.01.A). 3. Provide means for insertion to permanently record Contractor's review and approval markings and action taken by Architect. 4. Include the following information on an inserted cover sheet: a. Project name. b. Date. c. Name and address of Architect. d. Name of Construction Manager. e. Name of Contractor. f. Name of firm or entity that prepared submittal. g. Name of subcontractor. h. Name of supplier. i. Name of manufacturer. j. Number and title of appropriate Specification Section. k. Drawing number and detail references, as appropriate. 1. Location(s)where product is to be installed,as appropriate. m. Related physical samples submitted directly. n. Other necessary identification. F. Options: Identify options requiring selection by the Architect. G. Deviations: Identify deviations from the Contract Documents on submittals. Project Number: 114065 013300-3 BID SET South Point Park Fountain Remediation Miami Beach, Florida H. Additional Copies: Unless additional copies are required for final submittal, and unless Architect observes noncompliance with provisions in the Contract Documents, initial submittal may serve as final submittal. 1. Submit one copy of submittal to concurrent reviewer in addition to specified number of copies to Architect I. Transmittal: Assemble each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Architect will return submittals received from sources other than Contractor. 1. Transmittal Form: Use AIA Document G810 2. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Architect on previous submittals, and deviations from requirements in the Contract Documents, including minor variations and limitations. Include same identification information as related submittal. J. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision. 3. Resubmit submittals until they are marked with approval notation from Architect's] action stamp. K. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers,authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. L. Use for Construction: Use only final submittals that are marked with approval notation from Architect's action stamp. PART 2- PRODUCTS 2.1 SUBMITTAL PROCEDURES A. General Submittal Procedure Requirements: 1. Post electronic submittals as PDF electronic files directly to project Web Site specifically established for Project. Send Notification email to Architect a. Architect[,will return annotated file. Annotate and retain one copy of file as an electronic Project record document file. 2. Submit electronic submittals via email as PDF electronic files. a. Architect will return annotated file. Annotate and retain one copy of file as an electronic Project record document file. Project Number: 114065 013300-4 BID SET South Point Park Fountain Remediation Miami Beach, Florida 3. Closeout Submittals and Maintenance Material Submittals: Comply with requirements specified in Division 01 Section "Closeout Procedures." 4. Certificates and Certifications Submittals: Provide a statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity. a. Provide a digital signature with digital certificate on electronically-submitted certificates and certifications where indicated. b. Provide a notarized statement on original paper copy certificates and certifications where indicated. 5. Test and Inspection Reports Submittals: Comply with requirements specified in Division 01 Section "Quality Requirements." B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard published data are not suitable for use,submit as Shop Drawings,not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's catalog cuts. b. Manufacturer's product specifications. c. Standard color charts. d. Statement of compliance with specified referenced standards. e. Testing by recognized testing agency. f. Application of testing agency labels and seals. g. Notation of coordination requirements. h. Availability and delivery time information. 4. For equipment, include the following in addition to the above, as applicable: a. Wiring diagrams showing factory-installed wiring. b. Printed performance curves. c. Operational range diagrams. d. Clearances required to other construction, if not indicated on accompanying Shop Drawings. 5. Submit Product Data before or concurrent with Samples. 6. Submit Product Data in the following format: a. PDF electronic file. Project Number: 114065 013300-5 BID SET South Point Park Fountain Remediation Miami Beach, Florida C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Identification of products. b. Schedules. c. Compliance with specified standards. d. Notation of coordination requirements. e. Notation of dimensions established by field measurement. f. Relationship and attachment to adjoining construction clearly indicated. g. Seal and signature of professional engineer if specified. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches(215 by 280 mm) but no larger than 30 by 42 inches(750 by 1067 mm)] 3. Submit Shop Drawings in the following format: a. PDF electronic file. D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Attach label on unexposed side of Samples that includes the following: a. Generic description of Sample. b. Product name and name of manufacturer. c. Sample source. d. Number and title of applicable Specification Section. 3. Disposition: Maintain sets of approved Samples at Project site, available for quality- control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. a. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time of use. b. Samples not incorporated into the Work, or otherwise designated as Owner's property,are the property of Contractor. Project Number: 114065 013300-6 BID SET South Point Park Fountain Remediation Miami Beach, Florida 4. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors,textures,and patterns available. a. Number of Samples: Submit one full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Architect,will return submittal with options selected. 5. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. a. Number of Samples: Submit three sets of Samples. Architect will retain one Sample sets; remainder will be returned. Mark up and retain one returned Sample set as a Project record sample. 1) If variation in color, pattern, texture, or other characteristic is inherent in material or product represented by a Sample, submit at least three sets of paired units that show approximate limits of variations. E. Product Schedule: As required in individual Specification Sections, prepare a written summary indicating types of products required for the Work and their intended location. Include the following information in tabular form: 1. Submit product schedule in the following format: a. PDF electronic file. F. Contractor's Construction Schedule: Comply with requirements specified in Division 01 Section"Construction Progress Documentation." G. Application for Payment: Comply with requirements specified in Division 01 Section "Payment Procedures." H. Schedule of Values: Comply with requirements specified in Division 01 Section "Payment Procedures." Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design. 1. Submit subcontract list in the following format: a. PDF electronic file. J. Coordination Drawings: Comply with requirements specified in Division 01 Section "Project Management and Coordination." Project Number: 114065 013300-7 BID SET South Point Park Fountain Remediation Miami Beach, Florida K. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, contact information of architects and owners, and other information specified. L. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure Specification and Procedure Qualification Record on American Welding Society (AWS) forms. Include names of firms and personnel certified. M. Installer Certificates: Submit written statements on manufacturer's letterhead certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project. N. Manufacturer Certificates: Submit written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. 0. Product Certificates: Submit written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. P. Material Certificates: Submit written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. Q. Material Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. R. Product Test Reports: Submit written reports indicating current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. S. Research Reports: Submit written evidence, from a model code organization acceptable to authorities having jurisdiction,that product complies with building code in effect for Project. T. Schedule of Tests and Inspections: Comply with requirements specified in Division 01 Section "Quality Requirements." U. Preconstruction Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements in the Contract Documents. V. Compatibility Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. W. Field Test Reports: Submit reports indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents. Project Number: 114065 013300- 8 BID SET South Point Park Fountain Remediation Miami Beach, Florida X. Maintenance Data: Comply with requirements specified in Division 01 Section "Operation and Maintenance Data." Y. Design Data: Prepare and submit written and graphic information, including, but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of assumptions and other performance and design criteria and a summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Include page numbers. 2.2 DELEGATED-DESIGN SERVICES A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. 1. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to Architect. B. Delegated-Design Services Certification: In addition to Shop Drawings, Product Data, and other required submittals, submit digitally-signed PDF electronic file and three paper copies of certificate, signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional. 1. Indicate that products and systems comply with performance and design criteria in the Contract Documents. Include list of codes, loads, and other factors used in performing these services. PART 3 -EXECUTION 3.1 CONTRACTOR'S REVIEW A. Action and Informational Submittals: Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect. B. Project Closeout and Maintenance/Material Submittals: Refer to requirements in Division 01 Section "Closeout Procedures." C. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 ARCHITECT'S ACTION A. General: Architect will not review submittals that do not bear Contractor's approval stamp and will return them without action. Project Number: 114065 013300-9 BID SET South Point Park Fountain Remediation Miami Beach, Florida B. Action Submittals: Architect will review each submittal, make marks to indicate corrections or modifications required, and return it. Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action. C. Informational Submittals: Architect will review each submittal and will not return it, or will return it if it does not comply with requirements. Architect will forward each submittal to appropriate party. D. Incomplete submittals are not acceptable, will be considered nonresponsive, and will be returned without review. E. Submittals not required by the Contract Documents may not be reviewed and may be discarded. END OF SECTION 013300 • Project Number: 114065 013300- 10 BID SET South Point Park Fountain Remediation Miami Beach, Florida SECTION 014000-QUALITY REQUIREMENTS PART 1 -GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 1. Specified tests, inspections, and related actions do not limit Contractor's other quality- assurance and -control procedures that facilitate compliance with the Contract Document requirements. 2. Requirements for Contractor to provide quality-assurance and -control services required by Architect, Owner, or authorities having jurisdiction are not limited by provisions of this Section. C. Related Sections: 1. Divisions 02 through 49 Sections for specific test and inspection requirements. 1.2 DEFINITIONS A. Quality-Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and substantiate that proposed construction will comply with requirements. B. Quality-Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that actual products incorporated into the Work and completed construction comply with requirements. Services do not include contract enforcement activities performed by Architect C. Mockups: Full size physical assemblies that are constructed on-site. Mockups are constructed to verify selections made under sample submittals; to demonstrate aesthetic effects and, where indicated, qualities of materials and execution; to review coordination, testing, or operation; to show interface between dissimilar materials; and to demonstrate compliance with specified installation tolerances. Mockups are not Samples. Unless otherwise indicated, approved mockups establish the standard by which the Work will be judged. 1. Laboratory Mockups: Full-size, physical assemblies constructed at testing facility to verify performance characteristics. D. Preconstruction Testing: Tests and inspections performed specifically for the Project before products and materials are incorporated into the Work to verify performance or compliance with specified criteria. Project Number: 114065 014000- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida E. Product Testing: Tests and inspections that are performed by an NRTL, an NVLAP, or a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to establish product performance and compliance with specified requirements. F. Source Quality-Control Testing: Tests and inspections that are performed at the source, i.e., plant, mill, factory, or shop. G. Field Quality-Control Testing: Tests and inspections that are performed on-site for installation of the Work and for completed Work. H. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency. I. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub-subcontractor, to perform a particular construction operation, including installation,erection, application, and similar operations. 1. Use of trade-specific terminology in referring to a trade or entity does not require that certain construction activities be performed by accredited or unionized individuals, or that requirements specified apply exclusively to specific trade or trades. J. Experienced: When used with an entity or individual, "experienced" means having successfully completed a minimum of five previous projects similar in nature, size, and extent to this Project; being familiar with special requirements indicated; and having complied with requirements of authorities having jurisdiction. 1.3 CONFLICTING REQUIREMENTS A. Referenced Standards: If compliance with two or more standards is specified and the standards establish-different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer conflicting requirements that are different, but apparently equal,to Architect for a decision before proceeding. B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Architect for a decision before proceeding. 1.4 INFORMATIONAL SUBMITTALS A. Contractor's Statement of Responsibility: When required by authorities having jurisdiction, submit copy of written statement of responsibility sent to authorities having jurisdiction before starting work on the following systems. 1. Seismic-force resisting system, designated seismic system, or component listed in the designated seismic system quality assurance plan prepared by the Architect. Project Number: 114065 014000-2 BID SET South Point Park Fountain Remediation Miami Beach, Florida 2. Main wind-force resisting system or a wind-resisting component listed in the wind-force- resisting system quality assurance plan prepared by the Architect. B. Testing Agency Qualifications: For testing agencies specified in"Quality Assurance" Article to demonstrate their capabilities and experience. Include proof of qualifications in the form of a recent report on the inspection of the testing agency by a recognized authority. 1.5 REPORTS AND DOCUMENTS A. Test and Inspection Reports: Prepare and submit certified written reports specified in other Sections. Include the following: 1. Date of issue. 2. Project title and number. 3. Name, address, and telephone number of testing agency. 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making tests and inspections. 6. Description of the Work and test and inspection method. 7. Identification of product and Specification Section. 8. Complete test or inspection data. 9. Test and inspection results and an interpretation of test results. 10. Record of temperature and weather conditions at time of sample taking and testing and inspecting. 11. Comments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements. 12. Name and signature of laboratory inspector. 13. Recommendations on retesting and reinspecting. B. Manufacturer's Field Reports: Prepare written information documenting tests and inspections specified in other Sections. Include the following: 1. Name, address, and telephone number of representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 4. Results of operational and other tests and a statement of whether observed performance complies with requirements. 5. Other required items indicated in individual Specification Sections. C. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents, established for compliance with standards and regulations bearing on performance of the Work. 1.6 QUALITY ASSURANCE A. General: Qualifications paragraphs in this article establish the minimum qualification levels required; individual Specification Sections specify additional requirements. Project Number: 114065 014000-3 BID SET South Point Park Fountain Remediation Miami Beach, Florida B. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. C. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. D. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. E. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of the system, assembly, or product that are similar to those indicated for this Project in material, design,and extent. F. Specialists: Certain Specification Sections require that specific construction activities shall be performed by entities who are recognized experts in those operations. Specialists shall satisfy qualification requirements indicated and shall be engaged for the activities indicated. 1. Requirements of authorities having jurisdiction shall supersede requirements for specialists. G. Testing Agency Qualifications: An NRTL, an NVLAP, or an independent agency with the experience and capability to conduct testing and inspecting indicated, as documented according to ASTM E 329 and with additional qualifications specified in individual Sections; and where required by authorities having jurisdiction,that is acceptable to authorities. L NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7. 2. NVLAP: A testing agency accredited according to NIST's National Voluntary Laboratory Accreditation Program. H. Manufacturer's Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to observe and inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. Preconstruction Testing: Where testing agency is indicated to perform preconstruction testing for compliance with specified requirements for performance and test methods, comply with the following: 1. Contractor responsibilities include the following: a. Provide test specimens representative of proposed products and construction. b. Submit specimens in a timely manner with sufficient time for testing and analyzing results to prevent delaying the Work. c. Build laboratory mockups at testing facility using personnel, products, and methods of construction indicated for the completed Work. Project Number: 114065 014000-4 BID SET South Point Park Fountain Remediation Miami Beach, Florida d. When testing is complete, remove test specimens, assemblies, mockups; do not reuse products on Project. 2. Testing Agency Responsibilities: Submit a certified written report of each test, inspection, and similar quality-assurance service to Architect, with copy to Contractor. Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the Contract Documents. J. Mockups: Before installing portions of the Work requiring mockups, build mockups for each form of construction and finish required to comply with the following requirements, using materials indicated for the completed Work: 1. Build mockups in location and of size indicated or, if not indicated, as directed by Architect 2. Notify Architect seven days in advance of dates and times when mockups will be constructed. 3. Demonstrate the proposed range of aesthetic effects and workmanship. 4. Obtain Architect's approval of mockups before starting work, fabrication,or construction. a. Allow seven days for initial review and each re-review of each mockup. 5. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. 6. Demolish and remove mockups when directed, unless otherwise indicated. 1.7 QUALITY CONTROL A. Owner Responsibilities: Where quality-control services are indicated as Owner's responsibility, Owner will engage a qualified testing agency to perform these services. 1. Owner will furnish Contractor with names, addresses, and telephone numbers of testing agencies engaged and.a description of types of testing and inspecting they are engaged to perform. 2. Costs for retesting and reinspecting construction that replaces or is necessitated by work that failed to comply with the Contract Documents will be charged to Contractor. B. Contractor Responsibilities: Tests and inspections not explicitly assigned to Owner are Contractor's responsibility. Perform additional quality-control activities required to verify that the Work complies with requirements, whether specified or not. 1. Where services are indicated as Contractor's responsibility, engage a qualified testing agency to perform these quality-control services. a. Contractor shall not employ same entity engaged by Owner, unless agreed to in writing by Owner. 2. Notify testing agencies at least 24 hours in advance of time when Work that requires testing or inspecting will be performed. 3. Where quality-control services are indicated as Contractor's responsibility, submit a certified written report, in duplicate, of each quality-control service. Project Number: 114065 014000-5 BID SET South Point Park Fountain Remediation Miami Beach, Florida 4. Testing and inspecting requested by Contractor and not required by the Contract Documents are Contractor's responsibility. 5. Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct. C. Manufacturer's Field Services: Where indicated, engage a manufacturer's representative to observe and inspect the Work. Manufacturer's representative's services include examination of substrates and conditions, verification of materials, inspection of completed portions of the Work, and submittal of written reports. D. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's responsibility, provide quality-control services, including retesting and reinspecting, for construction that replaced Work that failed to comply with the Contract Documents. E. Testing Agency Responsibilities: Cooperate with Architect, and Contractor in performance of duties. Provide qualified personnel to perform required tests and inspections. 1. Notify Architect and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. Determine the location from which test samples will be taken and in which in-situ tests are conducted. 3. Conduct and interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from requirements. 4. Submit a certified written report, in duplicate, of each test, inspection, and similar quality-control service through Contractor. 5. Do not release,revoke, alter, or increase the Contract Document requirements or approve or accept any portion of the Work. 6. Do not perform any duties of Contractor. F. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality-control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field curing of test samples. 5. Delivery of samples to testing agencies. 6. Preliminary design mix proposed for use for material mixes that require control by testing agency. 7. Security and protection for samples and for testing and inspecting equipment at Project site. G. Coordination: Coordinate sequence of activities to accommodate required quality-assurance and -control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests, inspections, obtaining samples,and similar activities. Project Number: 114065 014000-6 BID SET South Point Park Fountain Remediation Miami Beach,Florida 1.8 SPECIAL TESTS AND INSPECTIONS A. Special T ests and d In spec tio n : Engage a qualified testing agency to conduct special tests and inspections required by authorities having jurisdiction as the responsibility of Owner and as follows: 1. Verifying that manufacturer maintains detailed fabrication and quality-control procedures and reviewing the completeness and adequacy of those procedures to perform the Work. 2. Notifying Architect and Contractor promptly of irregularities and deficiencies observed in the Work during performance of its services. 3. Submitting a certified written report of each test, inspection, and similar quality-control service to Architect with copy to Contractor and to authorities having jurisdiction. 4. Submitting a final report of special tests and inspections at Substantial Completion, which includes a list of unresolved deficiencies. 5. Interpreting tests and inspections and stating in each report whether tested and inspected work complies with or deviates from the Contract Documents. 6. Retesting and reinspecting corrected work. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Specification Sections or matching existing substrates and finishes. Restore patched areas and extend restoration into adjoining areas with durable seams that are as invisible as possible. Comply with the Contract Document requirements for cutting and patching in Division 01 Section "Execution." B. Protect construction exposed by or for quality-control,service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality-control services. END OF SECTION 014000 Project Number: 114065 014000-7 BID SET i II� �I I South Point Park Fountain Remediation Miami Beach, Florida AND CONTROLS 015000-TEMPORARY FACILITIES AN CO TROLS PART 1 -GENERAL 1.1 SUMMARY A. Section includes requirements for temporary utilities, support facilities, and security and protection facilities. B. Related Section: 1. Division 01 Section "Summary" for work restrictions and limitations on utility interruptions. 1.2 USE CHARGES A. General: Installation and removal of and use charges for temporary facilities shall be included in the Contract Sum unless otherwise indicated. Allow other entities to use temporary services and facilities without cost, including, but not limited to, Architect, testing agencies, and authorities having jurisdiction. B. Water and Sewer Service from Existing System: Water from Owner's existing water system is available for use without metering and without payment of use charges. Provide connections and extensions of services as required for construction operations. C. Electric Power Service from Existing System: Electric power from Owner's-existing system is available for use without metering and without payment of use charges. Provide connections and extensions of services as required for construction operations. 1.3 INFORMATIONAL SUBMITTALS A. Site Plan: Show temporary facilities, utility hookups, staging areas, and parking areas for construction personnel. B. Erosion- and Sedimentation-Control Plan: Show compliance with requirements of EPA Construction General Permit or authorities having jurisdiction,whichever is more stringent. 1.4 Q UALITY ASSURANCE A. Electric Service: Comply with NECA,NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. Project Number: 114065 015000- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida C. Accessible Temporary Egress: Comply with applicable provisions in the U.S. Architectural & Transportation Barriers Compliance Board's ADA-ABA Accessibility Guidelines and]ICC/ANSI M 17.1 1.5 PROJECT CONDITIONS A. Temporary Use of Permanent Facilities: Engage installer of each permanent service to assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before Owner's acceptance, regardless of previously assigned responsibilities. PART 2-PRODUCTS 2.1 MATERIALS A. Chain-Link Fencing: Minimum 2-inch (50-mm), 0.148-inch-(3.8-mm-)thick, galvanized steel, chain-link fabric fencing; minimum 6 feet (1.8 m) high with galvanized steel pipe posts; minimum 2-3/8-inch- (60-mm-) OD line posts and 2-7/8-inch- (73-mm-) OD corner and pull posts[, with 1-5/8-inch-(42-mm-)OD top rails. 2.2 TEMPORARY FACILITIES A. If required, Field Offices, General: Prefabricated or mobile units with serviceable finishes, temperature controls,and foundations adequate for normal loading. B. If Required, Common-Use Field Office: Of sufficient size to accommodate needs of Owner, Architect and construction personnel office activities and to accommodate project meetings specified in other Division 01 Sections. Keep office clean and orderly. C. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment for construction operations. 2.3 EQUIPMENT A. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required by locations and classes of fire exposures. B. HVAC Equipment: Unless Owner authorizes use of permanent HVAC system, provide vented, self-contained, liquid-propane-gas or fuel-oil heaters with individual space thermostatic control. 1. Permanent HVAC System: If Owner authorizes use of permanent HVAC system for temporary use during construction, provide filter with MERV Bat each return air grille in system and remove at end of construction Project Number: 114065 015000-2 BID SET South Point Park Fountain Remediation Miami Beach, Florida PART 3 -EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required by progress of the Work. 1. Locate facilities to limit site disturbance as specified in Division 01 Section "Summary." B. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities. 3.2 TEMPORARY UTILITY INSTALLATION A. General: Install temporary service or connect to existing service. 1. Arrange with utility company, Owner, and existing users for time when service can be interrupted, if necessary,to make connections for temporary services. B. Sewers and Drainage: Provide temporary utilities to remove effluent lawfully. 1. Connect temporary sewers to municipal system as directed by authorities having jurisdiction. C. Water Service: Install water service and distribution piping in sizes and pressures adequate for construction. D. Water Service: Connect to Owner's existing water service facilities. Clean and maintain water service facilities in a condition acceptable to Owner. At Substantial Completion, restore these facilities to condition existing before initial use. E. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of construction personnel. Comply with requirements of authorities having jurisdiction for type, number, location, operation, and maintenance of fixtures and facilities. F. Heating and Cooling: Provide temporary heating and cooling required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of low temperatures or high humidity. Select equipment that will not have a harmful effect on completed installations or elements being installed. G. Ventilation and Humidity Control: Provide temporary ventilation required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of high humidity. Select equipment that will not have a harmful effect on completed installations or elements being installed. Coordinate ventilation requirements to produce ambient condition required and minimize energy consumption. H. Electric Power Service: Connect to Owner's existing electric power service. Maintain equipment in a condition acceptable to Owner. Project Number: 114065 015000-3 BID SET South Point Park Fountain Remediation Miami Beach, Florida Electric Power Service: Provide electric power service and distribution system of sufficient size, capacity, and power characteristics required for construction operations. 1. Install electric power service underground unless otherwise indicated. 2. Connect temporary service to Owner's existing power source, as directed by Owner. J. Lighting: Provide temporary lighting with local switching that provides adequate illumination for construction operations, observations, inspections,and traffic conditions. 1. Install and operate temporary lighting that fulfills security and protection requirements without operating entire system. K. Telephone Service: Provide temporary telephone service in common-use facilities for use by all construction personnel. Install one telephone line(s)for each field office. 1. Provide additional telephone lines for the following: a. Provide a dedicated telephone line for each facsimile machine in each field office. 2. At each telephone,post a list of important telephone numbers. a. Police and fire departments. b. Ambulance service. c. Contractor's home office. d. Architect's office. e. Engineers'offices. f. Owner's office. g. Principal subcontractors'field and home offices. 3. Provide superintendent with cellular telephone or portable two-way radio for use when away from field office. L. Electronic Communication Service: Provide a laptop computer in the primary field office adequate for use by Architect and Owner to access project electronic documents and maintain electronic communications. Equip computer with not less than the following: 1. Network Connectivity: 10/100BaseT Ethernet. 2. Productivity Software: a. Microsoft Office Professional, XP or higher, including Word, Excel,and Outlook. b. Adobe Reader 7.0 or higher. c. WinZip 7.0 or higher. 3. Printer: "All-in-one" unit equipped with printer server, combining color printing, photocopying, scanning,and faxing, or separate units for each of these 3 functions. 4. Internet Service: Broadband modem, router and ISP, equipped with hardware firewall, providing minimum 1 Mbps upload and 2 Mbps download speeds at each computer. 5. Internet Security: Integrated software, providing software firewall, virus, spyware, phishing and spam protection in a combined application. Project Number: 114065 015000-4 BID SET South Point Park Fountain Remediation Miami Beach, Florida 3.3 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Provide construction for temporary offices, shops, and sheds located within construction area or within of building lines that is noncombustible according to ASTM E 136. Comply with NFPA 241. 2. Maintain support facilities until Architect schedules Substantial Completion inspection. Remove before Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to Owner. B. Temporary Roads and Paved Areas: Construct and maintain temporary roads and paved areas adequate for construction operations. Locate temporary roads and paved areas within construction limits indicated on Drawings. 1. Provide dust-control treatment that is nonpolluting and nontracking. Reapply treatment as required to minimize dust. 2. Delay installation of final course of permanent hot-mix asphalt pavement until immediately before Substantial Completion. Repair hot-mix asphalt base-course pavement before installation of final course according to Division 32 Section "Asphalt Paving." C. Traffic Controls: Comply with requirements of authorities having jurisdiction. 1. Protect existing site improvements to remain including curbs, pavement, and utilities. 2. Maintain access for fire-fighting equipment and access to fire hydrants. D. Parking: All Contractor and Subcontractor Parking with this area shall be secured by the contractor from the existing paid parking lot. No parking will be provided by the owner outside of the project limits. E. Dewatering Facilities and Drains: Comply with requirements of authorities having jurisdiction. Maintain Project site,excavations,and construction free of water. 1. Dispose of rainwater in a lawful manner that will not result in flooding Project or adjoining properties nor endanger permanent Work or temporary facilities. 2. Remove snow and ice as required to minimize accumulations. F. Project Signs: Provide Project signs as indicated. Unauthorized signs are not permitted. 1. Identification Signs: Provide Project identification signs as indicated on Drawings. 2. Temporary Signs: Provide other signs as indicated and as required to inform public and individuals seeking entrance to Project. a. Provide temporary,directional signs for construction personnel and visitors. 3. Maintain and touchup signs so they are legible at all times. Project Number: 114065 015000-5 BID SET South Point Park Fountain Remediation Miami Beach, Florida G. Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to handle waste from construction operations. Comply with requirements of authorities having jurisdiction. Comply with Division 01 Section "Execution" for progress cleaning requirements. 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction as required to comply with environmental regulations and that minimize possible air, waterway,and subsoil contamination or pollution or other undesirable effects. B. Temporary Erosion and Sedimentation Control: Comply with requirements of 2003 EPA Construction General Permit or authorities having jurisdiction, whichever is more stringent and requirements specified in Division 31 Section "Site Clearing." C. Temporary Erosion and Sedimentation Control: Provide measures to prevent soil erosion and discharge of soil-bearing water runoff and airborne dust to undisturbed areas and to adjacent properties and walkways, according to requirements of 2003 EPA Construction General Permit or authorities having jurisdiction,whichever is more stringent. D. Stormwater Control: Comply with requirements of authorities having jurisdiction. Provide barriers in and around excavations and subgrade construction to prevent flooding by runoff of stormwater from heavy rains. E. Tree and Plant Protection: Install temporary fencing located as indicated or outside the drip line of trees to protect vegetation from damage from construction operations. Protect tree root systems from damage,flooding, and erosion. F. Site Enclosure Fence: Before construction operations begin furnish and install site enclosure fence in a manner that will prevent people and animals from easily entering site except by entrance gates. 1. Extent of Fence: As required to enclose entire Project site or portion determined sufficient to accommodate construction operations as indicated on Drawings. G. Security Enclosure and Lockup: Install temporary enclosure around partially completed areas of construction. Provide lockable entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. Lock entrances at end of each work day. H. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. I. Temporary Egress: Maintain temporary egress from existing occupied facilities as indicated and as required by authorities having jurisdiction. J. Temporary Enclosures: Provide temporary enclosures for protection of construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. Provide temporary weathertight enclosure for building exterior. Project Number: 114065 015000-6 BID SET South Point Park Fountain Remediation Miami Beach, Florida 3.5 OPERATION, TERMINATION,AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. C. Temporary Facility Changeover: Do not change over from using temporary security and protection facilities to permanent facilities until Substantial Completion. D. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary facility. Repair damaged Work, clean exposed surfaces,and replace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are property of Contractor. Owner reserves right to take possession of Project identification signs. 2. At Substantial Completion, repair, renovate, and clean permanent facilities used during construction period. Comply with final cleaning requirements specified in Division 01 Section"Closeout Procedures." END OF SECTION 015000 Project Number: 114065 015000-7 BID SET I South Point Park Fountain Remediation Miami Beach, Florida 015639—TEMPORARY TREE PROTECTION 1. Tree Protection Requirements during Construction. General. During site development and construction on public property all reasonable steps shall be taken to prevent the destruction or damaging of trees for which no tree work permit has been issued. Trees destroyed or receiving major damage must be replaced by trees of equal environmental value, as specified by the Planning Department and Public Works Department. Tree protection zones must be established for all trees that remain in place on site and for any trees relocated within or to the site. When proposed development activities may damage the root systems or canopies of trees to be retained or relocated on site, alternatives to the proposed activities, or effective protective measures, shall be identified and used. Permit/construction drawings. All permit/construction drawings of the site shall show the tree protection zones. Tree protection requirements. As a condition of approval of the site plan for any project, the following tree protection, root pruning, tree relocation, tree pruning, tree remediation and replacement specifications shall be followed. Additional protective measures may be required if so determined by the Urban Forester. The Urban Forester or designated Public Works Department employee shall have the authority to enter the subject property to ensure compliance with required tree protection measures. The most recently published edition of the ANSI A-300 (Part 5 Management of Trees and Shrubs during Site Planning, Site Development, and Construction) shall be followed. a. Protective Barriers. i) Placement. Protective barriers shall be placed at the dripline of each tree, cluster of trees, or preservation area, and in no case less than ten (10) feet from the trunk of any protected tree, tree cluster or preservation area unless the Urban Forester determines that a lesser or greater distance is required. In situations where trees have been transplanted to the project site, the protective fencing shall be placed no closer to the tree than a point one to two feet outside the root ball, or at the dripline, whichever is greater. The fenced tree protection zones shall be extended where necessary to protect tree canopies as well as roots. If trees are to be preserved in place and root pruning is required to accommodate new construction, the root pruning locations shall be identified and approved by the Public Works Department, and fencing shall be installed one (1) to two (2) feet beyond the edge of the root ball. The installation of the fencing shall be coordinated with any phased root pruning that must occur. Tree maintenance measures such as irrigation must be in place prior to any root pruning or transplanting. ii) Timing and Duration. All protective barriers shall be installed prior to the start of any construction or site development, including tree removal, demolition or . land-clearing activities, and shall remain in place throughout all phases of construction. The Public Works Department shall be called to inspect the installed fence prior to commencement of any activity on the site. Protective barriers shall be maintained in place until development is completed, and shall not be removed until the Public Works Department inspects the site and authorizes their removal. A review of the plans will be made at this point in Project Number: 114065 015639- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida order to ensure that all forthcoming activities will not violate the established tree protection zones. iii) Barrier Specifications. Sturdy temporary barriers shall be installed around all tree protection zones. Barriers shall be a minimum of four feet high, and shall be constructed of continuous chain link fence with metal posts at 8-foot spacing, or of two-by-four-inch posts with three equally spaced two-by-four- inch rails. Posts may be shifted to avoid roots. Other types of barriers shall not be used unless authorized by the Urban Forester. A monetary performance assurance instead of or in addition to a protective barrier may be required to ensure protection of a tree or trees or to guarantee restoration of an equivalency. The amount of said assurance shall be based upon the equivalent value of the tree or trees specifically covered, as determined by an International Society of Arboriculture (ISA) certified arborist or American Society of Consulting Arborists (ASCA) registered consulting arborist hired by developer. Any assurance required for a "protected tree" shall be four (4) times the equivalent value for that tree. b. Activities Within Tree Protection Zones Enclosed By Protective Barriers. i) Understory plants within areas surrounded by protective barriers shall be protected. ii) No oil, fill, equipment, building materials, building debris, or any other material shall be placed within the areas surrounded by protective barriers iii) No disposal of any waste material such as paints, oils, solvents, asphalt, concrete, mortar, or any other material shall occur within the areas surrounded by protective barriers. iv) Natural grade shall be maintained on areas surrounded by protective barriers. In the event that the natural grade of the site is changed as a result of site development such that the safety of the tree may be endangered, tree wells or retaining walls are required. v) Only hand digging and grading activities will be permitted within the tree protection zone. All surrounding areas must be graded to a point that meets the outside of the tree protection zone vi) Underground utility lines, including, but not limited to, irrigation, plumbing, electrical, or telecommunication lines, shall be placed outside the areas enclosed by protective barriers. If said placement is not possible, disturbance and root damage shall be minimized by using techniques such as tunneling, hand digging, excavation with an air spade, or the use of overhead utility lines. vii) No vehicles or equipment shall be permitted within areas surrounded by protective barriers c. Fences, walkways, and walls shall be constructed to avoid disturbance to any protected tree. Post holes and trenches located close to trees shall be dug by hand and adjusted as necessary, using techniques such as discontinuous footings, to avoid damage to major roots. d. No attachments or wires other than those of a protective or non-damaging nature shall be attached to any trees during site development or construction. e. Relocated trees shall be braced in such a fashion as to not scar, penetrate, perforate, or otherwise inflict damage to the tree Project Number: 114065 015639-2 BID SET South Point Park Fountain Remediation Miami Beach,Florida 2. Root Pruning. The cutting of roots with a diameter of two inches or larger is prohibited unless there is no feasible construction alternative, as determined by the Urban Forester and Planning Department. The City may require that construction activities, such as trench lines and walkway construction, be redirected away from trees. Root pruning, when determined to be necessary, shall be done by an ISA Certified Arborist in accordance with the most recently published edition of the ANSI A-300 (Part 5 Management of Trees and Shrubs During Site Planning, Site Development, and Construction) and approved techniques as outlined herein: a. Before roots are cut, trees shall be evaluated by the Urban Forester or designated Public Works Department staff to determine whether the root cutting will destabilize the tree or cause unacceptable damage to the tree. b. Unless unavoidable because of sidewalks, pavement, or other infrastructure, root cuts shall be made, at minimum, a distance from the trunk equivalent to three times the tree's trunk diameter at 4.5 feet above ground (DBH). Preferably cuts shall be made at a distance from the trunk equivalent to five times the tree's DBH or greater. c. Roots may not be torn off with power equipment, and cut roots shall not be left with ripped, ragged or shredded ends. Roots must be cleanly severed with sharp hand tools or power root saws. d. When tunneling or otherwise avoiding roots is not possible, the trench shall be carefully excavated by hand or machine and, when a root with a diameter of 2 inches or greater is encountered, a final clean cut shall be made with a saw. The cut shall be made flush with the side of the trench closest to the tree. The root pruning trench shall be backfilled with soil. e. When adjacent to new curbing, uncurbed paved areas, or areas of grade changes, roots shall be cut no more than 18 inches towards the tree from the back of the curb, the edge of the pavement, or the point of intersection of old and new grades, respectively. After root pruning, no excavation for the installation of forms or for any other reason may be performed any closer than six inches outside of the root pruning cut. The root pruning trench shall be backfilled with soil. 3. Tree Relocations a. For trees that will be relocated, irrigation must be present and applied effectively for two to four weeks prior to root pruning, through the period of root pruning, and after root pruning and transplantation until the tree has been completely reestablished at the new planting space. This may be several years from the point of root pruning. Irrigation shall be operated automatically with water being applied directly to and just outside of the remaining intact root system. Watering frequency shall be such so as to insure that free water is available to the root system at all times. Any temporary disruption in automatic operation shall be supplemented by hand watering. b. There should be no canopy pruning or a minimum of canopy pruning before or after root pruning, as the presence of leaves helps root systems recover. Only dead, diseased or damaged branches shall be pruned at this time. c. The root system of a tree to be relocated shall be well-watered before the tree is dug and lifted to ensure that the tree is properly hydrated, and to improve cohesiveness of the root ball. Project Number: 114065 015639-3 BID SET South Point Park Fountain Remediation Miami Beach, Florida d. All planting, transplanting and relocating of trees or palms shall, at minimum, be done in compliance with standards set forth in the most recently published edition of the ANSI A300 (Part 6 Planting and Transplanting) Standards. 4. Tree Pruning a. Any proposed tree structural pruning activities shall require the approval of the City Urban Forester and Planning staff. A tree condition rating shall be obtained prior to the start of any pruning activities. b. All pruning shall follow the most recently published edition of the ANSI A-300 (Part 1) Pruning Standards and must be conducted by an ISA Certified Arborist. The City Urban Forester shall be notified at the start and completion of all structural pruning activities onsite. c. Performed pruning shall not destroy the natural form of the tree nor cause the tree to go into unnatural decline. d. For Mature trees, structural pruning should be minimal with an effort on limiting any canopy pruning to smaller branches, with an emphasis on limb reductions rather than removals. 5. Tree Remediation and Replacement a. Should any trees or palms be damaged they shall be evaluated by the City Urban Forester to determine corrective actions that may include removal, corrective pruning and or replacement. Any corrective actions required shall be performed in accordance with Miami Dade County Code, the most recent version of the ANSI A- 300 (Part 1) Pruning Standards and or any issued Tree Work Permit(s) or Environmental Permit(s). Any corrective pruning required shall be performed by an ISA Certified Arborist, or ASCA Registered Consulting Arborist and the City Urban Forester shall be consulted. b. For minor repairable damage: Promptly repair trees within 24 hours after consultation with the City Urban Forester. Treat damaged trunks, limbs, and roots according to written instructions of the City Urban Forester and or designated staff. For compacted soil: • Aerate surface soil 10 feet (3 m) beyond drip line and no closer than 36 inches (900 mm) to tree trunk. Drill 2-inch- (50-mm-) diameter holes a minimum of 12 inches (300 mm) deep at 24 inches (600 mm) o.c. Backfill holes with an equal mix of augured soil and sand. c. For major damage and/or death of trees or palms: • Remove and replace with new tree(s) or palm(s) of equal total caliper, as selected by the Landscape Architect after consultation with the City Urban Forester, Planning staff and in accordance with all applicable permits. END OF SECTION 015639 Project Number: 114065 015639-4 BID SET South Point Park Fountain Remediation Miami Beach, Florida SECTION 016000-PRODUCT REQUIREMENTS PART 1 -GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; and comparable products. B. Related Section: 1. Division 01 Section "Substitution Procedures" for requests for substitutions. 1.2 DEFINITIONS A. Products: Items obtained for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation shown or listed in manufacturer's published product literature,that is current as of date of the Contract Documents. 2. New Products: Items that have not previously been incorporated into another project or facility. Products salvaged or recycled from other projects are not considered new products. 3. Comparable Product: Product that is demonstrated and approved through submittal process to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. B. Basis-of-Design Product Specification: A specification in which a specific manufacturer's product is named and accompanied by the words "basis-of-design product," including make or model number or other designation, to establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of additional manufacturers named in the specification. Project Number: 114065 016000- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida 1.3 ACTION SUBMITTALS A. Comparable Product Requests: Submit request for consideration of each comparable product. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within one week of receipt of a comparable product request. Architect will notify Contractor of approval or rejection of proposed comparable product request within 15 days of receipt of request, or seven days of receipt of additional information or documentation, whichever is later. a. Form of Approval: As specified in Division 01 Section "Submittal Procedures." b. Use product specified if Architect does not issue a decision on use of a comparable product request within time allocated. B. Basis-of-Design Product Specification Submittal: Comply with requirements in Division 01 Section "Submittal Procedures." Show compliance with requirements. 1.4 QUALITY ASSURANCE A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, select product compatible with products previously selected, even if previously selected products were also options. 1.5 PRODUCT DELIVERY, STORAGE,AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft and vandalism. Comply with manufacturer's written instructions. B. Delivery and Handling: 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking,protecting,and installing. 4. Inspect products on delivery to determine compliance with the Contract Documents and to determine that products are undamaged and properly protected. Project Number: 114065 016000-2 BID SET South Point Park Fountain Remediation Miami Beach, Florida C. Storage: 1. Store products to allow for inspection and measurement of quantity or counting of units. 2. Store materials in a manner that will not endanger Project structure. 3. Store products that are subject to damage by the elements, under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation. 4. Store foam plastic from exposure to sunlight, except to extent necessary for period of installation and concealment. 5. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather-protection requirements for storage. 6. Protect stored products from damage and liquids from freezing. 1.6 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. 1. Manufacturer's Warranty: Written warranty furnished by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner. 2. Special Warranty: Written warranty required by the Contract Documents to provide specific rights for Owner. B. Special Warranties: Prepare a written document that contains appropriate terms and identification,ready for execution. 1. Manufacturer's Standard Form: Modified to include Project-specific information and properly executed. 2. Specified Form: When specified forms are included with the Specifications, prepare a written document using indicated form properly executed. 3. Refer to Divisions 02 through 49. Sections for specific content requirements and particular requirements for submitting special warranties. C. Submittal Time: Comply with requirements in Division 01 Section "Closeout Procedures." PART 2 - PRODUCTS 2.1 PRODUCT SELECTION PROCEDURES A. General Product Requirements: Provide products that comply with the Contract Documents, are undamaged and, unless otherwise indicated,are new at time of installation. 1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a complete installation and indicated use and effect. 2. Standard Products: If available, and unless custom products or nonstandard options are specified, provide standard products of types that have been produced and used successfully in similar situations on other projects. Project Number: 114065 016000-3 BID SET South Point Park Fountain Remediation Miami Beach, Florida 3. Owner reserves the right to limit selection to products with warranties not in conflict with requirements of the Contract Documents. 4. Where products are accompanied by the term "as selected," Architect will make selection. 5. Descriptive, performance, and reference standard requirements in the Specifications establish salient characteristics of products. B. Product Selection Procedures: 1. Product: Where Specifications name a single manufacturer and product, provide the named product that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. 2. Manufacturer/Source: Where Specifications name a single manufacturer or source, provide a product by the named manufacturer or source that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. 3. Products: a. Restricted List: Where Specifications include a list of names of both manufacturers and products, provide one of the products listed that complies with requirements. Comparable products or substitutions for Contractor's convenience will be considered, unless otherwise indicated. b. Nonrestricted List: Where Specifications include a list of names of both available manufacturers and products, provide one of the products listed, or an unnamed product, that complies with requirements. Comply with requirements in "Comparable Products" Article for consideration of an unnamed product. 4. Manufacturers: a. Restricted List: Where Specifications include a list of manufacturers' names, provide a product by one of the manufacturers listed that complies with requirements. Comparable products or substitutions for Contractor's convenience will be considered, unless otherwise indicated b. Nonrestricted List: Where Specifications include a list of available manufacturers, provide a product by one of the manufacturers listed, or a product by an unnamed manufacturer, that complies with requirements. Comply with requirements in "Comparable Products" Article for consideration of an unnamed manufacturer's product. 5. Basis-of-Design Product: Where Specifications name a product, or refer to a product indicated on Drawings, and include a list of manufacturers, provide the specified or indicated product or a comparable product by one of the other named manufacturers. Drawings and Specifications indicate sizes, profiles,dimensions, and other characteristics that are based on the product named. Comply with requirements in "Comparable Products" Article for consideration of an unnamed product by one of the other named manufacturers. Project Number: 114065 016000-4 BID SET South Point Park Fountain Remediation Miami Beach, Florida C. Visual Matching Specification: Where Specifications require "match Architect's sample", provide a product that complies with requirements and matches Architect's sample. Architect's decision will be final on whether a proposed product matches. 1. If no product available within specified category matches and complies with other specified requirements, comply with requirements in Division 01 Section "Substitution Procedures" for proposal of product. D. Visual Selection Specification: Where Specifications include the phrase "as selected by Architect from manufacturer's full range" or similar phrase, select a product that complies with requirements. Architect will select color, gloss, pattern, density, or texture from manufacturer's product line that includes both standard and premium items. 2.2 COMPARABLE PRODUCTS A. Conditions for Consideration: Architect will consider Contractor's request for comparable product when the following conditions are satisfied. If the following conditions are not satisfied, Architect may return requests without action, except to record noncompliance with these requirements: 1. Evidence that the proposed product does not require revisions to the Contract Documents, that it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect,and specific features and requirements indicated. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners, if requested. 5. Samples, if requested. PART 3 -EXECUTION(Not Used) END OF SECTION 016000 Project Number: 114065 016000-5 BID SET South Point Park Fountain Remediation Miami Beach, Florida SECTION 017300-EXECUTION PART 1 -GENERAL 1.1 SUMMARY A. Section includes general administrative and procedural requirements governing execution of the Work including,but not limited to,the following: 1. Construction layout. 2. Field engineering and surveying. 3. Installation of the Work. 4. Cutting and patching. 5. Coordination of Owner-installed products. 6. Progress cleaning. 7. Starting and adjusting. 8. Protection of installed construction. 9. Correction of the Work. B. Related Sections: 1. Division 01 Section "Closeout Procedures" for submitting final property survey with Project Record Documents, recording of Owner-accepted deviations from indicated lines and levels, and final cleaning. 1.2 INFORMATIONAL SUBMITTALS A. Certified Surveys: Submit two copies signed by land surveyor 1.3 QUALITY ASSURANCE A. Land Surveyor Qualifications: A professional land surveyor who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing land-surveying services of the kind indicated. B. Cutting and Patching: Comply with requirements for and limitations on cutting and patching of construction elements. 1. Structural Elements: When cutting and patching structural elements, notify Architect of locations and details of cutting and await directions from the Architect before proceeding. Shore, brace, and support structural element during cutting and patching. Do not cut and patch structural elements in a manner that could change their load-carrying capacity or increase deflection 2. Operational Elements: Do not cut and patch operating elements and related components in a manner that results in reducing their capacity to perform as intended or that results in increased maintenance or decreased operational life or safety Project Number: 114065 017300- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida 3. Other Construction Elements: Do not cut and patch other construction elements or components in a manner that could change their load-carrying capacity, that results in reducing their capacity to perform as intended, or that results in increased maintenance or decreased operational life or safety 4. Visual Elements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch exposed construction in a manner that would, in Architect's opinion, reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. 1.4 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during installation or cutting and patching operations, by methods and with materials so as not to void existing warranties. PART 2- PRODUCTS 2.1 MATERIALS A. General: Comply with requirements specified in other Sections. B. In-Place Materials: Use materials for patching identical to in-place materials. For exposed surfaces, use materials that visually match in-place adjacent surfaces to the fullest extent possible. 1. If identical materials are unavailable or cannot be used, use materials that,when installed, will provide a match acceptable to the Architect for the visual and functional performance of in-place materials. PART 3 -EXECUTION 3.1 EXAMINATION A. Existing Conditions: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning sitework, investigate and verify the existence and location of underground utilities, mechanical and electrical systems,and other construction affecting the Work. 1. Before construction, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer, and water-service piping; underground electrical services, and other utilities. 2. Furnish location data for work related to Project that must be performed by public utilities serving Project site. Project Number: 114065 017300-2 BID SET South Point Park Fountain Remediation Miami Beach, Florida B. Examination and Acceptance of Conditions: Before proceeding with each component of the Work, examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. 1. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. 2. Examine roughing-in for mechanical and electrical systems to verify actual locations of connections before equipment and fixture installation. 3. Examine walls, floors, and roofs for suitable conditions where products and systems are to be installed. 4. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Existing Utility Information: Furnish information to [local utility] [Owner] that is necessary to adjust, move, or relocate existing utility structures, utility poles, lines, services, or other utility appurtenances located in or affected by construction. Coordinate with authorities having jurisdiction. B. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. C. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents caused by differing field conditions outside the control of the Contractor, submit a request for information to Architect according to requirements in Division 01 Section"Project Management and Coordination." 3.3 CONSTRUCTION LAYOUT A. Verification: Before proceeding to lay out the Work, verify layout information shown on Drawings, in relation to the property survey and existing benchmarks. If discrepancies are discovered, notify Architect promptly. B. General: Engage a land surveyor to lay out the Work using accepted surveying practices. 1. Establish benchmarks and control points to set lines and levels at each story of construction and elsewhere as needed to locate each element of Project. 2. Establish dimensions within tolerances indicated. Do not scale Drawings to obtain required dimensions. 3. Inform installers of lines and levels to which they must comply. 4. Check the location, level and plumb,of every major element as the Work progresses. Project Number: 114065 017300-3 BID SET South Point Park Fountain Remediation Miami Beach, Florida 5. Notify Architect when deviations from required lines and levels exceed allowable tolerances. 6. Close site surveys with an error of closure equal to or less than the standard established by authorities having jurisdiction. C. Site Improvements: Locate and lay out site improvements, including pavements, grading, fill and topsoil placement, utility slopes,and rim and invert elevations. D. Building Lines and Levels: Locate and lay out control lines and levels for structures, building foundations, column grids, and floor levels, including those required for mechanical and electrical work. Transfer survey markings and elevations for use with control lines and levels. Level foundations and piers from two or more locations. E. Record Log: Maintain a log of layout control work. Record deviations from required lines and levels. Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used. Make the log available for reference by Architect. 3.4 FIELD ENGINEERING A. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points before beginning the Work. Preserve and protect permanent benchmarks and control points during construction operations. B. Benchmarks: Establish and maintain a minimum of two permanent benchmarks on Project site, referenced to data established by survey control points. Comply with authorities having jurisdiction for type and size of benchmark. 1. Record benchmark locations, with horizontal and vertical data, on Project Record Documents. C. Certified Survey: On completion of foundation walls, major site improvements, and other work requiring field-engineering services, prepare a certified survey showing dimensions, locations, angles,and elevations of construction and sitework. D. Final Property Survey: Engage a land surveyor to prepare a final property survey showing significant features (real property) for Project. Include on the survey a certification, signed by land surveyor that principal metes, bounds, lines, and levels of Project are accurately positioned as shown on the survey. 1. Recording: At Substantial Completion, have the final property survey recorded by or with authorities having jurisdiction as the official "property survey." 3.5 INSTALLATION A. General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. 1. Make vertical work plumb and make horizontal work level. Project Number: 114065 017300-4 BID SET South Point Park Fountain Remediation Miami Beach, Florida 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. 3. Conceal pipes,ducts, and wiring in finished areas, unless otherwise indicated. B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. C. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy. E. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels. F. Templates: Obtain and distribute to the parties involved templates for work specified to be factory prepared and field installed. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. G. Attachment: Provide blocking and attachment plates and anchors and fasteners of adequate size and number to securely anchor each component in place, accurately located and aligned with other portions of the Work. Where size and type of attachments are not indicated, verify size and type required for load conditions. 1. Mounting Heights: Where mounting heights are not indicated, mount components at heights directed by Architect. 2. Allow for building movement, including thermal expansion and contraction. 3. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. H. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated, arrange joints for the best visual effect. Fit exposed connections together to form hairline joints. I. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous. 3.6 CUTTING AND PATCHING A. Cutting and Patching, General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. 1. Cut in-place construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. B. Temporary Support: Provide temporary support of work to be cut. Project Number: 114065 017300- 5 BID SET South Point Park Fountain Remediation Miami Beach, Florida C. Protection: Protect in-place construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. D. Adjacent Occupied Areas: Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. E. Existing Utility Services and Mechanical/Electrical Systems: Where existing services/systems are required to be removed, relocated, or abandoned, bypass such services/systems before cutting to prevent interruption to occupied areas. F. Cutting: Cut in-place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written recommendations. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots neatly to minimum size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Concrete and Masonry Cut using a cutting machine, such as an abrasive saw or a diamond-core drill. 4. Excavating and Backfilling: Comply with requirements in applicable Division 31 Sections where required by cutting and patching operations. 5. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 6. Proceed with patching after construction operations requiring cutting are complete. G. Patching: Patch construction by filling,repairing, refinishing,closing up,and similar operations following performance of other work. Patch with durable seams that are as invisible as practicable. Provide materials and comply with installation requirements specified in other Sections,where applicable. 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate physical integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will minimize evidence of patching and refinishing. H. Cleaning: Clean areas and spaces where cutting and patching are performed. Remove paint, mortar, oils, putty, and similar materials from adjacent finished surfaces. 3.7 PROGRESS CLEANING A. General: Clean Project site and work areas daily, including common areas. Enforce requirements strictly. Dispose of materials lawfully. 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. Project Number: 114065 017300-6 BID SET South Point Park Fountain Remediation Miami Beach, Florida 2. Do not hold waste materials more than seven days during normal weather or three days if the temperature is expected to rise above 80 deg F (27 deg C). 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. B. Site: Maintain Project site free of waste materials and debris. C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom-clean or vacuum the entire work area, as appropriate. D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. F. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. G. Waste Disposal: Do not bury or burn waste materials on-site. Do not wash waste materials down sewers or into waterways. H. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. I. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. J. Limiting Exposures: Supervise construction operations to assure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. 3.8 STARTING AND ADJUSTING A. Start equipment and operating components to confirm proper operation. Remove malfunctioning units, replace with new units,and retest. B. Adjust equipment for proper operation. Adjust operating components for proper operation without binding. C. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. Project Number: 114065 017300-7 BID SET South Point Park Fountain Remediation Miami Beach, Florida D. Manufacturer's Field Service: Comply with qualification requirements in Division 01 Section "Quality Requirements." 3.9 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. B. Comply with manufacturer's written instructions for temperature and relative humidity. 3.10 CORRECTION OF THE WORK A. Repair or remove and replace defective construction. Restore damaged substrates and finishes. 1. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials,and properly adjusting operating equipment. B. Restore permanent facilities used during construction to their specified condition. C. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired without visible evidence of repair. D. Repair components that do not operate properly. Remove and replace operating components that cannot be repaired. E. Remove and replace chipped, scratched,and broken glass or reflective surfaces. END OF SECTION 017300 Project Number: 114065 017300- 8 BID SET South Point Park Fountain Remediation Miami Beach, Florida SECTION 017700- CLOSEOUT PROCEDURES PART 1 -GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for contract closeout, including, but not limited to,the following: 1. Substantial Completion procedures. 2. Final completion procedures. 3. Warranties. 4. Final cleaning. 1.2 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete with request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list,and reasons why the Work is not complete. 2. Advise Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 5. Prepare and submit Project Record Documents,operation and maintenance manuals, final completion construction photographic documentation, damage or settlement surveys, property surveys, and similar final record information. 6. Deliver tools, spare parts, extra materials, and similar items to location designated by Owner. Label with manufacturer's name and model number where applicable. 7. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions. 8. Complete startup testing of systems. 9. Submit test/adjust/balance records. 10. Terminate and remove temporary facilities from Project site, along with mockups, construction tools,and similar elements. 11. Advise Owner of changeover in heat and other utilities. 12. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. 13. Complete final cleaning requirements, including touchup painting. 14. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. Project Number: 114065 017700- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect,that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for final completion. 1.3 FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining final completion, complete the following: 1. Submit a final Application for Payment according to Division 01 Section "Payment Procedures." 2. Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected(punch list), endorsed and dated by Architect. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Submit evidence of final, continuing insurance coverage complying with insurance requirements. 4. Submit pest-control final inspection report and warranty. 5. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment,and systems. B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.4 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Organization of List: Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. Use CSI Form 14.1A. 1. Organize items applying to each space by major element, including categories for ceiling, individual walls, floors,equipment, and building systems. 2. Submit list of incomplete items in the following format: a. PDF electronic file. Project Number: 114065 017700-2 BID SET South Point Park Fountain Remediation Miami Beach, Florida 1.5 WARRANTIES A. Submittal Time: Submit written warranties on request of Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated. B. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 1. Bind warranties and bonds in heavy-duty, 3-ring, vinyl-covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-11-inch (215-by-280-mm)paper. 2. Provide heavy paper dividers with plastic-covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor. 4. Scan warranties and bonds and assemble complete warranty and bond submittal package into a single indexed electronic PDF file with links enabling navigation to each item. Provide table of contents at beginning of document. C. Provide additional copies of each warranty to include in operation and maintenance manuals. PART 2- PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. PART 3 - EXECUTION 3.1 FINAL CLEANING A. General: Perform final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. Project Number: 114065 017700-3 BID SET • South Point Park Fountain Remediation Miami Beach, Florida B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. c. Rake grounds that are neither planted nor paved to a smooth, even-textured surface. d. Remove tools, construction equipment, machinery, and surplus material from Project site. e. Remove snow and ice to provide safe access to building. f. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. g. Remove debris and surface dust from limited access spaces, including roofs, plenums,shafts,trenches,equipment vaults, manholes,attics, and similar spaces. h. Sweep concrete floors broom clean in unoccupied spaces. i. Vacuum carpet and similar soft surfaces, removing debris and excess nap; shampoo if visible soil or stains remain. j. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision-obscuring materials. Replace chipped or broken glass and other damaged transparent materials. Polish mirrors and glass, taking care not to scratch surfaces. k. Remove labels that are not permanent. 1. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. 1) Do not paint over "UL" and other required labels and identification, including mechanical and electrical nameplates. m. Wipe surfaces of mechanical and electrical equipment and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. n. Replace parts subject to operating conditions during construction that may impede operation or reduce longevity. o. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. p. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers,registers,and grills. Project Number: 114065 017700-4 BID SET South Point Park Fountain Remediation Miami Beach, Florida q. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. Replace burned-out bulbs, and those noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures. r. Leave Project clean and ready for occupancy. END OF SECTION 017700 Project Number: 114065 017700-5 BID SET I I South Point Park Fountain Remediation Miami Beach, Florida SECTION 017823 -OPERATION AND MAINTENANCE DATA PART 1 -GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for preparing operation and maintenance manuals, including the following: 1. Operation and maintenance documentation directory. 2. Emergency manuals. 3. Operation manuals for systems, subsystems, and equipment. 4. Product maintenance manuals. 5. Systems and equipment maintenance manuals. 1.2 CLOSEOUT SUBMITTALS A. Format: Submit operations and maintenance manuals in the following format: 1. PDF electronic file. Assemble each manual into a composite electronically-indexed file. Submit on digital media acceptable to Architect. a. Name each indexed document file in composite electronic index with applicable item name. Include a complete electronically-linked operation and maintenance directory. b. Enable inserted reviewer comments on draft submittals. 2. Three paper copies. Include a complete operation and maintenance directory. Enclose title pages and directories in clear plastic sleeves. Architect will return two copies to owner. B. Manual Submittal: Submit each manual in final form prior to requesting inspection for Substantial Completion and at least 15 days before commencing demonstration and training. Architect and Commissioning Agent will return copy with comments. 1. Correct or modify each manual to comply with Architect's comments. Submit copies of each corrected manual within [15] <Insert number> days of receipt of Architect's comments and prior to commencing demonstration and training. Project Number: 114065 017823 - 1 BID SET South Point Park Fountain Remediation Miami Beach,Florida PART 2-PRODUCTS 2.1 REQUIREMENTS FOR EMERGENCY, OPERATION,AND MAINTENANCE MANUALS A. Organization: Unless otherwise indicated,organize each manual into a separate section for each system and subsystem, and a separate section for each piece of equipment not part of a system. Each manual shall contain the following materials, in the order listed: 1. Title page. 2. Table of contents. 3. Manual contents. B. Title Page: Include the following information: 1. Subject matter included in manual. 2. Name and address of Project. 3. Name and address of Owner. 4. Date of submittal. 5. Name and contact information for Contractor. 6. Name and contact information for Construction Manager. 7. Name and contact information for Architect. 8. Name and contact information for Commissioning Agent. 9. Names and contact information for major consultants to the Architect that designed the systems contained in the manuals. 10. Cross-reference to related systems in other operation and maintenance manuals. C. Table of Contents: List each product included in manual, identified by product name, indexed to the content of the volume, and cross-referenced to Specification Section number in Project Manual. D. Manual Contents: Organize into sets of manageable size. Arrange contents alphabetically by system, subsystem, and equipment. If possible, assemble instructions for subsystems, equipment,and components of one system into a single binder. E. Manuals, Electronic Files: Submit manuals in the form of a multiple file composite electronic PDF file for each manual type required. 1. Electronic Files: Use electronic files prepared by manufacturer where available. Where scanning of paper documents is required, configure scanned file for minimum readable file size. 2. File Names and Bookmarks: Enable bookmarking of individual documents based upon file names. Name document files to correspond to system, subsystem, and equipment names used in manual directory and table of contents. Group documents for each system and subsystem into individual composite bookmarked files, then create composite manual, so that resulting bookmarks reflect the system, subsystem, and equipment names in a readily navigated file tree. Configure electronic manual to display bookmark panel upon opening file. Project Number: 114065 017823 -2 BID SET South Point Park Fountain Remediation Miami Beach,Florida F. Manuals, Paper Copy: Submit manuals in the form of hard copy, bound and labeled volumes. 1. Binders: Heavy-duty, three-ring, vinyl-covered, loose-leaf binders, in thickness necessary to accommodate contents, sized to hold 8-1/2-by-11-inch (215-by-280-mm) paper; with clear plastic sleeve on spine to hold label describing contents and with pockets inside covers to hold folded oversize sheets. a. Identify each binder on front and spine, with printed title "OPERATION AND MAINTENANCE MANUAL," Project title or name,and subject matter of contents, and indicate Specification Section number on bottom of spine. Indicate volume number for multiple-volume sets. 2. Dividers: Heavy-paper dividers with plastic-covered tabs for each section of the manual. Mark each tab to indicate contents. Include typed list of products and major components of equipment included in the section on each divider, cross-referenced to Specification Section number and title of Project Manual. 3. Protective Plastic Sleeves: Transparent plastic sleeves designed to enclose diagnostic software storage media for computerized electronic equipment. 4, Drawings: Attach reinforced, punched binder tabs on drawings and bind with text. a. If oversize drawings are necessary, fold drawings to same size as text pages and use as foldouts. b. If drawings are too large to be used as foldouts, fold and place drawings in labeled envelopes and bind envelopes in rear of manual. At appropriate locations in manual, insert typewritten pages indicating drawing titles, descriptions of contents, and drawing locations. 2.2 EMERGENCY MANUALS A. Content: Organize manual into a separate section for each of the following: L Type of emergency. 2. Emergency instructions. 3. Emergency procedures. B. Type of Emergency: Where applicable for each type of emergency indicated below, include instructions and procedures for each system, subsystem, piece of equipment,and component: 1. Fire. 2. Flood. 3. Gas leak. 4. Water leak. 5. Power failure. 6. Water outage. 7. System, subsystem,or equipment failure. 8. Chemical release or spill. Project Number: 114065 017823 -3 BID SET South Point Park Fountain Remediation Miami Beach, Florida C. Emergency Instructions: Describe and explain warnings, trouble indications, error messages, and similar codes and signals. Include responsibilities of Owner's operating personnel for notification of Installer, supplier, and manufacturer to maintain warranties. D. Emergency Procedures: Include the following, as applicable: 1. Instructions on stopping. 2. Shutdown instructions for each type of emergency. 3. Operating instructions for conditions outside normal operating limits. 4. Required sequences for electric or electronic systems. 5. Special operating instructions and procedures. 2.3 OPERATION MANUALS A. Content: In addition to requirements in this Section, include operation data required in individual Specification Sections and the following information: 1. System, subsystem, and equipment descriptions. Use designations for systems and equipment indicated on Contract Documents. 2. Performance and design criteria if Contractor is delegated design responsibility. 3. Operating standards. 4. Operating procedures. 5. Operating logs. 6. Wiring diagrams. 7. Control diagrams. 8. Piped system diagrams. 9. Precautions against improper use. 10. License requirements including inspection and renewal dates. B. Descriptions: Include the following: 1. Product name and model number. Use designations for products indicated on Contract Documents. 2. Manufacturer's name. 3. Equipment identification with serial number of each component. 4. Equipment function. 5. Operating characteristics. 6. Limiting conditions. 7. Performance curves. 8. Engineering data and tests. 9. Complete nomenclature and number of replacement parts. C. Operating Procedures: Include the following,as applicable: 1. Startup procedures. 2. Equipment or system break-in procedures. 3. Routine and normal operating instructions. 4. Regulation and control procedures. 5. Instructions on stopping. 6. Normal shutdown instructions. Project Number: 114065 017823 -4 BID SET South Point Park Fountain Remediation Miami Beach, Florida 7. Seasonal and weekend operating instructions. 8. Required sequences for electric or electronic systems. 9. Special operating instructions and procedures. D. Systems and Equipment Controls: Describe the sequence of operation, and diagram controls as installed. E. Piped Systems: Diagram piping as installed, and identify color-coding where required for identification. 2.4 PRODUCT MAINTENANCE MANUALS A. Content: Organize manual into a separate section for each product, material, and finish. Include source information, product information, maintenance procedures, repair materials and sources,and warranties and bonds,as described below. B. Source Information: List each product included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual. C. Product Information: Include the following,as applicable: 1. Product name and model number. 2. Manufacturer's name. 3. Color, pattern,and texture. 4. Material and chemical composition. 5. Reordering information for specially manufactured products. D. Maintenance Procedures: Include manufacturer's written recommendations and the following: 1. Inspection procedures. 2. Types of cleaning agents to be used and methods of cleaning. 3. List of cleaning agents and methods of cleaning detrimental to product. 4. Schedule for routine cleaning and maintenance. 5. Repair instructions. E. Repair Materials and Sources: Include lists of materials and local sources of materials and related services. F. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 2.5 SYSTEMS AND EQUIPMENT MAINTENANCE MANUALS A. Content: For each system, subsystem, and piece of equipment not part of a system, include source information, manufacturers' maintenance documentation, maintenance procedures, maintenance and service schedules, spare parts list and source information, maintenance service contracts,and warranty and bond information,as described below. Project Number: 114065 017823 -5 BID SET South Point Park Fountain Remediation Miami Beach, Florida B. Source Information: List each system, subsystem, and piece of equipment included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual. C. Manufacturers' Maintenance Documentation: Manufacturers' maintenance documentation including the following information for each component part or piece of equipment: 1. Standard maintenance instructions and bulletins. 2. Drawings, diagrams, and instructions required for maintenance, including disassembly and component removal, replacement, and assembly. 3. Identification and nomenclature of parts and components. 4. List of items recommended to be stocked as spare parts. D. Maintenance Procedures: Include the following information and items that detail essential maintenance procedures: 1. Test and inspection instructions. 2. Troubleshooting guide. 3. Precautions against improper maintenance. 4. Disassembly; component removal, repair,and replacement; and reassembly instructions. 5. Aligning, adjusting, and checking instructions. 6. Demonstration and training video recording, if available. E. Maintenance and Service Schedules: Include service and lubrication requirements, list of required lubricants for equipment, and separate schedules for preventive and routine maintenance and service with standard time allotment. F. Spare Parts List and Source Information: Include lists of replacement and repair parts, with parts identified and cross-referenced to manufacturers' maintenance documentation and local sources of maintenance materials and related services. G. Maintenance Service Contracts: Include copies of maintenance agreements with name and telephone number of service agent. H. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. • PART 3 -EXECUTION 3.1 MANUAL PREPARATION A. Emergency Manual: Assemble a complete set of emergency information indicating procedures for use by emergency personnel and by Owner's operating personnel for types of emergencies indicated. B. Product Maintenance Manual: Assemble a complete set of maintenance data indicating care and maintenance of each product, material,and finish incorporated into the Work. Project Number: 114065 017823 -6 BID SET South Point Park Fountain Remediation Miami Beach, Florida C. Operation and Maintenance Manuals: Assemble a complete set of operation and maintenance data indicating operation and maintenance of each system, subsystem, and piece of equipment not part of a system. D. Manufacturers' Data: Where manuals contain manufacturers' standard printed data, include only sheets pertinent to product or component installed. Mark each sheet to identify each product or component incorporated into the Work. If data include more than one item in a tabular format, identify each item using appropriate references from the Contract Documents. Identify data applicable to the Work and delete references to information not applicable. E. Drawings: Prepare drawings supplementing manufacturers' printed data to illustrate the relationship of component parts of equipment and systems and to illustrate control sequence and flow diagrams. Coordinate these drawings with information contained in record Drawings to ensure correct illustration of completed installation. 1. Do not use original project record documents as part of operation and maintenance manuals. F. Comply with Division 01 Section "Closeout Procedures" for schedule for submitting operation and maintenance documentation. END OF SECTION 017823 Project Number: 114065 017823 -7 BID SET 1 I South Point Park Fountain Remediation Miami Beach, Florida SECTION 017839-PROJECT RECORD DOCUMENTS PART 1 -GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for project record documents, including the following: 1. Record Drawings. 2. Record Specifications. 3. Record Product Data. 1.2 CLOSEOUT SUBMITTALS A. Record Drawings: Comply with the following: 1. Number of Copies: Submit two sets of marked-up record prints. 2. Number of Copies: Submit copies of record Drawings as follows: a. Initial Submittal: Submit one paper copy set and one PDF copy of marked-up record prints and one set(s) of plots from corrected record digital data files. Architect will indicate whether general scope of changes, additional information recorded,and quality of drafting are acceptable. b. Final Submittal: Submit one paper copy set and PDF electronic files of marked-up record prints. Print each Drawing, whether or not changes and additional information were recorded. B. Record Product Data: Submit one paper copy and one annotated PDF electronic files of each submittal. PART 2 - PRODUCTS 2.1 RECORD DRAWINGS A. Record Prints: Maintain one set of marked-up paper copies of the Contract Drawings and Shop Drawings. 1. Preparation: Mark record prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to provide information for preparation of corresponding marked-up record prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Record data as soon as possible after obtaining it. c. Record and check the markup before enclosing concealed installations. Project Number: 114065 017839- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida 2. Mark the Contract Drawings and Shop Drawings completely and accurately. Utilize personnel proficient at recording graphic information in production of marked-up record prints. 3. Mark record sets with erasable, red-colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. 4. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable. B. Record Digital Data Files: Immediately before inspection for Certificate of Substantial Completion, review marked-up record prints with Architect[and Construction Manager]. When authorized, prepare a full set of corrected digital data files of the Contract Drawings, as follows: 1. Format: Same digital data software program, version, and operating system as the original Contract Drawings. 2. Format: DWG Version 2012 or later,operating in Microsoft Windows operating system. 3. Format: Annotated PDF electronic file 4. Incorporate changes and additional information previously marked on record prints. Delete, redraw,and add details and notations where applicable. 5. Refer instances of uncertainty to Architect for resolution. 6. Architect will furnish Contractor one set of digital data files of the Contract Drawings for use in recording information. C. Format: Identify and date each record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. 1. Record Prints: Organize record prints and newly prepared record Drawings into manageable sets. Bind each set with durable paper cover sheets. Include identification on cover sheets. 2. Format: Annotated PDF electronic file. 3. Record Digital Data Files: Organize digital data information into separate electronic files that correspond to each sheet of the Contract Drawings. Name each file with the sheet identification. Include identification in each digital data file. 4. Identification: As follows: a. Project name. b. Date. c. Designation"PROJECT RECORD DRAWINGS." d. Name of Architect]. e. Name of Contractor. 2.2 RECORD SPECIFICATIONS A. Preparation: Mark Specifications to indicate the actual product installation where installation varies from that indicated in Specifications, addenda,and contract modifications. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. Project Number: 114065 017839-2 BID SET South Point Park Fountain Remediation Miami Beach, Florida 2. Mark copy with the proprietary name and model number of products, materials, and equipment furnished, including substitutions and product options selected. 3. Record the name of manufacturer, supplier, Installer, and other information necessary to provide a record of selections made. 4. Note related Change Orders,record Product Data,and record Drawings where applicable. B. Format: Submit record Specifications as annotated PDF electronic file and printed paper copy. 2.3 RECORD PRODUCT DATA A. Preparation: Mark Product Data to indicate the actual product installation where installation varies substantially from that indicated in Product Data submittal. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. 3. Note related Change Orders and record Drawings where applicable. B. Format: Submit record Product Data as annotated PDF electronic file with paper copy 2.4 MISCELLANEOUS RECORD SUBMITTALS A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference. B. Format: Submit record Specifications as annotated PDF electronic file and printed paper copy. Format: PART 3 -EXECUTION 3.1 RECORDING AND MAINTENANCE A. Recording: Maintain one copy of each submittal during the construction period for project record document purposes. Post changes and modifications to project record documents as they occur; do not wait until the end of Project. B. Maintenance of Record"Documents and Samples: Store record documents and Samples in the field office apart from the Contract Documents used for construction. Do not use project record documents for construction purposes. Maintain record documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to project record documents for Architect's reference during normal working hours. END OF SECTION 017839 Project Number: 114065 017839-3 BID SET South Point Park Fountain Remediation Miami Beach, Florida SECTION 017900-DEMONSTRATION AND TRAINING PART 1 -GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for instructing Owner's personnel, including the following: 1. Demonstration of operation of systems, subsystems, and equipment. 2. Training in operation and maintenance of systems, subsystems, and equipment. 3. Demonstration and training video recordings. 1.2 INFORMATIONAL SUBMITTALS A. Instruction Program: Submit outline of instructional program for demonstration and training, including a list of training modules and a schedule of proposed dates, times, length of instruction time, and instructors' names for each training module. Include learning objective and outline for each training module. 1. Indicate proposed training modules utilizing manufacturer-produced demonstration and training video recordings for systems, equipment, and products in lieu of video recording of live instructional module. 1.3 CLOSEOUT SUBMITTALS A. Demonstration and Training Video Recordings: Submit two copies within seven days of end of each training module. 1. At completion of training, submit complete training manual(s)for Owner's use. 1.4 QUALITY ASSURANCE A. Facilitator Qualifications: A firm or individual experienced in training or educating maintenance personnel in a training program similar in content and extent to that indicated for this Project, and whose work has resulted in training or education with a record of successful learning performance. B. Instructor Qualifications: A factory-authorized service representative, complying with requirements in Division 01 Section "Quality Requirements," experienced in operation and maintenance procedures and training. C. Preinstruction Conference: Conduct conference at Project site to comply with requirements in Division 01 Section "Project Management and Coordination." Review methods and procedures related to demonstration and training. Project Number: 114065 017900- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida 1.5 COORDINATION A. Coordinate instruction schedule with Owner's operations. Adjust schedule as required to minimize disrupting Owner's operations. B. Coordinate content of training modules with content of approved emergency, operation, and maintenance manuals. Do not submit instruction program until operation and maintenance data has been reviewed and approved by Architect. PART 2-PRODUCTS 2.1 INSTRUCTION PROGRAM A. Program Structure: Develop an instruction program that includes individual training modules for each system and for equipment not part of a system, as required by individual Specification Sections. B. Training Modules: Develop a learning objective and teaching outline for each module. Include a description of specific skills and knowledge that participant is expected to master. For each module, include instruction for the following as applicable to the system, equipment, or component: 1. Basis of System Design, Operational Requirements,and Criteria: Include the following: a. System, subsystem,and equipment descriptions. b. Performance and design criteria if Contractor is delegated design responsibility. c. Operating standards. d. Regulatory requirements. e. Equipment function. f. Operating characteristics. g. Limiting conditions. h. Performance curves. 2. Documentation: Review the following items in detail: a. Emergency manuals. b. Operations manuals. c. Maintenance manuals. d. Project record documents. e. Identification systems. f. Warranties and bonds. g. Maintenance service agreements and similar continuing commitments. 3. Emergencies: Include the following, as applicable: a. Instructions on meaning of warnings,trouble indications, and error messages. b. Instructions on stopping. c. Shutdown instructions for each type of emergency. d. Operating instructions for conditions outside of normal operating limits. Project Number: 114065 017900-2 BID SET South Point Park Fountain Remediation Miami Beach, Florida e. Sequences for electric or electronic systems. f. Special operating instructions and procedures. 4. Operations: Include the following, as applicable: a. Startup procedures. b. Equipment or system break-in procedures. c. Routine and normal operating instructions. d. Regulation and control procedures. e. Control sequences. f. Safety procedures. g. Instructions on stopping. h. Normal shutdown instructions. i. Operating procedures for emergencies. j. Operating procedures for system, subsystem,or equipment failure. k. Seasonal and weekend operating instructions. 1. Required sequences for electric or electronic systems. m. Special operating instructions and procedures. 5. Adjustments: Include the following: a. Alignments. b. Checking adjustments. c. Noise and vibration adjustments. d. Economy and efficiency adjustments. 6. Troubleshooting: Include the following: a. Diagnostic instructions. b. Test and inspection procedures. 7. Maintenance: Include the following: a. Inspection procedures. b. Types of cleaning agents to be used and methods of cleaning. c. List of cleaning agents and methods of cleaning detrimental to product. d. Procedures for routine cleaning e. Procedures for preventive maintenance. f. Procedures for routine maintenance. g. Instruction on use of special tools. , 8. Repairs: Include the following: a. Diagnosis instructions. b. Repair instructions. c. Disassembly; component removal, repair, and replacement; and reassembly instructions. d. Instructions for identifying parts and components. e. Review of spare parts needed for operation and maintenance. Project Number: 114065 017900-3 BID SET South Point Park Fountain Remediation Miami Beach, Florida PART 3 -EXECUTION 3.1 PREPARATION A. Assemble educational materials necessary for instruction, including documentation and training module. Assemble training modules into a training manual organized in coordination with requirements in Division 01 Section "Operations and Maintenance Data." 3.2 INSTRUCTION A. Facilitator: Engage a qualified facilitator to prepare instruction program and training modules, to coordinate instructors, and to coordinate between Contractor and Owner for number of participants, instruction times, and location. B. Engage qualified instructors to instruct Owner's personnel to adjust, operate, and maintain systems, subsystems, and equipment not part of a system. 1. Architect will furnish an instructor to describe basis of system design, operational requirements, criteria,and regulatory requirements. 2. Owner will furnish an instructor to describe Owner's operational philosophy. 3. Owner will furnish Contractor with names and positions of participants. C. Scheduling: Provide instruction at mutually agreed on times. For equipment that requires seasonal operation, provide similar instruction at start of each season. 1. Schedule training with Owner,through Architect with at least seven days'advance notice. D. Evaluation: At conclusion of each training module, assess and document each participant's mastery of module by use of an oral performance-based test. END OF SECTION 017900 Project Number: 114065 017900-4 BID SET South Point Park Fountain Remediation Miami Beach, Florida SECTION 024119-SELECTIVE STRUCTURE DEMOLITION PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Demolition and removal of selected site elements. 2. Salvage of existing items to be reused or recycled. 1.2 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off-site unless indicated to be removed and salvaged or removed and reinstalled. B. Remove and Salvage: Carefully detach from existing construction, in a manner to prevent damage,and deliver to Owner C. Remove and Reinstall: Detach items from existing construction, prepare for reuse, and reinstall where indicated. D. Existing to Remain: Existing items of construction that are not to be permanently removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. 1.3 PREINSTALLATION MEETINGS A. Predemolition Conference: Conduct conference at Project site 1.4 INFORMATIONAL SUBMITTALS A. Predemolition Photographs or Video: Submit before Work begins. 1.5 CLOSEOUT SUBMITTALS A. Landfill Records: Indicate receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes. 1.6 FIELD CONDITIONS A. Owner will occupy portions of site immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. Project Number: 114065 024119- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. C. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. D. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. E. Storage or sale of removed items or materials on-site is not permitted. F. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1.7 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition, by methods and with materials so as not to void existing warranties. PART 2 - PRODUCTS 2.1 PEFORMANCE REQUIREMENTS A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. B. Standards: Comply with ANSI/ASSE A10.6 and NFPA 241. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped before starting selective demolition operations. B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Architect. Project Number: 114065 024119-2 BID SET South Point Park Fountain Remediation Miami Beach, Florida D. Survey of Existing Conditions: Record existing conditions by use of preconstruction photographs. 1. Comply with requirements specified in Division 01 Section "Photographic Documentation." 3.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A. Existing Services/Systems to Remain: Maintain services/systems indicated to remain and protect them against damage. 1. Comply with requirements for existing services/systems interruptions specified in Division 01 Section"Summary." B. Existing Services/Systems to Be Removed, Relocated, or Abandoned: Locate, identify, disconnect, and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be selectively demolished. 1. Owner will arrange to shut off indicated services/systems when requested by Contractor. 2. Arrange to shut off indicated utilities with utility companies. 3. If services/systems are required to be removed, relocated, or abandoned, provide temporary services/systems that bypass area of selective demolition and that maintain continuity of services/systems to other parts of building. 4. Disconnect, demolish, and remove fire-suppression systems, plumbing, and HVAC systems, equipment, and components indicated to be removed. a. Piping to Be Removed: Remove portion of piping indicated to be removed and cap or plug remaining piping with same or compatible piping material. b. Piping to Be Abandoned in Place: Drain piping and cap or plug piping with same or compatible piping material. c. Equipment to Be Removed: Disconnect and cap services and remove equipment. d. Equipment to Be Removed and Reinstalled: Disconnect and cap services and remove, clean, and store equipment; when appropriate, reinstall, reconnect, and make equipment operational. e. Equipment to Be Removed and Salvaged: Disconnect and cap services and remove equipment and deliver to Owner. 3.3 PREPARATION A. Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1. Comply with requirements for access and protection specified in Division 01 Section "Temporary Facilities and Controls." B. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. Project Number: 114065 024119-3 BID SET South Point Park Fountain Remediation Miami Beach, Florida C. Temporary Shoring: Provide and maintain shoring, bracing, and structural supports as required to preserve stability and prevent movement, settlement, or collapse of construction and finishes to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. 3.4 SELECTIVE DEMOLITION, GENERAL A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. 2. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 3. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame-cutting operations. Maintain portable fire-suppression devices during flame-cutting operations. 4. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors,or framing. 5. Dispose of demolished items and materials promptly. B. Reuse of Elements: Do not demolish building elements beyond what is indicated on Drawings without Architect's approval. C. Removed and Salvaged Items: 1. Clean salvaged items. 2. Pack or crate items after cleaning. Identify contents of containers. 3. Store items in a secure area until delivery to Owner. 4. Transport items to Owner's storage area off-site designated by Owner[indicated on Drawings. 5. Protect items from damage during transport and storage. D. Removed and Reinstalled Items: 1. Clean and repair items to functional condition adequate for intended reuse. 2. Pack or crate items after cleaning and repairing. Identify contents of containers. 3. Protect items from damage during transport and storage. 4. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. Project Number: 114065 024119 -4 BID SET South Point Park Fountain Remediation Miami Beach, Florida E. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Architect, items may be removed to a suitable, protected storage location during selective demolition[and cleaned] and reinstalled in their original locations after selective demolition operations are complete. 3.5 DISPOSAL OF DEMOLISHED MATERIALS A. General: Except for items or materials indicated to be recycled, reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA-approved landfill. 1. Do not allow demolished materials to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. B. Burning: Do not burn demolished materials. C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. 3.6 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. END OF SECTION 024119 Project Number: 114065 024119-5 BID SET South Point Park Fountain Remediation Miami Beach, Florida SECTION 033000-CAST-IN-PLACE CONCRETE PART 1 -GENERAL 1.1 SUMMARY A. Section includes cast-in-place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures, and finishes. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. B. Design Mixtures: For each concrete mixture. C. Steel Reinforcement Shop Drawings: Placing drawings that detail fabrication, bending, and placement. D. Welding certificates. E. Material certificates. F. Material test reports. G. Floor surface flatness and levelness measurements. 1.3 QUALITY ASSURANCE A. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. 1. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities." B. Testing Agency Qualifications: An independent agency,[ acceptable to authorities having jurisdiction,] qualified according to ASTM C 1077 and ASTM E 329 for testing indicated. C. Welding Qualifications: Qualify procedures and personnel according to AWS D1.4/D 1.4M, "Structural Welding Code-Reinforcing Steel." D. ACI Publications: Comply with the following unless modified by requirements in the Contract Documents: 1. ACI 301, "Specifications for Structural Concrete," 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." Project Number: 114065 033000- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida E. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixtures. F. Preinstallation Conference: Conduct conference at project site. PART 2 - PRODUCTS 2.1 FORM-FACING MATERIALS A. Smooth-Formed Finished Concrete: Form-facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. B. Rough-Formed Finished Concrete: Plywood, lumber, metal, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. 2.2 STEEL REINFORCEMENT A. Recycled Content of Steel Products: Provide products with an average recycled content of steel products so postconsumer recycled content plus one-half of preconsumer recycled content is not less than 25 percent. B. Reinforcing Bars: ASTM A 615/A 615M, Grade 60(Grade 420),deformed. C. Plain-Steel Welded Wire Reinforcement: ASTM A 185/A 185M, plain, fabricated from as- drawn steel wire into flat sheets. D. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire reinforcement in place. Manufacture bar supports from steel wire, plastic, or precast concrete according to CRSI's "Manual of Standard Practice. 2.3 CONCRETE MATERIALS A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source,throughout Project: 1. Portland Cement: ASTM C 150,gray 2. Portland Cement ASTM C 150, white B. Normal-Weight Aggregates: ASTM C 33,graded. 1. Maximum Coarse-Aggregate Size: 1 inch(25 mm) nominal. 2. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. C. Water: ASTM C 94/C 94M and potable. Project Number: 114065 033000-2 BID SET South Point Park Fountain Remediation Miami Beach, Florida 2.4 ADMIXTURES A. Air-Entraining Admixture: ASTM C 260. B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water-Reducing Admixture: ASTM C 494/C 494M,Type A. 2. Retarding Admixture: ASTM C 494/C 494M,Type B. 3. Water-Reducing and Retarding Admixture: ASTM C 494/C 494M,Type D. 4. High-Range, Water-Reducing Admixture: ASTM C 494/C 494M,Type F. 5. High-Range, Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type G. 6. Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M, Type II. 2.5 VAPOR RETARDERS 2.6 CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete. B. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq.yd. (3.05 g/sq. m) when dry. C. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylene sheet. D. Water: Potable. E. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B, dissipating. F. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B, nondissipating G. Clear, Solvent-Borne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. H. Clear, Waterborne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. 2.7 RELATED MATERIALS A. Expansion-and Isolation-Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber Project Number: 114065 033000-3 BID SET South Point Park Fountain Remediation Miami Beach, Florida 2.8 CONCRETE MIXTURES A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of p g YP 1� � P P laboratory trial mixture or field test data, or both,according to ACI 301. rY � g B. Cementitious Materials: Use fly ash, pozzolan, ground granulated blast-furnace slag, and silica fume as needed to reduce the total amount of portland cement, which would otherwise be used, by not less than 40 percent. C. Admixtures: Use admixtures accordin g to manufacturer's written instructions. I � 1. Use water-reducing admixture in concrete,as required,for placement and workability. 2. Use water-reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. 3. Use water-reducing admixture in pumped concrete, concrete for heavy-use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. D. Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: 3500 psi (24.1 MPa) at 28 days. 2. Maximum Water-Cementitious Materials Ratio: 0.40 3. Retain slump limit from three options in first subparagraph below or revise to suit Project. 4. Slump Limit: 4 inches(100 mm 5. Retain one or more of first three subparagraphs below. Percentages in options in first two subparagraphs are default air contents required by ACI 301 for severe exposure. 6. Air Content: 5.5 percent, plus or minus 1.5 percent at point of delivery for 1-1/2-inch (38-mm)nominal maximum aggregate size. 7. Air Content: [6] percent, plus or minus 1.5 percent at point of delivery for 1-inch (25- mm) nominal maximum aggregate size. 8. Air Content: Do not allow air content of trowel-finished floors to exceed 3 percent. E. Proportion structural lightweight concrete mixture as follows: 1. Minimum Compressive Strength: 3500 psi(24.1 MPa at 28 days. 2. Calculated Equilibrium Unit Weight: 110 lb/cu. ft. (1762 kg/cu. m, plus or minus 3 lb/cu. ft.(48.1 kg/cu. m) as determined by ASTM C 567. 3. Slump Limit: 4 inches(100 mm) 4. Air Content: 6 percent, plus or minus 2 percent at point of delivery for nominal maximum aggregate size greater than 3/8 inch(10 mm). 5. Air Content: 7 percent, plus or minus 2 percent at point of delivery for nominal maximum aggregate size 3/8 inch(10 mm)or less. 6. Air Content: Do not allow air content of trowel-finished floors to exceed 3 percent. 2.9 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement accord in g to CRSI's "Manual o f Standard Practice." Project Number: 114065 033000-4 BID SET South Point Park Fountain Remediation Miami Beach, Florida 2.10 CONCRETE MIXING A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C 94M and ASTM C 1116 and furnish batch ticket information. 1. When air temperature is between 85 and 90 deg F (30 and 32 deg C), reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F(32 deg C), reduce mixing and delivery time to 60 minutes. PART 3 -EXECUTION 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Chamfer exterior corners and edges of permanently exposed concrete. 3.2 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast-in-place concrete. Use setting drawings, templates, diagrams, instructions,and directions furnished with items to be embedded. 3.3 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 3.4 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. Project Number: 114065 033000-5 BID SET South Point Park Fountain Remediation Miami Beach, Florida C. Contraction Joints in Slabs-on-Grade: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one- fourth of concrete thickness as follows: 1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint to a radius of 1/8 inch(3.2 mm). Repeat grooving of contraction joints after applying surface finishes. Eliminate groover tool marks on concrete surfaces. 2. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut 1/8-inch- (3.2-mm-) wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. D. Isolation Joints in Slabs-on-Grade: After removing formwork, install joint-filler strips at slab junctions with vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations,as indicated. E. Waterstops: Install in construction joints and at other joints indicated according to manufacturer's written instructions. 3.5 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. B. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new Y Y Y concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. 1. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. C. Cold-Weather Placement: Comply with ACI 306.1. D. Hot-Weather Placement: Comply with ACI 301. 3.6 FINISHING FORMED SURFACES A. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed-surface irregularities. 1. Apply to concrete surfaces B. Smooth-Formed Finish: As-cast concrete texture imparted by form-facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defects. Remove fins and other projections that exceed specified limits on formed-surface irregularities. Project Number: 114065 033000-6 BID SET South Point Park Fountain Remediation Miami Beach, Florida C. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated. 3.7 FINISHING FLOORS AND SLABS A. General: Comply with ACI 302.1R recommendations for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Scratch Finish: While still plastic, texture concrete surface that has been screeded and bull- floated or darbied. Use stiff brushes, brooms, or rakes to produce a profile amplitude of 1/4 inch(6 mm) in one direction. 1. Apply scratch finish to surfaces where coral stone banding will occur C. Float Finish: Consolidate surface with power-driven floats or by hand floating if area is small or inaccessible to power driven floats. Restraighten, cut down high spots, and fill low spots. Repeat float passes and restraightening until surface is left with a uniform, smooth, granular texture. D. Trowel Finish: After applying float finish, apply. first troweling and consolidate concrete by hand or power-driven trowel. Continue troweling passes and restraighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. 1. Apply a trowel finish to surfaces where indicated on plans 2. Finish and measure surface so gap at any point between concrete surface and an unleveled, freestanding, 10-ft.- (3.05-m-) long straightedge resting on two high spots and placed anywhere on the surface does not exceed 1/8 inch (3.2 mm). E. Broom Finish: Apply a broom finish to exterior concrete platforms, steps, ramps, and elsewhere as indicated. Match existing concrete walk finish onsite 3.8 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and ACI 301 for hot- weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h (1 kg/sq. m x h) before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding,and bull floating or darbying concrete, but before float finishing. C. Cure concrete according to AC1 308.1, by one or a combination of the following methods: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days. Project Number: 114065 033000-7 BID SET South Point Park Fountain Remediation Miami Beach, Florida 2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches (300 mm), and sealed by waterproof tape or adhesive. Cure for not less than seven days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. a. Removal: After curing period has elapsed, remove curing compound without damaging concrete surfaces by method recommended by curing compound manufacturer[ 4. Curing and Sealing Compound: Apply uniformly to floors and slabs indicated in a continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Repeat process 24 hours later and apply a second coat. Maintain continuity of coating and repair damage during curing period. 3.9 CONCRETE SURFACE REPAIRS A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval. 3.10 FIELD QUALITY CONTROL A. Testing and Inspecting: Owner will engage a qualified testing and inspecting agency to perform field tests and inspections and prepare test reports. END OF SECTION 033000 Project Number: 114065 033000-8 BID SET South Point Park Fountain Remediation Miami Beach, Florida SECTION 260126-ELECTRICAL TESTING PART 1 —GENERAL 1.1 SUMMARY A. This Section includes general requirements for electrical field testing and inspecting. Detailed requirements are specified in each Section containing components that require testing. General requirements include the following: 1. Qualifications of testing agencies and their personnel. 2. Suitability of test equipment. 3. Calibration of test instruments. 4. Coordination requirements for testing and inspecting. 5. Reporting requirements for testing and inspecting. 1.2 QUALITY ASSURANCE A. Testing Agency Qualifications: As specified in each Section containing electrical testing requirements and in subparagraph and association subparagraph below. 1. Independent Testing Agencies: Independent of manufacturers, suppliers, and installers of components to be tested or inspected. a. Testing Agency's Field Supervisor for Power Component Testing: Person currently certified by the International Electrical Testing Association or the National Institute for Certification in Engineering Technologies to supervise on- site testing specified in Division 16 power component Sections. B. Test Equipment Suitability: Comply with NETA ATS, Section 5.2. C. Test Equipment Calibration: Comply with NETA ATS, Section 5.3. PART 2—PRODUCTS(Not Applicable) PART 3 —EXECUTION 3.1 GENERAL TESTS AND INSPECTIONS A. If a group of tests are specified to be performed by an independent testing agency,prepare systems,equipment,and components for tests and inspections, and perform preliminary tests to ensure that systems,equipment, and components are ready for independent agency testing. Include the following minimum preparations as appropriate: 1. Perform insulation-resistance tests. 2. Perform continuity tests. 3. Perform rotation test(for motors to be tested). 4. Provide a stable source of single-phase, 208/120-V electrical power for test instrumentation at each test location. Project Number: 114065 260126- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida Project Number: 114065 260126-2 BID SET South Point Park Fountain Remediation Miami Beach, Florida B. Test and Inspection Reports: In addition to requirements specified elsewhere, report the following: 1. Manufacturer's written testing and inspecting instructions. 2. Calibration and adjustment settings of adjustable and interchangeable devices involved in tests. 3. Tabulation of expected measurement results made before measurements. 4. Tabulation of"as-found"and"as-left"measurement and observation results. END OF SECTION 260126 Project Number: 114065 260126-3 BID SET , I 1 1 1 1 1 1 South Point Park Fountain Remediation Miami Beach,Florida SECTION 260500-BASIC ELECTRICAL MATERIALS AND METHODS PART 1 —GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Raceways. 2. Building wires and connectors. 3. Supporting devices for electrical components. 4. Electrical identification. 5. Utility company electricity-metering components. 6. Concrete equipment bases. 7. Electrical demolition. 8. Cutting and patching for electrical construction. 1.2 SUBMITTALS A. Product Data: For utility company electricity-metering components. B. Shop Drawings: Dimensioned plans and sections or elevation layouts and single-line diagram of electricity-metering component assemblies specific to this Project. 1.3 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in the NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Devices for Utility Company Electricity Metering: Comply with utility company published standards. C. Comply with NFPA 70. 1.4 COORDINATION A. Coordinate chases, slots, inserts, sleeves,and openings for electrical supports, raceways,and cable with general construction work. B. Sequence, coordinate,and integrate installing electrical materials and equipment for efficient flow of the Work. Coordinate installing large equipment that requires positioning before closing in the building. C. Coordinate location of access panels and doors for electrical items that are concealed by finished surfaces. Access doors and panels are specified in Division 8 Section"Access Doors and Frames." Project Number: 114065 260500- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida D. Where electrical identification devices are applied to field-finished surfaces, coordinate installation of identification devices with completion of finished surface. PART 2—PRODUCTS 2.1 RACEWAYS A. EMT: Electrical metallic tubing;ANSI C80.3,zinc-coated steel, with insulated throat compression fittings. B. FMC: Flexible metal conduit: zinc-coated steel. C. IMC: Intermediate metal conduit; ANSI C80.6, zinc-coated steel,with threaded fittings. D. LFMC: Liquidtight flexible metal conduit; zinc-coated steel with sunlight-resistant and mineral- oil-resistant plastic jacket. E. RMC: Rigid metal conduit;galvanized rigid steel; ANSI C80.1. F. RNC: Rigid nonmetallic conduit;NEMA TC 2, Schedule 40 PVC, with NEMA TC3 fittings. G. Raceway Fittings: Specifically designed for raceways type with which used. 2.2 WIRES, CABLES, AND CONNECTIONS A. Conductors,No. 10 AWG and Smaller: Solid or stranded copper. B. Conductors, Larger than No. 10 AWG: Stranded copper. C. Insulation: Thermoplastic, rated 600 V, 75 deg C minimum, Type THW,THHN-THWN, or USE depending on application. D. Cable: Type MC with ground wire. E. Wire Connectors and Splices: Units of size, ampacity rating, material,type,and class suitable for service indicated. 2.3 SUPPORTING DEVICES A. Material; Cold-formed steel, with corrosion-resistant coating. B. Metal Items for Use Outdoors or in Damp Locations: hot-dip galvanized steel. C. Slotted-Steel channel: Flange edges turned toward web,and 9/16-inch-(14-mm-)diameter slotted holes at a maximum of 2 inches(50mm)o.c., in webs. Strength rating to suit structural loading. Project Number: 114065 260500 -2 BID SET South Point Park Fountain Remediation Miami Beach, Florida D. Nonmetallic Slotted Channel and Angle: Structural-grade, factory-formed,glass-fiber-resin channels and angles with 9/16-inch-(14-mm-)diameter holes at a maximum of 8 inches(203 mm)o.c., in at least one surface. Strength to suit structural loading. E. Slotted Channel Fitting and Accessories: Recommended by the manufacturer for use with the type and size of channel with which used. 1. Materials: Same as channels and angles, except metal items may be stainless steel. F. Raceway and Cable Supports: Manufactured clevis hangers, riser clamps, straps,threaded C- clamps with retainers, ceiling trapeze hangers, wall brackets, and spring-steel clamps or click- type hangers. G. Pipe Sleeves: ASTM A 53,Type E,Grade A, Schedule 40, galvanized steel, plain ends. H. Cable Supports for Vertical Conduit: Factory-fabricated assembly consisting of threaded body and insulating wedging plug for nonarmored electrical cables in riser conduits. Plugs have number and size of conductor gripping holes as required to suit individual risers. Body constructed of malleable-iron casting with hot-dip galvanized finish. I. Expansion Anchors: Carbon-steel wedge or sleeve type. J. Toggle Bolts: All-steel s rin head gg type. P g K. Powder-Driven threaded Studs: Heat-treated steel. 2.4 ELECTRICAL IDENTIFICATION A. Identification Device Colors: Use those prescribed by ANS A13.1,NFPA 70, and these Specifications. B. Colored Adhesive Marking Tape for Raceways, Wires,amd Cables: Self-adhesive vinyl tape, not less than 1 inch wide by 3 mils thick(25 mm wide by 0.08 mm thick). C. Tape Markers for Conductors: Vinyl or vinyl-cloth,self-adhesive, wraparound type with preprinted numbers and letters. D. Color-Coding Cable Ties: Type 6/6 nylon, self-locking type. Colors to suit coding scheme. E. Underground Warning Tape: Permanent, bright-colored,continuous-printed, vinyl tape compounded for permanent direct-burial service, and with the following features: 1. Not less than 6 inches wide by 4 mils thick(150 mm wide by 0.102 mm thick). 2. Embedded continuous metallic strip or core. , 3. Printed legend that indicates type of underground line. Project Number: 114065 260500- 3 BID SET South Point Park Fountain Remediation Miami Beach, Florida F. Engraved-Plastic Labels, Signs,and Instruction Plates: Engraving stock,melamine plastic laminate punched or drilled for mechanical fasteners 1/16-inch(1.6-mm) minimum thickness for signs up to 20 sq. in. (129 sp. Cm)and 1/8-inch(3.2-mm)minimum thickness for larger sizes. Engraved legend in black letters on white background. G. Warning and Caution Signs: Preprinted; comply with 29 CFR 1910.145,Chapter XVII.Colors, legend,and size appropriate to each application. 1. Interior Units: Aluminum, baked-enamel-finish, punched or drilled for mechanical fasteners. 2. Exterior Units: Weather-resistant, nonfading, preprinted, cellulose-acetate butyrate with 0.0396-inch(1-mm), galvanized-steel backing. 1/4-inch(6-mm)grommets in corners for mounting. H. Fasteners for Nameplates and Signs: Self-tapping, stainless-steel screws or No. 10/32 stainless- steel machine screws with nuts and flat and lock washers. 2.5 CONCRETE BASES A. Concrete Forms and Reinforcement Materials: As specified in Division 3 Section"Cast-in-Place Concrete." B. Concrete: 3000-psi (20.7-MPa),28-day compressive strength. PART 3—EXECUTION 3.1 ELECTRICAL EQUIPMENT INSTALLATION A. Headroom Maintenance: If mounting heights or other location criteria are not indicated,arrange and install components and equipment to provide maximum possible headroom. B. Materials and Components: Install level, plump, and parallel and perpendicular to other building systems and components, unless otherwise indicated. C. Equipment: Install to facilitate service, maintenance, and repair or replacement of components. Connect for ease of disconnecting,with minimum interference with other installations. D. Right of Way: Give to raceways and piping systems installed at a required slope. 3.2 RACEWAY APPLICATION A. Outdoor Installations: 1. Exposed: RMC. 2. Concealed: RNC. 3. Underground, Single Run: RNC. 4. Underground, Grouped: RNC. 5. Connection to Vibrating Equipment: LFMC. 6. Boxes and Enclosures:NEMA 250,Type 3R or Type $, unless otherwise indicated. Project Number: 114065 260500-4 BID SET South Point Park Fountain Remediation Miami Beach, Florida B. Indoor Installations: 1. Exposed: EMT except in wet or damp locations, use IMC. 2. Concealed in Walls or Ceilings: EMT. 3. In Concrete Slab: IMC. 4. Below Slab on Grade or in Crawlspace: RNC. 5. Connection to Vibrating Equipment: FMC; except in wet or damp locations: LFMC. 6. Boxes and Enclosures:NEMA 250,Type 1, unless otherwise indicated. 3.3 RACEWAY AND CABLE INSTALLATION A. Conceal raceways and cables, unless otherwise indicated,within finished walls,ceilings, and floors. B. Keep legs of raceway bends in the same plane and keep straight legs of offsets parallel. C. Use RMC elbows where RNC turns out of slab. D. Install pull wires in empty raceways. Use No. 14 AWG zinc-coated steel or woven polypropylene or monofilament plastic line with not less than 200-lb(90-kg)tensile strength. Leave at least 12 inches(300 mm)of slack at each end of pull wires. E. Connect motors and equipment subject to vibration, noise transmission, or movement with a maximum of 72-inches(1830-mm)flexible conduit. Install LFMC in wet or damp locations. Install separate ground conductor across flexible connections. 3.4 WIRING METHODS FOR POWER, LIGHTING, AND CONTROL CIRCUITS A. Application: Use wiring methods specified below to the extent permitted by applicable codes as interpreted by authorities having jurisdiction. B. Feeders and Branch Circuits: Insulated single conductors in raceway. C. Remote-Control Signaling and Power-Limited Circuits, Classes 1,2, and 3: Insulated conductors in raceway unless otherwise indicated. 3.5 WIRING INSTALLATION A. Make splices and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors. 3.6 ELECTRICAL SUPPORTING DEVICE APPLICATION A. Damp Locations and Outdoors: Hot-dip galvanized materials or nonmetallic, slotted channel system components. B. Dry Locations: Steel materials. Project Number: 114065 260500- 5 BID SET South Point Park Fountain Remediation Miami Beach, Florida C. Strength of Supports: Adequate to carry present and future loads,times a safety factor of at least four with, 200-lb(90-kg)minimum design for each support element. 3.7 SUPPORT INSTALLATION A. Support parallel runs of horizontal raceways together on trapeze-or bracket-type hangers. B. Size supports for multiple raceways or cable runs so capacity can be increased by a 25 percent minimum in the future. C. Support individual horizontal single raceways with separate, malleable-iron pipe hangers or clamps. D. Install sleeves for cable and raceway penetrations of concrete slabs and walls unless core-drilled holes are used. Install sleeves for cable and raceway penetrations of masonry and fire-rated gypsum walls and of all other fire-rated floor and wall assemblies. Install sleeves during erection of concrete and masonry walls. E. Secure electrical items and their supports to building structure, using the following methods unless other fastening methods are indicated: 1. Wood: Wood screws or screw-type nails. 2. Gypsum Board Toggle bolts. Seal around sleeves with joint compound, both sides of wall. 3. Masonry: Toggle bolts on hollow block and expansion bolts on solid block. Seal around sleeves with mortar,both sides of wall. 4. New Concrete: Concrete inserts with machine screws and bolts. 5. Structural Steel: Welded threaded studs. a.Comply with AWS D1.1 for field welding. 6. Light Steel framing: Sheet metal screws. 7. Fasteners for Damp, Wet or Weather-Exposed locations: Stainless steel. 8. Light Steel: Sheet-metal screws. 9. Fasteners: Select so load applied to each fastener does not exceed 25 percent of its proof- test load. 3.8 IDENTIFICATION MATERIALS AND DEVICES A. Install at locations for most convenient viewing without interference with operation and maintenance of equipment. B. Coordinate names, abbreviations, colors,and other designations used for electrical identification with corresponding designations indicated in the Contract Document or required by codes and standards. Use consistent designations throughout Project. C. Self-Adhesive Identification Products: Clean surfaces before applying. Project Number: 114065 260500-6 BID SET South Point Park Fountain Remediation Miami Beach, Florida D. Tag and label circuits designated to be extended in the future. Identify source and circuit numbers in each cabinet, pull and junction box, and outlet box. Color-coding may be used for voltage and phase identification. E. Install continuous underground plastic markers during trench backfilling, for exterior underground power, control,signal, and communication lines located directly above power and communication lines. Locate 6 to 8 inches(150 to 200 mm) below finished grade. If width of multiple lines installed in a common trench or concrete envelope does not exceed 16 inches)400 mm),overall, use a single line marker. F. Install warning,caution, and instruction signs where required to comply with 29 CFR 1910.145, Chapter XVII, and where needed to ensure safe operation and maintenance of electrical systems and of items of which they connect. Indoors install engraves plastic-laminated instruction signs with approved legend where instructions are needed for system or equipment operation. Install metal-backed butyrate signs of outdoor items. 3.9 FIRESTOPPING A. Apply firestopping to cable and raceway sleeves and other penetrations of fire-rated floor and wall assemblies to restore original undisturbed fire-resistance ratings of assemblies. Firestopping installation is specified in Division? Section"Through-Penetration Firestop Systems." 3.10 CONCRETE BASES A. Construct concrete bases of dimensions indicated, but not less than 4 inches(100 mm) larger, in both directions,than supported unit. Follow supported equipment manufacturer's anchorage recommendations and setting templates for anchor-bolt and tie locations, unless otherwise indicated. 3.11 DEMOLITION A. Protect existing electrical equipment and installations indicated to remain. If damaged or disturbed in the course of the Work,remove damaged portions and install new products of equal capacity, quality,and functionality. B. Accessible Work: Remove exposed electrical equipment and installations, indicated to be demolished, in their entirety. C. Abandoned Work: Cut and remove buried raceway and wiring, indicated to be abandoned in place, 2 inches(50 mm)below the surface of adjacent construction. Cap raceways and patch surface to match existing finish. D. Remove, store,clean, reinstall,reconnect,and make operational components indicated for relocation. 3.12 CUTING AND PATCHING A. Cut,channel, chase,and drill floors, walls, partitions,ceilings, and other surfaces required to permit electrical installations. Perform cutting by skilled mechanics of trades involved. Project Number: 114065 260500-7 BID SET South Point Park Fountain Remediation Miami Beach, Florida B. Repair, refinish and touch up disturbed finish materials and other surfaces to match adjacent undisturbed surfaces. END OF SECTION 260500 Project Number: 114065 260500- 8 BID SET South Point Park Fountain Remediation Miami Beach, Florida SECTION 260519 -CONDUCTORS AND CABLES PART 1 —GENERAL 1.1 SUMMARY A. This Section includes building wires and cables and associated connectors,splices, and terminations for wiring systems rated 600 V and less. 1.2 SUBMITTALS A. Field quality-control test reports. 1.3 QUALITY ASSURANCE A. Electrical components, Devices,and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with NFPA 70. PART 2—PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where subparagraph titles below introduce lists,the following requirements apply for product selection: 1. Available Manufacturers: Subject to compliance with requirements,manufacturers offering products that may be incorporated into the Work include,but are not limited to, the manufacturers specified. 2.2 CONDUCTORS AND CABLES A. Available Manufacturers: 1. Alcan Aluminum Corporation;Alcan Cable Div. 2. American Insulated Wire Corp.;a Leviton Company. 3. General Cable Corporation. 4. Senator Wire &Cable Company. 5. Southwire Company B. Refer to Part 3 "Conductor and Insulation Applications"Article for insulation type,cable construction, and ratings. C. Conductor Material: Copper complying with NEMA WC [5] [or] [7]; stranded conductor. D. Conductor Insulation types: Type THHN-THWN complying with NEMW WC [5] [or] [7]. Project Number: 114065 260519- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida 2.3 CONNECTORS AND SPLICES A. Available Manufacturers: 1. AFC Cable Systems, Inc. 2. AMP Incorporated/Tyco International. 3. Hubbell/Anderson. 4. O-Z/Gedney; EGS Electrical Group LLC. 5. 3M Company; Electrical Products Division. B. Description: Factory-fabricated connectors and splices of size, ampacity rating, material,type, and class for application and service indicted. PART 3 —EXECUTION 3.1 CONDUCTOR AND INSULATION APPLICATIONS A. Service Entrance: Type THHN-THWN, single conductors in raceway. B. Exposed Feeders: Type THHN-THWN, single conductors in raceway. C. Feeders Concealed in Ceilings, Walls,and Partitions: Type THHN-THWN, single conductors in raceway. D. Feeders Concealed in Concrete, below Slabs-on-Grade, and in Grawlspaces: Type THHN- THWN,single conductors in raceway. E. Exposed Branch Circuits, including in Crawlspaces: Type THHN-THWN, single conductors in raceway. F. Branch Circuits Concealed in Ceilings, Walls, and Partitions: Type THHN-THWN, single conductors in raceway. G. Branch Circuits Concealed in Concrete and below Slabs-on-Grade: Type THHN-THWN, single conductors in raceway. H. Class 1 Control Circuits:Type THHN-THWN, in raceway. I. Class 2 Control Circuits:Type THHN-THWN, in raceway. 3.2 INSTALLATION A. Conceal cables in finished walls, ceilings, and floors, unless otherwise indicated. B. Use manufacturer-approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. Project Number: 114065 260519-2 BID SET South Point Park Fountain Remediation Miami Beach, Florida C. Use pulling means; including fish tape, cable,rope, and basket-weave wire/cable grips,that will not damage cables or raceway. D. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible. E. Support cables according to Section"Basic Electrical Materials and Methods." F. Seal around cables penetrating fire-related elements according to Section"Through-Penetration Firestop Systems." G. Identify and color-code conductors and cables according to Section"Basic Electrical Materials and Methods." H. Make splices and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings that unspliced conductors. 1. Use oxide inhibitor in each splice and tap conductor for aluminum conductors. I. Wiring at Outlets: Install conductor at each outlet, with at least 6 inches(150 mm) of slack. 3.3 FIELD QUALITY CONTROL A. Testing: Perform each electrical test and visual and mechanical inspection stated in NETA ATS, Section 7.3.1. Certify compliance with test parameters. B. Test Reports: Prepare a written report to record the following: 1. Test procedures used. 2. Test results that comply with requirements. 3. Test results that do not comply with requirements and corrective action taken to achieve compliance with requirements. END OF SECTION 260519 Project Number: 114065 260519-3 BID SET i South Point Park Fountain Remediation Miami Beach, Florida SECTION 260526 -GROUNDING AND BONDING PART 1 —GENERAL 1.1 SUMMARY A. This Section includes grounding of electrical systems and equipment. Requirements specified in this Section may be supplemented by requirements of other Sections. 1.2 SUBMITTALS A. Product Data: For ground rods. B. Field quality-control test reports. 1.3 QUALITY ASSURANCE A. Electrical Components, Devices,and Accessories: Listed and labeled under UL 467 as defined in NFPA 70, Article 100,by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with NFPA 70; for overhead-line construction and medium-voltage underground construction, comply with IEEE C2. C. Comply with NFPA 780 and UL 96 when interconnecting with lightning protection system. PART 2—PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Grounding/Erico ache P g/Erico Inc. 2. Boggs, Inc. 3. Chance/Hubbell. 4. Copperweld Corp. 5. Dossert Corp. 6. Erico Inc.; Electrical Products Group. 7. Framatome Connectors/Burndy Electrical. 8. Galvan Industires, Inc. 9. Harger Lightning Protection, Inc. 10. Hastings Fiber Glass Products, Inc. 11. Heary Brothers Lightning Protection Co. 12. Ideal Industries, Inc. Project Number: 114065 260526- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida 13. ILSCO. 14. Kearney/Copper Power Systems. 15. Korns, C. C. Co.; Division of Robroy Industries. 16. Lightning Master Corp. 17. Lyncole XIT Grounding. 18. O-Z/Gedney Co.; a business of the EGS Electrical Group. 19. Raco, Inc.; Division of Hubbell. 20. Robbins Lightning, Inc. 21. Salisbury, W. H. &Co. 22. Superior Grounding Systems, Inc. 23. Thomas& Betts, Electrical. 2.2 GROUNDING CONDUCTORS A. For insulated conductors, comply with Division 16 Section"Conductors and Cables." B. Equipment Grounding Conductors: Insulated with green-colored insulation. C. Isolated Ground Conductors: Insulated with green-colored insulation with yellow stripe. On feeders with isolated ground, use colored tape,alternating bands of green and yellow tape to provide a minimum of three bands of green and two bands of yellow. D. Grounding Electrode Conductors: Stranded cable. E. Underground Conductors: Bare,tinned, stranded, unless otherwise indicated. F. Bare, Solid-Copper Conductors: ASTM B 3. G. Assembly of Bare, Stranded-Copper Conductors: ASTM B 8. H. Bare,Tinned-Copper Conductors: ASTM B 33. I. Copper Bonding Conductor:No. 4 or no. 6 AWG, stranded copper conductor. J. Copper Bonding Jumper:No. 4 or No. 6 AWG, stranded copper conductor. K. Tinned-Copper Bonding Jumper: Tinned-copper tape, braided copper conductors,terminated with copper ferrules; 1-5/8 inches(42mm) wide and 1/16 inch(15 mm)thick. L. Grounding Bus: Bare, annealed copper bars of rectangular cross section, with insulated spacer. M. Connectors: Comply with IEEE 837 and UL 467; listed for use for specific types,sizes,and combinations of conductors and connected items,exothermic-welded type, in kit form, selected per manufacturer's written instructions. Project Number: 114065 260526-2 BID SET South Point Park Fountain Remediation Miami Beach, Florida 2.3 GROUNDING ELECTRODES A. Ground Rods: Stainless steel. B. Ground Rods: Sectional type; stainless steel. 1. Size: 5/8 by 96 inches(16 by 2400 mm) in diameter[per section]. PART 3 —EXECUTION 3.1 INSTALLATION A. Use only copper conductors for both insulated and bare grounding conductors in direct contact with earth,concrete,masonry, crushed stone,and similar materials. B. In raceways, use insulated equipment grounding conductors. C. Exothermic-Welded Connections: Use for connections to structural steel and for underground connections. D. Grounding Bus: Install in electrical and telephone equipment rooms, in rooms housing service equipment, and elsewhere as indicated. 1. Use insulated spacer; space 1 inch(25.4 mm) from wall and support from wall 6 inches (150 mm)above finished floor, unless otherwise indicated. 2. At doors, route the bus up to the top of the door frame, across the top of the doorway, and down to the indicated height above the floor. E. Underground Grounding Conductors: Use tinned-copper conductor,No. 2/0 AWG minimum, Bury at least 24 inches(600 mm)below grade or bury 12 inches(300 mm)above duct bank when installed as part of the duct bank. F. Equipment Grounding Conductors: Comply with NFPA 70, Article 250, for types,sizes,and quantities of equipment grounding conductors, unless specific types, larger sizes, or more conductors the required by NFPA 70 are indicated. 1. Install insulated equipment grounding conductors in feeders and branch circuits. 2. Isolated Equipment Enclosure Circuits: For designated equipment supplied by a branch circuit or feeder, isolate equipment enclosure from supply raceway with a nonmetallic raceway fitting listed for the purpose. Install fitting where raceway enters enclosure, and install an insulated equipment grounding conductor. Isolate equipment grounding conductor from raceway and from panelboard grounding terminals. Terminate at equipment grounding conductor terminal of the applicable derived system or service, unless otherwise indicated. 3. Nonmetallic Raceways: Install an equipment grounding conductor in nonmetallic raceways unless they are designated for telephone or data cables. Project Number: 114065 260526-3 BID SET South Point Park Fountain Remediation Miami Beach, Florida 4. Signal and Communication Systems: For telephone,alarm,voice and date, and other communication systems, provide No.4 AWG minimum insulated grounding conductor in raceway from grounding electrode system to each service location,terminal cabinet, wiring closet, and central equipment location. a.Service and Central Equipment Locations and Wiring Closets: Terminate grounding conductor on a l/4-by-2-by-12-inch(6.4-by-50-by-300-mm) grounding bus. b.Terminal Cabinets: Terminate grounding conductor on cabinet grounding terminal. 5. Metal Poles Supporting Outdoor Lighting Fixtures: Provide a grounding electrode in addition to installing an insulated equipment grounding conductor with supply branch- circuit conductors. 6. Common Ground Bonding with Lightning Protection System: Bond electrical power system ground directly to lightning protection system grounding conductor at closet point to electrical service grounding electrode. Use bonding conductor sized same as system grounding electrode conductor,and install in conduit. G. AWG for underground conductor,and bury 18 inches(450 mm) below grade, minimum. H. Ground Rods: Install at least three spaced at least one-rod length from each other and located at least the same distance from other grounding electrodes. 1. Drive ground rods until tops are 2 inches(50 mm)below finished floor or final grade, unless otherwise indicated. 2. Interconnect ground rods with grounding electrode conductors. Use exothermic welds, except as otherwise indicated. Make connections without exposing steel or damaging copper coating. I. Grounding Conductors: Route along shortest straightest paths possible, unless otherwise indicated. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. J. Bonding Straps and Jumpers: Install so vibration by equipment mounted on vibration isolation hangers or supports is not transmitted to rigidly mounted equipment. Use exothermic-welded connectors for outdoor locations, unless a disconnect-type connection is required then, use a bolted clamp. Bond straps directly to the basic structure taking care not to penetrate any adjacent parts. Install straps only in locations accessible for maintenance. K. Metal Water Service Pipe: Provide insulated copper grounding conductors, in conduit, from building's main service equipment,or grounding bus,to main metal water service entrances to building. Connect grounding conductors to main metal water service pipes by grounding clamp connectors. Where a dielectric main water fitting is installed,connect grounding conductor to street side of fitting. Bond metal grounding conduit or sleeve to conductor at each end. L. Water meter piping: Use braided-type bonding jumpers to electrically bypass water meters. Connect to pipe with grounding clamp connectors. M. Comply with NFPA 780 and UL 96 when interconnecting with lightning protection system. Project Number: 114065 260526-4 BID SET South Point Park Fountain Remediation Miami Beach, Florida N. Bond interior metal piping systems and metal air ducts to equipment grounding conductors of associated pumps, fans, blowers, electric heaters,and air cleaners. Use braided-type bonding straps. O. Bond each aboveground portion of gas piping system upstream from equipment shutoff valve. P. Connections; Make connections so galvanic action or electrolysis possibility is minimized. Select connectors,connection hardware,conductors,and connection methods so metals indirect contact will be galvanically compatible. 1. Use electroplated or hot-tin-coated materials to ensure high conductivity and to make contact points closer to order of galvanic series. 2. Make connections with clean, bare metal at points of contact. 3. Make aluminum-to-steel connections with stainless-steel separators and mechanical clamps. 4. Make aluminum-to galvanized steel connections with tin-plated copper jumpers and mechanical clamps. 5. Coat and seal connections having dissimilar metals with inert material to prevent future penetration of moisture to contact surfaces. 6. Exothermic-Welded Connections: Comply with manufacturer's written instructions. Welds that are puffed up or that show convex surfaces indicating improper cleaning are not acceptable. • 7. Equipment Grounding Conductor Terminations: For No. 8 AWG and larger, use pressure-type grounding lugs.No. 10 AWG and smaller grounding conductors may be terminated with winged pressure-type connectors. 8. Noncontact Metal Raceway Terminations: If metallic raceways terminate at metal housings without mechanical and electrical connection to housing,terminate each conduit with a grounding bushing. Connect grounding bushings with a bare grounding conductor to grounding bus or terminal in housing. Bond electrically noncontinuous conduits at entrances and exits with grounding bushings and bare grounding conductors, unless otherwise indicated. 9. Tighten screws and bolts for grounding and bonding connectors and terminals according to manufacturer's published torque-tightening values.If manufacturer's torque values are not indicated, use those specified in UL 486A [and UL 486B]. 10. Compression-Type Connections: Use hydraulic compression tools to provide correct circumferential pressure for compression connectors. Use tools and dies recommended by connector manufacturer. Provide embossing die code or other standard method to make a visible indication that a connector has been adequately compressed on grounding conductor. 11. Moisture Protection if insulated grounding conductors are connected are connected to ground rods or grounding buses, insulate entire area of connection and seal against moisture penetration of insulation and cable. Q. Overhead Line Grounding: Comply with IEE C2 except where stricter requirements are indicated. Use 2 or more parallel ground rods if a single ground rod electrode resistance to ground exceeds 25 ohms. I. Drive ground rods to a depth of 12 inches(300 mm)below finished grade in undisturbed earth. Project Number: 114065 260526- 5 BID SET South Point Park Fountain Remediation Miami Beach, Florida 2. Ground Rod Connections: Use clamp-type connectors listed for the purpose for p � underground connections and connections to rods. 3. Lightning Arresters: Separate arrester grounds from other grounding conductors. 4. Secondary Neutral and Tank of Transformer: Interconnect and connect to grounding conductor. 5. Protect grounding conductors on surface of wood poles with molding extended from grade level up to and through communication service and transformer spaces. R. Manholes and Handholes: Install a driven ground rod close to wall and set rod depth so 4 inches (100 mm)will extend above finished floor. If necessary, install ground rod before manhole is placed and provide a No. 1/0 AWG bare,tinned-copper conductor from ground rod into manhole through a waterproof sleeve in manhole wall. Protect ground rods passing through concrete floor with a double wrapping of pressure-sensitive tape or heat-shrunk insulating sleeve from 2 inches (50 mm)above to 6 inches(150 mm) below concrete. Seal floor opening with waterproof, nonshrink grout. S. Connections to Manhole Components: Connect exposed-metal parts,such as inserts,cable racks, pulling irons, ladders,and cable shields within each manhole or handhole,to ground rod or grounding conductor. Make connections with No.4 AWG minimum, stranded,hard-drawn copper conductor. Train conductors level or plumb around corners and fasten to manhole walls. Connect to cable armor and cable shields as recommended by manufacturer of splicing and termination kits. T. Pad-Mounted Transformers and Switches: Install two ground rods and counterpoise circling pad. Ground pad-mounted equipment and noncurrent-carrying metal items associated with substations by connecting them to underground cable and grounding electrodes. Use tinned-copper conductor not less than No. 2 AWG for counterpoise and for taps to equipment ground pad. Bury counterpoise not less than 18 inches(450 mm)below grade and 6 inches(150 mm)from the foundation. 3.2 FIELD QUALITY CONTROL A. Testing: Perform the following field quality-control testing: 1. After installing grounding system but before permanent electrical circuitry has been energized,test for compliance with requirements. 2. Test completed grounding system at each location where a maximum ground-resistance level is indicated and at service disconnect enclosure grounding terminal. Measure ground resistance not less than two full days after the last trace of precipitation,and without the soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance. Perform tests, by the fall-of-potential method according to IEEE 81. 3. Provide drawings locating each ground rod,ground rod assembly, and other grounding electrodes. Identify each by letter in alphabetical order,and key to the record of tests and observations. Include the number of rods driven and their depth at each location and include observations of weather and other phenomena that may affect test results. Describe measures taken to improve test results.Nominal maximum values are as follows: a. Equipment Rated 500 kVA and less: 10 ohms. b. Equipment Rated 500 to 1000 kVA: 5 ohms. Project Number: 114065 260526-6 BID SET South Point Park Fountain Remediation Miami Beach, Florida c. Equipment Rated More Than 1000 kVA: 3 ohms. d. Overhead Distribution Line Equipment: 25 ohms. e. Substations and Pad-Mounted Switching Equipment: 5 ohms. f. Manhole Grounds: 10 ohms. END OF SECTION 260526 Project Number: 114065 260526-7 BID SET 4 South Point Park Fountain Remediation Miami Beach, Florida SECTION 260533 - RACEWAYS AND BOXES PART 1 —GENERAL 1.1 SUMMARY A. This Section includes raceways, fittings, boxes,enclosures,and cabinets for electrical wiring. B. See Section"Underground Ducts and Utility Structures"for exterior ductbanks, manholes, and underground utility construction. C. See Section"Through-Penetration Firestop Systems"fir firestopping materials and installation at penetrations through walls,ceilings,and other fire-rated elements. D. See Section Basic Electrical Materials and Methods"for supports, anchors, and identification products. E. See Section"Seismic Controls for Electrical Work"for seismic restraints and bracing of raceways, boxes,enclosures,and cabinets. F. See Section"Wiring Devices"for devices installed in boxes and for floor-box service fittings. 1.2 SUBMITTALS A. Product Data: For surface raceways, wireways and fittings, floor boxes, hinged-cover enclosures, and cabinets indicated. B. Shop Drawings: Show fabrication and installation details of components for raceways, fittings, boxes, enclosures,and cabinets. 1.3 QUALITY ASSURANCE - A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with NFPA 70. PART 2—PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where subparagraph titles below introduce lists,the following requirements apply for product selection: Project Number: 114065 260533 - 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include,but are not limited to the manufacturers specified. 2.2 METAL CONDUIT AND TUBING A. Available Manufacturers: 1. AFC Cable Systems, Inc. 2. Alf lex Inc. 3. Anamet Electrical, Inc.; Anaconda Metal Hose. 4. Electri-Flex Co. 5. Grinnell Co./Tyco International; Allied Tube and Conduit Div. 6. LTV Steel Tubular Products Company. 7. Manhattan/CDT/Cole-Flex. 8. O-Z Gedney; Unit of General Signal. 9. Wheatland Tube Co. B. Rigid Steel Conduit: ANSI C80.1. C. Aluminum Rigid Conduit:ANSI C80.5 D. IMC: ANSI C80.6 E. EMT and Fittings: ANSI C80.3. 1. Fittings: Compression type. F. FMC: Zinc-coated steel. G. LFMC: Flexible steel conduit with PVC jacket. H. Fittings:NEMA FB 1; compatible with conduit and tubing materials. 2.3 NONMETALLIC CONDUIT AND TUBING A. Available Manufacturers: 1. American International. 2. Anamet Electrical, Inc.; Anaconda Metal Hose. 3. Arnco Corp. 4. Cantex Inc. 5. Certainteed Corp.; Pipe& Plastics Group. 6. Condux International. 7. EIecSYS, Inc. 8. Electri-Flex Co. 9. Lamson& Sessions; Carlon Electrical Products. 10. Manhattan/CDT/Cole Flex. 11. RACO; Division of Hubbell, Inc. 12. Sprialduct, Inc./AFC Cable Systems, Inc. Project Number: 114065 260533 -2 BID SET South Point Park Fountain Remediation Miami Beach, Florida 13. Thomas& Betts Corporation. B. ENT: NEMA TC 13. C. RNC:NEMA TC 2,Schedule 40 and Schedule 80 PVC. D. ENT and RNC Fittings:NEMA TC 3; match to conduit or tubing type and material. E. LFNC: UL 1660. 2.4 METAL WIREWAYS A. Available Manufacturers: 1. Hoffman. 2. Square D. B. Material and Construction; Sheet metal sized and shaped as indicated,NEMA 1 &4X. C. Fittings and Accessories: Include couplings, offsets,elbows,expansion joints,adapters, hold- down straps, end caps, and other fittings to match and mate with wireways as required for complete system. D. Select features, unless otherwise indicated,as required to complete wiring system and to comply with NFPA 70. E. Wireway Covers: Hinged type and Flanged-and-gasketed type. F. Finish: Manufacturer's standard enamel finish. 2.5 NONMETALLIC WIREWAYS A. Available Manufacturers: 1. Hoffman. 2. Lamson& Sessions; Carlon Electrical Products. B. Description: PVC plastic extruded and fabricated to size and shape indicated, with snap-on cover and mechanically coupled connections with plastic fasteners. C. Fittings and Accessories: Include couplings,offsets,elbows, expansion joints,adapters, hold- down straps, end caps, and other fittings to match and mate with wireways as required for complete system. D. Select features, unless otherwise indicated,as required to complete wiring system and to comply with NFPA 70. 2.6 BOXES, ENCLOSURES, AND CABINETS Project Number: 114065 260533 -3 BID SET South Point Park Fountain Remediation Miami Beach, Florida A. Available Manufacturers: 1. Cooper Crouse-Hinds;Div of Cooper Industries, Inc. 2. Emerson/General Signal; Appleton Electric Company. 3. Erickson Electrical Equipment Co. 4. Hoffman. 5. Hubbell, Inc.; Killark Electric Manufacturing Co. 6. O-Z/Gedney; Unit of General Signal. 7. RACO; Division of Hubbell, Inc. 8. Robroy Industries, Inc.; Enclosure Division. 9. Scott Fetzer Co.; Adalet-PLM Division. 10. Spring City Electrical Manufacturing Co. 11. Thomas& Betts Corportation. 12. Walker Systems, Inc.; Wiremold Company(The). 13. Woodhead, Daniel Company Woodhead Industries, Inc. Subsidiary. B. Sheet Metal Outlet and Device Boxes: NEMA OS 1. C. Cast-Metal Outlet and Device Boxes:NEMA FB 1,Type FD, with gasketed cover. D. Nonmetallic Outlet and Device Boxes:NEMA OS 2. E. Floor Boxes: Cast metal,fully adjustable, rectangular. F. Floor Boxes: Nonmetallic,nonadjustable,round. G. Small Sheet Metal Pull and Junction Boxes:NEMA OS 1. H. Cast-Metal Pull and Junction Boxes:NEMA FB 1,cast aluminum with gasketed cover. I. Hinged-Cover Enclosures:NEMA 250,Type 1, with continuous hinge cover and flush latch. 1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel. 2. Nonmetallic Enclosures: Plastic finished inside with radio-frequency-resistant paint. J. Cabinets:NEMA 250, Type 1,galvanized steel box with removable interior panel and removable front, finished inside and out with manufacturer's standard enamel. Hinged door in front cover with flush latch and concealed hinge. Key latch to match panelboards. Include metal barriers to separate wiring of different systems and voltage and include accessory feet where required for freestanding equipment. 2.7 FACTORY FINISHES A. Finish: For raceway, enclosure, or cabinet components,provide manufacturer's standard prime coat finish ready for field painting. B. Finish: For raceway, enclosure,or cabinet components,provide manufacturer's standard paint applied to factory-assembled surface raceways,enclosures,and cabinets before shipping. Project Number: 114065 260533 -4 BID SET South Point Park Fountain Remediation Miami Beach, Florida Project Number: 114065 260533 -5 BID SET South Point Park Fountain Remediation Miami Beach, Florida PART 3—EXECUTION 3.1 RACEWAY APPLICATION A. Outdoors: 1. Exposed: Rigid steel or IMC. 2. Concealed; Rigid steel or IMC. 3. Underground, Single Run:RNC. 4. Underground, Grouped: RNC. 5. Connection to Vibrating Equipment(Including Transformers and Hydraulic, Pneumatic, Electric Solenoid,or Motor-Driven Equipment): LFMC. 6. Boxes and Enclosures:NEMA 250,Type [3R2] [4]. B. Indoors: 1. Exposed: EMT or RNC. 2. Concealed: EMT. 3. Connection to Vibrating Equipment(Including Transformers and Hydraulic, Pneaumatic, Electric Solenoid,or Motor-Driven Equipment): FMC;except use LFMC in damp or wet locations. 4. Damp or Wet Locations: Rigid steel conduit. 5. Boxes and Enclosures: NEMA 250,Type 1, except as follows: a. Damp or Wet Locations:NEMA 250,Type 4,nonmetallic. C. Minimum Raceway Size: 3/4-inch trade size(DN 21). D. Raceway Fittings: Compatible with raceways and suitable for use and location. 1. Intermediate Steel Conduit: Use threaded rigid steel conduit fittings, unless otherwise indicated. 2. PVC Externally Coated,Rigid Steel Conduits: Use only fittings approved for use with that material. Patch all nicks and scrapes in PVC coating after installing conduits. E. Install nonferrous conduit or tubing for circuits operating above 60 Hz. Where aluminum raceways are installed for such circuits and pass through concrete, install in nonmetallic sleeve. F. Do not install aluminum conduits embedded in or in contact with concrete. 3.2 INSTALLATION A. Complete raceway installation before starting conductor installation. B. Support raceways as specified in Division 16 Section"Basic Electrical Materials and Methods." C. Install temporary closures to prevent foreign matter from entering raceways. Project Number: 114065 260533 -6 BID SET South Point Park Fountain Remediation Miami Beach, Florida D. Protect stub-ups from damage where conduits rise through floor slabs. Arrange so curved portions of bends are visible above finished slab. E. Make bends and offsets so ID is not reduced. Keep legs of bends in same plane and keep straight legs of offsets parallel, unless otherwise indicated. F. Conceal conduit and EMT within finished walls,ceilings, and floors, unless otherwise indicated. 1. Install concealed raceways with a minimum of bends in shortest practical distance, considering type of building construction and obstructions, unless otherwise indicated. G. Raceways Embedded in Slabs: Install in middle 1/3 of slab thickness where practical and leave at least 2 inches(50 mm)of concrete cover. 1. Secure raceways to reinforcing rods to prevent sagging or shifting during concrete placement. 2. Space raceways laterally to prevent voids in concrete. 3. Run conduit larger than 1-inch trade size(DN 27) parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support. 4. Change from nonmetallic tubing to rigid steel conduit,or IMC before rising above floor. H. Install exposed raceways parallel or at right angles to nearby surfaces or structural members and follow surface contours as much as possible. 1. Run parallel or banked raceways together on common supports. 2. Make parallel bends in parallel or banked runs. Use factory elbows only where elbows can be installed parallel;otherwise, provide field bends for parallel raceways. I. Join raceways with fittings designed and approved for that purpose and make joints tight. 1. Use Insulating bushings to protect conductors. J. Tighten set screws of threadless fittings with suitable tools. K. Terminations: 1. Where raceways are terminated with locknuts and bushings, align raceways to enter squarely and install locknuts with dished part against box. Use two locknuts, one inside and one outside box. 2. Where raceways are terminated with threaded hubs, screw raceways or fittings tightly into hub so end bears against wire protection shoulder. Where chase nipples are used, align raceways so coupling is square to box;tighten chase nipple so no threads are exposed. L. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb(90-kg)tensile strength. Leave at least 12 inches(300 mm)of slack at each end of pull wire. Project Number: 114065 260533 -7 BID SET South Point Park Fountain Remediation Miami Beach, Florida M. Telephone and Signal System Raceways, 2-Inch Trade Size(DN 53)and Smaller: In addition to above requirements, install raceways in maximum lengths of 150 feet(45 m)and with a maximum of two 90-degree bends or equivalent. Separate lengths with pull or junction boxes where necessary to comply with these requirements. N. Install raceway sealing fittings at suitable, approved, and accessible locations and fill them with UL-listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings at the following points: 1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces. 2. Where otherwise required by NFPA 70. O. Stub-up Connections: Extend conduits through concrete floor for connection to freestanding equipment. Install with an adjustable top or coupling threaded inside for plugs set flush with finished floor. Extend conductors to equipment with rigid steel conduit; FMC may be used 6 inches(150 mm)above the floor. Install screwdriver-operated,threaded plugs flush with floor for future equipment connections. P. Surface Raceways: Install a separate, green,ground conductor in raceways from junction box supplying raceways to receptacle or fixture ground terminals. Q. Set floor boxes level and flush with finished floor surface. R. Set floor boxes level.Trim after installation to fit flush with finished floor surface. S. Install hinged-cove enclosures and cabinets plumb. Support at each corner. 3.3 PROTECTION A. Provide final protection and maintain conditions that ensure coatings, finishes, and cabinets are without damage or deterioration at time of Substantial Completion. 1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. 2. Repair damage to PVC or paint finishes with matching touchup coating recommended by manufacturer. END OF SECTION 260533 Project Number: 114065 260533 - 8 BID SET South Point Park Fountain Remediation Miami Beach, Florida SECTION 260923 -LIGHTING CONTROL DEVICES PART 1 —GENERAL 1.1 SUMMARY A. This Section includes the following lighting control devices: 1. Time switches. 2. Outdoor photoelectric switches. 3. Switch-box occupancy sensors. 4. Indoor occupancy sensors. 5. Outdoor motion sensors. 6. Multipole contactors. B. See Section"Lighting Controls"for low-voltage, manual and programmable lighting control systems. C. See Section `Wiring Devices"for wall-box dimmers and manual light switches. D. See Section"Dimming Controls"for architectural dimming system equipment. 1.2 DEFINITIONS A. LED: Lighting-emitting diode. B. PIR: Passive infrared. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. 1. Shop Drawings: Show installation details for occupancy and light-level sensors. 2. Lighting plan showing location,orientation,and coverage area of each sensor. B. Interconnection diagrams showing field-installed wiring. C. Field quality-control test reports. D. Operations and maintenance data. 1.4 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction,and marked for intended use. Project Number: 114065 260923 - 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida Project Number: 114065 260923 -2 BID SET South Point Park Fountain Remediation Miami Beach, Florida PART 2—PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists,the following requirements apply to product selection: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, g P Y rp manufacturers specified. 2.2 GENERAL LIGHITNG CONTROL DEVICE REQUIREMENTS A. Line-Voltage Surge Protection: An integral part of the devices for 120-and 277-V solid-state equipment. For devices without integral line-voltage surge protection, field-mounting surge protection shall comply with IEEE C62.41 and with UL 1449. 2.3 TIME SWITCHES A. Available Manufacturers: 1. Intermatic, Inc. 2. Leviton Mfg. Company Inc. 3. Lightolier Controls;a Genlyte Company. 4. Square D. 5. TORK. 6. Watt Stopper(The). B. Digital Time Switches: Electronic, solid-state programmable units with alphanumeric display complying with UL 917. 1. Contact Configuration: [SPST] [DPAT] [As indicated]. 2. Contact Rating: 30-A inductive or resistive,240-V ac. 3. Program Single channel, 2 on-off set points on a 24-hours schedule,allowing different set points for each day of the week and an annual holiday schedule that overrides the weekly operation on holidays. 4. Circuitry: Allow connection of a photoelectric relay as substitute for on and off function of a program on selected channels. 5. Astronomical Time: All Selected channels. 6. Battery Backup: for schedules and time clock. 2.4 OUTDOOR PHOTOELECTRIC SWITCHES A. Available Manufacturers: 1. Intermatic, Inc. 2. Square D. 3. TORK. 4. Watt Stopper(The). Project Number: 114065 260923 -3 BID SET South Point Park Fountain Remediation Miami Beach, Florida B. Description: Solid state, with DPST dry contacts rated for 1800-VA tungsten or 1000-VA inductive, to operate connected relay, contactor coils,microprocessor input, and complying with UL 773A. 1. Light-Level Monitoring Range: 1.5 to 10 fc(16 to 108 lx), with and adjustment for turn- on and turn-off levels within that range, and a directional lens in front of photocell to prevent fixed light source from causing turn-off. 2. Time Delay: 15-second minimum,to prevent false operation. 3. Surge Protection: Metal-oxide varistor type, complying with IEEE C62.41 for Category Al locations. 4. Mounting: Twist lock complying with IEEE C 136.10,with base-and-stem mounting or stem-and-swivel mounting accessories as required to direct sensor to the North sky exposure. 2.5 MULTIPOLE CONTACTORS A. Manufacturers: I. Allen-Bradley/Rockwell Automation. 2. ASCO Power Technologies, LP; a division of Emerson Electric Co. 3. Cutler-Hammer;Eaton Corporation. 4. Fisher Pierce. 5. GE Industrial Systems; Total Lighting Control. 6. Grasslin Controls Corporation. 7. Hubbell Lighting Inc. 8. Lithonia Lighting. 9. MicroLite Corporation. 10. TROK. 11. Touchplate Technologies, Inc. 12. Watt Stopper(The). B. Description: Electrically operated and mechanically held,complying with NEMA ICS 2 and UL 508. 1. Current Rating for Switching: Listing or rating consistent with type of load served, including tungsten filament, inductive,and high-inrush ballast(ballast with 15 percent or less total harmonic distortion of normal load current). 2. Control-Coil Voltage: Match control power source. 2.6 CONDUCTORS AND CABLES A. Power Wiring to Supply Side of Remote-Control Power Sources:Not smaller than No. 12 AWG, complying with Division 16 Section"Basic Electrical Materials and Methods Conductors and Cables]." Project Number: 114065 260923 -4 BID SET South Point Park Fountain Remediation Miami Beach, Florida PART 3—EXECUTION 3.1 SENSOR INSTALLATION A. Install and aim sensors in locations to achieve at least 90 percent coverage of areas indicated. Do not exceed coverage limits specified in manufacturer's written instructions. 3.2 WIRING INSTALLATION A. Wiring Method: Comply with Division 16 Section"Conductors and Cables."Minimum conduit size shall be 1/2 inch(13 mm). B. Wiring within Enclosures: Bundle, lace,and train conductors to terminal points. Separate power- limited and nonpower-limited conductors according to conductor manufacturer's written instructions. C. Install field-mounting transient voltage suppressors for lighting control devices in Category A locations that do not have integral line-voltage surge protection. D. Size conductors according to lighting control device manufacturer's written instructions,unless otherwise indicated. E. Splices, Taps,and Terminations: Make connections only on numbered terminal strips in junction, pull, and outlet boxes;terminal cabinets; and equipment enclosures. 3.3 IDENTIFICATION A. Identify components and power and control wiring according to Division 16 Section"Basic Electrical Materials and Methods [Electrical Identification]." B. Label Time switches and contactors with a unique designation. 3.4 FIELD QUALITY CONTROL A. Perform the following field tests and inspections and prepare test reports: 1. After installing time switches and sensors, and after electrical circuitry has been energized, adjust and test for compliance with requirements. 2. Operational Test: Verify actuation of each sensor and adjust time delays. B. Remove and replace lighting control devices where test results indicate that they do not comply with specified requirements. C. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. END OF SECTION 260923 Project Number: 114065 260923 -5 BID SET South Point Park Fountain Remediation Miami Beach, Florida SECTION 262416-PANELBOARDS PART 1 —GENERAL 1.1 SUMMARY A. This Section includes distribution panelboards and lighting and appliance branch-circuit panelboards. 1.2 SUBMITTALS A. Product Data: For each type of panelboard, overcurrent protective device, accessory, and component indicated. Include dimensions and manufacturers' technical data on features, performance, electrical characteristics, ratings,and finishes. B. Shop Drawings: For each panelboard and related equipment. 1. Dimensioned plans,elevations, sections and details. Show tabulations of installed devices,equipment features, and ratings. Include the following: a. Enclosure types and details for types other than NEMA 250,Type 1. b. Bus configuration,current,and voltage ratings. c. Short-circuit current rating of panelboards and overcurrent protective devices. d. UL listing for series rating of installed devices. e. Features, characteristics,ratings, and factory settings of individual overcureent protctive devices and auxiliary Y com onents.P 2. Wiring Diagrams: Power, signal,and control wiring. 3. Field quality-control test reports. 4. Operation and maintenance data. 1.3 QUALITY ASSURANCE A. Electrical Components, Devices,and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction,and marked for intended use. B. Comply with NEMA PB 1. C. Comply with NFPA 70. Project Number: 114065 262416- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida PART 2—PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements,provide products by one of the following: 1. Panelboards, Overcurrent Protective Devices, Controllers, Contactors,and Accessories: a. General Electric Co.; Electrical Distribution& Protection Div. b. Siemens Energy&Automation, Inc. c. Square D. 2.2 MANUFACTURED UNITS A. Enclosures: Surface-mounted cabinets.NEMA PB 1,Type 1. 1. Rated for environmental conditions at installed location. a.Outdoor Locations:NEMA 250,Type 4X Stainless Steel. b.Kitchen Areas:NEMA 250, Type 4X, stainless steel. c.Other Wet and Damp Indoor Locations;NEMA 250,Type 4. 2. Front: Secured to box with concealed trim clamps. For surface-mounted fronts,match box dimensions; for flush-mounted fronts,overlap box. 3. Hinged Front cover Entire front trim hinged to box and with standard door within hinged trim cover. 4. Integral TVSS Device. B. Phase and Ground Buses: hard-drawn,tin-plated copper, 98 percent conductivity. C. Conductor Connectors: Suitable for use with conductor material. 1. Ground Lugs and Bus Configured Terminators: Compression type. D. Service Equipment Label: UL labeled for use as service equipment for panelboards with main service disconnect switches. E. Future Devices: Mounting brackets, bus connections, and necessary appurtenances required for future installation of devices. F. Panelboard Short-Circuit Rating: 1. UL label indicating series-connected rating with integral or remote upstream overcurrent protective devices. Include size and type of upstream device allowable, branch devices allowable, and UL series-connected short-circuit rating. 2. Fully rated to interrupt symmetrical short-circuit current available at terminals. Project Number: 114065 262416 -2 BID SET South Point Park Fountain Remediation Miami Beach, Florida 2.3 LIGHTING AND APPLIANCE BRANCH-CIRCUIT PANELBOARDS A. Branch Overcurrent Protective Devices: Bolt-on circuit breakers, replaceable without disturbing adjacent units. B. Doors: Concealed hinges; secured with flush latch with tumbler lock; keyed alike. 2.4 OVERCURRENT PROTECTIVE DEVICES A. Molded-Case Circuit Breaker: UL 489,with interrupting capacity to meet available fault currents. 1. Thermal-Magnetic Circuit Breakers: Inverse time-current element for low-level overloads,and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit-breaker frame sizes 250 A and larger. 2. GFCI Circuit Breakers: Single-and two-pole configurations with 5-mA trip sensitivity. 3. Molded-Case Circuit-Breaker Features and Accessories: Standard frame sizes, trip ratings,and number of poles. a. Lugs: Compression style,suitable for number, size,trip ratings, and conductor materials. b. Application Listing: Appropriate for application;Type SWD for switching fluorescent lighting loads;Type HACR for heating, air-conditioning, and refrigerating equipment. c. Shunt Trip: 120-V trip coil energized from separate circuit, set to trip at 55 percent of rated voltage. B. Fused Switch:NEMA KS 1, Type HD;clips to accommodate specified fuses; lockable handle. C. Fuses are specified in Division 16 Section"Fuses." 2.5 ACCESSORY COMPONENETS AND FEATURES A. Furnish accessory set including tools and miscellaneous items required for overcurrent protective device test, inspection, maintenance,and operation. B. Furnish portable test set to test functions of solid-state trip devices without removal from panelboard. C. Fungus Proofing: Permanent fungicidal treatment for panelboard interior, including overcurrent protective devices and other components. PART 3—EXECUTION 3.1 INSTALLATION A. Install panelboards and accessories according to NEMA PB 1.1. B. Comply with mounting and anchoring requirements specified in Division 16 Section"Seismic Controls for Electrical Work." C. Mount top of trim 74 inches(1880 mm)above finished floor, unless otherwise indicated. Project Number: 114065 262416-3 BID SET South Point Park Fountain Remediation Miami Beach, Florida D. Mount plumb and rigid without distortion of box. Mount recessed panelboards with fronts uniformly flush with wall finish. E. Install overcurrent protective devices and controllers. 1. Set field-adjustable switches and circuit-breakers trip ranges. F. Install filler in unused spaces. G. Stub four 1-inch(27-GRC) empty conduits from panelboard into accessible ceiling space for space designated to be ceiling space in the future. Stub for 1-inch(27-GRC) empty conduits into raised floor space or below slab not on grade. H. Identify field-installed conductors, interconnecting wiring,and components; provide warning signs as specified in Division 16 Section"Basic Electrical Materials and Methods [Electrical Identification]." I. Panelboard Nameplates: Label each panelboard with engraved metal or laminated-plastic nameplate mounted with corrosion-resistant screws. J. Ground equipment according to Division 16 section"Grounding and Bonding." K. Connect wirin g according to Division 16 Section"Conductors and Cables." g 3.2 FIELD QUALITY CONTROL A. Prepare for acceptance tests as follows: 1. Test insulation resistance for each panelboard bus,component, connecting supply,feeder and control circuit. 2. Test continuity of each circuit. B. Perform the following field tests and inspections and prepare test reports: 1. Perform each electrical test and visual and mechanical inspection stated in NETA ATS, Section 7.5 for switches and Section 7.6 for molded-case circuit breakers. Certify compliance with test parameters. 2. Correct malfunctioning units on-site,where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. END OF SECTION 262416 Project Number: 114065 262416-4 BID SET South Point Park Fountain Remediation Miami Beach, Florida SECTION 262813 -FUSES PART 1 —GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Cartridge fuses rated 600 V and less for use in switches. 1.2 SUBMITTALS A. Product Data: For each fuse type indicated. B. Operation and maintenance data. 1.3 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with NEMA FU 1. C. Comply with NFPA 70. PART 2—PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Cooper Bussman, Inc. 2. Eagle electric Mfg. Co., Inc.; Cooper Industries, Inc. 3. Ferraz Shawmut, Inc. 4. Tracor, Inc.; Littelfuse, Inc. Subsidiary. 2.2 CARTRIDGE FUSES A. Characteristics:NEMA FU 1, nonrenewable cartridge fuse; class and current rating indicated; voltage rating consistent with circuit voltage. Project Number: 114065 262813 - 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida PART 3—EXECUTION 3.1 FUSE APPLICATIONS A. Service Entrance: Class L,time delay. B. Feeders: Class L,time delay RK I, time delay J,fast acting RK5,time delay. C. Motor Branch Circuits: Class RK5,time delay. D. Other Branch Circuits: Class RK1,time delay RK5, time delay J,fasting acting. 3.2 INSTALLATION A. Install fuses in fusible devices. Arrange fuses so rating information is readable without removing fuse. 3.3 IDENTIFICATION A. Install labels indication fuse replacement information on inside door of each fused switch. END OF SECTION 262813 Project Number: 114065 262813 -2 BID SET South Point Park Fountain Remediation Miami Beach, Florida SECTION 262816-ENCLOSED SWITCHES AND CIRCUIT BREAKERS PART 1 —GENERAL 1.1 SUMMARY A. This Section includes the following individually mounted, enclosed switches and circuit breakers: 1. Fusible switches 2. Nonfusible switches. 3. Molded-case circuit breakers. 4. Enclosures. 1.2 SUBMITTALS A. Product Data: For each type of enclosed switch,circuit breaker,accessory, and component indicated. B. Shop Drawings: Diagram power, signal, and control wiring. C. Field quality-control test reports. D. Operation and maintenance data. 1.3 QUALITY ASSURANCE A. Electrical Components, Devices,and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with NFPA 70. PART 2—PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists,the following requirements apply to product selection: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 FUSIBLE AND NONFUSIBLE A. Available Manufacturers: 1. General Electric Co.; Electrical Distribution&Control Division. Project Number: 114065 262816- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida 2. Siemens Energy&Automation, Inc. 3. Square D/Group Schneider. B. Fusible Switch, 1200A and Smaller:NEMA KS 1,Type HD,with clips or bolt pads to accommodate specified fuses, lockable handle with capability to accept two padlocks, and interlocked with cover in closed position. C. Nonfusible Switch, 1200 A and Smaller:NEMA KS 1,Type HD, lockable handle with capability to accept two padlocks, and interlocked with cover in closed position. D. Accessories: 1. Equipment Ground Kit: Internally mounted and labeled for copper and aluminum ground conductors. 2. Neutral Kit: Internally mounted; insulated, capable of being grounded,and bonded; and labeled for copper and aluminum neutral conductors. 3. Auxiliary Contact Kit: Auxiliary set of contacts arranged to open before switch blades open. 2.3 MOLDED-CASE CIRCUIT BREAKERS AND SWITCHES A. Manufacturers: 1. Eaton Corporation; Cutler-Hammer Products. 2. General Electric Co.; Electrical Distribution&control Division. 3. Moeller Electric Corporation. 4. Siemens Energy&Automation, Inc. 5. Square D/Group Schneider. B. Molded-Case Circuit Breaker:NEMA AB 1, with interrupting capacity to meet available fault currents. 1. Thermal-Magnetic Circuit Breakers: Inverse time-current element for low-level overloads and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit-breaker frame sizes 250 A and larger. C. Molded-case Circuit-Breaker features and Accessories: 1. Standard frame sizes,trip ratings, and number of poles. 2. Lugs: Mechanical style with compression lug kits suitable for number, size,trip ratings, and conductor material. 3. Application Listing: Type SWD for switching fluorescent lighting loads;Type HACR for heating, air-conditioning, and refrigerating equipment. 2.4 ENCLOSURES A. NEMA AB land NEMA KS 1 to meet environmental conditions of installed location. 1. Outdoor Locations:NEMA 250,Type 4X Stainless Steel. Project Number: 114065 262816-2 BID SET South Point Park Fountain Remediation Miami Beach, Florida 2. Kitchen Areas:NEMA 250,type 4X, stainless steel. 3. Other Wet or Damp Indoor Locations:NEMA 250, Type 4. PART 3 —EXECUTION 3.1 INSTALLATION A. Coordinate size and location of concrete bases. Verify structural requirements with structural engineer. B. Concrete base is specified in Division 16 Section `Basic Electrical Materials and Methods,"and concrete materials and installation requirements are specified in Division 3. C. Comply with applicable portions of NECA 1,NEMA PB 1.1, and NEMA PB2.1 for installation of enclosed switches and circuit breakers. D. Mount individual wall-mounting switches and circuit breakers with tops at uniform height, unless otherwise indicated.Anchor floor-mounting switches to concrete base. E. Comply with mounting and anchoring requirements specified in Division 16 Section"Seismic Controls for Electrical Work." F. Temporary Lifting Provisions: remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. G. Identify field-installed conductors, interconnecting wiring, and components; provide warning signs as specified in Section"Basic Electrical Materials and Methods." 3.2 FIELD QUALITY CONTROL A. Prepare for acceptance testing as follows: 1. Inspect mechanical and electrical connections. 2. Verify switch and relay type and labeling verification. 3. Verify rating of installed fuses. B. Perform the following field tests and inspections and prepare test reports: 1. Perform each electrical test and visual and mechanical inspection stated in NETA ATS, Section 7.5 for switches and Section 7.6 for molded-case circuit breakers. Certify compliance with test parameters. 2. Correct malfunctioning units on-site, where possible,and retest to demonstrate compliance;otherwise, replace with new units and retest. END OF SECTION 262816 Project Number: 114065 262816-3 BID SET i South Point Park Fountain Remediation Miami Beach, Florida SECTION 265113 - LIGHTING FIXTURES PART 1 —GENERAL 1.1 DESCRIPTION OF WORK INCLUDED A. Furnish and install a lighting fixture of the type indicated by letter at each location shown on the drawings. B. Furnish and install lamps for all lighting fixtures furnished as part of this electrical work. C. All materials,accessories, components and any other equipment necessary for the complete and proper installation and operation of all lighting fixtures, even those not usually indicated on the drawings no specified but that are necessary for the proper installation and operation of the fixtures, shall be furnished by the Contractor. D. Fixtures shall be manufactured in strict accordance with the Contract Documents. The Contractor shall be held responsible for the omission or absence of any detail, construction feature,etc. which may be required in the manufacture of the fixtures.The responsibility of accurately fabricating the fixtures to the fulfillment of this specification rests with the Contractor. E. Specifications and scale drawings are intended to convey the main features, function and character of the fixtures only,and do not undertake to illustrate or set firth every item or detail necessary for the work. F. The work shall include all labor,tools, equipment,transportation, insurance,temporary protection,and miscellaneous items essential to the proper installation of the lighting fixtures. 1.2 REFERENCE STANDARDS A. Materials and installation shall be in accordance with the latest revision of the National Electrical Code and any applicable Federal, State, and local codes and regulations. B. All fixtures and ballasts shall be manufactured in strict accordance with the appropriate and current requirements of the National electric code as verified by Underwriters' Laboratories,Inc., or other testing agency as acceptable to local code authorities. Such a listing shall be provided for each fixture type,and the appropriate label or labels shall be affixed to each fixture in a position concealing it from normal view. C. ANSI C78.379—Electric Lamp—Incandescent and High-Intensity Discharge Reflector Lamps— Classification of Beam Patterns. D. ANSI C82.1 —Ballasts for Fluorescent Lamps—Specifications. E. ANSI C82.4—Ballasts for High-Intensity Discharge and Low Pressure Sodium Lamps(Multiple Supply Type). Project Number: 114065 265113 - 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida F. ANSI/NFPA 70—National Electric Code. G. ANSI/NFPA 101 —Life Safety Code. H. NEMA WD 6—Wiring Device—Dimensional Requirements. I. ASHRAE/IESNA, Standard 90.1. 1.3 SUBMITTALS A. Shop drawings shall be submitted for approval for all lighting fixtures in accordance with the requirements of the Contract Documents. Shop Drawings shall clearly indicate the reference number of contract documents used in the development of the shop drawings and the names of the job,architect and lighting consultant. Shop drawings shall be complete submissions for approval and shall include complete fixture model numbers and complete lamp model numbers. Catalog Cuts lacking sufficient detail to indicate compliance with contract documents will not be acceptable. Where applicable shop drawings shall include the wiring diagram, scale plans,and details showing the method of installation of lamp holders, lamps,reflectors,transformers and secondary feeds as well as complete bill of materials. Where applicable, verify field dimensions and include them on shop drawings showing exact locations and lamp holders,and lamp shades and lengths. Provide copies of approved shop drawings for owner's use in maintenance and lamp replacement. All prior changes to shop drawings are to be"clouded"and dated prior to resubmission.No variation from the general arrangement and details indicated on the drawings shall be made on the shop drawings unless required to suit the actual conditions on the premises, and then only with the written acceptance of the Architect. All variations must be clearly marked as such on drawings submitted for approval. B. Review of shop drawings or samples does not waive contract requirements. Approval of the shop drawings or samples does not relieve the Contractor from the responsibility for deviations from the specifications or drawings unless he has provided a letter noting such deviations at time of submission, and received written approval for such deviation from the Architect. Approval of shop drawings or samples does not relieve the contract from responsibility for errors in the shop drawings or samples.Contractor shall be fully responsible for lighting fixtures that are manufactured or installed without approved shop drawings or fixtures not manufactured in accordance with requirements of the Architect and Lighting Consultant's shop drawing reviews. C. Where indicated on the fixture schedule and contract drawings, supply complete photometric data for the fixture, including optical performance rendered by independent testing laboratory developed according to methods of the Illuminating Engineering Society of North America as listed below. Photometric data must be supplied for any fixture offered in substitution for a specified fixture. 1. Coefficients of utilization. 2. Luminance table with data presented numerically,showing maximum luminance of the fixture at the shielding angles. Readings should be taken both crosswise and lengthwise in the case of fluorescent fixtures or fixtures with an asymmetric distribution. 3. Candela distribution data,presented graphically and numerically in 5°, 10°, 15°, etc.). Data developed for up and down quadrants normal, parallel, and at 22-1/2°,45°,67-1/2° to lamps if light output is asymmetric. Project Number: 114065 265113 -2 BID SET South Point Park Fountain Remediation Miami Beach, Florida 4. Zonal lumens stated numerically in 10 0 increments(5°, 15°, etc.)as above 5. Area and roadway fixtures shall also include isocandela charts and IES roadway distribution classification. D. Submit samples of each fixture type as requested by the Architect for approval prior to manufacture. The samples shall be complete with specified lamp(s), ready for hanging, energizing, and examining, and shall be shipped, prepaid by Contractor,to the Lighting Consultant, or as otherwise advised. Samples must be actual working unit of materials to be supplied. Samples will be returned but should not be included in quantities listed for a project. 1.8 ALTERNATES AND SUBSTITUTIONS A. Manufacturers listed in the fixture schedules shall be assumed capable of supplying the listed fixtures unless exceptions are set forth in their quotations. Any such exceptions shall immediately be brought to the attention of the Architect and the Lighting Consultant. B. Should the contractor wish to have lighting fixtures considered other than those specified,the fixtures must be submitted fourteen(14)days in advance of the bid. A complete working sample and an independent lab photometric report must be submitted for each fixture to be considered. Failure to submit within the deadline constitutes a guarantee that only specified products will be supplied. C. The Architect and Lighting Consultant shall be the sole judges in determining whether a proposed substitution complies with the specifications, and shall reserve the fight to disqualify any manufacturers. D. Where noted on the fixture schedules,the contractor shall provide individual and separate unit prices for each alternate listed for a particular fixture type. 1.9 QUALITY ASSURANCE A. Materials,equipment and appurtenances as well as workmanship provided under this section shall conform to the highest commercial standard as specified and as indicated in the Contract Documents. The Contractor is solely responsible for the quality control of the Work. 1.10 WARRANTY A. The warranty provisions of the General Requirements, or of this section,shall apply except as noted hereinafter. The Contractor shall warrant the fixture, its finishes,and all of the component parts,except ballasts,to be free from defects for a minimum period of one year from date of acceptance id operated within rated voltage range. Replacement of faulty materials and the cost of labor required to make the replacement shall be the responsibility of the Contractor. Ballasts and neon lighting shall be warranted for five years. Project Number: 114065 265113 -3 BID SET South Point Park Fountain Remediation Miami Beach, Florida PART 2—PRODUCTS 2.1 LUMINAIRES A. Furnish products as specified in the lighting fixture schedule. B. The fixture manufacturers' catalog numbers listed in the fixture schedule may not indicate all the required accessories or hardware that is necessary for a complete installation. Furnish luminaires with all associated appurtenances including, but not necessarily limited to, lamps, ballasts, reflectors, lenses and/or louvers, sockets, holders, suspension accessories, pendants,canopies, recessing boxes, plaster frames, and similar items completely wired, assembled, installed and, tested as specified and in the manner indicated. The Contractor shall furnish all materials, accessories,and any other equipment necessary for the complete and proper installation of all lighting fixtures included in this Contract. C. Contractor shall provide the owner with two(2)each of any special tools required for relamping and maintenance of the lighting fixtures.They shall be new and shall be turned over to the owner when the project is completed. D. All recessed fluorescent, incandescent, and high intensity discharge lighting fixtures shall be provided with an integral, automatic resetting, thermal cut-out. E. All Alzak type of reflector cones and louvers used with any tri-phosphor type of fluorescent lamp shall be anodized in order to eliminate iridescence. F. Every lighting outlet shall have a lighting fixture unless otherwise directed. In instances where a specified type of fixture has not been assigned to an outlet,provide a complete fixture of the type and wattage designed for outlets of similar function and/or as directed by the Architect. G. All lighting fixtures shall be UL listed or assembled from UL components.All fixture and ballasts must operate within the temperature limits of their design and as specified by Underwriters' Laboratories, Inc. in the applications and mounting conditions herein specified. H. All materials,accessories, and other related fixture parts shall be new and free from defects which in any manner may impair their character, appearance, strength,durability and function, and effectively protected from any damage or injury from the time of fabrication to the time of delivery and until final acceptance of the work. I. Fixture enclosures shall be fabricated with a minimum of#20 gauge(0.0359 inch)thick cold rolled sheet steel. Enclosures may be constructed of other metals, provided they are equivalent in mechanical strength and acceptable for the purpose. Lighting fixtures finished in vitreous porcelain enamel shall have a minimum of#20 gauge enameling steel. All sheet metal work shall be free from tool marks and dents, and shall have accurate angles bent as sharp as compatible with the gauges of the required metal.All intersections and joints shall be formed true to adequate strength and structural rigidity to prevent any distortion after assembly. J. Housings shall be so constructed that all electrical components are easily accessible and replaceable without removing fixtures from their mountings,or disassembly of adjacent construction. Project Number: 114065 265113 -4 BID SET South Point Park Fountain Remediation Miami Beach, Florida K. All castings shall be exact replicas of the approved patterns and shall be free of sand pits, blemishes,scales and rust,and shall be smoothly finished. Tolerance shall be provided for any shrinkage of the metal castings in order that the finished castings will accurately fit in their designated locations. L. All lamp sockets in lighting fixtures shall be suitable for the indicated lamps and shall be set so t h at lamps are positioned are provided, socket positions are specified for same fixture, sockets shall be preset for each type, and cartons marked accordingly. M. All fixtures shall be completely wired at the factory. N. For steel and aluminum fixtures, all screws, bolts, nuts and other fastening and latching hardware shall be cadmium or equivalent plated. For stainless steel fixtures, all hardware shall be stainless steel. For bronze fixtures, all hardware shall be stainless steel or bronze. 0. Welding shall be done with electrodes and/or methods recommended by the manufacturers of the metals being welded. Welds shall be continuous, except where spot welding is specifically permitted. Welds exposed to view shall be ground flush and dressed smooth. All welds on or behind surfaces which will be exposed to view shall be done so that finished surface will be free of imperfections such as pits, runs, splatter, cracks, warping, dimpling, depressions or other forms of distortion or discoloration. Remove weld spatter and welding oxides from all welded surfaces. P. Extruded aluminum frame and trim shall be rigid and manufactured from quality aluminum without blemish in the installed produce. Miter cuts shall be accurate,joints shall be flush and without burrs and cuts alignment maintained with the light fixture located in its final position. Q. Plastic for lenses and diffusers shall be formed of colorless 100%virgin acrylic as manufactured by Rohm& Haas, DuPont or equally acceptable manufacturers. The quality of the raw material must meet American Society of Testing Materials of Canada(ASTM)standards as tested by an independenttest laboratory. Acrylic plastic lenses and diffusers shall be properly cast, molded or extruded as specified, and shall remain free of any dimensional instability, discoloration, embrittlement,or loss of light transmittance for at least 15 years. Glass used for lenses, refractors, and diffusers in incandescent lighting fixtures shall be tempered for high impact and heat resistance; the glass shall be crystal clear in quality with a transmittance of not less than 88%. For exterior fixtures use tempered Borosilicate glass, Coming #7740 or equal. For fixtures directly exposed to the elements and aimed above the horizontal, use coming Vycor glass or equal. Where optical lenses are used,they shall be free from spherical and chromatic aberrations and other imperfections which may hinder the functional performance of the lenses. R. All lenses,louvers,or other light diffusing elements shall be removable,but positively held so that hinging or other normal motion will not cause them to drop out. S. All "open" metal halide fixture without protective lenses must have an exclusionary socket to prevent the use of lamps that are not"0" rated. Project Number: 114065 265113 - 5 BID SET South Point Park Fountain Remediation Miami Beach, Florida 2.2 BALLASTS A. Fluorescent Ballasts 1. All fixtures utilizing fluorescent lamps shall be furnished with ballasts with the following characteristics(unless otherwise noted below): Ballasts shall be solid state electronic ballasts that comply with the National Electric Code,Article 410 and be listed Class"P" per UL Standard 935. Line transient protection shall be provided per IEEE 587 and ANDI 82.41 guidelines. Ballasts shall provide a starting sequence consistent with ANSI C82.11. Ballasts shall meet FCC, Part 18 limits for EMI and RFI. Ballasts shall meet all State and Federal energy efficiency standards. Ballasts must have as sound rating of"A". Ballast shall have an auto reset temperature-sensing device to shut off the ballasts in the event of an overheating condition. Ballast shall be able to operate at plus or minus 10% of rated input voltage without damage to the ballast. Ballasts shall tolerate sustained short or open circuit conditions,and lamp failure conditions without damaging the ballasts or affecting ballast life. Ballasts shall be rated to operate in ambient temperatures up to 40 degrees C without damage to the ballast. Ballasts in fixture to be installed outdoors shall have a starting temperature of 0 degrees F or lower. Ballast case temperature shall not exceed 60 degrees C during normal operation. Ballast output frequency shall be between 20khz and 30khz or above 40khz in order to minimize potential interference with infrared control devices. Ballasts shall have a power factor of.90 or greater. Ballasts shall be Osram-Sylvania,Advance, Universal, Robertson, or ESI, unless otherwise specified. 2. Ballast factors for T8 lamps shall be between .87 and .90 unless otherwise specified. Ballast factors for linear T5 lamps shall be between 0.87 and 1.1 unless otherwise specified. Ballasts factors for compact fluorescent lamps(T2,T4 AND T5)shall be between.87 and 1.00 unless otherwise specified. 3. All ballasts for compact fluorescent lamps(T2,T4 AND T5)must contain a lamp end-of- life detection and shut down circuit in accordance with ANSI-IEC standards. 4. All fluorescent fixtures calling for emergency battery back-up type ballasts shall consist of a high-temperature, maintenance-free nickel cadmium battery,a charger and electronic circuitry enclosed in one compact case to replace normal electronic ballast. Fluorescent emergency ballasts shall be capable of producing no less than 1100 lumens per 3'o 4' T- 8 lamp for a period of not less than 90 minutes. Provide remote test button and indicator light where noted in schedule and on drawings. Emergency ballasts in all exterior fixtures shall be cold temperature rated down to 0°F starting temperature. Ballasts shall be manufactured by Bodine or approved equal. 5. All electronic fluorescent dimmable ballasts shall be provided as indicated in fixture schedule:Dimming shall be smooth and continuous without flicker down to specified minimum light output. Ballasts shall be capable of striking lamps at any level without first flashing to full light. Contractor is responsible for verifying compatibility between dimming ballasts and control devices. Ballasts shall be manufactured by Lutron, Advance, or Osram Sylvania, unless otherwise specified. Project Number: 114065 265113 -6 BID SET South Point Park Fountain Remediation Miami Beach, Florida B. High Intensity Discharge(HID)Ballasts 1. Unless otherwise specified,all non-ceramic lamp metal halide fixtures shall be furnished with peak lead autotransformer type ballasts with a minimum operating power factor of 90 percent and a sound rating of A. Ballasts shall be pulse start if available• unless otherwise specified. Ballasts shall be designed according to ANSI C84.2 and shall have a class H 180 degrees C or higher insulation system. Ballasts shall be UL listed per UL 1029. Ballasts shall be CBM certified. Ballasts shall be capable of operating in open or short circuit or lamp failure condition without damaging ballast or reducing ballast life. Ballasts shall be able to start lamps at-20 degrees F or below and shall be able to operate in ambient temperatures as high as 150 degrees F. Ballasts shall be Advance, Robertson, Universal, Osram Sylvania,or Venture unless otherwise specified. 2. All ceramic metal halide lamp fixtures shall be provided with electronic ballasts by Aromat, or approved equal, unless otherwise specified. All metal halide lamp and electronic ballast combinations must be approved by the lamp and ballast manufacturer as being compatible. 3. All high-pressure sodium fixtures shall be furnished with high power factor autotransformer, high power factor reactor,or lead type ballasts as required by the type and lamp wattage specified. Ballasts shall have a minimum operating power factor of 90 percent. 2.3 LAMPS A. HID Lamps 1. Metal halide lamps shall be provided as indicated in the fixture schedule. Lamps shall be pulse start type unless otherwise specified. All metal halide lamps of 150 watts or less shall be ceramic arc tube type with a 3000K color temperature, unless otherwise specified. Lamps shall be manufactured by General Electric, Osram-Sylvania, Philips,or Venture. 2. All metal halide lamps used in open fixtures must be"0"rated for open fixture use,and have an extended eyelet base,or functional equivalent. 3. High pressure sodium lamps shall be provided as indicated in fixture schedule. Lamps shall be manufactured by General Electric, Osram-Sylvania,or Philips. 4. HID lamps shall be warranted by the contractor for 180 days following acceptance of the work. 2.4 FIXTURE SUPPORT COMPONENTS A. Comply with Division 16 Section"Basic Electrical Materials and Methods"for channel and angle iron supports and nonmetallic channel and angle supports. B. Single-Stem Hangers: 1/2-inch(13-mm steel tubing with swivel ball fittings and ceiling canopy. Finish same as fixture). C. Twin-Stem Hangers; Two, 1/2-inch(13-mm)steel tubes with single canopy designed to mount a single fixture. Finish same as fixture. D. Wires: ASTM A 641/A 641M,Class 3,soft temper, zinc-coated, 12 gage2.68 mm. Project Number: 114065 265113 -7 BID SET South Point Park Fountain Remediation Miami Beach, Florida E. Wires for Humid Spaces: ASTM A 580/A 580M,Composition 302 or 304,annealed stainless steel, 12 gage(2.68 mm). F. Rod hangers: 3/16-inch(5-mm) minimum diameter, cadmium-plated threaded steel rod. G. Hook hangers: Integrated assembly matched to fixture and line voltage and equipped with threaded attachment, cord,and locking-type plug. PART 3 -EXECUTION 3.1 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install accessories furnished with each luminaire. C. Install specified lamps in each luminaire. D. Fixtures shall be installed so that no labels will be visible under normal operating conditions of the fixture. E. The Contractor shall coordinate his entire lighting fixture with the drawings and details of the Architectural, Structural, Electrical, and other related trades to assure a perfect and efficient installation. 3.2 FIELD QUALITY CONTROL A. Operate each luminaire after installation and connection. Inspect for proper connection, operation, and lamp type. 3.3 ADJUSTING A. All adjustable lighting units shall be aimed, focused, locked, etc.,by the Contractor under the supervision of the Lighting Consultant. All aiming and adjusting shall be carried out after the entire installation is complete. All ladders,scaffolds, etc. required shall be furnished by the Contractor. As aiming and adjusting is completed, locking setscrews and bolts and nuts shall be tightened securely. Where possible, units shall be focused during the normal working day. However, where daylight interferes with seeing, aiming shall be accomplished at night. 3.4 CLEANING A. Fixtures shall be thoroughly cleaned of all dust dirt,debris and fingerprints. Visible components that are scratch, marked,dented or deformed shall be replaced. 3.5 DISPOSAL A. All baskets containing PCB's and batteries shall be treated as hazardous waste and be disposed of as regulated by the Environmental Protection Agency's Universal Waste rule. Any state regulations more stringent shall take precedence. Project Number: 114065 265113 -8 BID SET South Point Park Fountain Remediation Miami Beach, Florida B. All fluorescent and HID lamps shall be treated as hazardous waste and be disposed of as regulated by the Environmental Protection Agency's Universal Waste Rule. Any state regulations more stringent shall take precedence. Lamps recognized as having reduced mercury content and passing the Toxicity Characteristic Leaching Procedure(TCLP)shall be excluded. 3.6 MAINTENANCE MANUALS A. The Contractor shall be responsible for obtaining from his supplying lighting manufacturers, for each type of lighting fixture, a recommended maintenance manual including: 1. Tools required. 2. Types of cleaners to be used 3. Replacement parts identification lists 4. Final, as-built shop drawings. END OF SECTION 265113 Project Number: 114065 265113 -9 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida SECTION 311000- SITE CLEARING PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Protecting existing vegetation to remain. 2. Removing existing vegetation. 3. Clearing and grubbing. 4. Stripping and stockpiling topsoil. 5. Removing above-and below-grade site improvements. 6. Disconnecting,capping or sealing site utilities. 7. Temporary erosion-and sedimentation-control measures. 1.2 MATERIAL OWNERSHIP A. Except for stripped topsoil and other materials indicated to be stockpiled or otherwise remain Owner's property, cleared materials shall become Contractor's property and shall be removed from Project site. 1.3 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site-clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by Owner or authorities having jurisdiction. B. Salvable Improvements: Carefully remove items indicated to be salvaged and store on Owner's premises C. Utility Locator Service: Notify utility locator service for area where Project is located before site clearing. D. Do not commence site clearing operations until temporary erosion- and sedimentation-control] measures are in place. E. The following practices are prohibited within protection zones: 1. Storage of construction materials,debris, or excavated material. 2. Parking vehicles or equipment. 3. Foot traffic. 4. Erection of sheds or structures. Project Number: 114065 311000- 1 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 5. Impoundment of water. 6. Excavation or other digging unless otherwise indicated. 7. Attachment of signs to or wrapping materials around trees or plants unless otherwise indicated. PART 2-PRODUCTS 2.1 MATERIALS A. Satisfactory Soil Material: Requirements for satisfactory soil material are specified in Division 31 Section"Earth Moving." 1. Obtain approved borrow soil material off-site when satisfactory soil material is not available on-site. PART 3 -EXECUTION 3.1 PREPARATION A. Protect and maintain benchmarks and survey control points from disturbance during construction. B. Locate and clearly identify trees, shrubs, and other vegetation to remain or to be relocated. C. Protect existing site improvements to remain from damage during construction. 1. Restore damaged improvements to their original condition, as acceptable to Owner. 3.2 TEMPORARY EROSION AND SEDIMENTATION CONTROL A. Provide temporary erosion control plan to meet the requirements of authorities having jurisdition. B. Provide temporary erosion- and sedimentation-control measures to prevent soil erosion and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways, according to erosion- and sedimentation-control Drawings and requirements of authorities having jurisdiction. C. Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross protection zones. D. Inspect, maintain, and repair erosion- and sedimentation-control measures during construction until permanent vegetation has been established. E. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal. Project Number: 114065 311000-2 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 3.3 TREE AND PLANT PROTECTION A. General: Protect trees and plants remaining on-site according to requirements in Division 01 Section "Temporary Tree and Plant Protection." B. Repair or replace trees, shrubs, and other vegetation indicated to remain or be relocated that are damaged by construction operations, in a manner approved by Architect. 3.4 EXISTING UTILITIES A. Locate, identify, disconnect, and seal or cap utilities indicated to be removed or abandoned in place. 1. Arrange with utility companies to shut off indicated utilities. B. Interrupting Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Architect not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Architect's written permission. 3.5 CLEARING AND GRUBBING A. Remove obstructions, trees, shrubs, and other vegetation to permit installation of new construction. 1. Grind down stumps and remove roots, obstructions, and debris to a depth of 18 inches (450 mm)below exposed subgrade. 2. Use only hand methods for grubbing within protection zones. B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material unless further excavation or earthwork is indicated. 1. Place fill material in horizontal layers not exceeding a loose depth of 8 inches (200 mm), and compact each layer to a density equal to adjacent original ground. 3.6 TOPSOIL STRIPPING A. Remove sod and grass before stripping topsoil. B. Strip topsoil to depth of 6 inches (150 mm) in a manner to prevent intermingling with underlying subsoil or other waste materials. C. Stockpile topsoil away from edge of excavations without intermixing with subsoil. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust and erosion by water. Project Number: 114065 311000-3 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 3.7 SITE IMPROVEMENTS A. Remove existing above- and below-grade improvements as indicated and necessary to facilitate new construction. 3.8 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris,and legally dispose of them off Owner's property. B. Separate recyclable materials produced during site clearing from other nonrecyclable materials. Store or stockpile without intermixing with other materials and transport them to recycling facilities. Do not interfere with other Project work. END OF SECTION 311000 Project Number: 114065 311000-4 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida SECTION 312000-EARTH MOVING PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Preparing subgrades for slabs-on-grade,walks,pavements,turf and grasses and plants. 2. Excavating and backfilling for structures. 3. Drainage course for concrete slabs-on-grade. 4. Subbase course for concrete walks pavements. 5. Subbase course and base course for asphalt paving. 6. Excavating and backfilling for utility trenches. 1.2 DEFINITIONS A. Backfill: Soil material used to fill an excavation. 1. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe. 2. Final Backfill: Backfill placed over initial backfill to fill a trench. B. Base Course: Aggregate layer placed between the subbase course and hot-mix asphalt paving. C. Bedding Course: Aggregate layer placed over the excavated subgrade in a trench before laying pipe. D. Borrow Soil: Satisfactory soil imported from off-site for use as fill or backfill. E. Drainage Course: Aggregate layer supporting the slab-on-grade that also minimizes upward capillary flow of pore water. F. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated. 1. Authorized Additional Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by Architect. Authorized additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by Architect. Unauthorized excavation, as well as remedial work directed by Architect, shall be without additional compensation. G. Fill: Soil materials used to raise existing grades. Project Number: 114065 312000- 1 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida H. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. I. Subbase Course: Aggregate layer placed between the subgrade and base course for hot-mix asphalt pavement, or aggregate layer placed between the subgrade and a cement concrete pavement or a cement concrete or hot-mix asphalt walk. J. Subgrade: Uppermost surface of an excavation or the top surface of a fill or backfill immediately below subbase, drainage fill, drainage course, or topsoil materials. K. Utilities: On-site underground pipes, conduits, ducts, and cables, as well as underground services within buildings. 1.3 QUALITY ASSURANCE A. Preexcavation Conference: Conduct conference at Project site. 1.4 PROJECT CONDITIONS A. Utility Locator Service: Notify utility locator service for area where Project is located before beginning earth moving operations. B. Do not commence earth moving operations until plant-protection measures specified in Division 01 Section "Temporary Tree and Plant Protection" are in place. PART 2- PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: Soil Classification Groups A-1, A-2-4, A-2-5, and A-3 according to AASHTO M 145, or a combination of these groups; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation,and other deleterious matter. C. Unsatisfactory Soils: Soil Classification Groups A-2-6, A-2-7, A-4, A-5, A-6, and A-7 according to AASHTO M 145,or a combination of these groups. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Subbase Material: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2-inch sieve and not more than 12 percent passing a No. 200 sieve. Project Number: 114065 312000-2 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida E. Base Course: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 95 percent passing a 1-1/2-inch sieve and not more than 8 percent passing a No. 200 sieve. F. Engineered Fill: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2-inch sieve and not more than 12 percent passing a No. 200 sieve. G. Bedding Course: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; except with 100 percent passing a 1-inch sieve and not more than 8 percent passing a No. 200 sieve. H. Drainage Course: Narrowly graded mixture of washed crushed stone, or crushed or uncrushed gravel; ASTM D 448; coarse-aggregate grading Size 57; with 100 percent passing a 1-1/2-inch sieve and 0 to 5 percent passing a No. 8 sieve. 2.2 ACCESSORIES A. Warning Tape: Acid- and alkali-resistant, polyethylene film warning tape manufactured for marking and identifying underground utilities, 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility; colored to comply with local practice or requirements of authorities having jurisdiction. B. Detectable Warning Tape: Acid- and alkali-resistant, polyethylene film warning tape manufactured for marking and identifying underground utilities, a minimum of 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30 inches deep; colored to comply with local practice or requirements of authorities having jurisdiction. PART 3 -EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout,and other hazards created by earth moving operations. B. Protect and maintain erosion and sedimentation controls during earth moving operations. C. Protect subgrades and foundation soils from freezing temperatures and frost. Remove temporary protection before placing subsequent materials. Project Number: 114065 312000-3 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 3.2 EXCAVATION,GENERAL A. Unclassified Excavation: Excavate to subgrade elevations regardless of the character of surface and subsurface conditions encountered. Unclassified excavated materials may include rock, soil materials, and obstructions. No changes in the Contract Sum or the Contract Time will be authorized for rock excavation or removal of obstructions. 1. If excavated materials intended for fill and backfill include unsatisfactory soil materials and rock,replace with satisfactory soil materials. 3.3 EXCAVATION FOR STRUCTURES A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus 1 inch. If applicable, extend excavations a sufficient distance from structures for placing and removing concrete formwork,for installing services and other construction,and for inspections. 1. Excavations for Footings and Foundations: Do not disturb bottom of excavation. Excavate by hand to final grade just before placing concrete reinforcement. Trim bottoms to required lines and grades to leave solid base to receive other work. B. Excavations at Edges of Tree-and Plant-Protection Zones: 1. Excavate by hand to indicated lines, cross sections, elevations, and subgrades. Use narrow-tine spading forks to comb soil and expose roots. Do not break, tear, or chop exposed roots. Do not use mechanical equipment that rips,tears, or pulls roots. 2. Cut and protect roots according to requirements in Division 01 Section "Temporary Tree and Plant Protection." 3.4 EXCAVATION FOR WALKS AND PAVEMENTS ions l v i n A. Excavate surfaces under walks and pavements to indicated lines, cross sect ,s, e e at o s, an and subgrades. 3.5 EXCAVATION FOR UTILITY TRENCHES A. Excavate trenches to indicated gradients, lines,depths,and elevations. B. Excavate trenches to uniform widths to provide the following clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12 inches higher than top of pipe or conduit unless otherwise indicated. 1. Clearance: 12 inches(300 mm)each side of pipe or conduit Project Number: 114065 312000-4 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida C. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells,joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. 1. Excavate trenches 6 inches deeper than elevation required in rock or other unyielding bearing material, 4 inches deeper elsewhere,to allow for bedding course. D. Trenches in Tree-and Plant-Protection Zones: 1. Hand-excavate to indicated lines, cross sections, elevations, and subgrades. Use narrow- tine spading forks to comb soil and expose roots. Do not break, tear, or chop exposed roots. Do not use mechanical equipment that rips,tears,or pulls roots. 2. Do not cut main lateral roots or taproots; cut only smaller roots that interfere with installation of utilities. 3. Cut and protect roots according to requirements in Division 01 Section "Temporary Tree and Plant Protection." 3.6 SUBGRADE INSPECTION A. Proof-roll subgrade below pavements with a pneumatic-tired dump truck to identify soft pockets and areas of excess yielding. Do not proof-roll wet or saturated subgrades. B. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Architect, without additional compensation. 3.7 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill, with 28-day compressive strength of 2500 psi, may be used when approved by Architect. 1. Fill unauthorized excavations under other construction, pipe, or conduit as directed by Architect. 3.8 STORAGE OF SOIL MATERIALS A. Stockpile borrow soil materials and excavated satisfactory soil materials without intermixing. Place,grade,and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. 3.9 UTILITY TRENCH BACKFILL A. Place backfill on subgrades free of mud, frost, snow,or ice. Project Number: 114065 312000-5 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida B. Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings,and bodies of conduits. C. Trenches under Footings: Backfill trenches excavated under footings and within 18 inches(450 mm)] of bottom of footings with satisfactory soil; fill with concrete to elevation of bottom of footings. Concrete is specified in Division 03 Section"Cast-in-Place Concrete D. Trenches under Roadways or FireLanes: Provide 4-inch- (100-mm-)] thick, concrete-base slab support for piping or conduit less than [30 inches (750 mm)] < below surface of roadways. After installing and testing, completely encase piping or conduit in a minimum of[4 inches(100 mm)] of concrete before backfilling or placing roadway subbase course. Concrete is specified in Division 03 Section Cast-in-Place Concrete. E. Place and compact initial backfill of subbase material satisfactory soil, free of particles larger than [1 inch (25 mm)] in any dimension, to a height of 12 inches (300 mm) over the pipe or conduit. 1. Carefully compact initial backfill under pipe haunches and compact evenly up on both sides and along the full length of piping or conduit to avoid damage or displacement of piping or conduit. Coordinate backfilling with utilities testing. F. Place and compact final backfill of satisfactory soil to final subgrade elevation. G. Install warning tape directly above utilities, 12 inches below finished grade, except 6 inches below subgrade under pavements and slabs. 3.10 SOIL FILL A. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. B. Place and compact fill material in layers to required elevations as follows: 1. Under grass and planted areas, use satisfactory soil material. 2. Under walks and pavements, use satisfactory soil material. 3. Under steps and ramps, use engineered fill. 4. Under building slabs, use engineered fill. 5. Under footings and foundations, use engineered fill. • Project Number: 114065 312000-6 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 3.11 SOIL MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill soil material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.12 COMPACTION OF SOIL BACKFILLS AND FILLS A. Place backfill and fill soil materials in layers not more than 8 inchesin loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand-operated tampers. B. Place backfill and fill soil materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. Compact soil materials to not less than the following percentages of maximum dry unit weight according to ASTM D 698: 1. Under structures, building slabs, steps, and pavements, scarify and recompact top 12 inches (300 mm) of existing subgrade and each layer of backfill or fill soil material at [95] percent. 2. Under walkways, scarify and recompact top 6 inches (150 mm) below subgrade and compact each layer of backfill or fill soil material at [92] percent. 3. Under turf or unpaved areas, scarify and recompact top 6 inches (150 mm) below subgrade and compact each layer of backfill or fill soil material at [85] percent. 4. For utility trenches, compact each layer of initial and final backfill soil material at [85] percent. 3.13 GRADING A. General: Uniformly grade areas to a smooth surface, free of irregular surface changes. Comply with compaction requirements and grade to cross sections, lines,and elevations indicated. B. Site Rough Grading: Slope grades to direct water away from buildings and to prevent ponding. Finish subgrades to required elevations within the following tolerances: 1. Turf or Unpaved Areas: Plus or minus 1 inch. 2. Walks: Plus or minus 1/2 inch 3. Pavements: Plus or minus 1/2 inch 3.14 SUBBASE AND BASE COURSES UNDER PAVEMENTS AND WALKS A. Place subbase course and base course on subgrades free of mud, frost, snow,or ice. Project Number: 114065 3 12000-7 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida B. On prepared subgrade, place subbase course and base course under pavements and walks as follows: 1. Shape subbase course and base course to required crown elevations and cross-slope grades. 2. Place subbase course and base course that exceeds 6 inches (150 mm) in compacted thickness in layers of equal thickness, with no compacted layer more than 6 inches (150 mm)thick or less than 3 inches(75 mm)thick. 3. Compact subbase course and base course] at optimum moisture content to required grades, lines, cross sections, and thickness to not less than 95 percent of maximum dry unit weight according to[ASTM D 698] [ASTM D 1557]. 3.15 DRAINAGE COURSE UNDER CONCRETE SLABS-ON-GRADE A. Place drainage course on subgrades free of mud, frost, snow, or ice. B. On prepared subgrade, place and compact drainage course under cast-in-place concrete slabs- on-grade as follows: 1. Place drainage course that exceeds 6 inches(150 mm) in compacted thickness in layers of equal thickness, with no compacted layer more than 6 inches (150 mm)thick or less than 3 inches(75 mm)thick. 2. Compact each layer of drainage course to required cross sections and thicknesses to not less than [95] percent of maximum dry unit weight according to ASTM D 698. 3.16 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified geotechnical engineering testing agency to perform tests and inspections. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earth moving only after test results for previously completed work comply with requirements. C. Footing Subgrade: At footing subgrades, at least one test of each soil stratum will be performed to verify design bearing capacities. Subsequent verification and approval of other footing subgrades may be based on a visual comparison of subgrade with tested subgrade when approved by Architect. D. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil materials to depth required; recompact and retest until specified compaction is obtained. 3.17 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. Project Number: 114065 312000-8 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact,and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible. 3.18 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Remove surplus satisfactory soil and waste materials, including unsatisfactory soil, trash, and debris, and legally dispose of them off Owner's property. END OF SECTION 312000 • Project Number: 114065 312000-9 BID SET I i I South Pointe Park Fountain Remediation Miami Beach, Florida SECTION 313116-TERMITE CONTROL PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Soil treatment with termiticide. 2. Bait-station system. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. Include the EPA-Registered Label for termiticide products. B. Product certificates. C. Soil Treatment Application Report: Include the following: 1. Date and time of application. 2. Moisture content of soil before application. 3. Termiticide brand name and manufacturer. 4. Quantity of undiluted termiticide used. 5. Dilutions, methods,volumes used,and rates of application. 6. Areas of application. 7. Water source for application. D. Bait-Station System Application Report: Include the following: 1. Location of areas and sites conducive to termite feeding and activity. 2. Plan drawing showing number and locations of bait stations. 3. Dated report for each monitoring and inspection occurrence indicating level of termite activity, procedure, and treatment applied before time of Substantial Completion. 4. Termiticide brand name and manufacturer. 5. Quantities used. 6. Schedule of inspections for one year from date of Substantial Completion. E. Warranties: Sample of special warranties. 1.3 QUALITY ASSURANCE A. Installer Qualifications: A specialist who is licensed according to regulations of authorities having jurisdiction to apply termite control treatment and products in jurisdiction where Project is located and who employs workers trained and approved by manufacturer to install manufacturer's products. Project Number: 114065 313116- 1 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida B. Regulatory Requirements: Formulate and apply termiticides and termiticide devices according to the EPA-Registered Label. C. Preinstallation Conference: Conduct conference at Project site 1.4 PROJECT CONDITIONS A. Environmental Limitations: To ensure penetration, do not treat soil that is water saturated or frozen. Do not treat soil while precipitation is occurring. Comply with requirements of the EPA-Registered Label and requirements of authorities having jurisdiction. B. Coordinate soil treatment application with excavating, filling, grading, and concreting operations. Treat soil under footings, grade beams, and ground-supported slabs before construction. C. Install bait-station system during construction to determine areas of termite activity and after construction, including landscaping, is completed. 1.5 WARRANTY A. Soil Treatment Special Warranty: Manufacturer's standard form, signed by Applicator and Contractor, certifying that termite control work, consisting of applied soil termiticide treatment, will prevent infestation of subterranean termites. If subterranean termite activity or damage is discovered during warranty period, re-treat soil and repair or replace damage caused by termite infestation. 1. Warranty Period: three years from date of Substantial Completion. PART 2 - PRODUCTS • 2.1 SOIL TREATMENT A. Termiticide: Provide an EPA-Registered termiticide, complying with requirements of authorities having jurisdiction, in an aqueous solution formulated to prevent termite infestation. Provide quantity required for application at the label volume and rate for the maximum termiticide concentration allowed for each specific use, according to product's EPA-Registered Label. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include,but are not limited to,the following: a. BASF Corporation,Agricultural Products;Termidor. b. Bayer Environmental Science; Premise 75. c. FMC Corporation,Agricultural Products Group d. Syngenta; 2. Service Life of Treatment: Soil treatment termiticide that is effective for not less than three years against infestation of subterranean termites. Project Number: 114065 313116-2 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 2.2 BAIT-STATION SYSTEM A. Provide bait stations based on the dimensions of building perimeter indicated on Drawings, according to manufacturer's EPA-Registered Label for product, manufacturer's written instructions, and the following: 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to,the following: a. BASF Corporation,Agricultural Products; Subterfuge. b. Dow AgroSciences LLC; Sentricon System. c. Ensystex, Inc.; Exterra System. d. FMC Corporation,Agricultural Products Group; First Line. e. Whitmire Micro-Gen Research Laboratories, Inc.; Advance TBS. 2. No fewer than one bait station per 20 linear feet(6.1 linear meters) 3. No fewer than one cluster of bait stations per 20 linear feet(6.1 linear meters), consisting of no fewer than three bait stations per cluster. PART 3 -EXECUTION 3.1 APPLICATION, GENERAL A. General: Comply with the most stringent requirements of authorities having jurisdiction and with manufacturer's EPA-Registered Label for products. 3.2 APPLYING SOIL TREATMENT A. Examine substrates, areas, and conditions, with Applicator present, for compliance with requirements for moisture content of soil per termiticide label requirements, interfaces with earthwork, slab and foundation work, landscaping, utility installation, and other conditions affecting performance of termite control. B. Proceed with application only after unsatisfactory conditions have been corrected. C. Soil Treatment Preparation: Remove foreign matter and impermeable soil materials that could decrease treatment effectiveness on areas to be treated. Loosen, rake, and level soil to be treated except previously compacted areas under slabs and footings. Termiticides may be applied before placing compacted fill under slabs if recommended in writing by termiticide manufacturer. 1. Fit filling hose connected to water source at the site with a backflow preventer, complying with requirements of authorities having jurisdiction. Project Number: 114065 313116-3 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida D. Application: Mix soil treatment termiticide solution to a uniform consistency. Provide quantity required for application at the label volume and rate for the maximum specified concentration of termiticide, according to manufacturer's EPA-Registered Label, to the following so that a continuous horizontal and vertical termiticidal barrier or treated zone is established around and under building construction. Distribute treatment evenly. 1. Slabs-on-Grade and Basement Slabs: Underground-supported slab construction, including footings, building slabs, and attached slabs as an overall treatment. Treat soil materials before concrete footings and slabs are placed. 2. Foundations: Adjacent soil, including soil along the entire inside perimeter of foundation walls; along both sides of interior partition walls; around plumbing pipes and electric conduit penetrating the slab; around interior column footers, piers, and chimney bases; and along the entire outside perimeter, from grade to bottom of footing. Avoid soil washout around footings. 3. Crawlspaces: Soil under and adjacent to foundations as previously indicated. Treat adjacent areas including around entrance platform, porches, and equipment bases. Apply overall treatment only where attached concrete platform and porches are on fill or ground. 4. Masonry: Treat voids. 5. Penetrations: At expansion joints, control joints, and areas where slabs will be penetrated. E. Avoid disturbance of treated soil after application. Keep off treated areas until completely dry. F. Protect termiticide solution, dispersed in treated soils and fills, from being diluted until ground- supported slabs are installed. Use waterproof barrier according to EPA-Registered Label instructions. G. Post warning signs in areas of application. H. Reapply soil treatment solution to areas disturbed by subsequent excavation, grading, landscaping,or other construction activities following application. 3.3 INSTALLING BAIT-STATION SYSTEM A. Place bait stations according to the EPA-Registered Label for the product and manufacturer's written instructions, in the following areas that are conducive to termite feeding and activity: 1. Conducive sites and locations indicated on Drawings. 2. In and around infested trees and stumps. 3. In mulch beds. 4. Where wood directly contacts soil. 5. Areas of high soil moisture. 6. Near irrigation sprinkler heads. 7. Each area where roof drainage system, including downspouts and scuppers, drains to soil. 8. Where condensate lines from mechanical equipment drip or drain to soil. 9. At plumbing penetrations through ground-supported slabs. 10. Other sites and locations as determined by licensed Installer. Project Number: 114065 313116-4 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida B. Inspect and service bait stations from time of their application until Substantial Completion according to the EPA-Registered Label for product and manufacturer's written instructions for termite management system and bait products. 1. Service Frequency: Inspect bait stations not less than once every months). END OF SECTION 313116 Project Number: 114065 313116-5 BID SET 1 I South Pointe Park Fountain Remediation Miami Beach, Florida SECTION 321313 -CONCRETE PAVING—SITE PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes exterior cement concrete pavement for the following: 1. Exterior Walkways/Plazas. B. Related Sections include the following: 1. Division 03 Section "Cast-in-Place Concrete" for general building applications of concrete. 2. Division 31 Section "Earth Moving" for subgrade preparation, grading, and subbase course. 3. Division 32.13.16.1 Decorative Concrete Paving Finishes- Site Integrally colored concrete with exposed coquina shell finish. Definition below refers to those materials that make up cementitious component of water-cementitious materials ratio. C. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash and other pozzolans,and ground granulated blast-furnace slag. 1.3 SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. B. Design Mixtures: For each concrete pavement mixture. Include alternate mixture designs when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. C. Samples: D. Removable Expansion Joint Cap E. Qualification Data: For testing agency. Project Number: 114065 321313- 1 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida F. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, based on comprehensive testing of current materials: 1. Aggregates. Include service record data indicating absence of deleterious expansion of concrete due to alkali-aggregate reactivity. G. Field quality-control test reports. H. Minutes of preinstallation conference. 1.4 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent agency qualified according to ASTM C 1077 and ASTM E 329 for testing indicated,as documented according to ASTM E 548. 1. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1,according to ACI CP-01 or an equivalent certification program. B. ACI Publications: Comply with ACI 301, "Specification for Structural Concrete," unless modified by requirements in the Contract Documents. C. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixtures. D. Mockups: Cast mockups of full-size sections of concrete pavement to demonstrate typical joints,surface finish,texture, color, and standard of workmanship. 1. Build mockups in the location and of the size indicated or, if not indicated, as directed by Architect. 2. Notify Architect seven days in advance of dates and times when mockups will be constructed. 3. Obtain Architect's approval of mockups before starting construction. 4. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. E. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 01 Section "Project Management and Coordination." 1. Before submitting design mixtures, review concrete pavement mixture design and examine procedures for ensuring quality of concrete materials and concrete pavement construction practices. Require representatives, including the following, of each entity directly concerned with concrete pavement,to attend conference: a. Contractor's superintendent. b. Independent testing agency responsible for concrete design mixtures. c. Ready-mix concrete producer. d. Concrete pavement subcontractor. Project Number: 1,14065 321313-2 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 1.5 PROJECT CONDITIONS A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities. PART 2- PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Products: Subject to compliance with requirements, provide one of the products specified. 2. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. a. L.M. Scofield 2.2 FORMS A. Form Materials: Plywood, metal, metal-framed plywood, or other approved panel-type materials to provide full-depth, continuous, straight, smooth exposed surfaces. All forms shall be inspected and approved by Landscape Architect prior to pouring. 1. Use flexible or curved forms for curves with a radius 100 feet or less. B. Form-Release Agent: Commercially formulated form-release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 2.3 STEEL REINFORCEMENT A. Plain-Steel Welded Wire Reinforcement: ASTM A 185, fabricated from as-drawn steel wire into flat sheets. B. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 deformed. C. Plain Steel Wire: ASTM A 82, as drawn. D. Bar Supports: Bolsters, chairs, spacers,and other devices for spacing, supporting,and fastening reinforcing bars, welded wire reinforcement, and dowels in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from steel wire, plastic, or precast concrete of greater compressive strength than concrete, and as follows: 1. Equip wire bar supports with sand plates or horizontal runners where base material will not support chair legs. Project Number: 114065 321313-3 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 2.4 CONCRETE MATERIALS A. Cementitious Material: Use one of the following cementitious materials, of the same type, brand,and source throughout the Project: 1. Portland Cement: ASTM C 150, Type I or III when required for early use, white when special light colors admix requires. B. Normal-Weight Aggregates: ASTM C 33, Class IN coarse aggregate, uniformly graded. Provide aggregates from a single source with documented service record data of at least 10 years' satisfactory service in similar pavement applications and service conditions using similar aggregates and cementitious materials. 1. Maximum Coarse-Aggregate Size: 3/4 inch nominal. 2. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. C. Exposed Aggregate: Selected, hard, and durable; washed; free of materials with deleterious reactivity to cement or that cause staining; from a single source, with gap-graded coarse aggregate as follows: 1. Aggregate Sizes: 3/8 to 5/8 inch nominal or as selected by Landscape Architect for special application of size, color and shape. D. Water: ASTM C 94/C 94M. E. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and to contain not more than 0.1 percent water-soluble chloride ions by mass of cementitious material. 1. Water-Reducing Admixture: ASTM C 494/C 494M,Type A. 2.5 CURING MATERIALS A. Water: Potable. B. Clear Waterborne Membrane-Forming Curing Compound: ASTM C 309,Type 1, Class B. 1. Products: a. Lithocrome Color Wax L.M. Scofield see colored concrete specifications 2.6 RELATED MATERIALS A. Expansion-and Isolation-Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber. Project Number: 114065 321313-4 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida B. Color Pigment: ASTM C 979, synthetic mineral-oxide pigments or colored water-reducing admixtures; color stable, nonfading, and resistant to lime and other alkalis. 1. Manufacturers: a. Scofield, L. M.Company. Lithocrome Color Wax L.M. Scofield see colored concrete specifications 2. Color: Standard Grey Concrete with light broom finish and Color as indicated on the hardscape plans C. Bonding Agent: ASTM C 1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene. D. Epoxy Bonding Adhesive: ASTM C 881, two-component epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to requirements, and as follows: 1. Types IV and V, load bearing, for bonding hardened or freshly mixed concrete to hardened concrete. E. Chemical Surface Retarder: Water-soluble, liquid-set retarder with color dye, for horizontal concrete surface application, capable of temporarily delaying final hardening of concrete to a depth of 1/8 to 1/4 inch. 1. Products: a. Scofield, L. M. Company; Lithotex see color concrete specifications . F. Pigmented Mineral Dry-Shake Hardener: Factory-packaged dry combination of portland cement, graded quartz aggregate, color pigments, and plasticizing admixture. Use color pigments that are finely ground,nonfading mineral oxides interground with cement. 1. Products: a. Scofield, L. M. Company; Lithochrome Color Hardener.see color concrete specifications 2. Color: As selected by Architect from manufacturer's full range. 2.7 CONCRETE MIXTURES A. Prepare design mixtures, proportioned according to ACI 301, for each type and strength of normal-weight concrete determined by either laboratory trial mixes or field experience. 1. Use a qualified independent testing agency for preparing and reporting proposed concrete mixture designs for the trial batch method. Project Number: 114065 321313- 5 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida B. Proportion mixtures to provide normal-weight concrete with the following properties: 1. Compressive Strength(28 Days): 3500 psi. 2. Maximum Water-Cementitious Materials Ratio at Point of Placement: 0.50. 3. Slump Limit: 4 inches, plus or minus 1 inch. C. Limit water-soluble, chloride-ion content in hardened concrete to 0.30 percent by weight of cement. D. Chemical Admixtures: Use admixtures according to manufacturer's written instructions. 1. Use water-reducing admixture in concrete,as required, for placement and workability. E. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than portland cement according to ACI 301 requirements F. Color Pigment: Add color pigment to concrete mixture according to manufacturer's written instructions and to result in hardened concrete color consistent with approved mockup. 2.8 CONCRETE MIXING A. Ready-Mixed Concrete: Measure, batch, and mix concrete materials and concrete according to ASTM C 94/C 94M. Furnish batch certificates for each batch discharged and used in the Work. 1. When air temperature is between 85 deg F and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine exposed subgrades and subbase surfaces for compliance with requirements for dimensional,grading, and elevation tolerances. B. Proof-roll prepared subbase surface below concrete pavements with heavy pneumatic-tired equipment to identify soft pockets and areas of excess yielding. 1. Completely proof-roll subbase in one direction and repeat in perpendicular direction. Limit vehicle speed to 3 mph. Insure proctor densities as indicated on plan for service conditions required. C. Proceed with concrete pavement operations only after nonconforming conditions have been corrected and subgrade is ready to receive pavement. 1. Obtain sign off on pour card from landscape Architect or authorized owner's rep. before proceeding with pouring operations Project Number: 114065 321313-6 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 3.2 PREPARATION A. Remove loose material from compacted subbase surface immediately before placing concrete. 3.3 EDGE FORMS AND SCREED CONSTRUCTION A. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides for pavement to required lines, grades, and elevations. Install forms to allow continuous progress of work and so forms can remain in place at least 24 hours after concrete placement. B. Clean forms after each use and coat with form-release agent to ensure separation from concrete without damage. 3.4 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale,earth, ice,or other bond-reducing materials. C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. D. Install welded wire reinforcement in lengths as long as practicable. Lap adjoining pieces at least one full mesh, and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. 3.5 JOINTS A. General: Form construction, isolation, and contraction joints and tool edgings true to line with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline, unless otherwise indicated. 1. When joining existing pavement, place transverse joints to align with previously placed joints, unless otherwise indicated. 2. Removable Expansion Joint Cap shall be used on all expansion joints. B. Construction Joints: Set construction joints at side and end terminations of pavement and at locations where pavement operations are stopped for more than one-half hour unless pavement terminates at isolation joints. 1. Continue steel reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated. 2. Butt Joints: Use light mil visqueen to protect edges of in place panels at joint locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. Project Number: 114065 321313-7 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida C. Isolation Joints: Form isolation joints of preformed joint-filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, walks, other fixed objects, vertical structures and where indicated. Sealant shall be colored matched to the colored concrete. 1. Locate expansion joints at intervals as indicated on plans, unless otherwise indicated. 2. Extend joint fillers full width and depth of joint. 3. Removable Expansion Joint Cap shall be used below finished 4. Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint-filler sections together. 5. Removable Expansion Joint Cap: Contractor shall use a flexible removable expansion joint cap for all expansion to allow for a clean sealant line. 6. Protect top edge of joint filler during concrete placement with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. 7. D. Contraction Joints: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of the concrete thickness, as follows to match jointing of existing adjacent concrete pavement: 1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with grooving tool to a 3/8-inch radius where indicated by Landscape Architect. Repeat grooving of contraction joints after applying surface finishes. Eliminate groove marks on concrete surfaces. 2. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut 1/8-inch- wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before developing random contraction cracks where indicated by Landscape Architect. E. Edging: Tool edges of pavement, gutters, curbs, and joints in concrete after initial floating with an edging tool to a 3/8-inch radius. Repeat tooling of edges after applying surface finishes. Eliminate tool marks on concrete surfaces. 3.6 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, steel reinforcement, and items to be embedded or cast in. Notify other trades to permit installation of their work. Obtain sign off on pour card from Landscape Architect or authorized owner's representative B. Moisten subbase to provide a uniform dampened condition at time concrete is placed. Do not place concrete around manholes or other structures until they are at required finish elevation and alignment. C. Comply with ACI 301 requirements for measuring, mixing,transporting, and placing concrete. D. Do not add water to concrete during delivery or at Project site. E. Do not add water to fresh concrete after testing. g Project Number: 114065 321313-8 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida F. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. G. Consolidate concrete according to ACI 301 by mechanical vibrating equipment supplemented by hand spading, rodding,or tamping. 1. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square-faced shovels for hand spreading and consolidation. Consolidate with care to prevent dislocating reinforcement,dowels,and joint devices. H. Screed pavement surfaces with a straightedge and strike off. I. Commence initial floating using bull floats or darbies to impart an open textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading surface treatments. J. Curbs and Gutters: When automatic machine placement is used for curb and gutter placement, submit revised mix design and laboratory test results that meet or exceed requirements. Produce curbs and gutters to required cross section, lines, grades, finish, and jointing as specified for formed concrete. If results are not approved, remove and replace with formed concrete. K. When adjoining pavement lanes are placed in separate pours, do not operate equipment on concrete until pavement has attained 85 percent of its 28-day compressive strength. L. Hot-Weather Placement: Comply with ACI 301 and as follows when hot-weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature below 90 deg F at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover steel reinforcement with water-soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog-spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.7 FLOAT FINISHING A. General: Do not add water to concrete surfaces during finishing operations. Project Number: 114065 321313-9 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida B. Float Finish: Begin the second floating operation when bleed-water sheen has disappeared and concrete surface has stiffened sufficiently to permit operations. Float surface with power-driven floats, or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots and fill low spots. Refloat surface immediately to uniform granular texture. 1. Medium-to-Fine-Textured Broom Finish: Draw a soft bristle broom across float-finished concrete surface perpendicular to line of traffic to provide a uniform, fine-line texture. Match existing 3.8 SPECIAL FINISHES A. Seeded Exposed-Aggregate Finish: Immediately after initial floating, spread a single layer of aggregate uniformly on pavement surface. Tamp aggregate into plastic concrete, and float finish to entirely embed aggregate with mortar cover of 1/16 inch. 1. Spray-apply chemical surface retarder to pavement according to manufacturer's written instructions. 2. Cover pavement surface with plastic sheeting, sealing laps with tape, and remove sheeting when ready to continue finishing operations. 3. Without dislodging aggregate, remove excess mortar by lightly brushing surface with a stiff, nylon-bristle broom. 4. Fine-spray surface with water and brush. Repeat water flushing and brushing cycle until cement film is removed from aggregate surfaces to depth required. 5. See colored concrete specification section for further requirements 3.9 CONCRETE PROTECTION AND CURING A. General: . Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. B. Comply with ACI 306.1 for cold-weather protection. C. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. D. Begin curing after finishing concrete but not before free water has disappeared from concrete surface. E. Curing Methods: Cure concrete by moisture curing, moisture-retaining-cover curing, curing compound, or a combination of these as follows: I. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. Project Number: 114065 321313- 10 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 3.10 PAVEMENT TOLERANCES A. Comply with tolerances of ACI 117 and as follows: 1. Elevation: 1/4 inch. 2. Thickness: Plus 3/8 inch, minus 1/4 inch. 3. Surface: Gap below 10-foot-long, unleveled straightedge not to exceed 1/4 inch 4. Joint Spacing: 3 inches. 5. Contraction Joint Depth: Plus 1/4 inch, no minus. 6. Joint Width: Plus 1/8 inch no minus. 3.11 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified independent testing and inspecting agency to perform field tests and inspections and prepare test reports. B. Testing Services: Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: 1. Testing Frequency: Obtain at least 1 composite sample for each 100 cu. yd.or fraction thereof of each concrete mix placed each day. a. When frequency of testing will provide fewer than five compressive-strength tests for each concrete mixture, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 2. Slump: ASTM C 143/C 143M; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mix. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C 231, pressure method; one test for each composite sample, but not less than one test for each day's pour of each concrete mix. 4. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below and when 80 deg Fand above, and one test for each composite sample. 5. Compression Test Specimens: ASTM C 31/C 31M; cast and laboratory cure one set of three standard cylinder specimens for each composite sample. 6. Compressive-Strength Tests: ASTM C 39/C 39M; test 1 specimen at 7 days and 2 specimens at 28 days. a. A compressive-strength test shall be the average compressive strength from 2 specimens obtained from same composite sample and tested at 28 days. C. Strength of each concrete mix will be satisfactory if average of any 3 consecutive compressive- strength tests equals or exceeds specified compressive strength and no compressive-strength test value falls below specified compressive strength by more than 500 psi. Project Number: 114065 321313- 11 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida D. Test results shall be reported in writing to Architect, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7-and 28-day tests. E. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. F. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Architect. G. Remove and replace concrete pavement where test results indicate that it does not comply with specified requirements. H. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 3.12 REPAIRS AND PROTECTION A. Remove and replace concrete pavement that is broken, damaged, or defective or that does not comply with requirements in this Section. B. Drill test cores, where directed by Architect, when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory pavement areas with portland cement concrete bonded to pavement with epoxy adhesive. C. Protect concrete from damage. Exclude traffic from pavement for at least 14 days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. D. Maintain concrete pavement free of stains, discoloration, dirt, and other foreign material. Sweep concrete pavement not more than two days before date scheduled for Substantial Completion inspections. END OF SECTION 321313 Project Number: 114065 321313- 12 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida SECTION 321316- DECORATIVE CONCRETE PAVING FINISHES—SITE INTEGRALLY COLORED CONCRETE WITH EXPOSED COQUINA SHELL FINISH PART 1 - GENERAL 1.1 SUMMARY A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to Work of this Section. B. Section Includes: 1. Integrally colored concrete slabs-on-grade, sidewalks,other exterior concrete pavements. 2. Curing of integrally colored concrete. C. Related Sections: 1. Division 3 Section "Cast-in-Place Concrete" for general applications of concrete and coordination of sample submittal [and color selection]. 2. Division 7 Section "Joint Sealants" for colored sealants for joints. 3. Division 321313 1.2 REFERENCES A. American Concrete Institute(ACI): 1. ACI 301 "Specification for Structural Concrete for Buildings." 2. ACI 302 IR"Recommended Practice for Concrete Floor and Slab Construction." 3. ACI 303.1 "Standard Specification for Cast-In-Place Architectural Concrete." 4. ACI 304 "Recommended Practice for Measuring, Mixing, Transporting and Placing of Concrete." 5. ACI 305R"Recommended Practice for Hot Weather Concreting." 6. ACI 306R"Recommended Practice for Cold Weather Concreting." B. American Society for Testing and Materials(ASTM): 1. ASTM C309 "Liquid Membrane-Forming Compounds for Curing Concrete." 2. ASTM C494 "Standard Specification for Chemical Admixtures for Concrete." 3. ASTM C979 "Standard Specification for Pigments for Integrally Colored Concrete." C. American Association of State Highway and Transportation Officials(AASHTO): 1. AASHTO M194 "Chemical Admixtures." Project Number: 114065 321316- 1 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida D. Other useful publications about colored concrete include: 1. PCA PA124-Finishing Concrete Slabs with Color and Texture. 2. PCA SP021 -Color and Texture in Architectural Concrete. 1.3 SUBMITTALS A. Product Data: Submit manufacturer's complete technical data sheets for the following: 1. Colored admixture. 2. Imprinting/Texturing tools. 3. Curing compound. B. Design Mixes: For each type of integrally colored concrete. C. Samples for Initial Selection: Manufacturer's color charts showing full range of colors available. D. Qualification Data: For firms indicated in "Quality Assurance" Article, including list of completed projects. 1.4 QUALITY ASSURANCE A. Manufacturer Qualifications: Manufacturer with 10-years' experience in production of specified products. B. Installer Qualifications: An installer with 5 years' experience with work of similar scope and quality. List of references for minimum 5 jobs of similar scope. C. Comply with the requirements of ACI 301. D. Obtain each specified material from same source and maintain high degree of consistency in workmanship throughout Project. E. Notification of manufacturer's authorized representative shall be given at least 1-week before start of Work. F. Integrally Colored Concrete Mockups: 1. Provide under provisions of Division 1 Section Quality Control 2. At location on Project selected by Landscape Architect, place and finish 10 feet by 10 feet area. A mockup shall be provided for each different texture, finish, imprinting and color. 3. For accurate color,the quantity of concrete mixed to produce the sample should not be less than 3 cubic yards or not less than 1/3 the capacity of the mixing drum on the ready-mix truck and should always be in full cubic yard increments. Excess material shall be discarded according to local regulations. Project Number: 114065 321316-2 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 4. Construct mockup using processes and techniques intended for use on permanent work, including curing procedures. Include samples of control, construction, and expansion joints in sample panels. Mockup shall be produced by the individual workers who will perform the work for the Project. 5. Retain samples of cements, sands, aggregates and color additives used in mockup for comparison with materials used in remaining work. 6. Accepted mockup provides visual standard for work of Section. 7. Mockup shall remain through completion of the work for use as a quality standard for finished work. 8. Remove mockup when directed. 1.5 DELIVERY, STORAGE AND HANDLING A. Colored Admixture: Comply with manufacturer's instructions. Deliver colored admixtures in original, unopened packaging. Store in dry conditions. 1.6 PROJECT CONDITIONS A. Integrally Colored Concrete Environmental Requirements: 1. Schedule placement to minimize exposure to wind and hot sun before curing materials are applied. 2. Avoid placing concrete if rain, snow, or frost is forecast within 24-hours. Protect fresh concrete from moisture and freezing. 3. Comply with professional practices described in ACI 305R and ACI 306R. B. Schedule delivery of concrete to provide consistent mix times from batching until discharge. Mix times shall meet manufacturer's written recommendations. 1.7 PRE-JOB CONFERENCE A. One week prior to placement of integrally colored concrete, a meeting shall be held to discuss the Project and application methods. B. It is suggested that the Architect, Landscape Architect, Engineer, General Contractor, Construction Manager, Subcontractor, Ready-Mix Concrete Representative, and a Manufacturer's Representative be present. Project Number: 114065 321316-3 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. L.M. Scofield Company, Douglasville, Georgia (800) 800-9900. Local Contact: Stephen J. Rissi,Florida District Manager 727-515-1849 B. Approved Equal: An approved equal manufacturer shall have a 10 year proven record of performance in integral colored concrete substrates and be able to produce the exact color and finish to match as outlined in the specifications. All requests for equal manufacturer shall be made in writing 14-days prior to Bid date. 2.2 MATERIALS See Site Plans for locations A. Colored Admixture for Integrally Colored Concrete: CHROMIX P® Admixture and CHROMIX ML®; L.M. SCOFIELD COMPANY. 1. Admixture shall be a colored, water-reducing, admixture containing no calcium chloride with coloring agents that are lime proof and UV resistant. 2. Colored admixture shall conform to the requirements of ACI 303.1, ASTM C979, ASTM C494, and AASHTO M194. B. Curing Compound for Integrally Colored Concrete: Curing compound shall comply with ASTM C309 and be of same manufacturer as colored admixture, for use with integrally colored concrete. 1. Exterior Integrally Colored Concrete: LITHOCHROME® COLORWAX; L.M. SCOFIELD COMPANY. Use to cure exterior flatwork that will be allowed to cure naturally with only occasional maintenance. 2. Exterior Concourse Area: Curing and Sealing Compound: SCOFIELD®and Cureseal-STM Matte; L. M. SCOFIELD COMPANY. Curing and sealing compound shall comply with ASTM C309 and be of same manufacturer as colored admixture, for use with integrally colored concrete. C. SUBSTITUTIONS: The use of products other than those specified will be considered providing that the Contractor requests its use in writing within 14-days prior to bid date. This request shall be accompanied by the following: 1. A certificate of compliance from the material manufacturer stating that proposed products meet or exceed requirements of this Section, including standards ACI 303.1, ASTM C979, ASTM C494 and AASHTO M194. 2. Documented proof that proposed materials have a 10-year proven record of performance for staining concrete substrates, confirmed by at least 5 local projects that Architect Landscape Architect can examine. Project Number: 114065 321316-4 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 2.3 COLORS AND PATTERNS A. Concrete Color[s]: 1. Cement: White 2. Sand: Color shall be locally available natural sand. 3. Aggregate: Concrete producer's standard aggregate complying with specifications 4. Colored Admixture: Color South Point Beige 1 B. Concrete Color[s]: Provide cement, sand, aggregate and colored admixture as required matching existing onsite finish and color. C. Curing Compound: Color to match colored concrete. 2.4 CONCRETE MIX DESIGN A. Minimum Cement Content: 5 sacks per cubic yard of concrete. B. Slump of concrete shall be consistent throughout Project at 4-inches or less. At no time shall slump exceed 5-inches. If super plasticizers are allowed, slump shall not exceed 8-inches. C. Do not add calcium chloride to mix as it causes mottling and surface discoloration. D. Supplemental admixtures shall not be used unless approved by manufacturer. E. Do not add water to the mix in the field. F. Add colored admixture to the mix according to manufacturer's written instructions in premeasured bags,not by weight of cement content. PART 3 - EXECUTION 3.1 INSTALLATION A. Install concrete according to requirements of Division 3 Section "Cast-In-Place Concrete." B. Do not add water to the mix in the field. C. Surfaces shall be finished uniformly with the following finishes: 1. Smooth Trowel: Precautions should be taken to ensure that the surface is uniformly troweled so that it will not be slippery. Do not over-trowel or burnish the surface. Project Number: 114065 321316- 5 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 2. Exposed #3 Coquina Shell Finish: After initial Bull-Float hand broadcast #3 Coquina shells completely covering the concrete surface. Use approximately 1 lb. of shells per square foot. Bull-Float the shells into the concrete surface until they are completely covered by cement paste. Let the concrete cure for 5-10 days before exposing shells by sandblasting. The amount of shell to be exposed shall be determined by a 10' x 10' mock- up panel approved by the Landscape Architect. 3.2 CURING A. Integrally Colored Concrete: Apply curing compound for integrally colored concrete according to manufacturer's instructions using manufacturer's recommended application techniques. Apply curing compound at consistent time for each pour to maintain close color consistency. B. Curing compound shall be same color as the colored concrete and supplied by same manufacturer of the colored admixture. C. Precautions shall be taken in hot weather to prevent plastic cracking resulting from excessively rapid drying at surface as described in CIP 5 Plastic Shrinkage Cracking published by the National Ready Mixed Concrete Association. D. Do not cover concrete with plastic sheeting. 3.3 TOLERANCES A. Minor variations in appearance of colored concrete, which are similar to natural variations in color and appearance of uncolored concrete,are acceptable. B. Joint Width: Plus 1/8 inch(3 mm), no minus 3.4 APPLICATORS A. For a list of qualified contractors, contact your local Scofield representative or the appropriate Division Office: Eastern Division—201-672-9050; Western Division—714-568-1870; Central Division Office—630-377-5959. END OF SECTION 321316 Project Number: 114065 321316-6 BID SET South Point Park Fountain Remediation Miami Beach, Florida SECTION 328400 - PLANTING IRRIGATION PART 1 GENERAL 1.01 SCOPE OF WORK A. Provide all labor, materials, and equipment necessary to perform the complete scope of irrigation work as specified to insure the system is fully and properly operational. B. If irrigation plans are not included, provide complete irrigation plans and schedule, as part of scope of work, to a degree, detail, and inclusion that such plans will be accepted for all necessary permitting required completing the project per plans and as set forth in these specifications. This may or may not require providing details of equipment and/or their connections to comply with local codes. C. Facilitate the complete and proper construction of the landscape irrigation system including, but not limited to: 1. All piping including but not limited to mains, laterals, fittings, sleeves, connections, tees, risers and clamps. 2. All valves including control/shut-off, ball, globe, zone, pressure-reducing, quick coupling and including valve boxes, markers, connections, operators, fill, wire splice kits, detectable underground warning tape and other accessories. 3. Complete automatic control system, including controllers, controller enclosure/slab/pedestal and mounting, programming, wired conduit runs, rain sensor device (if applicable), and control valve wiring connections. 4. Complete electrical connection of the controller to service panel location. 5. Connections of piping to the supply source utilizing a meter and installing a backflow prevention device and flow meter at the meter location as per local code. 6. All excavation, site work, relocation or replacement of utilities, backfill and restoration of all disturbed areas and circumstances. 7. Provide a complete and properly-operable system for the irrigation of all proposed landscape areas on the project site. These specifications are intended to include all items obviously necessary and requisite for the proper irrigation of the project. This in no way relieves the Contractor of his responsibility to furnish any additional labor, methods, materials and equipment required for a proper irrigation system as part of this scope of work. 8. Adjust any system components to work with existing and proposed landscaping. 9. Supply, deliver, store, and protect all equipment and materials, including pipe and fittings, valves, controllers, wire, and all other component parts necessary for the installation of a fully automatic irrigation system as indicated in these specifications. Project Number: 114065 328400- 1 BID SET South Point Park Fountain Remediation Miami Beach, Florida D. Complete sod, planting, pavement, and other restoration in all areas that are trenched or damaged during the installation of the irrigation system upon completion of the project. 1.02 DESCRIPTION OF SYSTEM A. This system will be designed as a typical block valve type using various components including, but not limited to sprinklers, rain sensor device, programmable electronic automatic controller, remote electronic valves, backflow prevention device, etc. The individual irrigation system shall be controlled by a new, most-recent model, Rain Bird® ESP-LX Series electronic controller, depending on the size, limits, and conditions of the project, and as determined by the Public Works Department designee and or City project manager. B. The water source for this system shall be from an existing City potable water system. Contractor to coordinate with the Public Works Department for necessary requirements of new meter installation. Contractor shall be responsible for all fees to do the necessary work as required by the City, including labor, materials, permit, coordination, etc., and shall consider these fees as part of their contract. 1.03 QUALITY ASSURANCE A. All relevant ANSI, AWWA, and ASTM Standards and Specifications shall apply, and all applicable building codes and approvals from other public agencies having jurisdiction upon the work. B. The Contractor shall be responsible for constructing the system in complete accordance with all local codes, ordinances and laws. The Contractor shall install all sprinkler heads according to the manufacturer's specifications with regard to installation depth, distance between heads, etc. unless otherwise directed in writing by the Public Works Department. Any modification made to conform to any codes, laws, ordinances and specifications shall be completed at the Contractor's expense with no additional compensation allowed. C. Protection of Existing Site Conditions and Materials: The Contractor shall take all necessary precautions to protect site conditions and materials to remain. Should damage occur, Contractor shall repair the damage to original condition or better at their expense. 1. The Contractor shall avoid trenching through the roots of any existing trees, and shall alert the City Urban Forester and Public Works Department designee before conducting any such activity that may damage tree root systems. D. Permits and Fees: Contractor shall be responsible for obtaining all permits and pay all required fees to any governmental agency having jurisdiction over the work. Inspections required by local ordinances during the course of construction shall be arranged as required. On completion of the work, satisfactory evidence shall be furnished to the Public Works Department showing that all work has been installed in accordance with all ordinances and code requirements. Project Number: 114065 328400-2 BID SET South Point Park Fountain Remediation Miami Beach, Florida E. Contractor shall ensure full, 100% overlap coverage (minimum head to head) in all areas to receive irrigation, and shall be responsible for adding additional heads, zones, components, or other equipment as required to achieve such coverage. To clarify, "head to head" is defined as the farthest edge of the water throw trajectory of a single head extends to or overlaps the adjacent irrigation head(s). F. Rotor type heads are preferred for turf areas when such areas are large enough to accommodate rotors without overspray on to hard surfaces. Pop-up spray heads utilized in turf areas shall be minimum 6" pop-ups to effectively spray over grass between mowing service visits. G. Pop-up spray heads, spray heads on risers or Netafin micro-irrigation (approved in writing by the Public Works Department) to be used to irrigate landscape beds. Landscape beds (shall be irrigated by spray heads/Netafin only) zoned separately from turf areas (irrigated by rotors). At no time should there be both rotors and spray heads, or drip irrigation and spray heads on the same zone. F. Workmanship: All work shall be installed by skilled personnel, proficient in the trades required, in a neat, orderly, and responsible manner with recognized standards of workmanship. The Contractor should have installed at least five projects of similar magnitude and demonstrated ability in the installation of sprinkler irrigation systems of this type. Some manufacturers may require factory certification for construction/installation of their products. In such cases, Contractor shall verify before bidding/constructing the project and bid shall be inclusive of any and all direct or related costs. 1.04 SUBMITTALS A. Submit shop drawings to project manager and Public Works Department designee for all irrigation system equipment, indicating all details required for the proper construction including, but not limited to: controller(s), electronic valves, manual valves, flow meters, backflow preventer, rain sensor device, etc. Where appropriate, and when approved by the City, manufacturer's product data for the proposed components may be substituted for shop drawings. 1.05 SUBSTITUTIONS A. A written request for approval to substitute a material's type, grade, quality, etc. due to the non-availability of the material specified may be submitted to the project manager and the Public Works Department designee. Approval of the substitution must be given in writing by the project manager and the Public Works Department designee before the material is ordered, delivered, or installed on the project. 1.06 CHANGES AND ADDITIONAL WORK A. The Contractor shall not begin any changes or additional work pertaining to the project until the City and the Contractor have executed a written agreement setting forth the adjusted contract amount. Any work performed on any changes or additional work prior to the execution of a written agreement may not be compensated by the City. Project Number: 114065 328400-3 BID SET South Point Park Fountain Remediation Miami Beach, Florida B. The Public Works Department reserves the right to adjust the number and location of sprinkler heads and other equipment in order to provide for any modifications which might become necessary. 1.07 GUARANTEE A. Contractor shall warranty the entire irrigation system against defects, poor workmanship, discrepancies, deficiencies, and malfunction for a minimum of one calendar year from the time of final acceptance. Warranty shall include, but not be limited to, all parts and components included in the system and its installation, and all labor-related items regarding the procurement, assembly, installation, and operation of the system including any and all of its components. An inspection, to be arranged and coordinated by the Contractor and to include the Contractor, the project manager, and Public Works Department designee, shall be made at the beginning and end of the guarantee period. 1.08 QUALITY AND GRADE OF REPLACEMENT A. All replacement material shall be equal to or better in regards to size, quality, quantity, and grade, as that of the material to be replaced, unless directed otherwise by the project manager and Public Works Department designee. B. Replacement components and labor shall be guaranteed for a period of one year. This guarantee period shall begin at time of acceptance of the replacement material and/or workmanship. C. Final payment to the Contractor shall in no way, either expressed or implied, relieve the Contractor of any guarantee obligations. 1.09 AS-BUILT DRAWINGS A. After final acceptance of project, Contractor shall furnish complete as-built drawings at the same size and scale as the original bid documents and an electronic .dwg file, that show the following: scaled drawings that show the locations of all valves and piping (with dimensions where required or necessary), horizontal or vertical dimensions measured from permanent/fixed objects (buildings, sidewalks, etc.) for the following that include, but are not limited to: feed pipe(s), mainline pipe(s), all lateral lines, controller location, remote control/ball/valves, quick coupler valves, backflow preventer, meter and point source connection, wiring/conduit, sleeves, wire splices, and sprinkler heads. The drawings shall also indicate and show any and all approved substitutions including size, material, and manufacturer's name and catalog number. All piping shall be labeled to show diameter sizes. Remote control valves and isolation valves shall have two (2) measurements from separate fixed objects so that triangulation of an exact coordinate for the valves may be calculated. Provide a minimum of two (2) hard copies and one digital copy (in Autodesk AutoCAD and Adobe PDF) of the as-built drawings to the CMB Greenspace Management Division for their records. Project Number: 114065 328400-4 BID SET South Point Park Fountain Remediation Miami Beach, Florida PART 2 MATERIALS 2.01 PIPE A. PVC: As a minumum, provide Schedule 40 solvent weld unplasticized polyvinyl chloride pipe for all main and lateral lines unless otherwise specified. All pipes shall be new, unused, and free from defects and shall be continuously marked indicating size, schedule, type and Department of Commerce Standard Reference. Pipe shall be furnished in standard length of twenty (20) feet. All mainline and lateral pipe shall be manufactured from clean, virgin, NSF approved Type 1, Grade 1 PVC, conforming to ASTM design specifications D1785 and D2241. All piping placed inside sleeves shall be the same. B. GALVANIZED STEEL PIPE: Pipe installed above grade for the backflow prevention device shall be Schedule 40 galvanized steel (reference 2.12-Paint). • C. PVC SLEEVES: Pipe used for sleeves routed under pavement, sidewalks, or other shall be polyvinyl chloride (PVC) Schedule 80 pipe unless noted otherwise. Size of all sleeves shall be able to easily accommodate specified irrigation line AND any necessary electrical conduit for electronic zone valves/other. D. THRUST BLOCKS: Thrust Blocks shall be installed for any main line 3" or greater in diameter. Thrust blocks must be formed against a solid, hand-excavated trench wall undamaged by mechanical equipment. They shall be constructed of concrete, and the space between the pipe and trench shall be filled to the height of the outside diameter of the pipe. They shall occur at any change in direction of the mainline pipe that is 45 degrees or greater. The minimum thrust block size shall be 2 cu. ft. The thrust blocks shall also use strapping or rebar to anchor the fitting. In no instance shall the fitting be covered more than 50% so access for maintenance will not be impeded. The City Public Works Department representative shall be notified of installation at least 48 hours prior to placement and will be present while pouring to inspect the thrust blocks. 2.02 PIPE FITTINGS A. All mainline pipe fittings shall be a minimum of Schedule 40 PVC. Make all taps on irrigation mains or branch mains with `T' or `Y' fittings. Provide non-threaded type joints of socket type, designed for solvent-cement type application. Prior to the connection of any joint with PVC glue, treat all fittings and pipes with a high etch (purple) PVC primer. A medium body PVC rated cement shall be used to bond each section of the PVC pipe and its fittings. Use only cleaner and solvent compatible with the PVC pipe used. Upon completion of the glue joints, keep irrigation system out of service for the period of time specified by the glue manufacturer. Make screw joints with an acceptable screw joint pipe joint compound. Where adapters are used between threaded and slipped pipes or valves, they shall be only female PVC threaded to socket coupling adapters. No male threaded PVC fittings are to be used, with the exception of street 'el's and `funny pipe' riser adapter. B. Galvanized steel pipe shall have threaded standard, 150 pound galvanized malleable fittings. Project Number: 114065 328400-5 BID SET South Point Park Fountain Remediation Miami Beach, Florida C. All sprinkler heads shall be connected to the supply line via adapters with '/2" `Funny Pipe', or other Public Works Department approved flexible hose, unless the intended location falls within a high traffic area or unless indicated otherwise in the Drawings or Specifications. All high traffic or anticipated high traffic areas shall utilize swing-type joints to connect heads within the area of high traffic. 2.03 PRIMER A. Primer shall be a high etch purple primer manufactured for PVC use and intended to produce a solvent weld. The primer must be color-tinted to aid in visual inspection and verification. 2.04 GLUE A. Glue shall be slow drying, heavy-duty gray or blue PVC glue. Transparent glue will not be accepted. 2.05 SPRINKLER HEADS A. Pop-up Spray Heads: The sprinklers shall be 1800 PRS series as manufactured by Rain Bird Sprinkler Mfg. Corp., Glendora, California, unless otherwise specified. 1. The sprinkler shall be of the fixed spray type designed for in-ground installation, unless otherwise noted. The sprinkler shall be capable of covering the head to head radii at a minimum 30 P.S.I. 2. The nozzle shall be comprised of one (1) or more orifices at two (2) radius ranges and shall be adjustable from "On" to full "Off'. The nozzle shall elevate 3 to 6 inches when in operation. Retraction shall be achieved by a heavy-duty stainless steel spring. The nozzle piston shall have a smooth external surface operation in a resilient guide. A riser wiper shall be included in the sprinkler for continuous operation under the presence of sand and other foreign material. 3. The spray head body shall be a PRS series, with a pressure regulator built into the stem. 4. Coverage shall be either full or part circle. The part circle coverage shall be available in arcs of 45, 90, 120, 180, 240, and 270 degrees or adjustable part circle. Also included shall be special patterns including an end strip, side, and center strip nozzle configuration. Nozzle delivery shall be such as to allow partial circle patterns to match full circle patterns in precipitation rates. 5. The body of the sprinkler shall be constructed of non-corrosive, ultraviolet resistant heavy-duty plastic. A filter screen shall be in the sprinkler body. All sprinkler parts shall be removable through the top of the unit by removal of a threaded cap. 6. All sprinkler heads shall be connected to the supply line via adapters with '/2" `Funny Pipe', or other approved flexible hose, unless indicated otherwise in the Drawings or these Specifications. Project Number: 114065 328400-6 BID SET South Point Park Fountain Remediation Miami Beach, Florida B. Pop-Up Rotary Heads: The rotary heads shall be Falcon®6504, 5500 or 5000 Series as manufactured by Rain Bird Sprinkler Mfg. Corp., Glendora, California, unless otherwise specified. 1. The full or part circle sprinklers shall be a single stream, water lubricated, gear driven type capable of covering the specified radius in Drawings at a base pressure of 50 psi. Part circle sprinklers shall have adjustable arc coverage of 40 to 360 degrees. Arc adjustment can be performed with or without the rotor in operation and shall require only a flat blade (standard) screwdriver. The sprinkler shall be capable of full-circle operation in either the single direction or the bi-directional mode. 2. The sprinkler shall have a rotating nozzle turret independent of the riser stem. The portion of the riser stem that is in contact with the wiper seal shall be non-rotating. 3. The sprinkler shall have a pressure activated, multi-function, soft elastomeric wiper seal that will clean debris from the pop-up stem as it retracts. This wiper seal shall prevent sprinkler from sticking in the up position, and be capable of sealing the sprinkler riser stem to the sprinkler cap under normal operating pressures. The sprinkler shall have a tapered riser stem that will assist in the flushing mode of the sprinkler as it pops up, as well as when it retracts down. The tapered stem shall seal positively against the multi-function wiper seal to assure no flow-by when fully activated. 4. The sprinkler shall have a strong stainless steel retract spring for positive pop-down. 5. The rotor shall have a stainless steel covered nozzle turret and riser stem. The riser stem shall be tapered and conform to the standard plastic stem in all other ways. 6. The sprinkler shall have a screen attached to the drive housing to filter inlet water, protect the drive from clogging and simplify its removal for cleaning and flushing of the system. C. Rainbird MPR 5 Series Bubbler Nozzles: The sprinklers shall be manufactured by Rain Bird Sprinkler Mfg. Corp., Glendora, California, unless otherwise specified. 1. The nozzles shall have precipitation rates matched across sets and across patterns. 2. The nozzle shall be capable of covering the specified radius at a minimum pressure of 15 p.s.i. at the specified discharge rate. 3. The plastic MPR nozzle shall be constructed of UV resistant plastic. The radius adjustment screw shall be constructed of stainless steel. 4. The nozzle shall accept the non-clogging 1800 Series filter screens to allow for radius adjustment and the MPR Plastic Nozzles shall also accept the pressure compensating screens (PCS Series). 5. The nozzle shall be installed in the appropriate irrigation casing as per the manufacturer's recommendation. Project Number: 114065 328400-7 BID SET South Point Park Fountain Remediation Miami Beach, Florida 2.06 IRRIGATION CONTROL WIRE A. All irrigation control wire from the controller to the electric valve shall be UL approved PE g PP irrigation control wire single conductor insulated, utilizing low density high molecular weight polyethylene insulation suitable for operating at 600 volts and conductor temperatures up to 60 degrees Celsius. The conductor shall be soft drawn, bare copper meeting the requirements of ASTM Specification B-3 or B-8. Temperature rating shall be from -55 degrees to +60 degrees C. Insulation thickness for conductor size is 14 AWG through 8 AWG minimum. AWG size for wire shall be in accordance with the manufacturer's specifications based upon a relationship between the number of valves and their distance from the controller. 2.07 WIRE CONNECTORS A. All splices in irrigation control wire shall use Rainbird ST-03 UL Snap-Tite connectors and PT-S5 sealer or 3M DBY Direct Bury Splice Kit, or approved equal. All splices shall occur within approved boxes (reference 2.13-Valve Boxes). 2.08 CONDUIT A. Conduit for irrigation wire shall be gray PVC, UL approved. Size as required by code and as set forth in these specifications. Conduit shall be used for all irrigation wire runs. B. Conduit runs shall be assembled to be 100% waterproof and fully protect wire inside from natural elements and corrosive processes. 2.09 RISERS A. Pipe shall be 1/2-inch PVC Schedule 40 or Schedule 80. Risers are to be utilized in shrub massings when conventional pop-up spray heads would provide inadequate coverage (shrub heights of 18" or greater). Risers shall be secured to #4 steel bar, minimum with stainless steel hose clamps and shall be sized accordingly to the mature size or intended maintained size of the plant material it is scheduled to water. B. Risers shall utilize spray nozzles connected to male threaded fittings. The nozzles shall deliver the appropriate spray radius to provide 100% coverage to the intended area while reducing overspray to non-irrigated areas. 2.10 CONTROL VALVES A. Automatic Control (Electronic) Valves: 1. Master Control Valves: All irrigation systems are to include a controller-activated master control valve. Valves are to be sized to accommodate maximum flows allowable through the designated water meters for individual systems. Project Number: 114065 328400- 8 BID SET South Point Park Fountain Remediation Miami Beach, Florida 2. Zone Valves: Shall be Rainbird PESB or Public Works Department approved substitute. Each system zone shall contain an electrically activated remote control valve (size as required to maintain minimum friction loss) that shall be constructed with stainless steel trim and close normally with manual bleed plug and manual control (cross handle on 1-1/2" and 2" models; screwdriver adjustment on 1" model) or equal. Solenoid shall be 3.5 watt, 24 volt AC with tamper proof molded coil and twisting wire. Diaphragm shall be of rubber material. Tir-Act solenoid porting shall prevent a continuous flow of water through the ports during operation. Inlet port to solenoid shall be filtered with self-flushing stainless steel screen, removable from outside of valve body for maintenance. All parts shall be serviceable without removing valve from the line. Valve shall have no external plumbing or tubing that can be installed at any angle without affecting valve operation. B. Manual Ball Valves: 1. Manual ball valves shall be installed before each automatic control valve in the system. Ball valves 4" and smaller shall be brass-type ball (globe) valves, sized to accommodate meter flow rates. Valves are to have quick disconnect union ends for maintenance/modification of piping system. They shall be installed in a valve box with cover, and, if conditions permit, may be installed in the same valve box as automatic control valves. C. Quick Coupling Valves: 1. Shall be Rainbird 5RC Series or Public Works Department approved equal. 2. The quick coupling valve shall be a one piece type capable of having a discharge rate of up to 70 gallons per minute (GPM) with a pressure loss not to exceed 14.0 pounds per square inch (PSI). 3. The valve body shall be constructed of heavy cast brass. The cover shall be durable and self-closing. When so specified, the 5RC cover shall be a locking rubber cover (LRC). 4. The valve shall be opened and closed by a brass key from the same manufacturer. 2.11 BACKFLOW PREVENTION DEVICE A. Backflow prevention device shall be as per City of Miami Beach Code. All connecting pipes installed above grade to be Schedule 40 galvanized steel and painted dark green (reference 2.12-Paint). Backflow Preventer shall be approved by the project irrigation consultant before order and installation. 2.12 PAINT A. Paint for risers, rebar, and visible pipe shall be dark green, outdoor-rated weatherproof. Color sample shall be submitted to City Project Manager and or the Public Works Department representative for approval. All parts to be painted should receive the number of coats necessary to completely mask underlying, original colors/materials. Only apply paint as per manufacturer's instructions. Project Number: 114065 328400-9 BID SET South Point Park Fountain Remediation Miami Beach, Florida 2.13 VALVE BOXES A. All valve boxes, where they occur in light or infrequently traversed areas, shall be fiberglass type manufactured by Amtek or approved equal, and manufactured for the primary purpose of an in-ground irrigation box, and sized accordingly. B. Valves shall not be placed in the path of areas that receive motorized traffic. Should it become necessary to place a valve box in more frequently traversed areas, such as areas that may receive high pedestrian volumes or the possibility of incidental maintenance vehicles, use a traffic-rated, pre-cast concrete box with a securable (bolted), galvanized iron lid. Box shall have a min. H-10 traffic loading value. C. All valve boxes shall be placed on a min. 6" bed of pea gravel. Contractor to insure proper percolation of water and make adjustments where necessary. No standing or ponding water shall occur inside the valve box. 2.14 CONTROL SYSTEM A. The control system shall be a new, most recent production controlled by a new, most- recent model, RainBird® ESP-LX Series electronic controller, unless an equal is approved in writing by the Public Works Department representative. Controller shall have a minimum of two (2) spare stations for future expandability. B. Contractor shall provide the controller with a 110 volt A.C. electrical supply. The controller unit shall have input and output surge protection consisting of a GFI circuit breaker built into the controller enclosure on the input side, and a separate transformer with one relay output module for each zone on the output side. C. The controller shall be encased in a securable, wall or rack mounted waterproof encasement unless specified otherwise. D. Irrigation field wires shall not be brought directly into the controller enclosure. A "tray cable" UL® listed for Direct Burial and Sunlight Resistant shall be connected to the controller output terminals and placed inside a valve box just outside the enclosure. These wires shall each be a #16 AWG, THWN, stranded. Each wire shall be printed on its full length with a number, and color coded. Field wires shall be connected to these wires inside the splice box utilizing approved waterproof connectors. E. Unit shall be grounded as per the manufacturer's specifications. F. If electrical supply is not available and with the prior written consent of the Public Works Department an Irritrol Systems IBOC Plus solar irrigation controller may be used. Battery operated On-valve type controllers are not acceptable for use. Project Number: 114065 328400- 10 BID SET South Point Park Fountain Remediation Miami Beach, Florida G. Accessories: 1. Flow Meters: All flow meters shall be interchangeable types as manufactured by Bermad, Inc. or approved equal. One flow meter with pulse indicator and a master valve feature shall be installed at each connection or tap (meter locations) into the existing water line source. Flow meters shall be installed in a valve box or, when applicable a pump station, with 6" of pea gravel aggregate underneath to promote drainage. Flow meters shall be wired to the controller. The Bermad flow meters must be sized correctly to work accurately. Use the following flow rate/ meter combinations: Up to 65 gpm — 11/2" size Up to 100 gpm —2" size 2. Detectable Underground Warning Tape: Caution Buried Irrigation Line Below- 2"W shall be installed 6" above main lines and lateral lines 3. Back-up Power Supplies: Each field unit shall each have a nickel-cadmium battery backup system in case of power loss or failure. The battery shall be nickel-cadmium 9-volt capacity and manufactured by Varta, Duracell or equal. 4. Training and Manuals - Contractor shall supply the original factory copy of controller operation/owner's manual. Contractor shall register product with manufacturer and provide a copy of completed warranty card/sheet/information to the Public Works Department representative. 2.15 BACKFILL SOIL A. Backfill material shall be clean fill, and completely free from any rock or other material which, if it came into contact with, could damage the pipe. If material from excavation is not acceptable, then imported clean sand must be used. No rock or concrete/asphalt debris will be permitted in contact with the PVC pipe. 2.16 RAIN SENSOR A. The rain sensor shall employ an electromechanical actuating device designed to cause a circuit interrupt that temporarily disables the irrigation controller during periods of significant rainfall. B. The rain sensor shall be connected to the system controller to properly function and achieve its intended purpose. The device shall automatically restore the controller to a normal operating condition after a period of time subsequent to the rainfall. The device shall be suitable to be wired — normally closed (N.C.) — in series with the valve common; and, shall include a short-lead to allow wiring normally open (N.O.) when necessary. C. The device shall be of rugged construction to withstand the elements, including exposure to sunlight (U.V.) Project Number: 114065 328400- 11 BID SET South Point Park Fountain Remediation Miami Beach, Florida D. The rain sensor shall incorporate a provision that allows the installer to select from several rainfall settings. E. The device shall include a vent ring to help control drying time of the mechanical components. F. Rain sensor shall be securely mounted to a tangible structure, out of human reach, and clear of any overhead obstructions that may negatively impact performance. When possible, location should minimize view by the general public. Contractor to coordinate location with project Landscape Architect. 2.17 BOOSTER PUMP STATION (IF APPLICABLE) -RESERVED PART 3 EXECUTION 3.01 GRADES A. It shall be the responsibility of the Contractor to provide the compacting and final grading so the final level conforms to surrounding grades and is at the proper elevation with relation to walks, paving, drainage structures and other site conditions, and as identified in the general notes and specifications section of the planting plan or as directed by the Public Works Department. Depth of irrigation system components shall be measured from the FINAL grade. 3.02 PREPARATION A. Layout of Mains and Laterals: Layout sprinkler main lines and perform line adjustments and site modification to lateral lines prior to excavation. Any conflicts shall be brought to the immediate attention of the project irrigation consultant or the Parks and Recreation Department for coordination of solution. B. Valve Location: Locate valves to assure ease of access for maintenance and that no physical interference with other elements of the project exists. Align valves parallel to each other in manifold systems. C. Furnish temporary support/adequate protection and maintenance from all underground and surface utilities, structures, drains, sewers, and other obstructions encountered in the progress of the utilities work. D. Where the grade or alignment of proposed pipe is obstructed by existing utility structures such as conduit, ducts, and pipe branch connections to sewer mains, main drains, water services, electrical lines, or other utilities, the Contractor shall notify the project manager and Public Works Department representative immediately to coordinate a solution. Project Number: 114065 328400- 12 BID SET South Point Park Fountain Remediation Miami Beach, Florida 3.03 PIPE INSTALLATION A. The Contractor shall stake out the location of each run of pipe/valves prior to trenching. B. Excavation shall include all materials encountered in the excavation of trenches for pipe installation. The trench shall be of sufficient width and depth for installation of the pipe as indicated herein. The Contractor shall cause minimum disturbance to all existing conditions. C. Any pavement cut must have the prior consent of the City of Miami Beach. All irrigation lines and wire routed under pavement and sidewalks shall be sleeved inside polyvinyl chloride (PVC) Schedule 80 pipe unless noted otherwise on the plans or in these specifications. Size of all sleeves shall be able to accommodate proposed irrigation line and any necessary electrical conduit with at least Y2" excess free space. D. Contractor shall abandon any old irrigation components found below grade during the installation of the new irrigation system except those that are to remain in operation or as directed by the project manager and the Public Works Department representative. The Contractor shall remove and dispose of the unused, abandoned irrigation components, and properly cap all lines that are still connected to a water source. Contractor shall properly cap any old irrigation system mains and branch mains as encountered at limit of construction line/scope of work where complete removal would extend outside of the limit of construction line/scope of work, except those scheduled for use with the new system. E. Trenches shall be made wide enough to allow a minimum of 6 inches between parallel pipe lines. No lines shall be installed directly over another. Trenches for pipelines shall be made of sufficient depths to provide the minimum cover from finish grade. All main line pipes shall have a minimum cover from finish grade as per City of Miami Beach Code. F. The pipe and fittings shall be carefully inspected before installation of the trench. All rocks and unsuitable bearing materials shall be removed from trench in strict accordance with the manufacturer's recommendations. 1. Solvent welded joints shall be made only on clean, dry, square cut, smooth pipe sections. Fittings shall be "dry" tested for proper size before primer is applied. The assembly shall proceed in strict accordance with recommended procedures furnished by the manufacturer. Once primer and glue are applied and fittings are connected tight, turn pipe or coupling '/4 turn to set. Hold joint fitting and/or components tightly together for a minimum of 30 seconds or as suggested by the glue manufacturer, whichever is greater, to allow for setting. 2. Solvent welded pipe sections shall be "snaked" from side to side in the trench to prevent joint rupture due to thermal expansion and contraction. 3. Pipe openings shall be temporarily plugged during construction to prevent entrance of foreign materials. Project Number: 114065 328400- 13 BID SET South Point Park Fountain Remediation Miami Beach, Florida G. Backfill shall be carefully placed to avoid pipe dislocation. Backfill material shall be free of rocks, stumps, roots and other unsuitable material. Backfill shall be placed in 6" lifts and shall be thoroughly compacted. Any backfill under pavement or sidewalks shall be compacted to 98% of maximum AASHTO T 180 density. The soil surface of backfilled trenches shall be manually settled so it is even with the surrounding soil surface grade. 3.04 SPRINKLER HEADS A. Irrigation heads shall be installed per manufacturer's specifications and as provided in these technical specifications. B. Provide minimum 2" ring of 1/2"- 5/8" diameter lightly compacted gravel around outside casing of irrigation heads to allow for proper drainage. C. All at-grade heads are to be connected to the supply line using 1/2" funny pipe, or approved equal flexible pipe, and adapters, unless otherwise specified or installation is to occur in an anticipated high traffic area, in which case PVC swing joints are to be used. Allow enough slack in the funny pipe to allow for proper horizontal adjustment of the heads after installation. D. Risers extensions are to be utilized in shrub massings when conventional pop-up spray heads would provide inadequate coverage (shrub heights of 18" or greater). Risers shall be secured to Rebar (#4) with stainless steel hose clamps. Rebar to be secured into the ground to a depth that will not allow for willing movement. Risers in shrub massings shall be a minimum of 12" from the edge of the planter bed. All risers and rebar shall be painted with a dark green color, weatherproof outdoor paint (reference 2.13-Paint). Apply number of coats necessary to completely mask any original colors underneath. 3.05 CONTROL SYSTEM NOTE - ALL WIRE SHALL BE INSTALLED IN UL APPROVED GRAY PVC CONDUIT, except under the following conditions: 1. When the conduit is directly exposed to ultra violet light, then that exposed portion shall be rigid, threaded, heavy walled galvanized pipe. 2. When the use of PVC conduit is restricted by local, state or federal code, then the wire shall be installed in the type of conduit required by code. NO DIRECT BURIAL WIRE INSTALLATIONS SHALL BE ALLOWED. ALL SPLICES SHALL BE TWISTED AND FULLY INSULATED FROM MOISTURE, SHALL ONLY OCCUR IN VALVE BOXES, AND ARE TO ULTIMATELY BE RECORDED IN THE AS-BUILT DRAWINGS. A. Contractor to install Control System including Pump System (if applicable), and all associated components, in strict accordance with the Manufacturer's Specifications and Instructions, and the Specifications contained herein. Project Number: 114065 328400- 14 BID SET South Point Park Fountain Remediation Miami Beach, Florida B. Accessories: 1. Rain Sensor Device: The Rain Sensor shall be installed in a location that is free from overhead obstructions that may cause improper performance of the unit. It shall be installed in a location that is out of range of the sprinklers and away from trees or overhanging objects which might affect accumulation of rain in the rain cup. Install as recommended by the manufacturers' specifications. Furthermore, where possible, Rain Sensor shall be installed in an inconspicuous location, away from the direct visibility of passersby, and out of reach of the general public. Coordinate exact location and installation of rain switch with project Landscape Architect. 2. Backup Power Supplies: The back-up power supply for the Controller shall be installed at the same location as the Controller itself. Install as per manufacturer's specifications and specifications. C. Training and Manuals: The Contractor, through the manufacturer, shall: 1. Provide technical and general information sheets and Operating Manuals for all equipment. 2. All manuals, technical information sheets and general information sheets shall be in duplicate and separately bound. 3.06 CONTROL WIRE INSTALLATION A. Install control wires in UL approved PVC conduit below final grade, depth per City Code or a minimum of 18", and lay to the side of the main line. Provide a minimum 24 in. of tightly rolled looped wire slack at valves. B. All underground splices shall be made at electric valves in valve boxes. Splices shall utilize Rainbird ST-03 UL Snap-Tite connectors and PT-S5 Sealer or 3M DBY direct burial splice kit. Splices should be designed into the system and minimize additional splices in the field. Show all splices.locations on the as-built drawings. 3.07 AUTOMATIC VALVES A. All automatic valves shall be installed in a rectangular valve box (reference 2.13) and shall be arranged for easy adjustment and removal. A union shall be installed on the downstream side. The flow adjustment feature of each valve shall be utilized to balance operating pressures throughout the system. B. Master Control Valves shall be located downstream from the backflow preventer in a valve box. The exact location is to be approved by the project manager and the Public Works Department representative. B. A valve actuator shall be installed on each valve. Follow manufacturer recommendations for installation instructions. Project Number: 114065 328400- 15 BID SET South Point Park Fountain Remediation Miami Beach, Florida 3.08 BALL VALVES A. Ball valves shall be installed at all paved crossings and before all automatic valves, in accordance with local codes, and arranged in valve box for easy adjustment and operation. 3.09 BACKFLOW PREVENTION DEVICE A. Contractor to install as per plans and field-adjust as necessary, per project irrigation consultant's approval. All pipes installed above grade to be Schedule 40 galvanized steel and painted dark green. 3.10 VALVE BOXES A. Valve boxes shall be installed so that top is flush with surrounding final grade and shall be set on a minimum of six inches of pea gravel, and as per manufacturer's recommendations. Contractor shall insure proper percolation of water to subsurface. 3.11 TESTING AND INSPECTION A. The Contractor shall notify the project manager and the Public Works Department representative a minimum 72 hours in advance of testing, and shall coordinate as required. B. Cleaning and pressure testing: Flush irrigation system with water to clear lines of foreign materials after system assembly is complete and prior to installation of the control valves. Cap and/or plug outlets and fill lines with water. Upon completion of the irrigation main and prior to the installation of any control valves, test the entire main line for proper construction. After completion of the flushing operation, test the main lines with 100 psi hydrostatic pressure for a minimum of 1 hour. No pressure loss shall be allowed over the duration of the test. Remove and/or replace any item or component of the system which does not comply with the test and test the entire system again until satisfactory test results are obtained. All testing shall be done in the presence of the project irrigation consultant and the Public Works Department designee. All joints, tees, elbows, caps and connections shall be left exposed during this test. Main line sections of solid unbroken pipe should be buried at intervals adequate to secure stabilization of pipe runs when pressurized. If necessary, repair any leaks and retest entire assembly until achieving satisfactory result. Install sprinkler heads only after approval of test results by the project irrigation consultant and the Public Works Department. C. Final inspection shall be made when the complete system is in place, operable, and all repairs, additions, adjustments, and other work is complete. At such time, the Contractor shall adequately demonstrate the proper operation of the system, shall show the system's complete conformance with the specifications, and demonstrate that the irrigation system gives proper and adequate coverage of all landscaped areas.Final test should include two-minute timed intervals of water flow per zone, allowing a one-minute down time between each zone test. Project Number: 114065 328400- 16 BID SET South Point Park Fountain Remediation Miami Beach, Florida Acceptance by the project consultant and/or the City of Miami Beach in no way removes the Contractor of his responsibility to make further repairs, corrections and adjustments to eliminate any deficiencies which may later be discovered. Moreover, the Contractor shall fully honor the one-year warranty outlined herein. 3.11 RESTORATION OF EXISTING CONDITIONS A. Contractor shall coordinate irrigation system installation, and any components thereof, with other project work to avoid disturbance of new work such as turf, planting beds, paved areas, etc. Contractor shall be responsible for and shall bear all costs of any replacement, repair, or restoration to existing conditions, new or otherwise, as a result of irrigation system installation before the time of Final Acceptance. This shall include any and all irrigation work, initial or as a result of re-installation of unacceptable components, done prior to Final Acceptance of the system. Repairs shall include like materials and conditions, equal to those being replaced or repaired, and to the satisfaction of the Public Works Department. No system shall be accepted as final until restoration is properly achieved. END OF SECTION 328400 Project Number: 114065 328400- 17 BID SET i South Point Park Fountain Remediation Miami Beach, Florida 329001 - CITY OF MIAMI BEACH LANDSCAPE INSTALLATION AND SPECIFICATION STANDARDS Part I —GENERAL 1.01 SCOPE OF WORK A. The work to be done under this Section of the Technical Special Provisions (TSP) consists of furnishing all labor, machinery, tools, apparatus, means of transportation, supplies, equipment, materials, services and incidentals necessary to construct and complete the work as indicated on the Plans and in the TSP, as well as all other related responsibilities, including all changes and repairs incident thereto. B. The work shall include, but not be limited to, furnishing material, root pruning and tree/palm relocations where required, layout, protection to the public, excavation, installation, backfilling, fertilizing, mulching, staking and guying where required, watering, pruning, sodding, weeding, mowing, cleanup, maintenance and guarantee. C. Quantities and Locations: The City landscape inspector reserves the right to adjust the number and locations of the designated types and species to be used at any of the locations shown in order to provide for any modifications which might become desirable to the City. D. Investigation of Subsurface Conditions: The Contractor shall be responsible for making on-site surface and subsurface investigations and examinations as he or she chooses in order to become familiar with the character of the existing material and the construction conditions. These investigations and examinations shall be included in the bid. The Contractor shall not receive separate, additional compensation for this work. E. Excavation Related to Inadequate Drainage: Some or all work areas may contain existing materials such as but not limited to, peat, clay, lime rock and possibly compacted material which could interfere with adequate vertical drainage and/or proper plant survival and growth. Removal of this material, in order to have adequate vertical drainage, is part of the scope of work for the project. Therefore, subsurface investigations and examinations are necessary in order to determine the extent of removal and excavation required above and beyond the minimum requirements indicated in these TSP, under the heading of "Excavation of Plant Holes", which is in PART 3 Section 3.04 (E). Compensation for removal and excavation required above and beyond the minimum requirements indicated, including any additional planting soil needed in order to fill the larger excavated area, shall be include in the proposal. The Contractor shall not receive separate, additional compensation for this. F. No separate, additional compensation will be granted because of any unusual difficulties which may be encountered in the execution of any portion of the work, including traffic control and maintenance of traffic. G. The Plans are not complete unless accompanied by the TSP. Project Number: 114065 329001 - 1 BID SET City of Miami Beach Landscape Installation Specifications and Standards 1.02 QUALITY ASSURANCE A. The City Landscape Inspector shall have the right, during any phase of the work operations, to reject any and all work and materials which do not meet the requirements of the plans and TSP. Rejected work and materials shall be immediately removed from the project area and replaced with acceptable work and material within seven (7) calendar days or as approved by the City Landscape Inspector. B. STANDARDS: 1. Authority for Nomenclature, Species, Etc.: a. All plant material shall conform to the names given in Standardized Plant Names, 1942 Edition, prepared by the American Joint Committee on Horticultural Nomenclature and (subsequent updates). Names of varieties not included therein conform generally with names accepted in the South Florida nursery trade. 2. Grade Standards: a. All plant material shall be nursery grown except where specified as collected material, and shall comply with all required inspections, grading standards and plant regulations as set forth in the latest edition of the Florida Department of Agriculture's "Grades,and Standards for Nursery Plants, Part 1 and Part 2", or with any superseding specifications that may be called for on the Plans or in the TSP and as established by the Turfgrass Producers Association of Florida, Inc. ALL PLANTS NOT LISTED IN THE GRADES AND STANDARDS FOR NURSERY PLANTS, shall conform to a Florida No. 1 as to: (1) health and vitality, (2) condition of foliage, (3) root system, (4) freedom from pest or mechanical damage and (5) heavily branched and densely foliated according to the accepted normal shape of the species or sport. b. Exception to "Grades and Standards": Any section of Florida Department of Agriculture's Grades and Standards ": Any section of Florida Department of Agriculture's "Grades and Standards" which allows nails or spikes in the trunks of trees or palms shall be EXCLUDED from these TSP. c. All plant material shall be free of noxious weeds both above and below ground, including nut grass. d. All plant material shall be free of insects and disease at the time of installation. C. Requirements for Various Plant Designations: 1. Balled and Burlapped (B&B) and Wire Balled and Burlapped (WB&B) Plants: a. Only burlap and other wrapping materials made of natural, biodegradable materials shall be used. Project Number: 114065 329001 -2 BID SET City of Miami Beach Landscape Installation Specifications and Standards b. These plants shall be properly protected until they are planted. The plant shall be handled only by both the trunk and rootball at the same time and not by the trunk only. Any (B&B) or (WB&B) plant which shows evidence of having been handled by a method other than the method outlined above, and resulting in damage to the plant such as a cracked or broken rootball or the roots that have been loosened within the ball, shall be rejected. c. For plants grown in soil of a loose texture, which does not readily adhere to the root system, especially in the case of large plant material, WB&B plants shall be used. For WB&B plants, before the plant is removed from the hole, hog wire with approximately 1 to 1% inch openings or a Kerr's wire basket (Vermeer standard, caretree standard, caretree truncated or clegg) shall be placed around the burlapped ball and looped and tensioned until the burlapped ball is substantially packaged by the tightened wire netting, such as to prevent disturbing the loose soil around the roots during handling. 2. Container Grown Plants (CG): a. Any Container Grown (CG) plants which have become "pot bound" or "root bound" for which the top system is out of proportion (larger) to the size of the container, will not be acceptable. b. CG plants shall not be removed from the container until immediately before planting, and with all due care to prevent damage to the root system. c. The outer 10% of the root ball shall be shaved at the time of installation with a power saw. Four vertical sides spaced evenly around the root ball shall be made at half the depth of the radius. d. All tree support poles shall be removed at the time of installation, to verify adequate taper. 3. Collected Plants a. When collected plants are specified, the City Landscape Inspector shall be given at least two days written notice before the digging. Collected plants shall be dug with a root spread at least 10% greater than nursery grown plants of the same species and size. No collected plant shall be planted before the City Landscape Inspector's inspection and acceptance of the project. 4. Specimen Plants (Florida Fancy): a. When specimen or Florida Fancy plants are called for, they will be labeled as such on the Plans. D. Inspections: 1. Inspection at the growing site does not preclude the right of rejection at the project site. Project Number: 114065 329001 -3 BID SET City of Miami Beach Landscape Installation Specifications and Standards 2. Inspections shall be requested in writing 48 hours in advance by the Contractor. 3. The fact that the City Landscape Inspector has not made an early inspection and discovery of faulty work or of work omitted, or of work performed which is not in accordance with the contract requirements, shall not bar the City Landscape Inspector from subsequently rejecting such work. 4. The City Landscape Inspector's on site observations or inspections shall be only for the purpose of verifying that Plans and TSP are being implemented properly. The City Landscape Inspector's on-site observations or inspections are not for safety on or off the job site. Also, these on-site observations or inspections are not intended to take charge, direct, run or manage the implementation of the plans and TSP or take charge, organize or manage the Contractor while performing the scope of work indicated in the Plans and TSP. 1.03 DELIVERY, HANDLING AND STORAGE & SUBMITTALS A. Delivery and Handling: 1. Movement of nursery stock shall comply with all Federal, State, and local laws, regulations, ordinances, codes, etc. 2. The Contractor shall be responsible for protecting plant material from adverse environmental conditions during all phases of delivery and storage. Further, the Contractor shall be responsible for protecting plant material from any and all damage, theft, or deterioration of health or appearance during all phases of delivery and storage. 3. Transport materials on vehicles large enough to allow plants to not be crowded and damaged. PLANTS SHALL BE COVERED TO PREVENT WIND DAMAGE DURING TRANSIT. B. Submittals: 1. Written request for approval to substitute a material's plant designation (B&B, WB&B, CG, etc.), type, grade, quality, size quantity, etc. due to the not availability of the material specified shall be submitted within 14 calendar days after the preconstruction conference. Approval shall be given by the City Landscape Inspector before the material is delivered and installed on the project. 2. Any request for the approval of "or equal" shall be in writing. Request shall be submitted within 14 calendar days after the preconstruction conference. Approval shall be given by the City Landscape Inspector before the material is delivered and installed on the project. 3. Submit prints of landscaping plans for any special conditions not covered in the details indicated. This shall be for approval by the City Landscape Inspector before they are installed on the project. 4. If requested by the Department or City Landscape Inspector, submit a written schedule of sources or suppliers of all materials for inspection and approval by the City Landscape Inspector before they are delivered and installed on the project. Project Number: 114065 329001 -4 BID SET City of Miami Beach Landscape Installation Specifications and Standards 5. Submit a letter from the approved sources or suppliers GUARANTEEING AND CERTIFYING that all Cocos nucifera "Maypan" or Cocos nucifera "Malayan" is true to their species. 6. Submit a sample and analysis of all planting soil types for approval by the City Landscape Inspector before the material is delivered and installed on the project. 7. Submit a sample certification and analysis of mulch for approval by the City Landscape Inspector before the material is delivered and installed on the project. 8. Submit copies of the manufacturer's specifications or analysis for all fertilizer including data substantiating the proposed materials comply with specified requirements. This shall be for approval by the City Landscape Inspector before the material is delivered and installed on the project. 9. Submit prints of shop drawings for all staking and guying methods to be used if the ones indicated in the Plans, TSP or other referenced documents are not to be implanted. The City Landscape Inspector will approve all shop drawings of staking and guying methods before they are implemented in the project. 10. Submit on an as needed basis, a schedule of spraying and dusting materials to be used to control pests and disease infestation, the reason for their use and the method to be used to apply the materials and the method of application before it is delivered and used to apply the materials and the method of application before it is delivered and used on the project. Also, if requested by the Department or City Landscape Inspector, furnish documentation that the implementation of these control measures for pests and disease infestation is in strict compliance with all federal and local regulations including the manufacturer's labeling. 1.04 SUBSTITUTIONS A. When the specified type, grade, quality, size, quantity, etc. of a material is not available, the Contractor shall submit a written request, to the City Landscape Inspector, or a substitution along with written, documented proof that the specified (B&B, WB&B, CG, etc.), type, grade, quality, size, quantity, etc. of a material is not available. The City Landscape Inspector shall approve all substitutions before they are delivered and installed. Do not deliver and install any material, which is anticipated to be a substitute, before it has been submitted in writing and approved as a substitute by the City landscape inspector. If any changes to the contract amount occur due to an approved substitute, this shall be established in writing by the Department and the contractor before the material substitute is delivered and installed on the project. 1.05 GUARANTEE A. The guarantee shall not begin until the day of the final acceptance of installation is given. B. All landscape elements and plant material shall be guaranteed for 365 days from the time of final acceptance. Project Number: 114065 329001 -5 BID SET City of Miami Beach Landscape Installation Specifications and Standards C. The guarantee shall be null and void for plant material which is damaged or dies as a result of"Acts of God" limited to hail, freeze, lightning, sustained winds that reach hurricane force (75 MPH) measured loft above the ground, and lethal yellowing, providing the plants was in healthy growing condition prior to these "Acts of God". D. An inspection may be made at the end of, but prior to the last day of the guarantee period. E. Amerigrow pine bark color brown mulch or an approved equivalent shall be utilized. 1.06 REPLACEMENT A. The guaranteeing of plant material shall be construed to mean the complete and immediate replacement of plant material within ten (10) calendar days if the following occurs: 1. Not in a healthy growing condition rendering it below the minimum quality indicated in the TSP. 2. There is a question of its ability to survive at the end of the guarantee period that would render it below the minimum quality indicated in the TSP. 3. It is dead. B. The ten (10) calendar days may be extended due to seasonal conditions, availability, preparation time such as root pruning, etc., only if approved by the City Landscape Inspector in advance. The extended time shall be negotiated between all parties concerned, but must received final approval by the City Landscape Inspector. C. Size, Quality and Grade: 1. Replacement plant material shall be of the same species, quality and grade as that of the original specifications of the plant to be replaced. The size of the replacement shall not be necessarily the same size as the original specified plant at its initial planting. If the plants of like species, size, and grade are larger than originally planted, then the replacement shall match this larger size. In no case, shall replacements be smaller than the original size. 2. Replacements shall be guaranteed for a period equal to the originally specified guarantee. This guarantee period shall begin on the day the replacement material is installed and officially accepted in writing by the City Landscape Inspector. 3. The contractor shall be responsible for watering the replacement(s) until establishment. 1.07 PLANT AND SPECIFICATION INTERPRETATION A. On the Plans, figured dimensions shall govern over scaled dimensions. If any error or discrepancy is found in the Plans and TSP, the Contractor shall refer the same to the City Landscape Inspector for an interpretation and decision. The City Landscape Inspector shall have the right to correct apparent errors or omissions in the Plans and TSP and to make such interpretations as he or she may deem necessary for the proper fulfillment of the intent of the Plans and TSP. Project Number: 114065 329001 -6 BID SET City of Miami Beach Landscape Installation Specifications and Standards 1.08 UNIT PRICES A. Bidder shall furnish to the Department and the City Landscape Inspector, a unit price breakdown for all materials as itemized in the bid sheets. The City Landscape Inspector or the City may, at their discretion, add to or delete from the materials utilizing the unit price breakdown submitted to an accepted by the City. Unit prices shall be valid for one year from approval of contract or for the duration of the project, whichever is greater. PART 2— MATERIALS 2.01 PLANT MATERIAL A. All plant material shall be Florida No. 1, or better, at the time of installation and final acceptance. B. Growth Habit: All plant material shall have a growth habit that is normal for that species and shall be sound, healthy, and vigorous and free from insects, plant diseases and injuries. C. Measurement of Trees, Palms, Shrubs & Ground Cover: 1. Measurement of Trees, Palms, Shrubs, & Ground Cover: a. Rootball: Requirements for the measurement of rootball diameter and depth shall comply with requirements as set forth in the latest edition of the Florida Department of Agriculture's "Grades and Standards for Nursery Plants, Part 1 and Part 2" and as listed herein. CALIPER MIN BALL DIAMETER MIN BALL DEPTH 1 — 1.5" 16" 75% of diameter 1.5 — 1.75" 20" 65% of diameter 1.75"—2" 22" 65% of diameter 2"—2.5" 24" 65% of diameter 2.5"—3.5" 26" 65% of diameter 3.5"—4" 28" 65% of diameter 4"—4.5" 30" 60% of diameter 4.5"—5" 32" 60% of diameter 5"—5.5" 34" 60% of diameter 5.5" or more Increase in proportion Up to 48", then decrease in proportion for larger size diameter b. Height: The height of plant material shall be measured from finish grade and continue up to where the main mass of the plant uniformly ends. The height shall not include any singular or isolated parts of the plant, such as leaves, shoots, branches, limbs or fronds, which extend out beyond the main mass of the plant. Project Number: 114065 329001 -7 BID SET City of Miami Beach Landscape.Installation Specifications and Standards c. Width: The width of plant material shall be measured from one side of where the main mass uniformly ends and continue to the other side of where the main mass of the plant uniformly ends. The width shall not include any singular or isolated parts of the plant, such as leaves, shoots, branches, limbs or fronds, which extend out beyond the main mass of the plant. d. Caliper: The caliper of tree trunks shall be measured 3' above the ground. e. Palms: Requirements for the measurement of clear trunk, clear wood, graywood, rootball diameter and depth shall comply with requirements as set forth in the latest edition of the Florida Department of Agriculture's "Grades and Standards for Nursery Plants, Part 2". D. All sizes shown for plant material on the Plans are to be CONSIDERED MINIMUMS. All plant material must meet or exceed these minimum requirements for height, spread, etc. as indicated on the Plans. When plant sizes are specified as a range of size, installed material shall average the mean of the range specified. E. Die-Back and Leaf-Drop: Plant material showing signs of die-back or leaf-drop will not be accepted and must be removed from the project immediately if so directed by the City Landscape Inspector. Therefore, any plant material with tendencies toward leaf-drop or die-back must be root pruned early enough to provide a sound network of hair roots prior to relocation. F. Mechanical Destruction of Foliage: Mechanical destruction of foliage resulting from root pruning shall not affect more than 10% of the total foliage prior to planting on the project. Loss of foliage caused by seasonal change will be accepted. G. Palms: 1. Before Transporting: See "Delivery and Handling" for requirements related to wrapping of root balls. 2. Remove a minimum of fronds from the crown of the palms to facilitate transporting and handling. Tying of palms shall be at the option of the Contractor. 3. To reduce head volume, Palm fronds may be trimmed by not more than one-third. 4. Palms with burn marks and frond boots on trunk will not be accepted. Frond boots shall be removed unless specified to remain. 5. For sabal palms, remove all fronds to the base including the terminal frond, prior to removing from the truck carrying the palms from the field where they were collected. 6. Palms showing cable or chain marks and equipment scars shall be rejected. H. Plant material shall not be accepted when the ball of earth surrounding its roots has been cracked, broken or otherwise damaged. I. Root pruning of plant material, when required by the Landscape Architect, shall be done a minimum of four (4) weeks or for a period as determined by the City Landscape Inspector, prior to planting at the project. Prior to root pruning, the Contractor shall give 48 hours advance written notice to the City Landscape Inspector advising of the date to root prune any plant material. This shall allow for any inspections during or after the root pruning period, as necessary. Project Number: 114065 329001 -8 BID SET City of Miami Beach Landscape Installation Specifications and Standards 2.02 SOD A. Sod shall be the species shown on the plan. The quality grade shall be STANDARD. NOTE: Quality grade shall be based on the standards of sod quality grades as established by the TURFGRASS PRODUCERS OF FLORIDA, INC. The sod shall be well matted with roots and of firm, tough texture having a compact top growth and heavy root development. The allowable weed content shall be as follows: Standard No casually visible broadleaf weeds, no obvious patches of weeds and no more than 2% of any other grass or weed in the total canopy. Sod sections shall be strong enough to support their own weight and retain their size and shape when suspended vertically from a firm grasp on the upper 10% of the section. Sod shall be relatively free of thatch, up to one half inch allowable (uncompressed). The soil embedded in the sod shall be a clean earth free of stones and debris. B. Mowing: The sod shall have been mowed at least three times with a lawn mover with final mowing not more than seven days prior to the sod being cut for placement. C. Cutting: Sod shall not be harvested when moisture content (excessively dry or wet) may adversely affect its survival. After approval of source, mow and rake as necessary to remove excessive top growth and debris. Cut sod with sod cutters, retaining native soil mat of sufficient thickness to withstand handling. The sod shall be provided in commercial pad sizes measuring not less than 12: by 24" and planting. It shall be machine cut at a uniform sort thickness of 11/4 inches to 1% inches, plus or minus 1/4 inch, at time of cutting. Measurement for thickness shall exclude top growth and thatch. The sod shall be live, fresh and uninjured at the time of planting. D. Delivery: Deliver sod on pallets with root system protected from exposure to wind and sun. Deliver sod in quantities capable of being planted within 48 hours of cutting. It shall be planted within 48 hours after being cut and shall be shaded and kept moist from the time it is cut until it is planted. E. Handling: Handle sod in a manner to prevent dislodging native soil mat. Tearing of sod shall be prohibited. 2.03 WATER A. The Contractor is responsible to ascertain the location and accessibility of a potable water source. The Contractor is responsible for distribution of water to the areas of planting. If there is no source of potable water available at the job site approved for use, then the Contractor shall be responsible for bringing in a water truck or tank for hand watering. If during the planting, water availability previously agreed to, is curtailed, the Contractor shall notify, in writing within 24 hours, the Department of the condition and, if the Contractor deems necessary, his intent to cease work until water is restored. For plants already installed prior to cut-off of water availability, the Contractor shall continue to be responsible for providing water as required by specifications. Project Number: 114065 329001 -9 BID SET City of Miami Beach Landscape Installation Specifications and Standards 2.04 FERTILIZER A. Submit copies of the manufacturer's specifications or analysis of all fertilizer for approval, and/or the labeling required by the Florida Department of Agriculture. B. Type of Fertilizer: 1. Palms: Lesco 13-3-13 Palm Special or equal. 2. Trees, Shrub, Groundcover & Sod: Shall be a granular fertilizer having an analysis or 6-6-6 derived from the following sources: Total Nitrogen 6% Derived from activated sludge Urea-form, sulphur coated urea & potassium nitrate Nitrate .75 Ammoniacal 0.00% Water soluble 5.00% Water insoluble 0.25% Phosphoric Acid 6% Derived from triple super phosphate Water Soluble Potash 6% Derived from Sulphate of Potash Magnesium, Potassium Nitrate, Sulphate of Potash, and activated sludge Total Magnesium 2.41% Water Soluble 2.41% Derived from Sulphate of Potash Magnesium Total Manganese .77% Derived Manganous Oxide Total Boron .02% Derived from Sodium Borate Total Copper .07% Derived from Copper Oxide Total Zinc .08% Derived from Zinc Oxide Project Number: 114065 329001 - 10 BID SET City of Miami Beach Landscape Installation Specifications and Standards Total Iron 1.00% Derived from Iron Oxide and Ferrous Sulphate Total Chlorine 2.00% C. Composition and Quality: All fertilizer shall be uniform in composition and dry. All fertilizer shall be in slow release form. Granular fertilizer shall be free flowing and delivered in unopened bags. All bags, containers or boxes shall be fully labeled with the manufacturer's analysis. D. All shall comply with the State of Florida fertilizer laws. 2.05 STAKING AND GUYING A. Staking and guying shall not be attached to the plant material with nails. Any method of staking and guying, other than those indicated in the details, shall receive approval from the City Landscape Inspector prior to their installation. Refer to the heading "Setting of Plants", which is in PART 3 of these TSP, for additional information. B. The Contractor is responsible for performing all staking and guying in accordance with all applicable regulation, ordinances and code requirements from the appropriate local jurisdiction the project is located in. C. All staking and guying for trees and palms shall be removed within ten (10) months of installation by the Contractor. PART 3 EXECUTIONS 3.01 INSPECTION A. Prior to the work, carefully inspect the site conditions and verify that all such work and site conditions are suitable for this installation to properly commence. B. Start of work shall imply acceptance of the site conditions. C. Utilities (Overhead and Underground) 1. The work area may have existing utilities, such as, but not limited to, irrigation, phone, water and sewer, CTV, traffic signalization, electrical and storm sewer. The locations of some of these existing utilities have been indicated on the Plans. However, no guarantee is implied that the Plans are accurate or complete. It shall be the responsibility of the Contractor to locate all utilities, structures, etc., by hand excavation or other appropriate measures before performing any work that could result in damage or injury to persons, utilities, structures or property. The Contractor shall make a thorough search of the site for utilities, structures, etc., before work is commenced in any particular location. The Contractor is responsible for any and all claims resulting from the damage caused by him. 2. Should utilities, structures, etc., be encountered which interfere with the work, the City Landscape Inspector shall be consulted immediately in order for a decision to be made on the relocation of the work so it will clear the obstruction. Project Number: 114065 329001 - 11 BID SET City of Miami Beach Landscape Installation Specifications and Standards 3. The Contractor shall not purposefully disrupt of disconnect any type of utility whatsoever without first obtaining the written permission of the City Landscape Inspector. Request for disconnection must be in writing and received by the City Landscape Inspector at least seventy two (72) hours prior to the time of the requested interruption. 3.02 GRADES A. It shall be the responsibility of the Contractor to provide the final grading so the final level for planting areas conforms to surrounding grades and is at the proper elevation with relation to walks, paving, drain structures and other site conditions, unless indicated otherwise on the Plans. B. Plant Areas Next to Pavement: All planting areas next to or in pavement areas, such as, but not limited to, curbs, roads drives, walks, terraces, decks and slabs shall be set so that the top of the mulch is 1" below the top of the pavement area or as indicated otherwise on the Plans, and the top of sod is one inch below top of pavement area, measured from the top of pavement to the top of grass blades after mowing. 3.03 HERBICIDE TREATMENT A. In all areas infected with weed and/or grass growth, a systemic herbicide, such as "Roundup", shall be applied per manufacturer's rates. When the work location has been identified the systemic herbicide shall be applied in accordance with manufacturer's labeling to kill all noxious growth. Contractor shall schedule work to allow more than one application to obtain at least 95% kill of undesirable growth. If necessary, the Contractor shall conduct a test to establish suitability of product and applicator to be used on this project, prior to execution of the full application. B. Pre-emergent herbicide shall be applied utilizing Ronstar© or a City approved equivalent. 3.04 PREPARATION A. Staking Tree and Palm Locations: Stake or mark plant material locations prior to plant hole excavation, based on information from the Plans, B. Spacing of Ground Cover and Shrubs: The locations of a planting bed, walkway, structure, etc., shall have the plants along the perimeter spaced so that the plants can mature properly without growing into the other bed, walkway, structure, etc. C. Subsurface Conditions: Some or all work areas may be compacted and/or contain existing material such as limerock which may interfere with adequate vertical drainage and/or proper plant survival and growth and therefore removal of this material is part of the scope of work for the project. The Contractor shall be responsible for insuring adequate drainage in these areas and shall remove this existing material, as required, by such means as auguring, drilling or rototilling. This additional excavation shall be to a depth beyond the required excavation depth indicated below for the holes, in order to insure proper vertical drainage necessary for plant survival and growth. For this required additional excavation, refer to the detail on the Plans entitled "Drainage Hole Detail for All Palms and Trees". D. The Contractor shall remove all existing concrete, asphalt concrete and rocks over one inch diameter, above and below grade in planting pits, from areas to be landscaped unless indicated other wise on the Plans. Project Number: 114065 329001 - 12 BID SET City of Miami Beach Landscape Installation Specifications and Standards E. Excavation of Plant Holes: 1. General: a. Excavation of plant holes shall be roughly cylindrical in shape with the sides approximately vertical. The City Landscape Inspector reserves the right to adjust the size and shape of the plant hole and the location of the plant in the hole to compensate for unanticipated structures or unanticipated factors which are a conflict. b. The excess excavated material from the plan holes shall not be used to backfill around the plant material. Such material shall be disposed of off site to a location on Miami Beach as directed by the City Landscape Inspector. 2. Trees and Palms: a. Depth of hole shall be equal to the rootball depth plus 8 inches, if necessary to provide adequate drainage as per 3.04 C. Otherwise install at existing soil grade. b. Diameter of hole shall be as following: ROOTBALL DIAMETER HOLE DIAMETER 12" or less ball dia + 12" 13"to 24" ball dia + 18" 25"to 60" ball dia + 24" • 61" or greater ball dia + 36" 3. Shrubs: a. Singular Plants: (1) Depth shall be equal to the rootball depth plus 8 inches, if necessary to provide adequate drainage per Section 3.04 C. Otherwise install at existing soil grade. (2) Diameter: Diameter of hole shall be as following equal to the rootball plus 6-inches. b. Mass Planting (2 or more together) Planted 24-Inches on Center or Less: (1) Depth shall be equal to the rootball depth plus 8 inches. c. Mass Planting (2 or more together) Planted 30-Inches on Center or More: (1) Depth and diameter of hole shall be the same as for singular plants as indicated in item a, above. 4. Ground Cover Masses: a. Container Material: (1) Depth shall be equal to the rootball depth plus 3-inches. b. Rooted Cuttings: (1) Depth of prepared soil bed shall be 6-inches. 5. Sod: a. Excavation, Backfilling, and Final Grading: Areas where sod is to be planted shall have three (3) inch blanket of prepared 70-30 mix top soil placed prior to planting. Remove stones, sticks, rubbish, and other extraneous matter. All rough areas and voids shall be eliminated during final grading in order to have a smooth and even grade. Project Number: 114065 329001 - 13 BID SET City of Miami Beach Landscape Installation Specifications and Standards 3.05 INSTALLATION A. Setting of Plants: 1. Plant material shall be planted at their natural and original planting level prior to their placement on this project. When lowered into the hole, the plants shall rest on the prepared hole bottom such that the surface roots at the top of the rootball are level or slightly below the level of the surrounding final grade after settlement. the practice of plunging, burying or planting any plant material such that the surface roots at the top of the rootball are below the level of the surrounding final grade, will not be permitted unless it is indicated otherwise in these trp. details or it is approved in writing by the landscape architect prior to such action being taken. The plants shall be set straight or plumb or normal to the relationship of their growth prior to transplanting. The Landscape Architect reserves the right to realign any plant material after it has been set. 2. Sabal palmetto Roystonia sp. and Cocos. Sp. If approved by the Landscape Architect, may be set deeper than the depth of their original growing condition in order to lessen the necessity for support or bracing. For such deeper planting, however, it will be required that the underlying soil be friable. The clear trunk requirements set forth in the plant list shall be maintained from the finished grade and NOT from the previous grade of the palm tree before it was planted. 3. Plant material too large for hand handling, if moved by winch or crane, must be thoroughly protected from chain, rope or cable marks, girdling, bark slippage, limb breakage and any other damage that might occur by improper handling or . negligence. B. Backfilling: Use native soil unless soil analysis indicates a need for amended soil prepared as described in the plans. Backfill the bottom two thirds of the planting holes and firmly tamp and settle by watering as backfilling progresses. After having tamped and settled the bottom two thirds of the hole, thoroughly puddle with water and fill remaining on third of the hole with planting soil, tamping and watering to eliminate air pockets. C. Installation of Sod: 1. Placement of Sod: The sod shall be moist and shall be placed on a moist bed of top soil. Pitch forks shall not be utilized for handling sod and dumping from vehicles shall not be permitted. The sod shall be carefully placed by hand, edge to edge (no gaps) in rows at right angles to the slope, commencing at the base of the area to put sod and working upward. The edges of the area that has sod shall be staggered in a corresponding manner providing the offset along the edge does not exceed 6 inches. 2. On slopes having a ratio greater than one in three, peg the installed sod into place with not less than two stakes per square yard. 3. Sanding: If needed in the opinion of the City Landscape Inspector, the Contractor shall immediately perform this function at no additional cost. D. Application of Fertilizer: 1. Royal Palms: 10 pounds per palm 2. Medjool Date Palms: 5 pounds per palm 3. Coconut Palms: 10 pounds per palm Project Number: 114065 329001 - 14 BID SET City of Miami Beach Landscape Installation Specifications and Standards 4. Groundcovers: 10 pounds per 1,000 square feet of bed spread evenly throughout the bed. 5. Sod: 10 pounds per 1,000 square feet of sod area. 6. Existing trees to be transplanted: At time of watering root-prune trees prior to transplanting, drench root ball once per week during the course of watering with a soluble fertilizer having a 20.20.20 analysis at manufacturer's recommended rate. One month after transplanting, add one pound of 6-6-6 fertilizer per inch of trunk caliper to trees, and one pound of LESCO 13-3-13 fertilizer per inch of trunk for palms. 7. The practice of placing fertilizer rings around trees and palms is strictly prohibited. E. Apply fertilizer to sod one (1) week after planting. Apply fertilizer to shrub, groundcover beds, palms and trees three (3) weeks after planting. F. Water plants and sod thoroughly two days prior to applying fertilizer, and wash fertilizer off plant leaves immediately after fertilizing. G. Mulch: Within 24 hours after planting, planted areas must be mulched as called for in the TSP. The mulch shall be uniformly applied to a depth of approximately two- inches, or other depth as indicated otherwise, over all shrub and ground cover areas, (except wedelia and purple queen) around trees and palms in sod areas and any other areas indicated on the Plans. Keep mulch back one inch from trunks or stems. H. Staking and Guying: 1. As indicated per Section 2.05 A, B and C. J. Watering After Planting: 1. Initially, water.the plant material to develop uniform coverage and deep water penetration of at least six inches. Avoid erosion, puddles, and washing soil away from plant roots. 2. Provide continuous watering of plant material and sod after installation to achieve optimum growth conditions and establishment. Water shall be applied as necessary and the amount of water and frequency of watering shall be based on the specific needs of each plant type, the time of year, amount of rainfall and other environmental conditions it is exposed to. This watering shall begin after installation and continue until final acceptance or for a minimum of sixty (60) consecutive calendar days, whichever is greater in time. All trees and palms shall be hand watered during this period. Shrubs and ground cover may be watered using the irrigation system otherwise hand watering will be required during this period. New sod shall be hand-watered immediately after installation. 3. If there is no source for water available at the project, then the Contractor shall be responsible for hand watering by means of a truck or tank. 4. Canopy watering of existing, transplanted trees may be required at the discretion of the City Landscape Inspector, using misting heads on PVC risers to cover entire canopy. Operate by hand or utilize a timer to irrigate as required to prevent oversaturation of the rootball. K. Pruning and Thinning: 1. Refer to the Tree Preservation and Protection Specifications Sec. 4 Tree Pruning. Project Number: 114065 329001 - 15 BID SET City of Miami Beach Landscape Installation Specifications and Standards L. Weeding: 1. Turf and plant beds shall be maintained free of weeds. This condition shall apply during the construction, maintenance and guarantee periods. 2. If necessary, the plant material, mulch, sand and/or planting soil shall be replaced as needed to eliminate weeds or undesirable vegetation at the expense of the Contractor. M. Removal of Plant Material: All plant material to be removed shall be removed completely, including the root ball, from the job or as directed by the City Landscape Inspector. The remaining hole shall be filled with suitable material or planting soil as directed by the City Landscape Inspector. N. Existing Plant Material To be Relocated: 1. Refer to the Tree Preservation and Protection Specifications Sec. 3 Tree Relocations. 3.06 CLEANUP A. Disposal of Waste: All waste and other objectionable material created through planting operations and landscape construction shall be removed completely on a daily basis from the job or as directed by the Landscape Architect. Any paved areas including curbs and sidewalks which have been strewn with soil, sod waste, fertilizer or other waste shall be thoroughly swept. The Department is not required to supply areas or facilities for storage or removal of waste on-site. B. Excess Fill: All excess fill shall be removed and disposed of from the project at no additional cost to the Department. Excess fill shall be disposed of as directed. 3.07 COMPLETION AND FINAL ACCEPTANCE OF PLANTING AND IRRIGATION (IF IRRIGATION IS PART OF CONTRACT) A. Upon written notice from the contractor of the presumptive completion, as defined below, of the entire project, the City Landscape Inspector, along with other appropriate parties, will make an inspection within 48 hours after the written notice. If all construction provided for and contemplated by the Plans and TSP, is found to be completed in accordance with the Plans and TSP, such inspection shall constitute the final inspection. The Contractor shall be notified in writing of final acceptance as of the date of the final inspection. B. If, however, the inspection mentioned in paragraph A, above discloses any work, in whole or in part, as being unsatisfactory, final acceptance shall not be given to the Contractor. The Department and/or the City Landscape Inspector will provide the Contractor with the necessary instructions or "punch lists" for correction of same, and the Contractor shall have up to 10 calendar days from the date such instructions or "punch lists" to correct the work are delivered. C. Upon correction of work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Department or their representative shall make the final acceptance and notify the contractor in writing of this final acceptance as of the date of this final inspection. At completion of the punch list, contractor shall certify that all work above and below ground has been completed in accordance with the plans, addenda and TSP and that the City Landscape Inspector can rely on this document as being a true and accurate statement to the best of the contractor's knowledge. Project Number: 114065 329001 - 16 BID SET City of Miami Beach Landscape Installation Specifications and Standards D. Completion of the work shall mean the full and exact compliance and conformity with the provisions expressed or implied in the Plans and TSP including any and all "punch lists" which may be issued outlining certain items of work which were found unsatisfactory or require completion or corrective action. E. Final acceptance shall not be given until all construction provided for and indicated in the Plans and TSP is inspected by the Department and City Landscape Inspector and found to be completed in accordance with the Plans and TSP. F. Final acceptance shall not be official until acknowledge in writing by the Department or their representative. G. The guarantee shall not begin until the day final acceptance is given. 3.08 RESPONSIBILITY PRIOR TO FINAL ACCEPTANCE A. Certain responsibilities prior to final acceptance: The following is a partial list of certain responsibilities. The lack of listing a responsibility on the following list does not relieve the Contractor of the responsibility if it is indicated elsewhere in the Plans and TSP. 1. The Contractor is responsible for the entire project prior to final acceptance. 2. The Contractor is responsible for safety on and off the job site. B. Maintenance Prior to Final Acceptance: 1. Maintenance shall begin immediately after each plant is installed and shall continue until final acceptance, except for the watering indicated in the paragraph below. Watering shall begin as indicted and shall continue until completed, even if the indicated period goes beyond the time of final acceptance. 2. Plant maintenance shall include watering, pruning, weeding, cultivating, repair of erosion, mulching, tightening and repairing of guys, stakes, braces, etc., replacement of sick or dead plants, resetting plants to proper grades or upright position, maintenance of the watering saucer, litter removal, and all other care needed for proper growth of the plants. Mowing and edging shall be completed at least every fourteen (14) days and the irrigation system shall be checked at each mowing cycle. Contractor shall provide a written report to the Department of all deficiencies and any required repairs. 3. Immediately after installation, each plant shall be watered and the watering period shall continue until final acceptance or for a minimum of 42 consecutive calendar days, whichever is greater in time. Refer to Sec. 3.05 J. 4. All plant material shall be weeded I accordance with Sec. 3.05 L. 5. Insecticides and Fungicides: a. Contractor shall apply all insecticides and fungicides as needed, for complete control of pests and diseases. The materials and methods shall be in accordance with highest standard horticultural practices and as recommended by the County Agent, and approved by the City Landscape Inspector, prior to implementation. b. When a chemical is being applied, the person using it shall have in their possession, a specimen label and the Material Safety Date Sheet. Also, the chemical shall be applied as indicated on the said labeling. Only products approved by the Federal Environmental Protection Agency shall be used. NO PRODUCTS CONTAINING 2-4D SHALL BE USED. Project Number: 114065 329001 - 17 BID SET City of Miami Beach Landscape Installation Specifications and Standards c. The spraying of insecticides and other such chemicals are to be confined to the individual plant. Spraying techniques which may introduce the material being sprayed beyond the immediate area of the individual plant is strictly prohibited. d. The implementation of control measures for pest and disease infestations shall be in strict compliance with all federal and local regulations. Upon request the Contractor shall furnish documentation of such compliance. e. All insecticides shall be applied by an operator licensed pursuant to Chapter 487 of Florida Statues. The operator shall have the license certification in their possession when insecticides are being applied. f. A written record of all pesticide and fungicide applications shall be provided to the Department. 6. Sod: After the sod has been laid and top dressed, all areas and parts of areas which fail to show uniform growth and health shall be re-sodded until all sod areas achieve adequate coverage. Damage resulting from erosion, gullies, washouts, or other causes shall be repaired by filling with topsoil and re-sodding by the Contractor at their expense. 7. Protection: Installed trees, palms shrubs and sod shall be protected against trespassing and damage unless otherwise noted. If any plants become damage or injured they shall be treated or replaced as directed and in compliance with the TSP at no additional cost to the Department. No work shall be performed within or over planting areas or adjacent to plants without proper safeguards and protection. 8. Keep sidewalks, curbs and gutters, drainage structures, driveways, parking areas, streets, terraces, decks and pavers free of plant cuttings, debris and stains. 9. Material rejected during the course of construction shall be removed with ten (10) working days and replaced before an inspection for completion will be scheduled. 10. Failure to comply with written specifications (TSP) may result in a back charge to the Contractor for any costs incurred by the City to address any deficiencies. C. Survival and Conditions: The Contractor shall be responsible for the proper maintenance, survival and condition of all landscape items from the time a landscape item is installed until final acceptance. D. Replacement: Replacement of plant material shall be the responsibility of the Contractor. Contractor shall be responsible for any replacement required due to theft or vandalism attributed solely to Contractor negligence. All plant material shall be alive and in good growing condition for each specific kind of plant at the time of final acceptance. E. Rating: The rating of plant material according to Florida Grades and Standards shall be equal to or better than that called for on the plans and in this TSP at the time of final acceptance. END OF SECTION 329001 Project Number: 114065 329001 - 18 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida SECTION 329119- FINE GRADING PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. In the event the specifications herein are in conflict with the drawings the Landscape Architect shall determine the appropriate course of action required. 1.02 WORK INCLUDED A. Provide all labor, materials, necessary equipment, and services to complete the Fine Grading work, as indicated on the drawings, as specified herein or both, except as for items specifically indicated as "NIC ITEMS". 1.03 RELATED WORK A. Section 312200—Earthwork B. Section 329643—Tree Relocation and Protection C. Section 329113 - Soil Preparation and Soil Mixes D. Section 321400—Precast Concrete Pavers E. Section 329300—Trees, Shrubs and Groundcover 1.04 SITE INSPECTION A. The Contractor shall visit the site and become acquainted with all existing conditions. The Contractor shall be responsible for his own subsurface investigations, as necessary, to satisfy requirements of this Section. All subsurface investigations shall be performed only under time schedules and arrangements approved in advance by the Owner. 1. The Owner shall be notified 24 hours in advance of the completion of the fine grading, prior to the grassing, to allow for Owner inspection and approval. No turf shall be installed prior to Owner approval of fine grading. Project Number: 114065 329119- 1 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 1.05 EXISTING CONTOURS A. Verify that contours and grades established under Section 312200 are as required. Make whatever corrections and/or repairs necessary to make finish grades consistent with the requirements of the grading drawings and specifications. 1.06 UTILITIES A. Before starting site operations verify that the earlier Contractors have disconnected all temporary utilities which might interfere with the fine grading work. B. Locate all existing, active utility lines traversing the site and determine the requirements for their protection. Preserve in operating condition all active utilities adjacent to or transversing the site that are designated to remain. C. Observe rules and regulations governing respective utilities in working under requirements of this section. Adequately protect utilities from damage, remove or relocate as indicated, specified or required. Remove, plug or cap inactive or abandoned utilities encountered in excavation. Record location of active utilities. 1.07 QUALITY ASSURANCE A. Requirements of all applicable building codes and other public agencies having jurisdiction upon the work. B. Primary emphasis should be given to the aesthetic appearance and functioning of berming and swales, and to true and consistent grades. The Contractor shall employ skilled personnel and any necessary equipment to insure that finish grading is smooth, aesthetically pleasing, drains well, and is ideal for receiving sod and plant materials. C. The allowable tolerance for the fine grading shall not exceed 1/4 inch over 10 feet. PART 2 -MATERIALS 2.01 SOIL A. Refer to Section 329113, Soil Preparation, for all soil mixes required for growing medium. Verify that subsoil is properly selected and per Section 312200. Project Number: 114065 329119-2 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida PART 3 -EXECUTION 3.01 JOB CONDITIONS A. Dust control: Use all means necessary to prevent dust from construction operations from being a nuisance to adjacent property owners and from damaging finish surfaces on adjacent buildings, paving,etc. Methods used for dust control are subject to approval by the Owner. B. Burning: On-site burning will not be permitted. C. Protection: Use all means necessary to protect curbs, gutters, sprinklers, utilities, and vegetation designated to remain, and, in the event of damage, immediately make all repairs, replacements, and dressings to damaged plants necessary to the approval of the Landscape Architect. Contractor shall incur all cost for the replacement of damaged objects and vegetation. 3.02 SCHEDULING A. All rough grading and underground utilities shall be completed and approved by the Owner prior to finish grading. B. Coordinate all trades to avoid conflicts with work. 3.03 EXCAVATION A. Excavate where necessary to obtain subgrades, percolation, and surface drainage as required. 13. Materials to be excavated are unclassified. C. Remove entirely any existing obstructions after approval by the Owner. D. Remove from site and dispose of debris and excavated material not required. 3.04 GRADING A. The Contractor shall establish finished grades as shown on the Engineers grading plans and as directed by the Owner, including areas where the existing grade has been disturbed by other work. Project Number: 114065 329119-3 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida B. Finished grading shall be smooth, aesthetically pleasing, drain well and ready to receive sod and other plant material to full satisfaction of the Owner. 1. Contractor shall not substantially vary grading from grading plan without the approval of designer. All landscape grading is subject to review and approval of the landscape architect. 2. Contours for earth mounds and landscape berms shall be smooth, continuous arcs. Side slopes shall be smooth and even in transition and void of depressions and surface irregularities shall blend into the surrounding terrain in a natural manner. Careful attention should be given to the grading plans concerning the shapes and formations of proposed slopes. 3. All graded areas shall be dragged with a drag mat to blend in small imperfections and round off any sharp lines that may have been constructed by equipment. All areas to be planted shall have no water holding pockets. 4. Once the landscape subgraded has been shaped and has received the approval of the owner, the topsoil shall be replaced in a smooth and even layer conforming to the graded contour and blending into existing grade. 5. Maximum side slopes throughout shall be four feet (4') horizontal to one foot (1') vertical (i.e., 4 to 1), unless otherwise noted. 6. All cut areas shall be scarified to a depth of six inches (6") minimum to loosen soil. All debris, roots, trash, clumps of sod, rocks, ect., shall be removed from the soil, to the satisfaction of designer, in order to make a clean seedbed for capping and planting. 7. Planting soil should be spread smoothly to ensure all shaping is preserved. 3.05 COMPACTION A. Compaction and backfill requirements are specified in Section 312200- Earthwork. 3.06 CORRECTION OF GRADE A. Bring to required grade levels areas where settlement, erosion or other grade changes occur. Adjust grades as required to carry drainage away from buildings and to prevent ponding around the buildings and on pavements. B. Remove all rock or objectional material larger than 1" any direction prior to commencing landscaping. Project Number: 114065 329119-4 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida C. Contractor shall be responsible for stabilizing grades by approved methods prior to landscaping, and shall be responsible for correction of grades as mentioned above, and cleanup of any wash outs or erosion. END OF SECTION 329119 Project Number: 114065 329119-5 BID SET I South Pointe Park Fountain Remediation Miami Beach, Florida SECTION 329200-TURF AND GRASSES PART I-GENERAL 1.01 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, including General and Supplementary Conditions and division 1 Specification Sections, apply to this Section. B. In the event the specifications herein are in conflict with the drawings the Landscape Architect shall determine the appropriate course of action required. 1.02 WORK INCLUDED A. Provide labor, materials, equipment and services to complete the sodding work, as indicated on the drawings,as specified herein or both. 1.03 RELATED WORK A. Section 329119-Fine Grading B. Section 312200-Earthwork C. Section 328423 - Irrigation D. Section 329113 - Soil Preparation E. Section 329300-Trees, Shrubs and Groundcover 1.04 QUALITY ASSURANCE A. Standards: Federal Specifications(FS)0-F-241 c(1), Fertilizers, Mixed,Commercial. B. Testing Agency: Independent Testing Laboratory. C. Regulatory Agencies: Conform to the requirements of local agricultural and governing agencies. Project Number: 114065 329200- 1 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 1.05 SUBMITTALS A. Certificates: 1. Growers Certification: a. Grass species,and location of field from which sod is cut. b. Compliance certificates for quarantine restrictions if applicable. c. Sod certification information. 2. Manufacturer's certification of fertilizer and herbicide composition and proposed application rates. 3. Proposed schedule of herbicide and fertilization applications. 4. Proposed schedule of grassing. 5. Proposed schedule of mowing, including specifications for the mower to be used. 6. Sample and supplier credentials of the proposed top dressing mix. 1.06 DELIVERY, STORAGE AND HANDLING A. Owner is to be notified of sod delivery 24 hours prior to delivery to allow for installation / observation. B. Deliver sod on pallets,or on rolls as appropriate by species. C. Protect root system from exposure to wind or sun. D. Protect sod against dehydration, contamination, and heating during transportation and delivery. E. Sod shall be delivered no more than 36 hours after harvesting. All sod delivered shall be installed within 18 hours of delivery to the job site. Any sod not installed within 8 hours shall be rejected. F. Keep stored sod moist and under shade, or covered with moistened burlap. G. Do not pile sod more than 2 feet deep. H. Do not tear, stretch, or drop sod. 1.07 JOB CONDITIONS A. Begin installation of sod only after preceding related work is accepted. 1. Earthwork 2. Fine Grading 3. Utilities Project Number: 114065 329200-2 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 4. Paving 5. Irrigation B. Environmental Requirements: 1. Install sod during time period acceptable to the Owner. 2. Do not install sod on saturated soil. C. Erect signs and barriers against vehicular traffic, where applicable. D. Sod installation shall be completed not less than 14 calendar days prior to the project completion date. 1.08 GUARANTEE A. Guarantee sod for period of twelve(12)months after date of Project Completion. B. Replacement sod under this shall be guaranteed for three (3) months from the date of installation. C. Repair damage to other plants during sod replacement. D. Contractor will accept responsibility for repairs of all washouts caused by weather or irrigation run off for all areas not showing an acceptable stand of grass. E. Contractor shall be responsible for any damaged sod caused by forklifts, tractors, trucks etc. during the placing of that sod. PART II-PRODUCTS 2.01 SOD A. Grass Species: 1. St. Augustine `Floratam', certified 2. Seashore Paspalum(Approved Source) 3. Bahia Grass B. American Sod Producers Association (ASPA) Grade: Nursery Grown or Approved. Field grown sod is not acceptable. C. Sod Configuration: 1. St. Augustine `Floratam' a. Furnished in pads,24"x 18"x 1-1/2", excluding top growth and thatch. Project Number: 114065 329200-3 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida b. Pads not stretched or broken. c. Uniformly mowed height when harvested—2 inches. 2. Paspalum vaginatum Seashore Paspalum a. Furnished in pads, 24"x 18"x 1-1/2", excluding top growth and thatch. b. Pads not stretched or broken. c. Uniformly mowed height when harvested 3. Bahia Grass(Paspalum notatum) `Argentine' a. a.Furnished in pads, 24"x 18"x 1-1/2",excluding top growth and thatch. b. Pads not stretched or broken. d. Uniformly mowed height when harvested D. Inspected and found free of diseases, nematodes, pests, and pest larvae, by entomologist of the local Agricultural agency. E. Weeds: 1. Free of non-specified grass, nut grass or other objectionable weeds. F. Uniform in color, leaf texture,and density. 2.02 WATER A. Free of substances harmful to plant growth meeting requirements in Section 3291113 - Soil Preparation. 2.03 HERBICIDES AND STERILIZERS A. As recommended by local agricultural agencies to be approved by the Owner 6 weeks prior to execution. PART III-EXECUTION 3.01 INSPECTION A. Verify all subsurface disturbances(utilities, irrigation)are complete and inspected. B. Verify that planting soil mix is installed as specified in Section 329113 - Soil Preparation. C. Water dry soil to depth of 6 inches 48 hours before sodding. Project Number: 114065 329200-4 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida D. Fine grading shall be approved by the Owner prior to the installation of all sodded areas. 3.03 INSTALLATION A. Transplant sod within 48 hours after harvesting. B. Sod shall be installed only upon an approved subsurface free of ruts and debris, which is graded within tolerances described in section 329119, Fine Grading. C. Lay first row of sod in straight line. D. Butt side and end joints. E. Stagger end joints in adjacent rows. F. Do not stretch or overlap rows. G. Cut and trim sod edges at plant beds, walks, buildings or other edge areas. H. Top Dressing 1. Hard top dress and roll sod with approved coarse sand; fill all voids between panels and at pavement edges. I. Sprinkle sod immediately after transplanting to thoroughly water and to wash in lawn sand. Add additional sand to produce a level lawn. J. Roll sod, with roller weighing no more than 150 lbs. per foot of roller width. K. Water sod and soil to depth of 6 inches within four hours after rolling to bind sod to subsoil and to remove air pockets between subsoil and sod. L. Irrigation heads shall not be lowered to the finished grade until turf installation is complete. 3.04 LAWN ESTABLISHMENT A. Watering: 1. Irrigate sod immediately upon planting. 2. Keep sod moist during first two weeks after planting. 3. After two weeks, supplement rainfall to produce a minimum of 2 inches per week. Project Number: 114065 329200-5 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida B. Mowing: 1. St. Augustine `Floratam'—when grass reaches 2-1/2 inches in height, mow to 2 inches. 2. Seaside Paspalum—when grass reaches 2-1/2 inches in height, mow to 2 inches. C. Contractor shall maintain all grass within the project limit within the heights specified until final Project completion date. D. Resod spots larger than 6" x 6" not having uniform stand of grass. E. Weed Eradication: Between second and third mowing, apply herbicide uniformly at manufacturer's recommended rate to reduce weed infestation. F. Fertilizer: 1. Immediately prior to planting, all sod areas shall be fertilized. The starter fertilizer shall be applied to the sod surface, at a rate of 176 lbs per acre. 2. Apply fertilizer once after sodding uniformly at a rate of 20 pounds per 1,000 square feet, on a schedule, as directed by the Owner. 3. Care shall be taken when spreading fertilizer to insure that there are no gaps during application. The fertilizer shall be applied under favorable conditions and by such approved methods as will ensure maximum uniformity of distribution. G. Establishment period to extend until final acceptance by the Owner. 3.05 CLEANING A. Immediately clean spills from paved and finished surface areas. B. Remove debris and excess materials from project site. C. Dispose of protective barricades and warning signs at termination of lawn establishment. 3.06 FINAL INSPECTION AND ACCEPTANCE A. Request final inspection for acceptance at completion. B. Replace rejected sod area with acceptable sod within two weeks after the inspection. END OF SECTION 329200 Project Number: 114065 329200-6 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida SECTION 329300- EXTERIOR PLANTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Plants. 2. Planting soils. 3. Tree stabilization. 4. Landscape edgings. 5. Tree grates. B. Related Sections: 1. Division 2 Section "Site Clearing" for protection of existing trees and plantings, topsoil stripping and stockpiling,and site clearing. 2. Division 2 Section "Earthwork" for excavation, filling, and rough grading and for subsurface aggregate drainage and drainage backfill materials. 3. Division 2 Section "Subdrainage" for below-grade drainage of landscaped areas, paved areas, and wall perimeters. 4. Division 2 Section "Site Furnishings" for exterior unit planters. 5. Division 2 Section "Lawns and Grasses" for turf (lawn) and meadow planting, hydroseeding, and erosion-control materials. 1.3 UNIT PRICES A. Work of this Section is affected by unit prices specified in Division 1 Section "Unit Prices." 1. Provide unit pricing for all plants listed in the Contstruction Document Plan list. 2. Unit prices apply to additions to and deletions from Work as authorized by Change Orders. 1.4 DEFINITIONS A. Backfill: The earth used to replace or the act of replacing earth in an excavation. B. Balled and Burlapped Stock: Plants dug with firm, natural balls of earth in which they were grown, with ball size not less than diameter and depth recommended by ANSI Z60.1 for type Project Number: 114065 329300- 1 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida and size of plant required; wrapped with burlap, tied, rigidly supported, and drum laced with twine with the root flare visible at the surface of the ball as recommended by ANSI Z60.1. C. Balled and Potted Stock: Plants dug with firm, natural balls of earth in which they are grown and placed, unbroken, in a container. Ball size is not less than diameter and depth recommended by ANSI Z60.1 for type and size of plant required. D. Bare-Root Stock: Plants with a well-branched, fibrous-root system developed by transplanting or root pruning, with soil or growing medium removed, and with not less than minimum root spread according to ANSI Z60.1 for type and size of plant required. E. Container-Grown Stock: Healthy, vigorous, well-rooted plants grown in a container, with a well-established root system reaching sides of container and maintaining a firm ball when removed from container. Container shall be rigid enough to hold ball shape and protect root mass during shipping and be sized according to ANSI Z60.1 for type and size of plant required. The container grown stock shall not show signs of gridling(circling) roots that are greater than ''A inch diameter. F. Duff Layer: The surface layer of native topsoil that is composed of mostly decayed leaves, twigs, and detritus. G. Fabric Bag-Grown Stock: Healthy, vigorous, well-rooted plants established and grown in- ground in a porous fabric bag with well-established root system reaching sides of fabric bag. Fabric bag size is not less than diameter, depth, and volume required by ANSI Z60.1 for type and size of plant. H. Finish Grade: Elevation of finished surface of planting soil. I. Manufactured Topsoil: Soil produced off-site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. J. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. This includes insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. It also includes substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. K. Pests: Living organisms that occur where they are not desired, or that cause damage to plants, animals, or people. These include insects, mites, grubs, mollusks (snails and slugs), rodents (gophers, moles,and mice), unwanted plants(weeds), fungi,bacteria,and viruses. L. Planting Area: Areas to be planted. M. Planting Soil: Standardized topsoil; existing, native surface topsoil; existing, in-place surface soil; imported topsoil; or manufactured topsoil that is modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. N. Plant; Plants; Plant Material: These terms refer to vegetation in general, including trees, shrubs, vines,ground covers,ornamental grasses, bulbs,corms,tubers, or herbaceous vegetation. Project Number: 114065 329300-2 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida O. Root Flare: Also called "trunk flare." The area at the base of the plant's stem or trunk where the stem or trunk broadens to form roots; the area of transition between the root system and the stem or trunk. P. Stem Girdling Roots: Roots that encircle the stems(trunks)of trees below the soil surface. Q. Subgrade: Surface or elevation of subsoil remaining after excavation is complete, or the top surface of a fill or backfill before planting soil is placed. R. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. S. Surface Soil: Soil that is present at the top layer of the existing soil profile at the Project site. In undisturbed areas, the surface soil is typically topsoil; but in disturbed areas such as urban environments, the surface soil can be subsoil. 1.5 SUBMITTALS A. Product Data: For each type of product indicated, including soils. 1. Plant Materials: Include quantities,sizes,quality, and sources for plant materials. 2. Pesticides and Herbicides: Include product label and manufacturer's application instructions specific to the Project. 3. Plant Photographs: Include color photographs in digital format of each required species and size of plant material as it will be furnished to the Project. Take photographs from an angle depicting true size and condition of the typical plant to be furnished. Include a scale rod or other measuring device in each photograph. For species where more than 20 plants are required, include a minimum of five photographs showing the average plant, the best quality plant, and the worst quality plant to be furnished. Identify each photograph with the full scientific name of the plant, plant size, and name of the growing nursery. B. Samples for Verification: For each of the following: 1. Trees and Shrubs: Three Insert number samples of each variety and size delivered to the site for review. Maintain approved samples on-site as a standard for comparison. 2. Organic Mulch: 1-quart volume of each organic mulch required; in sealed plastic bags labeled with composition of materials by percentage of weight and source of mulch. Each Sample shall be typical of the lot of material to be furnished; provide an accurate representation of color, texture, and organic makeup. No cypress mulch or dyed mulch shall be used. 3. Mineral Mulch: 2 lb of each mineral mulch required, in sealed plastic bags labeled with source of mulch. Sample shall be typical of the lot of material to be delivered and installed on the site; provide an accurate indication of color, texture, and makeup of the material. 4. Edging Materials and Accessories: Manufacturer's standard size,to verify color selected. C. Qualification Data: For qualified landscape Installer. Include list of similar projects completed by Installer demonstrating Installer's capabilities and experience. Include project names, addresses, and year completed,and include names and addresses of owners'contact persons. Project Number: 114065 329300-3 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida D. Product Certificates: For each type of manufactured product, from manufacturer, and complying with the following: 1. Manufacturer's certified analysis of standard products. 2. Analysis of other materials by a recognized laboratory made according to methods established by the Association of Official Analytical Chemists, where applicable. E. Material Test Reports: For standardized ASTM D 5268 topsoil, existing native surface topsoil, existing in-place surface soil and imported or manufactured topsoil. F. Maintenance Instructions: Recommended procedures to be established by Owner for maintenance of plants during a calendar year. Submit before start of required maintenance periods. G. Warranty: Sample of special warranty. 1.6 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape Installer whose work has resulted in successful establishment of plants. B. Soil-Testing Laboratory Qualifications: An independent or university laboratory,recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed. C. Soil Analysis: For each unamended soil type, furnish soil analysis and a written report by a qualified soil-testing laboratory stating percentages of organic matter; gradation of sand, silt, and clay content; cation exchange capacity; sodium absorption ratio; deleterious material; pH; and mineral and plant- nutrient content of the soil. D. Provide quality, size, genus, species, and variety of plants indicated, complying with applicable requirements in ANSI Z60.1. All nursery stock shall be Florida Grade#1 or better. E. Measurements: Measure according to ANSI Z60.1. Do not prune to obtain required sizes. F. Plant Material Observation: Landscape Architect may observe plant material either at place of growth or at site before planting for compliance with requirements for genus, species, variety, cultivar, size, and quality. Landscape Architect retains right to observe trees and shrubs further for size and condition of balls and root systems,pests,disease symptoms,injuries,and latent defects and to reject unsatisfactory or defective material at any time during progress of work. Remove rejected trees or shrubs immediately from Project site. G. Preinstallation Conference: Conduct conference at Project site with landscape architect. 1.7 DELIVERY,STORAGE,AND HANDLING A. Packaged Materials: Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and indication of conformance with state and federal laws if applicable. B. Bulk Materials: Project Number: 114065 329300-4 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 1. Do not dump or store bulk materials near structures, utilities, walkways and pavements, or on existing turf areas or plants. 2. Provide erosion-control measures to prevent erosion or displacement of bulk materials, discharge of soil-bearing water runoff, and airborne dust reaching adjacent properties, water conveyance systems,or walkways. 3. Accompany each delivery of bulk fertilizers, lime, and soil amendments with appropriate certificates. C. Deliver bare-root stock plants freshly dug. Immediately after digging up bare-root stock, pack root system in wet straw,hay,or other suitable material to keep root system moist until planting. D. Do not prune trees and shrubs before delivery. Protect bark, branches, and root systems from sun scald, drying, wind burn, sweating, whipping, and other handling and tying damage. Do not bend or bind-tie trees or shrubs in such a manner as to destroy their natural shape. Provide protective covering of plants during shipping and delivery. Do not drop plants during delivery and handling. E. Handle planting stock by root ball. F. Deliver plants after preparations for planting have been completed,and install immediately. If planting is delayed more than six hours after delivery, set plants and trees in their appropriate aspect (sun, filtered sun,or shade),protect from weather and mechanical damage,and keep roots moist. 1. Heel-in bare-root stock. Soak roots that are in dry condition in water for two hours. Reject dried- out plants. 2. Set balled stock on ground and cover ball with soil, peat moss, sawdust, or other acceptable material. 3. Do not remove container-grown stock from containers before time of planting. 4. Water root systems of plants stored on-site deeply and thoroughly with a fine-mist spray. Water as often as necessary to maintain root systems in a moist,but not overly-wet condition. 1.8 PROJECT CONDITIONS A. Field Measurements: Verify actual grade elevations, service and utility locations, irrigation system components, and dimensions of plantings and construction contiguous with new plantings by field measurements before proceeding with planting work. B. Interruption of Existing Services or Utilities: Do not interrupt services or utilities to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary services or utilities according to requirements indicated: 1. Notify Landscape Architect or Owner's representative no fewer than two days in advance of proposed interruption of each service or utility. 2. Do not proceed with interruption of services or utilities without Landscape Architect's or Owner's representative written permission. C. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit planting to be performed when beneficial and optimum results may be obtained. Apply products during favorable weather conditions according to manufacturer's written instructions and warranty requirements. D. Coordination with Turf Areas (Lawns): Plant trees, shrubs, and other plants after finish grades are established and before planting turf areas unless otherwise indicated. 1. When planting trees, shrubs, and other plants after planting turf areas, protect turf areas, and promptly repair damage caused by planting operations. Project Number: 114065 329300- 5 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 1.9 WARRANTY A. Special Warranty: Installer agrees to repair or replace plantings and accessories that fail in materials, workmanship,or growth within specified warranty period. 1. Failures include,but are not limited to,the following: a. Death and unsatisfactory growth, except for defects resulting from abuse, lack of adequate maintenance,or neglect by Owner,or incidents that are beyond Contractor's control. b. Structural failures including plantings falling or blowing over. c. Faulty performance of tree stabilization. d. Deterioration of metals, metal finishes,and other materials beyond normal weathering. 2. Warranty Periods from Date of Substantial Completion: a. Trees,Shrubs,Vines,and Ornamental Grasses: 12 months. b. Ground Covers,Biennials,Perennials,and Other Plants: 12 months. 1.10 MAINTENANCE SERVICE A. Initial Maintenance Service for Trees and Shrubs: Provide maintenance by skilled employees of landscape Installer. Maintain as required in Part 3. Begin maintenance immediately after plants are installed and continue until plantings are acceptably healthy and well established but for not less than maintenance period below. 1. Maintenance Period: 12 months from date of substantial completion. B. Initial Maintenance Service for Ground Cover and Other Plants: Provide maintenance by skilled employees of landscape Installer. Maintain as required in Part 3. Begin maintenance immediately after plants are installed and continue until plantings are acceptably healthy and well established but for not less than maintenance period below. 1. Maintenance Period: 6 months from date of Substantial Completion. C. Continuing Maintenance Proposal: From Installer to Owner, in the form of a standard yearly (or other period)maintenance agreement,starting on date initial maintenance service is concluded. State services, obligations,conditions,and terms for agreement period and for future renewal options. PART 2-PRODUCTS 2.1 PLANT MATERIAL A. General: Furnish nursery-grown plants true to genus, species, variety, cultivar, stem form, shearing, and other features indicated in Plant Schedule or Plant Legend shown on Drawings and complying with ANSI Z60.1; and with healthy root systems developed planting, or not grown in a nursery unless otherwise indicated. B. Provide plants of sizes, grades, and ball or container sizes complying with ANSI Z60.1 for types and form of plants required. Plants of a larger size may be used if acceptable to Landscape Architect, with a proportionate increase in size of roots or balls. C. Root-Ball Depth: Furnish trees and shrubs with root balls measured from top of root ball, which shall begin at root flare according to ANSI Z60.1. Root flare shall be visible before planting. Project Number: 114065 329300-6 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida D. Labeling: Label each plant of each variety, size, and caliper with a securely attached, waterproof tag bearing legible designation of common name and full scientific name, including genus and species. Include nomenclature for hybrid,variety,or cultivar,if applicable for the plant as shown on Drawings. E. If formal arrangements or consecutive order of plants is shown on Drawings, select stock for uniform height and spread,and number the labels to assure symmetry in planting. F. Well-formed and shaped,true to type,and free from disease, insects,and defects such as knots,sun-scald, windburn, injuries,abrasion,or disfigurement. G. True to botanical and common name and variety: American Joint Committee on Horticultural • Nomenclature, Standardized Plant Names,latest edition. H. Minimum grade of Florida No. 1 in accordance with "Grades and Standards for Nursery Plants" published by the State of Florida Department of Agriculture. I. Plants not listed in"Grades and Standards for Nursery Plants"shall conform to a Florida No. 1 as to: (1) Health and vitality; (2) condition of foliage, (3) root system, (4) freedom from pest or mechanical damage, (5)heavily branched and densely foliated according to the accepted normal shape of the species or sport. 2.2 INORGANIC SOIL AMENDMENTS A. Lime: ASTM C 602,agricultural liming material containing a minimum of 80 percent calcium carbonate equivalent and as follows: 1. Class: T, with a minimum of 99 percent passing through No. 8 sieve and a minimum of 75 percent passing through No. 60 sieve. 2. Class: 0, with a minimum of 95 percent passing through No. 8 sieve and a minimum of 55 percent passing through No.60 sieve. 3. Provide time in form of ground dolomitic limestone or calcitic limestone. B. Sulfur: Granular, biodegradable,and containing a minimum of 90 percent sulfur, with a minimum of 99 percent passing through No.6 sieve and a maximum of 10 percent passing through No.40 sieve. C. Iron Sulfate: Granulated ferrous sulfate containing a minimum of 20 percent iron and 10 percent sulfur. D. Aluminum Sulfate: Commercial grade,unadulterated. E. Perlite: Horticultural perlite,soil amendment grade. F. Agricultural Gypsum: Minimum 90 percent calcium sulfate, finely ground with 90 percent passing through No. 50 sieve. G. Sand: Clean,washed,natural or manufactured,and free of toxic materials. H. Diatomaceous Earth: Calcined, 90 percent silica, with approximately 140 percent water absorption capacity by weight. I. Zeolites: Mineral clinoptilolite with at least 60 percent water absorption by weight. Project Number: 114065 329300-7 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 2.3 ORGANIC SOIL AMENDMENTS A. Compost: Well-composted, stable, and weed-free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1-inch sieve; soluble salt content of 5 to 10 decisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: 1. Organic Matter Content: 50 to 60 percent of dry weight. 2. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source- separated or compostable mixed solid waste. B. Sphagnum Peat: Partially decomposed sphagnum peat moss,finely divided or granular texture,with a pH range of 3.4 to 4.8. C. Muck Peat: Partially decomposed moss peat,native peat,or reed-sedge peat,finely divided or of granular texture,with a pH range of 6 to 7.5,and having a water-absorbing capacity of 1100 to 2000 percent. D. Wood Derivatives: Decomposed, nitrogen-treated sawdust, ground bark, or wood waste; of uniform texture and free of chips,stones,sticks,soil,or toxic materials. 1. In lieu of decomposed wood derivatives, mix partially decomposed wood derivatives with ammonium nitrate at a minimum rate of 0.15 lb/cu. ft. of loose sawdust or ground bark, or with ammonium sulfate at a minimum rate of 0.25 lb/cu. ft.of loose sawdust or ground bark. E. Manure: Well-rotted, unleached, stable or cattle manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, debris,and material harmful to plant growth. 2.4 FERTILIZERS A. Superphosphate: Commercial, phosphate mixture, soluble; a minimum of 20 percent available phosphoric acid. B. Commercial Fertilizer: Commercial-grade complete fertilizer of neutral character,consisting of fast-and slow-release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous,and potassium in the following composition: 1. Composition: 1 lb/1000 sq.ft.of actual nitrogen,4 percent phosphorous,and 2 percent potassium, by weight. 2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil-testing laboratory. C. Slow-Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water-insoluble nitrogen, phosphorus,and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous,and 10 percent potassium,by weight. 2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil-testing laboratory. D. Planting Tablets: Tightly compressed chip type, long-lasting, slow-release, commercial-grade planting fertilizer in tablet form. Tablets shall break down with soil bacteria,converting nutrients into a form that can be absorbed by plant roots. 1. Size: 5-gram or 10-gram tablets. Project Number: 114065 329300- 8 BID SET • South Pointe Park Fountain Remediation Miami Beach, Florida 2. Nutrient Composition: 20 percent nitrogen, 10 percent phosphorous, and 5 percent potassium, by weight plus micronutrients. E. Chelated Iron: Commercial-grade FeEDDHA for dicots and woody plants, and commercial-grade FeDTPA for ornamental grasses and monocots. 2.5 PLANTING SOILS A. Planting Soil: Existing, in-place surface soil. Verify suitability of existing surface soil to produce viable planting soil. Remove stones, roots, plants, sod, clods, clay lumps, pockets of coarse sand, concrete slurry, asphalt chunks, concrete layers or chunks, cement, plaster, building debris, and other extraneous materials harmful to plant growth. Mix surface soil with the following soil amendments and fertilizers so that the soil PH to support healthy plant vigor and growth. B. Planting soil mixture for backfill around trees, shrubs, and groundcover shall be as specified in Section 329113 -Soil Preparation. 2.6 MULCHES A. Organic Mulch: Free from deleterious materials and suitable as a top dressing of trees and shrubs, consisting of one of the following: 1. Owner approved - mulch, shredded, loose, substantially free of mineral waste materials, viable weed seeds,and showing an acid reaction or Owner approved equal 2. Type: Pine straw. No cypress mulch or dyed mulch shall be used. 3. Size Range: 3 inches maximum, 1/2 inch minimum. 4. Color: Natural. 5. Processed specifically for use as top mulch around plant beds B. Compost Mulch: Well-composted, stable, and weed-free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1-inch sieve; soluble salt content of 2 to 5 decisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: 1. Organic Matter Content: 50 to 60 percent of dry weight. 2. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source- separated or compostable mixed solid waste. 2.7 PESTICIDES-HERBICIDES A. General: Pesticide registered and approved by EPA, acceptable to authorities having jurisdiction, and of type recommended by manufacturer for each specific problem and as required for Project conditions and application. Do not use restricted pesticides unless authorized in writing by authorities having jurisdiction. B. Pre-Emergent Herbicide (Selective and Non-Selective): Effective for controlling the germination or growth of weeds within planted areas at the soil level directly below the mulch layer. C. Post-Emergent Herbicide (Selective and Non-Selective): Effective for controlling weed growth that has already germinated. Project Number: 114065 329300-9 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 2.8 TREE STABILIZATION MATERIALS A. Stakes and Guys: 1. Upright and Guy Stakes: Rough-sawn, sound, new softwood with specified wood pressure- preservative treatment,free of knots, holes,cross grain,and other defects, 2-by-4-inch nominal by length indicated,pointed at one end. 2. Wood Deadmen: Timbers measuring 8 inches in diameter and 48 inches long, treated with specified wood pressure-preservative treatment. 3. Stakes for tree support—Construction grade pressure treatment pine. 4. All stakes are painted green.LA to approved. 5. Flexible Ties: Wide rubber or elastic bands or straps of length required to reach stakes or turnbuckles or compression springs. 6. Guys and Tie Wires: ASTM A 641/A 641M, Class 1, galvanized-steel wire, two-strand, twisted, 0.106 inch in diameter. 7. Tree-Tie Webbing: UV-resistant polypropylene or nylon webbing with brass grommets. 8. Guy Cables: Five-strand, 3/16-inch- diameter, galvanized-steel cable, with zinc-coated turnbuckles or compression springs, a minimum of 3 inches long, with two 3/8-inch galvanized eyebolts. 9. Flags: Standard surveyor's plastic flagging tape,white,6 inches long. 10. Proprietary Staking-and-Guying Devices: Proprietary stake and adjustable tie systems to secure each new planting by plant stem; sized as indicated and per manufacturer's written recommendations. a. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include,but are not limited to,the following: 1) Arborbrace;ArborBrace Tree Guying System. 2) Decorations for Generations,Inc.;Reddy Stake or Mega Stake System. B. Root-Ball Stabilization Materials: 1. Upright Stakes and Horizontal Hold-Down: Rough-sawn,sound,new hardwood or softwood,free of knots, holes, cross grain, and other defects, 2-by-2-inch nominal by length indicated; stakes pointed at one end. 2. Wood Screws: ASME B 18.6.1. 3. Proprietary Root-Ball Stabilization Devices: Proprietary at- or below-grade stabilization systems to secure each new planting by root ball;sized per manufacturer's written recommendations unless otherwise indicated. a. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include,but are not limited to,the following: 1) Border Concepts,Inc.;Tomahawk Tree Stabilizers. 2) Foresight Products,LLC;Duckbill Rootball Fixing System. 3) Tree Staple,Inc.;Tree Staples. C. Palm Bracing: Battens or blocks,struts,straps,and protective padding as indicated. Project Number: 114065 329300- 10 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida PART 3 -EXECUTION 3.1 EXAMINATION A. Examine areas to receive plants for compliance with requirements and conditions affecting installation and performance. 1. Verify that no foreign or deleterious material or liquid such as paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, oils, gasoline, diesel fuel, paint thinner, turpentine,tar,roofing compound,or acid has been deposited in soil within a planting area. 2. Do not mix or place soils and soil amendments in wet,or muddy conditions. 3. Suspend soil spreading, grading, and tilling operations during periods of excessive soil moisture until the moisture content reaches acceptable levels to attain the required results. 4. Uniformly moisten excessively dry soil that is not workable and which is too dusty. 5. Percolation tests are to be verified and accepted by the Owner prior to landscape installation B. Proceed with installation only after unsatisfactory conditions have been corrected. C. If contamination by foreign or deleterious material or liquid is present in soil within a planting area, remove the soil and contamination as directed by Landscape Architect and replace with new planting soil. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities and turf areas and existing plants from damage caused by planting operations. B. Install erosion-control measures to prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways. C. Lay out individual tree and shrub locations and areas for multiple plantings. Stake locations, outline areas, adjust locations when requested, and obtain Landscape Architect's acceptance of layout before excavating or planting. Make minor adjustments as required. D. Lay out plants at locations directed by Landscape Architect. Stake locations of individual trees and shrubs and outline areas for multiple plantings. E. Apply antidesiccant to trees and shrubs using power spray to provide an adequate film over trunks(before wrapping),branches,stems,twigs,and foliage to protect during digging,handling,and transportation. 1. If deciduous trees or shrubs are moved in full leaf, spray with antidesiccant at nursery before moving and again two weeks after planting. F. Wrap trees and shrubs with burlap fabric over trunks, branches, stems,twigs, and foliage to protect from wind and other damage during digging,handling,and transportation. 3.3 PLANTING AREA ESTABLISHMENT A. Loosen subgrade of planting areas to a minimum depth of 12 inches. Remove stones larger than 1 inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. 1. Apply superphosphate fertilizer directly to subgrade before loosening. Project Number: 114065 329300- 11 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 2. Spread topsoil,apply soil amendments and fertilizer on surface,and thoroughly blend planting soil on site. a. Delay mixing fertilizer with planting soil if planting will not proceed within a few days. b. Mix lime with dry soil before mixing fertilizer. 3. Spread planting soil to a depth of 12 inches but not less than required to meet finish grades after natural settlement. Do not spread if planting soil or subgrade is muddy or excessively wet. a. Spread approximately one-half the thickness of planting soil over loosened subgrade. Mix thoroughly into top 4 inches of subgrade. Spread remainder of planting soil. B. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Roll and rake,remove ridges,and fill depressions to meet finish grades. C. Before planting, obtain Landscape Architect's acceptance of finish grading; restore planting areas if eroded or otherwise disturbed after finish grading. 3.4 EXCAVATION FOR TREES AND SHRUBS A. Planting Pits and Trenches: Excavate circular planting pits with sides sloping inward at a 45-degree angle. Excavations with vertical sides are not acceptable. Trim perimeter of bottom leaving center area of bottom raised slightly to support root ball and assist in drainage away from center. Do not further disturb base. Ensure that root ball will sit on undisturbed base soil to prevent settling. Scarify sides of planting pit smeared or smoothed during excavation. 1. Excavate approximately three times as wide as ball diameter for balled and burlapped, balled and potted and container-grown stock. 2. Excavate at least 12 inches wider than root spread and deep enough to accommodate vertical roots for bare-root stock. 3. The top of the root ball shall be slightly above (5% to 10%) the finish grade after planting trees and palms. 4. Do not excavate deeper than depth of the root ball, measured from the root flare to the bottom of the root ball. 5. If area under the plant was initially dug too deep, add soil to raise it to the correct level and • thoroughly tamp the added soil to prevent settling. 6. Maintain required angles of repose of adjacent materials as shown on the Drawings. Do not excavate subgrades of adjacent paving, structures, hardscapes, or other new or existing improvements. 7. Maintain supervision of excavations during working hours. 8. Keep excavations covered or otherwise protected when unattended by Installer's personnel. 9. If drain tile is shown on Drawings or required under planting areas, excavate to top of porous backfill over tile. B. Subsoil and topsoil removed from excavations may be used as planting soil. C. Obstructions: Notify Landscape Architect if unexpected rock or obstructions detrimental to trees or shrubs are encountered in excavations. 1. Hardpan Layer: Drill 6-inch- diameter holes, 24 inches apart, into free-draining strata or to a depth of 10 feet,whichever is less,and backfill with free-draining material. Project Number: 114065 329300- 12 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida D. Drainage: Notify Landscape Architect if subsoil conditions evidence unexpected water seepage or retention in tree or shrub planting pits. E. Fill excavations with water and allow to percolate away before positioning trees and shrubs. 3.5 TREE,SHRUB,AND VINE PLANTING A. Before planting, verify that root flare is visible at top of root ball according to ANSI Z60.1. If root flare is not visible, remove soil in a level manner from the root ball to where the top-most root emerges from the trunk. After soil removal to expose the root flare,verify that root ball still meets size requirements. B. Remove stem girdling roots and kinked roots. Remove injured roots by cutting cleanly;do not break. C. Set balled and burlapped stock plumb and in center of planting pit or trench with root flare 2 inches above adjacent finish grades. 1. Use planting soil for backfill. 2. After placing some backfill around root ball to stabilize plant, carefully cut and remove burlap, rope, and wire baskets from tops of root balls and from sides, but do not remove from under root balls. Remove pallets, if any, before setting. Do not use planting stock if root ball is cracked or broken before or during planting operation. 3. Backfill around root ball in layers, tamping to settle soil and eliminate voids and air pockets. When planting pit is approximately one-half filled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. 4. Place planting tablets in each planting pit when pit is approximately one-half filled; in amounts recommended in soil reports from soil-testing laboratory. Place tablets beside the root ball about 1 inch from root tips;do not place tablets in bottom of the hole. 5. Continue backfilling process. Water again after placing and tamping final layer of soil. D. Set balled and potted and container-grown stock plumb and in center of planting pit or trench with root flare 1 inch above adjacent finish grades. 1. Use planting soil for backfill. 2. Carefully remove root ball from container without damaging root ball or plant. 3. Backfill around root ball in layers, tamping to settle soil and eliminate voids and air pockets. When planting pit is approximately one-half filled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. 4. Place planting tablets in each planting pit when pit is approximately one-half filled; in amounts recommended in soil reports from soil-testing laboratory. Place tablets beside the root ball about 1 inch from root tips;do not place tablets in bottom of the hole. 5. Continue backfilling process. Water again after placing and tamping final layer of soil. 3.6 MECHANIZED TREE SPADE PLANTING A. Trees may be planted with an approved mechanized tree spade at the designated locations. Do not use tree spade to move trees larger than the maximum size allowed for a similar field-grown, balled-and- burlapped root-ball diameter according to ANSI Z60.1, or larger than the manufacturer's maximum size recommendation for the tree spade being used,whichever is smaller. B. When extracting the tree,center the trunk within the tree spade and move tree with a solid ball of earth. C. Cut exposed roots cleanly during transplanting operations. Project Number: 114065 329300- 13 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida D. Use the same tree spade to excavate the planting hole as was used to extract and transport the tree. E. Plant trees as shown on Drawings, following procedures in"Tree,Shrub,and Vine Planting"Article. F. Where possible,orient the tree in the same direction as in its original location. 3.7 TREE,SHRUB,AND VINE PRUNING A. Remove only dead, dying, or broken branches. Do not prune for shape. The weaker of the two rubbing branches shall be removed. B. Prune,thin,and shape trees,shrubs,and vines as directed by Landscape Architect. C. Prune, thin, and shape trees, shrubs, and vines according to standard professional horticultural and arboricultural practices. Unless otherwise indicated by Landscape Architect, do not cut tree leaders; remove only injured,dying,or dead branches from trees and shrubs; and prune to retain natural character. The weaker of the two rubbing branches shall be removed. D. Do not apply pruning paint to wounds. 3.8 TREE STABILIZATION A. Install trunk stabilization as follows unless otherwise indicated: 1. Upright Staking and Tying: Stake trees of 2- through 5-inch caliper. Stake trees of less than 2- inch caliper only as required to prevent wind tip out. Use a minimum of two stakes of length required to penetrate at least 18 inches below bottom of backfilled excavation and to extend to the dimension shown on Drawings above grade. Set vertical stakes and space to avoid penetrating root balls or root masses. 2. Use two stakes for trees up to 12 feet high and 2-1/2 inches or less in caliper;three stakes for trees less than 14 feet high and up to 4 inches in caliper. Space stakes equally around trees. 3. Support trees with bands of flexible ties at contact points with tree trunk. Allow enough slack to avoid rigid restraint of tree. 4. Support trees with two strands of tie wire, connected to the brass grommets of tree-tie webbing at contact points with tree trunk. Allow enough slack to avoid rigid restraint of tree. B. Staking and Guying: Stake and guy trees more than 14 feet in height and more than 3 inches in caliper unless otherwise indicated. Securely attach no fewer than three guys to stakes 30 inches long, driven to grade. 1. Site-Fabricated Staking-and-Guying Method: a. For trees more than 6 inches in caliper, anchor guys to wood deadmen buried at least 36 inches below grade. Provide turnbuckle or compression spring for each guy wire and tighten securely. b. Support trees with bands of flexible ties at contact points with tree trunk and reaching to turnbuckle or compression spring. Allow enough slack to avoid rigid restraint of tree. c. Support trees with strands of cable or multiple strands of tie wire, connected to the brass grommets of tree-tie webbing at contact points with tree trunk and reaching to turnbuckle or compression spring. Allow enough slack to avoid rigid restraint of tree. d. Attach flags to each guy wire, 30 inches above finish grade. e. Paint turnbuckles or compression springs with luminescent white paint. Project Number: 114065 329300- 14 BID SET South Pointe Park Fountain Remediation Miami Beach,Florida 2. Proprietary Staking and Guying Device: Install staking and guying system sized and positioned as recommended by manufacturer unless otherwise indicated and according to manufacturer's written instructions. C. Root-Ball Stabilization: Install at-or below-grade stabilization system to secure each new planting by the root ball unless otherwise indicated. 1. Wood Hold-Down Method: Place vertical stakes against side of root ball and drive them into subsoil; place horizontal wood hold-down stake across top of root ball and screw at each end to one of the vertical stakes. a. Install stakes of length required to penetrate at least to the dimension shown on Drawings below bottom of backfilled excavation. Saw stakes off at horizontal stake. b. Install screws through horizontal hold-down and penetrating at least I inch into stakes. Predrill holes if necessary to prevent splitting wood. c. Install second set of stakes on other side of root trunk for larger trees as indicated. 2. Proprietary Root-Ball Stabilization Device: Install root-ball stabilization system sized and positioned as recommended by manufacturer unless otherwise indicated and according to manufacturer's written instructions. D. Palm Bracing: Install bracing system at three or more places equally spaced around perimeter of trunk to secure each palm until established unless otherwise indicated. I. Site-Fabricated Palm-Bracing Method: a. Place battens over padding and secure battens in place around trunk perimeter with at least two straps,tightened to prevent displacement. Ensure that straps do not contact trunk. b. Place diagonal braces and cut to length. Secure upper ends of diagonal braces with galvanized nails into battens or into nail-attached blocks on battens. Do not drive nails, screws, or other securing devices into palm trunk; do not penetrate palm trunk in any fashion. Secure lower ends of diagonal braces with stakes driven into ground to prevent outward slippage of braces. 2. Proprietary Palm-Bracing Device: Install palm-bracing system sized and positioned as recommended by manufacturer unless otherwise indicated and according to manufacturer's written instructions. 3.9 ROOT-BARRIER INSTALLATION A. Install root barrier where trees are planted within 60 inches of the pathway or other hardscape elements, such as walls,curbs,and walkways unless otherwise shown on Drawings. B. Align root barrier with bottom edge angled at 20 degrees away from the pathway or other hardscape element and run it linearly along and adjacent to the paving or other hardscape elements to be protected from invasive roots. C. Install root barrier continuously for a distance of 60 inches in each direction from the tree trunk, for a total distance of 10 feet per tree. If trees are spaced closer,use a single continuous piece of root barrier. 1. Position top of root barrier flush with finish grade. 2. Overlap root barrier a minimum of 12 inches at joints. 3. Do not distort or bend root barrier during construction activities. 4. Do not install root barrier surrounding the root ball of tree. Project Number: 114065 329300- 15 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 3.10 GROUND COVER AND PLANT PLANTING A. Set out and space ground cover and plants other than trees, shrubs, and vines as indicated in even rows with triangular spacing. B. Use planting soil for backfill. C. Dig holes large enough to allow spreading of roots. D. For rooted cutting plants supplied in flats, plant each in a manner that will minimally disturb the root system but to a depth not less than two nodes. E. Work soil around roots to eliminate air pockets and leave a slight saucer indentation around plants to hold water. F. Water thoroughly after planting,taking care not to cover plant crowns with wet soil. G. Protect plants from hot sun and wind; remove protection if plants show evidence of recovery from transplanting shock. 3.11 PLANTING AREA MULCHING A. Install weed-control barriers before mulching according to manufacturer's written instructions. Completely cover area to be mulched,overlapping edges a minimum of 12 inches and secure seams with galvanized pins. B. Mulch backfilled surfaces of planting areas and other areas indicated. 1. Trees and Tree-like Shrubs in Turf Areas: Apply organic mulch ring of 4 inches average thickness, with 12 inches radius around trunks or stems. Do not place mulch within 6 inches of trunks or stems. 2. Organic Mulch in Planting Areas: Apply 3-inch average thickness of organic mulch extending 12 inches beyond edge of individual planting pit or trench, and finish level with adjacent finish grades. Do not place mulch within 6 inches of trunks or stems. 3.12 EDGING INSTALLATION A. Steel Edging: Install steel edging where indicated according to manufacturer's written instructions. Anchor with steel stakes spaced approximately 30 inches apart,driven below top elevation of edging. 3.13 PLANT MAINTENANCE A. Maintain plantings by pruning, cultivating, watering, weeding, fertilizing, mulching, restoring planting saucers, adjusting and repairing tree-stabilization devices, resetting to proper grades or vertical position, and performing other operations as required to establish healthy, viable plantings. Spray or treat as required to keep trees and shrubs free of insects and disease. B. Fill in as necessary soil subsidence that may occur because of settling or other processes. Replace mulch materials damaged or lost in areas of subsidence. Project Number: 114065 329300- 16 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida C. Apply treatments as required to keep plant materials, planted areas, and soils free of pests and pathogens or disease. Use integrated past management practices whenever possible to minimize the use of pesticides and reduce hazards. Treatments include physical controls such as hosing off foliage, mechanical controls such as traps,and biological control agents. 3.14 PESTICIDE APPLICATION A. Apply pesticides and other chemical products and biological control agents in accordance with authorities having jurisdiction and manufacturer's written recommendations. Coordinate applications with Owner's operations and others in proximity to the Work. Notify Owner before each application is performed. B. Pre-Emergent Herbicides(Selective and Non-Selective): Apply to tree, shrub,and ground-cover areas in accordance with manufacturer's written recommendations. Do not apply to seeded areas. C. Post-Emergent Herbicides (Selective and Non-Selective): Apply only as necessary to treat already- germinated weeds and in accordance with manufacturer's written recommendations. 3.15 CLEANUP AND PROTECTION A. During planting,keep adjacent paving and construction clean and work area in an orderly condition. B. Protect plants from damage due to landscape operations and operations of other contractors and trades. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged plantings. C. After installation and before Substantial Completion,remove nursery tags,nursery stakes,tie tape, labels, wire,burlap,and other debris from plant material,planting areas,and Project site. 3.16 DISPOSAL A. Remove surplus soil and waste material including excess subsoil, unsuitable soil, trash, and debris and legally dispose of them off Owner's property. END OF SECTION 329300 Project Number: 114065 329300- 17 BID SET i South Pointe Park Fountain Remediation Miami Beach, Florida SECTION 329643 -TREE RELOCATION AND PROTECTION PART I—GENERAL 1.1 GENERAL PROVISIONS A. All applicable provisions of the Bidding and Contract requirements shall govern the work under this Section. B. In the event the specifications herein are in conflict with the drawings the Landscape Architect shall determine the appropriate course of action required. 1.2 WORK TO BE PERFORMED AND WORK INCLUDED A. Provide the following: 1. Prepare and relocate trees and palms designated for relocation within the project boundaries,to include all aspects of preparation,relocation,protection,and maintenance. 2. Protection and care of existing trees and palms to remain within the project boundaries,to include all aspects of protection,pruning,fertilization,and watering. 3. Install and operate temporary irrigation system and hand water as required by these specifications. 4. Follow-up maintenance as required by these specifications. 5. Labor, materials, equipment and services to complete all preparation, relocations and protection work as indicated on the drawings,as specified herein,or both. 1.3 RELATED WORK A. Section 312200-Earthwork B. Section 329113 -Soil Preparation C. Section 329119-Fine Grading D. Section 328423 -Irrigation 1.4 SUBMITTALS A. Submit the following: 1. Verification of qualifications. The Contractor shall provide a list of references and project list of a minimum of five (5) projects that the Contractor has successfully completed that are similar in scope and nature. 2. List of all equipment to be utilized during tree preparation and transplanting. 3. Proposed sequence of events from start to finish,in writing. This shall include a schedule by day as to how many units can be dug and relocated to specified areas. 4. Literature and proposed application rates for specified wetting agents, fertilizers and soil conditioners. 5. Verification of all required licenses and memberships. 329643- 1 Project Number: 114065 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 1.5 APPLICABLE STANDARDS AND SPECIFICATIONS A. Comply with the following standards and specifications for all materials, Methods, and workmanship unless otherwise noted: 1. Codes and Standards of the American Association of Nurserymen. 2. Codes and Standards of the International Society of Arboriculturists. 1.6 LICENSING AND INSURANCE A. The Contractor shall be certified with the State of Florida Landscape Maintenance Association. B. The contractor shall maintain insurance as required in the contract provisions. 1.7 PERMITS A. The Contractor shall secure and pay for any permits required in order to complete this work. 1.8 DESCRIPTION A. Trees to relocated on site are designated on the drawings or as directed by the Owner. B. Existing trees to be relocated shall be crown pruned, root pruned, and treated with soil amendments prior to relocation. C. Existing trees to be relocated or to remain shall be protected with barricades during construction. Trees or shrubs designated to remain which are scarred or destroyed shall be replaced with the same species,size and quality at no cost to the Owner. D. All trees subject to encroachment into the rootzone, due to proposed construction, shall be root pruned 18" from the pavement edge or trench as indicated on the drawings and herein these specifications. E. Tree pits resulting from relocated material shall be backfilled with clean, stable fill and brought flush with surrounding grade. F. The Contractor shall call for and attend an inspection of existing conditions by the Owner prior to commencing work, including but not limited to identification of trees,and potential obstructions to the relocation work. The Contractor will prepare a report of existing conditions as a matter of record, to include photographs. The Contractor will accept the existing conditions as a reference point for condition of trees, and condition of the site. Existing conditions will then become the responsibility of the Contractor to keep intact. 329643-2 Project Number: 114065 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 1.9 GUARANTEES A. The Contractor shall guarantee his work in the following way: 1. Any tree or palm that dies or is deemed in unacceptable condition for one year following the project completion date shall be removed by the Contractor, including root ball, and backfilling of pit,at no cost to the Owner. 2. The Contractor shall provide a comparable specimen at no additional cost to the Owner. 3. The guarantee shall be enforced if it is deemed by the Landscape Architect, that tree mortality or decline is a product of negligence by the Contractor. 4. The Contractor shall maintain automatic temporary irrigation in operating order for all relocated trees and palms and all trees and palms to remain within the project area until permanent irrigation system is operable. PART II—PRODUCTS 2.1 SOIL AMENDMENTS A. Soil amendments shall be as specified in Section 329113-Soil Preparation 2.2 EQUIPMENT A. Soil amendments shall be injected into the soil by means of a spray apparatus utilizing mechanical agitation to keep powdered amendments suspended,where appropriate. B. Root pruning equipment shall be designed for this task, and shall produce clean cuts of roots without damage to the resulting root ball. C. Relocation equipment shall be capable of lifting and transporting trees without damage. 2.3 SOIL A. Soil to be placed once trees or palms are transplanted shall meet specification Section 329300. 2.4 WATER A. Water shall be clean and potable,from an Owner Approved source. on site wells. 2.5 MULCH A. Mulch shall be as specified in Section 329300. 2.6 BRACING AND STAKES A. All bracing and stakes shall be pressure treated pine. Compression bands shall be stainless steel. 2.7 BARRICADES A. Barricades shall be 6' chain link fence or other barricades as approved by the Owner. 329643- 3 Project Number: 114065 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida PART III—EXECUTION 3.1 PREPARATION FOR RELOCATION OF TREES AND PALMS WITHIN THE PROJECT BOUNDARIES A. Crown Pruning All trees and palms shall be crown pruned prior to relocation. The Owner shall be notified 48 hours in advance of all pruning activities to allow for observation. 1. Broadleaf Trees a. All trees are to be trimmed by thinning the crown only, and not by reducing crown dimensions. Trim to conform to NAA and ISA standards, including removal of dead wood. b. Repair any existing injuries to trees including cavities and machinery marks. 2. Sabal Palms a. At the direction of the Landscape Architect the Contractor shall remove all seed pods, and all fronds, as in a hurricane cut from specific sabal palms. Trim all boots to a clean,regular pattern,no more than 3"out from the trunk. 3. Coconut Palms/Other Palms a. Remove all fruits and seed pods, and all but 7 youngest fronds. Fronds may be tipped a maximum of 2'. B. FERTILIZATION AND WATERING 1. Preparation a. Clear the rootball area of all foreign material, trash, etc., to expose undisturbed soil. 2. Application/Schedule a. All Trees and Palms to be relocated shall be treated with the specified root stimulant at the time of root pruning. The specified root stimulant shall be applied at the concentration and application rates recommended by the manufacturer and approved by the Owner. b. All Trees and Palms to be relocated shall be deep injection fertilized at the time of transplant. Specified fertilizer shall be used and applied at the concentration and application rates recommended by the manufacturer and approved by the Owner. c. All Trees and Palms to be relocated shall be treated with the specified wetting agents, fertilizers, and soil conditioners at the time of relocation. Soil amendments shall be mixed to produce a single fluid with each component included at the manufacturer and approved by the Owner. Inject into the root zone within the limits of proposed root ball at the rate of 50 gallons fluid per 1,000 square feet of tree canopy,using only approved spray equipment. 329643-4 Project Number: 114065 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida d. All Trees and Palms to be relocated shall be treated with the specified endo and ectomycorrhizal transplant inoculant at the time of transplant. The specified transplant inoculant shall be applied at the concentration and application rates recommended by the manufacturer and approved by the Owner. e. Form and maintain an earth berm 6"high outside the proposed root ball prior to watering and apply 3" approved mulch within saucer. Water application shall saturate the root ball to its entire depth. C. ROOT PRUNING 1. Watering a. All trees and palms to be relocated are to be provided with an automatic irrigation system which provides 2 bubbler heads fed by PVC pipe to each tree and palm,prior to root pruning. b. The Contractor shall verify a source of municipal or well water and provide for a temporary meter to operate the irrigation. c. Provide irrigation timer, or battery powered valve to water trees to be relocated. Hand watering in lieu of automatic system shall not be allowed, however hand watering shall be performed to avoid lapses should the automatic system be inoperable for more than 24 hours. 2. Barricades a. Barricade all existing trees and palms with six foot(6')chain link fence or other barricade approved by Owner. b. Barricades shall be installed at an offset distance of 2' (two feet)outside the tree drip line/edge of tree canopy,prior to any construction activity. 3. Root Pruning Technique a. All trees shall be excavated by digging a trench a minimum of 48" deep by 6" wide, either by hand or with a trenching machine designed for this purpose. Hand cut broadleaf tree roots after trenching to produce clean cuts with no splits or tears. b. Trees to be root pruned shall have a minimum root ball size of 10" per 1" of caliper measured at DBH for broad leaf trees, 36"for coconut palms. Root balls are to be formed square,all trenches being equal distance from the trunk. c. Sabal palms shall not require root pruning. 4. Timing a. All broadleaf trees are to be relocated shall be maintained for a minimum of twelve(12)weeks after root pruning prior to relocation. b. Palms shall be maintained a minimum of six(6)weeks prior to relocation. 3.2 RELOCATION OF TREES AND PALMS A. Preparation 1. Trees and palms shall be thoroughly soaked to the full depth of the root ball daily for seven consecutive days prior to relocation. 329643-5 Project Number: 114065 BID SET South Pointe Park Fountain Remediation Miami Beach, Florida 2. Accurately locate position and elevation where all trees are intended to be planted, for verification by Landscape Architect. Verify that no overhead or underground utilities, existing or proposed,conflict with proposed locations. 3. Ascertain that all proposed paths for machinery are clear of utilities and other obstructions. B. Excavation of Tree Pits 1. Dig all pits as shown in drawings with vertical sides and flat bottom. Portions of existing soil may be utilized as backfill in accordance with Section 02920. C. Digging and Handling 1. Notify Owner 48 hours in advance of each relocation to allow for observation of procedures. 2. Determine line of previous root pruning and excavate around root mass to leave area 12" out from line of root pruning undisturbed. Digging shall be accomplished so as to produce clean cuts on all roots without tearing or splitting.Trenching shall be a minimum of 48"deep. 3. Trees shall be handled in such a way as to avoid damage to bark and limbs subject to support cables or chains. Attach padded support cables or chains at multiple points where possible. Alternatively, tree trunks may be drilled and doweled for broadleaf trees. The Owner reserves the right to require doweling in lieu of lifting by straps. 4. Root balls shall be undercut prior to lifting. Do not force tree from ground prior to undercutting. Ball depth to be determined upon assessing conditions at time of trenching, to keep intact the entire root ball. 5. Trees shall be properly wrapped during moving so trunks will not be scarred and damaged and to avoid broken limbs. Broken limbs or scarred trunks shall cause tree to be unacceptable and rejected at the Owner's option. Broken limbs and wounds which do not,in the Owner's judgment,cause the tree to be rejected shall be cleanly cut. 6. Transport plant material on vehicles of adequate size to prevent overcrowding, broken limbs,foliage damage or root ball damage. 7. Root balls and foliage shall be kept moist during all phases of relocation. 8. Partially backfill tree pits with 12" of approved planting soil prior to setting tree. This layer of soil to be thoroughly drenched prior to relocation to achieve a stable platform at the correct elevation so that the top of rootball is 1"above proposed grade. 9. Rotate tree prior to setting to achieve best positioning relative to adjacent trees and viewing angles. D. Backfilling 1. Flood bottom soil layer to settle tree into best position and to remove air pockets. 2. Continue to flood root ball as planting soil is deposited to insure removal of all air pockets. 3. Produce saucer to retain water per drawings. E. Bracing 1. Support tree with machinery until bracing is complete. 2. Buttresses may support separate trunks on multiple trunk trees. 3. Maintain braces until completion of project. Removal of braces shall be by others. 329643-6 Project Number: 114065 BID SET South Pointe Park Fountain Remediation Miami Beach,Florida F. Irrigation 1. Install bubbler heads on all trees and palms and mist head risers in broadleafs. Connect each tree's system immediately to water source. Irrigation timer is to be operable prior to the time of transplanting; alternatively, battery powered valves may be utilized. The temporary irrigation system shall be maintained for a minimum of 90 days and shall be maintained in addition the permanent irrigation,should the permanent system be operable during this time. 2. Lateral lines to be buried 18"and marked for identification. 3. Set time to run daily, to provide an equivalent of 6" of rain per week for 30 days, then reduce to equivalent of 3"per week. 4. Removal of mist heads from broadleafs shall be at the direction of the Landscape Architect. G. Barricading 1. Barricade all existing trees and palms with six foot(6')chain link fence or other barricade approved by Owner. 2. Barricades shall be installed at an offset distance of 2' (two feet) outside the tree drip line/edge of tree canopy,prior to any construction activity. 3.3 PROTECTION AND CARE OF EXISTING TREES AND PALMS TO REMAIN A. Crown Pruning 1. All trees and palms to remain in place within the project limit shall be pruned within 60 days of Notice to Proceed. 2. All trees and palms to be relocated shall be pruned on a schedule that maximizes acclimatization time prior to relocation. B. Watering 1. Existing irrigation shall remain operable to the greatest extent possible during question. 2. All on site trees to remain shall be supplied with temporary irrigation to remain operable until permanent irrigation is operable. Existing irrigation system to be demolished may be utilized as the temporary irrigation system. C. Barricading 1. Barricade all existing trees and palms with six foot (6') chain link fence or other barricade approved by Owner. 2. Barricades shall be installed at an offset distance of 2' (two feet) outside the tree drip line/edge of tree canopy,prior to any construction activity. END OF SECTION 329643 329643-7 Project Number: 114065 BID SET i In U J w w~ w f I O o m w Z\ >- O¢p 1;.,,,,ro J 0 a . O N= N ZZOV'~\ �\ v 8 U zav\io\z _I �' Z• a g0Q�Za -I \� Z O 0 J¢„%WU N 1 W <Z a _J yF p O r_Q 0 Q Z z Q 0Z J VI o .Z Op O a Z O W p V \¢U Q o ? p Z 0 a w w w ct W• F J w VIZ 1 • za } z • O F Z J w¢O W M�a1 cc Z J N U f¢ i o >Z V I 2 d'S W W F O U Z 00womma003g1X N O Ol _ p O l I M N O -,1 -70000 I 05111417763?? O O p O 1 1 I I UMW 0 0 VI 11 Q O 0 W O S!L LL I W W J (n z - l' 0 Co) W Q w z J O F- m Q Lii) (2 a 0 w w Z --- < = 0 . 8 i i :P z ig 1 `Q ) :ry L am) = y . LLB _ �__ —j ]nr in w 1 u L• a ' _ Tom_ ~ -�� CO V� `�Y1� (cf_ C.ti o (� 0 o SIN �� � .UH1� t == ' i_ Y,� _ O ° : nw \•-' E, Q 1 O Q oNo i ' s f,. U i a_< — ,, L-I-J -I J = z .. � 5 I— z Q 0 U 0 W W J L JR c�z W s C_) °ILw°° o QQ 1. �d It a _ W W W L,.m 0 0 a- z ;P Ii W 3� co z O z 2 it O5 H ct m8 8 s gg g 1-mQ 5 o Qw J w OJ m Q cc Qm lii E3l 4 ilk 1 3 ,I S� I' d J J J(n J W 01 /MB V; m B Ii i-r d Q W 2 ! L:i t , :U: �m� s _�.j J = Y Q O Q }J ° z t `V,I 4\t_� c Gz. 2 UpVowz0 MD Q =O 'a©i i.°1 b(' ,` 1'' ° d M,MW 0- =1: 0 ) 8 'I� . 0 0 Ww Q� ZZ g - �� U M 0 z0 Q� �Q :g1 f 1 Q Lid a 8 0 -I- °Z u. i l l §7. IMP ° U~ O W 0 g � 1'o W> O _ 4 1:1'-..c.' 6 W C9 0� U v'a� mom ii: d L ca, Z h- 0 Cr 4, r ili l05 luauw.nao���13?HS\saoPtl503\'��lurwj n+ud c7wod 41�a5's90si1\.3�clasfo�d\:� 1.1 ? C ° ;a L d• I c 2 - w ' pp 4 N< WW a 5m 5.¢ a< N6 ] � W <` . 46s ' c; aiW ga-ia 1 �Q 4 1 ° - i m Z.; 3o4PJ i W e 03 4g9p V w yuN?�2 .�ZV9 < Q=n o m 2 ;O<<a�Os 2-a<aU Q;h = R • .$w sE°. v F 1^=• gig • m�m r?,r< 6 W° `w° '' ,Vi. = &5. r _< ` t ,c Ny `l$n$Hd iik:6: m�F ¢<,g voiW i 1;14 te°a, <V,iam vg ua6,44 1 : zgu°g!m< iz]oP° s :: 3 -oi n yy pp 2 W aio g.c::111."'<s gW ;� " m 6911YNi'` $k ;,''''.a <6a Wm'Jla� kkE �3�33 qq `• �,F z HI i5°!3uW 305m.Wawa Fg m! _,o t,..6.OZON2Z mZ,, {u*rcLL_ �WLrWi§ Gp.Agz aam ¢N romw ga=iW i. zz< 705;i14'.< N¢!2Vs�d°wi ]! o�z'- .1$< ¢a€aw.m $Qt=-Wca <$N m Nm"p C = ? W°w<°�d�ff< $PW� ¢ d ;Clop -w W ppWZO Z }}=a�- QmaWwa o .'gig O 9 G W'0, j¢'t<TS Pl-=d; N EiT;0 G gr`��, 0 ° Qua°�.!!d C d d C pi_l nv�¢s4 �pf°u�i 'T¢�d�3 d<iZ ; d -.��.r.-_ ¢h Z 2 2 i�N-Sat°mg&$J2$<aria¢2 K-§.¢ _ - •'SN o 0 o v v y�u�uy�7vi z i ¢2 «�- 'nF. y aw 2 2 2 2 2 -]<GFa. g6=6<LrW=-0; 2 iw�^wU 33 ss O }psou jsau �dd4$§R ;}9' N' ��:R s,N n n w<¢a¢��i71w¢<u vw R31¢<_i N F-a;7.. *<u + � °V Sw g : « § S N w F ¢� � F y 11 Z• j S K ¢ Z N Cj O tW.) U6]Z x1/� 6 NO ''� < O gy12 `j0 < < 2 ! F 2 4 C:w 3 •ai! 'i , a p< maa4 'J!< _ $ Rp oZ r c $ N Uzi om Din �� � 3 m�2a� ZU J J ° Wd m� ZZ p 8j ¢ 1F 51 2 UC'<m <U Q °:-,N~ P Up < C ^ SE6 ]m W g3 8 s w §io < pp g $§� m F £ 'YNrS' � Jg F ¢ $ thgc°s 7i 7 u ffF u 7 Sc ,�- N =ud= § p7 b ¢� 4-P68 :° u r l o n 0 3 a - t.'§g .= y c ��7,++ LL 6: N u 3u N w - nu i<' >w liw, >9 < 't1-. < Cm m i z i Fs �c 1w4 v � 9v n 1,a1 i i� �8 go zz§ p po, mg i �' $ s o cW i i �c'd' <,_g wa u u ir; ,it �°c 1i! d 1 t5 1 z= -;R 5 ; 0°3 'J? `ao m ° § fig`. R. N i!ii!;; � �r]p ga o ° 7 °a � 3. $ <s W g mg ,`5 a Wg g 12i''' psE a a L 9 �b•¢J j ''3 =<C ]g ¢ p G d;' CNU Ci�O m U. yZS wUZ ! ® C 9S¢E- °� §ii E<1,.> 'dig aTj z a i =�§F >< >_w 7 N <1 ou z� Sz°'k �� b Ws`q uP-] 91 ag U�su �}§i z`��m ¢ c<i ] - � �� $z s� Fz `.1e 1, °; %g a.6g;1a =y,i°i w 6 WW1 _ o-, 2 ;'2, i$ '= 2-,", ] Z �m z < C Z $ F96W2 :l !f ill � i:, � � 1- S W < emu}$N ;� �ffi ; �o . p QFO j W< i`fit!, o $.,mg�a 2 R$o s R '6p6 ii � ° ° c d c c��°v §«§a SS1 k �dKkS >> ]m_�s g k' i'zils g6 � r!l g a !; dvig., 2 2 5 2 2 !! _ F ki ;j.< O Oi tg ] KN7 �yj gg aE Z �J d¢ ¢F W y§' 5y1 gy-11 _,Z a u6 i.%6E',„2 2 2 2 2 uN-Z s<<<? > p2 8 8 < °u si=8 g 42 mg :':§:2222 Rt. c. r° n cm �°..8 7,n n ni§n v n n no • . es :8^.8 :a 3�3� .o`wJ W Z a _ H u) J p ; i m • F or �W w w <� _ gaa9 (O O I 9g VP a p <i °� o 1 u � 9 ' 1 a 0 Z p�W 4:,.., - 0 i�vJ�i !c` >�a' 1111 ag .g� ? It i o W L Li 1 !a ftiI g 8 7 ai 92 ku !!< i4lm .4 N I! ¢RR1 0 N 1 °s N 7�a dici = 1 y 1 Z !° ! $ ¢g :0 3I g s�[�: 1 I i WWZ 2 0 g g E!-:C1,4 = ZZ � !_ 5 l K , W H g m� r m 5<f< : Z g Li 6 Y/ K N t oGW•�/'� �o U 1F °U6] `+/a u <�< N°�' G °lY �3g�7�N u� bx §'•' uLL° $ 2 - w ��}j y y �� �y 5�j y�N� o W r �! N§� !w<5 C Nd 31 �] q15§=§1:-.11 Z u s X2''1 Q s `� $ au �w° ¢ vaS- �'' aa<WUN i3U i m< � �- �`8 r4' g 3. sao '1 Q m a �'511§ �7,. %,�g $ !g8. .;1 5 y 3 dd uP�< gl S la g 0 3 _6 <.f 4< a.<p�� �gpcxu ]-��m Sa St Z W<8 yy: �' `a NR N°6d• U6i NSrGs ; � 2 3 �ff F Z o 8 °4 a-tN U2 !j -sx NZ i - ' g¢ 3 1, a b T Ct r � § 8§i�uF O am7�^ni g r- ,!111:°g °b �Z� 'g i.�1` : 11 gg !W 11 E s Vg bF,-° m;g 0 a21ag i i l i lb lS 2 U d� m �' �m� ffF o_ _ :!!;i! an°z� �;z `=aa< ¢Z y�'i8=l : 8 a I 1 ,m g <oc (1s,1 8 � w'i$ Fc2 i ' 2a i Wa °o j°�< z ] dWi=$�°,'$g g e� rya ° �� <_'c V U - rid' „i8i .,.‘8V . u] ,:° m ab° g_ $g "= <mtc�`•d'v�s�8<3 ^ ��`OZ= M° Ol ia� dK J V o • s g i bo o nS III iiii ,t1 I 20 355 _° oi o. a;a $ . 5� <J S pl' s g I A13.23 e 5 °c 5 b z °2 .sS 23 $$ Q5 -B 58!E g" s 1 i I O 5' 5 5a s 'ES 1b m g • S < Ira5 :es Ebi5b5 ti el c ° 1 g "'-c - Sa•S� ob�"n N° =,mi b 5 CC a 1.5'340 i!I 94� os •-n- - .. W Ellis pu i2i;1d1 s" 141° U .5 .- '4 G ACS gesr s1 ° 5111 l 7< i N`8 1s It- s5ga fi Ea5 �° oo .Yy• 11141 I(ns°'a 1 o�'o9m a 8 �S 1Y e. EHHEI °a5�- S W °ass s 'F a J R ILJ B° a Z.2 oafs bo SE°§Bx vi _ $ °g w a i �.e 5 jriiii 5oW;`gg9 o �W �j� I -.I O Q : o 5go5 �b "053 5$n Q 5YSU*caFg arcd d"�d €� 12- '': o .°. tee.! yE 5g°°g 5, §'''' = °g<1<T.r 1,-,x01-n- a - � 5 Qm°rE2_ m cd�:�°.93JZi zz zoo:1.33 mt a 5-o$A, �e ,,1!o Qm ��o ;b ig- cc e f1��°a 3541 goEi o CO gJ Q ° ° X55 3Efi5m gsSg 5° m j $ s-vWv ...2°15 E, $..1 9$.r-g 5 < > u=§ LL/ �sE�55c is..100.-.12%t c� �_ �wqy °mW W 00-5°J.-°15 . rFFib--p 0-5 g utiwJ' ' pWppp 3 -6§1 F 3'°C 8 5 8 5 i,,S N< 3 Z Z° - a�_ o 4.--..5- So 0 x. aaO8,NR> @ CC Sb ■ bb>- a IJJ x cE < xx pp °C Z y ° e'OC ���' � i4s$� � v�a°°ov � gg �7 mW Q o���'g 4�S�s�rg oc�°o-°.5 w mm uu�i�i i.�iog 70�IN��i����3 rf IJ O b�E3° g s51°oiSS°_e J r s— ° xq� s I I Lowy Wil�1 5xFb3e5ba°a03A¢B�Q eo'gdpTSoE • ee oti•q! BO•7�'I ' I I c7 .i < •i of n•d of o @ 1 iiil a ii a i In 9 sou o�p `�r I t 1H POlNTE PARK ;a� " 43a0 E /5/j•is *.e ? 1 1'&i a e8 ,�E- Pi ',:� -,,, - 'il• .9_9 5/ - 3----- - .*- `5 • 6/ ,..!'"1: :; '! b� ` 9 ` �s� \\ N-9 1---5 5 9 5 __.0 7.y =t, 9 ',i4"9/-----1 ;� \�`( �.,� ,• �r�"c-_'_ 5_ 5 --_,'may ./5 q i, a �� /r J 5� eB x %5�\ a :L �gyy -�-y3_-y ' /r' `97// �! s a \ // i 9 I\ •o • Q ,1 1 ---•e 9 3%/f/9Y,/ /'• ,/� / , Ili!, 7,---47. 48NIMOTO /� 5A g �,,s" 1 /,/,/ k /: i /5 ~ _ f Q // 1--.1i 11 g.I o! j 1� �.:� �� 9 9\ \ . � �� � 8 a\'J / /a >+,e' ii ..5 g �i ;/t3 ct 3 i a? / Zr /? ? _ ��3 9\) 77 95��,r Nr a ~/ a 0 � g p h. ' 6 ? 'is! u., 1 uJ ° cou,s9 I b.1 In 7awo.flocb\i]y/5'\axvv503\I+IO1 J 413d»tee vg's ssoilt\is\,moo.ia\a • • • a1:11.51 I o . JI z _ $ o 9 0 rf yI ii S�e b r F I .In. gri 92"� 9 gg. , g a�"i A';Wei 8V:WK g, +I ece §§ 9g ,a b isy i ]Y g '—'66d �b 'iliU 6AM13J9 _ t3_n_ 4 _ I: . 2 E 0 III Imo! yy �8&` Pak ISYi t t 1y J hag!: c� s ¢3� �< �6_��Zpsiu o<3Zau"1 °YSj I k : 19 1$ yir aa yo .- N d tJ hti li ° Pi�9�ss� ! �$ <� sg.t-. I a- 07 a 3= <m �" W� < � -' !!f@!t� IATA.!1;"�sa5_ 3� "_ } 1 °pi.? �� � 3 19.412.� F RESB2gla�� � fis999g� � 9 i t a b 2-1 ha §< Wig bvi 4 £ -III ^ 1,-___---...,,r. I 41 u $mgs� =g si' V. <� s --ei'"i :g al. 60 5 Z • i ; I ; I!• no I+� ,:, ,� — 0o>$" F "7 we" i= e`.s" g C ` I 1%;_ -4! \�it /!s ';�1: §fi b ?o o §o dz� gY a , g°�1 [r/� ''v >!I` 'la' !i"f°�i1: 1; N `;tL 1t',,..:.. Z 4 i g LLI q o _ t " ° b'' °,- .- °s. 'd 0 L: -0y' Ii719I 01 VIi921.....'1VE ' �`o La`5 Q 5< --a i �g- z `' 'W°i}A'So odi b i SI� P` ; l �ii ,k", "....�o W sob S 3 b ,- k °�` 8< °zn ° <x sj. 1 a SuA. §u 4 0 W q k o r+ <k i ] o m �� �� = ga ug e$ � <� W ffoa -12e1€ g i 1 5 ....g6b � Ao,Q`ELL 1 § 8 as8 §; vu . 6b Eh- � o < : ! !b °5 �= o� u ��� g " iF V4 Qxz = 1vp=1 F s F qF pV QVM<' `6g bsa-! i I L 1p 2:g!w'2 RED, eibb P , Z c_ .f�+W�-_§¢VFW°. I W W W!� u fJ fJg iJ Uji 2g U <" Lt rn .e�u u0�' �V�° 3�V i F N FF¢� Q^to _ n 1. �-' §h dill §�h044 is ga.g991 nm !.5 _� g 8 E °zdm'N a'3 E '4''L .tt '�1`\17 cA I :�4 7.1AE :41M 566 :<' eda°Em8 o§3i , § E 4 ' d- 22 a v" 6• $s � � • - i' - 9�� T1 i"'"ztiT_ —'_=SOUTH POINiE PARK= _ ._ -- —-- •a` h f ..(%.'.:,,77.i'; ',,,,,- �.,.' ,c v' Y �Sk r jr'. �r^ ,J' --, r- �tE'? • \.. - G „S,\S,• ,,t-c \ S ra v {\cat k c g.,tr Z.0 Z•. \� y�. r..,. .( 1 :/7' / '�•, . } \ �v v S v•S\ -(<., l a r tS. y y< J4\ i. �\a7{'i;�r- ,v';'r �ti1 S 's 7,m a� ��� . ,r�`4� \t�ti u a�''� \S✓'Sx",f\��SnS L•T\�'u'.�;� 1 -/.,! 111,�` L,s, ,;, ,r \\\ _, \ \, J \\ \\ \: \; \\\` \\ \Y`\\®;\Jlrr ,` f•:y Z .i t,-'11 if �, ,�\ i ®1� __ �•n,\\ 7 3 I �,g�\\ i, r \;,\,t;\ rI .Ri 2� O �� -y1A.�\ J h � _,__._-_'-j-_., --:,:\�\' J ` - 1..1.,,J-7 /-L.:--,--'� \ I`-!-.'i .I ur J - \}�!I`�-l�h ''TJ _ !\ II- / 't 1 I} J_-;r,-,-_--.;.'1 J .J_ J___, 1.-J J L �y I !... i �T- C lJ 1. 1 _,,{_ P _ , J I ',:_ �.4.�J'J- Jy b Y J 'fe f'_.;:1,-..:,,A,'_,1T Z 4,-i �'yI- 3 J - 1 .�.dJ•14 z J T _ J J '�.J J _ J. ttt,•' -7,....(.+M1,..• ' ..J \, @- r I J J-yy ,.'-' f y O • I J.Ji p - ' J _ J J y.1J, J JfJ_JJ -y{-( 1`J\•..3,"1- _ J z y'4N. 3 J J a' .,e. J�l _ .1 JS -.�- JJ J 1. J Jr_--Li �} it 13 •! 17,x O Ft 5 J - �,J -.r -�.J. J _J- '1J 'P q I 1 Cvg�`V J O S/. - \',,: . /J J ,Y .4:'1. J r_ J 1 ! I_YJ 1- J7 i 7 {\� • � p 'r ep 'tom +'" 1' I.. �_ia �,..�{{.. .._J. ,+ ,J_f_:=4-.1-1"2:_r" am_ J \ �JJ Jl J_.{If'\x�'C. lL yS '1, IVIPr%\ \, <` ,\ \ _�J LfJ 19' \ \w JAF,JI 1�III\\\ -pi.-.-�---�-`•� 4 1 c, 0 ,��\ ,�,.ti ' i':\,\t-1-_.yJ_'` JJ__ \�: \\\k �`fr-�J__.rJI!• •• m '�/��-\\.\ `\\\\,`\,\ `\�v;; \.);k \\`'r.,\C\\,\\,, ,, \\\,\\\`\\.�.,�\\�,\■\ ,\,`,..' f 111 3. 6 ffffffY ?,,\\ 1\ �lcr 1���,::; \!;�?�fl ®.� \•. k �2���®, \ )11*--;':'----7 ..., \�\ \ \'"'_'14 YLS`rk4i'l - \\ \�7 .\\,:�\\\cW � ll, �\,r� x a���>rF - ��#� ` \\ r.0.•Tok ` I 3` -FJ — \ \\\r ar A-�h , -- - t3 - i Q F W El � m ` � ��t f- n 2.. ,. 3" - �yvu.F+ <ag Q F 8 n a I t33rs\ono\,,,,„ wowyll,-„,L\,,,,,4o+e•-\.,40d 3av\(3av)Sao\o = Z yjy�� Z Z W 4 U 2 i 4,1,7.:',,:,,,,,,- . 1177- pR p,o c: A121 11 'g g ' 2- 2.9.46D6'2.9. 6Do s$ '� a..�,'�'- 1 VI InRNA �? �S3Wv°% a G `_° C°�JI OTi2p 2' N F� ° _.,,•.= (_l rQ 8• p5 2 N mFiOa_ 3 31 L� y w t_,W A8¢¢¢p Zi4 PL,W' m 3 '-OP 2f820-$ f P F 1 _ S 3 a ,.R, Wp-,F Fnw p ism- ap . A. t n Q eL.n s�pWp�pyyNrS° „p�j. o a el Nao „- .' ; �� a as y��, i 3 z A.A`WF..YaN'0” 86=.,'0=13=. 3 N n<eK. r-, WF- 0 5j S F 5 g -�'' [♦' y C pW ° Uq~y�� N um 7 *C'IF 22 �I;8 22 U < a G N < ♦ Y 1"5 ;01,..-,21,1g,3-1.1, U 0 O 3 F'.y] U` n z5 u IW ° ° S U ; O VQ ZN O UUU U nN O F L w 30 °<JW ffio2WOOF�.,.vii uW0a,¢z �2e2 . z W >U,-39 Cemey9m W4`Si8b OP08 4.§§1� FS1 ,N .< W g Z ' g ? 2 Z 4213 a w.e.apw¢ow�".1 § «< g ttt���� : fS O < ¢w n w � 11 w o b i1C j; V a�N R y i � R �H /WW1gWd388<; W v 40g� � �Qo 24 k_> c o n J °w a jt>z =jz1 ¢ p z ? $ g'i g !AA 0Eg-gm'I :a"; , � =i Og¢iaF2N � 1 Z X Z Ot o 0 0 Wi W O tiiw iN , F Og .ot8la @ lg. o 21 Lt1 2 E t Z w F0sT3 z , Sd s22 �$�a N��2_P a � g =w TooS ' MMIn La 4 gSO §¢ n �§�s ¢¢ cn O O O O-xeg g 1 ¢ a a I e O O'.. ws:i_ ap n P a '2 u _ y�,�$ Q%: n.nn ^;ro •n�nna`�• L' 4' '4.4 ,- - 1 Pi /' _ SOUTH -.,-d�'' r�Ly I �_' P.NTVPARk A" .fir 1- } p r/� \�'�f ->�. --- -emu---- is F B ' ' \ %.1": '-'---s------ /5,---/i / 1/ lir '-',,,,--2,_--„,' \ 4, / / ;4--\):1 -.--'-\-\,-* -------) \* -4-----;-----,;--____YZ/:// / 4 \ ---).-- .* ., ,..-7/ / // lid 1',-.--i-.... 0 T ,,,,,, s.......„, ,5„.„,,,\ y „ , /, .h.- 4,/ I,.1 \,\\ \' ;/ y,\� j..\\ %> ,',/ it 8 IN / / /// \� / / // �(/ O ii 11 • 9j7 / E.- 4-411 cri—___I 2 r // Q F— p u- EL 01 z v. O�� aR q,° J O • m o tt. �: O Q w o w a z S Q ti _a, � us' Lull _o1 Q1. V • icy IWW.mo,d\133HS\s,,,,,,3\uiol�no3 4,cd al''od 1'S S509il\l5\cl�do,d\:, N _ a a Y L U 1 O A O 2 - i N N r N yyI, LL ( 12 e 3 m LL e,,1 cp 5 b m' 3 s W a 4 i H !WN i 8 g g< 10 9 u =2 ' W i g 41 j z - 03 a �g � E �� b � Z $ d 5 $g 4 = j i° 1 w io yJ:� ` Z y 1 g cs 2 s_ ash $ 5' i -. ~ Zm G', ik J i .3 z5, m2- a 3 i o N a �!i aba �o 1 g aS gg go m a li H W �a ii' "g'w S�` §° 8. w Ii ,;,11 .;,a4 , m! W $ s�' -m'c ?4 F g w W U 7y C J N C 1 llga g $3:- i3 o a o s y i u 9 �{ i o d A .'°6 C n ty g 1� - m . 8 'P3. . y o m di z b sgb _ A 33 3 glg < a goj - G° a 3 ' r. SOUTH PONTE PARK Inn it, [ + L w I ' ! z CL 0 0 CC r I\ //.., Ok\1 // ', ,S ,/ \''.i ` �, 411/7 . %• °m a CC .)/ r t --nn— 3 / \ 7 , 1 , z rr rr 1 1 / /i- 1 S F I . I m 1 I I ! 1 Li I ,/ _'Ill a _Y 1 I :c? o 1 Qc u 14 / ill c <d4 LT gig X ¢ ,z $ ° g3 gig m §h § ° .s 11'! 11>1 yz g �i 145 Qya�;v 1p 1 b nIL� r i 52i --IL d VY VTR ® �lY `_L �17� J7t j~! d 4 U 15„vu.a.w+d\1TF5...vria?\vr'1^Od wd 01..d Y,^.5 cgo.,,\,,n,o(a•a\J £ a e � -. . Ta .�« g k 8 -. - ),0 a d u � L''r _ uq! II ! i! i -_ i 3 o 4! as -'3 �3z S °° __ 33g 5 ,ad,` SI '`h' i uCuo o J % n 5 I f Y i^ii S 9 - ''lTR cn > - j, Y HZ o. r'' t 9 `•w , y , ,,.A• PI•.. • .. 6 $ 9 si _ , r,,,''. k O.i:= ..T < F-- z'Je tt1i.0,!1_.) i r '7.-",' 2 i 4: 6 ;r r 0 •S Q v =Td' • /// ,' jj- T: ce ° ^I_o 'a' b Ha .1Y7d Trrian)N06N fl 333..1 �� .�' v�^a°aF - W °<.E8-0 1.Fig i - -u 0 oa v,, ' °mou _ �a33 gola;o2 } c- Uu=Lw fir, '. R u W��� }� la s �a - ;t W ,-.1.3 8 -` % GL✓ OS 'LCD- -ATP - --t7=''',11,-,) - n!i milk:k:-, v ' ti IV .• ' '. $'5 - - 8 ■I -a-y--,4„,,,._,,y d 3 bx R � :44� vi ' y NN �,. - g r• • a. II 'j' Li.. J 4.,_:--:,,,,I, i.:i L —,,!:.:,,,E=,,,,,,.___?,:\ u ; -_-,,,,,i, 2,, ze. r W 5 8/ a i La - RUM N YM rra310)OW(119 a • w w i g ' t? - g c0 A E9� S c O U co b co 6 G g N 5,5 5 - g= N mg -- a 5 §.fi i i lid i., A'N ■ .�1: �1 -CD . _ 7�• 11:-:=17;-,•;-••••-..• Yl 111 �jy I I ' V 155 \:so,,,,..,.te_..-orda j64..-'hi-7-,..f.Y.:7y _. ....44—#4$ 0 ‘ .''',N N." .'±' ''''', -mv...A.rif , :_; _>. „,,,,,,,,,,..r$ --,:—` -- nu raw .3 iTi \k'ss,, ,,,..,.,5„,-;,$,,,,c. ''''-� :I TOT 'T x z rut. , :, _ z } o.o.5 r=s: • - ® 11 a cos t:cunxoay\,:_, ,,,rs,,,,,,.,A,,,,,,•n q d virms sxpFF\.vn.r o1/4,\:9 5 H a �al -" /•yy ,---e-,, Q E.:-. i3 •' a ,cam E= =11;;11;'. t - W g Et-_,o _ ;C:G Tip / '• 8 5 ,1. P i uh ; _ '�a° u„ Y a < Ira s 6 s'aoa .o \� $ A 02 [n a a a --\i i-i i'—111 l i ^ ' T� i-1{ n c =I F.,17 11 _6 p r� I 1 11 1= !cf z', _. iri-- I, O■ e III; EH1I-11r;711i( r P�9I4' : 6 I!=11 e t . -1- :,77,::#:szurimtd ,. n L T -'--- S.:FrfFiltA,./ 1` uo! .2! dg i¢Z O` V C W OO W O 00-� W o a W› 2- ,y- ,. $ i�W1 W " P.�r r� m -g l '`5F. 5 S o a 1 xz ;t M a W a� a o "- .g u. . ,1g�i,13 n s Ft W w , `n'a �gg855aa° -' W -•11_IF-l1 t,2 m i I-io• I Ill_om . s 1 11 ig :; w 35 tt4 �__aa_ ,. 3 v 1, � �� .1 _;.,i 3 3 $ �/[I s G4 I l ir::Pi r,.1 , 4:..E...T, 5 , f:.,..,,ii.v-\ , :,-, `` o,z I ii ri di I ii L. i-N 7 O 5,3 4 2 O W n, g :C 6 ��15 i`� i, 6 6 66 da• � ' C [� m0o Z _''6a 't,f. mmgci g ._ - o Z S iA M Z^ L ¢o _K d U O ��2 - i g;¢W a a lt: ¢pi N <a' < N W U O J'' ` v..- r Z L3 O oaic 6 §icd" '1s '-L' C J i '4 ?o N U i1 �F xi.o =�'° 'C4) frO O 3 t,[O O-`K.+ o : - N 1 [-Z2 1Zr Uf_ 07 2 W Q. — 1 �j01��WQ1-W CQ Q¢ +:N j O Q °aQ 2aU§g0 2¢ X W 7 WZ 3 m = -zip,-...1!= wU IZ4 z z '� t..)a I N = m �� i m �[,{,i3 .' ��l.,u ga . W U � E n=n�r Z .1;4. - 1-,,X•�.., ` �-� P a t �_ Y��f=O�ll.� _m I ow 4 --1'-'-,r, '1' '. . ''b,4 g!! .1 Ittitil I 11-7-', m g = an=rc°rr=.g -I�1=1 -� 8 _ill 118 o -,, f—r a=n- p ° 1 i+ i_� 7L i V lam • - T _ r' Q -1'1 0, oR iu ii Az . QQ o iuii �✓ - 4 SNVId 335 �.i /y'Ad6N3700 all NY1d 335 ® _ fig d Q . fJ . ,1.•...+...4\1Il13\•s•vrSCE1,0.1.,+-.+a.,.nod qv,ssorli‘V..-:sslom\:, ■ Ned.,JO WW1 .�.r!� .././ r- a G A, n �; .q 0 ,{ 3s! o C '�I rl i. < f:{ _1 r L z >oW o k;g- [ i z t) L; a a :,! z3 _ a 2 o 1:::;,;(2 W)-- rigil �eEr, f r F. p 1 13__ z f` 6 aC :metro su_..1-¢ iro ilumuGnco ®0"� I s i it S y ) r` ad -,i 4 I Oi ?, .� l 1 —u,ui•..�• a 51'' ! 8 f !I I ir r. ,' ; •p F I / .' ii 1 I SOUTH POINTS?ARK t -i , 9 Y �0 '•'p �'i og ; - b--kY .y 1 1• .. * k ft. 5/ii ! rt... . / f _ W ''''''"?- lli ''''"'.-00* 417977.. 'iri''. .-.7- 14C11' '''''''' / ' fi.h /: - • '' - :N.3:-?..!''. . -,, -.3.,. 0 < i. /fay i,• ..,AB.,. ,,..," -,.F -'2',2 ,a-,. . ,,,itio -.T.',-,\.' ;•. .1,0■• ••••\,A,I " '"A.I . . IE A � � ,ems ® ! . , --T- ,�— 1., :i ■:r.6 eta. , . / i`i,T ;�' ' lr;, �!� ' 4it,i,i>,.,/, f/ o w o. :., e�,\ N- 'J `... 5,iii/. •:/\ �1 =N;,: ;; ^ ! x -_=:---------7.--,,, / ..-.-.Al:,.--,:--,:...,,. .,.-r.r7.---.- 7--z,-,--,).-7',.;5•.. ,19.;T:1-;,,-..,t=T,.,--. ---....'",-..r.- ---i__-. -4....,:,.,.. .. , ,,,, joir wz i;`;;, sfd i p'I— D ®i` I `t c a • i p ,Crt','.il ..1 j 6 rows * 7 3 I r , , iE I i Kai! I/ ,, m Fig .o J as ( ..,-7 .'-" . A 4 Q ` 1 �`�/ a rc. ..'�_: 1P E e E !r ' > o T. t N g1 P. E.' P. z ° ti e `; 7 107 nil . G_ 1 9 n i o 0 9 � g ° F$ -n °° x o� % - .fly A 4 ° 'ems c_ Nm W - 4 El ur �� !J i- - 1 , a 74W „: q 4 ,- P R.S Wa 3 g ¢ 5V - g ri 2 .a'. , u _h �$ s a sa�3 s a� $m<� �mc n `1 uz,o o C�`.. g ga d L'3 '% $ egs a Wi.22 ,. < PkiI U y5 �° a aw _ a u 8 $j `�� nia ' uL $q o . :.�5' zc Zo ���:, ° c z ..a 5 ¢ 16 $ `f °EA onog oa bz o`gw'•� yG'3 _ 5 c�G s 13 6' d� 4 oob a:o Due§ r.�.g 0! 3 ago ijx7 i ° E g h i i 2 s` 38 i9 as ..4 10 .1c=8 47.1i Rg IA 3311 QY�� aad i ve 1111 ¢r. w `b� s a gdaW t i tlx 462 �•• �b sa `a o jo gNn 'lag - `� St= 55 °'wy� - a4`¢ aS� ia'o ib Y3 d 4 °p �. °<e 9g_- �w 8 a i��� b� F out �$ 383 Sm g� sz� �a° o< g§�. ¢ o E-Fb g7 ob cq < i ° d �> °� < u s9b o¢M °. F da¢ g < sip, �'� _i gu<<2 °mod WV Nag _„Z Ib 8 a$ °-i RC x@ `°< `W<�'2O Ell a ax VS- -i an 2 o°bl ,°° u - °t ¢� `iE a gld °$`b EQU gd"ria =`'Sg g aj ga°, : E g¢ ill? SR o !i+ •43 Pe �� <_ ;� 4g as ho !§'< 3g� ;Lii z9 4 0aa° 1 -2 ga ga $3 �'' di �°� g$ ��a 'm° qua � c yo b a 3i4 i c � S $; Ii 1 uF al° =_L-' iv iug2 = . 421 7 h grT r`m o� 4 auui � 4 i� ,2 � -= ° �_� e � '°F 5 ., - ��� �, � > � �dd is ai -1 zlY_ u 4 5 3�_^F, m i� x ;aa aS Sa g � o � i 26 gYW ., 3r_ a,s8 ba.i o ;o <S:� g P^ a 1a ;<Y .g u ug a§ s ,.5n g1g Eo'< 1a ex5i` '013. =bj -”' g 35E ; E.g23 $aba- lu 0: e °° - ,ii b;: :OE ad b a��9 =gam g egs !��'=i o q ��,a,a F:.a l'5 ba� 2 A� „'4 u� 3 v 4 p a:i 3 u , $ 4; g'eg.' is is°, ��.g ¢ 821 =f5 € ii 3 rat iy 4 b V) �u p $u $ T2 <e..'r g F'-1 < s`l of '''.4 E 4' 'i uo2 ' `.1 g `7 1g'l °! wi" 4: 1 <gi Ol.. o i W �¢mpgg$9 ` : '°CA ..a Z - try <L7 �'y Pi� u$ iTa .:S'u a J.� coou . ° y VA! N : •1.g : a W a = Q 0 QZ_ `d .a2 si $ 25. i42 e W - 8 9a W q t '-l' i _ Y'i C `dam ° L5 n�N 2 ',4W %. ; F Aga (e1 g a� 4� i G Y ¢2 €1 "d, `: n9 gb C1 Sn q< g � $ :s5 u�$� 3 ups `� o Nish O Z 3 R OR P- ° KW hb, ° q� : U ° d°156 i- as s. co it- 'g '"•- d� $°S" vv�6� gg rr �� g E° � ? b`�y`s,' yg 2 c 2Vt 1§7 <5 <0 tee= ly kc' i§ g g3 4 R.u:ai = U' r �b U b °�@S' 3 ms g s gill R= c5 a! 1147; Ad! ,= 4 i 1zq.1g% w > at'i `0t w� . K < 9 ;- S �.. g¢g �.g b. a ilw ° °g o f .0 U< 3 x3°2`1 z < g {08° o °'b°w+ 8ab ° u v �o u� n t a gd a g3 ti `+,, o bA� F i k i `SW '" sje -o a g=s go z ?•': t6 1 2-.g a S 2 gb d i �`_- 'a-b° `W '4° iei e,u-` ° a�� 1° ° b�.3o 6 °i d g �gy! _g^z <� boc n=5y gad �� `<e skl a�Y� 5 g �:1 ° a e_ o� sr eg � "eY =�_ Ai L� �� zs a a °� = F 3i =F< 1 `9 sa 3 4 ' `�. a h Y� ppad z°n= 5. °°u q a gqq 121;6 5 m oN `�=U r�-w< inoba a k'�o� "�"U =-�. G'-W 9`t �t �F� 'd �b io $ ��35_ N ?G ! S B$ U z� 9 o dg .6°F b- $� °pa Fsc� :ft 5` c` i OAP; - yy �W ,. q c qF �F a 5 1 4:§ al S !b° a=fib s' ea P i '_8-11 °g N b 8° ? o_ =xF fig_ `s 6li''` �� oUi a j`�: �`8 i; ¢¢ $r" E _oF ze Q 9Li 9 2 j G-Oin° N` U� o«O i4Fy Oe .S i G 5` ° u g�a a; 9 a S� <g < g og: l_S _ z 71-11 s E e B In +°g8 'a �g b c.a cgo� < 'o L" `Yge �" u. U3 Uwo _-5U � a° s T W '3 �$m tox GR cQ `21 4' g 1E, �c3, 3'"ad_s °= pgg! i°nZ la qL <F .S Z bcs wg 1U cc � U - Ag 4 0 - ?� 2 ' °W C °B g.F 4- Lim ia� j F q 3Y F° - �° g v g F o¢88 x Ft 3 � �°3z hag g- of 46'6 �< `�' 3_ z �a b 3� k9 d U 4E --,, ° El1!hz gg .° ds Ed'c hag m1 !a€ d�3U ¢a=. F4 g ° sp"<.• ,% giga ,g4 LuZ 3 „O< x L= y axo Ng 'dam<_ - '�` ¢ 5� Pd i y11' 1.4 :' 4°§ :u , �. g Z g gE! o yet °��_ 0 =its qq i 11 85. I¢<x_gy II! i w � 80 �` l� �.' «a< O < OW ¢ 7 <F° <!� Fw � � S �'���at��a� �S�<`g Z° 5 5 ± b $ 0 o E- lil 'i4.2 €° .'. �_w'B j_ ° �- W °'< 5� ib! qW` w gub-g 3i Eb °o u�bE j � z gb �E �•st $ � �' '¢ `� uc� ` b M" 3�H =`' � '< 004 U `ga¢ 1•.° S ;� zk.'ia§ asg 8° [1}§xt �n t wS s �= is F� i Ww� :r� _'4 .! 8 Cz l F 7$ 3� FS iz 0.Jgi r=14 !fil w w5 mjy } °,--,7 - ----- — _ • Q V • i i ,33rs\aMO\ a ,,n,,,,, ,,,\,,,,pg.,\•,.•taus 3av\Uar)....Jay? . tsg ° m 8 gm Z 3 mo!7„g m 3 �m 4,E W13 bh ®5 311.. II -24z, iE 825e 5E0 d �iP < m U m �, .1-9r� mg> mg CfSW Q 'z 1 €NEewoa 1=a ge.0 U") m m m m z z z z " < i g 8'85-'2� Zla ;wg4 ggg 2141021 w i ,WW_y pi g g m ! m `i• 2 g w=m ZZ�l gr �.dYJ8 O 1 ) I Z Z Z2 a2 �. W ,&1 6 N § J pgo3e li ig KbmU Z U < - - Z = e < < Z Z i < iT YF � W_ V ;:,igGS >- U 8111 1 8 1'e 0 N Q <R..3 „1„.= O3 V.1 W UNi R:c. aU W .4 N 8 Y UI N N N 7 k F CL .r,.!=/;i'4> m ¢'"m e o 0 0 0 !n O W 2' $$-_' erg N3q Vid§' 1F§w W F 8 a $ $ 8 8 E $ If Z<W"Wn' F 4`,J14 5,,,4455 VN6 V/ 000000000004 �_4 ¢ W ¢<8° da N n V ° m T i G O F as - g'il 11. :,'1:.if±3 V b, ;i; W ._ PRo E"d yQ '„I��hll��l F W / I// S • / // I', / poi PARK' ' / s 8 • / /W.' / ,<%..,,,." \\--"*----____ * , ,_ _ ---_ * * - * ' / EY I5i. A / • '-- \ --2- ------a-,______ * ',./ , ,,,, er— ii q 0 ;,.. -",-*-==1-,,,-...1 /. 1 i ,t U) i g ag ________><\-1/, y ' I\ \.\,.- 0 .Kif--(0`). ?;,_____ _ ,,\'---- . ,,,,,\,. /.> if / /7/ 5 oh ‘,...........X Lam/ // I `� r0 V/ <00�'.70//// / �/ 8 rq... ., ------\_ „ _____-. , , , . „ ----_____z__ . _ , LA__I IF. ii ,_. _ _, . ,.,..- , „,,.. ______.___. _ 0 ,.....„...... ,.,-,.,A /77...,n, .,,/f, O p �aII. 1 /f Z ;, T // I— w w 4 .. �/ Q Z_ W ..., - p Q e 1 K`,.A W d a I/ Z o - ~b O OLL / (n _ •o X^ g vi rr W = o w �` ,,. Z w • 8 4 5 z8 U , uJ W O iq-@ 0 1Sto\7M0\v0�o1 d u:,_,,,,\s102-„4,,,0-•\..4.,30V\t3a) eo.\.• .,; �/; � s s^ a :+ '6- I Z o��� o S !e Q e S Qg v PI- PA' o 11 OJ Z F = cv . V s I rc 4 R U...,_ L's ° R R �9 S �?° W WSW s s' € € !ILI � J s x _1 y o° 2°,2 < 4 1 ab' 6z 1 z gW E0:4 gz S ° pg<c c r F b p` g1uu V.:.-, ZGZ JW N p c O $ s. 15a w N R"4S3< u u g °U0 - s , s N o : I pC � F, m I w z q & d \ y N p F a i I i'.:1 ! n V N 4 W 12. 3 5°o u <Y 4 u u N - o k m = LWa j" - a Z= " < 51 < °o z u <g <I < 1 P "'O 1:4 a < 2 g u ¢ d nl-I-lal-6 r 3 4 w b N Si - s G a Iu< N wI< u o t °` ; n" u N 2 u w 7 x > ;1. R bi"'1 1"a"v , :il. o 3;=J Z a`°-- G o ` ° z g°z 7$w a S O 3 1 Y W m O J v a a u N U 2 ° < t < 7° ~.. .'H d: r-',33 2 j 1: 4' � a Q c W 1 y g R N ° g:a W ¢ W°o °t.,.;°2 �Z U v V W <g Z yy U ° l'g p p i o J u 2 a Y N�n E °g iG , i • 02' aO w H _s z - ~U b 2 a I RN z 8� O< $oz° a a cw a _a'( a °y K uy U 3• UN U z I W v u n � 7_> d c u fil L V q2 a au�¢ O o W o i V- W f u A a°: u u °- ¢"u F,, ga pro ° '< ° 14 � a u <a 1 i.- Z °_ > Q°`Z 20 og - °LL a so W< O Z¢ JY ° q r- '5n gO W <� s q v ' WW,Vp7 Q FZW W ` .d Qga a �SNiu1 Iw u § gi. o ] zp <-n ? 5gQq<ap i¢og= W� go.oR ag gOQ I:r >aa< vm z$ oz S ° NW W p>m , ,. m9as 2r O° <p iF; iaa cliff= 4.§ g,aR V5 ; < ,1 vj w 8 j ex l<No B.gy Ii2FW<3'tpnd � ?<u<T-a wm$WyL6 Z N . p�;°u° $ . «= $c U � ,3�� 9 ' 8 `Wig zO ",°4 <W z''' w uu u�2 ;:,§3a° a s6 '��E ' pg'- .4aTo (N5 ¢Vg (. <zBs x pp{{t.a yy Q. Us¢ .&%g.1 slwai2'z< L 7 8'6MtiF -uw zn7< zW 2 j7Zi§ 40w<= o inu ViS Z i Juv N 8U2Wm sW x 6-ou uiaLL Qq; g< 70F'; C c °° <JO2 nb y W (`<°Gpr JNW°o 0i &'3 y_ ' y� ¢ i � tas 7 y u° wm¢ o- ¢$ o z z 4§ g!2oW d <�z 000Z G' ' 6 a yo0 a d°m buzn0 <1'.4 n <11 i3 < $j os1s9 Ofi �W i8q4ij� $-< ;,�a 1pnlWx3iNokO 141;g 1 1Q u 1,2L g :f.,.%1 g �I !: !: !; : !n o3mc°gi0� FaOliW � =c< N m g1_ s 1< -uo'W �iF z udo< goz R u_k��? F� °°i $vJ N ou-=:7:1 cuQCu s " �`S�.u>y z W$N S Q Z' -J zuzWW . - IZw $FZ g FP w m ,iii o< 6t�1 _pl a a v ¢ . U fl.° .qk- °°s a ppa� 7 > ana 1.30c C eI Q � O W�¢N u7ay C°< 7%n Q4 b a = 30c O d .Z ow s-u 'Zga W F g °Wa<p ZaO °2L''6 J4tp5 7 Q; m I;.F Z03 O g0 0 S g' Va-'U W = : .-., _ 7C=-4�"nt-eq_T H _ ti� f- 8 :�-- trl li�j 0 2 N N y� i N P11.4\ E C Z S i 2 a y Q y 0 3Z yOy;W QWW pQay N W �r 3 § z z .ggz x088 2"' W3 mm "�p�5 qa 2 J S S 17162 riV §§oWUd" gg gg X88'3 G g a g J R ° d I as ° 1 MVP!.-Z i 3. < { 111p�yyy C w g : § u °z c ,'',per• PROF..9,, W 0 �z F O = = 3 Www�q��,,, �J w 6 m § IN d gg 9 7 qt of u 3p5 3 R i g § § g Y F 1 1 W c3 i d u cut m C _ g a y 3 � � � � F w �_ Q � 1� y' < Fs � y 5 F !�Y• 'py� < gyp• Z 5 a m U - .- V O 7 z 5 y F > > N I— mF 4 ° Mt111111tMlfttf z '3 hp < 666666666E666666666 w LU g ilao i O w I g Z J rZ WI g a Q $5 m & Q a Z 8 a, A ie § _ § w l o W Z a w z a gi W 0 cI z zK J S °z< 8� $tla��yyo ���5i�j ��■ s ds o gd o d 0 1 p G w U°7 T Jl h�y S N 7 U W = 8 s J g> 1�}4 \ Z y i LLI ��fj yWi� T� w <i a 111 y 8 y+ g W 2 I 1 4 ...1....3! A ga88 W l .01ss� 's, g� 0.0E0 g8 -a g-od/•§m g ai `swi l g m ,OR INe a gym' --_W Q m u �r!G{p�5 <�LLri Sad b b 3 O p ul-1 U F C p <_° U U Y I�P w yypg�a�� ' M < ° < X 5 3 n Yet® ' `u t d a z 5i E u p s^ Ime Q ihune mgdp esta°t �5§§°WW.rekEtggsg1� .A 5gb5,4iiwmigElgili2h 8 13315\JMO\I.d-.1 1,1,11.5-Mi\1t0tR.4oid-\.1*.d 30V\(30Y).00.0\.3 `— < mac (f, _Lw=:1,,. k w =_= � -I z ; ' 2 ,I m m m m < m U O Z • w � � ddddiil � poop 0 o m m m m g Z ; z z z z Ld= z V � � � � r` � ra � b a m eALI 0 c=n 000.000000®004 1 / / .tec.; i . iq FW N O g--1 I ,,,,,,,,,,,,, el gr VI..-2 II 't w O OW ' • : - ' • a, i 'F C °o 4aROF,• 2 fig as /1Wil II / / ,, O =��_ g / / / .. .414/".---4 . _-___ 41160---..,:--,_.,__ . m 11111Pippr- / / Spy /p111161y� iZ . c, igli 1 VW' .,' ----"'---""-1/. j 1 g ,-- .---,...„\ 0/ Ai...,,;(),,,,,-,„ 4,4;0 41,. 0 ,/ > i4,:i '1744i LII 111' lmy� ���� \V1--- N. g�5y8g °o . ; ____,..„ .4.!�?3w�p�, � v i� -alb i:=9 idle If ,,-- ,-..--ii-------_____ ‘iv/// rott°� �� ( . El bre al i 1 I \.,1 I N s I N7_ 1?!M^ al �3Mi1 # d w Z _ 7 3� a w R a 1 / L— 6— 2 I ) 11 'i.. / 11 p o ii , / b d G p yy • fL 2 In 0 H W tY ■ Z a t i a, t- w 15! X21 — - - ---Q= ... . • 1i41.0\:00\'v"a•1.NE W,',CC►L\►104•Lmswy..\•La!o..30V\13UV)+.W+O\D 5 4 cP'i;' agy N (1) C ; W \ o x S < Z 2 ,D II: U $ Z Z E § 1! 5 111:: (!) 0880.000 9.0 I 00'1 i 'aid,00,1 .00' I, os L i'L: 0 - •V ^ ?:W: a O 'F'g,�0 0 OI � \i tnnunnL` oa 0 a IN ❑� �. 2 a a1 CI - v ip -'0 [.; 0 0 I ,W ® Z 1c-Ili ti 0 ❑ au,osz Li in 1 11 -c-; . . 0 (.3 (.1.) -.7_, w 13_2 du/ c p� •0c-. .OSv .7u'c ® b w iI ;t nul C‘ N.-_ICI U �I I 1.1--K;. c IJ El [ ,\S9. M''* IQI;,)o I Q 101 1 ! w ,!i$cc SGU IAL,0g1 ,00'C .00.1 ,00, 1 r osl ph W [oo ,,I.00c: Q • p8 A � I q o • It oy:o o:•�LON MOLL:. o Z ^ IIi m 0 is i Z O� © ~Q x D 0 I I e _U °m El m 0 Co 0 e 1 0 a '• ~ Z a ❑O D___51 W 0 ® I I CI 0 a c ID 012 0 0 E ID i m a w =as El 0 a o j <[Zi I. . 1 I It Iy:00It MOM MONO* I w [0ws1 ' Qg . 4 4 H° —fig • 1 . . -...._ • E 5 _[... .., , . . . UI g 5 m 4 0 p 1 ii g 0 1 CO /ft Li tit:Rx, IR./ ff.x Co U)--•V) 0 8 8 C) 8 Ce ...is.1■0■■ . m No is N■A■■ LU rimy v a_ c:.- ■ D I- CI • g ,-,- 8 = u_N 2 . I w 0 ii f.--.:2 " •z, w: . li j.m. A / p. -„,,,............. 1 14 . 1- m c Do.9. I 11-1 w V (.) ci Lij 111 Emil•.....1. Lu N„ I 7 .!•.1..■ ■ re w i. a I Firmly v j-41 t 11 lo 0 < Ind i MI U- ' 1. F"' S % LU"7 i - PI CL 8 litP - 0 1.!gi;a 0' Lgi tr d.,....f,-71.9-$ Z 0 7 ' 1 c.i.f6-.c. ' vot 1g ! Z ' LU ifg 0 ek dil■ dillhi 2 oVir,op 0-Wivw NONCW 0— — ea CT T I-- = ol 1- z a 2 0 1 < z — , z ,0 u, 0 S 0 0 0 a 0 co WAIN 3Nr1-3311 (1, El lir x >- ce 5 co i o cr- z M E] IZ1 El 0 (N 0 5 0 z a . C1:11) 0 I 112-r 1'ID 0 W LU 1- u 1 awl ....m.... ■•■ Ce U se elillitilk ,NOM ran 1=1*•O7AIIII 0 <9 MIF WV Tiir < LLI 51 W CO 11 • 28 Al re I: g Itg . . . • . . . . . . • _ -j <n / _ 8 y o F = -±,-.7,91.; �W ; 1— 1 '°�'-ig' o 6 s O & 34.g ,, 9 Z a L x �o m LU $ a I- g $ O :S I x t t, r g u< ER Y a < 6 = a g•-• Z s sa�<l sii 2 ff 0 g no2§$4v (n e i 1 $ o ill C � W- st t�d r 14 ''i'r ;pROp(1? 4..4nY� / // Z Y. % / d *a 101. ifr ----''''.-_—_ Z _ // / /11-;',- ,46. yo. <•;;;;_,-,....„......... / ti_ i fl-ilb .7- ". 0 *.;ii-ilik 1.1*--------41--------=------W / cl . , / 4V> , Lce. „Eli" 1 --„, / iv s 4,4, eiv1/4 ,^ v....-_- , N N\./ ,9, ,.., ,-,-....,..v.. .*V. „,,,,\.:7-..?,,,,,, / _,5 1 i 1 \/ -:,, 11,, - , ,,ile .-.\.............."/ ■.. s‹:(4,i\ 40 .'"i'l"..'"'.."'""ir it:,.. /1„ w., *lb.__ .. :,.: ,,,, , — „. ...:... ...,70 i ir......_...., ...... a:111s i.... „, .....i. „olio , , ,/ / ---..„0 , ......10 ___„,,, \ ,, ,‘ // , ce _Al W lir 77 HO ,/1 / g W 4 Z ill Ce D F-- W w Ce Z 2 CC 0 a g i/ / J N a LL w / / `ik !=__ / O LL! // / /k41111*** /Vt Opv- Iii____,, Z o cc p >, .. Itt -4,------_,_. 1114,/ 0 2 12 . fik'''... lit i e. \\' • slA)\\"v \ . 0"•• V* / U) a 40 ... \\,, 1 O. •••..... ud---i--.._...i:.- Alt, 4,, . •::- ler..* ' -.: ••• 3100 , / cc us i.:. pr , „ , m <0 ,,,:„.11.,.. ,,,,,,--- .0.,Jo Pro ' '''''// / 1 ( _ r. t. „. -lify U W ._41 . _ 1. _, __ _ . . _ . < • a tg • 13345\0 WI/CO.0Cu7"OS CZ►IVtOt—alt0ad-V,Ira+d 304\(304)WO0C10+0 : kIIjI!j • ! !ag h q 9 ''"'''-'""1 '9 1 2 ,:_,2.!r s.,_..7.4.ill AC1:7'. I 1 1! ° R 6 W it se r arc m `1 m I— �. .44".JLg zlayI W mm �! W 8 m`W°O W`U' I- CF 1 1 _ N ExI5 a3 2 z gW s ° J tg.lP15 to -1 P /1! ct 3 .28.-1g5 . 1— PPE 1.11M . W = st�iz�q u aF W qF Q Z s 5c°Sa Fs yp W 8s I Li] r ' . E S ssl a Y� Z m 6.'1.S-/ p L_ 0 p�W= �i,f..• 0Q jO: rmw` W D II- 0 i 0.— / / a } 2 ig / = _ _ / / (1 1 41 / / /* LI / /A 7\ 2ik♦ >" 111 < , 01111Vg' �J li. / iii a®� W A�.�, / o® \\, ®, 4000 /'a I M 4•. Z ■-- Ild Ill i fis at.r,,,„,„,r as IV EMI 0 11.121 II r .70�,1 Z_ a z / / 4. ? a / 1 a o W M% metro,Alr/ / // ilk �_s W // / 7, 4 W / / Q p u..,,,,, . _,,..,.,..__ .,.,, ., ,_,,„. ___ . , am m/ Cl- 7 p iiihr � � /, ♦ ,y 1..................../ " ri a CC w 1 II: ThillnilliliA , —ALE.41111111r AMU 411111110101 /// / 4AL w •::,, 1 1n J i w W G �/ y� \ 1 o CL i / -W k <_ai H.... 61-, ii \ ii B 1nks•,,,\'uo,WNd Vino ,,,,,,,,:3*,...,41/e 30VV3CY).001Q\.3 ♦ III $ c ; x m a i e o • r k U) H i $ 2 a t $ m 4 • Z o W Ti 1 ,f, w N c°{ $.-a x I- ° 1,§ 1 < 6 ,71- yY1 ' a § Um 1i O c G g ',. 5 0 1 0 6 w a§ q z sg z R 3 1 § 6 i 4 NO l\ �Z-" 'i ax z d a J yL�. Zw' zl rc gi z I s ......-V, 1y�n ILL] t ¢< .y Obi Z t9 V5V1 pW yp< u. ¢< V W5 t p5 a 6C PI O . ''1' 1 a 1/I 3 $ F ? F `4i 'l sE Y s i Uv¢ s <li �i 7 @Z 3 O iv z • ein V1j •` Q!_f� O e y EZ-.: � a N I ES.Z l5� j ry l e 0 �� W g''0 r. J/- �_ too r_ m jIu.iiiu.rasl °� w - a/ Q W a W A o d.,�- o ,�. a w wN/ r w�// 1 1 o re hl a Ldp y 9I W W da2 u_ NIL cc k / cc 11111 i-; e e 3 e. lgE Ag ilg S 11/1 * . 0 ot, .7 Ind 11 It 111 lirPIPI MEM I,q7cm=211=11 to I 1L. __ 5 I h I■. _ co ~W om co 0 Ii.. 1 V W Q w 1 Q W ii' La31.5\nmaVin,r.lurkrup0s—cett\ttoz—s4.0,0e—\■004c0d 3avM3.)..q.,aVD ° . < te J7 Ii iLe., 0 2 2 49 A y- t •Er.;---E. .-1:r.3---,,,' i i .3 — ig,, .-,-'%'-.:'.%-•'' t ..7, `'' 9 11: _ Li, 2 1 6 L.18, hP 13 ..0 . 1 8 >_--- §; p ,e1 c-t,'"F•4§6,i'l-Oier i 3 I 1 e 0 1 1 ° 1— g 2g N .-■ gp.b.gt8 8 , q 4 6 i,i5i 1-2iggigFAaIgd2iii- e5. g@ z ci 44z ...e:V. ta 1 LL1 lifil,f„ a t:IL: . cn eeeee 98 ®800 I kti, i iiis : . .."4,............ '■ ,. 2 A '• ,..,. , -i,,„1,,?•;" I- '-•-.. •\`, 9 9 I Z •--1. 6 -* -- W / CC i 2 5 ..,, w , /..... z 15 0 , 0 ..., 6 .. w 3 -,.. Ce 1.=.92: 9 a ik„,,. Ilur_ w g 1'i co -...,... _1 40,00-1 I I a I 1 -, z fr.1 03 a -....,,, w w o -,.9 fy z 1 qi _.,. 0 N t.,; i& z..., N.... .. 1 i 1 1 ---------4. 0, i.j.d. i d -1- 1114 -----------, UJ i'-,ig Z R41e..„,.. 111 . < 0_ 114 UJ . 0 III I- gggi • 0 IA' ifi I I- ir;;" 11 0)• 1..9 __ < g c lc z g il (a., - -----_-,-.:----.:7----- • 0 9 LCSI i iii Cn - o 0 z 9: _ __ • - 8 cii ....„„ .,.„.-_,-----,,_.... c, ....1 u) , 2 ,-,,, . -! 09 0 w o re 0 m 0 ■- i 6 re 0 u- m x 0 0 < e _ii Z Z z < 0 CO Z UJ .0,1 Z g x P -1 < 1114111111111114111111– II— .'c' 0 I— 6 (---7---- 0 Z co,..... 6 Z < <li Z IA: Z LLI 1 < 0 CON 0 P-7 .-.---III i--:ii 0'..- Cf)'7 LLI . <:I 2 - _ -A. - 4.- - ... . . . ..._ _ El 3 . 1 (!) N f -4.J n .I n a g i 1 1 6 b °u P e o _ / r <-:_i O s W g 0,N IF $ a W iF 5 W 3 a S Y ; ;ab q a a N i %y b " = y n F y�sy7� � �` F D 7 a 7 46 {yp yq pA W N QF qp1 qp1 N�2 ; ; �G 'r O Q < $ U 1 A 4 G LI /W '� w �i G 3 3 W l 2 2 K �1 U > 3 4 1 �I /� ( ) O O O O O O O O O®O®C O®© V/ l g g ig al lg g li g T J= 0 D.O=, H I Z W 0 a 3 y 3 Z w � D � as ,. a ww /�� '^ 11 I- • I w '0 m I. I Q IN /1 W?i U3 11■I H� wt- . 2 E.3 0 R iiii I iri MI HAg © oeoc 0 CI 19 0 0 II Qe �! : ii1a11► Wi�■■�nk�■■► Z iAIM ' !��!, inn!�rann �I if ■` a iII N-::,:,' -; 1 pi„._...,,, :„... _ 0 , i .1 �m x liggili 0 ' � I I O m _ = I I _ __ a z �I �.. W QQ © �-iii -�� a Z U -� W I o r.1 w ')°•=^; Q 6 ;owl — > =Wa 3 J'AIIIIIIIIV” _I 0 �I a.1 0 0 ,i.' ,;. 0 :, Z . go - W • Q B 1 • D _ / e Z ; tits ]-/ F z - rig-stl_ CD 0 IR F R n R 8 8 w ► cr J r W 2 d d d c d d 6 'C= � s a 'ct o r ' 1 < I J p i LL 0 m lV n m n � YI � CD H : ' N ( Z Z 0_ F W Wo .•W J fJ .. :1 N N O O Y m . W a m^ !M 0 0000000 : I z i 41..11+t....I.,,, N ,,_;,�v...ash 2 2 u O OW R�u•Co 1 111 a o ?'8 a 0 I Z III/ ..�..' nr2.,,imilm..1'' ■ w hth _ „IIIIIIi., MK =. i ,,.I ,-1 1 1 1 tfiti r=ra !, ' I- . R.461.11i , VP ots ,-§g Pi Z 114 ! Immo tiocold Er---4 _,;?-02m 411 ate.\_s;a Z ms's lagsza LU =z�5 �if c 11 I I- -.I gh 11 11.;0 Q IM.. Q W ° ft.` - a � () I- Z 2 Z a Q = w CO o OS °o 2 m a O m D Z Q 0 > w 2 Z U W 2 i 5 O z I 56 Qa1 _o0 ...........00..„0. , <1 i • I 0316\oma\Yad-amod.1,-m,\Ylotclao(old..\alaa(ad 2Or\(30v)+algdo+0\J sl.., w -- _ " , e e t 'i-' t, ___,_ (n r i p < i w m m ' › Z 0. . . 4 4 � $moo 5L:W11111 1 i b 1 O :a a a.aK_q i s N.�..,a.� i it 3 .m w • m p'� ffit I t;+g pt PI 1 ti4iw Itiih ligg 3 .l9'S I 35'1 i C/3 i o 114 n j gal L.11V) I— lilti W Is W 4 ,La'S ,9S'l I L 5 j i 6. ; w 'DE 11 09'0 i t ,16, :.90 t i „ © W N a Zo. =© ®J— z < .u O Q"U o Z w W a o a g > i E. U O 6 W W Z g g I t o; W� vegg Ld U - - _ . - /MFG\DMOVvod-al.lod,lnoS-C214\ItOr-.PI.10,1^,VII.Ircud 30VM30V) 4d.0\a r.:2''''''■V:4;''''''41--/7 I g ic ..n g 1 Lq 111 i ; Ii4 ,-_,....-•.-..,,,-,:,;--.,` w .1 6 6 a 'a' ° g V I-- o 6 ••■ g 1 ; ',Z (nI 7 , 8 S' Il: z 5 5 . 0 LS LT-1 LLI a . 3 . ' 7i 4 b-I A Y rj § % f`. 6vW 6n• > > . > ir: zi § 1 g 1 g H'• 5,e't; I ..0 0 a E' R .1 E' 5 '' i' i' '' 6 6 ::I '. IL' l's' ri t- 1?, .r:, '.,▪ ".1' 1.. .ra •-. 1— 8 8 w c. g. E ,p 1 - - - a i `a g lAlg TALI-1066611//0@//6161 /1/101066110 L.L.1 6 6 E ( Z ci 5 cn e e 8 a e 0 x .1, 6 I 1. _ _ / 3.11d 35h1V143SIO 31.SWA MaN •*: IP —I—. IP ni*-11 0.,.ONIdld pima c •-i, •ii. , 1'1 ma Li .21,1 i 6 i i 0 o if3 ,... . 6. ...---sc.3:..."" , 0 •„ ....., „„. • i ; , . a ..1014111 -___Aid" R ••1.p. •• %., - • V 5 7 . 0 t 101-,-0 M 4 7. A.- i 6 V66.2 PI: r:• ,P., 2 § '....,5..2 ,. , 1 ...-,/I g;182 k!. Pr ',1: t glgig L.,1 gs gO Lg.. ... ii a ..... t P'.i er: e R., - - •.! -4 1-4/4",„` • ..;:•.e" i I 1'7'2 I g I - - ll 4 , ,-- 2 . 032i I te;R ,:i gi 11 II 1.- - .. .1- •-•• 1 7 'E 1'40 -4::..'.• :I'i,?\ = 4- 8 :tut) s , .-:,...:e•S, Is 1 i il lig .- zg 5 2 .1 g 1 11-(1) i q • ) ? 1,4 I 6 • ,,, 2 Lj 1111 1, ,:4 4 4'. • 7 -7 , ? • ':i '.;4 ....-C., P. 1 El 4 fl 1 Li i :Kt 1 ttft t 41 -tt t • g g g g g g g g • T...i Di ii 5 5 5 5 5 5 5 5 'ill ',..• . . . . . . . . PPPPPPPP I ?I ? . 0 3 a 3 3 3 3 3 d • • c z D--- -111\H? • * a c ,-) •• i: ix cc cr .4 ill 3 V V V 1 \ = 0 cr u) 0 c4i < 4N- 4,,.. ■NRI •"' a 12— 1-_.— b A- !r:,, .._,, § 2 tu, rii, ri y..-4--0 1.' CL / E 0 02 i . .5..i.: x.t-„:. R'3 E.sZ 4 I I F..,' S.4, FS: DI,: 8 ..,... A .1. , -r ill Iv 4., ...c.3 .,•■-C.., 1,..4-, _1 Neil 1— < _J - -11, 4--,--. - 1 ,•,: z d , I 5 1 N - 1 _ C.) 4--•If .,1--\\4 < to : 1 C.) _,....,t 1 -. •:.1 .5 j_5 g • • 1.,1 a , i i- 4 '-- . ...! . . 11 a ? 10 a- . e .. , . .. . . J..33.\.13\.10d-i.00LI;170,-CZ.\,LOZ-6430.1,\6.2711rOla 3a1A(30,#) qd0\. ,c. I 1.2 F.. ;,---..N,'.: •.,".=!--t.4;SZI i/ . ,r, (I) p !.-1-•=tLg',=-261M/ 1; L,J ,IELfZr-.,, ,,' I g A (f) I- 1 ■,-- ,,,-,=-,.-' ,i 1_,I 0 5 j„,-,,,.- I-- Z :--15 .--- Z 1— >- g ; 2 Lu T LLJ '.- 0 = LJ cr) g 5j 0-5g P, L.I L.1 g 1 1 A 1 ((AI 0 0 1110 z 1.1.1 0 X ti [ - ,....... - 1 ID—I- 0.__I- c-- sto-- < CO 0 0 ......... - r- Y Y Y Y Aet............. VD— < 11:1 „'T •,T ii:4 u .ii . .. ....,;.: x s LLI LL., LLI Ld ,1111 N 0 0 0 0 Iii 1 Z Z Z Z Ti2 6 tiff— Z VI-r Z ED— Z Z 1.- • Mw-0. I '83D-- 0 %TB o 4i4 l'-1)---1E1--- < C.) ID— I] < 0 IC— ID- 11D-- < (.) C- C--- < 0 ID— CD— VD-- igh 79D-111- V1B 80-7 .all lig5 '..g1 gD AMMMIT 1::::-,' AMMMWIMM■ A■MMIMMM■ ■MMMMMM■ .g9 HO ;.; 1_ -1...... al>is cl IN 11 d 1 ----il I-EiF I i inei- ti 11.2 li .7 El w z 4 1 2 ,T- 7.--- e,ics' 1 ...--7.4 — 0 ET_ 0 0 8 g MYR atm CC I 1S3W3N 01 dY1 133P4PC0+4,-, c, Igi ' 0 A•eld0S 0310M 318V1.0d CO CD w z iiinvn V43.1SAS OH, 1 . 1 g = -57 . t U V i CO a 1 CO 11 1 1 <s iP t 0 . . . . . ° ts_ stn iliF . W W Q o ¢ v ,pj R a a a Y w I I Z t ri ° ' I I I I>-0 4 i > > ; V g a > j m ' 1 Y, _ p J = N . x VWI y n I— 5 i a 5 8 5 p e g o ` n 2 :, .... . o W 62 5 5 W .11I =' Nse � ' 6161.1100010 u) 0000000 5 i 2 O 4 ago =: Mil O li 1' I = u•R G t',11, $ ,n'i• ..r.,_ I mpy ,;. ....,,.9 S. p H 2g1:0 il 11 w q_ k is ; iC i. ,i' is i� •i i i 0 i `s ,d 2., 4 1 I I 0d 0 K - ;Si.-- • y 9595 i v `il��iLIIo�1�C.pip�i i i:. 1! .. i � < -Pr..11. ^^tt, I El t'i.. 4 i Ik gg V:g41.1...1. _II a 't 4 _. ,:" "mu' 1""-i 11- kii'lr 11,..] , - /ill! N l 0 ��a 4 t '' . p 4 4 0 J w ti K , , K ca 0 Z W O J W a CO W U) N Q In Q H CL Cti -1 2 o > O Cl- I U o 2 Ce _ W; — U J_^ z 2 LL 8 5 0 z .. I 2w a U ri; W w CO ai m Q� .1g -;-,--,1 3--, ,,,, , r;.-...7- .../ 1''■' hi T. (f) ' c, 'F.Z.F.-•',f'.•',.'-• 72• i F 6 tiTI i 1..0 1 cl!2 Ld § a (T) 0 8 8 7.)) 6 0 I 1 I 6 I 1 I 6 • 1 fi Vq g ...........,,. .. ,,,,.4... 4i,•?-". NV, g. OS"1 • '"i gigi i iit 11- . 1 f ..6.113V hill V , , 1 d . •:.,. ,,,• 110 7 7 1 Wg; t 1 I in 1 gal T.r 1 11 il , ,....„ 6 . I. at . to 0 0 = .ll I •A .I. 7 ..• illi <0 g Lim] 0 0 1■1 ■.1 i ■e IT cn re-la 1 0 I 11,11 1111111111111 -,-=1.1 0 Z hi.1 o z _ 2 lariliij 211 (4, --1 x w 1-- cn PI Mill NOCIIMIll 0 7 0 —111M1=-A tz EMI M 0 < — .... ■IM• CO ... D ... tr. < ›- a > -.I 8 03 k g w co 0 Lc?, Ti 2 cn z < CL g 2 A ' D % 0- ,4 , .. .- t Ill - 5: <• N Lu i 1 co 1 g <,Il —-- 3 • . _ 11 . u . . i33MS\oro\*+od—o∎upa 4inos—..\►10:ropol^.d^'\alaa(em 30Y\(30Y)Ica9da+O\3 a; i t_ - t: t3_ tk?uJ_h0 0 mW z Y s, __-- �' i G o e - e o ,- g a„ £0 z � 2 t r <I o U) o = g s O 4 zl LLI EQO w m § ! 'II z gyp{•I— ' $W . W p p z °- °1 `� . " Y m m w z ' . . a5.W, g §. < . § r F— 5 w a a . v i Z $ c"I 3 a W = D '1 x . ggo, 6 < g °§ W W i e r E" , a 3� u, $ s .. _ 000000® ® O ® 0 ® ® cn5: j �i%TfY 1 � ( �, ��4,,,,,yk • . Z //:'\\\ I // 11\1 I // \1\I �` <,.; / P — 1 ' . I �3VCS i .o. 'n — ■ ■ `,`, ','..,,,„,:„.,.12:::!'" • '• °n a u ,1 `'1 I iiiIIIII ,g..,,,,,.:.,:„.:,,,,,,,k :. :.... .:.: 2 f,-:_',`, I.51= / / 111 II/ . � V/i/ 111 I Il /I/ I \l /�I � ��` , 'e4 I \l /I I \ - r�. r 4 p , ,: ,,, ..,.▪ .,, iiii ,ilry,,,-..•‘1,...%,,,E,i,;,,,,,,..,,.:,/,,,:',,61*;:.,-..::. .:.-,,,,...: 4 't,"1 ! oo'c, O g i.si °s I i0 ' I �u I. 1 Fid 11 1r 1, , ,,1 I 1 1 I VIA,i 1 tW'l"1 `\^ ,44t,;•'1.A,:e:tr��<,,,,,,A,,,;%,.. ., '„,,;.,.:-',?,5- 4,1,,,,M Jf�` + e,s1::0 •gc1sZA•�c?J�y4��ti ,�<{'`'^��� r"' �V:u✓i,.,l ▪ _,X24 W :',f��l+r'S/2, y ...-� ti 4,5.!...,84.4-.J,.....,z d ., d // I— r r - [yc., s 1.1. 8 ° o 1 F 1 II i1 °� ��-III i—W7ii 1111510E III,'?, . • o CI 1--171'�1 1 , o '�° .Iiiii1I I 41111 i I_ MI 1_2,__I. ill% a .::.,....:1,., .LII - .:43-.4„0_ i—a-.1 — . .. :.. 2 , 4__II i .. e.o,„,- 0 0, isii IN . -:-.----ii • o HAS ! ! u!! Q (I 51 , -1. '.1 ,‘,,0;;,-;k:-`,.,:c'0,:'.M,51,-;,, , 5.‘;.;..'-'..2.-.:.p w < i v ,00s 90 L CO_ i v t 133M5\',]NO\Mmd-o1Wod-V1no5-CL9l\►IOL-R'du+d-\eP d 30V\(30Y)..c9:10,0‘.3 %Ci fir, .-r-__I W m _ k ■ If yf g, Z W U w.--Y�i 1 ry _- - o a t _ O O < g W � 2 o 11 q ES IS Z < EWE Y < d ES IS y W , w o . J g g o d i=e g N 1I.1 W U U � It' g i xo.1 14 I 0001 ,0: ' Ill • Nii lir) .- .. / /// - __,, ,,,,,, _ /// U • _ _ '- - r MN it 2 Feu,_�1„_=E„„;._=- — �,n n _. 4,,s. .,. d Q �0'I .5: a• t tl 'u I•4.aAf; Sg gg . � .�z 1111 ,00'L LR9 g.. e 1 I I f 1 I li ! I. 16. -2 I I - 19''''( e. 1 ifillig II:iim ih A _. •.,... , •., . ,., . 1 1 ,,,. . EN ,„, < ilii t S k T1. m H-7!'� I /A• li ItiF 0 w M 1– C■1 z m a U = coz © J • J 0li.!II D C ---- \ 11:.�=11=. --.__---_. ._. _ 11='.411=11 11—.. � 0 w IIy=11=1111=11. .007 11 Qf n-11=11=11...,-. > O Q u'.-n=n-n=i=n-=u= 4.i l.=a=unt=o_11=4.0.T 11111�(Il�l-i-T4u=il�I�I�In�'i = • � u=n.arll—Il—Iu—n—n= � J �' I ?co , A_ a_ w i III _, z 1 z i ...-- =c J e� -_ ==7 i=ii x J Z Lij n =i a s - U I ' 0 (F 1 I ■ = z If III-. w ' - — nKO T aA A 1=110-i_40-"- 11-3- ,4-"- a. .99. I O w M J ass J CO ii OE"l Q a. L33.\OA1UVuo,rolupd-°1nos-a,A Oz-ePokud-\spcfo,d Jcv\(7OV)•°ad+a\:o a z m o Is I f fi =m oa ,Sd i i E 7 ,-0_ c 4 m> Em �p I acs ,Qu a ` o O N N 5 O N m r 1 y 6 d � E ° l' .2 ' 1% , O . Lb') 1 _n 1 0 0 0 0 i 5 p m m m 4/ IS V M. u,C41 OA eV N >° S 3 a o° oaW_ a3• L. ,^ = m•n n-4 N SS N � •••.. 9f.'�O?� ag.R x x i O` m o O ,''ti.PROFf°'y••• z2 S M o N O, N O tl' C 7 T vL c o C7 W d n n n n . l0 N illg U Ool L d °o $8 a O i 0 zWi t Q Ii ig 1 1 m c c ° m �i �;_, o p NE o E 1 1 1 agli O a O a O 5 LL, & >> °dr'u XO E n X0 °a Ql 8 888 N y 1 O yO \ > it o o c ° v _ 3 > > o 111 ��l:_ N <o g O O m 8 p 0 U N.+ o g n .p•g Y N o ° C 1 I V I \>> >> X 1 b1°w O° LL7 O O m v,8 0 —�' S ° R i i n m ° a n n.Q i N a O p i o n N L 4 oQLL- N n .. LL.N n < F- •m > 1 $ LL- Wd n n _ 8 Q m_ I L §0 . a h 75 o i q d n_ 8 , a R 8 au H.§: I i# m v 776' F 0 P m 1 I 1 m C_S A R I -8 LV I M A r{ "4m 6 a s .X g 6.m g °°a E m r Tc 1 m i m i.$ N W CO J \ \ \ \ d \ \ \ N L °l t d �O Q --- w 2 O a s u w m=a : " § va° ° .ag aSllti °a o1 i§S. a 1 b tea@ 2; °a 3 3 c a v aN$ e o o N 6 6 c a n Z 5 a m a < ° S g N x N i P.>d< N r < N d N A N i v W Z i pp �Q 4 a (n Ui N 5� C� „ 0 aaa =�A F.16 .2g b m E no u n L v�d c e a E E -0 I 1 'f Go E df c n m c c N c S b b - c 0" ! ' : �' o (n n w N > §Y 1n 2 V E b i • b° C°i EB i I N p O o C N o D a o6,761R N o S 3 d $ 0 6366 O 5 n gI (n C a N a N O` ac — a 2 a 'd N c W -_- C W •0 LLl W aZ2� m ga -= = s 0 v aaaoa o 5 §§gogaag s 5 $ §§ O v sso �@ CL N fl o o d (n N _ _ LL N d 1-- N rid.A. U N f f i f i 4_4_41 U N ^ A A U N d u o V t. i _. 1-33H 5\.+o\+ro:ro rv0a-•.nes-czrt\rwz-.,40..-\op"(o.e 30•\(3o0•oad 4\° >>:tF� / tC[= tv 'J z a '. 111,V 4 Y n z r G m i n i g i R. aps f:: a iii C i O;w `1"F:io=:p, 3- '. 1 e w o 1 v 54 g i<3 `N Wdd i 3 .. E§EER * 0 F. v u ug v .s'.. N ipb G gWa1 Pi! >. T >, N . x >. >. <oQ d 5 Q = m ° 5 5 - f v v v J v v P. 0 y . .. 3 . . °v a. 2E ii 3 555%51555 . 3 n n 1 5 5 5 5 _ _ 3 >° _ 3 n 7_ .2. i 98 w r z 5A� E g $ o v ;$o g U P 2 r X n 1 m m m 9 § -o a •a -0 4 § U -° 8 R i- W CD J 3 3 5 5 5 w S i n £ c c `7 ° N v N p p y S g, X 1 8 X 1 ,- .3 e e c 5 5 5 5 a o B ° . g J s p U A u 5 b 5 5 N C U - - $ U N U a' $ V H U `�-` _ on vas tel]im • °4' eEe93 3 3 1 oar oar 4 .2.2 ov L.. a cc co fn >i a v4 z z z z < • g In a a 5 a 5 a 5 a S a 5 i. `2(/) < < '1(!) i. m(n < rl U) ..¢ 0 W Z E b i g +J +-, 5 E p y, N . F Cl) 4 E s ! c 8 C m ° _ E e eke ' ° D _ to 5b il gg'ti a 5' Is a r c < C L I- a a P a ox 1 § 1 - t ° b vap L. 33 ' 4 t S t S U n g 9 g g 2 `'. 1 .- .%° j• .. Q• q 13 N 3?. 48 " i , E.. X c.a Z g b. b ° tii10IvH u . N . . g N ++ N �r a v 5 1 ° v 3 Oi O z O 3`E a ae 3 a N O -... O — N ..O p -.O.. in O. _ W • g g -D W g N W -0 W L W W \° _ pg g pd e3 0 0 0 8 1- -1( = o o a o g § qo q0 qo qg ii p = o$ of c = g $ ° _ I �— 2 Fp_o F @ / N N g R_n n n_r n'i Q N N n n n n g R N N N Z 8 R g D N n n N n_ V/ V . r • . . • • ' . . . . . . . . . • . , • • . • VSCI3—4..el aimad VI.,—go.ivmor s tor\omaVs :- .''' '', - M Vr144-i7 i t Vic,-, / rit M233)1c) 2 I 197.1 bl,Lp. '.aU,131:7„..;,./.. r 3 o :‘,..r....- a .1 15 S _ 4 ....c., J, L I a i 10 i In ir4 .1 2s e i 1 ; —J 8. igl il 11 ',11 — i 1 ....t. c k 11 11 ri 0 p,2 mwg '•::. .- g i ik. i i cn a FAO= — — •7.7r 617', R La 6 I- !... _•=.L--:'7...: ,4'.I:: LtaZi.ft...- •• • .-.-L.. zw )- a B. IR ill: 12 g t 1 4•• L.L1 I nil i gs ,. 21g. .II 2 g9 Ei do il i 1 1 ,i g / 1 g ' fl• e- . ..,...„ , 1 . i a I I 0 • "I IYI ' IOC! 5 i i 1 1 -----. '-'44$''- /• --___.....___ -------1 7----=.: / / ' --: ----7---, t- : ------... , --.1 .. , . ---.............. /. 'P.:' ' i',... • --------.......J i.,t------------ ...- -.........._... / ..../., -..•. :V/ .-: . WI "-"• . J-sti ./ .-- ' ;•-•.., s•-• . j .,. ,,...7'. 11..11 ___ --------/ / _:.',,. ,',:-.,,, -.----( \.',,-5- , I ___: . , z, ,... / --______ Ek„, \\-.2„._ .-- . , . /,...1 .- - --, '-'/;-.... 1111 -__ __..........4 ........ / ,,F---._ _....._, .• ,• , . .,./ ---. --- ...\ ;,---,- =-:: i /1/21- - .." .. ft. 1. . 1, .,. .,---...•.....-- .-_______] ' /.. ..,.... ---.4.s. , / _:. •f4,\ ...`"1-;..,...__. i 'I /• .. ' ' ... - . - s- Z' 11 . / q! il.: (1' . '::::. ,.- \ LI,,;',...! -:.:2.--.....,._, 1 1 -/ -..- • ./ ' 4. 1 -------___.4 /..._ , . •.. •L., -..'2. ..-"' - , , , .—.. , , .,._- ' •I ,',I .., .. I --.----""----.1 L.---1__ . /.. / '',- - ;•'''' •'. '.I, I ,--i,-. //'-' ..' ,. , ....:- .. . . /.. / , I. 2-- . 5:51 ./ %. / 1 / (— -/ St. i''' SOUTH OIN TCZ-P.AR.< I ,/ , ....,-- . ..- •' ' , . i / ..,-/, I. 1 .._ / L.------\ / 1 , :i * * 'te g * * * ttg * i• ./IQ)*6 1 * r „_ eh 'i * * ' ' * /' I; ' --- ....._ • • W r _ 9 .....9 J9 , 9 Kr.....h• a 1 \.. a. J ' S S*j:>--S-- --511----.1--___t/Sir • 7'1,-*"1/;;.; -.9\ t 3 0..1 3 \*.* / I.t g• ;\S\ -,S;;` 9\''•-1"7:77 /1/11,7 ..*I,.' - 1 \ .....3 I :.,:',/ cP § 2; ,. i . Sc j\ N-A.1,/,..-V\ • 44,446, y- ,.--, ,c,.A-0.,•• , A-7,,, / ,-:/./. 1/1/' ii,....4.0A■ Nremet,, ... , NTr'"Nii-VirWA N-.A• 1M- • I ' • Atk— : " • ' 0 2 :.- •-••■••,' /ti. r..: :. . /),IK-77,,,,,,,ToN ,...V7, L .,N.N.\AlfrA&Nr. iii/.....j. •i 8 2 = 0 .1.•' ? ct i 0 a. •Iii* 'fr'5'.,4 .\,-‘,',.it 1.- .5- .. . %..fl. ... . `,,-;,:,5' J...-i' .... .1, \ ii" . . .I. al ..-- 0 -------- ir ,- •, j. I .SIMomE . ,A/SI■•Ra- :NI/.. IN 'MOM, . SI MEM" - EZ ........ ''' --.- '01 /.' -.. .' \\ ./ 1// ,/, \N -.. / . •:"- . -../i Z 1.H. t 1 ;..- -- •,A-41. '9/.3-7 ..:3'• ;..3 • 'I -2. 11 9 .- .---...,„ • 7-...,,.,..4.7. • •/:/ \ \i ' ' :•. - • ' • . ' • (./. r/7 ,.. ' . •• : .: -.' -• '--. • I• • •• /i .....____,- -/.' 1,` '- I ..._.., g II / a , • 'La /...:4- -y.::,.,i.:, .,,,,.:4-....,i „... a : :. .7t;•74... -A -4./7 ...1 .. 1_ _i g , ,......_ - -=--------------- . tov r ''.'•:...::-.:4:'r::):`i • .:.---. - ,,,. /./ ca • . . , * i 1 6 ,,..,, . .1. , •7-,..„,,, . • r - / .. v-• •,.,.;;;0.-,7 ..' . / •.. ...: w m 1 -..-:.- i.• -i_c,-- . . .—Ca 1 i . .. ' 1 ;O I . a 1 :•,-;,.: . ,14, ,71 ..,:. :• .....".:. o. <Li '<.>';:',"-.---, - .: •, .-...-.•:•,., . . . . _ .. . . .. - • • • -..< '' . , 1 , ... .,-, .•.: ,, . , . . • . . . . . . s vsca-A.d.1uPd...S-90051.\•Wr SIOAVACI\S , ■ i api,7 44,4,T 4 1! iEii1.1=41=ii1 1 ,I=i FFEECJI51.4)., -----\ t i - 4 1 op 1 q illE e I!M g 5 in 1 ,, 1 ; Pg r 11 1 i P i v 104 9 sga 2 w 5 I i , -Lq"o■ r" 421 A 1. 2 r4 a 8 24 1,6 2 5g PP2 g 2 ag r& BE fl % Lla 3'•,..1:. bg! ilgi 1 6 2 R± R g a 5 0 8 8 G C) oeee ;•-t.' ;la lilki 116 11114 e g X 2 --------__/ ts"------- / . „,,,----2----__ -' -1 1 / /=.6 I •• •• e ....-.......___ -- --,...7/ / ' 1 - .-:./// ''''' . . ' 5 ' -.. , -----__ ...... .. /..„..._ e/ /7■:•■:, 4 // .53, , i i 1 J., - I 1 1 - -- I-ii IP -■'. 1-- /-I •61 / 1- ilV /, I .• -, ,I- / minp / 1-- / L ! . , ..,.- ,. / / tiN i _ , r, ._ . .... ---:=: ____, ---- ' 1—__—_ / ?'" i i I 'I' -----/ -_____/ / / __ ,.,, .,.....„, _______j r.: __ / ,:, -,.,. i (:),, t// / z _ L-- ,/ / 1 al I L.-_, , ./ ,-1-. - i i.A ,-;-, SOUTH POINTE:F XRK „ .. ' , ! % . g 1-/• • gz _ . , e • .. Il ' 1 . ... / . / . ft 1 14 .,/ i '1; tAkff' /11111111111 II I': ( atm,Jo litil ---.T (!) Er // --,•••••=7.7.71.7:— 1 //• 1 • /) \------- / :1 / T. 77/ \------1—„ ' \:— / / 1 ./ r‘• /.' /I• \ • // ,/ ' t • / '2 co /I: . / , >. • , c4, u) /I/. AVAIVW11) .■tlak..‘ -.\/-41\41411\1"..'‘IP'1114- //\\*/ / • If 13 0 d . Narrr.,4"1,, ON . ltiOr \ ir ii' / 8 8 5, rii 4610140m\s„fitiffifr\i . —I 03 11.1 X 0 Z --—------- / — '-,----/';,/7/ • '-,- ' 0 • ' (2• (// / /, 1 I/ t f. / - _ 7., 0 _,.__ 1 ,, / ,,,,o-, ,:._ :::, ' 0- -,1 ..,_ .0 , ,,,,*1 ,/ . _ ..........„. . g 73 V,' I 4argr.- -4,,. , . .,• ., --T-0, .ii .gg. 1,, , ..;,?,.. _ •. - 0 • NM i"° ' 1 i 8 . 1:1 ,..t / /I / .,,, Mil 'la U .P .. ' <b i w 01 / 03 11 11 y;., I a ‘,:•--.., , - ' / 11.4 • , i s,,, i7-:‘ -` ,./-/:-.--- --:-.-/-_. . . , , , ' VSCI3-Vod•l'lad 47no5-8W51\.0q'StOZ\ava:5 o ea'ihitEal,.J 1 g I5 3 o 9 i _ ! „A° o � h °8888 g W 6 �< __ IC n A MI gs 2 _221111xax sd L i. °IA. c Ili < 8I a—aaaa-a-a-a-a—a L !• i 13 $ �— �k l cl Ktiti h!! 1 as o o sgg li 1111! 3�,' 1 7 II N II i 1gs1as 1 # F IV g= Iisaa'a o1 I LID f 01 8 `a`a:8 3 9.B.9.6..N9a6 � 1Rsa 'a: I _ •° U 4 87...sasas1aaaaaslaa�AMV4 21 1 -I ca .1 E aaaaaaaazaaaas�: i WIN I �d �`� a g L Xiy 3 ss : M0 ii "� ^g C. Ii d1111d SX �1Y?11 1 3 fl ._a'a a ldgM 2 e 0 i ;s' —,1,. , W a>7 tot 5 W311i g �aa q �. udend 9 s � i :: : a aaaa .86"50 19 2 yy”s 000010 d Y s �� R�9d9 g t s a i tlr o� fi 3�x , aWwa�r rc g 2 I Lsa___, 1 II I : CL 2 , 7:a ' t a- Z a — aaaaa -3-aaaa- -aaaaa . da=. ■ _=�uit 0582 f222 g18daa Z da 1 ayg 3 ►: r sEid L° as ad a -°°°ael :2 -A is C�.=.. �� E'''' 2 ' 4 \° E.F. 3333 $ .,_ � Xs WNAQ 14 -. R Illki IS E m i g � .i8 pp e �1g gg 8 � hi! J ii $:\ • 4 ; < !A qi 1112 y 12 gial8 W o /AA 1 :: '1 IA \ Nii4e \ ! 0 iN\ a —1 11 gli A g le PG ■ le • .e agoo N w o 0 a Z 1 1eb Ili PI _1 i 8 5 K m$f g IIL 11 mi —ig - , a ill 1 Ii a 4 8 gia i t 2431° g" < ql 11 • 13e � as 00.11 i"� ns i i. w.0 ceoffi .., a 9X - -X - A w 0 y 13 ! W ;1 1 11 5 a : pm aPER �_ b (�3�j yg g Ps• R pp�gyy 6. a� 5 g i ni g * st2 e X !hi s1 N d "g a g a� m E 1,7 W r i 6i N O° a Vq l 1 a ga a,iD g4� 4 xl a me; S 4 EN t e Aqip s p d $ II. �3 >le Haag�� > b a� ; o g� ° E gp.P� 11 jay 1 ill sg � 3(g� F�e m� � � Sr- (rill;hill > 3 C > I z° rai l I T 8 3g lg>ix Iy - a'5 b fy Q pQ ill A aft aiN=§� �a 1 e b b 4., 8e..§. 1X 1 1 1F l 1% [2 r N rl i d d n d d C N A i d 6 vitslc Wg . I _ g _ o D _ ' W -• ri < z3 Eir:==•ii,uiira 9 L: ; a z�J s • a m v o 64 u8 O. i i U i m ,.g < > I gggl g 1 s� §§� • 00000000 / ' I E t ,: -g •a�;" ate 4y-.. yid ..re rt, ;qt , i P ' I egg / / r------ / i 1 1 1 i -/ / 'ijlIllk. Alliii------- -----------... -----------:-------"/ i. ,.444tit.0441 ,11P' • 0 _______ -----4/0 , / ii i 0! ' _____----------„, ., 0 ....- laiii(Kvo ,..\ ...\\ 1 - ,_:,_. :,,,-' -' IN le I I !: .. Y 7.,,.. ,,,,-\1. 40*--\*# .,. . • „ , I.fir • ,/ , _______, „., .., _... .. • •... ,.. .,„ ,,,,\ .., 10, „ 41 \ :.-:-.c.,- - -. 040 .0 • 'i 4iiii / 1611111,1 i d ce''- ~ ) /i ; � I.(C14 _J \ tl Z Lj t I d r,_ a r I / W ,-- 4 to H ; J / — 8 — Qz a ag m x CD W z 1 3 2 u M1 ffi MI O < o tI . ca 1 ■ . . , , �� C !_a-ti-p 1,5 yd u ! S w.. -. ' yW tau P.-< ,r �BEr®W�fll O Fd Sm o .g., i r ' WUW aa& � i 1.. pH ti§§5 §ss i ij e O ;111.1 LSD 2 P2 3 - f - ee H}- gt-' iaij ! F i a9 Q 3 A i II i Al p i 13 . 0:.• 1' � '-' -11:1' ' s g za 7o co 5 s x EpI g1 Y — — — -- � � e W as , ..: , 1 5i O %r Z� �33d�i3 3 Hg ��'< � �, 9l 133315513§3 a Z i 'may - EEE E i C• 2 $3�g 1---.--n m S 11�i 1, i . a n.....e. L-T-J I O O g o ^ . + ' W ��yyW E i a f ii 5 ,f . ssq0 ii R 1 1 11- oi;�� e lg'. I 111011A11 §1 f 0 it 1I II I 1 1 111 -1-,412 0 t t_E�W __�_ ___ x o ce d EM010000011010111018000 11i di . :_=�i g -�-.5 a a =1:11::11111:111:1:11:111:11 ---C.1-11412 ,---- R 1 IIIIII BBBBBBBBBBBBOBBB O 8 W Z 3111000000101000001100000 ° al W ammmm=== H Q z c is mmimommimmm Z ®mm�mimmmi ESE E �Pz . IiIIIIIli -I+H a • 3 1.iIIII. I ��n ... N�b ii , 11111 .11 l 1 ° a. z ii: 1 ; ! EIPIIINIRE ' 0 , ii,„ .. , , , i .• ., ,-,. ,,,,2 E s J .J W1 O p i 2- -9� gg A . <1;:-.El , e- , . . - .. :;:iise,_"-='_:7,--.ir Ar 74 *. - P - h Ira SEIE1E114;710 4 liElla REPO I I . 5 1 1 1-1=70;40. 19 rg 61 , - i 6 P 1 Vf = 1 F- l ---; 42 .,- E885Y. 1 ; 55 . iz 61 ,-;,;:eeoGeoseeeoe 1 --. - -- i v I- z g w g ,,,.. ,.; 0_ e z IQ g e — o LU E 'I 2 ,___ 5 r•Mr. AMINN!M M .:00',. .... ..1. - , ii, 1.,,...■ ,raiiii, —...74i.. W 52§ ""'-'•--.±..,--.... -,....t; -1 a ...301 ry- ,•4. i#1.::11' D LU Np. f, -• i' 1 > , w m 1 3 0 II Z J11 ILI' ' El Cr) (..) U) -J 0 0 Z — 1 l=".■ M' 7 C.)8 1111 119/ 1110 g; ti. : 1 0 1 0 al 0 7 fak. -.4"../II■1 CT,.11.IR4 k7°A'..■ NEU 1111.111WEIRIMEMIll i eira TIZTErrgell . Illtr,1 w 69 1 E Mt ".1111. I 21 f21 "Mill. I ER ii 4:-21Y4YRY (16117:11:211[33 2 LA' 9,i gi4stsoi F, t 8 0 ? §$7.1q al, . 1 1 111 w , til . -.1iDo - Ili .- 811111°2111 A in• > z a'Llz33'; P.-111 im671.-FL. .-._ .1 . . 811i=1,41hu iii I.. .. ....- , 11 ISPlingI El it!. I ..-!, .e.-T, iiiMi raiOdi i- z m E m 422IJR2;2 ° ' 1111h• .....4 -15 1 _,-.;;,,,„ _1-1-1- -,_-&-ft-; x 0 I i s M tri 2 : e.111M 'w ..WN '=-■1-- g -- ,-.■■=, g i 2 16-410,14 . 2 a ' tip: 40. D my.* o Norms °-6-,-=-----'-' -'1=...:'---• > 1 Ial! & ill 2'RE A -J < U gg5 .' 0 a 822 0 0 %b o - U-Juil Z ce$'2- 1:12c7. 11 0 w . 1.1 , . . . . . • • . I I . ... . •. • . • If U g,a I- I rn a 3�t + 7 E 3 3 g "'-1 „n8 Q S#F o � � �W. u 1 I Cr) °II V •O u 4 § : ■4.'-Al ao,occ1d b o.J 3U P . ...'I—�- _ US�`Jf( O g< Z 9 0 I _ ; p m g� o o 0 o8 :4r,n mE10,00,1d o c I w Z g ' i JZ 1f 1a c 8= I w p > z 51§ To" U-1 5 I'-,1 § U) - g LAW= ^ OOO O U Z = 4 (I� Z —),n "i u L ` O o ; ._ ro m.r <S n� 3=J X y 0 ' g O UO J,Lni_` I3 W m J M ( / .'\ LU LU a s 1ubil mBOc'OOSIn 0 I u,rlo m r w w n ,46n msoeo0tln 0 00':0S 4: "•{�/ '� _�I 1 Ei 1461 msoyoorn or.% to. .1'1; 146!l mF.OH'O,lSl:l,��00't%t ( 1 W Z .. . '`' ao. _ CO 1- �I I . c —1 Z= • p g a s�'� 0.1i o 4 4 4 3y�tl$p J id Z %ii • 'I MI I _ El o o ® N:p,a®a o a o N Iii a�pr� .-, • 0 D. } a rv^ V U I I _ U 6, co n III 0 0 w c cc o u. ❑® r U Q u�LL 3 ❑O 0j pp CL z W 1 M `' - III Q g 0 MOM CI o90 ROM a o I EA 4 li urn 4 i gal 1111 • - lel a 1 L SIa _ Hi N ITJi a eAll i A i 1 : 4: i. io I iv gy k h gg gl x Ng i h x i NI II b dl' '°i' P X11 i b: g o ii 0 -gi= it g 14,11 " 811 Ill ; g ;Pil q � pe g Ng 1 1e �� ll .gag �5 €� . e a a a lb :1 I yg I xi i g � 11 � i �i ������ 7� ��a 88� b g � �i 11i ag lliel� ':' )i Le � g g gg g � �?a g g ; € g gi �' I: :fig i l _ gqi MI: pi p b !Pi i i ii; iMi i 1 IiIP " G1 n ' aaa p/ gigniii. itsii : 1a i D . 1 ilxii ii1 1a si+511 a _.„� ii g i!P NI II1 �� i �� IhIli � g $ ! , � �0 g`�j�, e ,QE by9yp p� a b® 3 <G0 1t A OC it G 3G3G3 { �i � 1 � hip� �i �a � � �b �$ g i�q� � � � � � �b � i��� � a yr�a 8 1 Agr i $3 p g qq g w3 1 g @§ g ; ►. IE II igi G �Y 1 '8 ag iji gll a x Phi i a w g l' 15 $3 ' n19 $g ' hl . € 4! i g ' xi g1el i 1 li e a 1 ail 14: g if hi _ 1M VI gg a as d- J s B @ige e 4 g ~z 1 Pg 019p la Will ” di lib kr anlio 1 1 RI EN ' i i kit $ 11 11 gi 1 ge # $ s 01 41 ag 2 i co ab g3a, I IN gi 0 11 1 513 1 - 5 vlid §gi 4411 pi 1 1 a gigg i 11 § gi, - 1 ,1-§! i P5.11 ! 8 i A i 'i ILloi I IPI:ii 141 ill li 71 lag* il 1 :E 1 I I- 0.1 "1 a ° � .: ' J � c 2 I w Z <ii 11 — Si . 8 ' ws{uwa,nx,d\air+s\BJODVSaA\moon,,{rod a)wod woos seoau\-,s\ai5ro,1\.0 i _ o E IBB BC�f �l b :,d 2 = G� +`i b ) IIIM • iii b ;Nir `i'' 8 c.. d . 6 g . tut a� ii 6 ti 2 a of .5= - -la o L i-- -_-- __--- 4 ; - `',-..--- � � - m ` N m � �I • . +r 3 v' + � B, / ; , i . t;' 111 _ _ � �f ' 1111 1 ( RL k�� 111411/1111 111: 1�L y / O ,� "1,..1. •_ d a 1' �,, + 'r4 . i','.f a0.%; .r„ °Py� I - { 'Y• { _ � 111' is "'" SOUTH POINTE PARK „'/" 4 1 •• Ii_____-1 r 1 '" , 3.,.) „P.2 t.k,',;•:_ /77-;•,.77°\'' •,,.4.-"," :0 7:: „:.....,,,_.„, ..•., . , ,... /?..,, ....,,,„....,,,,.•,, , , 8 a ' ':11;''::P:,:s;:. '1'%....-••''''..;;i>'' '.;/iC,'('V". ,,.,:../iV:.;i<711 ::"..4-:-.:-\-.. _.::,\'/ •: ..,:.'.. -‘..• ..:..■';‘, .6()i rl., 1 '.- \ )• ( : / r l ~ rid 0 O ‘„,.._ 4, , ',, ,, 1 A.:.;.: )0 4./e. . $1,./.-/ ::::,-,,.., .....V., • , , -..,.. fi,„„9.,,,,, L d11�� \._/.., `�� \ �` r �_... / /� r i //?\ L= I Li 4,, III c� � t\v �'� s„. - / ,:y a..N.:': �; /�- ', a rr N 6r } v m e 71=v y� r 1.411Sk.'%7 ,'N,%--2.7- :='' d� �O�i►'w J,� % (r 2 9 C ” '�"�'•�l1�,� 4`a.g?'�� 1� �•Lfs rs :, c 6 /7 rN Z 6� .,/4 o�•�a�+acdaca'' '. 9;, rn.accee�s-�nnca�»aoa r-a��a o��v�c�,,' :a. ( II ` o d,,; 3t g I; C / 'oz. fr It,'., s ::M' r�1F W a: 5 v ,n wouJoJncroJA,3,,,s\000pnoAkcio,unt, ,,ro,upd u,nos GE,,,,\15\•,..(0,A.D • 1 cl. Eil3EllAn' t la -EIFEIBIPIP S i EBEEtla7'' ____, 2 f 5 , . ,■taa-4,-? 1 t t '2 if 11'Z' i t. 1 f•I 8 C.) L.L.1 .sa, 0 L.L._ z o_ I-- , < Z L.LJ a 1— _1 < a,w ti 6 0 < 0 I 1141 i Is le Nk, . I 1 Ig .1 ei 5 8 1 1 !Eng r - ;y , - ‘- .,,,--' s ,- 4 .1,. I t ---,.h' 'q,6.=.' ,, :•.f 7 „ I.- Yif - • .:,;:5-,- d,) i 1 • I/I ,-',V ,I,,,, •- „ =1;1- _ ''' !, .- • "•ii'oir - 1 . - 'MY i ,"',1. '' ''' ---.A g ''„b,!-H,:.:,-- 4, MI ''''',,',1 ■, „ - G i 1 -■ !Il`t?e,,,/ lig .. . ,:„..,:lif,i'!., i'-',,4. -i;" ,','- . 11.,,--,,, ::,.,.. ., -:i- ,,,. ,,,,,,,, , rel: --:,:...,1-,,,,-.,i,,,., up 1 -, SC.7,? •-,''.:;',,...1•'-,:i , •,....)-=,'.--,,-', I'• 15 I 't., ''' SOU POINTE PARK . ''' I j' l''' Mill i .,,, .: -. , I), ''. . ), ;-..% .• . . , i 1r . ' ''' * 'A: it; '':5' — • 4 ii2.= t- ;4'-, i' / 1 ,/,' n it-'-' ;* * * --,21'*_...._. 243------ '';----: -; -.- ,1 . ,/3/1;/, / _ //. a c i _ ,-- . t,/..,/ / ,/,'. .— 1,21001 JO IMO : • i ,_ _.-_....... i, •.-r-- ' '-':--- : , ; X iqr,,V444‘...',•77 :: ,:ii.-',47:2k."' '- .''',.::::,,Z7,7:71'''''.;..4'*.‘..771 ' :14.•,1 •,„,...i ; 'L,;■':'').: - ' ' i• q..** :1''''''',,, \•"v ----w,-7/.,..._„, ,s.. 4§14y.',..7. %'',. .k •:.,,,,'' ' " ,-,.`'','',.'', ,,i' Ei ; '! /, _ o.. ., :.,, y*1de- ■-,,,, x ,• -, :„..„ ,n II•i .'...e s,''.?: : ::',':;,,\'''/ i5:-.\ .; ----7--? :"..0/:.,,:'.');'; ,.:,,,i:::....A.:,■111P 0 i it:.: 7 ', -4---' I f-.-''II V:.-.:/ ,‘‘-';.-`;'^ :r' /-A; .,',4;::* -1'.;.',V- '7 N\'';'-'),N.■ /./..;.\\'7 N''./' '1 1/ 1 il ',. ---- ----T. --'.' -' vh. 1 4%.<(ON" \-7 ••>764../:<>: '.1.)'..< N N.<0/4,,>...-','0 i.V,: ::'7 / ,ir ". „, __7) 0 ix co A o. L. . .., , , ,.,:..i. \.,./.,,... . -... ,.,,'\,: .... -, ,/ . ,,,,,,,,-..:',. ..,.--.),:.:,... /A-7 , ,11, ..1,1 e c, ,--_,-::„]: --- ,-,,,. ,, ,,,,,., :I. 4,.k,p),,,:. :._.4.-,0.--,''-..,,,,--':-:. -,,%•„,-/!cy..„, - :,_-.1):-., .. -;-.:::-..#6,1/4'•,/, '.."OA ,... it, 1 II ' 0 C' ' ''' ''' ,, --ild.11.:.* .).%,-...':.' 4-1,-.:.>:.s,,,,,f...,,;(,.,--4w. ,,:.. .,:;,-- ,,,,,,.N::-:::-.;/.4,-.. :,..,, , ,,, . -t ,;,, in' ,Ip-., .,..* -:.,. :, 4,,,-::,-,-,1/4,..... •:,_.. /..w ::..i: - , 4 szt, -..41, .,.; •ts,,..*:,...,..•,41 11- - § A ''' isittils, ‘1,,,-- ''.. t.,' :::.t.„.,i,__.:,",;? ,,,./'..S.:'..:''..4t:,— ***a, :44,.,\,,. -,,,,...4.4,§;,,,,V•AP,S,',/ (.,' '. 0 ---' - ----,,..,:// / ,,*-4,*:*1._'-'7,&' •-,'-,.‘,4-s!'*--:M-*,,,:'.;,;/...'."/41' WZA:*t.:::.1 ----M:0:,,r,11: I) 4 co -- ,,,, „"', 1 k.s---.-- --,-2,-.-----7,-,--- -.-t",-----* ,-;,-.„: - ',.--... -',_;.', -.',L._. ".: ',:•• ,:ismililiiica.lipi",4,2--;,4.:,,i ! N i .,_ ,:.•;-. .. 4..sama 4 : , . .•:-.6.... .,- '-.2; - •...,,,,;..,mmm, ,,. ii Jo . 17——=—7-Lir 47,.;, ,,..:.-.:-.,:3,1,..›,-...::..:,.:.,!:::;:.:,-:(?‘..,' ?i,:f......F.,3.(.-.::•,-;:/-4`,--',-.r.::,-;,:.. ;',.,:."-::77',. .1,tiiiigy : / fr, , ,E, -Nrame......-caamm•ratsber,,,, ,-,..,,-.. -1,- ?I ; I/ (4'. " V'''' '''''''''''''''''''''''s' W;T:TRFV;;;:T:7:*C.,:- 4: A '- ,-,,"1.--'-'`.■.:'',.i.'.;•''."."4',', i'f'3- " ',- , Mtl' l ItiVs* '''''Y' '..', ' ''' `..V.:;:..`. . '1,./...•-t 4,',..,,VV 'VI -A 1 P / : , * . 1 p z n ‘: , w 34- 1 7 L•T, • , -::3) fl.?;,,,,,,,,,..7 -- / . i 5:- ' . . ,,,,, , :,t,,— , . ,, , .., 4 8— -,,c, t. , x g <)1 \ ''.".'1,i'' J J : , / ' / ' 5 _ r LLJI▪I , :3 \ :/ q , . ,-„,i-:E s'l I ■ ■ ,, -' g ‘ '1- " -:..74- a§ , : ,7 , 'A, t,e, ...\\ ', <I ,,,„ 41 -i--,:-.. . . ,i,. ,. :.:,., _. , , „ '..w ..‘x , ,./. .. ,/ i ' ..:-.1,..,.. / !! 1 - ■-.! ,., . . - PS 1loummao.dV33X5\�wvsa3\c.11°,De,wd ' d nines I E\ f�d\� __- := 04.1. =r/ I g n ' S 1s Ie s 11 k ill I r" W a J �c 3.‘2 9 O Wz d i L - i a F°J cZ Q i N W§N g Z naC w 0 ^W WO�O ).4' f 111. 3 :. - /K ---•. `., ...•r u i° O O Cwt a U?C r^- oU aa U w woo ZOa o¢ ° a a N 1\ \ m m« E o u 1 O W m w ;iWJO a UFU W OUrx O m y ° m- wJH � ` i m N:Y o• 00® p NW�_J imiN O0 NOO f U-wZ ° Ny3 N 'Z p ', ■ \- , ' -2 r°. ° m W Wa _ G FOo< ..,,,>, Di., ar -- 3 O W Zw //I\` ri_ ,I t,L .°. m Z H 0U V O O U K J Z K W aU OU VF U W m / v/O -m ) J ;,ll '',4�! 1•?l�/ a a a � U p¢ U � Z Rw m z a~t K, . T i /,-(r‘I'1,"-'` vs Y m 3 a- 7c'Wt O p .'2.--E5 VS\ UNm -HNO w c a Z m O �( pN -,.1]; : ( � 13 W o✓a z ' ' o No Pi a 7 N o in a LPa�-V1 ��- --.4�,t.-Y ',X,_-=— W ,'7, a a a m g� � l : ::li Iz 44,'9 H h.1� �I:tl a __ N m N o I 41 rr` rrz r,? -S-C, •' :11;.x_, _ _.. ' �«a NI �W-- '� r',-'� r n II=O, W n - �a z ml N f r�l ° ao thh W cc .- (r. 3 W p Il-f r -- -Milk�I�q11= F —`—_ Q Z a i 11-1111 ' aI�;I'! J - _ ��! oc�ar¢ -'1 1=111—,1 old; R 7d _ 7■ r O x _ I_.1�1_ nl�_ - Q ,VI tocpiwQ 111-1�1 11 a���� U p _7s7 ' p a - g NI —III I:.1=1 o > .9-,L aq 1 i ■E _ _ a $ _ a ig 1 1E!! .0-.i .0-.i _—= N z 1 ",t -- N ,1z I, oa 11'ID 7.3 "SIC p a')= 1 il il .y..4 .z I a p i of 11 4. .8-.1 Z.•3NN Z W p Ili F Z ?? N aN W °p pp J J PN J 4 O JOp W 3 U J O r UN =O N WIVQW ¢Z nim a' g O J V U N WZ m W WW QO F 0 W -- m? w`V.,,' FN�QO w°o° w� � f> g W z " is o s m= w w ,1,`16.° LwpzQ z> O y U WNI/1 Na ? U a W W UUW Z=p ma' W a >> W J Q Or O W Y V Ulm 6Q OZzaZ4� O jH UyO�N Q °gym 5_4 W Wa W p W O [l1a .- N UQW 2 W Tm 0 �JK Pt.,'2- Z Ja W> KEJ U4; POJ 6 a mVVN1f a W O 3z N a WSJ Owd EOJ N x 17,W N a N C y a a Z Q W Q p O !cLW• �aN p°a m No oaa Jim �ON awf N J J aK gp3? N3 U a Ji OC pu aa! 0 2 �j• � rp�a x..m Zpw ' a om O� ;Z7 o x..w Zoe ar O 0.'J VH a yy// N Op�O W .Z, i 12i (1'45 j i N< K O_R $Q a w W .Z. J Wz UmZ o LL a O g a�Qa F JJ U a' m.+ Oa W N7W0 Z W O jJaIU�N N N I maZ+ Oa U N7W0 0 �y N a'W Wa fZO m �F� ?mZ PPS UNm .-NOf Z J U QZ U�y U� Zj (� p PPS UVI V1 �NOV CO F W X41wa a7 Op pW0 Nip O O Z YQ zsi?O �OJ W 7 O = N W¢aN 18,c,'6,i�N V00 UO U�7N U U N Q Nf a NW Ua K U` C7 0 Ill -0i z �-- T�ilb'u 1: .__E-E-3Expit-; JI i-u .r=I 119 .■■.. . , 1■iii -1-_-_,_go :-`I p: mi iii •• till IN I . 1111=1 1 11 I = u "" 11 Ii E=71fl.Z L.J�d O 1.11_4 n.l v, r � j'�,.! . 6 I Z pj o Is: t■t'- - t'I - f• N _y .. 1 W r 1,; _ p I W I__ -r` •c • IJr I o I I-111 : fr'n. 86%< 11�INg III—III rtQ rn¶.I 6 . 1-1111-11hit] g o I I=11 II Z OL B Q 1. U m - - 11=f 11 _111-11 I I II I°' �; 1 1111 11 p� F MGM IiI M11. W `� Ma�lm�Y i - i.c el .B I 1 .B-.i pl®::�::L:- 105 lwwaruo.d\13315\°.DKm\4ol' vad•lurod Moen S:90F11\I5\RD.P.d\:0 , z q SN_ i 1"' ee l ism zees 3Ea E-/ o I . S. 1! 1 � z a x°g ; 5 ;15 l'i E N 3 ee ota 59� °2k ac 3 s 2 sE ��� _ ;.SST I 6 F� 1.� 'Zi C a V a ill i �+ `g ,E^ a a §ee a v-`'g a,Fi� .`o. Ill i .x 1-:_ a 3.. ..A,:. A i$ F e < 0 d ,9 E.1 o m 3 y I°, al 4 § $ ...I.. -I I 111111 1 ' $ j i0. Liii I Z : 1° iii i g ,1 1 = .I tad G g < ,gl_� o g9E 'F. 1 � o ��S•5 g 1,a ��°• W ° E ° o Y ; o auo e0 E1° A<-.. Q e.a 1 a °Ea 6 .0.1 .9i $ � �.y .0 F �y r- a E. $ 2 1 g.1 s -..v9, `°5� 0 a'� 25 s E .2 'e.� .,� F ' ° `v _E o ne , e to 3 a o ° 3• 3d �S gY e' .e' 5 aoy. ° '- j a3 . '_ Ep a 0 p k' 5. v . `u 1 '� .2 c y l Y l ;44 y q 6 �7 A 3 8 g JT •9 2S 4 i O Y 3 N O O tall 3 i� � � �� � tl I s Eo yt • 0 J o`� ; g S. FH $ it.. 1lit S $ _ bs E `� a Z j 9 �i bs 1~ .. 1s 1 v 1 1.111 1§e e l W a i 11 E lag- .'-.y a , i E$ 1 z Q 1'E 4 X 1 `i 6 m v, . 4 y �c 3 o ?N 12j8'' ]<°$ al s 8 ill. •c a 1 f 5..3 g r s g .gj ti "Is e 9 ~L °4-i° a u I!;! ii •Foo° 22 U 51 8 I '1JjiIJI!:1i. Ji: 1 5 C' y < y 1111 1111 .'• ° liii I =g o di 3 g 9 Z i 4 = g ..(�", �z3 3 j . § €C4 ;1i ; °� q o y G¢ Q q= > 4 i .g C.7 :A ,21L2 UO 4 B < <of a a al.-la 1:1 O - °i 4 di e n ei ai e - - .°: .°. Fry - c: si a .i ui n m of 2 ° z yyyy�� 71 11 x II 1 1 g °- W 1 Sibs 1 I. ill .13 f E E C a f. "a .6 113 2 / l 1 11 g,gtg 21, al Y {,S E 4 6 *$q p O' ., 9 2 3p$ eO 3 a 1 '. ' a° i -!i "i 0 • - .3 1.'S`' 5E 6 9 8;41 1015 b g g n g: 1 5 ' ° 1 t 1 g i. go°g eY�g ° '�y ° •9� 1 O h b 1 g1 p�o g ;c7 ' k qg ii9g 11 i. �./ bill!'1y� •� i $ I g C �. � - C° $4 �}S 1 � .��g .� 3 n'+11 12 1 8 9 sll A II I �9. Fr I -li P $ :1 11 ;9'g° ; 9_I I � Ei I 1Z k 6g et$s 3. a a i e1 as 3 1 °¢ 1 b i lh 1 tb1 y°1. t .1 al Sill ,1.9411 g� '� g-g v5E gy 11 `o,1 l ,E 5 IS g g j /--1 g6 IS i 1.5 '8g $lS9. 1a1 a i. i ° °1 • • $ r 19 ° .8 �• Ill 1,31' E 2 0 -° E- O E' V.1 iO ° :Y H on E ''�3 '4E 1 '� �8 a 1 EE-'9 g�` F dj: e@ E .11 a y 8 orF g 9b�° s aX IB I 6 qi! �° e .8 S§ . 41 gg.5 k.V k kk n 2g y0 t Rp l l >r b ,r." 14 ' `.� �� 9� 7 9C E �� 0 ��g � g3 a tl'� c �C � $�rjC.3 2 �j°• g 9 � �$I'g 8e; a lil•g k:; gg 2 S s a N ° -2.�Y y aO a ° m 3 W 55 "g. 3 s L 5 e ®i.i 1111vy oY°] V 8 d' ° -1i 'EC Q/� e gel 1� 51 E ig3 s 4e g 02.1' ay e 9 `g �� 55 tl] i g L$h • $ 4 Fry $ L15 li a $8 8 8�,g 41 5.e 1 1 2 s 1q I'3 it rl_ el_ iq 8381$ 63 i88i <I E hI ° e 91111 1 gi lab nx1 41..1 .. 0 131e�ch . �a d 4 Y d E S g r 9� Q. a g'a a 7- g e ���m1 �'�8 r§s Yg� �tt� Y � �� p.1 ;"13k ��_� �� s �@: �g��m ���$ ��� �9 ��k� z %1P 21,E 2 8 i S 'k' i'l 40 ' X13 8 1 4 4 a w n J !o!1I i Si ! 1 Aid y J f41 1_ J. ;30 ° `A A w w O - w n 4 ri u r m c''o: I W C4 D I- O O CO Z ei W b2 rill 11.1 9 t e O co Eux 4s.1 211 I/.. 111111! g o 31 1111 li.g 1 4 it 11 y� � �e `� �'iii g lu °g II, 2 9 d$i a, 0 p. �n lilt.4 1 12 ii ''�6 g 4j 5S$ .1 E e F e. l o N o.4 et I" t]� 9 � �s�� flJ g� t� �'2�g p k� �.�- H W i!tgtiiU 3 e gei o4'1 e t 1111' 11. g 5gi -8+�g�� �� �. y Ii1hi 1-9.131 � � .9$5 3.2g- g9 f° •5 `� u I 9 : �_Q 1,,. Ill i ]9 s 1 lq° ,014_1;; Jill iii agg. iE Q g Iti-1 I j. 11 b },1 � 11 b°'g� g$ PA :d !III 11' 11111 12 1 r . k g�g•- $1 ka oy n 1 8 F I 1 o W �3 o e ��8' b b E C PAP q qY>a 'pp�y CQ�eC 1- d`� 5 .. ° y 8I- 1`�y7g7}Gpq `�1 C c�'8 . _'p'' ° a iF 68 F46 F,UN Z _ a a. °` JL < �� Illillii...,t,g18,014 00�� C ^ _Y_ ,5,___.5.3,1 .A _ F C - a si v ri.Vf a .°: :: 4 ei .. w ~Q )0S wwa.1nawdV33H5\o20vvsm\woi1.1^oi rmd•i' d 41'S.0►Il\iS\11).00.1d\0 • IS 5 .°( . a t . $ d° m A .k1 !r �1 N S I i 8 Un1 .1- b ot; m ,i K g- :8 $5 $ a= g = m c W a w'Wm c8 N .1=a w a, to .w TVOL yq1 =>, z mfl z ¢�ZW��a ma o a 53 4 6 -5 . a1nJ z I- M.'3) a m>�WF -dais �z�y oQ L . SO~ °z~<• oa�w a Ktif ,x8•.r=��n-I. J o a w a h. E=1,I=n=u- o J ce o a o 2� B tl=tl 11=11-11=11 1�. Z Q U'F VI F_ y;_�1'II-l�l?11=11=11 R g m • 'It C=11=11:=11=11= "11=Ii=11=11=11=II 1_ 8=11=p1-n= n=n=a n-n=u NI VI ,8l _ na,=u cn= hid -- :i1-11=n=11=i1 w a S c7 �t;�S; �I=11=�I�L=11- _� I_I 11=11=1b11--'ll -� D• v%n= nn - LD in i J a © ©+J N Q m cr© O w:i =F v V ¢ -,4 .1 :ill-II-II A �f 'Ini t g< ‹ w 0 w <tv 4YI + 0" l i u n Y ®Q WOYVjZZ iu:llll�lNll pE 0 U VOZ �i J.V.F_a L:ei•�ic�' az r� p mmao �¢, <Wd'gaiw ::'III di Fn =.1 W ,i3Op 9 �•. ' LQa QON ., .: . un . NN vC�< 11( I z ,<. © I �e t 0 ;a �� o W 1 < ®! J W= w H Z a. S N =LL ZO N Z Z Q J if,' ? Q O 4 0 X X LL N Z H * O < d N O,. d 0W N a N W W JO WU W 1 J O 9 C'NUOw Ww y W JNO a O Q Q 0 1 „•,O O mO m F NN § d Nl O Y H3 UNWN 5 O h o. ¢ o r LL oz a o a.m , = Now z3 rLL = 0 4Ja ° O g° x , 52 o w W° P<Fi- i _ <� QJ~ o. m co -co -,, 4 ,— o 'm Es ¢a§¢ o y W WW =J< oaa Jm xaO!U© fLL E K xM a0 J L _ Nm �O~ W=a J VA N�0 N,WLLO ZN m N xwtS D�Vm O W Z W-¢ VO? Rg.Z O U < U(a\O Z N Z Nm� gWu¢¢°u�20 §HO a,-U,- vN 1 Q1 § O 41 r.. Q OO \ ��i. g o LL aa J rwE _ — -- � 4 * i.----.) 11, , _ .. 1 .. ,,-„, .! _.,... ., ,-:•511-...•.,..,',7-, . = -,i• A,,,iro E ra= v�- . ( • - - , .,(A- ..-____ -.:2.r.N.:::„---.....„,..711:_..,,,i- Ttli 1 ca u.� r \ Vii,•:'`;aild� ¢ al .sL, I..-,- ,47-7 ii =f _ 4-g d . <El SN`dld 33S('1.3)NNflell 8tl W.4L 0.� . • e 4 . V. . ._________ __.___ _ ________._____ _ .. _ _ _._.___________ __.__ _... .... ..... . ... 6,,,, \.,........1..14.4.\Z r j. II y M �j ;.. la r,...1i hil j ,,, Hi �° !1i n x i 10 1111°ill! § gl$i II 1 rill 9 I s1 IUE !laic tt3i i} � a I'll a Ell 6 i E 94i spa I a Ili' ! f ilhi E i it ill �lim $ -E, ' i - f 1 ili! a ji1' '8s'1 if, h III! 1 i gg i 1 i II POI ill't i ! I relit i1i i q{i 1 i 6 il agf b !1 ith i 1 " '1101° ¢. 1T °_ B1t 1-11Iip ! 4$ 11 ° i tiI i i Fit ° a• 1, 'I if I€; ' o ¢ _ Pill! 1�II 11111 t'llf 11'1 2 111:1 Iiii I 11111 1111 fp 11 11.1 I II 11111 ii ii 11 11111 111111 411,11 111 11.1 ' thi f ki° Jh ;1a "it t fhI! I` l' 11. i-lii !litfl d ! j @ 7E $ aaf � � Egi h1 I j /� I lit- jff iI .111 , eI ?IIU 'I 'i 'II �Uii cc a W te m 0 ri[l m 9 j 5g O ` W S FS J J T fA k' LL Si Q i- V 3 ~ 1 4'„ 3$ Q n ,. ' W 9 g ��t5`'r Q l, LL I i 6 1 '-i_ tl I Y iii .rmicommi_re s58 �+ i','''':',' _ 4 • ` 1 Z z !-' z a t r:' W fA q Old 0 ! fi4,h JO s d u. W _. Ii O !° a � J , ��11 J pi a °15 2 1 ! CO i „,- , "3 RId ai�Yl �� a O a . g : J , a fn : LL � q t s di g it c8 a s a a a s 1 il PI 1 1 i_ q / 11111111111 il i t5 Q�Q _ $; ! ill II II 11E5 3 ii g g4 �y Ell S ii il III fin Ze$ Iii a til s-4 fja WZW SS o (Sv] a^ m°a }�� ��-m3 g r{ /T�7�jQ4° �p g 6 iI till III 1; li h Wui0 i,Z f�U' = (l g S = 1 =_ ' b,7,2 f ddgdd W ,.1 Hgggggg 1 s Ilse i o0 q_ QS �9s ¢ �a a��,° °bgad:'aa1 4 ` i1 iE ft c El�In' g4z CL xat,r.k., III a 11 PV 'a 1fi 1 ll . , !hall! RIHH�hfl Z - ! tai - . . . od o a 1 - " ,r __—— �V _.Y a !'1S -- `; 4' _ %•i =.;y,r�`2'S tii sue „_? ,,.' `JCi 1rr 1! I O O p ti ; , r--�__ % i , SOUTH POINTE=PJ'RK ° 5 N ! p = rid- r l 'r — — 'L i, — _ / o z (.__ .:_.—-.>/ii, .f/,t.ii.----r . . --/- scar 41' J i•• i r O Q / b , 4i1111111110 ilopiV • Pr/ g'a z / CJ.: 3 g ih, <c> , j e`-'----:7-- A / '+' rNp-r. -0 -.• I ,/ ,% e --E------42-- - I: 4;\\\V/44 \._..../11 *' . . . , . -#'' ; ;i 1 i 35 l (. . _ �4 , ,,fig W,./4, 71 4 81 .a 1--pod C. o• \\ LJ�I� r il ii i , , , , /I "•■ / / 5`P