Loading...
22.02.28 SCA RA Nelson, LLC CONSTRUCTION AGREEMENT THIS AGREEMENT is dated as of the a thday of F { a u4- in the year of 2022 by and between: • Town of Avon,Colorado(hereinafter called OWNER)and RA Nelson LLC. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1, WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Construction of Post-Tensioned Concrete tennis,pickleball and basketball (6 total) courts over existing asphalt courts,Demolition and erection of fencing and sidewalk, installation of new ADA sidewalk/concrete pads,-etenmdrain pipe clean out,courts and pavement marking,and landscaping. An Alternate PB 8'Extension includes constructing an adjacent 8'pad with compacted engineered,granular material to widen the pickleball courts. The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Nottingham Park,West Courts Reconstruction Project Article 2, ENGINEER The Town of Avon, Colorado,Town Engineer,hereinafter called ENGINEER,will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER and OWNER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. Article 3. CONTRACT TIME 3.1 The Work will be completed and ready for final payment in accordance with paragraph 14.13 of the General Conditions. All work will be completed between the dates of May 1.2022 and July 31.2022. Article 4, CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for performance of Work in accordance with the Contract Documents,in current funds,as follows: (see attached copy of Contractor's Bid) CONSTRUCTION AGREEMENT CA-I Article 5. PAYMENT PROCEDURES 5.1 Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER, as provided in Article 14 of the General Conditions. Article 6. CONTRACTOR'S REPRESENTATIVES In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1 CONTRACTOR has familiarized himself with the nature and extent of the contract documents,Work, locality, and with all local conditions and federal, state, and local laws,ordinances,rules and regulations that in any manner may affect the cost,progress,or performance of the Work. 6.2 CONTRACTOR has studied carefully all reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting the cost,progress, or performance of the Work which were relied upon by ENGINEER in the preparation of the Contract Documents,and which have been identified in the Special Conditions. 6.3 CONTRACTOR has made or caused to be made examinations, investigations, tests, and studies of such reports and related data in addition to those referred to in paragraph 6.2,as he deems necessary for the performance of the Work at the Contract Price,within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations,tests,reports,or similar data are or will be required by CONTRACTOR for such purposes. 6.4 CONTRACTOR has correlated the results of all such observations,examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.5 CONTRACTOR has given ENGINEER any conflicts,errors or discrepancies that he has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 7. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR are attached to this Agreement,made a part hereof and consist of the following: 7.1 Advertisement for Bid(page AB-1) 7.2 Instruction to Bidders(pages IB-1 to 1B-6) 7.3 Performance and other Bonds, identified as exhibits A&B (4 pages). CONSTRUCTION AGREEMENT CA-2 7.4 Notice of Award (page NA-1 to NA-2) 7.5 Construction Agreement (pages CA-1 to CA-5) 7.6 Notice to Proceed(page NP-1) . 7.7 General Conditions(pages GC-I to GC-45 , inclusive) 7.8 Special Conditions(pages SC-1 to SC-I2,inclusive) 7.9 Plans,consisting of a sheets listed below by number, title,date and revision number with each sheet: Structural-Nottingham Park West Courts Reconstruction Project SHEET DESCRIPTION DATE STAMPED SI 3 Tennis,4 Pickleball,2 Basketball Courts Notes 12-03-2021 S2 Demolition Plan of Existing Courts 12-03-2021 S3 Demolition Plan of Existing Courts 12-03-2021 S3-A ALT.Demolition Plan of Existing Courts 12-03-2021 S4 3 Tennis,4 Pickleball,2 Basketball Courts Layout 12-03-2021 S5 3 Tennis,4 Pickleball,2 Basketball Courts Layout 12-03-2021 S5-A ALT. 3 Tennis, 4 Pickleball,2 Bball Courts Layout 12-03-2021 S6 Detail and Cable Layout Plan 12-03-2021 S7 Detail and Cable Layout Plan 12-03-2021 S7-A ALT.Detail and Cable Layout Plan 12-03-2021 S8 Detail Plan 12-03-2021 S8-A ALT.Detail Plan 12-03-2021 S9 Detail Plan 12-03-2021 SIO Detail Plan 12-03-2021 Civil-Nottingham Park West Courts Reconstruction Project SHEET DESCRIPTION DATI C000 Cover Sheet 12-03-2021 C010 Existing Conditions Plan 12-03-2021 C050 Demolition Plan 12-03-2021 Cl 00 Site &Horizontal Control Plan I2-03-2021 C100.A Site&Horizontal Control Plan ALT PB 8' Exten. 12-03-202I C200 Grading Plan 12-03-2021 C201 Grading Plan 12-03-2021 C201.A Grading Plan ALT PB 8' Extension 12-03-2021 C300.A Storm Plan ALT PB 8' Extension 12-03-2021 C400 Erosion Control Plan 12-03-2021 C500 Details Sheet 12-03-2021 CONSTRUCTION AGREEMENT CA-3 I- s I 7.9 Addenda numbers to 1 + 2 .inclusive 7.10 Contractors Bid(pages BF-1 to BF-3, inclusive)marked exhibit(attach Bid Form) 7.11 Documentation submitted by CONTRACTOR prior to Notice of Award(pages to N/A , inclusive) 7.12 Any Modification, including Change Orders, duly delivered after execution of Agreement. There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be altered, amended,or repealed by modifications (as defined in Article 1 of the General Conditions). Article 8. MISCELLANEOUS 8.1 Terms used in this Agreement,which are defined in Article I of the General Conditions, shall have the meanings indicated in the General Conditions. 8.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation,monies that may become due and monies that are due may not be assigned without such consent(except to the extent that the effect of this restriction may be limited by law); and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3 OWNER and CONTRACTOR each binds himself,his partners,successors, assigns,and legal representatives to the other party hereto,his partners, successors, assigns,and legal representatives in respect to all covenants, agreements,and obligations contained in the Contract Documents. Article 9. OTHER PROVISIONS 9.1 Pursuant to Section 24-91-103.6, C.R.S., the Owner hereby states that it has appropriated an amount equal to or in excess of the Contract amount_ Owner shall not issue a Change Order or other form of order or directive requiring additional compensable work to be performed,which work causes the aggregate amount payable under the Contract to exceed the amount appropriated for the original Contract,unless Contractor is given written assurance by the public entity that lawful appropriations to cover the costs of the additional work have been made. CONSTRUCTION AGREEMENT CA-4 IN WITNESS WHEREOF,the parties hereto have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR, and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on r--��` q , 2022. O own ofAvon o CONTRACTOR, By C Ell Attes-tngiW19L Attest P/y/2c2-. 4•14 Mae t k•/sl+d- et irr Address for giving notices: Address for giving notices: kin of 4VoN RA Nelson, LLC. jot) Mikea(c, t(/ay P O D o x R 7 S" PO Box 5400 AVON, CO 81620 Avon, CO 81620 License No. 005384-Town of Avon Agent for service of process: CONSTRUCTION AGREEMENT CA-5 rq RA NELSON BUILDING MOUNTAIN COMMUNITIES CHANGE ORDER Nottingham Park West Courts Reconstruction Project No: 22-011 Court Layout Changes, Schedule, Liquidated Damages, Demolition, and Fence Changes. To: Town of Avon Attn: Tim Thompson, P.E. 100 Mikaela Way Avon, CO 81620 Description of Change: Item Description Amount EXT001 Shade/Seating Structures $26,335.85 EXT002 Demolition of Asphalt for Structure Foundations $2,903.75 EXT003 Changes To Court Layout 2.9.22. $7,599.69 EXT004 Liquidated Damages Increase $6,000.00 This Change Order also incorporates the red-lined Project Manual and Plans, both attached hereto and made a part hereof. Subtotal: $42,839.30 The Original Contract Agreement Sum/GMP Amount was $1,190,655.24 Net Change by Previously Authorized Contract Agreement Change Orders $0 The Contract Sum/GMP Amount Prior to This Contract Agreement Change Order was $1,190,655.24 The Contract Sum/GMP Amount changes in the amount of $42,839.30 The New Contract Agreement Sum/GMP Amount Including This Contract Agreement Change Order $1,233,494.54 The Contract Time Will be Modified by 53 days.The new date for Completion is 8/5/2022 NOTE: This Change Order does not include changes in the Contract Sum, Contract Time or Guaranteed Maximum Price that have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor, in which case a Change Order is executed to supersede the Construction Change Directive. ACCEPTED: RA Nelson LLC By: li Date: 2/22/2022 Mike Cuthbertson Town of Avon By: Date: Tim Thompson RA Nelson LLC Rev.Date: 6/6/18 51 Eagle Road#2/PO Drawer 5400/Avon,Colorado 81620/9870-949-5152/Fax 970-949-4379 CHANGE ORDER Order No.: i Date: 02/22/Z622_ Agreement Date:°/22/2o2Z. NAME OF PROJECT: Nottingham Park,West Courts Reconstruction Project OWNER: Town of Avon,Colorado CONTRACTOR: F A N e l s o N, L L C The following changes are hereby made to the CONTRACT DOCUMENTS: Justification: Aci V s t Li v i dated pqm a5e,s to be it 3000/dc y Q cte r 30 days. Addusf S+ar+ Qhd Complefron daf .s ID March II - Aug�ust S, 202 2 . pele+e Dual I'urposPTenn�s C'aurt and Construe r Slx ( ) Pckre1a(l Courts on Pad 1. modify Fenc rj A-ddSeat VI CI per Dwgs 54-8,55& dated 2-/3/2z Change to CONTRACT PRICE: $ 42,839.30 Original CONTRACT PRICE: $ v?O 1 C ss.24 Current CONTRACT PRICE adjusted by previous CHANGE ORDER 1 19 0)6 S S, 21- The CONTRACT PRICE due to this CHANGE ORDER will be increasejtdesreased)by $ 42,839.30 The new CONTRACT PRICE including this CHANGE ORDER will be $ 1,233,494.54 Change to CONTRACT TIME: March 14, 2022 -__August 5, 2022 The CONTRACT TIME will be ncr e�)(deercased)by <53 calendar days. The date for completion of all work will be AlS t 5) 202 2- (Date). APPROVALS REQUIRED: �J Approved by Engineer: 0 P h7b S-c , Accepted by Contractor: Accepted and Approved by Owner: Federal Agency Approval (where applicable): CO-1 Change Order 1 R A N E L S O N Nottingham Park West Courts Reconstruction 414 West Beaver Creek Boulevard,Avon CO 81620 \ Attn.Tim T./Justin H./Tim C./Colin D. �� BUILDING MOUNTAIN COMMUNITIES Change Order 1 414 West Beaver Creek Boulevard,Avon CO 81620 RAN Job 6 22-011 Description/Supplier/Trucking Co. Inv.Ref. Qty. w/m Rate Subtotal Fee GL Total Description Shade Structures and Benches $ 26,335.85 Supply and Install 5 Suntrends Double Bench Cabanas 1 Is $ 22,674.00 $ 22,674.00 $ 3,401.10 $ 260.75 $ 26,335.85 10'Size Includes:Sleeves for Foundations. Excludes: Upper Basin Excavating $ 2,903.75 Demolition and Disposal of Asphalt at Shade Structure Foundations 10 ea $ 250.00 $ 2,500.00 $ 375.00 $ 28.75 $ 2,903.75 Renner Sports-Changes to Court Layout $ 7,599.69 Adds:Paint/Stripping Labor(2),Pickleball Nets(2),Net Foundations(2)and Supports(2),Gate(1),Fencing(968 sf). 1 Is $ 6,543.00 $ 6,543.00 $ 981.45 $ 75.24 $ 7,599.69 Credits:Tennis Nets(1),Net Foundations(1)and Supports(1),Fencing(1370 sf) Liquidated Damages Negotiation PM 2.9.22 RAN No Fee RAN No GL $ 6,000.00 Additional Liquidated Damages after 30 Days 1 Is $ 6,000.00 $ 6,000.00 $ - $ - $ 6,000.00 Added Cost Per Amended sections 24 to the Special Conditions. Schedule Extension to accommodate early start PM 2.9.22 I Start Date I Monday,March 14,20221 I Completion Date I Sunday,July 31,20221 Establishes New Schedule Per Amended section 37 of Special Conditions Accommodation for Avon Arts New Completion Date I Friday,August 5,20221 Extends Completion Date to August 5,2022 so RA Nelson can make site safe for Avon Arts Event.July 22,2022-July 24,2022.See Redline in Project Manual. Total Change Order $ 42,839.30 iL,v.c."—r t.n' ' .. -,t,c,L^C, L A11111.1•1 Cabana Bench 10' .;. Cabana Canopy 10'/Cabana Canopy 12' l�illlld { 4t `c, ,� ; �4 . •'� Versatile shelter to put courtside,poolside or parkside. Perfect for golf tees,tennis courts,poolsldes,parks or � ' _ b-; / t,•-ir Use for spectator area,regntretson,judges tables... anywhere people might want a shady spot to sit or quick r� .�..,_ - - . _- . es•• anyNingthat sultsyourchanging needs.Available ln shelter from sudden rain.Available In two sizes(8ft.orrij 7e`• twoslzes(10'or12')tofityourlecation. 10ft.)tofityourlandscapeorbtdget �� C , e - Ili - 19. k. '. ' - _ - ^r`''�^ ' •' Cabana Canopy 1, �. L :.'s7'• • 10'Long,B'Wide,9'Hlgh •Steel Post Slze:3"x 3" • 8'Long,6'WIde,8'10"High •Steel Post Size:3"x3" • Weight4251bs • Weight:3501bs Cabana Bench 10' • •' e Cabana Canopy 12' -- ' ;`-te' .•1•�' '� • 10'Long,6'Wide,B'10"High •SteelPOstSize:3"x3" �`• _ ems. - e WI— • 12'Long,B'Wide,9'High •Steel Post Size:3"x 3" ••n•; +� ^� • Weight:375lbs • Weight:4751hs rigi _ - Standard Canon Bench 1 �� iaa _- Ili • 8'x10'x2'fi"Gable Design or • Flatbench:6'or along by 3'wide. �I�', raeana •• ••�••..•••"nd o6.tlr(emnnake P•• ' _ _ 'y ���`�— burounurmmms,paehmnopy, 8'x 12'x 2'6"Gable Design Standard Canopy and base plowmounrb,g • All-Weather,Fade-Resistant Canvas • 8'ee 10'x 6'v 2'Gable Design _ MI_ CABANA CnNOPY rl;�, with Five Year Fade Warranty Cabana WA rWMPoerxrm '��'! • Five Standard Colors • AB-Weather,Fade-Resistant Canvas _ arrwrtesbfpedawacpa* • Stripes with White,or Solid with White Border with Five Year Fade Warranty ABANA BENCH I0'1 eanapyand not bend rrby rz•opnnna Bale Pion Five Standard colors — Mawr lareonertaomatanopy • Accomodations for llghtpoleknockout • r0%.C. na(anopyr7' • Base Plate Mount or Direct Burial Installation • Heavy gauge steel • Stripes with White,or Solid with White Bonier • Custom Canopy Colors • High•quality Black Powder Coating Finish • Backrest Bench:6'OrB'x19"x19" • Heavy Gauge Steel •Accomodatlons for llghtpoleKnockout - - • Hlgh-quallty Black Powder Coating Finish " Surface Mount or Direct Burial Installation - ,,,,........ Fence Cabana • Custom Canopy Colors { - I Easily attaches to standard 10'high chain link fences and installed In under 30 minutes with two people and Cabana Bench 6';Cabana Bench 6'MDdlfied /I/1111A\` simple tools.Designed for quick removal and storage. Fence Cabana Great for residential,tennis courts,and poolsides. .;;;;1 • 10'Long,4'Wide,2.-6"High •Weight:501bs A shelter to fit your space.Available ln two styles(Full j/�� -w • Boltssg:Galvanizedtubesanddurablepaintedsteel canopy or Modified)to fit your location. •a - • Bolts securely to fence top rail with 0-brackets Caba..___nch 6' I' Standard Canopy • 6'Long,6'Wide,B'High •Steel Post Size:2"x2" '-S •_j_ - 10'x4'x2'•6"GableDeisign • Weight:2001bs jIjii kill. All-Weather,Fade-Resistantr'anvas with Five Year Cabana Bench6'M srd�r I „ s-• .FENCECABANA Fade Warranty • 6'Long,4'WIde,8'High •Steel Post Size:2"x2" tanmcGoNe Canopy and - • Solid Forest Green or Forest Green and White Striped • Weight:2001bs - .. - Bend raithBa Bodnar CustomColarsareavallabte,pleasecall r Bench 'N • Flatbench:4'long by 16"wide _ • 3"x4"Durawood Plastic Composite Material b—" a- __+rya _ , i j' Igloo Cooler Rack/Court Caddy Standard0 _• `` •6'x6'x2'GableDesignor �� I 4 1 ic Perfect additions to any of our Suntrends products. 6'x 4'x 2'Modified Gable Design {1- 11111r i Adds mrrvenlent accamodations for refreshing drinks •All-Weather,Fade-Resistant Canvas _ I and waste disposal. with Five Year Fade Warranty - &haw8enrw6• Igloo Cooler Rack • Five Standard Colors Modlwedrroh Holds 2to5 gallon coolers with anadjustablestrap • Strtpes with White,or Solid with White Border � conveniently secured to the bench post with a"U"bolt. GableCapopy Made from heavy gauge galvanized steel for durabllty. FlatBmd'• /•f� - e'DoesnatIncludeSGalloniglooCooler." • Heavy gauge steel • Backrest Bench:4'x 1rx 19" " - Court(alloy • High•quality Black Powder Coating Finish • Surface Mount or Direct Burial Installation LIIIIII Conveniently provides a spot for refreshing drinks and •Custom Canopy Colors � 111111111 ` trash disposal.Easily attacheso the Cabana protected plastiwithc OGLE AVM. a"U"bolt.Made from a durable UV protectedplastic(to p� �/ >� prevent fading). wvnvsun trends_tom �hTr srIfl6 �.^ �9 VitM ,a /�,,,�. L, e. toll irce: 800-91'-�,8 ,2 PROJECT MANUAL FOR TOWN OF AVON LAND AND LAND IMPROVEMENTS NOTTINGHAM PARK WEST COURTS RECONSTRUCTION PROJECT CIP #21053 DECEMBER 2021 FEBRUARY 9, 2022 A Avon COLORADO TOWN OF AVON COLORADO TOWN OF AVON LAND AND LAND IMPROVEMENTS NOTTINGHAM PARK WEST COURTS RECONSTRUCTION PROJECT CIP #21053 SPECIFICATIONS AND CONTRACT DOCUMENTS DECEMBER 2021 FEBRUARY 9, 2022 TABLE OF CONTENTS NOTTINGHAM PARK WEST COURTS RECONSTRUCTION PROJECT BIDDING AND CONTRACT REQUIREMENTS AB Invitation to Bid IB Instruction to Bidders SC Special Conditions BF Bid Form BB Bid Bond NA Notice of Award CA Construction Agreement PB Performance Bond—Exhibit A LMB Labor and Materials Bond—Exhibit B NP Notice to Proceed CO Change Order GC General Conditions SITEWORK SECTION DESCRIPTION 01560 Temporary Controls 01570 Traffic Controls 02300 Earthwork 02374 Slope Protection and Erosion Control 02630 Storm Drainage 02742 Pavement Marking 02751 Portland Cement Concrete 32 1313.21 POST-TENSIONED CONCRETE OVERLAY FOR TENNIS,PICKLEBALL& BASKETBALL COURTS 32 3113.27 GALVANIZED CHAIN LINK FENCING 32 3113.32 BASKETBALL COURT EQUIPMENT 32 3113.30 TENNIS COURT EQUIPMENT 32 3113.31 PICKLEBALL COURT EQUIPMENT 32 1823.54 ACRYLIC COLOR SURFACING FOR POST-TENSIONED 32 3113.28 VINYL-CLAD CHAIN LINK FENCING WEST COURTS RECONSTRUCTION Table of Contents-i CONSTRUCTION DRAWINGS Structural-Nottingham Park West Courts Reconstruction Project—CONSTRUCTION SET SHEET DESCRIPTION DATE STAMPED S1 3 Tennis,4 Pickleball,2 Basketball Courts Notes 12-03-2021 S2 Demolition Plan of Existing Courts 12-03-2021 S3 Demolition Plan of Existing Courts 12 03 2021 S3-A ALT.Demolition Plan of Existing Courts 12-03-2021 S4-B 3 Tennis,4 Pickleball,2 Basketball Courts Layout 12 03 2021 2/8/22 S5 3 Tennis,1 Pickleball,2 Basketball Courts Layout 12 03 2021 S5-B ALT. 3 Tennis,4 Pickleball,2 Bball Courts Layout 12 03 2021 2/8/22 S6-B Detail and Cable Layout Plan 12 03 2021 2/8/22 S7 Detail and Cable Layout Plan 12 03 2021 S7-B ALT.Detail and Cable Layout Plan 12 03 2021 2/8/22 S8 Detail Plan 12-03-2021 S8-A ALT.Detail Plan 12 03 2021 2/8/22 S9 Detail Plan 12 03 2021 2/8/22 S10 Detail Plan 12 03 2021 2/8/22 Civil -Nottingham Park West Courts Reconstruction Project SHEET DESCRIPTION DATE C000 Cover Sheet 12-03-2021 CO10 Existing Conditions Plan 12-03-2021 C050 Demolition Plan 12-03-2021 C100 Site&Horizontal Control Plan 12 03 2021 C100.A Site&Horizontal Control Plan—ALT PB 8' Exten. 12-03-2021 C200 Grading Plan 12-03-2021 C201 Grading Plan 12-03-2021 C201.A Grading Plan—ALT PB 8' Extension 12-03-2021 C300.A Storm Plan—ALT PB 8'Extension 12-03-2021 C400 Erosion Control Plan 12-03-2021 C500 Details Sheet 12-03-2021 WEST COURTS RECONSTRUCTION Table of Contents-ii INVITATION TO BID December 9, 2021 The Town of Avon, Colorado, will receive sealed bids for the Nottingham Park,West Courts Reconstruction Project for the Town of Avon, Colorado. Bids shall be posted(uploaded)to the project page at https://www.bidnetdirect.com/colorado/townofavon until 10:00 am., local time, on January 12, 2022, at which time and place all bids will be publicly opened and subsequently posted to the project web page. Construction of the Nottingham Park,West Courts Reconstruction Project will generally consist of: Construction of Post-Tensioned Concrete tennis,pickleball and basketball courts over existing asphalt courts, demolition of fencing and sidewalk, installation of new ADA sidewalk/concrete pads, storm drain pipe clean out, courts and pavement marking, chain link fence installation and landscaping. An Alternate PB 8' Extension includes constructing an 8' concrete pad extension over compacted, engineered, granular material to widen the east side of the pickleball courts. The Contract Documents, including plans and specifications, associated with this solicitation will be available online at https://www.bidnetdirect.com/colorado/townofavon on December 13, 2021 A non-mandatory pre-bid video conference will be held at 10:00 am, Wednesday, January 5, 2022. Log-in information will be posted on the BidNet project web page January 4, 2022. Questions or clarifications about the project will be received on the project page until 12:00 pm noon on Friday, January 7, 2022. A certified check or bank draft, on a responsible, solvent bank, or a satisfactory Bid Bond executed by the Bidder and a recognized Colorado licensed Surety Company, payable to the Town of Avon, Colorado, in the amount of not less than five percent(5%) of the total bid, shall be submitted with each bid as security that the Bidder to whom the contract may be awarded will enter into a contract in accordance with this notice, and give bond as hereinafter provided. No bid shall be withdrawn after the opening of the bids, without the consent of the Town of Avon, for a period of sixty(60) days after the scheduled Bid Opening. The successful bidder will be required to furnish satisfactory performance and payment bonds in the full amount of the bid or proposal. All bids must be submitted in writing on the forms provided and signed by the Bidder or his duly authorized agent. The Town of Avon reserves the right to reject any and all bids, to waive any informality in bidding, and to make Award in such a manner as they may deem right and proper for the best interest of the Town of Avon. AB-1 By submitting a bid, the bidder certifies pursuant to C.R.S. § 8-17.5-102(1) that, at the time of bid submission, it does not knowingly employ or contract with an illegal alien and that the contractor has participated or attempted to participate in the Basic Pilot Program that is administered by the United States Department of Homeland Security in order to verify that it does not employ any illegal aliens. The Town of Avon reserves the right to reject any and all bids, to waive any informalities in bidding, and to make Award in such a manner as they may deem right and proper for the best interest of the Town of Avon. PUBLICATION IN THE VAIL DAILY: December 10, 2021, December 17, 2021, December 24, 2021, December 31,2021 OWNER: TOWN OF AVON, COLORADO By: Justin Hildreth, Town Engineer AB-2 INSTRUCTION TO BIDDERS 1. Defined Terms Terms used in these Instructions to Bidders, which are defined in the General Conditions of the Construction Contract, have the meanings assigned to them in the General Conditions. The term "Successful Bidder"means the lowest, qualified, responsible Bidder to whom Owner(on the basis of Owner's evaluation as hereinafter provided) makes an award. The term"Engineer," where used in these specifications, shall mean the Town Engineer of the Town of Avon. 2. Copies of Bidding Documents 2.1 Complete sets of the Bidding Documents, in the number and for the deposit sum, if any, stated in the Invitation, may be obtained from the Owner. 2.2 Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3 Owner and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the work, and do not confer a grant or license for any other use. 3. Qualifications of Bidders To demonstrate qualifications to perform the work, each Bidder is required to submit, with his bid, written evidence of the types set forth in the Special Conditions, such as financial data, previous experience, and evidence of authority to conduct business in the jurisdiction where the Project is located, on the form provided. Each bid must contain evidence of Bidder's qualifications to do business in the state where the Project is located, or covenant to obtain such qualification, prior to award of the contract. 4. Examination of Contract Documents and Site 4.1 Before submitting a Bid, each Bidder must(a) examine the Contract Documents thoroughly; (b)visit the site to familiarize himself with local conditions that may, in any manner, affect cost, progress or performance of the work; (c) familiarize himself with federal, state, and local laws, ordinances, rules, and regulations that may, in any manner, affect cost, progress, or performance of the work; (d) study and carefully correlate Bidder's observations with the Contract Documents. 4.2 Reference is made in the Special Conditions to those reports of investigations and tests for the identification of subsurface and latent physical conditions at the site, which have been relied upon by Engineer in preparing the Drawings and Specifications. Engineer will make copies of such reports available to any Bidder requesting them. These reports are not guaranteed as to accuracy or completeness, nor are they part of the Contract Documents. Before submitting his Bid, each Bidder will, at his own expense, make such additional investigations and tests, as the Bidder may deem necessary, to identify such IB-1 conditions affecting cost, progress, or performance of the work, and to determine his Bid for performance of the work in accordance with the time, price and other terms and conditions of the Contract Documents. 4.3 Owner will, on request,provide each Bidder access to the site to conduct such investigations and tests, as each Bidder deems necessary for submission of his/her Bid. 4.4 The lands upon which the work is to be performed, right-of-way for access thereto, and other land designated for use by Contractor in performing the work are identified in the Special Conditions or Drawings. 4.5 The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this Article 4, and that the Contract Documents are sufficient in scope and detail to indicate and convey an understanding of all terms and conditions for performance of the work. 5. Interpretations All questions about the meaning or intent of the Contract Documents shall be submitted to the Engineer in writing. Replies will be issued by Addenda mailed or delivered to all parties recorded by the Engineer as having received the Bidding Documents. Questions received less than (10) days prior to the date for opening of bids will not be answered. Only answers to questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6. Security Bid Security, in the form of a duly authorized Bid Bond or Cashier's Check in the amount of five percent (5%) of the bid, shall accompany all Bids. 7. Contract Time The number of days within which, or the date by which, the work is to be completed(the Contract Time), is set forth in the Bid Form and will be included in the Agreement. 8. Damages for Delays Provisions for damages for delays, if any, are set forth in the Bid Form and Contract Documents. 9. Substitute Material and Equipment The Contract, if awarded, will be on the basis of material and equipment described in the Drawings, or specified in the Specifications, without consideration of possible substitute "or equal"items. Whenever it is indicated in the Drawings, or specified in the Specifications, that a substitute or"or equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, applications for such acceptance will not be considered by the Engineer until after the "effective date" of the Agreement. The procedure for submittal of any such IB-2 application by Contractor and consideration by Engineer is set forth in paragraphs 6.7, 6.7.1, and 6.7.2 of the General Conditions. 10. Subcontractors, etc. 10.1 If the Special Conditions require the identity of certain Subcontractors, other persons, or organizations to be submitted to Owner in advance of the Notice of Award, the apparent Successful Bidder and any other Bidder so requested, will, within seven(7) days after the date of the Bid opening, submit to Owner a list of all Subcontractors and other persons and organizations (including those who are to furnish the principal items of material and equipment)proposed for those portions of the work for which such identification is so required. Such list shall be accompanied by an experience statement, with pertinent information as to similar projects by the Subcontractor,person or organization, if requested by Owner. If Owner or Engineer, after due investigation, has reasonable objection to any proposed Subcontractor, other person, or organization, either may, before giving the Notice of Award, request the apparent Successful Bidder to submit an acceptable substitute without an increase in Bid Price. If the apparent Successful Bidder declines to make any such substitution, the Contract shall not be awarded to such Bidder. Any Subcontractor, other person, or organization so listed, about whom Owner or Engineer does not make written objection prior to the giving of the Notice of Award, will be deemed acceptable to Owner and Engineer. 10.2 If required by the Special conditions, the apparent Successful Bidder,prior to the Notice of Award, shall identify, in writing to Owner, those portions of the work that such Bidder proposes to subcontract. After the Notice of Award, the Successful Bidder may only subcontract other portions of the work with Owner's written consent. 10.3 No Contractor shall be required to employ any Subcontractor, other person, or organization against whom he has reasonable objection. 11. Bid Form 11.1 The Bid Form is attached hereto; additional copies may be obtained from the Town of Avon Engineer. 11.2 Bid Forms must be completed in ink or by typewriter. The Bid Price of each item on the form must be stated in words and numerals. In case of a conflict, words will take precedence. 11.3 Bids by corporations must be executed in the corporate name by the president or a vice-president (or other corporate officer, accompanied by evidence of authority to sign), and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. IB-3 11.4 Bids by partnerships must be executed in the partnership name and be signed by a partner, whose title must appear under the signature. The official address of the partnership must be shown below the signature. 11.5 All names must be typed or printed below the signature. 11.6 The Bid shall contain an acknowledgment of receipt of all Addenda(the numbers of which shall be filled in on the Bid Form). 11.7 The address to which communications regarding the Bid are to be directed must be shown. 12. Submission of Bids Bids (including the original copies of the Contract Documents used by the Bidder to develop his Bid) shall be submitted at the time and place indicated in the Advertisement for Bids. The Bid shall be enclosed in an opaque sealed envelope, marked with the Project title and name and address of the Bidder, and accompanied by any other required documents. If the bid is sent through the mail, or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face thereof. 13. Modification and Withdrawal of Bids 13.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted, at any time prior to the opening of Bids. 13.2 If, within twenty-four hours after bids are opened, any Bidder files a duly signed written notice with Owner, and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of his Bid, that Bidder may withdraw his Bid. Thereafter, that Bidder will be disqualified from further bidding on the work. 14. Opening of Bids When Bids are opened, an abstract of the information will be made available to Bidders. 15. Bids to Remain Open All Bids shall remain open for sixty days after the day of the bid opening, but Owner may, at his sole discretion, release any Bid. 16. Award of Contract 16.1 Owner reserves the right to reject any and all Bids, to waive any and all informalities, and to negotiate contract terms with the Successful Bidder. Owner reserves the right to disregard all nonconforming, nonresponsive, or conditional Bids. Discrepancies between words and figures will be resolved in favor of words. IB-4 Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 16.2 In evaluating Bids, Owner shall consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and alternates and unit prices, if requested in the Bid Forms. It is Owner's intent to accept alternates (if any are accepted) in the order in which they are listed in the Bid Form, but Owner may accept them in any order or combination. 16.3 Owner may consider the qualifications and experience of Subcontractors, other persons, and organizations (including those who are to furnish the principal items of material or equipment)proposed for those portions of the work for which the identity of Subcontractors, other persons, and organizations must be submitted as provided in the Special Conditions. Operating costs, maintenance considerations, delivery dates, performance data, and guarantees of materials and equipment may also be considered by Owner. 16.4 Owner may conduct such investigations as it deems necessary to assist in the evaluation of any Bid, and to establish the responsibility, qualifications, and financial ability of the Bidders, proposed subcontractors, other persons, and organizations to do the work in accordance with the Contract Documents, to Owner's satisfaction, within the prescribed time. 16.5 Owner reserves the right to reject the Bid of any Bidder. 16.6 If the contract is to be awarded, it will be awarded to the lowest Bidder whose evaluation by Owner indicates to Owner that the Award will be in the best interests of the Project. 16.7 Owners reserves the right to award each bid section to separate bidders. 17. Performance and Other Bonds General Conditions and the Supplementary General Conditions set forth Owner's requirements as to performance and other bonds. When the Successful Bidder delivers the executed Agreement to Owner, it shall be accompanied by the required Contract Security. 18. Signing of Agreement When Owner gives a Notice of Award to the Successful Bidder, it will be accompanied by at least three unsigned counterparts of the Agreement and all other Contact Documents. Within five (5) calendar days thereafter, Contractor shall sign and deliver at least three counterparts of the Agreement to Owner with all other Contract Documents attached. Within ten(10) days thereafter, Owner will deliver all fully signed counterparts to Contractor. Engineer will identify those portions of the Contract Documents not fully signed by Owner and Contractor, and such identification shall be binding on all parties. IB-5 19. Schedule of Values Per Article 14.1 of the General Conditions, the successful Bidder shall submit a Schedule of Values, per the Owner's requirements. Said Schedule shall be used to make adjustments to the Contract amount, if necessary, and will be used by the Owner for internal administrative purposes. IB-6 TABLE OF CONTENTS OF SPECIAL CONDITIONS Article Number Title Page 1 GENERAL SC-1 2 LOCATION OF PROJECT SC-1 3 DESCRIPTION OF WORK SC-1 4 ACQUISITION OF LAND, RIGHTS-OF-WAYS, AND EASEMENTS SC-1 5 CONSTRUCTION STAKING SC-1 6 ELECTRIC POWER AND WATER SC-1 7 EXISTING UTILITIES SC-2 8 MATERIALS FURNISHED BY OWNER SC-2 9 STATE AND LOCAL LAWS SC-2 10 PROTECTION OF PUBLIC AND PRIVATE PROPERTY SC-2 11 FEES AND PERMITS SC-2 12 WASTE MATERIALS SC-2 13 INCREASED OR DECREASED QUANTITIES SC-2 14 OPERATIONS WITH OTHERS SC-3 15 CONSTRUCTION LIMITS SC-3 16 CLASSIFICATION OF EXCAVATION SC-3 17 PAYMENTS TO CONTRACTOR SC-3 18 HOT BITUMINOUS PAVEMENT MIX DESIGN SC-3 19 CONCRETE STRENGTH REQUIREMENTS SC-3 20 INSPECTION SC-4 sc-i Article Number Title Page 21 RESIDENT PROJECT REPRESENTATIVE SC-4 22 INSURANCE SC-5 23 PROGRESS PAYMENT RETAINAGE SC-6 24 LIQUIDATED DAMAGES SC-6 25 QUALIFICATION OF BIDDERS SC-6 26 SUBCONTRACTORS AND SUPPLIERS SC-7 27 CHARACTER OF WORKERS SC-7 28 PROHIBITION AGAINST EMPLOYMENT OF ILLEGAL ALIENS SC-7 29 PRODUCTS SC-8 30 STANDARD SPECIFICATIONS SC-8 31 PRIME COAT AND TACK MATERIAL SC-8 32 MEASUREMENT AND PAYMENT SC-9 33 SPECIAL DATES SC-9 34 MAINTAINING TRAFFIC SC-9 35 CONSTRUCTION PHASING SC-10 36 DRAWING LIST SC-10 37 ANTICIPATED PROJECT SCHEDULE SC-10 38 CONSTRUCTION SCHEDULE SC-11 39 CONSTRUCTION ACCESSS AND SITE PLAN SC-11 40 PROJECT QUANTITIES SC-11 41 SUBMITTALS SC-11 42 CLEAN OUT OF PERIMETER DRAIN PIPES SC-11 43 WATERPROOFING SC-1 sc-ii Article Number Title Page 44 CULVERTS AND SEWERS SC-12 45 EROSION CONTROL SC-12 sc-iii SPECIAL CONDITIONS Updated 02/09/2022 to include Alternate PB 8' Extension Nottingham Park, West Courts Reconstruction Project 1. GENERAL Work to be done under this section consists of furnishing all labor, materials, equipment, and accessories, and performing all operations to complete the project work in accordance with the Contract Documents. The following "Special Conditions" shall govern in case of discrepancies in any or all of the following documents, and the intent, either expressed or implied, in the "Special Conditions" shall govern in the interpretation of the Contract Documents. The Bidder is required to examine carefully the site of the proposed work, Proposal, and Contract Documents. He shall satisfy himself as to the character, quality, and quantities of Work to be performed, materials to be furnished, and as to the requirements of these specifications. The submissions of a Total Base Bid shall be evidence that the Bidder has made such examinations. 2. LOCATION OF PROJECT: The construction work to be performed is located at 850 W Beaver Creek Blvd., Avon, Eagle County, Colorado. 3. DESCRIPTION OF WORK Construction of Post-Tensioned Concrete tennis, pickleball and basketball courts over existing asphalt courts, demolition of fencing and sidewalk, installation of new ADA sidewalk/concrete pads, storm drain pipe clean out, courts and pavement marking, chain link fence installation and landscaping. An Alternate PB 8' Extension includes constructing an 8' concrete pad extension over compacted, engineered, granular material to widen the east side of the pickleball courts. 4. ACQUISITION OF LAND, RIGHTS-OF-WAYS, AND EASEMENTS Deleted 5. CONSTRUCTION STAKING Deleted SC-1 6. ELECTRIC POWER AND WATER General use of OWNER'S electric power and water is not permitted. The CONTRACTOR will be responsible for supplying electric power and water. 7. EXISTING UTILITIES Contractor shall take sole responsibility for damage to any utility line encountered even those utilities not located on the plans. The CONTRACTOR will notify the utility companies for field locations before the start of construction. The CONTRACTOR shall then pothole all utility crossings and coordinate with utility owner prior to beginning of construction. If conflicts exist, CONTRACTOR shall coordinate with utility owner and notify ENGINEER. 8. MATERIALS FURNISHED BY OWNER The OWNER shall furnish no labor, no equipment, and no materials to the CONTRACTOR. It is the intention of this contract to require the CONTRACTOR to furnish all labor, materials, and equipment necessary for the complete construction of the work. 9. STATE AND LOCAL LAWS The CONTRACTOR shall conform to all applicable State and local laws in carrying out its obligations under the Contract. 10. PROTECTION OF PUBLIC AND PRIVATE PROPERTY All property shall be protected from damage. Property damaged by the contractor during the construction of the work shall be, at his expense, repaired or replaced and left in as good condition as found. 11. FEES AND PERMITS The CONTRACTOR,prior to commencing any work, shall secure at his own expense all the necessary fees and permits required for the performance of the project work. 12. WASTE MATERIALS All waste materials such as broken pipe, millings, asphalt, tree roots, and other construction debris shall be picked up and removed from the site by the CONTRACTOR. Routine clean up shall be conducted by the Contractor within areas impacted by this construction at a frequency of at least once per day. Final cleanup must be approved and accepted by the OWNER before the contract may be considered complete. SC-2 13. INCREASED OR DECREASED QUANTITIES The OWNER reserves the right to make such changes in quantity of work as are deemed necessary or advisable without changing the unit bid prices shown in the Proposal. 14. OPERATIONS WITH OTHERS The OWNER reserves the right to have other work performed by other contractors and to permit the public utility companies and others to do work on, and adjacent to, the site. The CONTRACTOR shall conduct his operations and cooperate with the other parties so as to minimize interference with this other work. Should a difference arise as to the rights of the CONTRACTOR and other, the ENGINEER, as the OWNER's representative, shall be sole mediator and his decision shall be final and binding on the CONTRACTOR. 15. CONSTRUCTION LIMITS The CONTRACTOR shall confine his operation within the limits of construction shown on the Plans. Site offices, workshops, etc., shall be located only where approved by the OWNER. Where haulage roads cannot be confined to existing established routes, CONTRACTOR shall provide in his bid for complete restoration of the new routes to the satisfaction of the ENGINEER. 16. CLASSIFICATION OF EXCAVATION All excavation except for rock excavation for construction shall be unclassified. The CONTRACTOR shall assume all responsibility for deductions and conclusions which may be made as to the nature of the materials to be excavated, including the difficulty of making and maintaining the required excavation, problems caused by ground water should such be encountered, problems encountered in excavating for lines and structures, and any other difficulties which may result from the geological and physical conditions encountered at the site of the work. 17. PAYMENTS TO CONTRACTOR See Article 14 of General Conditions 18. HOT BITUMINOUS PAVEMENT MIX DESIGN Deleted 19. CONCRETE STRENGTH REQUIREMENTS Concrete shall have the following minimum compressive strength with cement type noted Post-Tensioned Slabs (24 hours) 1700 psi TYPE-I/II Post-Tensioned Slabs (28 days) 4000 psi TYPE-I/II SC-3 Concrete for sidewalks and pads see PAVING NOTES on Civil Drawings C 100, C100.A. 20. INSPECTION At all times, representatives of the OWNER, representatives of agencies affected by the construction work, and the ENGINEER or their representative shall have the right to enter and inspect any and all parts of the work for compliance with the plans and specifications. The ENGINEER shall decide any and all questions which may arise as to the quality and acceptability of the materials furnished, the work performed, the manner of performance and the rate of progress of the work. The ENGINEER shall decide all questions which may arise as to the interpretation of the Contract Documents, all questions as to acceptable fulfillment of the contract, and all disputes and mutual rights by the CONTRACTORS, if there is more than one CONTRACTOR on the work. The decision of the ENGINEER shall be final. He shall have executive authority to make effective such decisions and to enforce the CONTRACTOR to carry out all orders promptly. The CONTRACTOR shall give adequate notice to all agencies performing the inspecting prior to the commencing of construction. 21. RESIDENT PROJECT REPRESENTATIVE ENGINEER may appoint a Resident Project Representative to assist in observing the performance of the work. If so appointed, the Resident Project Representative will be the ENGINEER'S agent and will act as directed by and under the supervision of ENGINEER and will confer with ENGINEER regarding his actions. The Resident Project Representative's dealings in matters pertaining to the on-site Work shall, in general,be only with ENGINEER and CONTRACTOR, and dealings with subcontractors shall only be through CONTRACTOR. As ENGINEER'S Agent, the Resident Project Representative will: A. Serve as ENGINEER'S liaison with CONTRACTOR, working principally through CONTRACTOR'S Superintendent and assist him in understanding the intent of the Contract Documents. B. Conduct on-site observations of the Work in progress to assist ENGINEER in determining if the Work is proceeding in accordance with the Contract Documents and that completed Work will conform to the Contract Documents. C. Report to ENGINEER whenever he believes that any Work is unsatisfactory, faulty, defective, does not conform to the Contract Documents, does not meet the requirements, inspections, tests, or approval required to be made, or has been damaged prior to final payments. He will also advise ENGINEER when he believes Work should be corrected or rejected, should be uncovered for observation, or requires special testing, inspection, or approval. D. Verify that tests, equipment and systems startups, and operating and maintenance SC-4 instructions are conducted as required by the Contract Documents and in the presence of the required personnel, and that CONTRACTOR maintains adequate records thereof; observe, record and report to ENGINEER appropriate details relative to the test procedures and startups. E. Accompany visiting inspectors, representing public or other agencies having jurisdiction over the Project, and report the outcome of these inspections to ENGINEER. F. Transmit, to CONTRACTOR, ENGINEER'S clarifications and interpretations of the Contract Documents. G. Consider and evaluate CONTRACTOR'S suggestions for modifications in Contract Documents and report them, with recommendations, to ENGINEER. H. Furnish ENGINEER periodic report of progress of the Work and contractor's compliance with the approved progresses schedule. As ENGINEER'S Agent, the Resident Project Representative, except upon written instructions of ENGINEER, will not: A. Authorize any deviation from the Contract Documents or approve any substitute materials or equipment. B. Exceed limitations on ENGINEER'S authority, as set forth in the Contract Documents. C. Undertake any of the responsibilities of CONTRACTOR, subcontractors, or CONTRACTOR'S superintendent, or expedite the Work. D. Advise on, or issue directions relative to, any aspect of the means, methods, techniques, sequences, or procedures of construction, unless such is specifically called for in the Contract Documents. E. Advise on or issue directions as to safety precautions and programs in connection with the Work. F. Authorize OWNER to occupy the Project in whole or in part. G. Participate in specialized field or laboratory tests. 22. INSURANCE In conformance with the provisions of the General conditions as to insurance policies that will be required to protect the OWNER and the CONTRACTOR, the minimum amounts of the various kinds of insurance not otherwise provided for shall be as follows: 1. Worker's Compensation Insurance in accordance with prevailing laws. 2. Comprehensive general liability a minimum of$2,000,000 combined single limit bodily injury and property damage, each occurrence; $2,000,000 annual SC-5 aggregate. If said aggregate is reduced by claim payments or otherwise exhausted, the Contractor shall immediately purchase additional aggregate limits for the remainder of Contract and furnish certificates of such insurance to OWNER. 3. Automobile liability a minimum of$1,000,000 combined single limit bodily injury and property damage, each accident. 4. Owner protective liability applying separately to each project and showing the OWNER as Named Insured. Coverages shall remain in effect until the work is accepted by OWNER and shall be written for limits of a minimum of$2,000,000 per occurrence and$2,000,000 annual aggregate. CONTRACTOR shall evidence coverages initially with an insurance binder with the actual insurance policy submitted to OWNER within thirty days of effective date. CONTRACTOR shall be responsible for purchasing additional insurance coverage if the $2,000,000 aggregate is exhausted before the project is completed. 23. PROGRESS PAYMENT RETAINAGE See Article 14 of General Conditions 24. LIQUIDATED DAMAGES Should the CONTRACTOR fail to complete the Work, or any part thereof, in the time stipulated in the Agreement or within such extra time as may have been allowed for delays by extensions granted as provided in the Contract Documents, the CONTRACTOR shall reimburse the OWNER for the additional expenses and damage for each calendar day, Sundays and holidays excluded, that the Contract remains uncompleted after the Contract completion date. It is agreed that the amount of such additional expense and damage, incurred by reason of failure to complete the Work, is $1,500.00 per day and will be doubled to $3,000.00 per day after 30 days. The said amounts are hereby agreed upon as liquidated damages for the loss to the OWNER because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the OWNER would, in such event, sustain. It is expressly understood and agreed that this amount is not to be considered in the nature of a penalty,but as liquidated damages which have accrued against the CONTRACTOR; and the OWNER is authorized to deduct the amount of such damages from any monies due the CONTRACTOR for Work performed or material furnished under this Agreement and the CONTRACTOR and his Sureties shall be liable for any excess. 25. QUALIFICATION OF BIDDERS A statement of competency is required from such Bidders as may be considered in making the award, and will include: A. The most recent six(6) completed projects constructing post-tensioned concrete courts performed by the CONTRACTOR in the last five (5) years. B. Plant and equipment, in detail, available and which he proposes on this Work. SC-6 C. Recent financial statements relative to resources, including cash and bank credits available. D. Names of surety company that has indicated it's willingness to bond the Bidder. A Bidder otherwise qualified may be required, either before or after the bid opening, to provide a comprehensive list with contact details of all projects constructing post-tensioned concrete courts and to demonstrate availability of equipment and organization, not otherwise committed, to perform the Work within the time limits specified in the Contract Documents. Bidders will be required to fully inform the ENGINEER of their commitments to other work so he may form an opinion as to their availability for prompt performance of this Contract. No Bid will be accepted from, and no Contract will be awarded to any person, firm or corporation that is in arrears to the OWNER upon any debt or contract, or that is a defaulter as surety or otherwise upon any obligation to the OWNER. 26. SUBCONTRACTORS AND SUPPLIERS Bidder shall submit a list of all Sub-contractors and suppliers, accompanied by an experience statement, with pertinent information as to similar projects and other evidence of qualification for each such sub-contractor,person or organization. 27. CHARACTER OF WORKERS The CONTRACTOR shall employ only competent employees to do the work, and whenever the ENGINEER shall notify the CONTRACTOR in writing that any worker is, in his opinion, incompetent,unfaithful, disorderly or otherwise unsatisfactory, such worker shall be discharged from the work, and shall not again be employed on it except with the consent of the ENGINEER. 28. EMPLOYMENT OF OR CONTRACTS WITH WORKERS WITHOUT AUTHORIZATION This paragraph shall apply to all Contractors whose performance of work under this Agreement does not involve the delivery of a specific end product other than reports that are merely incidental to the performance of said work. This paragraph shall not apply to any services falling under the exceptions provided for in C.R.S. 8-17.5-101(b)(I)-(V). Contractor shall not knowingly employ or contract with an worker without authorization to perform work under this Agreement. Contractor shall not contract with a subcontractor that fails to certify that the subcontractor does not knowingly employ or contract with any workers without authorization. By entering into this Agreement, Contractor certifies as of the date of this Agreement it does not knowingly employ or contract with an worker without authorization who will perform work under the public contract for services and that the Contractor will participate in the e-verify program or department program in order to confirm the employment eligibility of all employees who are newly hired for employment to perform work under the public contract for services. The Contractor is prohibited from using either the e-verify program or the department program procedures to undertake pre-employment screening of job applicants while this Agreement is being performed. If the Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an worker without authorization, the Contractor shall be required to notify the subcontractor and the Town within SC-7 three (3) days that the Contractor has actual knowledge that a subcontractor is employing or contracting with an worker without authorization. The Contractor shall terminate the subcontract if the subcontractor does not stop employing or contracting with the worker without authorization within three (3) days of receiving the notice regarding Contractor's actual knowledge. The Contractor shall not terminate the subcontract if, during such three days, the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an worker without authorization. The Contractor is required to comply with any reasonable request made by the Department of Labor and Employment made in the course of an investigation undertaken to determine compliance with this provision and applicable state law. If the Contractor violates this provision, the Town may terminate this Agreement, and the Contractor may be liable for actual and/or consequential damages incurred by the Town, notwithstanding any limitation on such damages provided by such Agreement. 29. PRODUCTS A. The OWNER'S Representative reserves the right to require a statement from the manufacturer of any manufactured materials that the specific materials used conform with the Contract Documents. B. Whenever a manufacturer's name or brand is specified for a product in these Contract Documents, alternate products of equal performance may be proposed for substitution. When the CONTRACTOR wishes to use an alternate item, he must submit to the ENGINEER a manufacturer's specification sheet for each and every alternate. These specification sheets must verify that the proposed alternate is indeed an acceptable equivalent to the items specified. All alternates must be approved, in writing, by the ENGINEER, who has the final decision. 30. STANDARD SPECIFICATIONS The "Standard" specifications for this project shall be the Standard Specifications for Road and Bridge Construction, State Department of Highways, Division of Highways, State of Colorado, 2017, Section 200 through 700. 31. PRIME COAT AND TACK MATERIAL Deleted 32. MEASUREMENT AND PAYMENT The quantities for which Payment will be made shall be those shown in the BID FORM, provided the project is constructed essentially in accordance with the plans and specifications. Authorized changes will be field measured by Engineer and the accepted work will be paid for at the contract bid price per unit. Payment shall be made at the unit price or lump sum amount, as shown in the CONTRACTOR'S Bid, for applicable items of work. Items of work required to complete the project in accordance with the plans and specifications and for which no specific bid item appears in the Contract Documents shall not be paid for separately but shall be included in the prices shown in the Contractor's Bid for applicable items of work. SC-8 33. SPECIAL DATES Work will NOT be allowed, and parking lot must be fully functional and open to all traffic on this date: July 1 —July 3, 2022 (Salute to the USA and Independence Day Weekend) On these dates, Contractor will make the lot and courts area safe and free of equipment and supplies as possible: June 21 —June 23, 2022 (Lacrosse Tournament) Avon Arts Celebration July 22 —24, 2022 34. MAINTAINING TRAFFIC A. Construction Operations: A Construction Zone Traffic Control Plan shall be submitted to the Town of Avon for review and approval no later than ten (10) days after the Notice of Award.All traffic control shall be provided by the CONTRACTOR in accordance with the Traffic and Construction Phasing Plan. Traffic control shall be coordinated by the CONTRACTOR such that the cumulative delays to the traveling public through all construction zones will not exceed 5 minutes and that pedestrian movements will be provided at the intersections. Requests for authorization to implement traffic control measures must be submitted in writing to the ENGINEER. B. Expenses: The CONTRACTOR shall bear all expense of the routine maintenance work required for maintaining the traveled roadway for traffic through the project, as described above, until final acceptance of the project. C. Maintaining Access: The CONTRACTOR shall provide and maintain public and private access drives from the point of disruption to the traveled way. The CONTRACTOR will not be allowed to shut off access to the school and Nottingham Park and must use a reasonable effort to coordinate his work with the ENGINEER. CONTRACTOR shall be responsible for traffic control for parking lot closures, sidewalk detours and park path traffic. CONTRACTOR shall be responsible for making such reasonable effort to obtain approval from the ENGINEER at least 24 hours prior to start of related activities. D. Costs: All costs incidental to the foregoing requirements will not be paid for separately, but shall be included in the work. Delays or impacts to the CONTRACTOR due to the requirements of this provision shall not be a basis for an extension of time or additional compensation, or both. 35. CONSTRUCTION PHASING Deleted SC-9 36. DRAWING LIST - CONSTRUCTION SETS Structural -Nottingham Park West Courts Reconstruction Project SHEET DESCRIPTION DATE STAMPED S 1 3 Tennis, 4 Pickleball, 2 Basketball Courts Notes 12-03-2021 S2 Demolition Plan of Existing Courts 12-03-2021 S3 Demolition Plan of Existing Courts 12 03 2021 S3-A ALT. Demolition Plan of Existing Courts 12-03-2021 S4-B 3 Tennis, 4 Pickleball, 2 Basketball Courts Layout 12 03 2021 2/8/22 S5 3 s,4 ckleb Basketball-Court oet-1-2 03-2021 S5-B ALT. 3 Tennis, 4 Pickleball, 2 Bball Courts Layout 12 03 2021 2/8/22 S6-B Detail and Cable Layout Plan 12 03 2021 2/8/22 S7 Detail and Cable Layout Plan 12 03 2021 S7-B ALT. Detail and Cable Layout Plan 12 03 2021 2/8/22 S8 Detail Plan 12-03-2021 S8-A ALT. Detail Plan 12 03 2021 2/8/22 S9 Detail Plan 12 03 2021 2/8/22 S 10 Detail Plan 12 03 2021 2/8/22 Civil-Nottingham Park West Courts Reconstruction Project SHEET DESCRIPTION DATE C000 Cover Sheet 12-03-2021 CO10 Existing Conditions Plan 12-03-2021 C050 Demolition Plan 12-03-2021 C100 Site &Horizontal Control Plan 12 03 2021 C100.A Site &Horizontal Control Plan-ALT PB 8' Exten. 12-03-2021 C200 Grading Plan 12-03-2021 C201 Grading Plan 12-03-2021 C201.A Grading Plan-ALT PB 8' Extension 12-03-2021 C300.A Storm Plan-ALT PB 8' Extension 12-03-2021 C400 Erosion Control Plan 12-03-2021 C500 Details Sheet 12-03-2021 37. ANTICIPATED PROJECT SCHEDULE Pre-Bid Video Conference Meeting January 5, 2022 Contractor Questions Deadline January 7, 2022 (12:00 pm) Bid Opening January 12, 2022 Notice of Award February 3, 2022 Pre-Construction Meeting TBD Notice to Proceed March 11, 2022 Construction Period March 14 July 31, 2022 March 14, 2022 - August 5, 2022 SC-10 38. CONSTRUCTION SCHEDULE A. Submit initial progress schedule during Pre-Construction Meeting. B. Submit revised schedules with each Application for Payment, identifying changes since previous version. Indicate estimated percentage of completion for each item of work at each submission. 39. CONSTRUCTION ACCESS AND SITE PLAN CONTRACTOR shall provide a sketch to the owner indicating locations of the following: material storage, office, construction entrance and portable toilet. 40. PROJECT QUANTITIES CONTRACTOR is required to examine carefully the site of the proposed work, Proposal, and Contract Documents. He shall satisfy himself as to the character, quality, and quantities of Work to be performed, materials to be furnished, and as to the requirements of these specifications. The submissions of a Total Base Bid shall be evidence that the Bidder has made such examinations. 41. SUBMITTALS A partial list of required submittals follows. See specifications, Structural Drawings and Civil Drawings for complete submittal requirements. A. A traffic control plan shall be submitted to the OWNER for review and approval no later than ten(10) days from the Notice of Award. B. Asphalt Mix Design C. Concrete Mix Design D. Basketball Court Backboard System E. Pickleball Court Equipment Products listed in PART 2, Spec. 32 3113.31-1 F. Tennis Court Equipment Products listed in PART 2, Spec. 32 3113.30-1 G. VINYL-CLAD CHAIN LINK FENCING SECTION 32 3113.28 H. ACRYLIC COLOR SURFACING FOR POST-TENSIONED CONCETE TENNIS & PICKLEBALL COURTS 32 1823.54 I. POST-TENSIONED CONCRETE OVERLAY FOR TENNIS,PICKLEBALL& BASKETBALL COURTS 32 1313.21 J. Other miscellaneous items including fill material, subgrade, inlets,pipes,pavers, and gravel 42. CLEAN OUT OF PERIMETER DRAIN PIPES See Sheet C050 for notes to jet and clean 6" perforated PVC perimeter drain from the NW corner of Tennis Court 3 to the NE corner of Pickleball Court 1 and from the SW corner of Tennis Court 3 to the SE corner of Pickleball Court 4. 43. WATERPROOFING Deleted SC-11 44. CULVERTS AND STORM SEWERS See Sheet C300.A for notes to install a pipe coupler, inlet and 24" HDPE pipe from NE corner of Pickleball Court 1 to the SE corner of Pickleball Court 4. This installation applies to the Alternate 8' PB Extension only. 45. EROSION CONTROL See Sheet C400, Erosion Control Plan. The protection devices shown apply to both scenarios (with or without Alternate 8' PB Extension) and may be modified with approval of ENGINEER. SC-12 TOWN OF AVON NOTTINGHAM PARK WEST COURTS RECONSTRUCTION PROJECT BID FORM PROPOSAL OF RA Nelson LLC. 51 Eagle Road #2, Avon CO 81620 An individual doing business as RA Nelson LLC. A partnership consisting of RA Nelson LLC. A corporation organized and existing under the Laws of the State of Colorado. To: Town of Avon P.O. Box 975 Avon,Colorado 81620 BASE BID Pursuant to the Invitation to Bid and Instructions to Bidders, issued by the Town of Avon, Colorado, furnish all labor and materials required for the Nottingham Park,West Courts Reconstruction Project, Town of Avon, Colorado, and appurtenant work as shown on the Drawings and Specifications, to be performed or furnished by Contractor in accordance with the following Bid prices: ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL CIVIL DRAWINGS—AREA OUTSIDE OF COURTS 0 Mobilization LS 1 95,136.06 95,136.06 1 Remove PAVERS from existing court entrances. Save LS 1 4,177.83 4,177.83 for reinstall at new gates (see Civil Drawing C050) 2 Remove paver STAIRS into parking lot. Save for LS 1 1,189.70 1,189.70 reinstall (see Civil Drawing C050) Remove and dispose each of the following (including 3 subgrade as req'd.): Exist Concrete 5'Sidewalk(392 LS 1 LF)approx. East end: concrete pad &apron (100 sf) 10,715.51 10,715.51 Sheet C050 Remove existing plants on both sides of sidewalk. 4 Either protect(or replace with same)after raising LS 1 44,079.96 44,079.96 planter bed and irrigation lines with new sidewalk. 5 Remove and dispose(subgrade as req'd.): asphalt LS 1 3,961 .65 3,961.65 parking stall (320 sf) approx. per Sheet C050 6 Locate Buried 6"PVC Perimeter Drain on N, E, S,W LS 1 11 ,821.43 11,$21.43 sides of Pads 1&2.Jet to Cleanout. Protect. Sht. C050 7 Construct ADA Concrete Sidewalk(5'x392') incl. SG. LS 1 34,190.89 34,190.89 per Sheet C200, C201, C500(Details) Construct East end: concrete pad,apron, parking stall, 8 (360 sf),flush curb, spill curb, mountable curb per all LS 1 11 ,224.87 11,224.87 incl. SG.&ADA. Sheet C200, 201 Sheet C500 (Details) 9 Install 2'asphalt patchback section, sign post and LS 1 7,523.38 7,523.38 bollard per Sheet C201 and Sheet C500 (Details) BF-1 10 Install 12"Nyloplast Inlet wl ADA grate, install 9 LF LS 1 6,132.05 6,132.05 HOPE 12"dia. pipe per Sheet C201, C500 (Details) 11 Reinstall saved PAVERS to new gates at finish grade LS 1 7,035.98 7,035.98 see Sheets C200-C201 for grades 12 Reinstall saved paver STAIRS.Adjust to new finish LS 1 1 ,189.70 1,189.70 grade see Sheets C200-C201 for grades 13 Erosion and Sediment Control, as required, Sheet C400 LS 1 5,837.17 5,837.17 ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL STRUCTURAL- POST TENSIONED CONCRETE 14 Demo Existing 12'high Chain Link Fence and fence LF 1,406 10.74 15,095.85 posts(Include Disposal) 15 Demo Existing Asphalt perimeter(2.5'-2.8'width)of LF 950 10.73 10,195.76 existing courts (Include Disposal) 16 Demo Existing concrete foundations (entire exterior) LF 950 21.95 (Include Disposal) 20,853.53 Demo 2 Existing Retaining walls 3" below proposed 17 new fence foundation between Pads 1-2 and 2-3 per LF 240 63.04 15,130.50 Detail Section C-C Sheet S8 (Include Disposal) 18 Remove/Dispose Exist Net Straps, Posts, Foundations LS 21 341.55 7,172.55 Construct 3 Post-Tensioned Concrete Pads: 19 Pad 3: 143'x120' Pad 2: 121'x120' Pad 1: 121x120' LS 1 537,488.60 537,488.60 per Entire Structural Drawings Set& Spec 32 1313.21 20 Install 16' Black chain link fence:Structural Shts &Specs LF 385 139.92 53,869.20 21 Install 10' Black chain link fence:Structural Shts &Specs LF 980 85.83 84,116.34 22 Install 8' Black chain link fence:Structural Shts&Specs LF 75 79.05 5,928.45 23 Install 42" Black chainlink fence:Structural Shts &Specs LF 270 40.82 11,021.67 24 Install 6 Black fence gates: StructlDetail Shts & Specs EA 6 887.70 5,326.20 25 Install 9'windscreens on 16'fence(385 LF), 10'fence LF 1,255 14.82 18,595.34 (868 LF) per Sheets S4 & S5 see Details S8, S9,S10 26 Install 4 Pickleball nets per Specifications EA 4 165.00 660.00 27 Install 3 Tennis nets per Specifications EA 3 319.00 957.00 28 Install 6 Basketball Court Backboard System per Specs EA 6 3,025.00 18,150.00 Install Acrylic Color Surfacing/Painted Lines for 29 basketball,tennis,dual tennis/pickleball, pickleball EA 6 10,912.00 65,472.00 courts Structural Shts&Spec SECTION 32 1823.54 TOTAL(BASE BID) $1,114,249.15 ALTERNATE ".A" BID—PB 8' EXTENSION ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 1 Excavate and Export/Dispose clay subsurface material BCY 147 71.89 10,568.25 East side of Pad 1 (3'deep x11'wide x120' long)approx 2 Construct 120' x 11'Wide x 3'deep CDOT Class 2 Fill CY 217 76.79 16,662.61 w/ 1:1 outslope 8" lifts compacted to 95%per C201.A 3 Install Geofabric Mirafi RS 580i(or app'd. equal) bottom SY 170 22.44 3,814.39 of excavation per Section A-A detail Sheet C201.A BF-2 4 Intermediate Geogrid Tensar TX140 or app'd equal at SY 665 4.74 3,128.55 every 8" compacted lift see Section A-A detail C201.A ' Construct Addition of 8' Extension to Post-Tensioned 5 Concrete Pad 1 (128.84 x 119.67') on new fill per LS 1 11,093.50 11,093.50 C201.A, S3-A, S5-A, S7-A,S8-A& Spec 32 1313.21 6 Construct Additional 8' x 5'Concrete Sidewalk incl. LS 1 3,297.53 3,297.53 subgrade, per Sheet C201.A 7 Install HDPE drainage piping, couplers, inlet, FES per LS 1 26,483.87 26,483.87 Sheets 201.A, 300.A 8 Install additional 16' high fence (8 LF), 10'high fence(8 LS 1 1,119.80 1,119.80 LF) per S5-A Struct/Detail Shts&Specs 9 Install 9'windscreens on 16'fence (8 LF), fence(8 LS 1 237.60 237.60 LF) per Sheet S5-A see Details S8, S9, S10&Specs TOTAL ALTERNATE ".A" BID AMOUNT $ 76,406.09 1. Total Base Bid: One Million One Hundred Fourteen Thousand Two Hundred Forty Nine Dollars and Fifteen cents ($1,114,249.15 ) 2. Total Base Bid+Total Bid Alternates: One Million One Hundred Ninety Thousand Six Hundred Fifty Five Dollars anawenty Focents ($ 1 ,190,655.24 ) Addenda L-1 January 3, 2022 L-3 L-5 L-2 January 4. 2022 L-4 L-6 The Owner will act on this Proposal within forty-five(45)days following receipt. Upon acceptance and award of the Contract to the undersigned by the Owner,the undersigned shall execute the Contract Documents,and furnish Performance and Payment Bonds for the full amount of the Contract within ten(10)calendar days to insure proper compliance with the terms and provisions of the Contract,to guarantee the work until final completion and acceptance including the guarantee period stipulated, and to guarantee payment of all lawful claims for labor performed and materials furnished in the fulfillment of the Contract. Work under this Contract shall commence not later than TBD and the undersigned shall cause work to progress in a manner satisfactory to the Owner. Such work shall be completed no later than August 1,2022.The undersigned bidder further agrees to pay as liquidated damages the sum of$1,500.00 for each consecutive calendar day thereafter, as hereafter provided in the Special Conditions. The undersigned certifies that the bid prices contained in this Proposal have been carefully checked and are submitted correct and final. qi 74‘ Signed at 7. 6 6 '-. , this /z day of N em _ 02, __ .,, __ -----, . p (7—/e,f-fr;; stS acJ 7r-4' l-12Gscl.L. Contractor's License No. 005384 - Town of Avon 4-4- BF-3 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, RA Nelson LLC,51 Eagle Road,Suite 2,Avon,Co 81620 as Principal, and (Name and Address of Contractor) Berkley Insurance Company,475 Steamboat Road,Greenwich,CT 06830 as Surety, are hereby (Name and Address of Contractor) Surety held and firmly bound into Town of Avon,Colorado as Owner in the penal (Name of Owner) sum of Five Percent of Total Amount Bid(-5%—) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. Signed,this 12th day of January , 2022 The Condition of the above obligation is such that whereas the Principal has submitted to, Town of Avon,Colorado a certain BID, attached hereto and hereby made a part hereof to enter a contract in writing, for the Nottingham Park,West Courts Reconstruction Project, Avon,CO;CIP#21053 NOW THEREFORE, (a) If said BID shall be rejected, or (b) If said BID shall be accepted and the Principal shall execute and deliver a contract in the form of Contract attached hereto (properly completed in accordance with said BID) and shall furnish a BOND for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by an extension of the time within which the Owner may accept such BID; and said Surety does hereby waive notice of any such extension. BB-i IN WITNESS WHEREOF, the Principal and the SURETY have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their officers, the day and the year first set forth above. RA Nelson LLC \ ,�(1111111►l1lii�� (Principal, Contractor) \.%\`\�CLSON fir,/// -_,Z • COPO��'Esi By: i r++ I SE if ET: AL Berkley Insurance Company CuRANc-) •�• MB L PT '//// C,••'•.......N•'••V \\\1y.Y /Amy Coonts,Attorney-in-Fact EA /�ii��L'OIR p+�\\`` 1475 1AM IMPORTANT: Surety Companies executing BONDS must appear on the Treasury Department's most current list(Circular 570 as amended) and be authorized to transact business in the State of Colorado. BB-2 1705 171 Strut Slide 11)0 newer en amen C (303)534.4367 No.BI-7724f-el POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON,DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT,has made,constituted and appointed, and does by these presents make, constitute and appoint: Sheryll Shaw; Nicole L. McCollam; Sarah Finn; Michael Lischer, Jr.; Brandi J. Tetley; Jennifer L. Clampert; Amy Coonts; David Dondlinger; Danielle Waring; or Kristen Moore of IMA,Inc. of Denver, CO its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed One Hundred Million and 00/100 U.S. Dollars (U.S.S100,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted;and further RESOLVED,that such power of attorney limits the acts of those named therein to the bonds,undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated;and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Company has calked these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 5th day of February 2021 . `�sk, ,,,,� Attest Berke Insurance Company 151'���L 1 By By It 1975 �rruan Je after ortAwistk. Executive Vice President&Secretary a resident STATE OF CONNECTICUT) ) ss: COUNTY OF FAIRFIELD ) Sworn to before me, a Notary Public in the State of Connecticut, this 5th day of February , 2021 ,by Ira S. Lederman and Jeffrey M. Hefter who are sworn to me to be the Executive Vice President :SI. Secretary, and t Senior Vice President, of Insurance Company. y"°A ex fe",,c" 1 respectively, Berkley P Y• NOTARY Puai is ,c1G�.� CONNECTICUT MY COMMISSION O 4 otary Public,State of Connecticut CERTIFICATE I,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a true,correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded an' that- authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of ..: . ched,is in full force and effect as of this date. x ' ' • , der my hand and seal of the Company,this 12th day of J ry , 2022 • W SEAL z 1975 ctravvtA Vincent P.Forte NOTICE OF AWARD TO: R, i , NJef soN, LL C (Contractor) Pi 0, Drawer 5400 Aver, Co 81620 (Address) PROJECT DESCRIPTION: Nottingham Park, West Courts Reconstruction Project The Town of Avon, Colorado has considered the BID submitted by you for the above described Work in response to its Advertisement for Bid,dated I2/14/ZoZ I and Instructions to Bidders. You are hereby notified that your BID has been ac epted for the Nottingham Park, West Courts Reconstruction Project in the amount ASA , 1 9 0) 6 55 ,24 . You are required by the Instructions to Bidders to execute the Agreement and furnish the required Contractor's PERFORMANCE BOND, LABOR AND MATERIALS BOND,and Certificates of Insurance within ten(10)calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said BONDS within ten(10) calendar days from the date of this Notice, the Town of Avon, Colorado, will be entitled to consider all your rights arising out of acceptance of your BID as abandoned. The Town of Avon, Colorado will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the Town of Avon, Colorado. Dated this 3 day of EA," a v 2022 ( Town of Avon, Colorado er By: _ Title: Proj�i-}- F /)otIDpf f Receipt of the above NOTICE OF AWARD is hereby acknowledged by fae/ G L ,this the 2€,(day of �.6fl t , 2022 --� —By: '— � 7—/r/ev,s 'reSfic f � Title: frsildb-;/- /1 NA-t CONSTRUCTION AGREEMENT THIS AGREEMENT is dated as of the day of in the year of 2022 by and between: Town of Avon, Colorado (hereinafter called OWNER) and RA Nelson, LLC (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Construction of Post-Tensioned Concrete tennis, pickleball and basketball (6 total) courts over existing asphalt courts, Demolition and erection of fencing and sidewalk, installation of new ADA sidewalk/concrete pads, storm drain pipe clean out, courts and pavement marking, and landscaping. An Alternate PB 8' Extension includes constructing an adjacent 8' pad with compacted engineered, granular material to widen the pickleball courts. The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Nottingham Park,West Courts Reconstruction Project Article 2. ENGINEER The Town of Avon, Colorado, Town Engineer, hereinafter called ENGINEER, will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER and OWNER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. Article 3. CONTRACT TIME 3.1 The Work will be completed and ready for final payment in accordance with paragraph 14.13 of the General Conditions. All work will be completed between the dates of March 14, 2022 and July 31, 2022. Article 4. CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for performance of Work in accordance with the Contract Documents, in current funds, as follows: (see attached copy of Contractor's Bid) CONSTRUCTION AGREEMENT CA-1 Article 5. PAYMENT PROCEDURES 5.1 Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER, as provided in Article 14 of the General Conditions. Article 6. CONTRACTOR'S REPRESENTATIVES In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1 CONTRACTOR has familiarized himself with the nature and extent of the contract documents, Work, locality, and with all local conditions and federal, state, and local laws, ordinances, rules and regulations that in any manner may affect the cost,progress, or performance of the Work. 6.2 CONTRACTOR has studied carefully all reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting the cost, progress, or performance of the Work which were relied upon by ENGINEER in the preparation of the Contract Documents, and which have been identified in the Special Conditions. 6.3 CONTRACTOR has made or caused to be made examinations, investigations, tests, and studies of such reports and related data in addition to those referred to in paragraph 6.2, as he deems necessary for the performance of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, tests, reports, or similar data are or will be required by CONTRACTOR for such purposes. 6.4 CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.5 CONTRACTOR has given ENGINEER any conflicts, errors or discrepancies that he has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 7. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR are attached to this Agreement, made a part hereof and consist of the following: 7.1 Advertisement for Bid (page AB-1) 7.2 Instruction to Bidders (pages I3-1 to IB-6) 7.3 Performance and other Bonds, identified as exhibits A&B (4 pages). CONSTRUCTION AGREEMENT CA-2 7.4 Notice of Award (page NA-1 to NA-2) 7.5 Construction Agreement (pages CA-1 to CA-5) 7.6 Notice to Proceed (page NP-1) 7.7 General Conditions (pages GC-1 to GC-45 , inclusive) 7.8 Special Conditions (pages SC-1 to SC-12 , inclusive) 7.9 Plans, consisting of a sheets listed below by number, title, date and revision number with each sheet: Structural-Nottingham Park West Courts Reconstruction Project—CONSTRUCTION SET SHEET DESCRIPTION DATE STAMPED S 1 3 Tennis, 4 Pickleball, 2 Basketball Courts Notes 12-03-2021 S2 Demolition Plan of Existing Courts 12-03-2021 S3 Demolition Plan of Existing Courts 12 03 2021 S3-A ALT. Demolition Plan of Existing Courts 12-03-2021 S4-B 3 Tennis, 4 Pickleball, 2 Basketball Courts Layout 12 03 2021 2/8/22 S5 3 Tennis, 'I Pickleball, 2 Basketball Courts Layout 12 03 2021 S5-B ALT. 3 Tennis, 4 Pickleball, 2 Bball Courts Layout 12 03 2021 2/8/22 S6-B Detail and Cable Layout Plan 12 03 2021 2/8/22 S7 Detail and Cable Layout Plan 12 03 2021 S7-B ALT. Detail and Cable Layout Plan 12 03 2021 2/8/22 S8 Detail Plan 12-03-2021 S8-A ALT. Detail Plan 12 03 2021 2/8/22 S9 Detail Plan 12 03 2021 2/8/22 S 10 Detail Plan 12 03 2021 2/8/22 Civil-Nottingham Park West Courts Reconstruction Project SHEET DESCRIPTION DATE C000 Cover Sheet 12-03-2021 C010 Existing Conditions Plan 12-03-2021 C050 Demolition Plan 12-03-2021 C 100 Site &Horizontal Control Plan 12 03 2021 C 100.A Site &Horizontal Control Plan—ALT PB 8' Exten. 12-03-2021 C200 Grading Plan 12-03-2021 C201 Grading Plan 12-03-2021 C201.A Grading Plan—ALT PB 8' Extension 12-03-2021 C300.A Storm Plan—ALT PB 8' Extension 12-03-2021 C400 Erosion Control Plan 12-03-2021 C500 Details Sheet 12-03-2021 CONSTRUCTION AGREEMENT CA-3 7.9 Addenda numbers to , inclusive 7.10 Contractors Bid(pages BF-1 to BF-3, inclusive) marked exhibit(attach Bid Form) 7.11 Documentation submitted by CONTRACTOR prior to Notice of Award(pages to , inclusive) 7.12 Any Modification, including Change Orders, duly delivered after execution of Agreement. There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be altered, amended, or repealed by modifications (as defined in Article 1 of the General Conditions). Article 8. MISCELLANEOUS 8.1 Terms used in this Agreement, which are defined in Article 1 of the General Conditions, shall have the meanings indicated in the General Conditions. 8.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, monies that may become due and monies that are due may not be assigned without such consent(except to the extent that the effect of this restriction may be limited by law); and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3 OWNER and CONTRACTOR each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, his partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. Article 9. OTHER PROVISIONS 9.1 Pursuant to Section 24-91-103.6, C.R.S., the Owner hereby states that it has appropriated an amount equal to or in excess of the Contract amount. Owner shall not issue a Change Order or other form of order or directive requiring additional compensable work to be performed, which work causes the aggregate amount payable under the Contract to exceed the amount appropriated for the original Contract,unless Contractor is given written assurance by the public entity that lawful appropriations to cover the costs of the additional work have been made. CONSTRUCTION AGREEMENT CA-4 IN WITNESS WHEREOF, the parties hereto have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR, and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on , 2022. OWNER, Town of Avon, Colorado CONTRACTOR, By By Attest Attest Address for giving notices: Address for giving notices: License No. Agent for service of process: CONSTRUCTION AGREEMENT CA-5 EXHIBIT A PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS that RA Nelson, LLC (Name of Contractor) PO Drawer 5400, Avon, CO 81620 (Address of Contractor) a hereinafter called Principal and (Corporation, Partnership or Individual) (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto: Town of Avon, Colorado P.O. Box 975, Avon, Colorado 81620 in the penal sum of , ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the Town of Avon, Colorado, dated the day of , 2022, a copy of which is hereto attached and made a part hereof for the construction of: Nottingham Park, West Courts Reconstruction Project NOW, THEREFORE, if the Principal shall well, truly, and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Town of Avon, Colorado, with or without notice of the Surety and during the two year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and hold harmless the Town of Avon, Colorado, from all costs and damages which they may suffer by reason of failure to do so, and shall reimburse and repay the Town of Avon, Colorado, all outlay and expense which may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PB-1 PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the WORK to be performed thereunder or the SPECIFICATION accompanying the same shall in any ways affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the contract or to the Work or to the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the Town of Avon, Colorado, and the CONTRACTOR shall abridge the right of any beneficiary hereunder,whose claim may be unsatisfied. PROVIDED, FURTHER, this Performance bond is given pursuant to Section 38-26-101, et seq., C.R.S. 1973, as amended. IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of (number) which shall be deemed an original, this the day of , 2022 ATTEST: (Principal Secretary) (Principal) By (Witness as to Principal) (Address) (Address) ATTEST: Surety Secretary Surety By (Witness as to Surety) Attorney-in-Fact (Address) (Address) PB-2 EXHIBIT B LABOR AND MATERIALS BOND KNOW ALL MEN BY THESE PRESENTS: that RA Nelson, LLC (Name of Contractor) PO Drawer 5400, Avon, CO 81620 (Address of Contractor) a hereinafter called Principal, and (Corporation, Partnership or Individual) (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto: Town of Avon, Colorado P.O. Box 975, Avon, Colorado 81620 in the penal sum of ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the Town of Avon, Colorado, dated the day of , 2022, a copy of which is hereto attached and made a part hereof for the construction of: Nottingham Park,West Courts Reconstruction Project NOW THEREFORE, if the Principal shall promptly make payment to all persons, firms, SUBCONTRACTORS, and corporations furnishings materials for or performing labor in the prosecution of the Work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, fuel, repairs on machinery, equipment, and tools, consumed or used in connection with the construction of such WORK, and all insurance premiums on said WORK, and for all labor, performed in such WORK whether by SUBCONTRACTOR or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract or to the WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in LMB-1 any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the Town of Avon, Colorado, and the CONTRACTOR shall abridge the right of any beneficiary hereunder,whose claim may be unsatisfied, and provided further that this Performance Bond is given pursuant to Section 38-26- 101, et seq., C.R.S. 1973, as amended. IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of (number) which shall be deemed an original, this the day of , 2022. ATTEST: Principal Secretary Principal By (Address) Witness as to Principal (Address) Surety ATTEST: By Surety Secretary Attorney-in-Fact Witness as to Surety (Address) (Address) LMB-2 NOTICE TO PROCEED TO: RA Nelson, LLC Date: (Name of Contractor) Project: Nottingham Park, West Courts _PO Drawer 5400, Avon, CO 81620 Reconstruction Project (Address of Contractor) You are hereby notified to commence WORK in accordance with the Agreement dated on or before , and you are to complete the WORK between the dates of and , 2022 Town of Avon, Colorado By: Title: Address: P.O. Box 975 Avon, CO 81620 Telephone: 970-748-4078 ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged By (Contractor) This the day of , 2022 By Title: Telephone: NP-1 CHANGE ORDER Order No.: Date: Agreement Date: NAME OF PROJECT: Nottingham Park, West Courts Reconstruction Project OWNER: Town of Avon, Colorado CONTRACTOR: RA Nelson, LLC (Name of Contractor) PO Drawer 5400, Avon, CO 81620 (Address of Contractor) The following changes are hereby made to the CONTRACT DOCUMENTS: Justification: Change to CONTRACT PRICE: $ Original CONTRACT PRICE: $ Current CONTRACT PRICE adjusted by previous CHANGE ORDER The CONTRACT PRICE due to this CHANGE ORDER will be (increased)(decreased)by The new CONTRACT PRICE including this CHANGE ORDER will be $ Change to CONTRACT TIME: The CONTRACT TIME will be (increased)(decreased) by calendar days. The date for completion of all work will be (Date). APPROVALS REQUIRED: Approved by Engineer: Accepted by Contractor: Accepted and Approved by Owner: Federal Agency Approval (where applicable): CO-1 TABLE OF CONTENTS OF GENERAL CONDITIONS Article Number Title Page 1 DEFINITIONS GC-1 2 PRELIMINARY MATTERS GC-4 3 CONTRACT DOCUMENTS: INTENT AND REUSE GC-6 4 AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS GC-8 5 BONDS AND INSURANCE GC-9 6 CONTRACTOR'S RESPONSIBILITIES GC-14 7 WORK BY OTHERS GC-23 8 OWNER'S RESPONSIBILITIES GC-25 9 ENGINEER'S STATUS DURING CONSTRUCTION GC-25 10 CHANGES IN THE WORK GC-29 11 CHANGE OF CONTRACT PRICE GC-30 12 CHANGE OF THE CONTRACT TIME GC-35 13 WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK GC-36 14 PAYMENTS TO CONTRACTOR AND COMPLETION GC-39 15 SUSPENSION OF WORK AND TERMINATION GC-45 16 NOT USED 17 MISCELLANEOUS GC-48 gc-i INDEX TO GENERAL CONDITIONS Article or Paragraph Number Acceptance of Insurance 5.13 Access to the Work 13.2 Addenda- definition of 1 (See Definition of Specifications) Agreement- definition of 1 All Risk Insurance 5.6 Application for Payment- definition of 1 Application for Payment Final 14.12 Application for Progress Payment 14.2 Application for Progress Payment-review of 14.4 thru 14.7 Assignment 17.5 Availability of Lands 4.1 Award,Notice Of- definition of 1 Before Starting Construction 2.5 thru 2.7 Bid- definition of 1 Bonds and Insurance - in general 5 Bonds - definition of 1 Bonds, Delivery of 2.1, 5.1 Bonds, Performance and Other 5.1, 5.2 Cash Allowances 11.10 Change Order- definition of 1 Changes in the Work 10 Claims, Waiver of- on Final Payment 14.16 Clarifications and Interpretations 9.3 Cleaning 6.17 Completion 14 Completion, Substantial 14.8, 14.9 Conference - Pre-Construction 2.8 Construction Machinery, Equipment, etc. 6.4 Continuing Work 6.29 Contract Documents - definition of 1 Contract Documents - intent and use 3 Contract Documents - reuse of 3.6 Contract Price, Change of 11 Contract Price - definition of 1 Contract Time, Change of 12 Contract Time, Commencement of 2.3 Contract Time - definition of 1 Contractor- definition of 1 gc-ii INDEX TO GENERAL CONDITIONS Article or Paragraph Number Contractor May Stop Work or Terminate 15.5 Contractor's Continuing Obligation 14.15 Contractor's Duty to Report Discrepancy in Documents 2.5, 3.2 Contractor's Fees - Cost Plus 11.6 Contractor's Liability Insurance 5.3 Contractor's Responsibilities - in general 6 Contractor's Warranty of Title 14.3 Contractual Liability Insurance 5.4 Copies of Documents 2.2 Correction or Removal of Defective Work 13.11 Correction Period, Two Year 13.12 Correction, Removal or Acceptance of Defective Work- in general 13.11 thru 13.14 Cost of Work 11.4, 11.5 Costs, Supplemental 11.4.5 Day- definition of 1 Defective Work,Acceptance of 13.13 Defective Work, Correction or Removal of 13.11 Defective - definition of 1 Defective Work- in general 13 Defective Work, Rejecting 9.4 Delivery of Bonds 2.1 Disagreements, Decisions by Engineer 9.9, 9.10 Documents, Copies of 2.2 Documents, Record 6.19 Documents, Reuse 3.6 Drawings, definition of 1 Effective Date of Agreement- definition of 1 Emergencies 6.22 Engineer- definition of 1 Engineer's -Notice Work is Acceptable 14.3 Engineer's Responsibilities, Limitations on 9.11 thru 9.14 Engineer's Status During Construction- in general 9 Engineer's - Recommendation of Payment 14.4, 14.13 Equipment, Labor, Materials and 6.3 thru 6.6 Equivalent Materials and Equipment 6.7 Fee, Contractor's - Costs Plus 11.6 Field Order- definition of 1 Field Order- issued by Architect 10.2 gc-iii INDEX TO GENERAL CONDITIONS Article or Paragraph Number Final Application for Payment 14.12 Final Inspection 14.11 Final Payment, Recommendation of 14.13, 14.14 Final Payment and Acceptance 14.13 General Requirements 1 General Provisions 17.3, 17.4 Giving Notice 17.1 Guarantee of Work-by Contractor 13.1 Indemnification 6.30 thru 6.32 Inspection, Final 14.11 Inspection, Tests and 13.3 thru 13.7 Insurance, Bonds and- in general 5 Insurance, Certificates of 2.7 and 5 Insurance, Contractor's Liability 5.3 Insurance, Contractual Liability 5.4 Insurance, Owner's Liability 5.5 Insurance, Property 5.6 thru 5.9 Intent of Contract Documents 3.1 thru 3.5 Interpretations and Clarifications 9.3 Investigations of Physical Conditions 4.2 Labor, Materials and Equipment 6.3 thru 6.6 Laws and Regulations 6.14 Liability Insurance - Contractor's 5.3 Liability Insurance - Owner's 5.5 Limitations on Engineer's Responsibilities 9.11 Materials and Equipment- furnished by Contractor 6.3 Materials or Equipment- Equivalent 6.7 Miscellaneous Provisions 17 Modifications - definition of 1 Notice, Giving of 17.1 Notice of Award- definition of 1 Notice of Acceptability of Project 14.13 Notice to Proceed- definition of 1 Notice to Proceed- Giving of 2.3 "Or-Equal" Items 6.7 Other Contractors 7 gc-iv INDEX TO GENERAL CONDITIONS Article or Paragraph Number Overtime Work, Prohibition of 6.3 Owner- definition of 1 Owner May Correct Defective Work 13.14 Owner May Stop Work 13.10 Owner May Suspend Work, Terminate 15.1 thru 15.4 Owner's Duty to Execute Change Orders 11.8 Owner's Liability Insurance 5.5 Owner's Representative, Engineer to Serve As 9.1 Owner's Responsibilities - in general 8 Owner's Separate Representative at Site 9.8 Partial Utilization 14.10 Partial Utilization- Property Insurance 5.14 Patent Fees and Royalties 6.12 Payments to Contractor- in general 14 Payments, Recommendation of 14.4 thru 14.7.6 Performance and Other Bonds 5.1 thru 5.2 Permits 6.13 Physical Conditions - Investigations and Reports 4.2 Physical Conditions, Unforeseen 4.3 Pre-Construction Conference 2.8 Preliminary Matters 2 Premises, Use of 6.16, 6.17, 6.18 Price, Change of Contract 11 Progress Payment, Applications for 14.2 Progress Schedule 2.6, 14.1 Project - definition of 1 Project Representative, Resident- definition of 1 Project Representation, Provision for 9.8 Project, Starting 2.4 Property Insurance 5.6 thru 5.9 Property Insurance - Receipt and Application of Proceeds 5.11, 5.12 Property Insurance - Partial Utilization 5.14 Protection, Safety and 6.20 thru 6.21 Recommendation of Payment 14.4, 14.13 Record Documents 6.19 Reference Points 4.4 Regulations, Laws and 6.14 Rejecting Defective Work 9.4 Removal or Correction of Defective Work 13.11 Resident Project Representative - definition of 1 gc-v INDEX TO GENERAL CONDITIONS Article or Paragraph Number Resident Project Representative, Provision for 9.8 Responsibilities, Contractor's 6 Responsibilities, Owner's 8 Reuse of Documents 3.6 Royalties, Patient Fees and 6.12 Safety and Protection 6.20 thru 6.21 Samples 6.23 Schedule of Shop drawings Submissions 2.6, 14.1 Schedule of Values 2.6, 14.1 Shop Drawings and Samples 6.23 thru 6.28 Shop Drawings - definition of 1 Site, Visits to-by Engineer 9.2 Specifications - definition of 1 Starting Construction, Before 2.5 thru 2.7 Starting the Project 2.4 Stopping Work-by Contractor 15.5 Stopping Work-by Owner 13.10 Subcontractor- definition of 1 Subcontractors - in general 6.8 thru 6.11 Substantial Completion, Certificate of 14.8 Substantial Completion, definition of 1 Subsurface Conditions 4.2, 4.3 Supplemental Costs 11.4.5 Surety- Consent to Payment 14.12, 14.14 Surety-Notice of Change 10.5 Surety, Qualification of 5.1, 5.2 Suspending Work-by Owner 15.1 Suspension of Work and Termination - in general 15 Superintendent, Contractor's 6.2 Supervision and Superintendence 6.1, 6.2 Taxes - Payment by Contractor 6.15 Termination-by Contractor 15.5 Termination -by Owner 15.2 thru 15.4 Termination, Suspension of Work and- in general 15 Tests and Inspections 13.3 thru 13.7 Time, Change of Contract 12 Time, Computation of 17.2 Uncovering Work 13.8, 13.9 Unit Prices 11.3.1 gc-vi INDEX TO GENERAL CONDITIONS Article of Paragraph Number Unit Prices,Adjustment of 11.9 Use of Premises 6.16, 6.17, 6.18 Values, Schedule of 14.1 Visits to Site -by Engineer 9.2 Waiver of Claims - on Final Payment 14.16 Warranty and Guarantee -by Contractor 13.1 Warranty of Title, Contractor's 14.3 Work, Access To 13.2 Work by Others - in general 7 Work, Cost of 11.4, 11.5 Work Continuing During Disputes 6.29 Work- definition of 1 Work-Neglected by Contractor 13.14 Work- Stopping by Contractor 15.5 Work- Stopping by Owner 15.1 thru 15.4 gc-vii GENERAL CONDITIONS ARTICLE I DEFINITIONS Whenever used in these General Conditions or in the other Contract Documents, the following terms have the meanings indicated(which are applicable to both the singular and plural thereof): Addenda-Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the bidding documents or the Contract Documents. Agreement- The written agreement between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Application for Payment - The form accepted by ENGINEER which is to be used by CONTRACTOR in requesting progress or final payment and which is to include such supporting documentation as is required by the Contract Documents. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. Bonds - Bid,performance and payment bonds and other instruments of security. Change Order-A written order to CONTRACTOR signed by OWNER authorizing an addition, deletion or revision in the Work and/or adjustment in the Contract Price of the Contract Time issued after the effective date of the Agreement. Contract Documents - The Agreement, Addenda(which pertain to the Contract Documents), CONTRACTOR'S Bid(including documentation accompanying the bid and any post-Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Bonds, the General Conditions,the Special Conditions, the Drawings (as the same are more specifically identified in the Agreement), together with all Modifications issued after the execution of the Agreement. Contract Price - The moneys payable by OWNER to CONTRACTOR under the Contract Documents as stated in the Agreement. Contract Time - The number of days (computed as provided in paragraph 17.2) or the date stated in the Agreement for the completion of Work. Contractor- The person, firm or corporation with whom OWNER has entered into this Agreement. Day- A calendar day of twenty-four(24) hours measured from midnight to the next midnight. GC-1 Defective -An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient, or does not conform to the Contract Documents or does not meet the requirements of any inspection, test or approval referred to in the Contract Documents, or has been damaged prior to Engineer's recommendation of final payment. Drawings - the drawings which show the character and scope of the Work to be performed and which have been prepared or approved by Engineer and are referred to in the Contract Documents. Effective Date of Agreement- the date indicated in the Agreement on which it becomes effective,but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. Engineer-Wherever the word"Engineer" occurs in these Contract Documents, the word shall signify the Town Engineer as designated by the Town of Avon to be the Engineer for the Work. Field Order-A written order issued by Engineer which orders minor changes in the Work in accordance with paragraph 10.2 but which does not involve a change in the Contract Price or the Contract Time. General Requirements - Sections of Division 1 of the Specifications. Modification- (a) A written amendment of the Contract Documents signed by both parties, (b) a Change Order, or(c) a Field Order. A modification may only be issued after the effective date of the Agreement. Notice of Award- The written notice by Owner to the apparent successful Bidder stating that upon compliance by the apparent successful Bidder with the conditions precedent enumerated therein, within the time specified, Owner will sign and deliver the Agreement. Notice to Proceed-A written notice given by Owner to Contractor(with a copy to Engineer) fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform his obligation under the Contract Documents. Owner- The public body or authority, corporation, association, partnership, or individual with whom Contractor has entered into the Agreement and for whom the Work is to be provided. Project- The total construction of which the Work to be provided under the contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. Resident Project Representative - The authorized representative of ENGINEER who is assigned to the site or any part thereof. Shop Drawings - all drawings, diagrams, illustrations, schedules, and other data which are specifically prepared by CONTRACTOR, a Subcontractor, manufacturer, fabricator, supplier or distributor to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a manufacturer, fabricator, supplier or distributor and submitted by CONTRACTOR to illustrate GC-2 material or equipment for some portion of the Work. Subcontractor-An individual, firm or corporation having a direct contract with CONTRACTOR or with any other subcontractor for the performance of a part of the Work at the site. Substantial Completion- The Work(or a specified part thereof)has progressed to the point where, in the opinion of the Engineer as evidenced by his definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work(or specified part) can be utilized for the purposes for which it was intended, including completion or resolution of all bid items; or if there be no such certificate issued, when final payment is due in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as applied to any Work refer to Substantial Completion thereof. Work- The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction all as required by the Contract Documents. END OF ARTICLE 1 GC-3 ARTICLE 2 PRELIMINARY MATTERS Delivery of Bonds: 2.1 When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with paragraph 5.1. Copies of Documents: 2.2 OWNER shall furnish to CONTRACTOR up to ten copies (unless otherwise specified in the General Requirements) of the Contract Documents as are reasonably necessary for the execution of the Work. Additional copies will be furnished, upon request, at the cost of reproduction. Commencement of Contract Time; Notice to Proceed: 2.3 The Contract time will commence to run on the thirtieth(30th) day after the effective date of the Agreement, or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed; but in no event shall the Contract Time commence to run later than the ninetieth (90th) day after the day of Bid opening or the thirtieth(30th) day after the effective date of the Agreement. A Notice to Proceed may be given at any time within thirty days after the effective date of the Agreement. Starting the Project: 2.4 CONTRACTOR shall start to perform the Work on the date when the Contact Time commences to run,but no Work shall be done at the site prior to the date on which the Contract Time commences to run. Before Starting Construction: 2.5 Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contact Documents and check and verify pertinent figures shown thereon and all applicable field measurements. CONTRACTOR shall promptly report in writing to ENGINEER any conflict, error or discrepancy that CONTRACTOR may discover. 2.6 Within ten days after the effective date of the Agreement (unless otherwise specified in the Special Conditions or General Requirements), CONTRACTOR shall submit to ENGINEER for review and acceptance an estimated progress schedule indicating the starting and completion dates of the various stages of the Work, a preliminary schedule of Shop Drawings submissions, and a preliminary schedule of values of the Work. OWNER may request phasing, schedule milestones, or other key intermediate, substantial, and final completion dates as described in the Special Conditions. 2.7 Before any Work at the site is started, CONTRACTOR shall deliver to OWNER, with a copy to ENGINEER, certificates (and other evidence of insurance requested by OWNER)which GC-4 CONTRACTOR is required to purchase and maintain in accordance with paragraph 5.3 and 5.4; and OWNER shall deliver to CONTRACTOR certificates (and other evidence of insurance requested by CONTRACTOR)which OWNER is required to purchase and maintain in accordance with paragraphs 5.6 and 5.7. Pre-Construction Conference: 2.8 Within, twenty days after the effective date of the Agreement, but before CONTRACTOR starts the Work at the site, a conference will be held for review and acceptance of the schedules referred to in paragraph 2.6, to establish procedures for handling Shop Drawings and other submittals and for processing Applications for Payments, and to establish a working understanding among the parties as to the Work. END OF ARTICLE 2 GC-5 ARTICLE 3 CONTRACT DOCUMENTS: INTENT AND REUSE Intent: 3.1 The Contract Documents comprise the entire Agreement between OWNER and CONTRACTOR concerning the Work. They may be altered only by a Modification. The Contract Documents constitute the entire agreement between the parties hereto, relating to the project, and they set forth the rights, duties and obligations of each to the other as of the date of execution thereof. Any prior or subsequent agreements, promises, negotiations, or representations of any nature, not expressly set forth in the Contract Document, are of no force or effect. 3.2 The Contract Documents are complementary; what is called for by one is as binding as if called for by all. If, during the performance of the Work, CONTRACTOR finds a conflict, error or discrepancy in the Contract Documents, he shall report it to ENGINEER in writing at once and before proceeding with the Work affected thereby. 3.3 It is the intent of the Specifications and Drawings to describe a complete project(or part thereof) to be constructed in accordance with the Contract Documents. Any Work that may reasonably be inferred from the Drawings as being required to produce the intended result shall be supplied whether or not it is specifically called for. When words which have a well known technical or trade meaning are used to describe Work, materials or equipment, such words shall be interpreted in accordance with such meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the code of any governmental authority,whether such reference be specific or by implication, shall mean the latest standard specification, manual or code in effect at the time of opening of Bids (or on the effective date of the Agreement if there were no Bids), except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the contract Documents) shall change the duties and responsibilities of OWNER, CONTRACTOR or ENGINEER, or any of their agents or employees from those set forth in the Contract Documents. Clarifications and interpretations of the Contract Documents shall be issued by ENGINEER as provided for in paragraph 9.3. 3.4 The Contract Documents and any and all related matters thereto and thereunder shall be interpreted in accordance with the laws of the State of Colorado. 3.5 These Contract Documents shall inure to and be binding on the heirs, executors, administrators, successors and assigns of the parties thereto. Reuse of the Documents: 3.6 Neither CONTRACTOR nor any Subcontractor, manufacturer, fabricator, supplier or distributor shall have or acquire any title to or ownership rights in any of the Drawings, Specifications or other Documents (or copies of any thereof)prepared by or bearing the seal of GC-6 ENGINEER; and they shall not reuse any of them on extensions of the Project or any other project without written consent of OWNER and ENGINEER and specific written verification or adaptation by ENGINEER. END OF ARTICLE 3 GC-7 ARTICLE 4 AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS Availability of Lands: 4.1 OWNER shall furnish, as indicated in the Special Conditions, the lands upon which the Work is to be performed, rights-of-way or access thereto, and such other lands which area designated for the use of CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by OWNER, unless otherwise provided for in the Special Conditions. If CONTRACTOR believes that any delay in OWNER'S furnishing these lands or easements entitles him to an extension of the Contract Time, CONTRACTOR may make a claim therefore as provided in Article 12. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities for storage of materials and equipment. Physical Conditions - Investigations and Reports: 4.2 Reference is made to the Special Conditions for identification of these reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting cost,progress or performance of the Work which have been relied upon by ENGINEER in preparation of the Contract Documents. Such reports are not guaranteed as to accuracy or completeness and are not part of the Contract Documents. Unforeseen Physical Conditions: 4.3 CONTRACTOR shall promptly notify OWNER and ENGINEER in writing of any subsurface or latent physical conditions at the site or in an existing structure differing materially form those indicated or referred to in the Contract Documents. ENGINEER will promptly review those conditions and advise OWNER in writing if further investigation or tests are necessary. Promptly thereafter, OWNER shall obtain the necessary additional investigations and tests and furnish copies to ENGINEER and CONTRACTOR. If ENGINEER finds that the results of such investigations or tests indicate that there are subsurface or latent physical conditions which differ materially from those intended in the Contract Documents, and which could not reasonably have been anticipated by CONTRACTOR, a Change Order shall be issued incorporating the necessary revisions. Reference Points: 4.4 All reference points which are necessary for CONTRACTOR to proceed with work are taken from existing structures and shown on the drawings. END OF ARTICLE 4 GC-8 ARTICLE 5 BONDS AND INSURANCE Performance and Other Bonds: 5.1 CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR'S obligations under the Contract Documents. These Bonds shall remain in effect at least until two years after the date of final payment, except as otherwise provided by law. CONTRACTOR shall also furnish such other Bonds as are required by the Special Conditions. All Bonds shall be in the forms prescribed by the bidding documents or Special Conditions and be executed by such Sureties as (i) are licensed to conduct business in the state where the Project is located, and(ii) are named in the current list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended)by the Audit Staff Bureau of Accounts, U.S. Treasury Depaitiiient. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. Each Surety hereunder shall indicate in writing its state of incorporation, and if not registered to do business in Colorado, or licensed to write bonds in Colorado, shall indicate in writing these states where it is so registered and licensed. 5.2 If the Surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of clauses (i) and(ii) of paragraph 5.1, CONTRACTOR shall within five (5) days thereafter substitute another Bond and Surety,both of which shall be acceptable to OWNER. Contractor's Liability Insurance: 5.3 The CONTRACTOR shall purchase and maintain such insurance as will protect him from claims set forth below which may arise out of or result from the CONTRACTOR'S execution of the Work, whether such execution be by himself or by any Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: 5.3.1 Claims under workmen's compensation, disability benefit and other similar employee benefits acts; 5.3.2 Claims for damages because of bodily injury and occupational sickness or disease, or death of the CONTRACTOR'S employees; 5.3.3 Claims for damages because of bodily injury, sickness or disease, or death of any person other than the CONTRACTOR'S employees; 5.3.4 Claims for damages insured by usual personal injury liability coverage which are sustained(i)by any person as a result of an offense directly or indirectly related to the employment of such person by the CONTRACTOR, or(ii)by any other person for any other reason; GC-9 5.3.5 Claims for damages, other than to the WORK itself,because of injury to or destruction of tangible property, including loss of use resulting therefrom; and, 5.3.6 Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. 5.3.7 General Liability, Property Damage and Vehicle Expense The Insurance required by this paragraph shall include CONTRACTOR'S General Public Liability and Property Damage Insurance , including vehicle coverage issued to the CONTRACTOR and protecting him from all claims for personal injury, including death, and all claims for destruction of or damage to property, arising out of or in connection with any operations under the Contract Documents, whether such operations be by himself or by any Subcontractor under him, or anyone directly or indirectly employed by the CONTRACTOR or by a Subcontractor under him. All insurance shall conform to the minimum limits as listed in the Special Conditions. 5.3.8 Workmen's Compensation Insurance The CONTRACTOR shall take out and maintain during the life of this Contract the statutory Workmen's Compensation and Employee's Liability Insurance for all his employees to be engaged in Work on the Project under this Contract and, in case any such work is sublet, the CONTRACTOR shall require the Subcontractor similarly to provide Workmen's Compensation Insurance for all of the latter's employees to be engaged in such Work, in accordance with the provisions of the Workmen's Compensation Act of the State of Colorado. 5.3.9 Fire and Standard Extended Coverage Insurance (Builder's Risk Insurance) Unless otherwise provided for in the Special Conditions, the CONTRACTOR will be required to maintain Fire and Extended Coverage Insurance on a 100 percent completed value basis on the insurable portion of the Project for the benefit of the OWNER,until the Project is completed and accepted by the OWNER. This provision shall not release the CONTRACTOR from his obligation to complete, according to plans and specifications, the Project covered by the Contract, and the CONTRACTOR and his Surety shall be obligated to full performance of the CONTRACTOR'S undertaking. 5.3.10 Certificates of Insurance Certificates of Insurance acceptable to the OWNER shall be filed with the OWNER prior to commencement of the Work. These Certificates shall contain a provision that coverages afforded under the policies will not be canceled unless at least fifteen (15) days prior written notice has been given to the OWNER. Contractual Liability Insurance: 5.4 The comprehensive general liability insurance required by paragraph 5.3 will include contractual liability insurance applicable to CONTRACTOR'S obligations under paragraphs 6.30 and 6.31. GC-10 Owner's Liability Insurance: 5.5 OWNER shall be responsible for purchasing and maintaining his own liability insurance and, at his option, may purchase and maintain such insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Property Insurance 5.6 Unless otherwise provided in the Special Conditions, OWNER shall purchase and maintain property insurance upon the Work at the site to the full insurable value thereof(subject to such deductible amounts as may be provided in the Special Conditions or required by law). This Insurance shall include the interests of OWNER, CONTRACTOR, and Subcontractors in the Work, shall insure against the perils of fire and extended coverage and shall include "all risk" insurance for physical loss and damage including theft, vandalism and malicious mischief, collapse and water damage, and such other perils as may be provided in the Special conditions, and shall include damages, losses and expenses arising out of or resulting from any insured loss or incurred in the repair or replacement of any insured property(including fees and charges of engineers, architects, attorneys and other professionals). If not covered under the "all risk" Insurance or otherwise provided in the Special Conditions, CONTRACTOR shall purchase and maintain similar property insurance on portions of the Work stored on and off the site or in transit when such portions of the Work are to be included in an Application for Payment. The policies of insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 shall contain a provision that the coverage afforded will not be canceled or materially changed until at least thirty (30) days prior written notice has been given to CONTRACTOR. 5.7 OWNER shall purchase and maintain such boiler and machinery insurance as may be required by the Special Conditions or by law. This Insurance shall include the interests of OWNER, CONTRACTOR and Subcontractors in the Work. 5.8 OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the interest of CONTRACTOR or Subcontractors in the Work to the extent of any deductible amounts that are provided in the Special Conditions. If CONTRACTOR wishes property insurance coverage within the limits of such amounts, CONTRACTOR may purchase and maintain it at his own expense. 5.9 If CONTRACTOR requests in writing that other special insurance be included in the property insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof shall be charged to CONTRACTOR by appropriate Change Order. Prior to commencement of the Work at the site, OWNER will in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. Waiver of Rights: 5.10 DELETED GC-11 Receipt and Application of Proceeds: 5.11 Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 shall be adjusted with OWNER and made payable to OWNER as trustee for the insured, as their interest may appear, subject to the requirements of any applicable mortgage clause and of paragraph 5.12. OWNER shall deposit in a separate account any money so received, and he shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof and the Work and the cost thereof covered by an appropriate Change Order. 5.12 OWNER as trustee shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen(15) days after the occurrence of loss to OWNER'S exercise of this power. If such objection be made, OWNER as trustee shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If required in writing by any party in interest, OWNER as trustee shall upon the occurrence of an insured loss, give bond for the proper performance of his duties. Acceptance of Insurance: 5.13 If OWNER has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the basis of its not complying with the Contract Documents, OWNER will notify CONTRACTOR in writing thereof within ten(10) days of the date of delivery of such certificates to OWNER in accordance with paragraph 2.7. If CONTRACTOR has any objection to the coverage afforded by or other provisions of the policies of insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 on the basis of their not complying with the Contract Documents, CONTRACTOR will notify OWNER in writing thereof within ten(10) days of the date of delivery of such certificates to CONTRACTOR in accordance paragraph 2.7. OWNER and CONTRACTOR will each provide to the other such additional information in respect of insurance provided by him as the other may reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of such insurance purchased by the other as complying with the Contract Documents. Partial Utilization- Property Insurance: 5.14 If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10; provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected the changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or lapse on account of any such partial use or occupancy. END OF ARTICLE 5 GC-12 ARTICLE 6 CONTRACTOR'S RESPONSIBILITIES Supervision and Superintendence: 6.1 CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be solely responsible for the negligence of others in the design or selection of a specific means, method, technique, sequence or procedures of construction which is indicated in and required by the Contract Documents. CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract Documents. 6.2 CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent will be CONTRACTOR'S representative at the site and shall have authority to act on behalf of CONTRACTOR. All communications given to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Materials and Equipment: 6.3 CONTRACTOR shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Special Conditions, all Work at the site shall be performed during regular working hours, and CONTRACTOR will not permit overtime work or the performance of Work on Saturday, Sunday or any legal holiday without OWNER'S written consent. 6.3.1 PROHIBITION AGAINST EMPLOYMENT OF ILLEGAL ALIENS A. The Contractor shall not: 1. Knowingly employ or contract with an illegal alien to perform work under this public contract for services; or 2. Enter into a contract with a Subcontractor that fails to certify to the Contactor that the Subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this public contract for services. B. The Contractor has verified or attempted to verify through participation in the basic pilot employment verification program (created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended ("basic pilot program")) GC-13 that the Contractor does not employ any illegal aliens and, if the Contractor is not accepted into the basic pilot program prior to entering into a public contract for services, that the Contractor shall apply to participate in the basic pilot program every three months until the Contractor is accepted or the public contract for services has been completed, whichever is earlier. This provision shall not be required or effective if the basic pilot program is discontinued. C. The Contractor shall not use basic pilot program procedures to undertake pre- employment screening of job applicants while this public contract for services is being performed. D. If the Contractor obtains actual knowledge that a Subcontractor performing work under this public contract for services knowingly employs or contracts with an illegal alien, the Contractor shall: 1. Notify the Subcontractor and the contracting state agency or political subdivision within three days that the Contractor has actual knowledge that the Subcontractor is employing or contracting with an illegal alien; and 2. Terminate the subcontract with the Subcontractor if within three days of receiving the notice required pursuant to paragraph 4(A) the Subcontractor does not stop employing or contracting with the illegal alien; except that the Contractor shall not terminate the contract with the Subcontractor if during such three days the Subcontractor provides information to establish that the Subcontractor has not knowingly employed or contracted with an illegal alien. E. The Contract shall comply with any reasonable request by the Colorado Department of Labor and Employment ("the Department") made in the course of an investigation that the Department is undertaking pursuant to C.R.S. §8-17.5-102(5)(a). F. If a Contractor violates a provision of the public contract for services required pursuant to paragraphs 1-5, the Town may terminate the contract for breach of the contract. If the contract is so terminated, the Contractor shall be liable for actual and consequential damages to the Town. 6.4 CONTRACTOR shall furnish all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone,water and sanitary facilities and all other facilities and incidentals necessary for the execution, testing, initial operations and completion of Work. 6.5 All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by ENGINEER, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. 6.6 All materials and equipment shall be applied, installed, connected, erected,used, cleaned and conditioned in accordance with the instructions of the applicable manufacturer, fabricator, supplier or distributor, except as otherwise provided in the Contract Documents. Equivalent Materials and Equipment: GC-14 6.7 Whenever materials or equipment are specified or described in the Drawings or Specifications by using the name of a proprietary item or the name of a particular manufacturer, fabricator, supplier or distributor, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other manufacturers fabricators, suppliers or distributors may be accepted by ENGINEER if sufficient information is submitted by CONTRACTOR to allow ENGINEER to determine that the material or equipment proposed is equivalent to that named. The procedure for review by ENGINEER will be as set forth in paragraphs 6.7.1 and 6.7.2 below as supplemented in the General Requirements or Special Conditions. 6.7.1 Requests for review of substitute items of material and equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall make written application to ENGINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions called for by the general design,be similar and of equal substance to that specified and be suited to the same use as and capable of performing the same function as specified. The application will state whether or not acceptance of the substitute for use in the Work will require a change in the Contract Documents to adapt the design to the substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified shall be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which shall be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish at CONTRACTOR'S expense additional data about the proposed substitute. ENGINEER will be the sole judge of acceptability and no substitute will be ordered or installed without ENGINEER'S prior written acceptance. OWNER may require CONTRACTOR to furnish at CONTRACTOR'S expense a special performance guarantee or other surety with respect to any substitute. 6.7.2 ENGINEER will record time required by ENGINEER and ENGINEER'S consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not ENGINEER accepts a proposed substitute, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER'S consultants for re-evaluating any proposed substitute. Concerning Subcontractors: 6.8 CONTRACTOR shall not employ any Subcontractor or other person or organization (including those who are to furnish the principal items of materials or equipment)whether initially or as a substitute, against whom OWNER or ENGINEER may have reasonable objection. A subcontractor or other person or organization identified in writing to OWNER and ENGINEER by CONTRACTOR prior to the Notice of Award and not objected to in writing by OWNER or ENGINEER prior to the Notice of Award will be deemed acceptable to OWNER GC-15 and ENGINEER. Acceptance of any Subcontractor, other person or organization by OWNER or ENGINEER shall not constitute a waiver of any right of OWNER or ENGINEER to reject defective Work. If OWNER or ENGINEER after due investigation has reasonable objection to any Subcontractor, other person or organization proposed by CONTRACTOR after the Notice of Award, CONTRACTOR shall submit an acceptable substitute and the Contract Price shall be increased or decreased by the difference in cost occasioned by such substitution, and an appropriate Change Order shall be issued. CONTRACTOR shall not be required to employ any Subcontractor, other person or organization against whom CONTRACTOR has reasonable objection. 6.9 CONTRACTOR shall be fully responsible for all acts and omissions of his Subcontractors and of persons and organizations directly or indirectly employed by them and of persons and organizations for whose acts any of them may be liable to the same extent that CONTRACTOR is responsible for the acts and omissions of persons directly employed by CONTRACTOR. Nothing in the Contract Documents shall create any contractual relationship between OWNER or ENGINEER and any Subcontractor or other person or organization having a direct contract with CONTRACTOR, nor shall it create any obligation on the part of OWNER or ENGINEER to pay or to see to the payment of any moneys due any Subcontractor or other person or organization except as may otherwise be required by law. OWNER or ENGINEER may furnish to any Subcontractor or other person or organization, to the extent practicable, evidence of amounts paid to CONTRACTOR on account of specific Work done. 6.10 The identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or delineating the Work to be performed by any specific trade. 6.11 All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of OWNER. CONTRACTOR shall pay each Subcontractor a just share of any insurance moneys received by CONTRACTOR on account of losses under policies issued pursuant to paragraphs 5.6 through 5.8. Patent Fees and Royalties: 6.12 CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design,process,product or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of OWNER or ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by OWNER in the Contract Documents. CONTRACTOR shall indemnify and hold harmless OWNER and ENGINEER and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses (including attorneys' fees) arising out of any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design,process,product or device not specified in the Contract Documents, and shall defend all such claims in connection with any GC-16 alleged infringement of such rights. Permits: 6.13 Unless otherwise provided in the Special Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits and license. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids. CONTRACTOR shall pay all charges of utility service companies for connections to the Work, and OWNER shall pay all charges of such companies for capital costs related thereto. Laws and Regulations: 6.14 CONTRACTOR shall give all notices and comply with all laws, ordinances, rules and regulations applicable to the Work. If CONTRACTOR observes that the Contract Documents are at variance therewith, CONTRACTOR shall give ENGINEER prompt written notice thereof, and any necessary changes shall be adjusted by an appropriate Modification. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to such laws, ordinance, rules and regulations, and without such notice to ENGINEER, CONTRACTOR shall bear all costs arising therefrom; however, it shall not be CONTRACTOR'S primary responsibility to make certain that the Contract Documents are in accordance with such laws, ordinances, rules and regulations. Taxes: 6.15 CONTRACTOR shall pay all sales, consumer,use and other similar taxes required to be paid by him in accordance with the law of the place of the Project. All bids shall include all such taxes with no adjustment for any refund the OWNER will receive. The CONTRACTOR shall maintain and furnish to the OWNER, records, as required by governmental regulations of sales taxes paid to enable recovery of the same by the OWNER. Use of Premises: 6.16 CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workmen to areas permitted by law, ordinances, permits or the requirements of the Contract Documents, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. 6.17 During the progress of the work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work, CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises, as well as all tools, appliances, construction equipment and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by OWNER. CONTRACTOR shall restore to their original condition those portions of the site not designated for alteration by the Contract Documents. GC-17 6.18 CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. Record Documents: 6.19 CONTRACTOR shall keep one record copy of all Contract Documents, Addenda, Modifications, Shop Drawings and samples at the site, in good order and annotated to show all changes made during the construction process. These shall be available to ENGINEER for examination and shall be delivered to ENGINEER for OWNER upon completion of the Work. Safety and Protection: 6.20 CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1 all employees on the Work and other persons who may be affected thereby; 6.20.2 all the Work and all materials or equipment to be incorporated therein,whether in storage on or off the site; and 6.20.3 other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal,relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable laws, ordinances, rules and regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss, and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and utilities when prosecution of the Work may affect them. All damage, injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR(except damage or loss attributable to the fault of the Contract Documents or to the sole acts or omissions of OWNER, or anyone employed by OWNER, or anyone whose acts OWNER may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR). CONTRACTOR'S duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a notice to OWNER and CONTRACTOR in accordance with paragraph 14.13 that the Work is acceptable. 6.21 CONTRACTOR shall designate a responsible member of his organization at the site whose duty shall be prevention of accidents. This person shall be CONTRACTOR'S superintendent unless otherwise designated in writing by CONTRACTOR to OWNER. Emergencies: GC-18 6.22 In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instructing or authorization from ENGINEER or OWNER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give ENGINEER prompt written notice of any significant changes in the Work or deviations from the Contract Documents caused thereby. Shop Drawings and Samples: 6.23 After checking and verifying all field measurements, CONTRACTOR shall submit to ENGINEER for review and approval, in accordance with the accepted schedule of Shop Drawing submissions (see paragraph 2.8), five copies (unless otherwise specified in the General Requirements or Special Conditions) of all Shop Drawings, which shall have been checked by and stamped with approval of CONTRACTOR and identified as ENGINEER may require. The data shown on the Shop Drawings will be complete with respect to dimensions, design criteria, materials of construction and like information to enable ENGINEER to review the information as required. 6.24 CONTRACTOR shall also submit to ENGINEER for review and approval with such promptness as to cause no delay in Work, all samples required by the Contract Documents. All samples will have been checked by and stamped with the approval of CONTRACTOR, identified clearly as to material, manufacturer, any pertinent catalog numbers and the use for which intended. 6.25 At the time of each submission, CONTRACTOR shall in writing call ENGINEER'S attention to any deviations that the Shop Drawings or samples may have from the requirements of the Contract Documents. 6.26 ENGINEER will review and approve with reasonable promptness Shop Drawings and samples,but ENGINEER'S review and approval shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, sequences, techniques or procedures of construction or to safety precaution or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR shall make any corrections required by ENGINEER and shall return the required number or corrected copies of Shop Drawings and resubmit new samples for review and approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGINEER on previous submittals. CONTRACTOR'S stamp of approval on any Shop Drawing or sample shall constitute a representation to OWNER and ENGINEER that CONTRACTOR has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data or assumes full responsibility for doing so, and that CONTRACTOR has reviewed or coordinated each Shop Drawing or sample with the requirements of the Work and the Contract Documents. 6.27 Where a Shop Drawing or sample is required by the Contract Documents, no related Work shall be commenced until submittal has been reviewed and approved by ENGINEER. GC-19 6.28 ENGINEER'S review and approval of Shop Drawings or samples shall not relieve CONTRACTOR from responsibility for any deviations from the Contract Documents unless CONTRACTOR has in writing called ENGINEER'S attention to such deviation at the time of submission and ENGINEER has given written concurrence or approval by ENGINEER relieve CONTRACTOR from responsibility for errors or omissions in the Shop Drawings. Continuing the Work: 6.29 CONTRACTOR shall carry on the Work and maintain the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as CONTRACTOR and OWNER may otherwise agree in writing. Indemnification: 6.30 To the fullest extent permitted by law, CONTRACTOR shall indemnify and hold harmless OWNER and ENGINEER and their agents and employees from and against all claims, damages, losses and expenses including but not limited to attorney's fees arising out of or resulting from the performance of the Work,provided that such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property(other than the Work itself), including the loss of use resulting therefrom, and (b) is caused in whole or in party by an negligent act or omission of CONTRACTOR, any Subcontractor, anyone directly or indirectly employed by and of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. 6.31 In any and all claims against OWNER or ENGINEER or any of their agents or employees by any employee of CONTRACTOR, and Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.30 shall not be limited in any way to any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any Subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. 6.32 The obligations of CONTRACTOR under paragraph 6.30 shall not extend to the liability of ENGINEER, his agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications. END OF ARTICLE 6 GC-20 ARTICLE 7 WORK BY OTHERS 7.1 OWNER may perform additional work related to the Project himself, or have additional work performed by utility service companies, or let other direct contracts therefore which shall contain General Conditions similar to these. CONTRACTOR shall afford the utility service companies and the other contractors who are parties to such direct contracts (or OWNER, if OWNER is performing the additional work with OWNER'S employees) reasonable opportunity for the introduction and storage of materials and equipment and the execution of work, and shall properly connect and coordinate his Work with theirs. 7.2 If any part of CONTRACTOR'S Work depends for proper execution or results upon the work of any such other contractor or utility service company(or OWNER), CONTRACTOR shall inspect and promptly report to ENGINEER in writing any patent or apparent defects or deficiencies in such work that render it unsuitable for such proper execution and results. CONTRACTOR'S failure so to report shall constitute an acceptance of the other work as fit and proper for integration with CONTRACTOR'S Work except for latent or non-apparent defects and deficiencies in the other work. 7.3 CONTRACTOR shall do all cutting, fitting and patching of his Work that may be required to make its several parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of ENGINEER and the others whose work will be affected. 7.4 If the performance of additional work by other contractors or utility service companies or OWNER was not noted in the Contract Documents, written notice thereof shall be given to CONTRACTOR prior to starting any such additional work. If CONTRACTOR believes that the performance of such additional work by OWNER or others involves additional expense to CONTRACTOR or requires an extension of the Contract Time, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. END OF ARTICLE 7 GC-23 ARTICLE 8 OWNER'S RESPONSIBILITIES 8.1 OWNER shall issue all communications to CONTRACTOR through ENGINEER unless otherwise stated in the Special Conditions. 8.2 In case of termination of the employment of ENGINEER, OWNER shall appoint an ENGINEER against whom CONTRACTOR makes no reasonable objection,whose status under the Contract Documents shall be that of the former ENGINEER. 8.3 OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and 14.13. 8.4 OWNER'S duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 4.1.and 4.4. Paragraph 4.2 refers to OWNER'S identifying and making available to CONTRACTOR copies of reports of investigation and tests of subsurface and latent physical conditions at the site or otherwise affecting performance of the Work which have been relied upon by ENGINEER in preparing the Contract Documents. 8.5 OWNER'S responsibilities in respect of purchasing and maintaining liability and property insurance are set forth in paragraphs 5.5 through 5.7. 8.6 In connection with OWNER'S rights to request changes in Work in accordance with Article 10, OWNER(especially in certain instances as provided in paragraph 10.4) is obligated to execute Change Orders. 8.7 OWNER'S responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4 8.8 In connection with OWNER'S right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER'S right to terminate services of CONTRACTOR under certain circumstances. END OF ARTICLE 8 GC-24 ARTICLE 9 ENGINEER'S STATUS DURING CONSTRUCTION Owner's Representative: 9.1 ENGINEER will be OWNER'S representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER'S representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and ENGINEER. Visits to Site: 9.2 ENGINEER will make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. ENGINEER will not be required to make exhaustive or continuous on-site observations to check the quality or quantity of the Work. ENGINEER'S efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on-site observations as an experienced and qualified design professional, ENGINEER will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. Clarifications and Interpretations: 9.3 ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the Contract Documents (in the form of Drawings or otherwise) as ENGINEER may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If CONTRACTOR believes that a written clarification or interpretation justifies an increase in the Contract Price or Contract Time, CONTRACTOR may make a claim therefor as provided in Article 11 or Article 12. Rejecting Defective Work: 9.4 ENGINEER will have authority to disapprove or reject Work which is defective, and will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.5 In connection with ENGINEER'S responsibility for Shop Drawings and samples, see paragraphs 6.23 through 6.29, inclusive. 9.6 In connection with ENGINEER'S responsibilities as to Change Orders, see Articles 10, 11 and 12. 9.7 In connection with ENGINEER'S responsibilities in respect to Applications for Payment, etc., see Article 14. GC-25 Project Representation: 9.8 ENGINEER may appoint a Resident Project Representative to assist in observing the performance of the work. If so appointed,the Resident Project Representative will be the ENGINEER'S agent and will act as directed by and under the supervision of ENGINEER and will confer with ENGINEER regarding his actions. The Resident Project Representative's dealings in matters pertaining to the on-site Work shall, in general, be only with ENGINEER and CONTRACTOR, and dealings with subcontractors shall only be through CONTRACTOR. As ENGINEER'S Agent, the Resident Project Representative will: A. Serve as ENGINEER'S liaison with CONTRACTOR,working principally through CONTRACTOR'S Superintendent and assist him in understanding the intent of the Contract Documents. B. Conduct on-site observations of the Work in progress to assist ENGINEER in determining if the Work is proceeding in accordance with the Contract Documents and that completed Work will conform to the Contract Documents. C. Report to ENGINEER whenever he believes that any Work is unsatisfactory, faulty, defective, does not conform to the Contract Documents, does not meet the requirements, inspections, tests, or approval required to be made, or has been damaged prior to final payments. He will also advise ENGINEER when he believes Work should be corrected or rejected, should be uncovered for observation, or requires special testing, inspection, or approval. D. Verify that tests, equipment and systems startups, and operating and maintenance instructions are conducted as required by the Contract Documents and in the presence of the required personnel, and that CONTRACTOR maintains adequate records thereof; observe, record and report to ENGINEER appropriate details relative to the test procedures and startups. E. Accompany visiting inspectors, representing public or other agencies having jurisdiction over the Project, and report the outcome of these inspections to ENGINEER. F. Transmit, to CONTRACTOR, ENGINEER'S clarifications and interpretations of the Contract Documents. G. Consider and evaluate CONTRACTOR'S suggestions for modifications in Contract Documents and report them, with recommendations, to ENGINEER. H. Furnish ENGINEER periodic report of progress of the Work and contractor's compliance with the approved progresses schedule. GC-26 As ENGINEER'S Agent, the Resident Project Representative, except upon written instructions of ENGINEER, will not: A. Authorize any deviation from the Contract Documents or approve any substitute materials or equipment. B. Exceed limitations on ENGINEER'S authority, as set forth in the Contract Documents. C. Undertake any of the responsibilities of CONTRACTOR, subcontractors, or CONTRACTOR'S superintendent, or expedite the Work. D. Advise on, or issue directions relative to, any aspect of the means, methods, techniques, sequences, or procedures of construction,unless such is specifically called for in the Contract Documents. E. Advise on or issue directions as to safety precautions and programs in connection with the Work. F. Authorize OWNER to occupy the Project in whole or in part. G. Participate in specialized field or laboratory tests. Decisions and Disagreements: 9.9 ENGINEER will be initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the execution and progress of the Work shall be referred initially to ENGINEER in writing with a request for a formal decision in accordance with this paragraph, which ENGINEER will render in writing within a reasonable time. Written notice of each such claim, dispute and other matter shall be delivered by the claimant to ENGINEER and the other party to the Agreement within fifteen(15) days of the occurrence of the event giving rise thereto, and written supporting data will be submitted to ENGINEER and the other party within forty-five (45) days of such occurrence unless ENGINEER allows an additional period of time to ascertain more accurate data. In his capacity as interpreter and judge, ENGINEER will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. 9.10 The rendering of a decision by ENGINEER pursuant to paragraph 9.9 with respect to any such claim, dispute or other matter(except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.16)will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or at law in respect of any such claim, dispute or other matter. GC-27 Limitations on ENGINEER'S Responsibilities: 9.11 Neither ENGINEER'S authority to act under this Article 9 or elsewhere in the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of ENGINEER to CONTRACTOR, any Subcontractor, any manufacturer, fabricator, supplier or distributor, or any of their agents or employees or any other person performing any of the Work. 9.12 Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed", or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper", or"satisfactory" or adjective of like effect or import are used to describe requirement, direction, review or judgement of ENGINEER as to the Work, it is intended that such requirement, direction, review or judgement will be solely to evaluate the Work for compliance with the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective never indicates that the ENGINEER shall have authority to undertake responsibility contrary to the provisions of paragraphs 9.13 or 9.14. 9.13 ENGINEER will not be responsible for CONTRACTOR'S means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, and ENGINEER will not be responsible for CONTRACTOR'S failure to perform the Work in accordance with the Contract Documents. 9.14 ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractors, or of the agents or employees of any CONTRACTOR or Subcontractor, or of any other persons at the site or otherwise performing any of the Work. END OF ARTICLE 9 GC-28 ARTICLE 10 CHANGES IN THE WORK 10.1 Without invalidating the Agreement, OWNER may, at any time or from time to time, order additions, deletions or revisions in the Work; these will be authorized by Change Orders. Upon receipt of a Change Order, CONTRACTOR shall proceed with the Work involved. All such Work shall be executed under the applicable conditions of the Contract Documents. If any Change Order causes an increase or decrease in the Contract Price or an extension or shortening of the Contract Time, an equitable adjustment will be made as provided in Article 11 or Article 12 on the basis of a claim made by either party. 10.2 ENGINEER may authorize minor changes in the Work not involving an adjustment in the Contract Price or the Contract Time, which are consistent with the overall intent of the Contract Documents. This may be accomplished by a Field Order and shall be binding on OWNER, and also on CONTRACTOR who shall perform the change promptly. If CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or Contract Time, CONTRACTOR may make a claim therefor as provided in Article 11 or Article 12. 10.3 Additional Work performed without authorization of a Change Order will not entitle CONTRACTOR to an increase in the Contract Price or an extension of the Contract Time, except in the case of an emergency as provided in paragraph 6.22 and except as provided in paragraphs 10.2 and 13.9. 10.4 OWNER shall execute appropriate Change Orders prepared by ENGINEER covering changes in the Work which are required by OWNER, or required because of unforeseen physical conditions or emergencies, or because of uncovering Work found not to be defective, or as provided in paragraphs 11.9 or 11.10, or because of any other claim of CONTRACTOR for a change in the Contract Time or the Contract Price which is recommended by ENGINEER. 10.5 If notice of any change affecting the general scope of the Work or change in the Contract Price is required by the provisions of any Bond to be given to the Surety, it will be CONTRACTOR'S responsibility to so notify the Surety, and the amount of each applicable Bond shall be adjusted accordingly. CONTRACTOR shall furnish proof of such adjustment to OWNER. END OF ARTICLE 10 GC-29 ARTICLE 11 CHANGE OF CONTRACT PRICE 11.1 The Contract Price constitutes the total compensation(subject to authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at his expense without change in the Contract Price. 11.2 The Contract Price may only be changed by a Change Order. Any claim for an increase in the Contract Price shall be based on written notice delivered to OWNER and ENGINEER within fifteen (15) days of the occurrence of the event giving rise to the claim. Notice of the amount of the claim with supporting data shall be delivered within forty-five (45) days of such occurrence unless ENGINEER allows an additional period of time to ascertain accurate cost data. All claims for adjustment in the Contract Price shall be determined by ENGINEER if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. Any change in the Contract Price resulting from any such claim shall be incorporated in a Change Order. 11.3 The value of any Work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: 11.3.1 Where the Work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of the items involved(subject to the provisions of paragraph 11.9). 11.3.2 By mutual acceptance of a lump sum. 11.3.3 On the basis of the cost of the Work(determined as provided in paragraphs 11.4 and 11.5)plus a Contractor's Fee for overhead and profit(determined as provided in paragraph 11.6). Cost of the Work: 11.4 The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: 11.4.1 Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include,but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions,unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits,bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and GC-30 foremen at the site. The expenses of performing work after regular working hours, on Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. 11.4.2 Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and the storage thereof, and manufacturers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 11.4.3 Payments made by CONTRACTOR to the Subcontractor for Work performed by Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to CONTRACTOR and shall deliver such bids to OWNER who will then determine, with the advise of ENGINEER, which bids will be accepted. If a Subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as CONTRACTOR'S cost of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4 Costs of special consultants (including,but not limited to, engineers, architects, testing laboratories, surveyors, lawyers and accountants) employed for services specifically related to the Work. 11.4.5 Supplemental Costs including the following: 11.4.5.1 The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR'S employees incurred in discharge of duties connected with the Work. 11.4.5.2 Costs, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of the CONTRACTOR. 11.4.5.3 Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advise of ENGINEER, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof, all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4 Sales,use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by any governmental authority. 11.4.5.5 Deposits lost for causes other than CONTRACTOR'S negligence, royalty payments and fees for permits licenses. GC-31 11.4.5.6 Losses and damages (and related expenses), not compensated by insurance or otherwise to the Work or otherwise sustained by CONTRACTOR in connection with the execution of the Work, provided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages and expenses shall be included in the cost of the Work for the purpose of determining CONTRACTOR'S Fee. If, however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7 The cost of utilities, fuel and sanitary facilities at the site. 11.4.5.8 Minor expenses, such as facsimiles, cellular phones, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 11.4.5.9 Cost of premiums for additional Bonds and insurance required because of changes in the Work. 11.5 The term Cost of the Work shall not include any of the following: 11.5.1 Payroll costs and other compensation of CONTRACTOR'S officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, auditors, accountants and purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in his principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in subparagraph 11.4.1., all of which are to be considered administrative costs covered by the CONTRACTOR'S Fee. 11.5.2 Expenses of CONTRACTOR'S principal and branch offices other than CONTRACTOR'S office at the site. 11.5.3 Any part of CONTRACTOR'S capital expenses, including interest on CONTRACTOR'S capital employed for the Work charges against CONTRACTOR for delinquent payments. 11.5.4 Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for additional Bonds and insurance required because of changes in the Work). 11.5.5 Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. 11.5.6 Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. GC-32 CONTRACTOR's Fee: 11.6 The CONTRACTOR'S Fee allowed to CONTRACTOR for Overhead and profit shall be determined as follows: 11.6.1 a mutually acceptable fixed fee; or if none can be agreed upon; 11.6.2 a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1 for costs incurred under paragraphs 11.4.1 and 11.4.2, the CONTRACTOR'S Fee shall be ten (10)percent, 11.6.2.2 for costs incurred under paragraph 11.4.3, the CONTRACTOR'S Fee shall be five (5)percent; and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall be ten(10) percent, and 11.6.2.3 no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and 11.5. 11.7 The amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost, will be the amount of the actual net decrease. When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any. Adjustment of Unit Prices: 11.8 Whenever the cost of any Work is to be determined pursuant to paragraphs 11.4 and 11.5, CONTRACTOR will submit in form acceptable to ENGINEER an itemized cost breakdown together with supporting data. 11.9 The OWNER reserves the right to make such changes in quantity of work as are deemed necessary or advisable without changing the unit bid prices shown in the Bid Form. Cash Allowances: 11.10 It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors, manufacturers, fabricators, suppliers or distributors and for such sums within the limit of the allowances as may be acceptable to ENGINEER. Upon final payment, the Contract Price shall be adjusted as required and an appropriate Change Order issued. CONTRACTOR agrees that the original Contract Price includes such sums as CONTRACTOR deems proper for costs and profit on account of cash allowances. No demand for additional cost or profit in connection therewith will be valid. END OF ARTICLE 11 GC-33 ARTICLE 12 CHANGE OF THE CONTRACT TIME 12.1 The Contract Time may only be changed by a Change Order. Any claim for an extension in the Contract Time shall be based on written notice delivered to OWNER and ENGINEER within fifteen (15) days of the occurrence of the event giving rise to the claim. Notice of the extent of the claim with supporting data shall be delivered within forty-five (45) days of such occurrence unless ENGINEER allows an additional period of time to ascertain more accurate data. All claims for adjustment in the contract time shall be determined by ENGINEER if OWNER and CONTRACTOR cannot otherwise agree. Any change in the Contract Time resulting from any such claim shall be incorporated in a Change Order. 12.2 The Contract Time will be extended in an amount equal to time lost due to delays beyond the control of the CONTRACTOR if a claim is made therefor as provided in paragraph 12.1. Such delays shall include,but not be limited to, acts or neglect by OWNER or others performing additional Work as contemplated by Article 7, or to fires, floods, labor disputes, epidemics, abnormal weather conditions, or acts of God. 12.3 All time limits stated in the Contract Documents are of the essence of the Agreement. The provisions of this Article 12 shall not exclude recovery for damages (including compensation for additional professional services) for delay by either party. END OF ARTICLE 12 GC-34 ARTICLE 13 WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK Warranty and Guarantee: 13.1 CONTRACTOR warrants and guarantees to OWNER and ENGINEER that all Work will be in accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to CONTRACTOR. All defective Work, whether or not in place, may be rejected, corrected or accepted as provided in this Article 13. Access to the Work: 13.2 ENGINEER and ENGINEER'S representative, other representatives of OWNER, testing agencies and governmental agencies with jurisdictional interests will have access to the Work at reasonable times for their observation, inspection and testing. CONTRACTOR shall provide proper and safe conditions for such access. Tests and Inspections: 13.3 CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required inspections, tests or approvals. 13.4 If any law, ordinance, rule, regulation, code or other of any public body having jurisdiction requires any WORK(or part thereof) to specifically be inspected, tested or approved, CONTRACTOR shall assume full responsibility therefor,pay all costs in connection therewith and furnish ENGINEER the required certificates of inspection, testing or approval. CONTRACTOR shall also be responsible for and shall pay all costs in connection with any inspection or testing required in connection with OWNER'S or ENGINEER'S acceptance of a manufacturer, fabricator, supplier or distributor of materials or equipment submitted for approval prior to CONTRACTOR'S purchase thereof for incorporation in the Work. The cost of all other inspections, tests and approvals required by the Contract Documents shall be paid by OWNER (unless otherwise specified). 13.5 All inspections, tests or approvals other than those required by law, ordinance,rule, regulation, code or order of any public body having jurisdiction shall be performed by organizations acceptable to OWNER and CONTRACTOR(or by ENGINEER if so specified). 13.6 If any Work that is to be inspected, tested or approved is covered without written concurrence of ENGINEER, it must, if requested by ENGINEER, be uncovered for observation. Such uncovering shall be at CONTRACTOR'S expense unless CONTRACTOR has given ENGINEER timely notice of CONTRACTOR'S intention to cover such Work and ENGINEER has not acted with reasonable promptness in response to such notice. 13.7 Neither observations by ENGINEER nor inspections, tests or approvals by others shall relieve CONTRACTOR from his obligations to perform the Work in accordance with the GC-35 Contract Documents. Uncovering Work: 13.8 If any Work is covered contrary to the written request of ENGINEER, it must, if requested by ENGINEER, be uncovered for ENGINEER'S observation and replaced at CONTRACTOR'S expense. 13.9 If ENGINEER considers it necessary or advisable that covered Work be observed by ENGINEER or inspected or tested by others, CONTRACTOR at ENGINEER'S request, shall uncover, expose or otherwise make available for observation, inspection or testing as ENGINEER may require, that portion of the Work in question, furnishing all necessary labor. If it is found that such Work is defective, CONTRACTOR shall bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction, including compensation of additional professional service, and an appropriate deductive Change Order shall be issued. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction if he makes a claim therefor as provided in Articles 11 and 12. Owner Mav Stop the Work: 13.10 If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workman or suitable materials or equipment, OWNER may order CONTRACTOR to stop the Work, or any portion thereof,until the cause for such order has been eliminated; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party. Correction or Removal of Defective Work: 13.11 If required by ENGINEER, CONTRACTOR shall promptly, without cost to OWNER and as specified by ENGINEER, either correct any defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by ENGINEER,remove it from the site and replace it with non-defective Work. Two Year Correction Period: 13.12 If within two years after the date of Substantial Completion or such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER'S written instructions, either correct such defective Work, or, if it has been rejected by OWNER, remove it form the site and replace it with non-defective Work. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all direct and indirect costs of such removal and replacement, including compensation of additional professional GC-36 service, shall be paid by CONTRACTOR. Acceptance of Defective Work: 13.13 If, instead of requiring correction or removal and replacement of defective Work, OWNER(and prior to ENGINEER'S recommendation of final payment)prefers to accept it, OWNER may do so. In such case, if acceptance occurs prior to ENGINEER'S recommendation of final payment, a Change Order shall be issued incorporating the necessary revisions in the Contract Documents, including appropriate reduction in the Contract Price; or, if the acceptance occurs after such recommendation, an appropriate amount shall be paid by CONTRACTOR to OWNER. OWNER May Correct Defective Work: 13.14 If CONTRACTOR fails within a reasonable time after written notice of ENGINEER to proceed to correct and to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents (including any requirements of the progress schedule), OWNER may, after seven(7) days' written notice to CONTRACTOR correct and remedy any such deficiency. In exercising his rights under this paragraph, OWNER shall proceed expeditiously, to the extent necessary to complete corrective and remedial Action. OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR'S services related thereto, take possession of CONTRACTOR'S tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER'S representatives, agents and employees such access to the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER'S representatives, agents and employees such access to the site as may be necessary to enable OWNER to exercise his rights under this paragraph. All direct and indirect costs of OWNER in exercising such rights shall be charged against CONTRACTOR in an amount verified by ENGINEER, and a Change Order shall be issued incorporating the necessary revisions in the Contract Documents and a reduction in the Contract Price. Such direct and indirect costs shall include, in particular but without limitation, compensation for additional professional services required and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR'S defective Work. CONTRACTOR shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER'S rights hereunder. END OF ARTICLE 13 GC-37 ARTICLE 14 PAYMENTS TO CONTRACTOR AND COMPLETION Schedules: 14.1 At least ten (10) days prior to submitting the first Application for progress payment, CONTRACTOR shall (except as otherwise specified in the General Requirements or Special Conditions) submit to ENGINEER a progress schedule, a final schedule or Shop Drawings submission and where applicable a schedule of values of the Work. These schedules shall be satisfactory in form and substance to ENGINEER. The schedule of values shall include quantities and unit prices aggregating the Contract Price, and shall subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Upon acceptance of the schedule of values by ENGINEER, it shall be incorporated into a form of Application for Payment acceptable to ENGINEER. Application for Progress Payment: 14.2 At least ten (10) days before each progress payment falls due (but not more often than once a month), CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents and also as ENGINEER may reasonably require. If payment is requested on the basis of materials and equipment not incorporated in the Work, but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by such data, satisfactory to OWNER, as will establish OWNER'S title to the material and equipment and protect OWNER'S interest therein, including applicable insurance. Each subsequent Application for Payment shall include an affidavit of CONTRACTOR stating that all previous progress payments received on account of the Work have been applied to discharge in full all the CONTRACTOR'S obligations reflected in prior Applications for Payment. The OWNER shall retain five (5%)percent of the amount of each payment until final completion and acceptance of all Work covered by the Contract Documents. Prior to Substantial Completion,progress payments will be made in an amount equal to 95% of Work completed, with the balance being retainage. The withheld percentage of the contract price shall be retained until the contract is completed satisfactorily and finally accepted by OWNER. When the value of work completed has progressed to fifty(50%)percent of the Contract amount, and in the OWNER'S opinion satisfactory progress and quality of work is being maintained, the OWNER may elect, at his sole discretion, not to withhold additional retainage for the remainder of the work. The five (5%)percent retainage of the value of work completed may be reinstated if, in the OWNER'S opinion, the lack of progress or other substantial reasons exist. GC-39 CONTRACTOR'S Warranty of Title: 14.3 CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Applications for Payment, whether incorporated in the Project or not, will pass to OWNER at the time for payment free and clear of all liens, claims, security interests and encumbrances (hereafter in these General Conditions referred to as "Liens"). Review of Applications for Progress Payment: 14.4 ENGINEER will, within fifteen(15) days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to OWNER, or return the application to CONTRACTOR indicating in writing ENGINEER'S reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the application. OWNER shall, within thirty (30) days of presentation to him of the Application for Payment, with ENGINEER'S recommendation, pay CONTRACTOR the amount recommended. 14.5 ENGINEER'S recommendation of any payment requested in an Application for Payment will constitute a representation by ENGINEER to OWNER, based on ENGINEER'S on-site observations of the Work in progress as an experienced and qualified design professional and on ENGINEER'S review of the Application for Payment and the accompanying data and schedules that the Work has progressed to the point indicated; that, to the best of ENGINEER'S knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning Project upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents and any qualifications stated in the recommendation) and that CONTRACTOR is entitled to payment of the amount recommended. However,by recommending any such payment, ENGINEER will not thereby be deemed to have represented that exhaustive or continuous on-site inspections have been made to check the quality or the quantity of the Work, or that the means, methods, techniques, sequences and procedures of construction have been reviewed or that any examination has been made to ascertain how or for what purpose CONTRACTOR has used the moneys paid or to be paid to CONTRACTOR on account of the Contract Price, or that title to any Work, materials or equipment has passed to OWNER free and clear of any Liens. The quantities for which Payment will be made shall be those shown in the BID FORM, provided the project is constructed essentially in accordance with the plans and specifications. Authorized changes will be field measured by Engineer and the accepted work will be paid for at the contract bid price per unit. Payment shall be made at the unit price or lump sum amount, as shown in the CONTRACTOR'S Bid, for applicable items of work. Items of work required to complete the project in accordance with the plans and specifications and for which no specific bid item appears in the Contract Documents shall not be paid for separately,but shall be included in the prices shown in the Contractor's Bid for applicable items of work. GC-40 14.6 ENGINEER'S recommendation of final payment will constitute an additional representation by ENGINEER to OWNER that the conditions precedent to CONTRACTOR'S being entitled to final payment as set forth in paragraph 14.13 have been fulfilled. 14.7 ENGINEER may refuse to recommend the whole or any part of any payment if, in his opinion, it would be incorrect to make such representations to OWNER. He may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended to such extent as may be necessary in ENGINEER'S opinion to protect OWNER from loss because: 14.7.1 the Work is defective, or completed Work has been damaged requiring correction or replacement; 14.7.2 written claims have been made against OWNER or Liens have been filed in connection with the Work; 14.7.3 the Contract Price has been reduced because of Modifications; 14.7.4 OWNER has been required to correct defective Work or to complete the Work in accordance with paragraph 13.14; 14.7.5 of CONTRACTOR'S unsatisfactory prosecution of the Work in accordance with the Contract Documents; or, 14.7.6 CONTRACTOR'S failure to make payment to Subcontractors, or for labor, material or equipment. Substantial Completion: 14.8 When CONTRACTOR considers the entire Work ready for its intended use, CONTRACTOR shall, in writing to OWNER and ENGINEER, certify that the entire Work is substantially complete and request that ENGINEER issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and ENGINEER shall make an inspection of the work to determine the status of Completion. If ENGINEER does not consider the Work substantially complete, ENGINEER will notify CONTRACTOR in writing, giving his reasons therefor. If ENGINEER considers the Work substantially complete, ENGINEER will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. OWNER shall have seven (7) days after receipt of the tentative certificate during which he may make written objection to ENGINEER as to any provisions of the certificate or attached list. If, after considering such objections, ENGINEER concludes that the Work is not substantially complete, ENGINEER will within fourteen(14) days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating his reasons therefor. If, after consideration of OWNER'S objections ENGINEER considers the Work substantially complete, ENGINEER will within said GC-41 fourteen (14) days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as he believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion, ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat,utilities and insurance. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform ENGINEER prior to his issuing the definitive certificate of Substantial Completion, ENGINEER'S aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment. 14.9 OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial Utilization: 14.10 Use by Owner of completed portions of the Work may be accomplished prior to Substantial Completion of all the Work subject to the following: 14.10.1 OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any part of the Work which OWNER believes to be substantially complete and which may be so used without significant interference with construction of the other parts of the Work. If CONTRACTOR agrees, CONTRACTOR will certify to OWNER and ENGINEER that said part of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time thereafter, OWNER, CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion. If ENGINEER does not consider that part of the Work to be substantially complete, ENGINEER will notify OWNER and CONTRACTOR in writing, giving his reasons therefor. If ENGINEER considers that part of the Work to be substantially complete, ENGINEER will execute and deliver to OWNER and CONTRACTOR a certificate to that effect, fixing the date of Substantial Completion as to that part of the Work attaching thereto a tentative list of items to be completed or corrected before final payment. Prior to issuing a certificate of Substantial Completion as to that part of the Work, ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation as to the division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, utilities and insurance for that part of the Work which shall become binding upon OWNER and CONTRACTOR at the time of issuing the definitive certificate of Substantial Completion as to that part of the Work, unless OWNER and CONTRACTOR shall have otherwise agreed in writing and so informed ENGINEER. OWNER shall have the right to exclude CONTRACTOR from any part of the Work which ENGINEER has so certified to be substantially complete,but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. 14.10.2 In lieu of the issuance of a certificate of Substantial Completion as to part of the Work, OWNER may take over operation of a facility constituting part of the Work whether or GC-42 not it is substantially complete if such facility is functionally and separately useable;provided that prior to any such takeover, OWNER and CONTRACTOR have agreed as to the division of responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, correction period, heat, utilities and insurance with respect to such facility. 14.10.3 No occupancy of part of the Work or taking over of operations of a facility will be accomplished prior to compliance with the requirements of paragraph 5.14 with respect of property insurance. Final Inspection: 14.11 Upon written notice from CONTRACTOR that the Work is complete, ENGINEER will make a final inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such deficiencies. Final Application for Payment: 14.12 After CONTRACTOR has completed all such corrections to the satisfaction of ENGINEER and delivered all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, marked-up record documents and other documents, all as required by the Contract Documents and after ENGINEER has indicated that the work is acceptable (subject to the provisions of paragraph 14.16), CONTRACTOR may make application for final payment following the procedures for progress payments. The final Application for Payment shall be accompanied by all documentation called for in the Contract Documents and such other data and schedules as ENGINEER may reasonably require, together with complete and legally effective releases or waivers (satisfactory to OWNER) of all Liens arising out of or filed in connection with the Work. In lieu thereof and as approved by OWNER, CONTRACTOR may furnish receipts or releases in full; an affidavit of CONTRACTOR that releases and receipts include all labor, services, material and equipment of which a Lien could be filed, and that all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or his property might in any way be responsible, have been paid or otherwise satisfied; and consent of the Surety, if any, to final payment. If any Subcontractor, manufacturer, fabricator, supplier or distributor fails to furnish a release or receipt in full, CONTRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien. Final Payment and Acceptance: 14.13 If, on the basis of ENGINEER'S observations of the Work during construction and final inspection, and ENGINEER'S review of the final Application for Payment and accompanying documentation, all as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR has fulfilled all of his obligations under the Contract Documents, ENGINEER will, within ten(10) days after receipt of the final Application for Payment, indicate in writing his recommendation for payment. Thereupon ENGINEER will give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.15. Otherwise, ENGINEER will return GC-43 the Application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. If the application and accompanying documentation are appropriate as to form and substance, OWNER shall, within thirty(30) days after publication of the completion notice for the project, pay CONTRACTOR the amount recommended by ENGINEER, if there are no outstanding claims at that time. 14.14 If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if ENGINEER so confirms, OWNER shall,upon receipt of CONTRACTOR'S final Application for Payment and recommendation of ENGINEER, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5.1, the written consent of the Surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to ENGINEER with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. CONTRACTOR'S Continuing Obligation: 14.15 CONTRACTOR'S obligation to perform and complete the Work in accordance with the Contract Documents may be absolute. Neither recommendation of any progress or final payment by ENGINEER, nor the issuance of a certificate of Substantial Completion, nor any payment by OWNER to CONTRACTOR under the Contract Documents, nor any use or occupancy of the Work or any part thereof by OWNER, nor any act of acceptance by OWNER nor any failure to do so, nor the issuance of a notice of acceptability by ENGINEER pursuant to paragraph 14.13, nor any correction of defective Work by OWNER shall constitute an acceptance of Work not in accordance with the Contract Documents or a release of CONTRACTOR'S obligation to perform the Work in accordance with the Contract Documents. Waiver of Claims: 14.16 The making and acceptance of final payment shall constitute: 14.16.1 a waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. END OF ARTICLE 14 GC-44 ARTICLE 15 SUSPENSION OF WORK AND TERMINATION OWNER May Suspend Work: 15.1 OWNER may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety(90) days by notice in writing to CONTRACTOR and ENGINEER which shall fix the date on which Work shall resume. CONTRACTOR will be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if he makes a claim therefor provided in Articles 11 and 12. Owner May Terminate: 15.2 Upon the occurrence of any one or more of the following events: 15.2.1 if CONTRACTOR is adjudged in bankrupt or becomes insolvent; 15.2.2 if CONTRACTOR makes a general assignment for the benefit of creditors; 15.2.3 if a trustee or receiver is appointed for CONTRACTOR or for any of CONTRACTOR'S property; 15.2.4 if CONTRACTOR files a petition to take advantage of any debtor's act, or to reorganize under the bankruptcy or similar laws; 15.2.5 if CONTRACTOR repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment; 15.2.6 if CONTRACTOR repeatedly fails to make prompt payments to Subcontractors or for labor, materials or equipment; 15.2.7 if CONTRACTOR disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction; 15.2.8 if CONTRACTOR disregards the authority of ENGINEER; or 15.2.9 if CONTRACTOR otherwise violates in any substantial way any provision of the Contract Documents, OWNER may after giving CONTRACTOR and his surety seven(7) days written notice, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and all of CONTRACTOR'S tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR(without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored else where, and finish the Work as OWNER may deem expedient. In such case, CONTRACTOR shall not be entitled to receive any further payment GC-45 until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct and indirect costs of completing the Work, including compensation for additional professional services, such excess shall be paid to CONTRACTOR. If such costs exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such costs incurred by OWNER shall be verified by ENGINEER and incorporated in a Change Order, but in finishing the Work, OWNER shall not be required to obtain the lowest figure for the Work performed. 15.3 Where CONTRACTOR'S services have been so terminated by OWNER, the termination shall not affect any right of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. 15.4 Upon seven(7) days' written notice to CONTRACTOR and ENGINEER, OWNER may, without cause and without prejudice to any other right or remedy, elect to abandon the Work and terminate the Agreement. In such case, CONTRACTOR shall be paid for all Work executed and any expense sustained plus reasonable termination expenses. CONTRACTOR May Stop Work or Terminate: 15.5 If, through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety(90) days by Owner or under an order of court or other public authority, or ENGINEER fails to act on any Application of Payment within thirty(30) days to pay CONTRACTOR any sum finally determined to be due, the CONTRACTOR may,upon seven (7) days written notice to OWNER and ENGINEER, terminate the Agreement and recover from OWNER payment for all Work executed and any expense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if ENGINEER has failed to act on an Application for Payment or Owner has failed to make any payment as aforesaid, CONTRACTOR may upon seven(7) days notice to OWNER and ENGINEER stop the Work until Payment of all amounts then due. The provisions of this paragraph shall not relieve CONTRACTOR of his obligations under paragraph 6.29 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER. END OF ARTICLE 15 GC-46 ARTICLE 17 MISCELLANEOUS Giving Notice: 17.1 Whenever any provision of the Contract Documents requires the giving of written notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail,postage prepaid, to the addresses as shown on the Construction Agreement or to the last business address known to the giver of the notice. The CONTRACTOR, OWNER, or the ENGINEER may change an address for the purpose of this paragraph by giving written notice of such change to the other party in the manner provided in this paragraph. Computation of Time: 17.2 When any period of time is referred to in the Contract Documents by days, it shall be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation. General: 17.3 Should OWNER or CONTRACTOR suffer injury damage to his person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim shall be made in writing to the other party within a reasonable time of the first observance of such injury or damage. 17.4 The duties and obligations imposed by these General Conditions the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed under CONTRACTOR by paragraphs 6.30, 13.1, 13.11, 13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and ENGINEER thereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by law or contract,by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph shall be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contract Documents shall survive final payment and termination or completion of this Agreement. Assignment: 17.5 Neither the Contract Documents nor any rights or duties hereunder may be assigned or delegated to any other person or entity by any party hereto without the express written consent of the other affected parties hereto. END OF ARTICLE 17 GC-47 SECTION 01560 TEMPORARY CONTROLS PART 1 GENERAL 1.1 SECTION INCLUDES A. Water Control B. Dust Control C. Pollution Controls D. Water Service E. Sanitary Facilities 1.2.1 RELATED SECTIONS A. Section 02300—Earthworks B. Section 02324—Trenching and Backfill C. Section 02374—Slope Protection and Erosion Control 1.3 REFERENCES A. Town of Avon Standards B. OSHA—Occupational Safety and Health Act C. Colorado Department of Transportation, 2017 Standard Specifications for Road and Bridge Construction 1.4 SUBMITTALS Not Required 1.5 QUALITY ASSURANCE Not Required PART 2 PRODUCTS Not Required 2021 STREET IMPROVEMENTS TEMPORARY CONTROLS 01560-1 PART 3 EXECUTION 3.1 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas and to protect existing facilities and adjacent properties from damage due to construction operations. 3.2 WATER CONTROL A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. 3.3 DUST CONTROL A. Execute Work by methods to minimize raising dust from construction operations. B. Provide positive means to prevent air-borne dust from dispersing into atmosphere. 3.4 POLLUTION CONTROL A. Provide methods,means, and facilities to prevent contamination of soil,water, and atmosphere from discharge of noxious,toxic substances, and pollutants produced by construction operations. 3.5 WATER SERVICE A. Contractor shall provide all water required for construction purposes. B. Contractor shall provide all drinking water required by construction personnel. 3.6 SANITARY FACILITIES A. Contractor shall provide sanitary facilities 1. As required by laws and regulations 2. Not less than 1 facility B. Contractor shall properly maintain facilities throughout construction. END OF SECTION 2021 STREET IMPROVEMENTS TEMPORARY CONTROLS 01560-2 SECTION 01570 TRAFFIC CONTROLS PART 1 GENERAL 1.1 SECTION INCLUDES A. Construction parking controls. B. Flag persons. C. Flares and lights. D. Haul routes. E. Traffic signs and signals. F. Removal. G. Pavement markings. 1.2 RELATED SECTIONS A. Section 01560—Temporary Controls B. Section 02300-Earthworks C. Section 02740—Asphalt Concrete Paving 1.3.1 REFERENCES A. Colorado Department of Transportation 2017 Standard Specification for Road and Bridge Construction. B. OSHA—Occupational Safety and Health Act 1.4 QUALITY ASSURANCE A. Perform work in accordance with CDOT and Town of Avon Standards. B. Comply with all requirements of OSHA. Safety is the sole responsibility of the Contractor. 1.5 SUBMITTALS A. Contractor will submit a copy of a Construction Zone Traffic Control Plan to the Town of Avon for review and approval no later than twenty one(21)days after the Notice of 2021 STREET IMPROVEMENTS TRAFFIC CONTROLS 01570-1 Award. The Construction Zone Traffic Control Plan shall be prepared by an American Traffic Safety Services Association(ATSSA)certified Worksite Traffic Control Supervisor, or a professional traffic engineer, in conformance with the MUTCD and other applicable standards. This plan must be approved by the Town of Avon prior to any construction activity. Said plan(s)must be signed by the Colorado Professional Engineer,or otherwise certified by the ATSSA Worksite Control Supervisor. PART 2 PRODUCTS 2.1 SIGNS, SIGNALS,AND DEVICES A. Post mounted traffic control and informational signs indicating all businesses are open. B. Traffic cones,Flares and Lights as approved by the Town of Avon. D. Flagpersons as required by the Town of Avon. PART 3 EXECUTION 3.1.1 STREET ACCESS A. The CONTRACTOR shall keep the traveled roadway and walkways open in acceptable condition, as determined by the TOWN,while improvements are made. One lane of roadway must remain open at all times. B. Vehicular and pedestrian traffic shall be maintained on a paved surface at all times, except under special circumstances when approved by the TOWN C. Must provide access to businesses and residences at all times. D. Business owners must be kept aware of traffic control measures. E. Signage indicating alternative routes must be used as necessary. 3.2 CONSTRUCTION PARKING CONTROL A. Control vehicular parking to prevent interference with public traffic and Owner's operations. B. Monitor parking of construction personnel's vehicles and maintain access to and through parking areas. 3.3 FLAG PERSONS,FLARES,AND LIGHTS A. Provide trained and equipped flag persons to regulate traffic when construction operations encroach on public traffic lanes. B. Use flares and lights during low visibility hours to delineate hazardous areas and to guide traffic. 2021 STREET IMPROVEMENTS TRAFFIC CONTROLS 01570-2 3.4 HAUL ROUTES A. Consult with the Town of Avon to establish public thoroughfares to be used for haul routes and site access. B. Provide traffic control at critical areas of haul routes to regulate traffic. 3.5 TRAFFIC SIGNS AND SIGNALS A. Temporary signs will be installed within the limits of contract to guide motorists and pedestrians and provide sufficient warning of construction operations. B. Mounted signs will be installed outside the limits of contract to inform motorists that all businesses are open. These locations will be approved by the Town of Avon. C. All construction and informational signs will be removed by the contractor upon final completion of the contract. 3.6 PAVEMENT MARKINGS A. Full compliance final pavement marking shall be placed within two weeks after final surfacing is complete. B. Painted pavement markings shall be of CDOT approved paint. END OF SECTION 2021 STREET IMPROVEMENTS TRAFFIC CONTROLS 01570-3 SECTION 02300 EARTHWORK PART 1 GENERAL This information is intended to supplement CDOT 2017 Standard Specification Sections 201 through 215, and 304 which are incorporated by reference. In the event of a conflict between any provision of these specifications and any reference specification should arise, the most stringent provision shall apply unless otherwise indicated by the TOWN. 1.1 SECTION INCLUDES A. Excavation B. Sheeting and Shoring C. Stabilization D. Dewatering E. Construction of fills and embankment F. Preparation of subgrades G. Aggregate base H. Final grading 1.2 RELATED SECTIONS A. Section 01560—Temporary Controls B. Section 02230—Site Clearing C. Section 02374- Slope Protection and Erosion Control D. Section 02584—Manhole and Utility Adjustments E. Section 02742—Asphaltic Concrete Paving F. Section 02751 —Portland Cement Concrete 1.3 REGULATORY REQUIREMENTS A. OSHA- Occupational Safety and Health Act B. Colorado Department of Transportation 2017 Standard Specifications for Road and Bridge Construction. 2021 STREET IMPROVEMENTS EARTHWORK 02300-1 C. Town of Avon Land Use and Development Standard Specifications 1.4 SUBMITTALS A. The CONTRACTOR shall supply the TOWN with samples of fill material at least two week prior to using that material. 1.5 QUALITY ASSURANCE A. In the event that a conflict between any provision of these specifications and any reference specification should arise,the most stringent provision shall apply. B. Compaction Standard: Standard Proctor Density ASTM D698 in accordance with any applicable Subsoil Study C. Perform Work in accordance with CDOT and Town of Avon Standards. D. Comply with all requirements of Occupational Safety and Health Act (OSHA). Safety is the sole responsibility of the CONTRACTOR. PART 2 PRODUCTS 2.1 FILL AND EMBANKMENT MATERIAL A. Materials shall be free from brush, stumps, logs, roots, debris, and organic and other deleterious materials. B. Materials shall be free from rocks greater than eight inches in maximum dimension. C. Materials shall be from approved on-site materials or import material. D. Larger rocks may be allowed only when approved by a Geo-technical Engineer and governing authority. If allowed, distribute rocks and stones through the fill not to interfere with compaction. E. No rocks greater than eight inches shall be placed in the upper eighteen inches of fill or embankment. F. Fill material to be approved by Geo-technical Engineer. 2.2 BASE A. Base Course: CDOT Class 6 Aggregate Base. Crushed, reclaimed concrete or asphalt material shall not be used. 2.3 TOPSOIL A. Approved material acquired from on-site stockpiles or borrow location. B. Material to be free of trash, subsoil, roots, grass, weeds or stones larger than two inches in their largest dimension. 2021 STREET IMPROVEMENTS EARTHWORK 02300-2 2.4 WATER A. It is the CONTRACTOR's responsibility to obtain water from an available source approved by the TOWN. PART 3 EXECUTION 3.1 GENERAL A. Perform work in a safe and proper manner with appropriate precautions against hazardous conditions. B. Provide adequate working space and clearances for work performed within excavations. C. CONTRACTOR will be responsible for scheduling all surveying, quality control, and materials testing required to perform the work. The TOWN may perform quality assurance testing at its discretion and expense as it feels is necessary to ensure compliance with the plans and specifications. These tests are in no way to be construed as a guarantee of the CONTRACTORS contractual obligation. 3.2 EXCAVATION A. Unclassified Excavation: All excavation (other than rock excavating) is considered as unclassified and is defined as removal of all material encountered,regardless of soil type. B. Areas shall be excavated to the lines and grades indicated on the drawings. C. Perform excavation in a manner to provide proper and adequate drainage of surface and ground water from work areas. D. All unsuitable materials, including rock and boulders, that cannot be used in walls, backfill, and embankments shall be disposed of off site. E. Excavation shall provide adequate working space and clearances for the work to be performed. In no case shall excavation faces be undercut. F. Subgrade surface shall be clean and free of loose material of any kind when base or concrete is placed thereon. G. If, through error, trenches or excavation are carried deeper than required, fill excess depth with compacted Class 6 base or concrete, as directed by Geotechnical Engineer. H. If debris, soft spots or excessively moist areas are found at the bottom of any excavation, immediately report condition to the Geotechnical Engineer. 3.3 DEWATERING A. This work shall be considered incidental to completion of the project and shall be performed by and at the expense of the CONTRACTOR. 2021 STREET IMPROVEMENTS EARTHWORK 02300-3 B. Each excavation shall be kept dry during subgrade preparation and continually thereafter until the structure to be built, the excavation backfilled, or the pipe to be installed therein, is completed to the extent that no damage from hydrostatic pressure, flotation, or other cause will result. C. All excavations for concrete structures or trenches that extend down to or below groundwater shall be dewatered by lowering and keeping the ground water level beneath such excavations. D. CONTRACTOR shall be responsible for the condition of any pipe or conduit which he may use for drainage purposes, and all such pipe or conduit shall be left clean and free of sediment. E. Surface water shall be diverted or otherwise prevented from entering excavated areas or trenches to the greatest degree practicable without causing damage to the adjacent property. 3.4 SHEETING AND SHORING A. Provide proper and substantial sheeting, shoring, and bracing, as required, to prevent caving or sliding,to protect workmen and existing structures. B. Safety is the sole responsibility of CONTRACTOR. 3.5 STABILIZATION A. Thoroughly compact and consolidated subgrade for roads, walks, structures and trench bottoms so they remain firm and dense during required construction activities. B. Remove all mud,muck and organic materials during excavation. C. Subgrades which are otherwise solid, but which become soft or mucky on top due to construction operations, shall be reinforced with crushed rock or gravel. D. Stabilized subgrade shall not be above subgrade elevations indicated on the drawings. E. Stabilization work shall be performed by and at the expense of the CONTRACTOR. 3.6 FILLS AND EMBANKMENT A. Fills shall be constructed to lines and grades indicated on the drawings. B. Backfilling and construction of fills and embankments during freezing weather shall not be done except by permission of the Geotechnical Engineer. No backfill, fill , or embankment materials shall be installed on frozen surfaces, nor shall frozen materials, snow or ice be placed in any backfill, fill or embankment. C. All fill material shall be placed in approximately horizontal layers not to exceed 8 inches in uncompacted thickness. Deeper lifts may be allowed by a Geotechnical Engineer based on fill material and compaction equipment or when more than two feet below finished subgrade surface and excavation is predominantly rock. D. Materials deposited in piles or windrows by excavating and hauling equipment shall be spread and leveled before compaction. 2021 STREET IMPROVEMENTS EARTHWORK 02300-4 E. Compact each layer only when material has best practicable uniform moisture content for satisfactory compaction. Geotechnical Engineer to provide best practicable moisture content specifications based on fill material. F. CONTRACTOR shall add water and harrow, disc, blade, or otherwise work the material in each layer as required to insure uniform moisture content and adequate compaction. G. Unless otherwise directed by the Geotechnical Engineer, each layer shall be thoroughly compacted by rolling or other acceptable methods to the required minimum percentage of maximum dry densities as determined by ASTM D698. The moisture content of the material during compaction shall be within 2 percent of optimum moisture, also as determined by ASTM D698. H. If the material fails to meet the density or moisture content requirements, the material shall be removed and/or recompacted to obtain the specified density and moisture required. I. No materials shall be placed on any part of the fills until such areas have been inspected and approved by the Geotechnical Engineer. J. CONTRACTOR is responsible for scheduling compaction testing. K. Independent compaction testing may be done periodically at intervals deemed appropriate by the TOWN. These tests are intended to provide the TOWN a greater degree of assurance that the CONTRACTOR is complying with the compaction requirements. These tests are in no way to be construed as a guarantee by the TOWN of the CONTRACTOR's contractual obligation. L. No backfill shall be deposited or compacted in water per the subsoil study. M. Fill, backfill and subgrades shall be compacted to the following minimum percentage of maximum dry density as determined by ASTM D698: D698 a. Below structure foundations 95% b. Below Road,Pavement,Walk, Slab-on-Grade, 95% Adjacent to Foundation Walls c. Within ROW(not beneath Road,Walk, etc) 90% d. Utility Trenches(not beneath Road,Walk, etc) 90% e. Landscaped area and other Locations(non-struc.) 90% f. Fills deeper than 8 feet 95% N. Place backfill material evenly on all sides of structures to required elevations. Place backfill uniformly along the full length of each structure. O. Prior to fill placement the subgrade should be scarified to a depth of 8 inches, adjusted to within 2% of optimum moisture and compacted to at least 95% of standard Proctor density. In soft or wet areas, the subgrade may require drying or stabilization prior to fill placement. A geogrid and/or sub excavation and replacement with aggregate base soils may be needed for the stabilization. The subgrade should be proof rolled. Areas that deflect excessively should be corrected before placing pavement materials. The subgrade improvements and placement and compaction of base and asphalt materials should be monitored on a regular basis by a representative of the geotechnical engineer per 2021 STREET IMPROVEMENTS EARTHWORK 02300-5 the Subsoil Study for Pavement Section Thickness Design Proposed Improvements to Stone Bridge and Eaglebend Drives. 3.7 FINAL GRADING A. After completion of all subsurface work and backfilling, surfaces shall be brought to grade at the indicated elevations, slopes, and contours. B. All cuts, fills, embankments, and other areas which have been disturbed by construction operations shall be surfaced with topsoil to a depth of at least 4 inches. C. Use of power equipment will be permitted for final grading provided the result is uniform and equivalent to hand work. D. All surfaces shall be graded to secure effective drainage. E. Unless otherwise indicated, a minimum slope of 2% shall be provided and maximum slope shall not exceed 2 feet horizontal to 1 foot vertical. F. Final grading and surfacing shall be smooth, even and free from clods and stones larger than two inches in greatest dimension,weeds,brush, and other debris. 3.8 SETTLEMENT A. The CONTRACTOR shall be responsible for all settlement of backfill, fills, and embankments which may occur within one year from final completion of Work. B. Fills and backfills that settle or erode under these specifications, and pavement, structures, and other facilities damaged by such settlement or erosion shall be repaired by the CONTRACTOR at no additional cost to the TOWN. C. Repair or replace any areas of settlement within thirty(30)days after notice by TOWN. 3.9 FIELD QUALITY CONTROL A. Each subgrade and/or each backfill layer shall be tested for required density. CONTRACTOR shall not proceed until the test results for previously completed work verify compliance with requirements. B. Field in-place density tests may also be performed by the nuclear method in accordance to ASTM D2922. Moisture content shall be tested in accordance with ASTM D3017. C. Fills and Embankments: For each compacted layer perform two field in-place density tests for each 500 linear feet or for each 6000 square feet whichever is more frequent. D. Base Course: For each compacted lift perform two field in-place density tests for each 500 linear feet or for each 6000 square feet whichever is more frequent. E. Trench Backfill: For each lift, perform one field in-place density test for each cross trench and one test for each 250 linear feet for trenches parallel to roadway. 2021 STREET IMPROVEMENTS EARTHWORK 02300-6 F. When compaction reports indicated that the subgrade or backfill is below the required density, scarify and moisten or aerate, or remove and replace soil to the depth required, re-compact and retest until required density is obtained. G. If the results of the testing of the contractors work are satisfactory, the Geotechnical Engineer may reduce the frequency of tests. END OF SECTION 2021 STREET IMPROVEMENTS EARTHWORK 02300-7 SECTION 02374 SLOPE PROTECTION AND EROSION CONTROL PART 1 GENERAL This information is intended to supplement CDOT 2017 Standard Specification Sections 208, 209, 420, 506 and 507, which are incorporated by reference. In the event that a conflict between any provision of these specifications and any reference specification should arise,the most stringent provision shall apply. 1.1 SECTION INCLUDES A. Erosion and Sediment Controls 1.2 RELATED SECTIONS A. Section 02230—Site Clearing B. Section 02300—Earthwork 1.3 REGULATORY REQUIREMENTS A. OSHA—Occupational Safety and Health Act B. Colorado Department of Transportation 2017 Standard Specifications for Road and Bridge Construction and permit requirements. C. Dewatering Plans and Permits, if required. D. Town of Avon Standards 1.4 SUBMITTALS A. Laboratory and field test results and/or manufacturer's certification that mulch, straw logs, soil retention blankets and/or geotextile fabrics meet the material requirements in the drawings and specifications. B. Manufacturer's warranty for soil retention blankets and/or erosion control fabrics. 1.5 QUALITY ASSURANCE A. CONTRACTOR shall coordinate, provide, install, inspect, adjust and repair erosion and sediment controls in accordance with the drawings for duration of the project. B. CONTRACTOR shall inspect sediment and erosion controls weekly and after every precipitation event. CONTRACTOR shall document inspection and make reports available upon request. Accumulated sediment and debris shall be removed from sediment and erosion controls when the sediment level reaches half the sediment and erosion control heights or, anytime that the sediment and erosion control functionality is adversely impacted. All necessary maintenance and repair shall be completed within 48 hours of identification, unless otherwise agreed upon. 2021 STREET IMPROVEMENTS SLOPE PROTECTION&EROSION CONTROL 02374-1 C. CONTRACTOR shall remove temporary erosion and sediment controls as required by the TOWN after final stabilization. PART 2 PRODUCTS 2.1 SILT FENCE: Select silt fence in accordance with details shown in drawings. 2.2 MULCH, LOGS AND BALES A. Straw shall consist of straw of oats, barley, wheat or rye that does not contain noxious weed seed. B. Old, dry straw that breaks instead of bending during the crimping process will not be accepted as mulch. C. Hay shall consist of good, clean field or marsh hay that does not contain noxious weed seed. D. Straw or hay in such an advanced state of decomposition as to smother or retard the normal growth of grass will not be accepted as mulch. E. "Straw Logs" shall be a minimum of 12" in diameter and the appropriate length for the intended application. They shall be porous and shall consist of interlocking excelsior fibers (80%, 6"min. long)wrapped in a heavy duty,U.V. stabilized,photodegradable polyester net. 2.3 SOIL RETENTION BLANKETS A. Temporary or permanent erosion fabrics suited to the intended application as demonstrated by shear stress analysis approved by the ENGINEER. B. Geotextile Fabric: CDOT Class A (in accordance with section 712 requirements for geotextiles for erosion control) PART 3 EXECUTION 3.1 PREPARATION A. Obtain all necessary permits and approvals prior to beginning work. B. Conform to the approved construction staging plan. C. Maintain excavations free of water. Conform to the requirements of dewatering permits. D. Place temporary storm water management and erosion controls in advance of other site disturbing activities, including safety fencing and clearing, and concurrent with excavation and grading operations. a. Direct surface runoff away from disturbed areas and existing and planned improvements. b. Maintain excavations free of water. c. Place silt fence before conducting any other site disturbing activities. d. Place construction entrances at all intersections where construction traffic will enter and exit disturbed areas to existing pavement. 2021 STREET IMPROVEMENTS SLOPE PROTECTION&EROSION CONTROL 02374-2 e. The location of temporary erosion controls and stormwater conveyance channels may be modified as needed or directed to optimize their efficiency under given site conditions. f. Remove temporary controls after disturbed areas are finally stabilized. E. CONTRACTOR shall control dust caused by his operators. The cost of dust suppression is considered incidental to the work. It will not be paid for separately. Dust control shall extend beyond the construction limits to include streets, walks, drives and parking adjacent to and entering and/or exiting the site. Cleanup of mud and dirt on these adjacent facilities shall be provided by the CONTRACTOR as necessary at his expense. 3.2 EROSION AND SEDIMENT CONTROL A. Erosion controls shall be installed to the extent possible prior to the start of construction. B. Silt fence shall be installed at the downstream limit of grading, around stockpile areas, and to protect riparian areas, irrigation ditches and streams, prior to any other ground disturbing activities. C. Construction entrance(s) shall be installed on site concurrent with construction activities/grading operations as necessary to avoid tracking dirt onto driveways, parking areas and public streets. D. "Straw logs"/wattles shall be installed as inlet protection, in temporary conveyance channels, drainage swales, and at culvert outfalls concurrent with the installation of such improvements. E. Plan and execute construction by methods to control and direct surface drainage away from existing improvements, cuts and fills, borrow stockpiles, sanitary facilities and waste disposal areas. Prevent erosion and sedimentation to the extent practical. F. Minimize amount of bare soil exposed at one time. G. Provide temporary measures such as berms, dykes, channels and drains to minimize water flow over disturbed ground. H. Construct fills and waste areas by selective placement to avoid erosive surface silts or clays. I. Inspect and maintain erosion controls to detect evidence of erosion and sedimentation weekly; promptly apply corrective measures. J. Erosion Controls shall be inspected and repaired as necessary after each major storm. K. Remove accumulated sediment from behind silt fence and"straw logs"when it accumulates to '/2 the exposed geotextile or"straw log"height. Sediment may be used in or on embankments, provided it meets the requirements of Section 02300, otherwise it shall be removed from the site for disposal in accordance with Section 02300. L. CONTRACTOR shall design and implement erosion and sediment control measures for correcting conditions that were not anticipated during the design or for emergency situations that develop during construction. 2021 STREET IMPROVEMENTS SLOPE PROTECTION&EROSION CONTROL 02374-3 3.3 TEMPORARY RE-VEGETATION A. Temporary re-vegetation is required on stockpiles that will be in place for 60 days or more. Such stockpiles shall be seeded and mulched within 14 days of construction. All disturbed areas that will be exposed for one year or longer (or over winter) before final stabilization shall also be temporarily re-vegetated. B. Temporary vegetation shall be accomplished via seed and mulch. Seed shall be an annual grass appropriate for the area and the time of planting. Mulch shall be at least 1" thick hay or straw mulch anchored to the slope by crimping or an approved, spray on tackifier. 3.4 FINAL STABILIZATION A. All disturbed areas shall be enclosed, paved or re-vegetated in accordance with the drawings or general notes. B. The CONTRACTOR shall remove temporary erosion and sediment controls after permanent erosion controls are in place and the site is finally stabilized, i.e. surfaced and vegetation re- established to 70% of pre-disturbance levels in landscaped areas (as directed by the Engineer or the jurisdictional authority). END OF SECTION 2021 STREET IMPROVEMENTS SLOPE PROTECTION&EROSION CONTROL 02374-4 SECTION 02630 STORM DRAINAGE PART 1 GENERAL 1.01 DESCRIPTION A. Work included: Excavation, backfill, bedding, and installation of culverts, pipe, manholes, catch basins, inlets, outlets, underdrains, irrigation ditches, channelization, detention storage, siphons and all necessary appurtenances. B. Related Work: 1. Site clearing: Section 02230 C. Definition: 1. Trench Excavation: Excavation of all material encountered along trench other than rock excavation. 2. Rock Excavation: All solid rock formations which cannot be reasonably broken by a backhoe with 3/4 cubic yard bucket with bucket curling force and stick crowd force of 35,000 lbs. each, and requiring drilling and blasting. 1.02 SUBMITTAL A. Submit shop drawings or product data showing specific dimensions and construction materials for: 1. Precast Manholes 2. Precast Catch Basins 3. Frames,Grates, Covers B. Test Reports: Submit laboratory gradation tests for bedding and trench stabilization materials, concrete mix design, and compression test. 1.03 JOB CONDITIONS Environmental Requirements: Except by specific written authorization, cease concreting when descending air temperature in shade and away from artificial heat falls below 35 degrees F. and there is frost in subgrade. When concreting is permitted during cold weather, temperature of mix shall not be less than 60 degrees F. at time of placing. PART 2 -PRODUCTS 2.01 PIPE AND FITTINGS A. Non-Reinforced Concrete Pipe: ASTM C14 2021 STREET IMPROVEMENTS STORM DRAINAGE 02630-1 B. Reinforced Concrete Pipe: ASTM C76, circular; ASTM 506, arch; ASTM 507, vertical or horizontal elliptical. Class pipe as shown on drawings. C. Concrete End Section: Same ASTM specification as pipe. Equivalent in area as circular pipe. D. Corrugated Steel Pipe and Arches: AASHTO M36, gauge as shown on drawings. Bands shall conform to following: Pipe Size Corrugations Number Bolts Inches 2-2/3"x 1/2" 3"x 1" 6-30 7" - 2 ea 36-60 12" 14" 3 ea 66-120 24" 20" 5 ea Thickness of band one gauge less than pipe but not less than 16 gauge. E. Corrugated Steel Pipe End Section: Sizes and dimensions shown on drawings. Materials same as corrugated steel pipe. F. Bituminous Coating: Where required on corrugated steel pipe and fittings, AASHTO M190, Type A,with minimum thickness of 0.03". Coupling bands fully coated. G. HDPE Pipe: ADS N-12 WT. Pipe shall have a smooth interior and annular corrugations. AASHTO M274, Type S or ASTM F2306. 2.02 UNDERDRAIN PIPE A. Corrugated Steel: AASHTO M36 Type III. Holes 3/8" double row each side of pipe for 6"-10" size pipe. Triple row each side of pipe for 12"-21" pipe. Spaced in center of each depressed corrugation nearest to center pipe. Install hole row each side of pipe for 6"-10" pipe;triple row each side of pipe for 12"-21"pipe. B. Rigid PVC Schedule 40. C. Flexible Polypropylene or Polyethylene/Hancor. 2.03 PREFABRICATED INLETS AND OUTLETS A. Corrugated Steel Units: Conform to drawing dimensions, AASHTO M36. Bituminous coating when specified,AASHTO M190,Type A. Steps fabricated into units. B. Precast Concrete Units: In accordance with drawings, ASTM C478 and C789, wall "B", wall thickness 1/12 internal diameter. Steps precast into units. 2.04 MANHOLE A. Manhole Bases: Precast concrete. Manhole base and first barrier section cast monolithic per ASTM- C478. 2021 STREET IMPROVEMENTS STORM DRAINAGE 02630-2 B. Manhole Sections: ASTM C478. Precast concrete with minimum wall thickness 1/12 of internal diameter. Cones eccentric. C. Manhole Ring and Cover: Cast iron, ASTM A48. Ring and cover combined weight greater than 400 lbs., machined to fit securely. Non-rocking cover. Hot dipped in asphalt. D. Manhole Steps: Two non-skid grooves in the surface of step and capable of carrying load of 1,000 lbs. 6" from face of manhole. E. Manhole Joint Sealant: RubberNek. 2.05 SLOTTED DRAIN AASHTO M36 with grate assembly, ASTM A123. Joint and couplers of ring compression type. Where required, expanded wire mesh attached across top of drain opening. Fittings provided with annular ends for hugger-type bands. 2.06 FRAMES, GRATES, COVERS,AND STEP Metal units conform to drain dimensions and to following for designated material. A. Gray Iron Castings: AASHTO M105. B. Carbon-Steel Castings: AASHTO M103. C. Ductile Iron Castings: ASTM A536. D. Structural Steel: AASHTO M183 and ASTM A283, Grade B. Galvanizing, where specified,AASHTO M 111. 2.07 BEDDING A. Pipe and culvert - roadbase, percent by weight passing square mesh sieves: 3/4", 100; No.4, 30-65;No. 8,25-55;No. 200, 3-12. B. Underdrain - washed gravel: percent by weight passing square mesh sieves: 1", 100%; 3/4", 95-100%;No.4, 0-5%. 2.08 CONCRETE MATERIALS A. General: All materials furnished from sources approved by Engineer. B. Cement: ASTM C150 for Portland Cement, Type II. Cement which has become partially set or contains lumps, caked cement and have been exposed to inclement weather shall be rejected. C. Aggregate: ASTM C33. D. Water: Water used in mixing or curing concrete shall be clean and free from oil, acids, salt, alkali,or organic materials harmful to concrete. 2021 STREET IMPROVEMENTS STORM DRAINAGE 02630-3 2.09 CONCRETE MIX A. Design Mix: 1. Proportions: Cement 5-1/2 sacks per cubic yard Coarse aggregate 43% Water 5.5 Gallons per sack Maximum size aggregate 3/4" 2. Slump: 4"maximum 3. Strength: Minimum 3,000 psi at 28 days 4. Air Content: 5%-7% B. Job Mixed Concrete: Mixed in drum mixer conforming to Concrete Paving Mixer Standards of Mixer Manufacturers Bureau of Associated General Contractors of America. Mixer shall be capable of combining aggregates, cement, and water into thoroughly mixed and uniform mass. Discharge entire contents of drum before recharging. Continue mixing of each batch for not less than 10 minutes after all materials are in drum. C. Ready Mixed Concrete: Proportioned,mixed, and transported in accordance with ASTM C94. Any concrete not plastic and workable when it reaches project shall be rejected. PART 3 EXECUTION 3.01 TRENCHING A. Trench Excavation: Excavate to depths required. Confine excavation to work limits. B. Rock Excavation: Prior to removal,notify Engineer of areas requiring rock excavation. C. Blasting: In general blasting will be allowed in order to expedite the work if a permit by the local authority having jurisdiction is granted. All explosives and appurtenances shall be transported, handled, stored and used in accordance with the laws of the local, state and federal governments, as applicable. All blasting shall be controlled so as not to injure any existing structure or facility. The protection of life and property and all liability for blasting shall be placed solely on the person or persons conducting the blasting operation. The hours of blasting shall be in accordance with the permit of the local authority. Prior to blasting, provide minimum 24 hour notification to Engineer. 3.02 UNSTABLE TRENCH BOTTOM, EXCAVATION IN POOR SOIL If the bottom of the excavation at subgrade is found to be soft or unstable or to include ashes, cinders, refuse, vegetable or other organic material, or large pieces or fragments of inorganic material that cannot satisfactorily support the pipe or structure, then the Contractor shall further excavate and remove such unsuitable material. Before the pipe or structure is installed, the subgrade shall be accepted by the Engineer. 2021 STREET IMPROVEMENTS STORM DRAINAGE 02630-4 3.03 BEDDING OTHER THAN UNDERDRAINS A. Pipe: Install in conformance with drawings. Place from minimum of 4" below bottom of pipe to centerline for full width of trench. B. Culvert: Install in conformance with drawings. Place from minimum of 6"below bottom of pipe to centerline of pipe for entire width of trench. 3.04 PIPE INSTALLATION A. General: For new embankments, place fill so width each side of pipe is at least five (5) times pipe diameter. After embankment is placed,proceed with trenching. Begin all pipe installation at downstream end. Bell or groove ends of rigid conduit and outside circumferential laps of flexible conduit facing upstream. Place flexible conduits with longitudinal laps or seams at sides. B. Corrugated Steel Pipe: Remove all loose excavated materials from bottom of trench and install bedding to required thickness. Install pipe true to line and grade. Install remaining bedding material along sides of pipe to avoid any voids. Repair bituminous coating damage using similar coating material. Lubricate coupler bands. Vertical elongation caused by backfill operation shall not exceed 3% of pipe diameter. Compact backfill to 90%AASHTO T99 and continue to 1' over top of pipe. C. Concrete Pipe: Extend bedding around bell where bell and spigot pipe is used. Place pipe on bedding as shown on drawings. Place remaining bedding along pipe sides with no voids. Compact backfill to 95%AASHTO T99 and continue to 1' over pipe. D. HDPE Pipe: Installation shall be in accordance with ASTM D2321 and ADS recommended installation guidelines, with the exceptions that minimum cover in traffic areas for 24-inch through 48-inch shall be one foot and for 60-inch diameters, the minimum cover shall be 2-feet in single run applications. Backfill for minimum cover situations shall consist of ADS Class 1 or Class 2 (minimum 98% SPD)material. E. Underdrain Pipe: 1. General: Install to lines and grades shown on drawings. Extend underdrain material a minimum of 6" over top of pipe. Cover underdrain material for entire width of trench with filter fabric. If shown on drawings, line trench with fabric before installing pipe and underdrain material. 2. Concrete Pipe: Install with bell resting on trench bottom facing up grade, with underdrain material supporting pipe. 3. Corrugated Steel or PVC Pipe: Holes or perforations placed down with maximum 1" underdrain material under pipe. Joint according to manufacturer's recommendations. 2021 STREET IMPROVEMENTS STORM DRAINAGE 02630-5 3.05 SLOTTED DRAIN INSTALLATION Install in accordance with drawings. Trench as narrow as possible and backfill to create uniform foundation side support. Install true to line and grade. 3.06 MANHOLE CONSTRUCTION A. Manhole: Construct in accordance with drawings. Extend concrete manhole base at least 8" below pipe barrel. Slope floor of manhole from centerline of pipe to maximum of 2" above top of pipe at face of manhole. Shape invert after manhole is set. Construct side branches with as large radius of curvature as possible to connect to main invert. Inverts shall be smooth and clean with no obstructions, allowing insertion of expandable plug in pipe. Place complete and continuous roll of joint sealant on base ring in sufficient quantity, so there will be no spaces allowing infiltration. Join each succeeding manhole section in similar manner. Trim away all excess material and repair all lifting holes. Turn eccentric cone and steps away from roadway ditch. B. Manhole Ring and Cover: Install at grade of finished surface. Where surface will be completed after manhole construction, set top of cone so maximum of six-two inch thick reinforced concrete rings will adjust ring and cover to final grade. 3.07 CONNECTION TO EXISTING MANHOLE Make connections to existing manholes, where no pipe is stubbed out, in similar manner as new manhole. Break small opening in existing manhole as necessary to insert new pipe and attain watertight seal. Chip existing concrete bench inside manhole to provide enough thickness for mortar bed to make new smooth continuous invert. Place expandable waterstop around portion of sewer pipe inserted into existing manhole. Use expandable grout to completely fill hole in manhole to create watertight repair. 3.08 CONCRETE WORK A. Placement: Place to required depth and width conforming to drawings. Place concrete as uniformly as possible to minimize amount of additional spreading. Place and consolidate with suitable tools to avoid formations of voids, honeycomb, or pockets. Well vibrated and tamped against forms. B. Retempering: Do not retemper concrete or mortar which has partially hardened by remixing with or without additional cement, aggregate, or water. Provide concrete in such quantity as is required for immediate use. C. Curing: Protect against loss of moisture, rapid temperature change, rain, or flowing water, for not less than two days from placement of concrete. Immediately after finishing, cover concrete surface with curing medium which is applicable to local conditions as approved by Engineer. Protect exposed edge of concrete slabs by removing forms immediately to provide these surfaces with continuous curing treatment. 3.09 BACKFILL A. One Foot Over Pipe: Use 3/4" road base for cover material and backfill by approved mechanical methods. Cover material shall be clean, free from organic materials, chunks 2021 STREET IMPROVEMENTS STORM DRAINAGE 02630-6 of soil, frozen material, debris or other unsuitable materials. Place and compact starting at top of pipe bedding extending upwards to 1' above top of pipe. Place in lifts to a density of 95%AASHTO T99, at a point 6" above top of pipe. B. Remainder of Trench: Backfill with same materials excavated from work limits unless unsuitable. No rocks over 6" in diameter in top 12" of trench. No backfill material with rocks larger than 12" in diameter. 3.10 COMPACTION A. Demonstrate method of compaction. Engineer will test compacted demonstration section for uniform density throughout depth of each lift. Alter construction methods until providing one acceptable to Engineer. Continue same procedure until significant change in soils occurs, or required compaction is not being achieved, then demonstrate new method. B. Compaction requirements for all trenches: 1. Predominantly of cohesive soils where AASHTO T99 procures are applicable: Compact uniformly throughout each lift to 95% AASHTO T99. Moisture content shall be within 2% of optimum. For clay soils the moisture content shall be 0 to 2% of optimum. For fills over 8' compact each lift to 100% AASHTO T99,moisture content within 2%of optimum. 2. Predominantly of rock, to 12" in diameter: Place in loose lifts up to average rock dimension. Placing of occasional boulders of sizes larger than maximum layer thickness may be agreed to by Engineer, provided material is carefully placed and large stones well distributed with voids completely filled with smaller stones, earth, sand, or gravel. Level and smooth each layer to distribute soils and finer fragments of earth. Wet each loose layer as necessary to facilitate compaction prior to placing additional lifts. 3.11 CONCRETE STRUCTURES A. General: Cast-in-place concrete conforming to dimensions shown on the drawings and accurate to tolerances of 1/4". Install forms so all finished lines will be true and straight. Install reinforcing steel with the spacing between the forms and between bars as shown on drawings. Keep excavation dry during construction. Compaction requirements same as above. B. Inlets and Outlets: Either cast-in-place or precast units, in accordance with drawings. When required, set castings accurately to grade with adjustment courses of brick in full mortar beds. Construct pipe inverts or smooth concrete inverts same size as pipe up to centerline of pipe,with bench to stand on. C. Frames, Grates, Covers, and Steps: Install accurately according to drawings. Anchor castings in place and set in adjustment mortar to assure firm foundation. D. Trash Guards: Install in accordance with drawings and manufacturer's recommendations. 2021 STREET IMPROVEMENTS STORM DRAINAGE 02630-7 3.12 PAVEMENT REMOVAL AND REPLACEMENT Score existing surface with cutting wheel to create clean break line. Remove and dispose of existing surface and aggregate base course. Leave 6" undisturbed subgrade lip on each side of trench. After trench has been backfilled and properly compacted, place aggregate base course in accordance with permit requirements or minimum thickness in these specifications. Compact aggregate base course to 95% AASHTO T180 moisture content shall be within 2% of optimum. Replace pavement in accordance with permit requirements or minimum thickness in these specifications. Compact asphalt to 95%ASTM D1559; consolidate concrete with vibrators. 3.13 FIELD QUALITY CONTROL Notify Engineer at least 24 hours in advance of pipe being laid in any trench. Cover no pipes until observed by Engineer. 3.14 TESTING The Contractor shall video camera(TV) all installed storm sewer pipe prior to final paving and/or other final surface treatments being completed. A copy of the videotaping with a listing of the type and location of all irregularities shall be provided for review and approval. 3.15 CLEANUP AND RESTORATION Restore all pavements, curbs, gutters, utilities, fences, irrigation ditches, yards, lawns, and other structures or surfaces to condition equal to or better than before work began, and to satisfaction of Engineer. Remove and dispose of all waste materials off site. 3.16 ASBUILTS Contractor shall provide field surveyed As-constructed drawings of the drainage system to the standards and format of the Owner. The Contractor shall field survey the storm sewer and drainage facilities and appurtenances after installation but prior to burying the facilities. Contractor shall certify in writing to Engineer that the installation has been accomplished in accordance with the plans and specifications approved by the Owner and that the As-constructed drawings represent an accurate representation of such work. END OF SECTION 2021 STREET IMPROVEMENTS STORM DRAINAGE 02630-8 SECTION 02741 ASPHALTIC CONCRETE PAVING PART 1 GENERAL This information is intended to supplement CDOT 2017 Standard Specification Sections 105, 106,401,403,407,411, 608, 702 and 703 which are incorporated by reference. In the event that a conflict between any provision of these specifications and any reference specification should arise,the most stringent provision shall apply unless otherwise indicated by the TOWN. 1.1 SECTION INCLUDES A. Asphaltic Concrete Pavement 1.2 RELATED SECTIONS A. Section 02110—Site Clearing B. Section 02300—Earthwork C. Section 02751 —Portland Cement Concrete 1.3 REFERENCES A. OSHA- Occupational Safety and Health Act B. Colorado Department of Transportation 2017 Standard Specifications for Road and Bridge Construction. C. Town of Avon Land Use and Development Standard Specifications 1.4 SUBMITTALS A. Gradation Curve for backfill and bedding material, if required by Geotechnical Engineer. B. Approved Construction Staging and Traffic Control Plans. C. ASTM D422, Standard Test Method for Particle-Size Analysis of Soils shall be submitted for sub-base and base course materials. D. The Contractor shall submit samples of all materials proposed for use on the project to a materials testing laboratory approved by the Engineer at least two weeks prior to any paving operations. E. The testing laboratory, at the Contractor's expense, shall establish a job mix formula according to ASTM D1559. 2021 STREET IMPROVEMENTS ASPHALTIC CONCRETE PAVING 02741-1 F. The testing laboratory shall submit to the engineer two copies of a report containing all test data, graphs, tables, and charts used to establish the job mix formula. The report shall bear the seal and signature of a Professional Engineer licensed in the State of Colorado and competent in asphalt mixture design. G. Mix design shall be wholly within the CDOT Master Range Table before tolerances are applied. 1.5 QUALITY ASSURANCE A. Mixing Plant: Conform to CDOT standard. B. In the event that a conflict between any provision of these specifications and any reference specification should arise,the most stringent provision shall apply. C. Perform work in accordance with CDOT and Town of Avon Standard Specifications and Details. D. Obtain materials from same source throughout. E. Asphalt will not be placed when ambient air or base surface temperature is less than 50 degrees F or surface is wet or frozen. F. Place bitumen mixture when temperature is not more than 15 degrees F below bitumen supplier's bill of lading and not more than maximum specified temperature. G. All materials used shall meet all quality requirements of the Contract. The CONTRACTOR shall comply with the requirements of the special notice to contractors contained in the CDOT Field Materials Manual, including notifying the TOWN and/or ENGINEER of the proposed sources of materials at least two weeks prior to delivery. H. Contractor shall provide adequate notice, cooperate with, provide access to work, obtain samples and assist Test Agency and their representatives in execution of their function. 1.6 JOB CONDITIONS A. Weather protection, temporary heating, snow removal, runoff and erosion controls, etc. shall be the CONTRACTOR's responsibility. B. The CONTRACTOR shall coordinate with the TOWN when weather conditions or temperatures approach conditions for shut down of any portion of the work in accordance with the requirements of these specifications. PART 2 PRODUCTS 2.1 MATERIAL A. Hot Mix Asphalt: Hot Mix Asphalt shall be an approved design consisting of a mixture of filler, if required,Aggregate(Grading SX as defined in CDOT 703.04) and 2021 STREET IMPROVEMENTS ASPHALTIC CONCRETE PAVING 02741-2 superpave performance binder (PG 58-28 conforming to the requirements of CDOT 702.01). B. Use dry materials to avoid foaming. C. Traffic Control Devices and Signs: MUTCD, CDOT and Town of Avon Standards. 2.2 STERILANT A. CDOT approved sterilant 2.3 TACK COAT A. Tack Coat: Emulsified Asphalt Tack Coat conforming to CDOT 702.03. PART 3 EXECUTION 3.1 PREPARATION A. Neatly saw cut and remove existing pavement section (including base and sub-base) along the lines shown on the drawings or approved in the field by the TOWN. CONTRACTOR shall take care to ensure that adjacent pavement is not disturbed or damaged. B. Excavated pavement shall be removed and disposed of off-site in accordance with all applicable laws and jurisdictional requirements. C. Protect existing pavement to remain from damage by movement of construction equipment or other work. Planking, mats or other appropriate means of protection shall be used as needed. Damaged pavement shall be replaced or repaired as designated by the TOWN at the CONTRACTOR'S expense. D. If bituminous pavement is not replaced in existing streets within 24 hours of completion of backfill, the CONTRACTOR shall place additional base, level with the existing asphalt surface. CONTRACTOR shall maintain the travel way smooth, dust free, and free of soft spots. CONTRACTOR shall remove and properly dispose of the additional base course just prior to pavement replacement. E. Verify subgrade and base conditions under provisions of Section 02300. F. Identify all manholes, valve boxes, vaults, and other structures that must be adjusted to finished grade elevation. G. Ensure all drainage structures are at proper elevation relative to finished road/path surface. H. Place temporary traffic controls in accordance with the approved traffic control plan and as required to conform with the requirements of the MUTCD and local standards and regulations. 2021 STREET IMPROVEMENTS ASPHALTIC CONCRETE PAVING 02741-3 3.2 TACK COAT A. Remove loose material before applying tack coat. B. Emulsified Asphalt Tack Coat shall be applied between lifts of Hot Mix Asphalt. C. Clean surfaces of existing pavement edges adjacent to new pavement to permit adhesion of tack coat. D. Surface shall be dry and weather conditions appropriate for placement of the tack coat. E. Apply to contact surfaces of previously constructed asphaltic concrete and/or Portland cement concrete surfaces. F. Apply evenly at rate of 0.05 to 0.15 gal/sq.yd of surface. G. Take care in applying tack so as not to coat surfaces which will not be covered with asphalt. H. Apply tack coat by brush to contact surfaces of curbs, gutters, manholes, and other structures projecting into or abutting asphaltic concrete pavement. I. Exposed surfaces that are coated or spilled on in error will be thoroughly cleaned or removed and replaced, as required, at the Contractor's expense. J. Allow surfaces to dry until material is at the appropriate condition of tackiness to receive pavement. K. Where the Engineer has determined that asphaltic concrete pavement will adhere to surface without a tack coat,the tack coat may be eliminated. L. Traffic shall not be allowed on the freshly applied material. 3.3 ASPHALTIC CONCRETE A. Existing pavement surfaces will be swept with a power broom to remove all loose material prior to any paving operations. B. Mix, place and compact asphaltic concrete pavements in accordance with CDOT standard specifications. C. Placement of the hot mix asphalt should be accomplished with a self propelled paver, where possible. Where pavers cannot be used a spreader box, attached to a dump truck may be used. Minimum paver width is ten feet. For widths less than ten feet cutoff shoes may be placed in the screed to reduce the width of paving. D. Pavement shall be compacted to a density of 92 to 96 percent of the maximum theoretical density, determined according to CP 51. Field density determinations will be made in accordance with CP 44 or 81. E. Do not place asphalt on frozen,muddy or saturated base or into standing water. 2021 STREET IMPROVEMENTS ASPHALTIC CONCRETE PAVING 02741-4 F. Do not place asphalt during rain, sleet or snowfall. G. Maximum compacted lift thickness, 3 inches. Minimum lift thickness,2 inches. H. Asphalt shall be compacted by rolling. Both steel wheel and pneumatic tire rollers will be required. The number, weight, and type of rollers furnished shall be sufficient to obtain the required density while the mixture is in a workable condition. I. Compaction shall begin immediately after the mixture is placed and be continuous until the required density is obtained. When the mixture contains unmodified asphalt cement (PG 58-28 or PG 64-22) or modified (PG 58-34) and the surface temperature falls below 185°F, further compaction effort shall not be applied unless approved. If the mixture contains modified asphalt cement(PG 76-28 or PG 64-28) and the surface temperature falls below 230°F, further compaction effort shall not be applied unless approved. J. Use paving machines meeting CDOT requirements. K. Wherever possible,blend in edges of cut areas. L. Application methods resulting in discoloration of concrete structures, curbs and gutters will not be permitted. M. Maintain proper tire pressure to preclude ruts and ridges in the surface to be paved. Visible roller marks are cause for rejection. N. Place asphaltic concrete in continuous operations as practicable. O. Compact pavement by rolling to specified density. Do not displace or extrude pavement from position. Compact using mechanical tampers in areas inaccessible to rolling equipment. Visible tamper marks are cause for rejection. P. Spread,tamp, and finish mixture using hand tools in areas where machine spreading is not possible, as acceptable to Geotechnical Engineer. Visible tool marks or other indentations are cause for rejection. Q. Perform rolling in consecutive passes to achieve even and smooth finish, without roller marks. R. Joint construction should be carefully done to ensure a uniform mat. S. Longitudinal joints should be constructed with a vertical face or a step taper. The step taper should be constructed with a 1.5" vertical face at the surface, tapered at a 3:1 slope from this point to the subgrade. Prior to placing the adjoining mat, the joint should be tack-coated. T. Construct transverse joints at right angles to centerline when operations are suspended long enough for mixture to chill. U. Construct joints to have same texture, density, and smoothness as adjacent sections of asphaltic concrete. 2021 STREET IMPROVEMENTS ASPHALTIC CONCRETE PAVING 02741-5 V. Offset transverse joints in succeeding courses not less than twenty-four inches. W. Cut back edge of previously placed course to expose an even, vertical surface of the full course thickness. X. The variation between any two contacts with the pavement surface shall not exceed 3/16" in 10 feet. Irregularities exceeding the specified tolerance shall be corrected at the contractor's expense. Y. Do not permit traffic on freshly compacted asphaltic concrete pavements for a minimum of 24 hours unless otherwise approved by the TOWN. 3.4 FIELD QUALITY CONTROL A. Mix design shall be field verified prior to or during each day's productions. One asphalt content test and one gradation test shall be conducted per day. B. Sampling and testing of Hot Mix Asphalt shall be in accordance with CDOT 106.05. C. Sampling and testing will be done in accordance with the CDOT minimum sampling, testing, and inspection schedule; the special notice to contractors; and the Colorado procedures; all contained in the CDOT Field Materials Manual. D. In-Place Density testing shall be completed at a minimum frequency of 1 test per 500 tons of asphalt. E. Maintain records of test results. Record date, location of test, air temperature, test type and/or samples taken and test results. F. If the ENGINEER finds the materials furnished, work performed, or the finished product does not conform with the Contract but that reasonably acceptable work has been produced, the ENGINEER will determine the extent the work will be accepted and remain in place following CDOT 105.03, 105.04 and 105.05 3.5 TRAFFIC CONTROL DEVICES A. Place permanent signs and pavement markings in accordance with the plans and detail drawings. END OF SECTION 2021 STREET IMPROVEMENTS ASPHALTIC CONCRETE PAVING 02741-6 SECTION 02742 PAVEMENT MARKING PART 1 GENERAL This information is intended to supplement CDOT 2017 Standard Specification Sections 627 and 713 which are incorporated by reference. In the event that a conflict between any provision of these specifications and any reference specification should arise,the most stringent provision shall apply unless otherwise indicated by the TOWN. 1.1 SECTION INCLUDES A. Preformed Thermoplastic Material B. Pavement Marking Paint C. Glass Beads 1.2 RELATED SECTIONS A. Section 02741 —Asphaltic Concrete Paving B. Section 02751 —Portland Cement Concrete 1.3 REFERENCES A. OSHA- Occupational Safety and Health Act B. Colorado Department of Transportation 2017 Standard Specifications for Road and Bridge Construction C. Town of Avon Land Use and Development Standard Specifications D. Manual on Uniform Traffic Control Devices for Streets and Highways(MUTCD) 1.4 SUBMITTALS A. 1 kg(2 pounds)of glass beads,representing each lot used on the project. B. 500 ml(1 pint) of paint of each color,representing each lot used on the project. C. 0.1 square meter (one square foot) of preformed thermoplastic pavement marking material. 2021 STREET IMPROVEMENTS PAVEMENT MARKING 02742-1 1.5 QUALITY ASSURANCE A. In the event that a conflict between any provision of these specifications and any reference specification should arise,the most stringent provision shall apply. B. Perform work in accordance with CDOT and Town of Avon Standard Specifications and Details. C. Obtain materials from same source throughout. D. Contractor shall provide adequate notice, cooperate with, provide access to work, obtain samples and assist Test Agency and their representatives in execution of their function. 1.6 JOB CONDITIONS A. Weather protection, temporary heating, snow removal, runoff and erosion controls, etc. shall be the CONTRACTOR's responsibility. B. The CONTRACTOR shall coordinate with the TOWN when weather conditions or temperatures approach conditions for shut down of any portion of the work in accordance with the requirements of these specifications. PART 2 PRODUCTS 2.1 PREFORMED THERMOPLASTIC MATERIAL A. Preformed Thermoplastic markings shall be composed of aggregates, pigments, binders and glass beads, and shall conform to AASHTO designation m 249 with the exception of the relevant differences due to the fact that the material is supplied in a preformed state. B. The material shall be either: 1. alkyd 2. hydrocarbon 3. ester modified resin base. C. Only preformed thermoplastic pavement markings material listed on the Department's approved products list may be used. D. Physical Requirements 1. Graded Glass Beads a. The material shall contain a minimum of 30 percent graded glass beads by weight. The beads shall be clear and transparent. Twenty percent or less shall consist of irregular, fused spheroids, or silica. The refractive indec shall be at least 1.50. 2. Pigments a. White-Sufficient titanium dioxide pigment shall be used to insure a color similar to Federal Highway White, Color Number 17886, conforming to Federal Standard 595. 2021 STREET IMPROVEMENTS PAVEMENT MARKING 02742-2 b. Yellow-Sufficient yellow pigment shall be used to insure a color similar to Federal Highway Yellow, Color Number 13655, conforming to Federal Standard 595. The yellow pigment shall be organic and contain no lead chromate. 3. Skid Resistance a. The surface of the preformed thermoplastic marking shall provide a minimum resistance value of 45 BPN when tested according to ASTM E 303. 4. Thickness a. The material shall be supplied at a minimum thickness of 3.15 mm (125 mils). 5. Environmental Resistance a. The preformed thermoplastic material shall be resistant to deterioration due to exposure to sunlight, water, oil, gasoline, salt, and adverse weather conditions. E. The markings shall confirm to pavement contours, breaks, and faults through the action of traffic at normal pavement temperatures. The material shall have resealing characteristics with the capability of fusing with itself and previously applied thermoplastic markings under normal use. F. The preformed thermoplastic markings shall be packaged in a protective plastic film with cardboard stiffeners where necessary to prevent damage in transit. The carton in which the material is packed shall be clearly labeled for ease of identification. 2.2 PAVEMENT MARKING PAINT A. Paint shall be easily mixed and free from agglomerates, skins and foreign matter and shall be suitable consistency for the method of application. B. Paint shall have satisfactory spreading qualities and give a smooth, continuous coating free from breaks or sags. C. Paint shall be able to withstand one year of storage without detrimental deterioration. D. In a 3/4 full,tightly closed container,paint shall show no skinning after 48 hours. E. Pavement marking paint shall conform to the requirements listed in the table below. All proportions are by weight. Pigment composition and vehicle composition shall not vary by more than 1.0 percent of each amount specified. 2021 STREET IMPROVEMENTS PAVEMENT MARKING 02742-3 Finished Paint Pigment(White and Yellow) 49.0%to 52.0% Pigment Composition Minimum Maximum Titanium Dioxide,ASTM D 476, 27.0% Type III Yellow Pigment 35.0%* Calcium Carbonate,ASTM D 1199, Type GC-II 18.0% 53.3% Magnesium Silicate ASTM D 605 54.3% 11.0% Pigment Suspending Agents(see below) 0.7%, 0.7% *The pigment for yellow paint shall consist of a blend of organic yellow pigment and other pigments and fillers as are necessary to result in a colorfast paint complying with all provisions of this specification. The paint shall contain no lead or other materials such that the dry film could be considered a hazardous waste under EPA or Colorado Department of Health Regulations. Vehicle Composition White&Yellow Alkyd Resin Solution,AASHTO M 70.0% 248, Type F VM&P Naphtha,Fed. Spec. TT-N-95, Type I Driers,ASTM D 600 cl.B, and 30.0% Anti-Skinning Agent,Methanol F. Pigment Suspending Agent 1. Organo-montmorillonite shall be added to achieve the desired storage and stability requirements. 2. Organo-montmorillonite shall be an organic ammonium compound of montomorillonite with a high gelling efficiency in a wide range of organic liquids. It shall be a fine, creamy,white powder with maximum water content of 3.0% and a maximum of 5.0% retained on the 75µm (No. 200) sieve. Organo- montmorillonite shall be prewetted with methanol or ethanol as recommended by the manufacturer. G. Properties of Finished Paint 1. The paint at the time of container filling shall be free of skins, pigment agglomerates and foreign matter and shall meet the following requirements: 2021 STREET IMPROVEMENTS PAVEMENT MARKING 02742-4 Fineness of grind,Hegman,minimum 2 Consistency,Krebs-Stormer,K.U. @ 70 80% 25°C (77°F) Drying time, a wet film of paint 380 micrometers thick tested according to 30 ASTM Method D 711,minutes maximum H. The white paint shall have a daylight 45°, 0° luminous directional reflectance of not less than 80%when compared to magnesium oxide(ASTM E 1347) I. The color of the yellow paint shall visually match color chip No. 33538 of Federal Standard 595B. In case of dispute, the color shall be within the green and red tolerance limits when compared with the standard color chips of the Standard Yellow for Highway Signs and Markings — U.S. Department of Transportation, Washington, D.C. J. The manufacturer shall supply test data showing that the yellow pavement marking paint will retain the yellow color within these limits for a period of one year under outdoor sunlight exposure. 2.3 GLASS BEADS A. Glass beads for traffic paint shall conform to AASHTO M 247, Type 1 or Type 2, non-flotation grade. B. Glass beads shall be furnished in fully identified containers and shall be free of extraneous material or clumps. PART 3 EXECUTION 3.1 PREFORMED THERMOPLASTIC PAVEMENT MARKING A. Application temperature shall be as recommended by the manufacturer. The pavement and air temperature shall be as recommended by the manufacturer at the time of application. B. The materials shall be applied using a heating method recommended by the manufacturer. C. The CONTRACTOR shall provide the TOWN a copy of the manufacturer's installation recommendations prior to beginning the work. D. The pavement shall be clean, dry and free from debris and shall not be installed on top of pavement marking paint without first removing the paint. 2021 STREET IMPROVEMENTS PAVEMENT MARKING 02742-5 E. The CONTRACTOR shall use a heating method specifically recommended by the manufacturer for the installation of preformed thermoplastic markings. 3.2 PAVEMENT MARKING WITH PAINT A. Striping shall be done when air and pavement temperatures are at least 5°C (40°F). B. The pavement surface and weather conditions shall be conducive to satisfactory results. C. Equipment shall be capable of painting a reasonably clean edged stripe of the designated width (+/- 6 mm) (+/- 1/4 inch) and shall have a bead dispenser directly behind, synchronized with the paint applicator. D. For centerlines and lane lines, an automatic skip control shall be used that will paint a stripe with a gap as shown on the plans. E. Machines having multiple applicators shall be used for centerlines with "no passing zones." F. In areas where machines are not practical, suitable hand-operated equipment shall be used. G. Stripes shall be protected until dry. H. Paint and beads shall be applied within the following limits: Application Rate or Coverage Per Liter(Gallon) of Paint Minimum Maximum Paint 2.5 m^2 (100 sq. ft.) 2.7 m^2 (110 sq. ft.) Beads 700 g(5 lbs. 13 oz.) 740 g(6 lbs. 3 oz.) END OF SECTION 2021 STREET IMPROVEMENTS PAVEMENT MARKING 02742-6 SECTION 02743 ASPHALTIC PAVEMENT REHABILITATION PART 1 GENERAL This information is intended to supplement CDOT 2017 Standard Specification Sections 408, 420, 702 and 712 which are incorporated by reference. In the event that a conflict between any provision of these specifications and any reference specification should arise,the most stringent provision shall apply unless otherwise indicated by the TOWN. 1.1 SECTION INCLUDES A. Crack Sealing B. Full Depth Hot Mix Asphalt Patching C. Pavement Reinforcement Fabric 1.2 RELATED SECTIONS A. Section 02110—Site Clearing B. Section 02300—Earthwork C. Section 02741 —Asphaltic Concrete Pavement D. Section 02751 —Portland Cement Concrete 1.3 REFERENCES A. OSHA- Occupational Safety and Health Act B. Colorado Department of Transportation 2017 Standard Specifications for Road and Bridge Construction. C. Town of Avon Land Use and Development Standard Specifications 1.4 SUBMITTALS A. The Contractor shall submit samples of all materials proposed for use on the project to materials testing laboratory approved by the Engineer at least two weeks prior to any paving operations. B. Mix design shall be wholly within the CDOT Master Range Table before tolerances are applied. 2021 STREET IMPROVEMENTS ASPHALTIC CONCRETE REHABILITATION 02743-1 1.5 QUALITY ASSURANCE A. In the event that a conflict between any provision of these specifications and any reference specification should arise,the most stringent provision shall apply. B. Using a mixture of different manufacturer's brands or different types of sealant is prohibited C. Perform work in accordance with CDOT and Town of Avon Standard Specifications and Details. D. Obtain materials from same source throughout. E. Asphalt will not be placed when ambient air or base surface temperature is less than 50 degrees F or surface is wet or frozen. F. Geosynthetics damaged or displaced before or during placement of overlaying layers shall be replaced or repaired to the satisfaction of the TOWN, at the CONTRACTOR's expense G. Materials shall be stored and handled in accordance with the manufacturer's recommendations. 1.6 JOB CONDITIONS A. Weather protection, temporary heating, snow removal, runoff and erosion controls, etc. shall be the CONTRACTOR's responsibility. B. The CONTRACTOR shall coordinate with the TOWN when weather conditions or temperatures approach conditions for shut down of any portion of the work in accordance with the requirements of these specifications. PART 2 PRODUCTS 2.1 HOT POURED JOINT MATERIAL A. Hot poured material for filling joints and cracks shall conform to the requirements of ASTM D 6690, Type I or II. ASTM D 1985 mortar blocks shall be used for concrete bond test. ASTM D 6690 material must pass asphalt compatibility test 9, ASTM 5329. 2.2 SEALANT MATERIAL A. Sealant material shall be supplied preblended, prereacted, and prepackaged. If supplied in solid form, the sealant material shall be cast in a plastic or other dissolvable liner having the capability of becoming part of the crack sealing liquid. B. The sealant must be delivered in the manufacturer's original sealed container. Each container shall be legibly marked with the manufacturer's name, the trade name of the sealer, the manufacturer's batch or lot number, the application temperature range, the recommended application temperature and safe heating temperature. 2021 STREET IMPROVEMENTS ASPHALTIC CONCRETE REHABILITATION 02743-2 2.3 HOT MIX ASPHALT A. Hot Mix Asphalt: Hot Mix Asphalt shall be an approved design consisting of a mixture of filler, if required,Aggregate(Grading SX as defined in CDOT 703.04) and a superpave performance binder (PG 58-28 conforming to the requirements of CDOT 702.01). 2.4 PAVEMENT REINFORCEMENT FABRIC A. Paving geotextile shall be of the strip membrane interlayer type with non-woven, synthetic fibers; resistant to chemical attack, mildew and rot; and shall conform to the physical requirements of Table 712-6 of subsection 712.08 of the Colorado Department of Transportation 2005 Standard Specifications for Road and Bridge Construction. B. Self-adhesive pavement reinforcing fabric with rubberized asphalt adhesive membrane on the bottom and top-coated with an asphalt tack sheet may be used. C. Petrotac or approved equal. 2.5 TACK COAT A. Tack Coat: Emulsified Asphalt Tack Coat conforming to CDOT 702.03. 2.6 ASPHALT CEMENT BINDER A. Asphalt cement binder for pavement reinforcement fabric shall be the same grade as the asphalt cement used in Section 02741, if required. 2.7 PRIMER A. Primer shall be furnished as specified by the fabric manufacturer, if required. PART 3 EXECUTION 3.1 GENERAL A. Cracks with a width greater than 1/4"or in areas that were previously milled 2" deep. 1. Roto-mill to a depth of 2"by 16"wide (8"each side of crack). 2. Apply a tack coat to the uncovered milled surfaces. 3. Place Hot Mix Asphalt patch up to finished grade of existing surface according to Section 02741. B. Cracks with a width greater than 3/4" 1. Roto-mill (stepped)to a depth of 4"by 16"wide and 2"by 40" (20" each side of crack). 2. Apply a tack coat to the uncovered milled surfaces. 3. Place Hot Mix Asphalt patch up to finished grade of existing surface according to Section 02741. 2021 STREET IMPROVEMENTS ASPHALTIC CONCRETE REHABILITATION 02743-3 C. Potholes, squalls, alligator cracking, high-density multiple cracking, poor sub-base drainage or structural damage are to be repaired by milling to a depth approved by Engineer to remove damage and patched with Hot Mix Asphalt. D. Full Depth Hot Mix Asphalt Patching may be used to repair areas that are determined by the Engineer to be damaged beyond the repair capabilities of the methods described above. E. Incidental materials recommended by the manufacturer for proper pavement reinforcement fabric installation, such as primer and tack coat shall be furnished and used in accordance with the manufacturer's recommendations. 3.2 CRACK SEALING A. Immediately before applying hot poured joint and crack sealant, the cracks shall be cleaned of loose and foreign matter to a depth approximately twice the crack width. B. Cleaning shall be performed using a hot compressed air lance. This lance shall be used to dry and warm the adjacent asphalt immediately prior to sealing. Direct flame dryers shall not be used. C. Cracks shall be filled with hot poured joint and crack sealant flush with the pavement surface. Immediately following the filling of the crack, excess sealant shall be leveled off at the wearing surface by squeegee, a shoe attached to the applicator wand, or other suitable means approved by the TOWN. The squeegeed material shall be centered on the cracks and shall not exceed 3 inches in width or 1/16 inch in depth. D. The sealant material shall be heated and applied according to the manufacturer's recommendations. The equipment for heating the material shall be an indirect heating type double boiler using oil or other heat transfer medium and shall be capable of constant agitation. The heating equipment shall be capable of controlling the sealant material temperature within the manufacturer's recommended temperature range and shall be equipped with a calibrated thermometer capable of+/- 5° F accuracy from 200 to 600° F. This thermometer shall be located so the TOWN can safely check the temperature of the sealant material. Overheating of the sealant material will not be permitted. E. The face of the crack shall be surface dry and the air and pavement temperatures shall both be at least 40° F and rising at the time of sealant application. F. Sealant material picked up or pulled out after being placed shall be replaced at the CONTRACTOR's expense. The CONTRACTOR shall have blotter material available on the project in the event it is required to prevent tracking or pulling. If required, blotter material shall be approved by the TOWN and placed at the CONTRACTOR's expense. 3.3 FULL DEPTH HOT MIX ASPHALT PATCHING A. With a pavement saw or pneumatic hammer, cut the outline of the patch, extending at least one foot outside of the distressed area. The outline should be square or rectangular with two sides at right angles to the direction of traffic. 2021 STREET IMPROVEMENTS ASPHALTIC CONCRETE REHABILITATION 02743-4 B. Excavate as much pavement including sub grade, as necessary to reach firm support. Patch foundation should be as strong or stronger than that of the original pavement area. The faces of the excavation should be straight and vertical. C. Trim and compact sub grade in accordance with Section 02300. D. Apply a tack coat to the vertical faces of the excavation. E. Backfill and place full depth hot mix asphalt patching in accordance with Section 02741. 3.4 PAVEMENT REINFORCEMENT FABRIC A. Pavement reinforcement fabric shall be installed in accordance with the manufacturer's recommendations (See Appendix A—Petrotac Installation Guide). B. Pavement reinforcement fabric shall be installed over repaired pavement cracks, full depth hot mix asphalt patches and other pavement distressed areas prior to placement of asphalt overlay as directed by the TOWN. C. The pavement surface shall be broomed clean immediately prior to placing pavement reinforcement fabric using a self-propelled power broom. D. The pavement surface shall be cleaned of dirt and other foreign materials. The surface shall be completely dry,with no lingering moisture around pavement cracks. E. Cracks shall be filled in accordance with this Section. F. When self-adhesive fabric is applied, an asphalt cement binder will not be necessary. When self-adhesive fabric is applied to a milled surface, thoroughly clean the pavement of all dust and debris. G. When required by the manufacturer of self-adhesive fabric, a primer shall be furnished and placed on the prepared pavement as specified by the pavement reinforcement fabric manufacturer. H. Use asphalt cement binder to bond non-self-adhesive fabric to the pavement and apply at a rate of approximately 0.25 gallon per square yard. The exact application rate shall be as recommended by the fabric manufacturer and at a temperature of 300 to 350° F. Fabric shall be applied, in accordance with manufacturer's recommendations, immediately after the application of asphalt cement binder. I. For self-adhesive reinforcement fabric,remove the release liner of the fabric and place the adhesive side to the pavement. J. Place non-self-adhesive reinforcement fabric a minimum of 24 hours in advance of paving operations, if possible,to ensure proper adhesion of the fabric to the pavement. K. Install the fabric so that it is smooth, free of wrinkles with no uplifted edges. Provide a minimum of 5-inch overlap on all sides of the repair area. Center the material over the repair area within a 2-inch tolerance. When placed full width, use a mechanical 2021 STREET IMPROVEMENTS ASPHALTIC CONCRETE REHABILITATION 02743-5 device approved by the manufacturer and the TOWN to place the fabric on the pavement. L. Immediately after the fabric is placed on the pavement, ensure that the fabric is in total contact with the underlying pavement. Roll the material with a static drum or pneumatic roller to ensure adequate adhesion to the pavement surface. M. Any fabric with loose edges, corners or other improperly bounded areas shall be replaced at the expense of the CONTRACTOR prior to overlay or opening the fabric section to traffic. N. If more than one strip is required to cover the repair area, the strips shall be overlapped at least 4 inches in the direction of the paving operation. O. Fabric, which is damaged due to the CONTRACTOR's operations, shall be removed and replaced at the CONTRACTOR's expense. P. The installed fabric shall be approved by the TOWN prior to paving operations. Q. Traffic shall be kept off fabric until the overlay has been placed. 3.5 FIELD QUALITY CONTROL A. The CONTRACTOR shall make arrangements with the geotextile supplier to have a technician, skilled in this paving geotextile work,present at the project site during this work to give any technical assistance needed. B. Maintain records of test results. Record date, location of test, air temperature, test type and/or samples taken and test results. C. If the ENGINEER finds the materials furnished, work performed, or the finished product does not conform with the Contract but that reasonably acceptable work has been produced, the ENGINEER will determine the extent the work will be accepted and remain in place following CDOT 105.03, 105.04 and 105.05 3.6 TRAFFIC CONTROL DEVICES A. Place permanent signs and pavement markings in accordance with the plans and detail drawings. END OF SECTION 2021 STREET IMPROVEMENTS ASPHALTIC CONCRETE REHABILITATION 02743-6 SECTION 02751 PORTLAND CEMENT CONCRETE This information is intended to supplement CDOT 2017 Standard Specification Sections 304, 412, 608, 701, 703, 705, 709, 711, and 712 which are incorporated by reference. In the event that a conflict between any provision of these specifications and any reference specification should arise,the most stringent provision shall apply unless otherwise indicated by the ENGINEER. PART 1 GENERAL 1.1 SECTION INCLUDES A. Concrete sidewalk and ramps B. Concrete Flat work 1.2 RELATED SECTIONS A. Section 02300—Earthworks B. Section 02741 —Asphaltic Concrete Paving 1.3 REFERENCES A. Colorado Department of Transportation 2017 Standard Specifications for Road and Bridge Construction B. Town of Avon Land Use and Development Standards C. Manual of Uniform Traffic Control Devices (latest edition). D. American Concrete Institute(ACI) Standards. 1.4 SUBMITTALS A. Certified test reports or manufacturer's data on: 1. Proposed aggregates. 2. Proposed cement. 3. Mixing water. 4. Additives: a. Air entrainment. b. Fiber. 5. Curing compound. 6. Joint filler. 7. Form coatings. 8. Grout. B. Mix design for each type of concrete containing all test data, graphs,tables, and charts used to establish the job mix formula. The report shall bear the seal and signature of a Professional Engineer licensed in the State of Colorado and competent in concrete 2021 STREET IMPROVEMENTS PORTLAND CEMENT CONCRETE 02751-1 mixture design. Concrete production shall not begin until the Engineer reviews mix designs. C. Laboratory certified test reports for each approved job mix. 1.5 QUALITY ASSURANCE A. Perform work in accordance with ACI 304, Town of Avon and CDOT standards. B. Obtain cement material from same source throughout. C. Concrete shall not be placed when base surface temperature is less than 40 degrees F or surface is wet or frozen D. Contractor shall provide adequate notice, cooperate with, provide access to work, obtain samples and assist Test Agency and their representatives in execution of their function. 1.6 PRODUCT HANDLING A. Use all means necessary to protect the materials of this section before, during and after installation and to protect the materials and work of all other trades. B. In the event of damage, immediately repair or replace damaged work as directed by the Engineer at no additional cost. 1.7 JOB CONDITIONS A. Weather protection, temporary heating, snow removal, runoff and erosion controls, etc. shall be the Contractor's responsibility. B. The Contractor shall coordinate with the Engineer when weather conditions or temperatures approach conditions for shut down of any portion of the work in accordance with the requirements of these specifications. PART 2 PRODUCTS 2.1 FORM MATERIALS A. Wood or metal form material, profiled to suit conditions, smooth faced and undamaged. B. Size shall be as large as practical to minimize joints. C. Bowed,unstable or leaky formwork will not be tolerated. D. Forms shall be mortar tight and sufficiently rigid to prevent distortion due to the pressure of the concrete and other loads incidental to the concrete operations, including vibration, E. Bender boards with adequate support shall be used on all concrete trails with curve radii less than 75 feet. 2021 STREET IMPROVEMENTS PORTLAND CEMENT CONCRETE 02751-2 2.2 FORM COATINGS A. All forms shall be treated with oil prior to placing reinforcement except that an approved nonpetroleum base form release agent shall be used for surfaces which are to receive Class 5, Masonry Coating Finish. Wood forms shall be thoroughly moistened with water immediately before placing concrete. 2.3 CONCRETE MATERIALS A. Materials shall be provided from one source for the entire project. B. Cement: ASTM C 150 Modified Type II or Type V C. Fly Ash: ASTM C 168, Class F or Class C D. Fine Aggregate: Shall conform to the requirements of AASHTO M 6. The amount of material finer than 75µm(No.200) sieve shall not exceed three percent by dry weight of fine aggregate, when tested in accordance with AASHTO T 11 or Colorado Procedure 31, Method D, unless otherwise specified. The minimum sand equivalent, as tested in accordance with AASHTO T 176 shall be 80 unless otherwise specified. The fineness modulus, as determined by AASHTO T 27, shall not be less than 2.50 or greater than 3.50 unless otherwise approved E. Coarse Aggregate: Coarse aggregate for concrete shall conform to the requirements of AASHTO M 80, except that the percentage of wear shall not exceed 45 when tested in accordance with AASHTI T 96. Coarse aggregated shall conform to grading in CDOT Standard Specifications for Road and Bridge Construction Table 703-2. Sizes 357 and 467 shall each be furnished in two separate sizes and combined in the plant in the proportions necessary to conform to the grading requirements. Compliance with grading requirements will be based on the combination and not on each individual stockpile. F. Water: Clean, potable, not detrimental to concrete or reinforcement and comply with AASHTO T 26 G. Air Entrainment: Comply with AASHTO M 154 H. Water Reducing or Other Admixtures: Comply with AASHTO M 194 I. Fiber: Fibermesh, or equal approved by the Engineer, 100 percent virgin polypropylene fibrillated fibers containing no reprocessed olefin materials, specifically manufactured for use as concrete reinforcement. a. Specific gravity—0.91 b. Tensile strength—70 to 110 ksi c. Fiber length—1/2", 3/4", 1 1/2"or 2"as recommended by the manufacturer J. Calcium chloride will not be allowed in the concrete mix. 2.4 CONCRETE MIX A. Aggregates shall be stockpiled in a manner that protects them from contamination. 2021 STREET IMPROVEMENTS PORTLAND CEMENT CONCRETE 02751-3 B. Measuring and batching of materials shall be done at a batch plant in accordance with AASHTO M 157. C. Approved mix design for CDOT Class B fiber reinforced concrete with a design compressive strength of 3000 psi. at 28 days. Mix design shall incorporate a minimum of 565 pounds of cement per cubic yard. D. Nominal coarse aggregate size of 37.5 mm(1 %2 inches) or smaller. E. Approved fly ash may be substituted for Portland cement up to a maximum of 20 percent(Class C)or 30 percent(Class F)by weight. F. Accelerating admixtures shall be used in cold weather only when approved by Geotechnical Engineer. Use of admixtures will not relax cold weather placement requirements. G. Calcium chloride shall not be used. H. Air Content: 1. 5%-8%for Class B mix designs. I. Slump less than 4". J. Fiber per manufacturer's recommendations. K. Use ready-mixed concrete from an approved plant. Batch, mix and transport concrete in accordance with the requirements of ASTM C 94. 2.5 CURING MATERIALS A. Curing materials shall conform to CDOT 711.01. 2.6 JOINT FILLER A. Preformed expansion joint filler material shall comply with AASHTO M 213 and shall be punched to admit the dowels where called for on the plans. B. Filler for each joint shall be furnished in a single piece for the full depth and thickness required. C. Poured joint filler shall be a silicone sealant that is listed on the CDOT Approved Products List.. Poured joints shall be constructed according to the details shown on CDOT M-412-1. The backer rod placed prior to sealant shall be constructed of closed cell polyethylene strand as approved. 2.7 DOWELS A. Dowels shall conform to AASHTO M 284 and shall be grade 40, epoxy coated, and deformed. Bar sizes shall be as designated on the Standard Plan M-412-1. 2021 STREET IMPROVEMENTS PORTLAND CEMENT CONCRETE 02751-4 2.8 GROUT A. Non-shrink, ready to use product with non-metallic aggregate requiring addition of water only at the job site. a. Capable of producing a flowable grouting material with no shrinkage or settlement at any age. b. Compressive strength of 2" cubes at age 7 days shall be no less than 5000 psi and at age 28 day shall be no less than 7500 psi. B. Store, mix and place the non-shrink grout in strict accordance with the manufacturer's recommendations. 2.9 REINFORCMENT A. Bars: AASHTO M 254 for the coating and ASTM A 615, Grade 60 for the core material and shall be epoxy-coated, smooth, and lightly greased, precoated with wax or asphalt emulsion, or sprayed with an approved material for their full length. B. Welded Steel Wire Fabric: ASTM A 185 or A497 PART 3 EXECUTION 3.1 EXAMINATION A. Verify subgrade or base conditions under provisions of Section 02200, as appropriate. Verify that locations, gradients and elevations of base are correct. Match adjacent surfaces where applicable. B. All gutter and pan flow lines shall have positive drainage to inlets or ending points as shown on the drawings. Any low spots in the flow line that allow water to stand to a depth of inch or more or low spots in the back slope of the gutter or pan that allow water to escape and flow across the street shall be removed and replaced at the contractor's expense. Curb and gutter of questionable slope shall be tested by flowing water in the gutter or pan in the presence of the Engineer. C. Contractor will be responsible for all required surveying and material testing, including scheduling the work. 3.2 PREPARATION A. Where removal is required for reconstruction or replacement, the existing concrete section shall be saw-cut with an abrasive type saw and carefully removed. Saw-cuts shall be smooth and to the proper line directed by the Engineer to permit placement of new concrete surfaces. Saw-cuts shall not deviate from established lines by more than '/4". Expansion joints shall be placed between existing concrete and new concrete. The Contractor shall remove and properly dispose of the displaced concrete off-site. B. Subgrade or base course, as indicated on the detail drawings, shall be moistened to minimize absorption of water from fresh concrete immediately before concrete is placed. 2021 STREET IMPROVEMENTS PORTLAND CEMENT CONCRETE 02751-5 C. Coat surfaces of manholes, catch basins, and other structures with vegetable oil or other approved bond breaker to prevent bond with adjacent concrete. D. Geotechnical Engineer shall be notified a minimum of 24 hours prior to commencement of concrete operations. E. Ensure that equipment and power supply are adequate at all times. If, in the opinion of the Engineer, the equipment is not adequate to provide proper consolidation, the Engineer may delay or stop further placement until such time as adequate consolidation equipment is available on-site. 3.3 FORMING A. Place and secure forms to correct location, dimension, profile, and gradient. Contractor shall check forms with an appropriate leveling device prior to concrete placement to ensure that the requirement for positive drainage will be met. Errors in staking or calculation of cuts by the Engineer or Surveyor shall not relieve the Contractor of this requirement. If such errors are discovered, the Contractor shall immediately notify the Engineer so he may remedy the problem. Concrete shall not be placed until such errors and associated drainage problems are resolved. B. Form depth shall equal the full depth of concrete to be placed. C. Forms shall be smooth and true on the side placed next to the concrete and the upper edge. D. Forms shall be rigid enough to withstand the pressure of fresh concrete without distortion. E. Assemble forms to permit easy stripping and dismantling without damaging concrete. F. Forms shall be held rigidly in place by stakes. Clamps, spreaders and braces shall be used where required to ensure rigidity in the forms. G. Placement of stakes, clamps, spreaders and braces shall not interfere with the operation of the float. H. Benders or thin plank forms shall be used on curves, grade changes and curb returns. Back forms for curb returns may be made of'A" thick benders cleated together for the full depth of the curb. I. Place joint filler vertical in position, in straight lines. Secure to form work during concrete placement. J. Forms shall be thoroughly cleaned and coated with form oil or other approved bond breaker before concrete is placed. K. The front form on curbs shall be removed not less than one hour nor more than six hours after the concrete is placed. 2021 STREET IMPROVEMENTS PORTLAND CEMENT CONCRETE 02751-6 L. Smooth dowel bars shall be placed, as required in the detail drawings, in the forms at each expansion and construction joint. Half the length of the dowel shall be coated with lead or tar paint or other approved bond breaker. M. Dowels shall be assembled in dowel baskets or other approved assembly such that they may be set level and parallel to one another and the length of the slab. Dowel basket assemblies must be anchored to the subgrade or base, as appropriate,to prevent movement during placement of concrete. Placement tolerance for dowels shall be as specified in CDOT Standard Plans M-412-1. N. In no case shall forms be removed while concrete is sufficiently plastic to slump. 3.4 PLACING CONCRETE A. Place concrete in accordance with CDOT 601.12 and as specified herein. B. Ensure reinforcement, inserts, embedded parts, and formed joints are not disturbed during concrete placement. C. Place concrete continuously over the full width of the panel and between predetermined construction joints. Do not break or interrupt successive pours such that cold joints occur. D. Compact with immersion-type vibrators. E. Remove forms and other surface projections where exposed to view. F. Screen and float exposed slabs to uniform texture and color. G. Broom finish exposed slabs and walks. H. Protect from loss of moisture for seven days or more with membrane curing compound. I. Apply epoxy grout only to clean, dry, sound surfaces. Mix and place according to manufacturer's instructions. J. Place expansion joints at 20 foot intervals. Align curb, gutter, and sidewalk joints. K. Place joint filler between paving components and building or other appurtenances 3.5 FIELD QUALITY CONTROL A. The top and face of finished curb and top and edge of finished gutter,pans, walks and slabs shall be true and straight, of uniform width, and free from humps, sags or other irregularities. A straight edge ten feet long laid on the top, edge or face shall not vary more than 0.01 foot from the straight edge except at grade breaks or curves. B. Four concrete test cylinders will be taken for every 100 cubic yards or fraction thereof (at least one test each day). C. One slump and air content test will be taken for each set of test cylinders. 2021 STREET IMPROVEMENTS PORTLAND CEMENT CONCRETE 02751-7 D. Maintain records of placed concrete items. Record date, location of pour, quantity, air temperature, and test samples taken. E. CONTRACTOR shall clean all discolored concrete at his expense. The ENGINEER may approve abrasive blast cleaning or other method, as appropriate. Concrete that cannot be satisfactorily cleaned shall be removed and replaced as required by the ENGINEER at the CONTRACTOR's expense. F. If the ENGINEER finds the materials furnished, work performed, or the finished product does not conform with the Contract but that reasonably acceptable work has been produced, the ENGINEER will determine the extent the work will be accepted and remain in place. If accepted the ENGINEER will (1) document the basis for acceptance by the Contract Modification Order which will provide for an appropriate reduction in the Contract price for such work or materials not otherwise provided for in CDOT Standard Specifications for Roads and Bridges 2017, Section 105 or (2) notify the CONTRACTOR in writing that the Contract unit price will be reduced in accordance with CDOT Standard Specifications for Roads and Bridges 2017, Section 105 when P is 25 or less, or (3) in lieu of price reduction, permit correction or replacement of the finished product provided the correction or replacement does not adversely affect the work. 3.6 CURING AND PROTECTION A. Protect pavement from premature drying, excessive hot or cold temperatures, and mechanical injury at all times. B. When the ambient temperature is below 35°F the CONTRACTOR shall maintain the concrete temperature above 50°F during the curing period. It shall be the CONTRACTOR's responsibility to determine for himself the necessity for undertaking protective measures. C. Curing shall begin as soon as the concrete has hardened sufficiently to prevent damage to the surface or finish. D. Do not permit pedestrian traffic for 3 days minimum and vehicular traffic for 7 days or until 80 percent design strength of concrete has been achieved after finishing. CONTRACTOR shall adequately barricade using CDOT Type 2 or 3 barriers and otherwise protect the site as necessary to prevent such traffic. E. Fresh concrete shall be monitored continuously until hardened sufficiently to prevent graffiti, tracks, etc. Damaged sections shall be replaced at the CONTRACTOR's expense. END OF SECTION 2021 STREET IMPROVEMENTS PORTLAND CEMENT CONCRETE 02751-8 SECTION 32 3113.30 TENNIS COURT EQUIPMENT PART 1 —GENERAL 1.01 SCOPE OF WORK A. The contract work to be performed under this section consist of furnishing all required labor, materials, equipment, implements, parts and supplies necessary for, or appurtenant to, sport court equipment in accordance with these specifications. 1.02 WARRANTY A. Contractor shall guaranty that all materials and workmanship incorporated into the project will be of new quality and free from defects, and that all work will be installed as specified and drawn, and in conformance with the project documents. Any material or workmanship found to be defective or out of specification will be replaced, at the sole cost of the contractor, for a period of one (1) year from date of acceptance. PART 2 —PRODUCTS- Douglas Industries- 3441 S. llth Ave., Eldridge, IA 52748 800-553- 8907 or Approved Equal 2.01 TENNIS COURT NET POSTS A. Douglas Premier XS, 2 7/8" OD round posts 8-gauge steel. Posts shall have chrome plated drive gears and a continuous lacing rod. Ground sleeves to be schedule 40 PVC pipe or galvanized steel. 2.02 TENNIS NETS A. Douglas TN-36DMT net with 2-ply vinyl-coated polyester headband, weight 65 oz., 20oz/sq.yd., 3.5mm braided polyethylene netting with 13/4" mesh. Top six rows shall have double netting and net cable shall be 1/4" diameter by 47' for tennis courts. 2.03 CENTER STRAPS A. Douglas Classic Center Strap. Strap is 2" wide, white polyester webbing with adjustable buckle and a double-ended snap hook. 32 3113.30-1 TENNIS COURT EQUIPMENT TOWN OF AVON-DECEMBER 3,2021 2.04 CENTER STRAP ANCHOR A. Douglas 1 7/8" OD tubular anchor pipe, galvanized inside and out. One end will be flattened for anchorage into concrete foundation. A 5/16" OD anchor pin will be fastened through pipe near the top of the anchor. 2.05 WINDSCREEN AS SHOWN ON SHEET #4 AND #5 A. Douglas OMP Polypro Plus Premium Windscreens in 6' to 9' tall heights either green or black in color. Owners will specify height and color upon acceptance. Fastening grommets to be 18" on center with center with anti-billow tabs and fastening grommets at mid-height. All 9' tall windscreen to have AVR Air Vents 10' on center. PART 3 - EXECUTION 3.01 NET POSTS —TENNIS COURTS A. Net post sleeves for tennis courts will be set in concrete foundations, 12" diameter x 24" deep for a post-tensioned concrete slab. Net posts to be located per the drawings and in conformance with the American Sports Builders Association and USTA specifications. Net post sleeves to be set flush with finished grade and 42 feet apart to the middle of ground sleeves. Net Posts height shall be set at 42" to top of the post from finished grade of the tennis court. 3.03 CENTER STRAP ANCHORS A. Center strap anchor will be set in 8" diameter x 12" deep concrete foundations flush with finished grade. Center strap anchor to be installed in the middle of the net posts. 3.04 NETS A. Tie net flush against net posts at 42"high with lacing twine for tennis courts. 3.05 CENTER STRAPS A. Loop center strap around net, hook into anchor, and tighten so that the net is thirty-six inches (36") high from the top of finished grade in the center of the tennis court. 32 3113.30-2 TENNIS COURT EQUIPMENT TOWN OF AVON-DECEMBER 3,2021 3.06 WINDSCREENS A. Windscreens are installed straight and even with limited amount of wrinkles. The top, bottom, sides and center anti-billowing tabs to be fastened and secured on grommets with 120 lbs. tie wraps. END OF SECTION 32 3113.30 32 3113.30-3 TENNIS COURT EQUIPMENT TOWN OF AVON-DECEMBER 3,2021 SECTION 32 1823.54 ACRYLIC COLOR SURFACING FOR POST-TENSIONED CONCRETE TENNIS & PICKLEBALL COURTS PART I— GENERAL 1.01 SCOPE OF WORK A. The contract work to be performed under this section consists of furnishing all required labor, materials, equipment, implements, parts and supplies necessary for the colored/texture surfacing of sports courts (tennis, pickleball, or basketball courts) constructed with proper slope for positive drainage in accordance with these specifications. 1.02 QUALITY ASSURANCE A. Work is to be performed by contractor with a minimum of six (6) similar, successfully completed projects within the past two (2) years. Contractor will be a builder member of the American Sports Builders Association and will have a Certified Tennis Court Builder on staff. The color surfacing foreman will be a Certified Installer of the color coating manufacturer. All surface coatings shall be supplied from a single manufacturer. 1.03 REFERENCES A. Post Tensioning Institute (PTI) B. American Concrete Institute (ACI) C. United States Tennis Association (USTA) D. American Sports Builders Association (ASBA) E. International Tennis Federation(ITF) 1.04 SUBMITTAL A. Manufacturer specifications for components, color chart and installation instructions. B. Authorized Applicator Certificate from the surface system manufacturer. C. ITF Pace Classification Certificate for the system to be installed. D. Reference list from the installer of at least 6 projects of similar scope completed in the past 2 years. E. Current Material Data Safety Sheets (MSDS). F. Product Substitution: If other than the product specified, the contractor shall submit at least 7 days prior to bid date a complete type written list of proposed substitutions with enough data, drawings, samples and literature to demonstrate to the architect/engineer's satisfaction that the proposed substitution is of equal 32 1823.54-1 ACRYLIC COLOR SURFACING FOR POST-TENSIONED CONCETE TENNIS&PICKLEBALL COURTS TOWN OF AVON-DECEMBER 3,2021 quality and utility to that originally specified. Information must include a QUV test of at least 1000 hours illustrating the UV stability of the system. Test method is similar to ASTM G154. The color system shall have an ITF pace rating in Category 3 (medium-fast). Under no circumstances will systems from multiple manufacturers be considered. 1.05 LIMITATIONS FOR APPLICATION OF SURFACING A. Application temperature shall be a minimum of 50°F in direct sunlight with no shade. Do not apply coatings if temperatures are at or below 50°F at night. The surface temperature shall not exceed 140°F. Do not apply when surface is wet or if rain is imminent or forecasted. Keep all coatings from freezing. Do not store in direct sunlight for an extended period. Containers shall be closed when not in use. 1.06 WARRANTY A. Contractor shall guaranty that all materials and workmanship incorporated into the project will be of new quality and free from defects, and that all work will be installed as specified and drawn, and in conformance with the project documents. Any material or workmanship found to be defective or out of specification will be replaced, at the sole cost of the contractor, for a period of one (1) year from date of acceptance. PART 2 — PRODUCTS 2.01 MANUFACTURER A. RSS Color Coatings - 775 Canosa Court, Denver, CO 80204 (800) 738-8106 or approved equal. 2.02 ADHESIVE PRIMERS AND SEALERS A. Adhesion Primers - RSS Concrete Sealer and RSS Latex Concrete Primer- RSS Concrete Sealer is undiluted and RSS Latex Concrete Primer is mixed 1 gallon of RSS Latex to 4 gallons of clean potable water(1:4). 2.03 PATCHING MIX A. Patching Mix - RSS Rhino Patch Binder. RSS Rhino Patch Binder is mixed three (3) gallons of RSS Latex Patch Binder, one (1) gallon of Portland Cement Type 1 or 2 and 100 lbs. of Silica Sand. 2.04 CRACK SEAL A. Crack Seal - RSS Epoxy Crack Seal or Rhino Crack Filler. The RSS Epoxy Crack Seal is mixed as a two (2) Parts Component A and one (1) Part 32 1823.54-2 ACRYLIC COLOR SURFACING FOR POST-TENSIONED CONCETE TENNIS&PICKLEBALL COURTS TOWN OF AVON—DECEMBER 3,2021 Component B. Rhino Crack Filler is mixed 3 gallons of RSS Latex Patch Binder, one (1) gallon of Portland Type 1 or 2 Cement and 100 lbs. of silica sand. 2.05 ACRYLIC RESURFACER A. Acrylic Resurfacer - RSS Acrylic Resurfacer. RSS Acrylic Resurfacer is mixed with 55 gallons of RSS Acrylic Resurfacer, 400 to 500 lbs. of Washed White Silica Sand and 20-28 gallons of clean potable water. 2.06 ACRYLIC COLOR PLAY SURFACE A. Acrylic Color Play Surface - RSS Acrylic Color or approved equal. The RSS Acrylic Color to provide an ITF Pace Rating Category 3 (medium-fast) tennis surface which consists of two (2) coats (3 coats maybe required depending on the concrete finish) of the following mixture as follows. 55 gallons of RSS Acrylics Color Concentrate, 400 lbs. of Washed White Silica Sand (40-70 mesh) and 20 to 28 gallons of clean potable water. **Factory Fortified RSS Color Coatings are available for all colors if specified** 2.07 TAPE SEALER AND TEXTURED LINE PAINT A. Play Lines- RSS Tape Sealer and RSS Textured Line Paint. Lines shall be accurately located and marked. Lines shall be primed first with one (1) coat of RSS Tape Sealer to ensure crisp edges. Playing lines shall be two (2") wide and painted using RSS Textured White Line Paint. PART 3 - EXECUTION 3.01 SURFACE PERPARATION A. Prior to the surfacing applications, the courts shall be thoroughly cleaned by pressure washing to remove all dirt and debris. B. Cracks and rock holes (if applicable) will be cleaned of debris and filled full depth and level with the playing surface using RSS Epoxy Crack Seal or RSS Rhino Crack Filler. Refer to Section 2.04. RSS Rhino Crack Filler shall be ground smooth to court surface prior to the application of RSS Acrylic Resurfacer. RSS Epoxy Crack Seal shall have silica sand broadcast into wet mixture to provide texture. C. Flood the courts and after a one (1) hour wait in direct sunlight with temperatures seventy (70) degrees and rising. Any areas of standing water remaining that cover a US Nickle shall be patched with RSS Rhino Patch Binder. Areas to receive patches shall be primed first with a mixture of one (1) 32 1823.54-3 ACRYLIC COLOR SURFACING FOR POST-TENSIONED CONCETE TENNIS&PICKLEBALL COURTS TOWN OF AVON-DECEMBER 3,2021 gallon of RSS Latex Concrete Primer to four (4) gallons of water. Refer to Section 2.02. Reflood patches to ensure compliance. Light misting with water on the edges to feather out is allowed as needed to maintain workability. 3.02 CONCRETE SEALER AND LATEX CONCRETE PRIMER A. One (1) coat of RSS Concrete Sealer shall be applied over the concrete with a sprayer. When the sealer coat has dried and cured apply one (1) coat of RSS Latex Concrete Primer using one gallon of Latex mixed with four (4) gallons of clean potable water. Refer to Section 2.02. Apply with a rubber bladed squeegee to aid in the mechanical bonding of the RSS Coating System to the concrete substrate. Apply the first coat of RSS Acrylic Resurfacer while Latex Primer Coat is tacky to the touch. Refer to Section 2.05. Care should be taken not to leave any puddles of material. 3.03 ACRYLIC RESURFACER A. In order to provide a smooth underlayment for RSS Color Coating Systems one (1) coat of RSS Acrylic Resurfacer shall be applied over each court. Refer to Section 2.05 for mixture instruction. The mixture will be agitated in a paddled mortar mixer or in drums to provide a consistent and homogeneous solution. The acrylic resurfacer coat shall provide a uniform surface with no ridges. 3.04 ACRYLIC COLOR A. Two (2) coats of color mixture, three (3 coats may be required depending on concrete texture) will be agitated in a paddled mortar mixer or drum to provide a consistent and homogeneous solution. The mixture will be applied over the entire court surface using a rubber-tipped squeegee in two separate applications with enough drying time allowed between coats per mix ratio stated in Section 2.06. The finished color surface is to be free of ridges and shall have a uniform appearance. 3.05 PLAYING LINES A. All lines will be painted first with one (1) coat of RSS Tape Sealer to provide a uniform crisp line. Once the Tape Sealer has dried apply one (1) coat of RSS White Textured Line Paint two inch (2") wide which shall be accurately located and marked by snapping a chalk line and placing one inch (1") masking tape guides using a line taper. All lines shall conform to USTA Specifications for doubles play. 32 1823.54-4 ACRYLIC COLOR SURFACING FOR POST-TENSIONED CONCETE TENNIS&PICKLEBALL COURTS TOWN OF AVON-DECEMBER 3,2021 3.06 PROTECTION A. Erect temporary barriers to protect coatings during drying and curing if needed. B. Lock gates to prevent use or entry until acceptance by the owner's representative. 3.07 CLEAN UP A. Remove all containers, surplus materials and debris. Dispose of materials in accordance with local, state and federal regulations. B; Leave site in a clean orderly condition. END OF SECTION 32 1823.54 32 1823.54-5 ACRYLIC COLOR SURFACING FOR POST-TENSIONED CONCETE TENNIS&PICKLEBALL COURTS TOWN OF AVON-DECEMBER 3,2021 SECTION 32 3113.32 BASKETBALL COURT EQUIPMENT PART 1 —GENERAL 1.01 SCOPE OF WORK A. The contract work to be performed under this section consist of furnishing all required labor, materials, equipment, implements, parts and supplies necessary for, or appurtenant to, sport court equipment in accordance with these specifications. 1.02 WARRANTY A. Contractor shall guaranty that all materials and workmanship incorporated into the project will be of new quality and free from defects, and that all work will be installed as specified and drawn, and in conformance with the project documents. Any material or workmanship found to be defective or out of specification will be replaced, at the sole cost of the contractor, for a period of one (1) year from date of acceptance. 1.03 REFERENCES A. United States Tennis Association (USTA) B. American Sports Builders Association (ASBA) C. International Tennis Federation(ITF) PART 2 — PRODUCTS 2.01 MANUFACTURER A. Douglas Industries- 3441 S. llth Ave., Eldridge, IA 52748 800-553-8907 or Approved Equal 2.02 BASKETBALL COURT BACKBOARD SYSTEM A. Douglas Gooseneck In-Ground System—4 foot gooseneck pole (4 1/2" diameter) and 4.5 FAL — item # 69440 Fan Shaped Aluminum Backboard and Dura Goal I system or Approved Equal. 32 3113.32-1 BASKETBALL COURT EQUIPMENT TOWN OF AVON-DECEMBER 3,2021 PART 3 - EXECUTION 3.01 BASKETBALL BACKBOARD SYSTEM A. The gooseneck pole shall be set in concrete the foundations - 24" diameter x 48" deep and located as shown on the construction plans. The pole will be set in the concrete foundation and at the required height and the backboard will be attached to the gooseneck as per manufacturers specifications. END OF SECTION 32 3113.32 32 3113.32-2 BASKETBALL COURT EQUIPMENT TOWN OF AVON-DECEMBER 3,2021 SECTION 32 3113.27 GALVANIZED CHAIN LINK FENCING PART I —GENERAL 1.01 SCOPE OF WORK A. The contract work to be performed under this section consist of furnishing all required labor, materials, equipment, implements, parts and supplies necessary for, or appurtenant to, the fencing of play courts in accordance with these specifications. 1.02 QUALITY ASSURANCE A. Work is to be performed by contractor with a minimum of six (6) similar, successfully completed projects within the past two (2) years. Contractor will be a builder member of the American Sports Builders Association and will have a Certified Tennis Court Builder on staff. 1.03 REFERENCES A. Refer to SECTION 32 1313.20 POST-TENSIONED CONCRETE FOR TENNIS FOR TENNIS COURTS for foundation requirements. Typical foundation for concrete courts is 12" diameter x 22" depth. See design drawings for specific foundation requirements. B. United States Tennis Association (USTA) C. American Sports Builders Association (ASBA) D. International Tennis Federation(ITF) 1.04 SUBMITALS A. Submit specifications on all materials to be used for the fencing project to be approved by owner or owner's representative. 1.05 WARRANTY A. Contractor shall guaranty that all materials and workmanship incorporated into the project will be of new quality and free from defects, and that all work will be installed as specified and drawn, and in conformance with the project documents. Any material or workmanship found to be defective or out of specification will be replaced, at the sole cost of the contractor, for a period of one (1) year from date of acceptance. 32 3113.27-1 GALVANIZED CHAIN LINK FENCING TOWN OF AVON TENNIS,PICKLEBALL&BASKETBALL, COURT-DECEMBER 3,2021 PART 2 —PRODUCTS 2.01 FENCE HEIGHT A. The height of fence shall be 10 feet or as specified on the design drawings or owner. 2.02 FENCE FABRIC A. The fence fabric shall be 9-gauge galvanized after weaving (gaw) chain link fabric which having a minimum zinc coating of 1.2 oz per square foot with 55 mm links. The breaking strength for 9-gauge fabric is 1290 pounds. Top and bottom selvage of the fabric shall be knuckled with 1 3/4" mesh. The fabric shall meet ASTM A392. 2.03 METHOD OF MANUFACTURING FOR FENCE FRAMWORK A. Pipe used for fence framework shall be LG40 cold rolled and radio frequency welded from steel conforming to ASTM F1043 Group IC/1C-1, Class 1. The exterior surface shall be given a hot dip zinc coating of 1.0 oz./ft, followed by an intermediate conversion coating 30 micrograms/in. which inhibits white rust and then finished with a clear polymer coating .5mils. The interior surface shall have a 90% zinc-rich interior coating. The zinc coating shall conform to ASTM A525. B. All gate posts shall be two and seven-eighths inch outside diameter 2 7/8"OD with a wall thickness of .160" and a weight of 4.64 lb./ft. and a minimum yield strength of 50,000 psi. C. All line and terminal posts shall be two and seven-eighths inch outside diameter 2 7/8"OD with a wall thickness of 0.160" and a weight of 4.64 lb./ft. or 4" OD with a wall thickness of 0.200"and a weight of 6.00 lb./ft. and a minimum yield strength of 50,000 psi. See design drawings for specific size of posts. D. Top, middle and or bottom rails shall be one and five-eighths inch outside 1 5/8" OD with a wall thickness of 0.111" and a weight of 1.84 lbs./ft. and a minimum yield strength of 50,000 PSI 2.04 ACCESSORIE A. Fabric Ties: 11-gauge galvanized steel tie wire to fasten fabric to framework. B. Tension wire: 7-gauge coil spring tension wire. Tension wire shall be attached to fabric bottom with 9-gauge galvanized hog rings. C. Tension Bands and Brace Bands: 2 7/8"regular type, pressed steel with nuts and bolts—non-beveled type. D. Eye Tops: 1 5/8"X 2 7/8" standard type,pressed steel. E. Terminal Post Caps: 2 7/8", or 4"pressed steel to match post size. 32 3113.27-2 GALVANIZED CHAIN LINK FENCING TOWN OF AVON TENNIS,PICKLEBALL&BASKETBALL, COURT-DECEMBER 3,2021 F. Sleeves: 7" long, galvanized steel. G. Tension Bars: 3/16" x 3/4" galvanized steel. H. Line Rail Clamps: 1 5/8" x 2 7/8" for middle and bottom rail. I. Rail Ends: 1 5/8"pressed steel. J. All fittings to be galvanized coated finish. 2.05 GATES A. Construct gate frames with 1 5/8" O.D. rail material with welded corners. Provide fabric filler same as used in fence and use heavy duty galvanized hardware with lockable latches. All gate frames to be galvanized coated finish 2.06 CONCRETE MIX DESIGN A. The concrete shall have a compressive strength of not less than 4000 PSI after twenty-eight (28) days. Ready-mixed concrete shall be mixed and delivered according to ASTM C-94 specifications for ready-mixed concrete with a five-inch (5") maximum slump. Mix design as follows: cement - type I/II, six sack unit weight - 142.3 lbs. per cubic foot, air entrainment— 6.0% (+/- 1%), water/cement ratio - 0.49 or less PART 3 - EXECUTION 3.01 WORKMANSHIP A. The complete fence shall be plumb, both in line and transverse to the fence, straight and rigid with fabric tightly stretched and held firmly in place. Details of construction not specified shall be performed in keeping with standard good fencing practices. Bottom of chain link shall hang one inch (1.0" +/-) from top of tennis court surface. 3.02 FENCE POSTS A. Space all fence posts shall not be more than ten feet (10') apart and set in concrete foundations a minimum of 10"below the bottom of the perimeter beam (22" deep total) and not less than 12" in diameter. See design drawing for alternate foundation dimensions. 3.03 RAIL A. Install rails as shown on the drawings. Set rails as nearly parallel to the finish grade as possible and at the specified height of the fence. 3.04 FABRIC 32 3113.27-3 GALVANIZED CHAIN LINK FENCING TOWN OF AVON TENNIS,PICKLEBALL&BASKETBALL, COURT-DECEMBER 3,2021 A. Fabric to be stretched taught to where there is no movement in the mesh when compressed. Top rail and bottom rail ties to be 12" on center. Posts ties are to be 12" on center. Provide a minimum of six (6) ties for every 10' of rail and one (1) tie to each foot of post height. Ties for bottom tension wire shall be made with 9- gauge galvanized hog rings shall be spaced apart with (6) rings per ten feet 10' of tension wire. 3.05 TENSION BAND A. Provide one (1) tension band for every foot 1' of fabric height and a minimum of (8) bands for a 10' tall fence and(3)bands for a 42" tall fence. 3.06 GATES A. Gates shall hang plumb and true and swing easily in either direction with no interference. Install with lockable fork latches. END OF SECTION 32 3113.27 32 3113.27-4 GALVANIZED CHAIN LINK FENCING TOWN OF AVON TENNIS,PICKLEBALL&BASKETBALL, COURT-DECEMBER 3,2021 SECTION 32 3113.31 PICKLEBALL COURT EQUIPMENT PART 1 —GENERAL 1.01 SCOPE OF WORK A. The contract work to be performed under this section consist of furnishing all required labor, materials, equipment, implements, parts and supplies necessary for, or appurtenant to, pickleball court equipment in accordance with these specifications. 1.02 WARRANTY A. Contractor shall guaranty that all materials and workmanship incorporated into the project will be of new quality and free from defects, and that all work will be installed as specified and drawn, and in conformance with the project documents. Any material or workmanship found to be defective or out of specification will be replaced, at the sole cost of the contractor, for a period of one (1) year from date of acceptance. PART 2 —PRODUCTS- Douglas Industries- 3441 S. 11th Ave., Eldridge, IA 52748 800-553- 8907 or Approved Equal 2.01 PICKLEBALL COURT NET POSTS A. Douglas Premier XS Round, 2 7/8" OD posts 8-gauge steel. Posts shall have chrome plated drive gears and a continuous lacing rod. Ground sleeves to be schedule 40 PVC pipe or galvanized steel. 2.02 TENNIS NETS A. Douglas JTN-30 net with 2-ply vinyl-coated polyester headband, weight 65 oz., 20oz/sq.yd., 3.5mm braided polyethylene netting with 13/4" mesh and net cable shall be 1/4" diameter by 22' long for pickleball courts. 2.03 CENTER STRAPS A. Douglas Deluxe Center Strap. Strap is 2" wide, white polyester webbing with adjustable buckle and a double-ended snap hook. 2.04 CENTER STRAP ANCHOR 32 3113.31-1 PICKLEBALL COURT EQUIPMENT TOWN OF AVON PICKLEBALL COURTS-DECEMBER 3,2021 A. Douglas 1 7/8" OD tubular anchor pipe, galvanized inside and out. One end will be flattened for anchorage into concrete foundation. A 5/16" OD anchor pin will be fastened through pipe near the top of the anchor. 2.05 WINDSCREEN (IF SPECIFIED) A. Douglas OMP Polypro Plus Premium Windscreens in 6' tall heights either green or black in color. Owners will specify height and color upon acceptance. Fastening grommets to be 18" on center with center with anti-billow tabs and fastening grommets at mid-height. PART 3 - EXECUTION 3.01 NET POSTS —PICKLEBALL COURTS A. Net post sleeves for pickelball courts will be set in concrete foundations, 12" diameter x 24" deep for a post-tensioned concrete slab. Net posts to be located per the drawings and in conformance with the American Sports Builders Association and USTA specifications. Net post sleeves to be set flush with finished grade and 22' feet apart to the front of ground sleeves. Net Posts height shall be set at 36"to top of the post from finished grade of the court. 3.03 CENTER STRAP ANCHORS A. Center strap anchor will be set in 8" diameter x 12" deep concrete foundations flush with finished grade. Center strap anchor to be installed in the middle of the net posts. 3.04 NETS A. Tie net flush against net posts at 36" high at net posts with lacing twine for pickleball courts. 3.05 CENTER STRAPS A. Loop center strap around net, hook into anchor, and tighten so that the net is thirty-four inches 34" high from the top of finished grade in the center of the court. 3.06 WINDSCREENS A. Windscreens are installed straight and even with limited number of wrinkles. The top, bottom, sides and center anti-billowing tabs to be fastened and secured on grommets with 120 lbs. tie wraps. END OF SECTION 32 3113.31 32 3113.31-2 PICKLEBALL COURT EQUIPMENT TOWN OF AVON PICKLEBALL COURTS-DECEMBER 3,2021 SECTION 32 1313.21 POST-TENSIONED CONCRETE OVERLAY FOR TENNIS, PICKLEBALL & BASKETBALL COURTS PART I—GENERAL 1.01 SCOPE OF WORK A. The contract work to be performed under this section consists of furnishing all required labor, materials, equipment, implements,parts and supplies necessary for, or appurtenant to, the construction of a five-inch (5") thick post-tensioned concrete slab overlay on existing tennis, pickleball &basketball courts. 1.02 QUALITY ASSURANCE A. Work is to be performed by contractor with a minimum of six (6) similar, successfully completed projects within the past two (2) years. Contractor will be a builder member of the American Sports Builders Association and will have a Certified Tennis Court Builder on staff Contractor shall be a member of the Post- Tensioning Institute (PTI). Installing foreman shall be certified by the Post- Tensioning Institute (PTI) as a Level 1 installer and all work to be supervised by a PTI Certified Level 2 Inspector. B. To eliminate potential liabilities of construction,the contractor or subcontractor for the post-tension slab shall assure single-source responsibility by completing all work with his own forces (no part of the work to be subcontracted) to include fine grading, construction, tendon placing, concrete placement and tendon stressing. 1.03 REFERENCES A. ASTM A—416—Unbonded post-tensioning tendons ASTM C— 95 —Portland Cement 1.04 SUBMITTAL A. Contractor to provide the following documentation 1. Concrete mix design 2. Cable elongation records following final stress operations. 1.05 WARRANTY A. Contractor shall guaranty that all materials and workmanship incorporated into the project will be of new quality and free from defects, and that all work will be installed as specified and drawn, and in conformance with the project documents. Any material or workmanship found to be defective or out of specification will be 32 1313.21-1 POST-TENSIONED CONCRETE OVERLAY FOR TENNIS,PICKLEBALL&BASKETBALL COURTS TOWN OF AVON-DECEMBER 3,2021 replaced, at the sole cost of the contractor, for a period of two(2) years from date of acceptance. PART 2 —PRODUCTS 2.01 FINE GRADE MATERIALS A. Fine grading material to be a free draining, loosely compactable material, such as structural fill or crusher fines capable of a consistent uniform plane. 2.02 POLYETHYLENE SHEETING A. Site specific poly sheeting may be required for retarding vapor emissions or reduce friction for proper compression of post tensioned slab. A minimum of one layer of 15-millimeter sheeting shall be installed and all seams are to be taped together. 2.03 TENSIONING CABLES AND ANCHORS A. Post-tensioning strands and anchorages shall conform to the "PTI Guide specifications for Post-Tensioning Materials." B. The tensioning strands shall consist of one-half inch (1/2") diameter, 7-wire, stress relieved strands, having a guaranteed ultimate tensile strength of 270,000 psi (270 Kips). Strands shall conform to ASTM-416. Cables shall be fabricated to proper length for each slab, coated with a permanent rust preventative lubricant and encased in plastic slippage sheathing 50 millimeters. All breaks in the sheathing shall be repaired with tape prior to concrete placement. A maximum of twelve inches (12") exposed strands is permitted at the dead-end anchor. C. A maximum horizontal deviation of+/- 6"at each cable is allowed, and a maximum vertical deviation of+/- 1/2" is allowed. 2.04 CONCRETE MIX DESIGN A. The concrete shall have a compressive strength of not less than 4000 PSI after twenty- eight (28) days. Ready-mixed concrete shall be mixed and delivered according to ASTM C-94 specifications for ready-mixed concrete with a five-inch (5") maximum slump. Mix design as follows: cement- type I/II, six sack unit weight- 142.3 lbs.per cubic foot, air entrainment—6.0%(+/- 1%),water/cement ratio-0.49 or less. PART 3 —EXECUTION 3.01 SELECTIVE DEMOLITION A. Remove all fencing and posts with concrete foundations, all net posts and concrete foundations,retaining walls between courts#2&#3 and courts#4&#5,basketball posts and foundation and any other interior structures. Saw cut and remove the asphalt from 18" to 30" as shown on sheet #2, #3 & 3A from the outside of the 32 1313.21-2 POST-TENSIONED CONCRETE OVERLAY FOR TENNIS,PICKLEBALL&BASKETBALL COURTS TOWN OF AVON-DECEMBER 3,2021 asphalt edge. Dispose of all waste materials in accordance with local, state and federal guidelines. 3.02 FINE GRADING A. From the existing surface of the asphalt courts, fine grading will be accomplished with the use of laser-guided machinery, capable of providing a true plane to a tolerance of plus or minus one-quarter inch (1/4" +/-). Average compacted depth of fine grade material to be approximately (2"). If required by the site, place a minimum of one layer of 15-millimeter sheeting on top of the fine grade material with all seams taped together with a minimum of(6") of overlap on each panel. 3.03 FORMING A. Forms shall be accurately set to the lines and to plus or minus one-quarter inch(1/4" +/-) of finished grades indicated on drawings and be securely staked to prevent settlement or movement during placement of concrete. Forms shall remain until concrete has set to a minimum of 1,700 PSI. 3.04 TENSIONING CABLES AND ANCHORS A. All cables shall be supported on chairs and loosely tied two inches (2") high at all intersections (too tightly tied, tendon friction will increase when tensioning) to prevent vertical and horizontal movement during concrete placement. Strands shall be placed as directed by engineer or at a minimum every 2'6" on center for lengths over 100' and 3'4" for lengths under 100' all within +/-6". Tendon spacing design to achieve a minimum of 125 P/A (pressure/area). B. The perimeter beam cross section is shown on section A-A, Al-Al, B-B & C-C on sheets S8 and S8-A. Cable ends are to be anchored approximately (4") below surface of the slab. One continuous #4 rebar 60 grade longitudinally around the court beam directly inside the cable anchor on the top and additional rebar at the fence posts as shown on section B-B on sheet #8. Overlapping should be a minimum of 30 bar diameters. C. After forms are removed and the concrete has set to a minimum of 1,700 PSI, the "half stress" tensioning procedure may be applied to restrict movement and cracking. Approximately one (1) week later when concrete has reached minimum strength of 2,700 PSI, each tendon may be final stressed to a maximum of 80% ultimate breaking strength and anchored at a minimum of seventy (70%) ultimate breaking strength. Ultimate Breaking Strength 80% 70% 41,300 psi 33,000 psi 28,900 psi D. Cable elongation records shall be accurately kept by the contractors Certified PTI Inspector and provided to the owner and design engineer 32 1313.21-3 POST-TENSIONED CONCRETE OVERLAY FOR TENNIS,PICKLEBALL&BASKETBALL COURTS TOWN OF AVON-DECEMBER 3,2021 E. Measured elongation shall be compared to calculated elongation to assure specified tension. Cable elongation to be within+/- 10% of calculated elongation. F. Following confirmation of elongation,the cable ends shall be cut off and cone holes grouted flush with edge of slab. Grout shall be non-shrink grout. 3.05 CONCRETE PLACEMENT A. There will be 3 separate pours as shown on sheet #S6, #S7 and #S7-A of the drawings. Each pour shall be placed in one (1) continuous operation without intervening joints of any kind. The five inch (5") thick slab will be placed either with a laser-screed device capable of providing a surface tolerance to within+/- 1/4" when measured under a 10' straightedge or by using a mechanical screed capable of spanning a minimum of the width of a single court. Court slope will have a minimum of .83% to 1% maximum cross slope on one true plane with no grade breaks as shown on sheet #S4, #S5 and #S5-A. Contractor to provide enough manpower to ensure the uniform distribution of concrete ahead of the screed and will not allow substantial build-up of concrete on leading edge of screed. B. Concrete to be placed in accordance with ACI specifications for Hot Weather and Cold Weather placement. Concrete reaching 90 minutes past batching time prior to placement will be rejected. 3.06 CONCRETE FINISHING A. Following dissipation of bleed water from surface of concrete, finishing operations can begin. Concrete to be finished by any means to provide for a planar surface, free from ridges and depressions. Concrete shall have a pan or a light to medium broom finish to achieve mechanical bond per acrylic coating manufacturers recommendations for the tennis & pickleball courts. The owner shall provide the required finishing for the basketball courts. Edges shall be finished with '/2"radius edger. 3.07 CONCRETE CURING A. Immediately after finishing, the concrete shall be cured in accordance with acrylic coating manufacturers recommendations. END OF SECTION 32 1313.21 32 1313.21-4 POST-TENSIONED CONCRETE OVERLAY FOR TENNIS,PICKLEBALL&BASKETBALL COURTS TOWN OF AVON-DECEMBER 3,2021 SECTION 32 3113.28 VINYL-CLAD CHAIN LINK FENCING PART 1 —GENERAL 1.01 SCOPE OF WORK A. The contract work to be performed under this section consist of furnishing all required labor, materials, equipment, implements, parts and supplies necessary for, or appurtenant to, the fencing of tennis courts in accordance with these specifications. 1.02 QUALITY ASSURANCE A. Work is to be performed by contractor with a minimum of six (6) similar, successfully completed projects within the past two (2) years. Contractor will be a builder member of the American Sports Builders Association and will have a Certified Tennis Court Builder on staff. 1.03 REFERENCES A. Refer to SECTION 32 1313.20 POST-TENSIONED CONCRETE FOR TENNIS FOR TENNIS COURTS for foundation requirements. Typical foundation for concrete courts is 12" diameter x 22" depth. See design drawings for specific foundation requirements. 1.04 SUBMITALS A. Submit specifications on all materials to be used for the fencing project to be approved by owner or owner's representative. 1.05 WARRANTY A. Contractor shall guaranty that all materials and workmanship incorporated into the project will be of new quality and free from defects, and that all work will be installed as specified and drawn, and in conformance with the project documents. Any material or workmanship found to be defective or out of specification will be replaced, at the sole cost of the contractor, for a period of one (1) year from date of acceptance. PART 2 — PRODUCTS 32 3113.28-1 VINYL-CLAD CHAIN LINK FENCING 2.01 FENCE HEIGHT A. The height of fence shall be 10' feet or as specified on the design drawings or the owner. 2.02 FENCE FABRIC A Chain link fabric shall be 11-gauge galvanized core, finished to 8-gauge core finish when coated. Zinc coating to be minimum of 0.15 oz. per square foot. Extruded polyvinyl chloride coating shall be minimum wall thickness of 0.015". The base metal shall have a minimum breaking strength of 850 pounds. Top and bottom selvage of the fabric shall be knuckled with(1 3/4") fabric mesh. The fabric shall meet ASTM A392. 2.03 METHOD OF MANUAFACTURING FOR FENCE FRAMWORK A. Pipe used for fence framework shall be LG40 cold rolled and radio frequency welded from steel conforming to ASTM F1043 Group 1C/1C-1, Class 2A. The exterior and interior surfaces shall be given a hot dip zinc coating of 0.90 oz. per square foot, followed by a chromate conversion coating per ASTM A525. The application of the coating will consist of 3.0 mils of cured thermosetting polyester powder coatings and is applied to the surface of tubular shapes. Unless otherwise specified, color of the coating shall be in accordance with Specification F934. B. All gate posts shall be two and seven-eighths inch outside diameter 2 7/8" OD with a wall thickness of 0.160" and a weight of 4.64 lb./ft. and a minimum yield strength of 50,000 psi. C. All line and terminal posts shall be two and seven-eighths inch outside diameter 2 7/8" OD with a wall thickness of 0.160" and a weight of 4.64 lb./ft. or 4" OD with a wall thickness of 0.200" and a weight of 6.00 lb/ft with a minimum yield strength of 50,000 psi. See design drawings for specific size of posts. D. Top, middle and or bottom rails shall be one and five-eighths inch outside 1 5/8" OD with a wall thickness of 0.111" and a weight of 1.84 lbs./ft. and a minimum yield strength of 50,000 PSI. 2.04 ACCESSORIES A. Fabric Ties: 9-gauge coated steel tie wires to fasten fabric to framework. Tension wire shall be attached to fabric bottom with 9-gauge galvanized hog rings. B. Tension wire: 7-gauge coil spring tension wire C. Tension Bands and Brace Bands: 2 7/8"regular type, pressed steel with nuts and bolts—non-beveled type 32 3113.28-2 VINYL-CLAD CHAIN LINK FENCING D. Eye Tops: 1 5/8"X 2 7/8" standard type, pressed steel E. Terminal Post Caps: 2 7/8", or 4"pressed steel to match post size F. Sleeves: 7" long, galvanized steel G. Tension Bars: 3/16"x 3/4"galvanized steel H. Line Rail Clamps: 1 5/8"x 2 7/8" for middle and bottom rail. I. Rail Ends: 1 5/8"pressed steel J. All fittings to be polyvinyl chloride coated. 2.05 GATES A. Construct gate frames with 1 5/8" OD rail material with welded comers. Provide fabric filler same as used in fence and use heavy duty galvanized hardware with lockable latches. Constructed gates shall be polyvinyl chloride coated. 2.06 CONCRETE MIX DESIGN A. The concrete shall have a compressive strength of not less than 4000 PSI after twenty-eight (28) days. Ready-mixed concrete shall be mixed and delivered according to ASTM C-94 specifications for ready-mixed concrete with a five-inch (5") maximum slump. Mix design as follows: cement - type I/II, six sack unit weight - 142.3 lbs. per cubic foot, air entrainment— 6.0% (+/- 1%), water/cement ratio - 0.49 or less. PART 3 -EXECUTION 3.01 WORKMANSHIP A. The complete fence shall be plumb, both in line and transverse to the fence, straight and rigid with fabric tightly stretched and held firmly in place. Details of construction not specified shall be performed in keeping with standard good fencing practices. Bottom of chain link shall hang on inch (1.0" +/-) from top of court surface. 3.02 FENCE POSTS A. All fence posts shall not be more than ten feet 10' apart and set in concrete foundations a minimum of 10" below the bottom of the perimeter beam (22" total deep) and not less than 12" in diameter. See design drawing for alternate foundation dimensions. 3.03 RAILS A. Install rails as shown on the drawings. Set rails as nearly parallel to the finish grade as possible and at the specified height of the fence. 32 3113.28-3 VINYL-CLAD CHAIN LINK FENCING 3.04 FABRIC A. Fabric to be stretched taught to where there is no movement in the mesh when compressed and installed on court side of fence posts. Top rail and bottom rail ties to be 12" on center. Posts ties are to be 12" on center. Provide a minimum of six (6)ties for every 10' of rail and one (1) tie to each foot of post height. Ties for bottom tension wire shall be made with 9-gauge galvanized hog rings shall be spaced apart with (6) rings per ten feet 10' of tension wire. 3.05 TENSION BANDS A. Provide one (1) tension band for every foot 1' of fabric height minimum of (8) bands for 10' tall and (3) bands for 42"tall fences. 3.06 GATES A. Gates shall hang plumb and true and swing easily in either direction with no interference. Install with lockable fork latches. END OF SECTION 32 3113.28 32 3113.28-4 VINYL-CLAD CHAIN LINK FENCING TOWN OF AVON SPORTS COURTS RESURFACING - CIVIL E MARTIN/MARTIN, INC. GENERAL NOTES: A PARCEL OF LAND LOCATED IN THE NORTHEAST QUARTER OF SECTION 11, q IN ADDITION TO THE TOWN OF AVON STANDARD NOTES, THE FOLLOWING SHALL APPLY: TOWNSHIP 5 SOUTH, RANGE 82 WEST OF THE 6TH PRINCIPAL MERIDIAN, Z z 9 1. ALLE MATERIALSN AND THE HESCOLORI D SHALL TBEM N OF RANSPE WITH THES TOWN OF AVON ATIONS S AND TOWN OF AVON, COUNTY OF EAGLE, STATE OF COLORADOCC 8 SPECIFICATIONS AND T COLORADO DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR ROAD z z O AND BRIDGE CONSTRUCTION, LATEST EDITION. ALL STREETS, WATER MAIN, STORM SEWER AND SANITARY SEWER LEGEND CCQ z Z CONSTRUCTION SHALL BE SUBJECT TO TOWN OF AVON AND EAGLE RIVER WATER & SANITATION DISTRICT G o a (ERWSD) INSPECTION. EXISTING PROPOSED m 2. THE CONTRACTOR SHALL HAVE ONE [1] SIGNED COPY OF PLANS APPROVED BY THE TOWN OF AVON AND ONE -- PROPERTY LINE -- N z COPY OF THE APPROPRIATE DESIGN AND CONSTRUCTION STANDARDS AND SPECIFICATIONS ON THE JOB SITE AT o a ALL TIMES. --- RIGHT-OF-WAY LINE --- a 2 3. CONTRACTOR SHALL NOTIFY THE ENGINEER, OWNER AND THE TOWN OF AVON [48]-HOURS PRIOR TO THE START "$ OF CONSTRUCTION. A PRE-CONSTRUCTION MEETING SHALL BE SCHEDULED WITH THE TOWN OF AVON - ._. RETAINING WALL a INTERSTATE 70 w ENGINEERING INSPECTOR [24]-HOURS PRIOR TO START OF WORK. - - - CURB & GUTTER-- - _ _ -- - ' 4. THE CONTRACTOR SHALL BE SOLELY AND COMPLETELY RESPONSIBLE FOR CONDITIONS AT AND ADJACENT TO THE _ CONTACTS: ^O1 JOB SITE, INCLUDING, BUT NOT LIMITED TO, SAFETY OF ALL PERSONS AND PROPERTY DURING PERFORMANCE OF - _ THE WORK, TRENCH EXCAVATION AND SHORING, TRAFFIC CONTROL AND SECURITY. THIS REQUIREMENT SHALL _ - -- - - _ ENGINEER: ASPHALT APPLY CONTINUOUSLY AND NOT BE LIMITED TO NORMAL WORKING HOURS. _ • �' • � „�yK�` MARTIN/MARTIN INC. .10 . 77 METCALF RD., SUITE 301 5. THE TOWN OF AVON/OWNER/ENGINEER CONSTRUCTION REVIEW OF THE CONTRACTOR'S PERFORMANCE IS NOT 'r,! - 14, --- - { AVON, COLORADO 81620 ` • +r. • • �. �. y CONCRETE/ Z INTENDED TO INCLUDE REVIEW OF THE ADEQUACY OF THE CONTRACTOR'S SAFETY MEASURES IN, ON OR NEAR w - ••fa ATT: L. MARK LUNA, P.E. SIDEWALK • Sp THE CONSTRUCTION SITE. - a y -- ,• - 303-431-6100 - ,7 ZGy* 6. ALL TRENCHES SHALL BE ADEQUATELY SUPPORTED AND THE SAFETY OF WORKERS PROVIDED FOR AS REQUIRED , i• m, _ - • SURVEYOR: ----5750---- CONTOURS 5750 • DEC ov BY THE MOST RECENT OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION [OSHA] "SAFETY AND HEALTH 1 :if' ty :/ PEAK LAND CONSULTANTS, INC. • REGULATIONS FOR CONSTRUCTION." THESE REGULATIONS ARE DESCRIBED IN SUBPART P, PART 1926 OF THE K • / `�' 1000 LION'S RIDGE LOOP UTILITY CROSSING '% tt,,\ CODE OF FEDERAL REGULATIONS. SHEETING AND SHORING SHALL BE UTILIZED WHERE NECESSARY TO PREVENT ,( VAIL, CO 81657 •7 �`- ANY EXCESSIVE WIDENING OR SLOUGHING OF THE TRENCH WHICH MAY BE DETRIMENTAL TO HUMAN SAFETY, TO W � MO; ATT: BRENT BIGGS, P.L.S. -----ST----- STORM SEWER ST • THE PIPE BEING PLACED, OR TO ANY EXISTING SITE IMPROVEMENTS OR STRUCTURES. THE CONTRACTOR MAY BE Q111111114-' 970-476-8644 REQUIRED TO USE AN APPROVED PILING INSTEAD OF SHEETING AND SHORING. m - SITE LOCATION CD STORM MANHOLE \Sf' 3 7. CONTRACTOR SHALL OBTAIN ALL PERMITS FOR STREET CUTS, UTILITY INTERRUPTIONS AND TRAFFIC CONTROL. -----RD----- ROOF DRAIN RD 8. AT LEAST FIVE [5] WORKING DAYS PRIOR TO THE BEGINNING OF CONSTRUCTION, A TRAFFIC CONTROL PLAN NOTTINGHAM Q STORM INLET . f) SHALL BE SUBMITTED TO TOWN OF AVON. THE TRAFFIC CONTROL PLAN SHALL BE PREPARED BY A CERTIFIED LAKE11 v rn TRAFFIC CONTROL SUPERVISOR AND SHALL BE IN CONFORMANCE WITH THE MANUAL ON UNIFORM TRAFFIC < FLARED END SECTION CC lJ CONTROL DEVICES. NO WORK SHALL BEGIN UNTIL ALL TRAFFIC CONTROL DEVICES HAVE BEEN PLACED IN N Z ACCORDANCE WITH THE PLAN. THE CONTRACTOR SHALL CONTINUOUSLY MAINTAIN THE TRAFFIC CONTROL DEVICES -----SS----- SANITARY SEWER SS FOR THE ENTIRE DURATION OF THE PROJECT OR UNTIL THE ROADWAY HAS BEEN OPENED AND THE PERMANENT O r V, TRAFFIC CONTROL DEVICES HAVE BEEN INSTALLED. ABBREVIATIONS: 3) SANITARY MANHOLE (SS) Q 9. ALL TRENCH BACKFILL AND SUBGRADE PREPARATION SHALL BE TESTED TO ENSURE COMPLIANCE WITH TOWN OF VICINITY MAP APPROX APPROXIMATE Q CLEAN OUT O (/) N w AVON STANDARDS AND SHALL BE TESTED AT TOWN OF AVON REQUIRED FREQUENCIES BY A TOWN OF AVON ARCH ARCHITECT Z APPROVED PRIVATE SOILS TESTING FIRM. TEST RESULTS SHALL BE SUBMITTED TO, REVIEWED, AND APPROVED BY, SCALE: 1"=500' W BLDG BUILDING -----W----- WATER LINE W THE TOWN OF AVON ENGINEERING DIVISION PRIOR TO INSTALLING BASE COURSE, ASPHALT OR CONCRETE ON O -II PREPARED SUBGRADE. ALL BASE COURSE DENSITY SHALL ALSO BE TESTED BY THE PRIVATE SOILS FIRM AT BOC BACK OF CURB � TOWN OF AVON REQUIRED FREQUENCIES TO ENSURE COMPLIANCE WITH TOWN OF AVON REQUIREMENTS. BASE C&G CURB AND GUTTER WATER VALVE e > w - EC COURSE TEST RESULTS SHALL ALSO BE APPROVED BY THE TOWN OF AVON ENGINEERING DIVISION PRIOR TO CO CLEANOUT N INSTALLING PAVEMENT. ALL CONCRETE AND ASPHALT PLACED SHALL BE TESTED IN ACCORDANCE WITH TOWN OF CONC CONCRETE .0. FIRE HYDRANT AL Q L 0 ;L AVON MINIMUM MATERIALS TESTING STANDARDS. TEST RESULTS SHALL BE REVIEWED AND APPROVED BY THE U- O DEMO DEMOLITION ®M WATER METER ® TOWN OF AVON ENGINEERING DIVISION PRIOR TO INITIATION OF THE REQUIRED [2] YEAR WARRANTY PERIOD. O H (� DIA OR 6 DIAMETER 10. CONTRACTOR SHALL CONFORM TO ALL FEDERAL, STATE AND LOCAL HEALTH AND SAFETY RULES AND DIM DIMENSION -----IR----- IRRIGATION LINE IR REGULATIONS. DIP DUCTILE IRON PIPE Z ELEV ELEVATION 10 IRRIGATION CONTROL 11. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL UTILITIES DURING CONSTRUCTION AND FOR 25. THE CONTRACTOR SHALL WARRANT ALL WORK TO BE FREE FROM DEFECTS IN WORKMANSHIP AND MATERIALS ELEC ELECTRICAL O COORDINATING WITH THE APPROPRIATE UTILITY COMPANY FOR ANY UTILITY CROSSINGS REQUIRED. REPAIR OF FOR A PERIOD OF 2-YEAR FROM THE DATE OF ACCEPTANCE INTO THE WARRANTY PERIOD OF ALL ESMT EASEMENT ----OHE---- OVERHEAD ELECTRIC 0 DAMAGED UTILITIES SHALL BE AT THE CONTRACTORS EXPENSE, INCLUDING BUT NOT LIMITED TO UNKNOWN CONSTRUCTION CALLED FOR BY THE PUBLIC IMPROVEMENTS AGREEMENT WITH THE TOWN OF AVON. r, UNDERGROUND UTILITIES. EXIST EXISTING -----E----- ELECTRIC LINE E V 26. DURING CONSTRUCTION AND UPON COMPLETION OF CONSTRUCTION, THE SITE SHALL BE CLEANED AND FDC FIRE DEPARTMENT CONNECTION 12. EXISTING FENCES, TREES, SIDEWALKS, CURBS AND GUTTERS, LANDSCAPING, STRUCTURES, AND IMPROVEMENTS RESTORED TO A CONDITION EQUAL TO, OR BETTER THAN, THAT WHICH EXISTED BEFORE CONSTRUCTION. FFE FINISHED FLOOR ELEVATION 0 LIGHT POLE • DESTROYED, DAMAGED OR REMOVED DUE TO CONSTRUCTION OF THIS PROJECT SHALL BE REPLACED OR FGW FINISHED GRADE AT WALL 27. THE OWNER DEVELOPER AND/OR THEIR ASSIGNS IS HEREBY NOTIFIED THAT IT IS TYPICAL AND LIKELY THATPOWER POLE °' RESTORED IN LIKE KIND AT THE CONTRACTOR'S EXPENSE, UNLESS OTHERWISE INDICATED ON THESE PLANS. / / FHY FIRE HYDRANT 0 E SOME MOVEMENT OF THE SURFACE GRADES WILL OCCUR OVER TIME DUE TO VARIOUS FACTORS THAT ARE NOT GB GRADE BREAK o s 13. THE CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR MAINTAINING REASONABLE ACCESS TO AND FROM ALL OF IN CONTROL OF THE DESIGNERS. THUS, A ROUTINE AND DILIGENT MAINTENANCE PROGRAM IS REQUIRED TO CV GATE VALVE ® ELECTRIC METER z THE ADJACENT PROPERTIES THROUGHOUT THE COURSE OF THE WORK. THE CONTRACTOR SHALL BE REQUIRED MAINTAIN THE PROPER GRADING AND DRAINAGE THROUGHOUT THE PROJECT. TO MEET (INDIVIDUALLY OR COLLECTIVELY) WITH ALL ADJACENT PROPERTY OWNERS WHO'S ACCESS WILL BE HORZ HORIZONTAL _---_T----- TELEPHONE LINE T AFFECTED BY THE WORK. AS CONSTRUCTION CONDITIONS CHANGE AND THE WORK PROGRESSES, THE ACCESSIBLE ROUTES: HP HIGH POINT o .':..- CONTRACTOR SHALL BE REQUIRED TO PERIODICALLY UPDATE THOSE PROPERTY OWNERS SO THAT THEY ARE INV. INVERT ® TELEPHONE PEDESTAL W o KEPT INFORMED ABOUT THEIR ACCESS. 1. ALL CONSTRUCTION AND VERIFICATION/TESTING SHALL BE IN ACCORDANCE WITH RULES AND REGULATIONS OF LF LINEAL FEET LOCAL, STATE AND FEDERAL JURISDICTIONS, AND THE MOST CURRENT REQUIREMENTS OF THE AMERICANS WITH LP LOW POINT -----CT----- CABLE TV CT 14. OWNER/DEVELOPER SHALL OBTAIN A STORMWATER CONSTRUCTION PERMIT FROM THE COLORADO DEPARTMENT OF DISABILITIES ACT ("ADA"); ARCHITECTURAL BARRIERS ACT ACCESSIBILITY STANDARD - ABAAS AS PROVIDED FOR IN MAX MAXIMUM PUBLIC HEALTH AND ENVIRONMENT, WATER QUALITY CONTROL DIVISION, PRIOR TO CLEARING, GRADING, OR THE REGULATIONS OF THE UNITED STATES ACCESS BOARD, UNIFORM FEDERAL ACCESSIBILITY STANDARDS (UFAS) M.E. MATCH EXISTING -----G----- GAS LINE G EXCAVATING A SITE OF ONE-HALF ACRE OR MORE, OR LESS THAN ONE-HALF ACRE AND PART OF A LARGER AND AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI) - ANSI A117.1 . ADDITIONALLY, MEET REQUIREMENTS BY MECH MECHANICAL DEVELOPMENT. A COPY OF THE APPROVED PERMIT MUST BE SUBMITTED TO THE TOWN OF AVON ENGINEERING THE UNITED STATES DEPARTMENT OF TRANSPORTATION AND FEDERAL HIGHWAY ADMINISTRATION WHICH -----FO----- FIBER OPTIC FO DIVISION PRIOR TO THE START OF CLEARING, GRADING OR EXCAVATING OF THE SITE. A COPY OF THE APPROVED REQUIREMENTS ARE PRINCIPALLY LISTED IN 2010 ADA STANDARDS FOR ACCESSIBLE DESIGN, PROPOSED MH MANHOLE PERMIT MUST ALSO BE AVAILABLE ON THE PROJECT SITE AT ALL TIMES DURING CONSTRUCTION. GUIDELINES FOR PEDESTRIAN FACILITIES IN THE PUBLIC RIGHT OF WAY ACCESSIBILITY GUIDELINES ("PROWAG") MIN MINIMUM MONITOR WELL AND LOCAL STANDARDS, FOR ANY ACCESSIBLE ROUTE. PLBG PLUMBING 15. CONTRACTOR SHALL OBTAIN A COLORADO STATE CONSTRUCTION DEWATERING DISCHARGE PERMIT FROM THE PROP PROPOSED SIGN A. o_ COLORADO DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT FOR ALL AREAS WHERE DEWATERING IS PVC POLYVINYL CHLORIDE PIPE '� REQUIRED FROM AN EXCAVATION AND WATER IS DISCHARGED INTO A STORM SEWER, CHANNEL, IRRIGATION DITCH 2. NOTES AND REQUIREMENTS WITHIN THE CONSTRUCTION DOCUMENTS ARE A SUPPLEMENT TO, AND NOT A -� DIRECTION OF FLOW OR ANY WATERS OF THE UNITED STATES. A COPY OF THE APPROVED PERMIT MUST BE SUBMITTED TO THE REPLACEMENT FOR THE REFERENCED REGULATIONS. RCP REINFORCED CONCRETE PIPE w ROW RIGHT OF WAY TOWN OF AVON ENGINEERING DIVISION PRIOR TO THE START OF ANY DEWATERING. A COPY OF THE APPROVED GRADING ARROW = PERMIT MUST ALSO BE AVAILABLE ON THE PROJECT SITE AT ALL TIMES DURING CONSTRUCTION. 3. CONTRACTORS ARE TO BE AWARE WHEN REFERRING TO THE ABOVE STANDARDS, RULES AND REGULATIONS THAT SSWR SANITARY SEWER \ rn • PUBLISHED VALUES FOR DIMENSION AND SLOPE ARE FOR FINISHED CONSTRUCTION, NO TOLERANCE IS SF SQUARE FOOT L. 16. THE CONTRACTOR SHALL BE RESPONSIBLE FOR REMOVING STORM RUNOFF AND ANY GROUNDWATER PERMITTED BELOW MINIMUM AS SHOWN ON DRAWINGS OR ABOVE MAXIMUM VALUES AS INDICATED IN THE DECIDUOUS TREE > ENCOUNTERED DURING THE CONSTRUCTION OF ANY PORTION OF THIS PROJECT. GROUNDWATER SHALL BE STRM STORM SEWER APPLICABLE LOCAL, STATE, AND FEDERAL STANDARDS. (n m p SWLK SIDEWALK EVERGREEN TREE �, PUMPED, PIPED, REMOVED AND DISPOSED OF IN A MANNER WHICH DOES NOT CAUSE FLOODING OF EXISTING ' p TELE TELEPHONE 02� STREETS NOR EROSION ON ABUTTING PROPERTIES IN ORDER TO CONSTRUCT THE IMPROVEMENTS SHOWN ON 4. THE REGULATIONS EXPECT THE CONTRACTORS TO BE KNOWLEDGEABLE OF CONSTRUCTION PRACTICES, AND TO TEMP TEMPORARY 0 BUSH/SHRUB O o THESE PLANS. NO CONCRETE SHALL BE PLACED WHERE GROUNDWATER IS VISIBLE OR UNTIL THE GROUNDWATER USE APPROPRIATE MEANS AND METHODS TO MEET TOLERANCES AND ENSURE CONSTRUCTION COMPLIES WITH z > 0 TABLE HAS BEEN LOWERED BELOW THE PROPOSED IMPROVEMENTS. ANY UNSTABLE AREAS, AS A RESULT OF REGULATIONS. ALL CONSTRUCTION OR ALTERATIONS OF ACCESSIBILITY ROUTES (WALKS, RAMPS, ENTRANCES, ETC.) TOC TOP OF CURB ELEV ELEN• o GROUNDWATER, ENCOUNTERED DURING THE CONSTRUCTION OF THE PROPOSED IMPROVEMENTS SHALL BE SHALL COMPLY WITH STANDARDS, RULES AND REGULATIONS SET FORTH ABOVE, INCLUDING BUT NOT LIMITED TO TON TOP OF SLAB x- SPOT ELEVATIONS •- r4Pz o STABILIZED AS AGREED UPON BY THE CONTRACTOR, THE TOWN OF AVON, AND THE GEOTECHNICAL ENGINEER AT 5% MAXIMUM LONGITUDINAL GRADE ON WALKS WITHOUT HANDRAILS, 8.33% MAXIMUM LONGITUDINAL GRADE ON TOW TOP OF WALL KrAE 5,, N THE TIME OF OCCURRENCE. WALKS WITH HANDRAILS, AND LANDINGS 2% MAXIMUM COMPOSITE SLOPE. 2% MAXIMUM CROSS SLOPE ON VERT VERTICAL DRIVE DESCRIPTIONS DRIVE Taxi o z g WALKS, AND 2% MAXIMUM COMPOSITE SLOPE IN HANDICAP PARKING/LOADING AREAS. NO TOLERANCE REGARDING VIF VERIFY IN FIELD w 17. THE CONTRACTOR IS RESPONSIBLE FOR FIELD LOCATING AND VERIFYING ELEVATIONS OF ALL EXISTING SEWER MAXIMUM SLOPE WILL BE ALLOWED. Z a MAINS, WATER MAINS, CURBS, GUTTERS AND OTHER UTILITIES AT THE POINT OF CONNECTION SHOWN ON THE W WATER LINE CA - `" PLANS, AND AT ANY UTILITY CROSSINGS PRIOR TO INSTALLING ANY OF THE NEW IMPROVEMENTS. IF A 1 5. PRIOR TO CONSTRUCTION, CONTRACTOR SHALL COORDINATE WITH OWNER/DEVELOPER, ENGINEER, ARCHITECT OR o (n CONFLICT EXISTS AND/OR A DESIGN MODIFICATION IS REQUIRED, THE CONTRACTOR SHALL COORDINATE WITH THE w 'o DESIGNATED OFFICIAL IF RULES AND REGULATIONS OF ACCESSIBILITY ROUTES CANNOT BE MET OR A p ENGINEER TO MODIFY THE DESIGN. DISCREPANCY OF REQUIREMENTS ARE INDICATED ON DRAWINGS. IN ADDITION, OWNER/DEVELOPER IS ADVISED N . > > ,zoz ' 18. PRIOR TO THE COMMENCEMENT OF ANY CONSTRUCTION, THE CONTRACTOR SHALL CONTACT ALL UTILITIES TO THAT REGULAR MAINTENANCE PROGRAMS SHOULD BE IMPLEMENTED AFTER CONSTRUCTION TO KEEP EXISTING g . p p . S.woL a o COORDINATE SCHEDULES. ROUTES SAFE, USABLE, AND ACCESSIBLE COMPLIANT. ` t CA H / �� • r N V >, >, N z� So M Sheet List Table COCO 19. CONTRACTOR SHALL NOTIFY ALL BUSINESSES/RESIDENTS IN WRITING 48 HOURS PRIOR TO ANY SHUT-OFF IN E o 0 woo3 0 a N SERVICE. THE NOTICES MUST HAVE CONTRACTOR'S PHONE NUMBER AND NAME OF CONTACT PERSON, AND SHEET --€4aLO RAD° 81 z O a t 3woa_ EMERGENCY PHONE NUMBER FOR AFTER HOURS CALLS. ALL SHUT OFFS MUST BE APPROVED BY ERWSD, AND SHEET TITLE ,I 2) ERWSD VALVES AND APPURTENANCES SHALL BE OPERATED BY ERWSD PERSONNEL, UNLESS WRITTEN PERMISSION NUMBER KNOW WHAT'S BELOW. CALL BEFORE YOU CIO. .+ CA C o ,q 7 IS GIVEN OTHERWISE. C000 COVER SHEET - o o o °'o N 0- �rc 20. ALL PUBLIC IMPROVEMENT WORK, INCLUDING CORRECTION WORK, SHALL BE INSPECTED BY A TOWN OF AVON C010 EXISTING CONDITIONS PLAN 811 0 '0 =zo CALL 2-BUSINESS DAYS IN ADVANCE 0_ c 5. • i REPRESENTATIVE WHO SHALL HAVE THE AUTHORITY TO HALT CONSTRUCTION WHEN STANDARD CONSTRUCTION CO50 DEMOLITION PLAN •- r�83 o .- PRACTICES ARE NOT BEING ADHERED TO. THE TOWN OF AVON RESERVES THE RIGHT TO ACCEPT OR REJECT BEFORE YOU DIG, GRADE OR EXCAVATE FOR a, 11,.,.z o G ANY SUCH MATERIALS AND WORKMANSHIP THAT DOES NOT CONFORM TO ITS ENGINEERING CODE OF STANDARDS C100 SITE & HORIZONTAL CONTROL PLAN MARKING OF UNDERGROUND MEMBER UTILITIES z AND SPECIFICATIONS FOR THE DESIGN AND CONSTRUCTION OF PUBLIC IMPROVEMENTS. CONTRACTOR IS C100.A SITE & HORIZONTAL CONTROL PLAN - ALTERNATE PB 8' EXTENSION MARTIN/MARTIN ASSUMES NO RESPONSIBILITY FOR UTILITY Sheet Number: _ RESPONSIBLE FOR BEING AWARE OF, NOTIFYING, COORDINATING AND SCHEDULING ALL INSPECTIONS REQUIRED LOCATIONS. UNLESS OTHERWISE NOTED, THE UTILITIES SHOWN ON a z FOR FINAL APPROVALS AND PROJECT ACCEPTANCE. C200 GRADING PLAN THIS DRAWING ARE BASED ON INFORMATION PROVIDED BY OTHERS m C201 GRADING PLAN AND DEPICTED AS ASCE (38) QUALITY LEVEL a D. IN ACCORDANCE /C O O O 1- 21. THE CONTRACTOR SHALL NOT OPERATE ANY CONSTRUCTION VEHICLES NOR PERFORM ANY CONSTRUCTION /v" p WITH THE PROVISIONS OF COLORADO REVISED STATUTE, TITLE 9, T p OPERATIONS BEFORE 7 AM OR AFTER 6 PM, NDAY THROUGH FRIDAY OR BEFORE 8 AM AND AFTER 5 PM ON C201.A GRADING PLAN - ALTERNATE PB 8' EXTENSION IS THE CONTRACTORS RESPONSIBILITY TO CALL COLORADO 811 w SUNDAYS NO WORK WILL BE ALLOWED ON SUNDAYS OR HOLIDAYS. THE TOWN OF AVON RESERVES THE RIGHT C300.A STORM PLAN - ALTERNATE PB 8' EXTENSION UTILITY LOCATE SERVICE FOR UTILITY LOCATES BEFORE DIGGING, TO FURTHER RESTRICT OR MODIFY THESE HOURS OF OPERATION IF CONDITIONS WARRANT. o z AND FIELD VERIFY THE SIZE, MATERIAL, HORIZONTAL AND VERTICAL C400 EROSION CONTROL PLAN LOCATION OF ALL EXISTING UTILITIES (DEPICTED OR NOT DEPICTED) o a 22. COMPACTION OF ALL TRENCHES MUST BE ATTAINED AND COMPACTION TEST RESULTS SUBMITTED TO THE C500 DETAILS SHEET PRIOR TO THE COMMENCEMENT OF ANY CONSTRUCTION. ET o ENGINEER AND THE TOWN OF AVON PRIOR TO FINAL ACCEPTANCE. I / AVONELEMENTARYSCHOOL LEGEND / / -- -- PROPERTY LINE CC z N /`'V. RIGHT-OF-WAY LINE a � / 7415— .� SECTION LINE 2 w a J EASEMENT \LC c 0 A / _ ��_ RETAINING WALL Z_ z O � _ CURB & GUTTER 17 E 8 CO I °\�7,•�\ —�� _ 9 - --5750 CONTOURS Q ,'� 0 / �\ _ _ __ - ---ST --- STORM SEWER ¢ • z 5 0 �� \ z:,. ------7414 ASPHALT �-�� - --R D- ROOF DRAIN ` " m a \\ • --------- f PARKING LOT - --\\\\` SO STORM MANHOLE m 2 ° L z � 5"CONCRETE LET�(l ° ° SIDEWALK, TYP. -<---- FLARED END SECTION o SS SANITARY SEWER W S@ SANITARY MANHOLE W , 7413\\ \. CLEAN OUT � ` LIGHT POLE, TYP. -7473 - _ -W WATER LINE N COFENCE, TYP. < `V17-/LINE, PROPERTY \, ., -- " r- TYR WATER VALVE ^m �• \ = ' A FIRE HYDRANT II�� \.\a,�^< _ - a C WATER METER ' . IRRIGATION CONTROL PERIMETER GRAIN I / / pT '��•��1C;y• AND GRAVEL FILTER - -SHEE OVERHEAD ELECTRIC // \a CURTAIN, TYP. ( EIGHT RPOLE IC NE �. • ST / \ CONCRETE WALL, TYP. �, � 1/1\ y/ c5 POWER POLE // \ ® ELECTRIC METER %oec ov 7 ASPHAU PAVED l/ ��� -----T TELEPHONE LINE / /19 Pp: I • \ 7Z� ---------- 7472----- ® TELEPHONE PEDESTAL •�\ j BASKETBALL COURT / I = _- l / �� a --CT CABLE N / // __ A `l�+�Ii•`4401 . m 7 -G GAS LINE /i zqV il' 4 1; --- ASPHALT PATH _ • �W MONITOR WELL 1 ° ? / i SIGN \ 1/ `-- CONCRETE WALL, TYP. 7 V / /r i DECIDUOUS TREE / ' p.0�°,_° EVERGREEN TREE CO rrnn ASPHALT PAVED I "° BUSH/SHRUB V -�� TENNIS COURT /141 / I 7 I \, ° CONCRETE PAD l HANDICAP RAMPS LL L : O f A I I / Z �- "�• N �r —� DRIVE DESCRIPTIONS ® _ ° / /lT EXISTING 24"'RCP d / 5. ;_,_ -_ STORM 7¢12-_ .. , 0 • 0 741T-__ o ^/� / /� SURVEY NOTES: / ---------- �"`=A _\ f \[ ° 1� l/ / l l l 1. SURVEY PERFORMED BY PEAK LAND SURVEYING, 1 0 � •__ /', / LTPAVED) �V, l / l INC. ON SEPTEMBER 2, 2021. J -� �� -._ TENNIS COURT `�����i l/4 ¼'/ U)2. "T 280"`\ FENCE, TYP. l ELETION=7739 (NVD88)./ A ® '�� // D / / 3. BASIS OF BEARING: NAD83 COLORADO STATE PLAN Et / V , / // / // // / / COORDINATES, CENTRAL ZONED 502, PROJECT Z \ 4 ,�� \ , '/( /// / //I/ / OFDAUM SCALE 0,0 STATE PLANEOR COORDINATE 26 FROM ORIGIN SYSTEMROTATED O ��// I LOT LINE, TYP. 1 / / / / / / -00'34'27" FROM PLATTED. Z ry - 0 NET POST, TYP. l l l 1 1 X EXISTING PERIMETER -_2R7z �� PI / //l 11 //BOTTOM IOF POND O w GRAIN AND GRAVEL i- 2 O! DO / 11 / LIMITS, TYP. FILTER CURTAIN, TYP. ` ....ztift^ l ''( // / I • i '' \. o // /7/ //F/ /a/I. A7>• // / / / ^ ASPHALT PATH >4y�� 1 / 00/ //y,/ /a/ 0) / 74j.e \\�\\ ',/-' , off/ %/// , o s T ti z EAGLE RIVER WATER AND EXISTING GENERATOR TO "'�a \�, // /// /�°//a BE PROTECTED IN PLACE \ � / ,/ / l !\ SANITATION DISTRICT /i l 1���/ // l l l IRRIGATION YPUAL LIE M TREATMENT PLANT / )l - l� 1 l � il/ �/ i l / // / / / /; 6 / / / I/ / / / / / / / / // / / / / / I / /z m H Z Q F O z X o> N WE o Q / �a E3 N p Z w g > a N N y Lo - oo ti _ o N 0k 0 jro c l w • {`` '' ,_ T T <V 28EN I- CT 0] 0] Oi z y d i a M N Q �C—QL_O RAD O Z 0 , a ,_ o a U o N N N � � C 3wO XXBW WX11T'S BELOW. CALL BEFORE YOU BIU. r' 7 i O O O O_ O t g N CALL 811 2-BUSINESS DAYS IN ADVANCE d - o ¢U` BEFORE YOU DIG, GRADE OR EXCAVATE FOR d o�6,- MARKING OF UNDERGROUND MEMBER UTILITIES z MARTIN/MARTIN ASSUMES NO RESPONSIBILITY FOR UTILITY Sheel Number O. LOCATIONS. UNLESS OTHERWISE NOTED, THE UTILITIES SHOWN ON -o zz THIS DRAWING ARE BASED ON INFORMATION PROVIDED BY OTHERS m DEPICTED AS ASCE L QUALITY LEVELED T. IN , TIT ACCORDANCE /�0 / O cai WITH THE PROVISIONS OF COLORADO REVISED STATUTE, TITLE 9, IT (v" II 0Lii F i i IS THE CONTRACTORS RESPONSIBILITY TO CALL COLORADO 811 a 0 20 10 0 20 40 UTILITY LOCATE SERVICE FOR UTILITY LOCATES BEFORE DIGGING, 0 Z SCALE: 1"=20' AND FIELD VERIFY THE SIZE, MATERIAL, HORIZONTAL AND VERTICAL ~o a ALL LINEAL DIMENSIONS ARE IN U.S.SURVEY FEET LOCATION OF ALL EXISTING UTILITIES (DEPICTED OR NOT DEPICTED) 9 U PRIOR TO THE COMMENCEMENT OF ANY CONSTRUCTION. a o AVONELEMENTARYSCHOOL LEGEND Z R N:659573.82 EXISTING PERIMETER DRAIN BELOW WATER FOUNTAIN. EXISTING DEMOLITION It CC z N �` CONTRACTOR TO PERFORM SUBSURFACE INVESTIGATION ':., E:709616.94 Q /,. WITHOUT DISTURBING WATER FOUNTAIN PAD TO DETERMINE -- PROPERTY LINE -- z OO `V EXTENTS OF INVERT AND ALIGNMENT OF EXISTING DRAIN AND NOTIFY w a J SIDEWALK \ REMOVAL ENGINEER OF FINDINGS PRIOR TO CONSTRUCTION. RIGHT-OF-WAY LINE --- O PERIMETER DRAIN TO BE JETTED AND CLEANED. 2 z o N:659568.94-\ -� a - SECTION LINE p � 0u skiE:709615.20 .; \ ALIGNMENT SHOWN BASED ON 1995 PLANS PROVIDED TO EASEMENTIONCC _ 2 i MARTIN/MARTIN. ACTUAL ALIGNMENT MAY DIFFER 9 Q z o > u. o ,w ASPHALT / / / / / / / / / / RETAINING WALL ma �L / \\ .\ f PARKING LOr a ° g `l EXISTING LIGHT POLE, V - . PROTECT IN PLACE, TYP. e a CURB & GUTTER ~z ��. n\`ll / REMOVE PAVERS, ''''`,• ASPHALT j111‘11 LL- �ll 0 / COORDINATE WITH \\. '� � \ REMOVE CONC. ,Q' OWNER FOR SALVAGE \ • \ SIDEWALK, TYP. ° _ u l(� OF PAVERS, TYP. EXISTING LIGHT POLE, CONCRETE/ wrl //yy�� PROTECT IN PLACE, TYP. ° ., SIDEWALK L o �V PROPERTY • • n m .LINE, TYP. �`A ADJUST EXISTING PAVER -ADJUST EXISTING PAVER 5750---- CONTOURS • • iiEXISTING WATER '�� •• STAIRS TO NEW FINISH ---` '; --�GRADE, RE:SHEETS FOUNTAIN, PROTECT STAIRS TO NEW FINISH �'��;� C200-C201 PERIMETER DRAIN GRADE, RE:SHEETS -----ST----- STORM SEWER -----ST----- EXISTING BUS STOP P�,.. IN PLACE, TYP. ��. yam,'.:'.-. AND GRAVEL FILTER C200-C201 NOT SURVEYED. / CURTAIN TYP. SAWCUT AND REMOVE 50 STORM MANHOLE © / SEE NOTE 1. / ? ASPHALT PAVING, TYP. ST / REMOVE PAVERS, \ ` EXISTING STORM INLET '.� LG� / COORDINATE WITH \ ��► LIGHT POLE, N:659466.74 / / OWNER FOR SALVAGE PROTECT IN E:709973.70 N:659481.89 < FLARED END SECTION • Dec ov OF PAVERS, TYP. a. PLACE, TYP. h� E:709996.45 .. .- EXTENTS OF 1 �t' / REFER TO STRUCTURAL PLANS FOR Pt :� - CURB AND 7�� 6.0 EXTENTS OF CURB AND -----SS----- SANITARY SEWER -----SS----- •��;Tr b`-\ EXTENTS OF ASPHALT, FENCE, / / ".a. �1 GUTTER REMOVAL p/ GUTTER REMOVAL FENCE POST, ETC. DEMOLITION / / `-�4'�,�1.,......_:;___LIGHT � ` N . \ o / 5 SANITARY MANHOLE 5 / ♦ �/� ASPHALT PATH / REMOVE PAVERS, -- W----- WATER LINE -----W----- / / COORDINATE WITH / • OWNER FOR SALVAGE N:659456.77 WATER VALVE P/ ,/� OF PAVERS, TYP. N� E:709990.87 ff^^ / POLE, !��/,.;,���, � EXTENTS OF CONC. 0. FIRE HYDRANT A vJ �I, r t. REMOVAL H lJ I / PT IN PLACE, TYP. \ / I/ N:659450.52 ®M WATER METER t n/ Z /....*c"---- \ / REFER TO STRUCTURAL PLANS FOR E:709988,83 LL \ / EXTENTS OF ASPHALT, FENCE, / / / 0 U / FENCE POST, ETC. DEMOLITION ! // / EXISTING 24"RCP -----IR----- IRRIGATION LINE -----IR/ P / / STORM CM IRRIGATION CONTROL 113 <CL / / { D / REMOVE CON'C. (n LL Q REMOVE AND REPLACE FENCE f ---OHE---- OVERHEAD ELECTRIC ----OHE---- J FOR CONSTRUCTION ACCESS. A J �/ / / PAD, TYP. REMOVAL AND REPLACEMENT ---- -' 1 / EXISTING PERIMETER DRAIN, CONTRACTOR TO -----E ---- ELECTRIC LINE -----E----- O J_ Z TO BE COORDINATED WITH / PERFORM SUBSURFACE INVESTIGATION TO \\ OWNER AND ERWSD / DETERMINE INVERT AND ALIGNMENT OF EXISTING Q LIGHT POLE Q / w 0 / ® . '` / DRAIN AND NOTIFY ENGINEER OF FINDINGS PRIOR 0 REFER TO STRUCTURAL FOR PD TO CONSTRUCTION. PERIMETER DRAIN TO BE Sj POWER POLE Ct O EXISTING PERIMETER DRAIN, CONTRACTOR TO PERFORM EXTENTS OF ASPHALT, E, / /JETTED AND CLEANED. LL / SUBSURFACE INVESTIGATION TO DETERMINE INVERT AND \ FENCE POST, ETC. DEON / ® ELECTRIC METER Eu=c O LLI O ALIGNMENT OF EXISTING DRAIN AND NOTIFY ENGINEER OF c I / / ALIGNMENT SHOWN BASED ON 1995 PLANS FINDINGS PRIOR TO CONSTRUCTION. PERIMETER DRAIN TO BE I / / PROVIDED TO MARTIN/MARTIN. ACTUAL ALIGNMENT _---_T----- TELEPHONE LINE -----T NN JETTED AND CLEANED. ------ - LOT LINE, TYP. 4\ , / / / MAY DIFFER Z ALIGNMENT SHOWN BASED ON 1995 PLANS PROVIDED TO EXISTING PERIMETER - ;\ / / / / / ® TELEPHONE PEDESTAL W MARTIN MARTIN. ACTUAL ALIGNMENT MAY DIFFER DRAIN AND GRAVEL --.a,,• p BOTTOM OF POND O FILTER CURTAIN, TYP. / / -----CT----- CABLE TV -----CT O r, 1 D LIMITS TYP. V \- //\\ / / SIGN a l \, /. / ASPHALT PATH /�, / /"'\\\/���/// EXISTING PERIMETER DRAIN 0 DECIDUOUS TREE ! f a / \�Q\ �- /pD / / TO BE PROTECTED IN PLACE \\` • / EVERGREEN TREE z EAGLE R/l/ER WA TER AND ExisriNG GENERAroR ro a' l l / / • BUSH SHRUB 3 BE PROTECTED IN PLACE ^� l / l /Z SAN/TAT/OND/STR/CT \l / / IRRIGATION VALVE G----- GAS LINE G :0, n _ BOXES, TYP. 0 N TREATMENT PLANT / DRIVE DESCRIPTIONS DRIVE APPROXIMATE LOCATION OF EXISTING PERIMETER DRAIN FILTER PIT, CONTRACTOR // / SURVEY NOTES: Jo TO PERFORM SUBSURFACE INVESTIGATION TO DETERMINE INVERT AND ALIGNMENT OF EXISTING DRAIN AND NOTIFY ENGINEER OF FINDINGS PRIOR TO / REMOVE AND REPLACE FENCE 1. SURVEY PERFORMED BY PEAK LAND SURVEYING, INC. ON Lit - CONSTRUCTION. PERIMETER DRAIN TO BE JETTED AND CLEANED. / FOR CONSTRUCTION ACCESS. \ / / REMOVAL AND REPLACEMENT SEPTEMBER 2, 2021. TO / TO BE COORDINATED WITH N \ ALIGNMENT SHOWN BASED ON 1995 PLANSACTUAL PROVIDED MARTIN/MARTIN. / OWNER AND ERWSD 2. BENCHMARK: NGS CONTROL POINT "T 280" ELEVATION=7731.29 0 o / L / (NVD88). 'C 0 3. BASIS OF BEARING: NAD83 COLORADO STATE PLAN COORDINATES, cc 5. z CENTRAL ZONED 502, PROJECT DATUM SCALE FACTOR: o 1.0003718826 FROM ORIGIN OF 0,0 STATE PLANE COORDINATE o SYSTEM ROTATED -00'34'27- FROM PLATTED. S w o c rn , w NOTES: N o 0 ce 0 1. CONTRACTOR TO PROTECT EXISTING BUS STOP. z N w 0 o y 2. ITEMS SHOWN BOLDED ARE TO BE REMOVED AS INDICATED PER 44'0 PLAN AND SHALL BE DISPOSED OF OFFSITE BY THE m /w tax CONTRACTOR. PRESERVE ANY SIGNAGE, BOULDERS, PAVERS, AND i o z LANDSCAPE ELEMENTS REMOVED FOR CONSTRUCTION. ''' n COORDINATE WITH OWNER'S REPRESENTATIVE FOR SALVAGE a a N N INFORMATION. Lo - - _ g3. PROVIDE CLEAN SAWCUT LINES FOR ASPHALT REMOVAL. = Q U N _, > > _ ro� 4. CONCRETE DEMOTION SHALL BEGIN AND END AT NEAREST 0 g cc g '� - o o - Sooi¢ a , . EXISTING JOINT. N H y ,h / ' �' 5. CONTRACTOR IS STRONGLY RECOMMENDED TO CONDUCT A SITE 0) � >, m a+ ;,,moo VISIT TO VISUALLY CONFIRM SCOPE OF REMOVAL AS SHOWN 2 ° o E5'o3z N N -QLO RAD • "8� PER PLAN. z a a U ;WILL, M KNOW WHAT'S BELOW. OAL=BEFORE YOU DIG. `` 6. EXISTING INFRASTRUCTURE NOT INDICATED TO BE REMOVED ,, o o - L, -LJ SHALL REMAIN, AND BE PROTECTED IN PLACE. 0 0 N N O �Fo .9- U 7. ANY INFRASTRUCTURE DAMAGED DURING CONSTRUCTION THAT `m g CALL 811 2-BUSINESS DAYS IN ADVANCE WAS INTENDED TO BE LEFT IN PLACE SHALL BE PREPARED IN d 0 w= BEFORE YOU DIG, GRADE OR EXCAVATE FOR LIKE KIND AT THE EXPENSE OF THE CONTRACTOR. ,, Hoz? 01 Ili: 'o MARKING OF UNDERGROUND MEMBER UTILITIES z MARTIN/MARTIN ASSUMES NO RESPONSIBILITY FOR UTILITY 8. COORDINATE TREE AND LANDSCAPE REMOVAL/REPLACEMENT Sheet Number: T LOCATIONS. UNLESS OTHERWISE NOTED, THE UTILITIES SHOWN ON WITH TOWN. -N zo THIS DRAWING ARE BASED ON INFORMATION PROVIDED BY OTHERS 9. REFER TO SHEET C100 FOR SITE AND HORIZONTAL CONTROL AND DEPICTED AS ASCE (38) QUALITY LEVEL D. IN ACCORDANCE ^O O a PLAN FOR ASPHALT SAWCUT LINE BEARINGS AND DISTANCES. ,v" o WITH THE PROVISIONS OF COLORADO REVISED STATUTE, TITLE 9, IT Lit of F 11 IS THE CONTRACTORS RESPONSIBILITY TO CALL COLORADO 811 a o 20 10 0 20 40 UTILITY LOCATE SERVICE FOR UTILITY LOCATES BEFORE DIGGING, 0 z SCALE: 1"=20' AND FIELD VERIFY THE SIZE, MATERIAL, HORIZONTAL AND VERTICAL o a ALL LINEAL DIMENSIONS ARE IN U.S.SURVEY FEET LOCATION OF ALL EXISTING UTILITIES (DEPICTED OR NOT DEPICTED) S a PRIOR TO THE COMMENCEMENT OF ANY CONSTRUCTION. -_ a o II AVON ELEMENTARY SCHOOL LEGEND Z / i EXISTING PROPOSED I z N N:659573.82 / / -- PROPERTY LINE -- C z. o \e CONC. SIDEWALK TIE-IN --- RIGHT-OF-WAY LINE --- G\w �l TO EXISTING WITH DOWEL Z Z ki CONNECTION, TYP. EXISTING LIGHT POLE, SECTION LINE H ' a RESHEET C500 FOR PROTECT IN PLACE, TYP. V DETAIL CI "• - EASEMENT Q z O 8. �O Q� A 5' CONC. 2 0 a Z `V C�a ASPHALT CURB & GUTTER ~ / � SIDEWALK, TYP. m m ° a f PARKING LOT ¢ N:659565 23 '\`- CURB & GUTTER K /.. / E:709614.22 - \� C6 EXISTING LIGHT POLE, N N:659558.3. a ��\��' PROTECT IN PLACE, TYP. o¢ V / N:659550.32 �\A ADA COMPLIANT < / d E709601.23 as E:709662.39 PAVING a a . • ACCESSIBLE LL 1 a -N:659544 59 ° a EXISTING LIGHT POLE, ° d E709680.92 a - \ ROUTE, TYP. PROTECT IN PLACE, TYP. m W /a a a a S., CONCRETE/ w m PROPERTY - a a a -° - d \ ° SIDEWALK < ° 'o R LINE, TYP. / ° a a d _ ,\ ° n m W a EXISTING WATER / d a ° STANDARD ADA PARKING STALL • a • FOUNTAIN, PROTECT IN N:659526.06. _ SIGNAG E, (1 5% MAX 2 ASPHALT PATCHBACK SIGN �. as a a PLACE, TYP.a E709740.82 m�. C4, .74 ), SECTION TO MATCH EX. ° ad a �'� \ EXISTING LIGHT SLOPE), CONC. PAVING, TYP., DRIVE DESCRIPTIONS DRIVE a - - THICKNESS, TYP j - d ° a • a N:65978902 _ POLE, PROTECT RE:ING T C500 FOR ADA a a a a PARKING STALL DETAIL AND DOWEL CONNECTION, REC a a a E:709789.02. IN PLACE, TYP. TYP., RE SHEET SIGN LEGEND "''.y FENCE, TYP., ° d °' \��\ CONCRETE SECTION DETAIL L T a ° N:659505.59 5.0' CONC. NRK RESTRCT. a - ° a a ° E709807.00 6.0' CONC. �� SIDEWALK, TYP. EXISTING C500 FOR DETAIL va;', y; d a ° a d - d - SIDEWALK, TYP. ° LIGHT POLE, ' " 32753 ° a L,j Min • DEC.3 2021 l PAD 3, RE:STRCdT. ° - °a /a ° a a PLACE TYP N:659481.89 a a J - � / E:709996 45 • .k I d a d . N:659490.35 N:659466.74 / l FLUSH CURB AT ••/ANAL�-`�- / a °a -° a a a d / a °„,4 a d E:709856.25 �\' � E:709973.70 � \��)� ASPHALT PATH 12 X S 8 / d .a - a a ° a : " j CONNECTION a d d° d a a Nas9a�s.a7..4... ...._ / GENERAL NOTES: ° ° ° d a a. - - - ,' a a d4 °. a °. E:709903.05 -. (14. �.�� 1.5' SPILL CURB TYP./ a^ a' ^ da a _ / a. N:659469.96 �1 r�J a d ° ° / °. a. 4 a a < a a E:709922.13 N:659465.52 ° CIS_ �` 1. SHEET PROVIDED TO SHOW ALTERNATE LAYOUT WITH 01 ° a d a ° - a a 4 ° a E:709936.49 'L� .I \ COURT EXTENDING ADDITIONAL 8' TO EAST. TOWN TO N:659456.77 / . a a d - ° a- - a 4. CONFIRM WHICH LAYOUT TO BE UTILIZED. `: ° 4 ° ° ° a - a /a a / a- - - ADA PARKING ° �" y'�E:709990.87 f.. a aa N:659459.61 v J �, \ a 4 E:709955.60 CONTRACTOR TO PROVIDE SEPARATE PRICING FOR \ ° a d d SIGN, TYP. " Z N:659453.98 `� 4 a d - ° - ° a a ° PAD 2, RE:STRCT. - °O THICKENED SLABS d • _ 10" MOUNTABLE CURB, BOTH OPTIONS. NN Z E:709568.93 � ° .a - a d - �s ' EET C500 L.I_ - Z d ° / ° a a d a ° / EDGE, RE:STRCT. •° a. _° a d N:659452.27a- ,i / 2. REFER TO STRUCTURAL PLANS FOR POST TENSIONED 0 U d C? 4 a °, a - d - E709979.33 �'' N:659450.52 O aa a CONCRETE PAD, FENCING, AND PAD THICKENED EDGE J N:659441.23 / �< lop g° a a ° a. d ° ° ° n _ a E:709988.83Z -a a- /d. 9.58' INFORMATION. < Q E:709565.98 / 0 °- ° - A � a - _d a - a -a a - / AREA INLET, (n IL W FENCE, TYP., d ° ° 9 3. LANDSCAPE BEDS TO BE PROTECTED IN PLACE TO I- H a -a. - ^ - a / RE:SHEET C201 �N/ ��, - - / a - d a RE:STRCT. • a / d ° - ° / / / THE EXTENT POSSIBLE. COORDINATE LANDSCAPING z II Z X d ° a 4- a - PAD 1, RE:STRCT. ° d c ii / IMPROVEMENTS WITH TOWN. J O W / ad m- d • C. PAD FORO _ Uaad60 ° A ° PORT A JOHN. PAD LANDSCAPE BED GRADES WILL NEED TO BE RAIS > Q m a a MEET ADA GRADES. TO MATCH NEW CONCRETE PAD AND SIDEWALKLNLI d`�� - a ° aa - a a RE:SHEET C500 FOR GRADES, REFER TO SHEETS C200-C201 FOR Q f2U Z W/ t a - ° ° a a _ a ad a / THICKENED EDGE DETAILPROPOSED SITE GRADING INFORMATION. 0 H d f^/ N:659411 74�` a ° ° a a d _ N Q d a a ° a i' / 5. REFER TO SHEET C400 FOR EROSION AND SEDIMENTvJd' z E:709705 45 7 d a - as 2p83' a a iI - a FENCE, TYP., i/ CONTROL PLAN. O O H\ 9agQ , - -RE:STRCT. ° 6. REFERTOSHEET C500 FOR SITE DETAILS. Z LD Q� 4 a- a - a / l BOTTOM OF POND >> LOT LINE, TEE 4/l a a d _ _ a d ° a_ / LIMITS, TYP. H PAVING NOTES: O - ° cn a N:659376.03 �.� ° ° a °' 1. SECTIONS PROVIDED ARE TYPICAL RECOMMENDATIONS. E:709820.88 \ a ° a - a /// l ASPHALT PATH ALL SECTIONS TO BE VERIFIED BY GEOTECHNICAL \, ad a -- / ENGINEER PRIOR TO CONSTRUCTION. EAGLE RIVER WATER AND 5' CATCH < a / y 2. ALL AGGREGATE BASE COURSE (ABC) TO BE CDOT E I �_, a A a - / CLASS 6. Z s �. a a 3. CONCRETE SIDEWALK, CONCRETE PORT-A-JOHN PAD, SANITATION DISTRICT CURB, TYP. �` ��` / AND CONCRETE PARKING PAD TO BE CDOT CLASS D, n ►i. IRRIGATION UAL✓E ? TREA TMENT PLANT ` ��;„� BOXES, TYP. TYPE COMPREISSIVE STRENGTH OF 4 51TH A 00 PSIMINIMUM Q N EXISTING GENERATOR TO BE 4. CONCRETE PARKING SECTION AND PORT-A-JOHN PROTECTED IN PLACE N:659337.95 PAD TO BE 6" PORTLAND CEMENT CONCRETE OVER N:659325.09 / ,� E:709943.96 6" ABC. \\ E:709929.56 / / 5. CONCRETE SIDEWALKS TO BE 4" PORTLAND CEMENT \ \ / CONCRETE OVER 4" ABC. \ // 6. TACK COAT AND MATCH EXISTING ASPHALT o / ELEVATIONS AT SA CUT LINES. ASPHALT SECTION TOE MATCH EXISTING, NIMUM 4" HMA OVER 6" ABC. 'S 0 T 7. DOWEL PROPOSED ONCRETE CURB, GUTTER, AND -0 PAVING INTO EXIS I G CONCRETE PER DOWEL DETAIL -"-- SHEET C500. a u Nm a o w ,:, F SURVEY NOTES: 0 LINE TABLE CURVE TABLE te e' m N 1. SURVEY PERFORMED BY PEAK LAND SURVEYING, INC. ON SEPTEMBER 2, aw63 START START END END START START END END �ax NUMBER DIRECTION LENGTH NUMBER DELTA ANGLE RADIUS ARC LENGTH CHORD DIRECTION CHORD LENGTH o NORTHING EASTING NORTHING EASTING NORTHING EASTING NORTHING EASTING 2021. • a L1 N72'26'51"W 15.06' N:659468.88 E:709937.57 N:659473.42 E:709923.20 C1 16'32'50" 43.36' 12.52' N64'32'52"W 12.48' N:659563.58 E:709626.47 N:659568.94 E:709615.20 2. BENCHMARK: NGS CONTROL POINT "T 280" ELEVATION=7731.29 (NVD88). I. I N - _ 20 10 0 20 40 0 L2 N73'06'42"W 19.97' N:659473.42 E:709923.20 N:659479.23 E:709904.09 3. BASIS OF BEARING: NAD83 COLORADO STATE PLAN COORDINATES, CENTRAL SCALE: 1"=20' o - o o ZONED 502, PROJECT DATUM SCALE FACTOR: 1.0003718826 FROM ORIGIN ALL LINEAL DIMENSIONS ARE IN U.S.SURVEY FEET w�wQ L3 N73°06'42"W 100.56' N:659479.23 E:709904.09 N:659508.44 E:709807.87 OF 0,0 STATE PLANE COORDINATE SYSTEM ROTATED -00'34'27" FROM 0 o o �'ow Q SITE HORIZONTAL CONTROL NOTES: PLATTED. Jw yz _ c L4 N73°OTOS"W 18.81' N:659508.44 E:709807.87 N:659513.90 E:709789.87 J . � ` - >, >, � =88gs 1. ALL RADII FOR TRAILS AND SIDEWALKS SHALL BE A MINIMUM OF [5] FEET. .✓ , a' m m a' z:=�F o L5 N73°04'28"W 113.15' N:659513.90 E:709789.87 N:659546.84 E:709681.62 �� 0 O E 0 c c a wo83z a 2. ALL DIMENSIONS, CURVE DATA AND LINE DATA ARE AT FLOWLINE OR EDGE OF CONCRETE UNLESS OTHERWISE NOTED. 'LF{)�/H�` 1'L\1 z 0 .�' a 0 =���� w L6 N73°08'42"W 19.40' N:659546.84 E709681.62 N:659552.47 E709663.06 7 <w NN ", L7 N73'06'20"W 38.24' N:659552.47 E:709663.06 N:659563.58 E:709626.47 3. ALL PAVEMENT MARKING WITHIN PARKING AREA SHALL BE PAVEMENT MARKING PAINT. ALL PARKING STALLS SHALL BE FOUR INCHES (4") WIDE WHITE PAVEMENT MARKING PAINT. PAVEMENT MARKINGS SHALL BE IN KNOW WRAE•B BELOW. CALF BEFORE YOU oiC o p` oN8z E r• 7 ACCORDANCE WITH SECTION 627-PAVEMENT MARKINGS, OF THE STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION - COLORADO DEPARTMENT OF TRANSPORTATION, LATEST EDITION. ,- ° a a L9 N72'48'31"W 128.83' N:659336.99 E:709943.67 N:659375.07 E:709820.59 .0' 0- � m 0 4. ALL CURB AND GUTTER WITHIN PARKING AREA IS SIX INCHES (6") VERTICAL CURB WITH [1'] PAN, UNLESS OTHERWISE NOTED. ALL CURB AND GUTTER WITHIN RIGHT-OF-WAY IS SIX INCHES (6") VERTICAL WITH [2'] PAN CALL 811 2-BUSINESS DAYS IN ADVANCE a izo L10 N17'48'10"E 23.31' N:659458.10 E:709987.72 N:659480.30 E:709994.85 UNLESS OTHERWISE NOTED. •- r� BEFORE YOU DIG, GRADE OR EXCAVATE FOR d 11„ z • i9 L11 N72'11'50"W 14.00' N:659480.30 E:709994.85 N:659484.58 E:709981.52 5. ALL PAVEMENT IS CONCRETE UNLESS OTHERWISE NOTED. REFER TO SHEET C500 FOR PAVING DETAIL. MARKING OF UNDERGROUND MEMBER UTILITIES MARTIN/MARTIN ASSUMES NO RESPONSIBILITY FOR UTILITY Sheet Number: T L12 S17°48'10"W 18.00' N:659484.58 E:709981.52 N:659467.44 E:709976.02 6. FLOWLINE RADIUS IS [3] FEET UNLESS OTHERWISE NOTED. LOCATIONS, UNLESS OTHERWISE NOTED, THE UTILITIES SHOWN ON o z THIS DRAWING ARE BASED ON INFORMATION PROVIDED BY OTHERS 03 S72°19'03"E 8.93' N:659460.82 E:709979.22 N:659458.10 E:709987.72 C 1 OO.� o 7. CONTRACTOR TO SUBMIT JOINT PATTERN FOR CONCRETE PAVEMENT, PRIOR TO CONSTRUCTION, FOR APPROVAL. SEE JOINT DETAILS IN PLANS. AND DEPICTED AS ASCE (38) QUALITY LEVEL D. IN ACCORDANCE (' U WITH THE PROVISIONS OF COLORADO REVISED STATUTE, TITLE 9, IT 0 L14 S72°19'03"E 20.00' N:659468.88 E:709937.57 N:65946281 E:709956.62 8. CONTRACTOR TO COORDINATE WITH TOWN FOR LANDSCAPING REQUIREMENTS. IS THE CONTRACTORS RESPONSIBILITY TO CALL COLORADO 811 w o0 Lis S72'14'19"E 24.81' N:659462.81 E:709956.62 N:659455.24 E:709980.25 UTILITY LOCATE SERVICE FOR UTILITY LOCATES BEFORE DIGGING, z 9. THESE PLANS ARE BASED UPON THE TENNIS COURT PLANS PREPARED BY KWS ENGINEERING, DATED 10/22/2021 AS PROVIDED DIGITALLY. ANY SUBSEQUENT REVISIONS TO PLANS ARE NOT REFLECTED IN THIS PLAN SET. AND FIELD VERIFY THE SIZE, MATERIAL, HORIZONTAL AND VERTICAL o a L16 S17'34'35"W 16.08' N:659456.77 E:709990.87 N:659441.44 E:709986.01 LOCATION OF ALL EXISTING UTILITIES (DEPICTED OR NOT DEPICTED) 9 o' 10.REFER TO ELECTRICAL PLANS FOR SITE LIGHTING POLE LOCATIONS. COORDINATE ANY DISCREPANCIES WITH ENGINEER PRIOR TO INSTALLATION OF POLE BASES. PRIOR TO THE COMMENCEMENT OF ANY CONSTRUCTION. a o 1 AVON ELEMENTARY SCHOOL �,- LEGEND Z i4 15' EXISTING PROPOSED EXISTING PROPOSED CC :,_ N/� ���// PROPERTY LINE -- 0INLET Q °�° 0 o EXISTING WALK TO THE WEST NOT SURVEYED. LT PARKING LOT\ 7414/ RIGHT-OF-WAY LINE --- < FARED END SECTION ® Z z o I CONTRACTOR TO CONFIRM SIDEWALK TIE-IN I IS ADA COMPLIANT. REFER TO SHEET C000 /' SECTION LINE SIGN .1. H j g FOR ACCESSIBILITY ROUTE NOTES. CROSS EASEMENT --- GRADING ARROW o8. SLOPE NOT TO EXCEED 2.0%. CONTRACTOR / I o 'a Ti TO NOTIFY ENGINEER IMMEDIATELY OF ANY EX LIGHT POLE TO I RETAINING WALL DECIDUOUS TREE M CONFLICTS OR DISCREPANCIES. BE PROTECTED IN 0 2 13.5t PLACE, TYP. CURB & GUTTER EVERGREEN TREE N g I �_M.E� —_ -7415 _`_ - ----5750---- CONTOURS 5750 0 BUSH/SHRUB o� — — ---------------- \1 �`` ox ,39a H -7415-- --- 1�a 13�4 oi'i , HP - 74140— --7414--Q T G�B o G8 Gg _ ,7413 -- -----ST----- STORM SEWER ST DRIVE DESCRIPTIONS DRIVE I e 3�9, f �3/n 0.5% a. p '3„ p = ' A::3„ d 1.2%� a n - 0.3%� d 13�0 i 0.2%4 a ID /9\ 13st .S-. or, G� 5 STORM MANHOLE w n E 132'4 3 4' o ° SPOT ELEVATIONS o G.B. -----RD----- ROOF DRAIN R_ X x x x x L A - X `�X X x \7, n _ ` X X X X 1 13.68 eB eB 4 U- 13.68 \— ./ FGW=12.92 1 TOS 4 A \\ TOS \,,,,,'X 4Q 4A \ — / 4 4 A \\ EXISTING WATER FOUNTAIN TO 4 / Q \ BE PROTECTED IN PLACE, GRADING NOTES: !sT us7 4 - - SIDEWALK TO TIE-IN TO 13.57 FGW=12.82 TOS - Q - 4 .\L FOUNTAIN WITH SLOPE LESS TOS - �;J�' (�y Q THAN 2.0% IN ANY DIRECTION 4 - I 1. ALL SITE GRADING [EXCAVATION, EMBANKMENT, AND COMPACTION] SHALL CONFORM TO THE RECOMMENDATIONS OF THE LATEST 32753 4Q - \ GEOTECHNICAL INVESTIGATION FOR THIS PROPERTY AND SHALL FURTHER BE IN CONFORMANCE WITH THE TOWN OF AVOWS 7 DEC. O21 J 1 - - Q _ 4 Q \ - - I 4 "STANDARDS AND SPECIFICATIONS FOR THE DESIGN AND CONSTRUCTION OF PUBLIC IMPROVEMENTS," LATEST EDITION. • X Q 4 I t,.\ y Q A _ 4 2. THE GRADING DESIGN SHOWN HEREON HAS BEEN PREPARED IN CONFORMANCE WITH THE REQUIREMENTS OF FHA AND HUD •L �-`�- OJ 4Q '0 - 4 A - I A CRITERIA AND TO THE GREATEST EXTENT POSSIBLE. THESE PLANS ARE TO BE PROVIDED TO THE GEOTECHNICAL ENGINEER FOR ril _ i - - REVIEW AND COMMENT RELATIVE TO COMPLIANCE WITH THEIR RECOMMENDATIONS. IF THE GEOTECHNICAL ENGINEER DETERMINES xQ AREA WEST OF PROJECT PROPERTY NOT ---__ Q i� - 4 ::14 THE DESIGN MAY COMPROMISE THE ACCEPTABLE PERFORMANCE OF THE STRUCTURES AND/OR PAVEMENTS, UPON RECEIPT OF SURVEYED. CONTRACTOR TO CONFIRM 7473, QTHE WRITTEN COMMENTS FROM THE GEOTECHNICAL ENGINEER, COMMENTS WILL BE DISCUSSED AND RESOLVED WITH THE OWNER m x - 4 QIAND THE GEOTECHNICAL ENGINEER, AND WILL BE ADDRESSED IN A MANNER AS DIRECTED BY THE OWNER. POSITIVEDRAINAGEFROMNORTH TO 7 QSOUTHISACHIEVABLE. INSTALL 4 4 3. ALL NEWLY CONSTRUCTED OR ALTERATIONS OF ACCESSIBILITY ROUTES (WALKS, RAMPS, ENTRANCES, ETC.) SHALL COMPLY WITH (/) rnC v xLANDSCAPE SWALE IF NECES • SARY TO QQ THE RULES AND REGULATIONS SET FORTH BY ADA, ADAAG, CITY, STATE, FEDERAL OR JURISDICTION HAVING AUTHORITY, INCLUDINGV4 \�� Q U BUT NOT LIMITED TO: 57 MAXIMUM GRADE ON WALKS WITHOUT HANDRAILS, 8.33% MAXIMUM GRADE ON WALKS WITH HANDRAILS NH Zm Q PROVIDE POSITIVE DRAINAGE. NOTIFY 4Q 72 AND LEVEL LANDINGS (MAXIMUM 2% COMPOSITE SLOPE), 2% MAXIMUM CROSS SLOPE ON WALKS AND 2% MAXIMUM COMPOSITE x ENGINEER IMMEDIATELY OF ANY CONFLICTS A 4 A I IW SLOPE IN HANDICAP PARKING/LOADING AREAS. NO TOLERANCE REGARDING MAXIMUM SLOPES WILL BE ALLOWED. DURING 0 U CONSTRUCTION, CONTRACTOR SHALL COORDINATE AS NECESSARY WITH OWNER, DEVELOPER, ENGINEER, ARCHITECT, OR DESIGNATED OR DISCREPANCIES. EXISTING 4 I OFFICIAL IF RULES AND REGULATIONS OF ACCESSIBILITY ROUTES CAN NOT BE MET. IN ADDITION, OWNER IS ADVISED THAT � < CO x INFRASTRUCTURE TO BE PROTECTED IN A 4 CONC. THICKENED REGULAR MAINTENANCE PROGRAMS SHOULD BE IMPLEMENTED AFTER CONSTRUCTION TO KEEP EXISTING ROUTES SAFE, USABLE, (/) L.L O I EDGE, RE:STRCT. AND ADA COMPLIANT. z PLACE. COORDINATE LANDSCAPING WITH Q 4 Q 6 w Z i a rI y x - OWNER. PAD 3, RE:STRCT. Q Q z 4. IT IS THE INTENTION OF THE PROJECT GRADING PLANS TO BE IN STRICT COMPLIANCE WITH, AND OR EXCEED, THE PROJECT'S J a Q 4 I /PAD GEOTECHNICAL ENGINEER'S GRADING RECOMMENDATIONS. IF THE CONTRACTOR BELIEVES A DEVIATION EXISTS BETWEEN THE PLANS 2, RESTRCT. J AND THE GEOTECHNICAL RECOMMENDATION, THE CONTRACTOR SHALL NOTIFY THE ENGINEER IMMEDIATELY AND REQUEST WRITTEN > _ xZ- 7 = CLARIFICATION PRIOR TO PROCEEDING WITH WORK. THE GENERAL CONSTRUCTION SPECIFICATION IS THAT THE MOST RESTRICTIVE W U 4 Q 4 � 4 Q ( (� REQUIREMENT/RECOMMENDATION GOVERNS THE CONSTRUCTION OF THE PROJECT. Q LI s I- LL Et x - 4 A - A 4 O Q 5. IF THE OWNER ELECTS TO UTILIZE FOUNDATION SYSTEMS AND/OR PAVEMENT DESIGNS THAT REQUIRE SPECIAL CONSIDERATION FOR O (/) (.'J Q - o CONTROL OF SUBGRADE MOISTURE, SPECIAL PRECAUTIONS AND EXTRAORDINARY DESIGN PARAMETERS SHALL BE THE H I �x A 4 A 4 RESPONSIBILITY OF THE GEOTECHNICAL ENGINEER IN CONCERT WITH THE FOUNDATION/PAVEMENT DESIGN. IT IS ACKNOWLEDGED y A /� 4 A THAT VARIOUS FOUNDATION SYSTEMS REQUIRE DIFFERENT LEVELS OF SUBGRADE PREPARATION, DRAINAGE DESIGNS, AND/OR Z LL A 4 Q A 4 7413 I A 1 SUBSURFACE DRAINAGE CRITERIA THAT ARE BEYOND THE PURVIEW AND RESPONSIBILITY OF MARTIN/MARTIN, AND THE GRADING x 4 Q PLANS SHOWN HEREON. THE INCORPORATION AND EXECUTION OF THESE SPECIAL PRECAUTIONS SHALL OCCUR IN CLOSE O O \ 4 - - - 4 A COORDINATION WITH THE GEOTECHNICAL ENGINEER'S DESIGN AND CONSTRUCTION OBSERVATIONS. x A 4 - A 4 Q 6. GRADING SHOWN HEREON IS DESIGNED TO ADDRESS PROPER DRAINAGE CONSIDERATIONS FOR THE PROTECTION OF THE E- U I 4 A - 4 Q - Q I STRUCTURES AND IMPROVEMENTS WITHIN THE PROJECT. THE COORDINATION OF THIS DESIGN AND COMPLIANCE WITH THE • GEOTECHNICAL ENGINEER'S RECOMMENDATION WITH THE LANDSCAPE ARCHITECT'S DESIGN, IS THE RESPONSIBILITY OF THE OWNER y 1 x - Q - 4 A L 4 - I AND/OR DEVELOPER. MARTIN/MARTIN HIGHLY RECOMMENDS THAT THE LANDSCAPE IMPROVEMENTS BE REVIEWED AND APPROVED a, Q 4 Q FOR COMPLIANCE WITH RECOMMENDATIONS OF THE GEOTECHNICAL ENGINEER. E 4 hn o s x - 4 /� - Q I 7. EXISTING ELEVATIONS SHOWN ON THIS DRAWING HAVE BEEN DEPICTED FROM BEST AVAILABLE INFORMATION AND ARE SHOWN TO z 4 - 0 A - - 4 THE EXTENT KNOWN. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO FIELD VERIFY EXISTING GRADE CONDITIONS AT THE 4 A LIMITS OF CONSTRUCTION AND AT LOCATIONS THAT INTERFACE WITH EXISTING OR PROPOSED STRUCTURES AND NOTIFY THE n x Q A - 4 - ENGINEER OF ANY DISCREPANCIES THAT CONTRADICT THE ENGINEERS INTENT FOR DRAINAGE PATTERNS, MAXIMUM AND MINIMUM I Q 4 - - o 4 Q' WITH CHANGES TO THE DESIGN WITHOUT PROPER NOTIFICATION. y 1 " • A 4 Q A 4 8. PROPOSED CONTOURS AND SPOT ELEVATIONS AS SHOWN HEREIN ARE DEFINED AS FINISHED ELEVATION AFTER PAVING, LANDSCAPING, ETC. CONTRACTOR SHALL COORDINATE WITH GEOTECH FOR PAVEMENT THICKNESS AND LANDSCAPE FOR THICKNESS x A 4 - • 4 A Q 4 OF TOPSOIL, SOD AND LANDSCAPE MATERIALS. 4 A - 4 4 Q I - 9. ALL SPOTS ARE TO FLOWLINE UNLESS OTHERWISE NOTED. FG = FINISHED GRADE, FF = FINISH FLOOR, TOF = TOP OF -� Q 4 FOUNDATION, HP = HIGH POINT, LP = LOW POINT, TOW = TOP OF WALL [FINISHED GRADE AT BACK OF WALL], BOW = BOTTOM 1 4 Q - Q - - A OF WALL [FINISHED GRADE AT FACE OF WALL], GB = GRADE BREAK, FL = FLOWLINE, TOC = TOP OF CURB. \� Q ;I r \ Q 4 4I `o A - - - 4 ,7'10. TEMPORARY CUT/FILL SLOPES SHALL NOT EXCEED A STEEPNESS OF [1.5:1] (H:V). PERMANENT SLOPES SHALL NOT EXCEED [2:1] TY-- - T Q ^ A 4 // Q 4 I (H:V) [UNLESS NOTED OTHERWISE] IN AREAS TO BE SEEDED OR SODDED. ct 3 -------I x 12.48 �� L� - 4 �\ - Q _I 11. CONTRACTOR SHALL ADJUST ALL EXISTING AND PROPOSED MANHOLE RIMS, VALVE BOXES, ETC. TO MATCH FINAL GRADE. - 7412-_ 12.48 FGW=11.72— OS w Z --_ X�X__ X - � H -7(-5F-_�(_ X_ X 7� X--X-� X NA x �� X X _-_7 X 12.MARTIN/MARTIN IS PROVIDING LINE AND GRADE FOR THE RETAINING WALLS SHOWN HEREON. THE WALL LAYOUT/GRADING SHOWN z OS X —— 4�— m -.- .---- /// - IS PROVIDED TO THE WALL DESIGNER/CONTRACTOR AS A COURTESY. THE WALL DESIGNER SHALL TAKE INTO CONSIDERATION ALL o m z - _7¢72 _ _ _ JURISDICTIONAL REQUIREMENTS, GEOTECHNICAL INFORMATION AND REQUIREMENTS, AND GRADING/DRAINAGE PATTERNS IN THE Q o _-------- -----__ _ DESIGN OF THE WALLS. THE RETAINING WALL DESIGN NEEDS TO ACCOMMODATE THE EFFECTS OF UNCONTROLLED RUNOFF FROM _----- STEPPED CONCRETE SLAB, REaTRGT., EAGLE RIVER WATER AND UP-GRADIENT OF THE WALLS, INCLUDING HYDROSTATIC PRESSURE AND EROSION. z = LA o ----__ ---- CONTRACTOR TO PROTECT EX.-- - 0 o I ` PERIMETER DRAIN AND COBBLE FILTER -707j.____ SANITATION DISTRICT NO GEOTECHNICAL REPORT WAS PROVIDED FOR THIS PROJECT. CONTRACTOR TO CONSULT CURTAIN IN PLACE, TYP.- �k I TREATMENT PLANT GEOTECHNICAL ENGINEER A MINIMUM OF 2 MONTHS PRIOR TO CONSTRUCTION. GEOTECH TO 41-3 Z CONFIRM SOIL CONDITIONS AND PAVEMENT RECOMMENDATIONS AND NOTIFY ENGINEER a a I IMMEDIATELY OF ANY CONFLICTS OR DISCREPANCIES. N - - - w 3 AN > e, r�o< � O - J 0 0 J N ~ ` _., N N T >, a., _ice O Q V O LO IUl/ Oy 8$ z a) 3?pu'' o a U c MKNOW WHAT'S BELOW. CALL BEFORE YOU DIG. \ �O o — N 7 _ - O Imo O U °' CALL 811 2-BUSINESS DAYS IN ADVANCE 8-_ c Ea:o • c6� BEFORE YOU DIG, GRADE OR EXCAVATE FOR a F..F 'o . MARKING OF UNDERGROUND MEMBER UTILITIES z Sheet Number: MARTIN/MARTIN ASSUMES NO RESPONSIBILITY FOR UTILITY LOCATIONS. UNLESS OTHERWISE NOTED, THE UTILITIES SHOWN ON -N o THIS DRAWING ARE BASED ON INFORMATION PROVIDED BY OTHERS 0 °' a THEICPRD ASIASCE (CO) QUALITY LEVELED T. IN , TITLE 9, IT ^^O 0 U WITH THE PROVISIONS OF COLORADO REVISED STATUTE, TITLE 9, IT /v L w of I. I IS THE CONTRACTORS RESPONSIBILITY TO CALL COLORADO 811 o z 10 5 0 10 20 UTILITY LOCATE SERVICE FOR UTILITY LOCATES BEFORE DIGGING, SCALE: 1"=10' AND FIELD VERIFY THE SIZE, MATERIAL, HORIZONTAL AND VERTICAL og ALL LINEAL DIMENSIONS ARE IN U.S.SURVEY FEET LOCATION OF ALL EXISTING UTILITIES (DEPICTED OR NOT DEPICTED) a o PRIOR TO THE COMMENCEMENT OF ANY CONSTRUCTION. AVON ELEMENTARY SCHOOL ASPHALT TO SLOPE MATCH LINE THIS SHEET Z TOWARDS CONCRETE v _ > H W , _- _ � W a I j i I v I Q ASPHALT STANDARD ADA PARKING STALL & - 07 �. I 1 5' FLUSH I II II I I I / W O /� PARKING LOT SIGNAGE, (1.5% MAX SLOPE), -�? ° .°jry CURB TO I II I I \ 0 4- P TRANSITION OVER v I I / Z z O / CONC. PAVING, TYP., RE:SHEET--' '' z O 2 C500 FOR ADA PARKING STALL - 1' AT EDGE OF / I I n / V DETAIL n. ° 11.9i ASPHALT PATH/ a CL z z 2 '� -- ° 1.5' SPILL / I I I '? / Q Z O 8. EX LIGHT POLE TO ADJUST PAVER STAIRS 74j5 / EX LIGHT POLE TO ADJUST PAVER STAIRS - EX. LIGHT CURB, TYP. / I I' / // C O a BE PROTECTED IN TO MEET FINAL GRADE -- _, I I V G L, M a BE PROTECTED IN TO MEET FINAL GRADE POLE TOE BEED 4 / PLACE, 7YP. // PLACE, TYP. /- - PROTECTED 4.5' TAPERED CURB 15° m )1 IN PLACE, �� • '�� ° a,�sa 11.73 I / z g o TYP. . ke` o.-- 61 I 1 I `"a ---7473- 7473 2j-I 32 zb -7472- � o I 12.3�- / I _O a 1GB-� 1Gg 1 ` _ 1c. . 12 7472' 1-- 11.75 I I V fl N 12? M.E. 10" MOUNTABLE a ° Gg_ry� G.B. �08%_ cc CURB, RE:SHEET \ I cI < LL o ° 747 3 a - - - a\ ° 4 n- 00 ° a ° 12.21 - ., - a . c v6�`i '11.63 1 I \V c 29b 12y6: 12. - ° a 1225 a °12T8 _ 12TJ ° d C1159 I C500 I I 1 I r 0.2%_ Ge. ' Gg 0.7%,. a _ 0.7%__. ° GB. 0.2%- 0.2% - 0.2% G8 �2.7%_ ° L0.8%_ a I ( 12.3t I I I Li'm a 11 60 1152 - II .E ,yI o _ 0.2% 02%�. •° 0.2% - D°: 11G.6�_ „57`�4 1 I I I n m /2g2 - / g? - 12.92 FGW=12.29 12 ig 12 _r 12,, 12.p8 F 11•51 Alt \\ / p, 4 ♦ s , 1 Tosld� e / 2 t 9E Fa:i^ I I ATOs 4 9 \ i 7472 \ _3:1 1 4 4 - A- Q - 4 CONC. PAD TO MEET ADA - r•o-ry/'� .1 11.34 > > I I I 4 GRADES. RE SHEET C500 FOR / �, J i r I I I I I I 4 p THICKENED EDGE DETAIL I �FCW=11.3a 1 S .3> I I I E�' _ �' E�p�REG 4 0 4 V F I/ ,1`9 1 w4/ O r I I �E� PRK /ST 4 0 4 A k M1 swP�-E, I I ig- 1 e ,�* ,ey e` A 4 4 4 'f► �� I eE I I v I : , 3275' A Q 4 4 ` ' I 1 M" I I BOTTOM OF DITCH koC �1 A A � ,1 4 10 /I v 1082 11.at I I Iij i i,,,„,L '/Ep Q - 4 - A7472 4 A --1/ / ISWO-- M-r 1 4 0 o A 4 • 4 0 0: I J I Ivg/ i z • CV 4 A 4 'I (r) Fn U _ ---------��� - A - x � � STORM EXTENSION, I / V Z ------7472-- - Q 4 A -/ -- ' , I RE:SHEET C300.A I I V 1y z F W ---- A 4 4 x 4 rftI I 11 ^°I IX W 4 A4 �_-- I..� A h 1 1 1 �1O�1 U wQPAD 2, RE:STRCT. A �� _----- -' 4 ��------ x -`I��IhI 11 N ^ 3:,' I _.2:, I Li Q mW p 4 Q4 7417--- - A Q 4 & A/. ��1�'� Ii A NN 1 I I a wz CONC. THICKENED4 A/ x II I a I 1 I I Z J ~ PAD 1, RESTRCT. 4 II y 1 I I I O Q J 4 EDGE, RE:STRCT. A I I I I (n Z • A f v Ex OUTLET > 4 II 0 4 A x 41. #410 1 v I I STRUCTRE TYP. Z z LLI IL I- 4 4 4 0 oa 1F� I I� j 1 2 p f I I / Q U J • 4 Q II x ,o I ll��swPE ME. I Q O 2 4 4 I 4 0 x, 0 I / 10 / Q 1.�A A 4 I 4 10)4 I I v M.E I Z j d A 4 A 4 A x 41 4 SUBSURFACE IMPROVEMENTS REQUIRED I I I O Z Q BELOW CONC. SLAB. OVER-EXCAVATION, r N v v 0 4 . A _ 4 A - , ( FILL, COMPACTION, AND GEOGRID ^V, a / I- U Q • 4 0 x .� PLACEMENT RECOMMENDATIONS TO BE - ? / Q A 4 n^: Q 4 A -4 PROVIDED BY GEOTECHNICAL ENGINEER. - - I I I Ur .�I GEOFABRIC TO BE MIRAFI RS 580i OR - 4 A x EQUAL. INTERMEDIATE GEOGRID TO BE - __ 9 4I A 4 A I TENSAR TX140 OR APPROVED EQUAL. E A A 4 4 �x I v l z 4 A iI II YI NOTES: 4 0 Q 4 0 1 A 4 A x I I I 1. SEE ADDITIONAL NOTES ON SHEET C200 FOR ADDITIONAL Q, n 7412 4•- 4 ! • I' 4 A Q 4 - �I u I i i I SW LE, NOTES AND INFORMATION. Q N A If Q x A J II 4 A4 1' II I �0 4 x S'op A 4 �' d A 4 I" i 19(, 15f! <�I 4 A 4 Q 4 X I M.C . I A 4 4 4 y II I o Q - 4A -. . - I I I RAISE EXISTING 'm 4 RE:STRUCTURAL PLANS FOR j411 / / IRRIGATION BOXES > v I A - 0 4 A TENNIS COURT AND CATCH 4 x 5'•11 I� TO FINAL GRADE, a 4 2 - CURB/C�ONNECTDETAIL _ 4 • •1o.as���yaP4, I ►G'%IIIIII TyP. �n - 1112 - 11.. 1 FGW'=11.12- 4 T 3A 9ili I ' _X__ X _X Y ,os -- . X X ° 0_ 0.39f 5 '-'. o�/:-- 0.2 �I _Za -` I1, � a N m C9 ------ -_7472 I___ __ __ 11' ,41 z - sa 7417 -- - ax I. roc .� K ¢ STEPPED CONCRETE SLAB, RE:STRCT. B00-- - 7472 --- N ___-1---1.5' CATCH" \ 10�6 I I I I 1,M 11 I E z = 1 \ 1 1 ce •0 CONTRACTOR TO PROTECT EX. EAGLE RIVER WATER AND __ CURB, TYP- \ 1 I yE 1 I _;I 1 Swp�E I I c y PERIMETER DRAIN AND COBBLE FILTER -7472 / ,- I 1 1 1 t pt o v CURTAIN IN PLACE, TYP. SANITATION DISTRICT F\ Iv oa I %' I I ,MiE pk Z TREATMENT PLANT 7473 - _ i SWP� ' _! I 10 II R0�3 LA 0_ LEGEND 0 5 scALE: 1"=10 20 _ - N i, CDOT CLASS 6 BASE MATCH LINE THIS SHEETa�w= o EXISTING PROPOSED EXISTING PROPOSED COURSE IN DIIAREA ALL LINEAL DIMENSIONS ARE IN U.S.0 SURVEY FEET 7 W 5 �OOQ� aw E� (^ E� EDGE OF EX. ASPHALT �_� \. _-, N -, > > _1 .,r o o t PROPERTY LINE -- O INLET 8• CONC. SLAB, _1 a a _1 SwozQ Q W, RE:STRCT. NO GEOTECHNICAL REPORT WAS L L >, N 2g8--- RIGHT-OF-WAY LINE --- < FLARED END SECTION ® _ _ r \ / \ p0 p0 z��_ 22 _ _ _ _ D /�% PROVIDED FOR THIS PROJECT. SECTION LINE SIGN s RE:No E 1 i � _ �I_3._ _ _ _ /j���V��� CONTRACTOR TO CONSULT LO D z rl r, • N -III= = / GEOTECHNICAL ENGINEER A owoa o EASEMENT -i GRADING ARROW \�j/\��t' c`, �.,1s� s�s� ass �o �� �� MINIMUM OF 2 MONTHS PRIOR .pow WHAT'S BELOW. CALL BEFORE YOU nie. o ` - RETAINING WALL �� _ ._ w�A �A/��A/��A/��� TO CONSTRUCTION. GEOTECH TO ��w DECIDUOUS TREE O �wm RE"°TF 2 iii�� 'x'�' '' ' %j\//j�/ jam��i/� CONFIRM SOIL CONDITIONS AND 81 1 ' �_?_ j CURB & GUTTER EVERGREEN TREE • ,A 7A7,/ �� � ��/\,\A\� CALL 2-BUSINESS DAYS IN ADVANCE d TE FOR .c m j ----5750 CONTOURS 5750 BUSH/SHRUB 11' MINIMUM ' PAVEMENT RECOMMENDATIONS MARKING OFEFORE UUNDERGROUND MEMBER IG, GRADE OR AUTILTIES a ~��z NOTES: OVER-EXCAVATION LIMIT UNDISTURBED SUBGRADE AND NOTIFY ENGINEER o IMMEDIATELY OF ANY CONFLICTS MARTIN/MARTIN ASSUMES NO RESPONSIBILITY FOR UTILITY Sheet Number: -----ST----- STORM SEWER ST DRIVE DESCRIPTIONS DRIVE 1. OVER-EXCAVATE SUBGRADE BELOW CONCRETE SLAB EXTENSION AND CUTOFF WALL BY 3' MINIMUM. FINAL DEPTH MAY BE OR DISCREPANCIES. LOCATIONS. UNLESS OTHERWISE NOTED, THE UTILITIES SHOWN ON a B �I J. GREATER, TO BE DETERMINED BY GEOTECHNICAL ENGINEER IN FIELD. BACKFILL MATERIAL TO BE CDOT CLASS 2 OR - THIS DRAWING ARE BASED ON INFORMATION PROVIDED BY OTHERS BT STORM MANHOLE A �'� SPOT ELEVATIONS F`� APPROVED EQUAL. AND DEPICTED AS ASCE (38) QUALITY LEVEL D. IN ACCORDANCE C2/14 A --RD----- ROOF DRAIN RD 2. GEOFABRIC TO BE PLACED AT BOTTOM OF EXCAVATION. FABRIC TO BE MIRAFI RS S80i OR APPROVED EQUAL. WITH THE PROVISIONS OF COLORADO REVISED STATUTE, TITLE 9, IT w of 3. INTERMEDIATE GEOGRID TO BE PLACED AT EVERY 8" LIFT OF BACKFILL IN OVER-EXCAVATION AREAS. GEOGRID TO BE TENSAR IS THE CONTRACTORS RESPONSIBILITY TO CALL COLORADOI8G. o z TX140 OR APPROVED EQUAL. UTILITY LOCATE SERVICE FOR UTILITY LOCATES BEFORE DIGGING, AND FIELD VERIFY THE SIZE, MATERIAL, HORIZONTAL AND VERTICAL o z OVER EXCAVATION SECTION A-A DETAIL LOCATION OF ALL EXISTING UTILITIES (DEPICTED OR NOT DEPICTED) NOT TO SCALE PRIOR TO THE COMMENCEMENT OF ANY CONSTRUCTION. a o � LEGEND Z `,2 EXISTING PROPOSED I z N a I PROPERTY LINE a Z a o w o _---_------- 5.89LF 12" I I / --- RIGHT-OF-WAY LINE - a -HDPE © 4.73% v I ( -- \ 12"SQ.NYLOPLASTINLET o L Z �a 12"TO 24"SADDLE TAP SECTION LINE E (J • a W/12"ADA COMPLIANT GRATE p _1 CONNECTION CC 2 GR=7411.54 a I / I. I INV.=7408.69 EASEMENT a m p 0 p o INV.OUT(SE)=7409.00 ;,• N:659448.15 o > N:659452.28 A'''''' , E:709989.45 / , / , / , / / / / RETAINING WALL , , , , , , , / , / 2 X. E:709985.25 / ' /\ m a EX 24"RCP 0 ('r,I \STORM PIPE CURB & GUTTER A. 4.81 LF 24"� �V ~z MARMAC DISSIMILAR 4 HDPE ® 1.08% vl /�'pIPE COUPLER UTILITY CROSSING ® o- I //I I INV.=7407.97 --- N:659442.39 --ST----- STORM SEWER ST cc^o • � / 01 I 1 I II 50 STORM MANHOLE 0 E:709985.96 N /�I, 24"NYLOPLAST INLET 'o Q ' /I IGR=7411.19 -----RD----- ROOF DRAIN RD ^a,I II I INV.OUT(S)=7408.00 II STORM INLET . • N:659438.29 4 I\ 1 vl E:709983.44 < FLARED END SECTION / O. /S I -----SS----- SANITARY SEWER ES ,y T L I a SO SANITARY MANHOLE 0 cY;' � C�� / O I I Q CLEAN OUT ©o oec ovA •/ ^ v -----W----- WATER LINE W •.� ^t,X I o I �` 4 I• II 4^ o WATER VALVE 8 I> 11 11 k ^ .0. FIRE HYDRANT A A I 11 nl 1 INt- h �H WATER METER ® r^ Z I I 11 1 N. -----IR----- IRRIGATION LINE IR vJ 0 I > 1 i 1 d- III IRRIGATION CONTROL INN fl IZZJ W ml 11 1 F- ) X X X Y„a X \ ^I 1 1 22.73LF 24" r ---SHE---- OVERHEAD ELECTRIC w A /� I I I I HDPE@ 0.51% -----E----- ELECTRIC LINE E r^ m Z} LIGHT POLE * Z ? W 4 ~ il ‘,/, I ¢ POWER POLE 0 O J H 4 I I I I I II ® ELECTRIC METER �f,J U cc W • A I I 14 I I I I I 1 T----- TELEPHONE LINE T- J I I I I 1 1 TELEPHONE PEDESTAL QT LM Jil 1 Iz I • n 1I vI -----CT----- CABLE TV CT Z fl Q I I 1 1 I ---G----- GAS LINE G D 0_ I1I 1CC I I1 I I I , , SIGN J. O I- I II I I I eW MONITOR WELL (/2 • I I I 11 II DRIVE DESCRIPTIONS DRIVE I I I II I I z . 4 I I II I I A I ^o I I I M STORM SEWER NOTES: �Ta"A I �" I a I 1. ALL MATERIALS AND CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE COLORADO DEPARTMENT OF I I I .-4: I� I I TRANSPORTATION STANDARDS, MATERIAL SPECIFICATIONS, AND DRAWINGS. ALL STORM SEWER CONSTRUCTION 4 I I�.. SHALL BE APPROVED AND INSPECTED BY THE TOWN OF AVON. X X X X -I X. ,J I 2. CONTRACTOR SHALL VERIFY HORIZONTAL AND VERTICAL LOCATIONS OF EXISTING STORM SEWER POINTS OF Jam_- .... I • I CONNECTION PRIOR TO CONSTRUCTION OF ANY PROPOSED STORM SEWER. I I II 1 3. ALL JOINTS AND JOINTING MATERIAL SHALL CONFORM TO THE FOLLOWING MINIMUM REQUIREMENTS. (REFER TO I I II c MHFD SPECIFICATION 33 41 00 FOR ADDITIONAL INFORMATION): 24"FES 4,I I II II A. RUBBER GASKET JOINTS FOR TONGUE AND GROOVE OR BELL AND SPIGOT PIPE USING A CONFINED /> INV.=7407.37 �1 I I . 3 GASKET JOINT SHALL CONSIST OF AN 0-RING RUBBER GASKET OR OTHER APPROVED GASKET N:659322.93 / ,7 CONFIGURATION AND SHALL CONFORM TO THE REQUIREMENTS OF ASTM 361, ASTM C443, ASTM C1619, E:709941.54 II cc a OR ASTM C1628 FOR THE PIPE DESIGNATED. UNLESS OTHERWISE APPROVED BY ENGINEER, THE I I I I I I \ z STANDARD JOINT CONFIGURATION SHALL BE AS NOTED IN MHFD SUBSECTION 3.04.F. I I I I I I I I �' B. RUBBER GASKET JOINTS FOR TONGUE AND GROOVE OR BELL AND SPIGOT PIPE USING A SINGLE OFFSET I I m o a JOINT SHALL CONSIST OF A NON-CIRCULAR RUBBER GASKET OR OTHER APPROVED GASKET / II 11 I I I / o z, o CONFIGURATION AND SHALL CONFORM TO THE REQUIREMENTS OF ASTM C76 OR ASTM 361 FOR THE .- I I v I I I / 1 z PIPE DESIGNATED. UNLESS OTHERWISE APPROVED BY ENGINEER, THE STANDARD JOINT CONFIGURATION I I 1 SHALL BE AS NOTED IN SUBSECTION MHFD 3.04.F. o Z oi C. GASKETS MAY BE NATURAL RUBBER, ISOPRENE OR NEOPRENE CONFORMING TO ASTM C1619. co o SEBz } c) 5. DISTANCES FOR STORM SEWER PIPE ARE THE HORIZONTAL DISTANCES FROM CENTER OF MANHOLE TO CENTER , m /� OF MANH wok 4aOLE. THEREFORE, DISTANCES SHOWN ON PLANS ARE APPROXIMATE AND COULD VARY DUE TO xi o g VERTICAL ALIGNMENT AND MANHOLE WIDTHS. w z LL N A /�, 6. ALL STORM SEWERS SHALL HAVE CLASS "B" BEDDING UNLESS OTHERWISE SHOWN. BEDDING MATERIAL SHALL «7 "0 CONFORM TO ASTM C-33 OR D-448, GRADATION NO. 67. - U 7. THE FLEXIBLE PLASTIC JOINT SEALING COMPOUND SHALL BE "RAMNEK," RUBBERNECK OR APPROVED EQUAL. U J > > J c.oz o_ •- J o o J ow a c 8. THE CONNECTION OF A NEW STORM SEWER TO AN EXISTING MANHOLE/INLET/PIPE MAY REQUIRE CHANGES IN ` L- >, >, 0 =s8gs In ~ ELEVATIONS OR MODIFICATION TO EXISTING STRUCTURES. USE OF A PRE-CAST CONCRETE STRUCTURE OR / 1 al m m a+ z-a-i P MANHOLE INLET RECONSTRUCTION IS AT THE DISCRETION OF THE TOWN OF AVON. R A E 3 wo�3z O ° 9. CONTRACTOR SHALL IMMEDIATELY REMOVE DEBRIS DEPOSITED INTO PUBLIC MANHOLES AND OTHER PUBLIC ��LO` " ��O o p c oLO GALL BEFORE YOU DIG. STRUCTURES TO ELIMINATE THE POSSIBILITY OF PROPERTY DAMAGE DUE TO THE DEBRIS CAUSING BACKUP KNOW WHAT'S BELOW. CA o u w� N 7. INTO PRIVATE PROPERTIES. IF IT IS DETERMINED THAT DEBRIS CAUSED A BACKUP, THE CONTRACTOR SHALL _ -, o a ��mo w BE HELD RESPONSIBLE FOR DAMAGES. - -cz6 °' CALL 811 2-BUSINESS DAYS IN ADVANCE d c o w=83 10. NO TREES SHALL BE PLANTED WITHIN ANY SEWER EASEMENT OR WITHIN TEN [10] FEET OF ANY PUBLIC BEFORE YOU DIG, GRADE OR EXCAVATE FOR d SoeW o G MANHOLES, PIPES OR INLETS. MARKING OF UNDERGROUND MEMBER UTILITIES z MARTIN/MARTIN ASSUMES NO RESPONSIBILITY FOR UTILITY Sheet Number: g: 11. RIM ELEVATIONS SHOWN ARE APPROXIMATE ONLY AND ARE NOT TO BE TAKEN AS FINAL ELEVATIONS. LOCATIONS. UNLESS OTHERWISE NOTED, THE UTILITIES SHOWN ON - zo CONTRACTOR SHALL USE PRECAST CONCRETE ADJUSTMENT RINGS TO ADJUST THE MANHOLE FRAME TO THE THIS DRAWING ARE BASED ON INFORMATION PROVIDED BY OTHERS m I, REQUIRED FINAL GRADE, SUCH THAT THERE IS NO MORE THAN EIGHTEEN [18] INCHES FROM FINISHED GRADE AND DEPICTED AS ASCE (38) QUALITY LEVEL D. IN ACCORDANCE c3oo.J TO THE TOP OF THE CONE SECTION. THE RIM SHALL BE LEE' 1/8-INCH TO 1/4-INCH BELOW FINISHED WITH THE PROVISIONS OF COLORADO REVISED STATUTE, TITLE 9, IT H w ASPHALT. �� IS THE CONTRACTORS RESPONSIBILITY TO CALL COLORADO 811 UTILITY LOCATE SERVICE FOR UTILITY LOCATES BEFORE DIGGING, o z 10 5 0 10 20 AND FIELD VERIFY THE SIZE, MATERIAL, HORIZONTAL AND VERTICAL - 3 12. STATIONING/COORDINATES FOR AREA INLETS ARE AT CENTER OF INLET. STATIONING/COORDINATES FOR SCALE: 1"=10' o In FLARED END SECTIONS ARE AT CENTER OF FLARED END. ALL LINEAL DIMENSIONS ARE IN U.S.SURVEY FEET LOCATION OF ALL EXISTING UTILITIES (DEPICTED OR NOT DEPICTED) a o PRIOR TO THE COMMENCEMENT OF ANY CONSTRUCTION. LEGEND z �F�♦ H W �e % i y �cF��\`` AVON ELEMENTARY SCHOOL —SF—SF— SILT FENCE CDCC Z o / III �� CF VEHICLE TRACKING ,44 I II III iN \CF �_7415 � �� CONTROL �C III III III III V �CF J �Cp INLET PROTECTION IP H E a Q III III—I =1 \�� Qvi O III III II I III — \ �:— II III —� 1t _ °1 \CF ��i�� OUTLET PROTECTION OP CC o a z - -• �I IIIIIIII ` G m a u • /L \:\ \i��� •° ��F�p •--i - ` ==j' �,7414�-- \\\ ° • • STABILIZED STAGING AREA413) N Q • - , ) , siii 'cF ` STOCKPILE MANAGEMENT0 W - �t� ® \V �ti������ ACF III CD ,�/I ��' \ _F ` __ II III=III=III=III W/ PROTECTION rl W Ili \ \CF�CF`mI / �A� \CF` - - ---- —__ ;:�•':; CONCRETE WASHOUT AREAErip �,E. _ VTC \�_F!, 7413-- — —oaf LANDSCAPE ELEMENTS TO ' \�-'cF CONSTRUCTION / BE COORDINATED WITH TOWN \�� \` —CF—CF— FENCE CF® / \CF" \allft _ ROCK SOCK RSIp�A�i RECjs4 / 'c� �YL1LL PRK•C•T ,,4€110Y . ' \;\ �F` I � � LIMITS OF CONSTRUCTION • 32753Oy �/� / \_\`_ I ` • DEC.3,2021i / \ \ ```F' �c� I PERMANENT SEEDING PS _ •• `k �•p'. I/�L \,� /VAL 'AL p 4/ / \�� I \�� --------7412--- (�- I M EROSION CONTROL BLANKET /YYYY �� I/1 I / 7413 \\\ `-- BE COORDINATED WITH TOWN \\\ ` (( 440. LANDSCAPE ELEMENTS TOI/� ® // )4? ` OF AVON, TYP. \� r \\ 0 gt\ L� / ftiiii.„.........11411110r/ ,-, ��. Tt1Ii74l, - --- ��.I LL 0 _ ® / '' I4i:t*4 ,z���4�nn / > w,!4�,� �' z / Et 0 z Q I ak, teaat_ l !i `n��►�� �n�' O w /0/min , 40 O D ® \ / EXISTING SEDIMENT WITHIN WATER r� `�,,// 1^� I ~ v ' ��Y/ QUALITY POND TO BE CLEANED OUT �.,4`).!�`^a 4/ I ` � STARTING WITHIN THE LIMITS OF /j * + \ \ CONSTRUCTION AND EXTENDING �� ^ ,� --\; SOUTH TO THE WATER QUALITYnn�On 1�/ E `\-_-\i \: STRUCTURE OUTLET % .�n�nnn O s \ ,�nnnnnn z EAGLE RI VER WA TER AND �.®`V ��4 0 SANITATION TREA TREATMENT �\I) • �,�1rip„1�'•�O�/f ill �i 1:44►��� QG` 3 tf &ss ' d / _— / %(�i� i�/i i(/ o o „ / , ( •> EROSION CONTROL NOTES: ct o 1. THE CONTRACTOR IS RESPONSIBLE FOR OBTAINING ALL REQUIRED PERMITS AND IMPLEMENTING AND MAINTAINING EROSION AND SEDIMENT CONTROL MEASURES AT ALL TIMES DURING CONSTRUCTION TO PREVENT DAMAGING FLOWS ON THE SITE AND IN THE WATERSHED BELOW THE SITE. CONTROL SYSTEMS SHALL BE z INSTALLED PRIOR TO STRIPPING OF NATIVE VEGETATIVE COVER AND AS GRADING PROGRESSES. REFER TO SEDIMENT AND EROSION CONTROL PLANS AND STORM WATER MANAGEMENT PLAN. CONDITIONS IN THE FIELD MAY WARRANT EROSION CONTROL MEASURES IN ADDITION TO WHAT IS SHOWN ON THESE PLANS. THE riN -.. o PLAN MAY BE MODIFIED WITH APPROPRIATE APPROVALS AS FIELD CONDITIONS WARRANT. m o m w 2. NATURAL VEGETATION SHALL BE RETAINED AND PROTECTED WHEREVER POSSIBLE. EXPOSURE OF SOIL TO EROSION BY REMOVAL OR DISTURBANCE OF VEGETATION SHALL BE LIMITED TO THE AREA REQUIRED FOR IMMEDIATE CONSTRUCTION OPERATION AND FOR THE SHORTEST PRACTICAL PERIOD OF TIME. • o 0 0 3. TOPSOIL SHALL BE STOCKPILED TO THE EXTENT PRACTICABLE ON THE SITE FOR USE ON AREAS TO BE REVEGETATED. ANY AND ALL STOCKPILES SHALL BE LOCATED AND PROTECTED FROM EROSIVE ELEMENTS. z U o o y 4. AT ALL TIMES, THE PROPERTY SHALL BE MAINTAINED AND/OR WATERED TO PREVENT WIND-CAUSED EROSION. EARTHWORK OPERATIONS SHALL BE DISCONTINUED WHEN FUGITIVE DUST SIGNIFICANTLY IMPACTS ADJACENT PROPERTY. IF EARTHWORK IS COMPLETE OR DISCONTINUED AND DUST FROM THE SITE CONTINUES TO r4PE m j CREATE PROBLEMS, THE CONTRACTOR SHALL IMMEDIATELY INSTITUTE MITIGATIVE MEASURES AND SHALL CORRECT DAMAGE TO ADJACENT PROPERTY. grAE Rn: o z 5. PERMANENT OR TEMPORARY SOIL STABILIZATION MEASURES SHALL BE APPLIED TO DISTURBED AREAS WITHIN 30 DAYS AFTER FINAL GRADE IS REACHED ON ANY PORTION OF THE SITE. UNLESS SPECIFIED OTHERWISE, TEMPORARY VEGETATION SHALL BE INSTALLED ON ALL DISTURBED AREAS WHERE PERMANENT SURFACE F I ,U n IMPROVEMENTS ARE NOT SCHEDULED FOR INSTALLATION WITHIN THREE MONTHS. TEMPORARY VEGETATION SHALL BE A VIGOROUS, DROUGHT TOLERANT, NATIVE SPECIES MIX. PROJECT SCHEDULING SHOULD TAKE ADVANTAGE OF SPRING OR FALL PLANTING SEASONS FOR NATURAL GERMINATION, BUT SEEDED AREAS SHALL N N BE IRRIGATED, IF CONDITIONS MERIT. CONTRACTOR TO COORDINATE WITH TOWN FOR FINAL LANDSCAPING. 20 10 0 20 40 E.G - - SCALE: 1"=20' - L• ALL LINEAL DIMENSIONS ARE IN U.S.SURVEY FEET z 6. TEMPORARY FENCES SHALL BE INSTALLED ALONG ALL BOUNDARIES OF THE CONSTRUCTION LIMITS OR PROPERTY LINES AS SHOWN ON THE APPROVED EROSION CONTROL PLAN, TO PREVENT GRADING ON PROPERTY NOT OWNED BY THE OWNER/DEVELOPER. IN ADDITION, THE TOWN OF AVON MAY REQUIRE ADDITIONAL w m n o TEMPORARY FENCES IF FIELD CONDITIONS WARRANT. N J > > J F'ok 0 cc cc o_ 7. THE CONTRACTOR SHALL PREVENT SEDIMENT, DEBRIS AND ALL OTHER POLLUTANTS FROM ENTERING THE STORM SEWER SYSTEM DURING ALL DEMOLITION, EXCAVATION, TRENCHING, GRADING OR OTHER CONSTRUCTION OPERATIONS THAT ARE PART OF THIS PROJECT. THE CONTRACTOR SHALL BE HELD RESPONSIBLE FOR 5 M REMEDIATION OF ANY ADVERSE IMPACTS TO ADJACENT WATERWAYS, ROADWAYS, WETLANDS, ETC., RESULTING FROM WORK DONE AS PART OF THIS PROJECT. •/ /ms _ m m a� =s S'E N / C O l �L l OW 811 z O . O 0 zog3z 0 8. THE CONTRACTOR AND/OR THEIR AUTHORIZED AGENTS SHALL REMOVE ALL SEDIMENT, MUD, CONSTRUCTION DEBRIS, OR OTHER POTENTIAL POLLUTANTS THAT MAY HAVE BEEN INADVERTENTLY DISCHARGED T0, OR ACCUMULATED IN, THE FLOWLINES AND PUBLIC RIGHT-OF-WAY AS A RESULT OF CONSTRUCTION ACTIVITIES c c - a' ASSOCIATED WITH THIS SITE DEVELOPMENT OR CONSTRUCTION PROJECT. o 0' 3 U - - ON N KNOW WHAT'S BELOW. CALL BEFORE YOU DIB r. .a N I (_ ht9 n 'f' 9. THE GRADING CONTRACTOR AND/OR THEIR AUTHORIZED AGENTS SHALL ENSURE THAT ALL LOADS OF CUT AND FILL MATERIAL IMPORTED TO OR EXPORTED FROM THIS SITE SHALL BE PROPERLY COVERED TO PREVENT LOSS OF THE MATERIAL DURING TRANSPORT ON PUBLIC ROADWAYS. o 0 _ N N 10.APPROVED EROSION AND SEDIMENT CONTROL "BEST MANAGEMENT PRACTICES" [BMP] SHALL BE MAINTAINED AND KEPT IN GOOD REPAIR FOR THE DURATION OF THIS PROJECT. AT A MINIMUM, THE CONTRACTOR OR HIS AGENT SHALL INSPECT ALL BMPS WEEKLY AND AFTER SIGNIFICANT PRECIPITATION EVENTS. ALL 811 .o �- CALL 2-BUSINESS DAYS IN ADVANCE mow • U NECESSARY MAINTENANCE AND REPAIR SHALL BE COMPLETED IN A TIMELY MANNER. ACCUMULATED SEDIMENT AND DEBRIS SHALL BE REMOVED FROM A BMP WHEN THE SEDIMENT LEVEL REACHES ONE HALF THE HEIGHT OF THE BMP OR, AT ANY TIME THAT SEDIMENT OR DEBRIS ADVERSELY IMPACTS THE FUNCTIONING OF a .o :o i THE BMP. BEFORE YOU DIG, GRADE OR EXCAVATE FOR w`6� MARKING OF UNDERGROUND MEMBER UTILITIES a F.,. z i 11.WATER USED IN THE CLEANING OF CONCRETE TRUCK DELIVERY CHUTES SHALL BE DISCHARGED INTO A PREDEFINED, BERMED CONTAINMENT AREA ON THE JOB SITE. THE REQUIRED CONTAINMENT AREA IS TO BE BERMED SO THAT WASH WATER IS TOTALLY CONTAINED. WASH WATER DISCHARGED INTO THE CONTAINMENT MARTIN/MARTIN ASSUMES NO RESPONSIBILITY FOR UTILITY AREA SHALL BE ALLOWED TO INFILTRATE OR EVAPORATE. DRIED CONCRETE WASTE SHALL BE REMOVED FROM THE CONTAINMENT AREA AND PROPERLY DISPOSED OF. SHOULD A PREDEFINED BERMED CONTAINMENT AREA NOT BE AVAILABLE DUE TO THE PROJECT SIZE, OR LACK OF AN AREA WITH A SUITABLE GROUND LOCATIONS. UNLESS OTHERWISE NOTED, THE UTILITIES SHOWN ON Sheet Number: o SURFACE FOR ESTABLISHING A CONTAINMENT AREA, PROPER DISPOSAL OF READY MIX WASHOUT AND RINSE OFF WATER AT THE JOB SITE SHALL CONFORM TO THE APPROVED TECHNIQUES AND PRACTICES IDENTIFIED IN THE COLORADO DEPARTMENT OF PUBLIC HEALTH & ENVIRONMENT'S TRAINING VIDEO ENTITLED THIS DRAWING ARE BASED ON INFORMATION PROVIDED BY OTHERS m o "BUILDING FOR A CLEANER ENVIRONMENT, READY MIX WASHOUT TRAINING", AND ITS ACCOMPANYING MANUAL ENTITLED, "READY MIX WASHOUT GUIDEBOOK, VEHICLE AND EQUIPMENT WASHOUT AT CONSTRUCTION SITES." THE DIRECT OR INDIRECT DISCHARGE OF WATER CONTAINING WASTE CONCRETE TO THE STORM SEWER AND DEPICTED AS ASCE (38) QUALITY LEVEL D. IN ACCORDANCE m SYSTEM IS PROHIBITED. INFORMATION ABOUT, OR COPIES OF THE VIDEO AND TRAINING MANUAL ARE AVAILABLE FROM THE WATER QUALITY CONTROL DIVISION, COLORADO DEPARTMENT OF PUBLIC HEALTH & ENVIRONMENT, 4300 CHERRY CREEK DRIVE SOUTH, DENVER, COLORADO 80222-1530, 303-692-3555 WITH THE PROVISIONS OF COLORADO REVISED STATUTE, TITLE 9, IT 0, � IS THE CONTRACTORS RESPONSIBILITY TO CALL COLORADO 811 o w 12.THE CONTRACTOR SHALL PROTECT ALL STORM SEWER FACILITIES ADJACENT TO ANY LOCATION WHERE PAVEMENT CUTTING OPERATIONS INVOLVING WHEEL CUTTING, SAW CUTTING OR ABRASIVE WATER JET CUTTING ARE TO TAKE PLACE. THE CONTRACTOR SHALL REMOVE AND PROPERLY DISPOSE OF ALL WASTE PRODUCTS UTILITY LOCATE SERVICE FOR UTILITY LOCATES BEFORE DIGGING, C400 o o GENERATED BY SAID CUTTING OPERATIONS ON A DAILY BASIS. THE DISCHARGE OF ANY WATER CONTAMINATED BY WASTE PRODUCTS FROM CUTTING OPERATIONS TO THE STORM SEWER SYSTEM IS PROHIBITED. AND FIELD VERIFY THE SIZE, MATERIAL, HORIZONTAL AND VERTICAL z LOCATION OF ALL EXISTING UTILITIES (DEPICTED OR NOT DEPICTED) o a 13.PAVED SURFACES WHICH ARE ADJACENT TO CONSTRUCTION SITES SHALL BE SWEPT IN A TIMELY MANNER WHEN SEDIMENT AND OTHER MATERIALS ARE TRACKED OR DISCHARGED ON TO THEM. EITHER SWEEPING BY HAND OR USE OF STREET SWEEPERS IS ACCEPTABLE. STREET SWEEPERS USING WATER WHILE SWEEPING PRIOR TO THE COMMENCEMENT OF ANY CONSTRUCTION. a o IS PREFERRED IN ORDER TO MINIMIZE DUST. FLUSHING OFF PAVED SURFACES WITH WATER IS PROHIBITED. 3" TYP. REINFORCEMENT IN CONCRETE ELEVATION PER PLAN ACCESS BLUE PAVING PER CONCRETE 1" FILLET Z rc WHITE PAVING DETAIL, THIS SHEET AISLE 5'1 ` BACK IN OPEN FIELD IN STREET HEIGHT PER - 100' - E a gl MIN 9'- \ -1 NEW STREET SURFACE °- a• • n ° GRADING A� _ to G UNIFORM CUT LINE w PLAN 5Q ®T l&� 6" ASPHALT/CONCRETE ° a } L w a CONT. #4 @ 12" 0 C TYP MIN OF MIN: 28" \z g MIN. 2:1 MAX 2 z O MIN 24 MOUND 6" ABOVE EXISTING STREET ° - FINISHED � MAX 36'. MAX: 41' ADJACENT GRADE SURFACEW 4" TYP.�� P GG -.r•{�ti'~ti���•7III 1 �� GRADE ,....- OR IL 1 y' PAVEMENT SYMBOL +ti�x'�ti+�ti�, cc N o CAR ADA- �\ •0\\'' ti����»�t r�.1� at;���� 1 - 8 MIN 2xW OR 10' ■■ C Z >z STALL MUTCD SIGN / /\� :\ ��,t...°,.~. •sy,•ti \iI"I 4X @12' O.C, YTP ° A CURB AND " m a R7-8 ; A +ti+�e 2���*�titi��titi\��.+° # PLAN VIEW GUTTER jr H `\ 12"X18" ��\// \ �.,���•.`�-��a*ati** \/ EXISTING BASE COURSE 0.50' ADA ACCESSIBLE `VAN ADA PkL4'�i' \/\\• a�•�.•3ti: L»ti, � ,�„z / ♦.a ti.anti- ♦ a ROUTE MIN 5' STALLA / +.�A,AA\y NOTES: ADJACENT PAVEMENT d ® / TRENCH WIDTH , / NEW BASE COURSE, RE:NOTE 4 AND EXPANSION JOINT, 6"x6" 10x1O W.W.F. (OPTIONAL) a T T LOWER LIMITS OF SLOPE THICKEN EDGES ONLY WHERE SPECIFIED ON PLANS. r / s OR BENCHING OR j 0 WHERE APPLICABLE 4 MIN.- 1.5%,� COMPACTED LL o SIGN TYPE A� SIGN TYPE B� TRENCH WALL AA/� COMPACTED NATIVE BACKFILL, THICKENED CONCRETE EDGE DETAIL ,, STRUCTURAL FILL cc, -4/ 0. Alli \ RE:NOTE 4 NOT TO SCALE <T7. '�8Y"1 TO BE APPROVED w N 5' ACCESS AISLE i. v . e - - - �BY GEOTECH o SIGN TYPE A �� ��y/ NOTES: BEDDING TRENCH = VA®` BEDDING MATERIAL COOT CLASS 6 ,//AAA -4" MIN. HT. 1. ADA CAR PARKING SHALL BE MINIMUM OF 9' (108") WIDE VERTICAL WALLS �A//� 6" MIN COOT CLASS D CONCRETE MID SLAB REINFORCEMENT BASE COURSE /A///V - VARIES, 2. ALL ADA ACCESSIBLE PARKING STALLS MUST BE ADJACENT TO ACCESS AISLE SEE NOTE 1. AAA #4 REBAR 24'O.C.EW. i////V/Y/NY'V�/V////////VY/VY//Y/// /j/ ." Yy 0 8" 3. ACCESS AISLES MUST HAVE MINIMUM WIDTH OF 5' (60") - //,, /,,,. / 12" MINIMUM SCARIFIED, 4. NOA LOBSTACLES, SIGNS, CURBS, OR PARKING BLOCKS CAN BE IN ACCESS E Z A �A SECTION A-A MOISTURE CONDITIONED, AND ,,p���/S MOISTURE MOISTU ACTED SUBGRADE PER a,�aC���'•'pRKCR.,p� 5. THE MAXIMUM SLOPE ACROSS ALL ADA PARKING AREAS SHALL NOT EXCEED > j / GEOTECH RECOMMENDATIONS c::. X�•ao 2% IN ANY DIRECTION ��• �"� � `�'�"� �"�`�'� `�'�"� �`•'�`�'� `�'� NOTES: 32753 s• 6. ALL PARKING STALL STRIPING SHALL BE MIN 4" "> /%�i//�//A�ij�/ 40.-44 ..7ri ri�r,ii yY/V% ��'- 1. CONSTRUCT SIDEWALK IN 100' MONOLITHIC SECTIONS WITH EXPANSION JOINTS EVERY 100'. • DEC 3,2021 7. ADA PAVEMENT MARKING SYMBOL SHALL BE COMPLIANT WITH THE �O � 0 . ��0 �0 �0 �0 . 0�ti'4�4ti 2. CONTRACTION JOINTS ARE TO BE SPACED IN A MANNER THAN CREATED SQUARE SECTIONS, ,,F t,• "INT8. ALL EPARKINGAL STALLS SHALL BEL OF ACCESSIBILITY"IN COMPLIANCE WITH THE MOST RECENT 3. • INS TALL SEXPANS ON SOINT PECIFIED NMATERIAL BETWEEN NEW SIDEWALKS AND EXISTING CONCRETE •S. •(QJAL�`-\ VERSION OF THE ADA STANDARDS TRENCH WIDTH SLABS, POLES, FIRE HYDRANTS, BUILDINGS, ETC. SET EXPANSION JOINT MATERIAL VERTICAL I PIPE DIAMETER (I.D.) 6" 8" 12" 15" 18" AND WITH THE TOP EDGE BELOW FINISHED SURFACE OF CONCRETE. ADA PARKING STALL 6" MIN CRUSHED AGGREGATE 4. THICKNESS SHALL BE 6" MINIMUM FOR COMBINATION CURB AND GUTTER. THICKNESS SHALL MINIMUM WIDTH 1'-10" 2'-0" 2'-4" 2'-10" 3'-4" BASE NOT TO SCALE MAXIMUM WIDTH 2'-6" 2'-8" 3'-0" 3'-6" 4'-0" 12" MINIMUM SCARIFIED, MOISTURE BE 4" MINIMUM FOR SIDEWALK AND NON-MONOLITHIC SIDEWALK. 5. COORDINATE WITH LANDSCAPING PLAN FOR SPECIALTY CONCRETE FINISHES. NOTES: CONDITIONED, AND RECOMPACTED TYPICAL SIDEWALK DETAIL SUBGRADE PER GEOTECH rr� 1. THE TRENCH SHALL BE BRACED OR SHORED AS NECESSARY FOR THE SAFETY RECOMMENDATIONS NOT TO SCALE V OF THE WORKMAN AND PROTECTION OF OTHER UTILITIES IN ACCORDANCE WITH ADA PARKING AND CONCRETE PAD DETAIL APPLICABLE LOCAL, STATE, OSHA, AND FEDERAL REGULATIONS. NOT TO SCALE Z 2. PIPE SHALL BE BEDDED FROM 3" MIN. BELOW THE BOTTOM OF THE PIPE TO -10"-.- 12" ABOVE THE TOP OF THE PIPE. 6" WIDE INITIAL SAW AND SEAL JOINT 3" (/) LL 3. SHOULD THE TRENCH BE EXCAVATED WIDER THAN ALLOWED, A CONCRETE SAW DRILL HOLE IN PAVEMENT _ N W CRADLE SHALL BE PLACED WITH 2500 psi CONCRETE FROM TRENCH BOTTOM DEPTH=T/4 EXISTING PAVEMENT. 9 R 3 SEE PLANS Z LL W TO PIPE SPRING LINE. SET TIE BAR IN EPDXY /R=4 O CO-' j RESERVED / vJ PARKING 4. COMPACTION SHALL BE AS FOLLOWS 2.5' OF TRENCH SHALL BE 95% S.P.D., - U) TRENCH ZONE 95% S.P.D. (THIS IS APPLICABLE IN STREET R.O.W. AND UNDER Q LLI 0/ PAVEMENT) OUTSIDE STREET R.O.W. 85% S.P.D.. L L/2�! ° a °° ° F VAN NOTES: W ACCESSIBLE 5. SEE CHART FOR PIPE I.D. AND TRENCH WIDTH. T/2 1. PROVIDE LONGITUDINAL AND TRANSVERSE CONTRACTION AND EXPANSION JOINTS PER TYPICAL em CI SUPPLEMENTAL NOTES: SIDEWALK DETAIL. CURB BASE AND SUBGRADE REQUIREMENTS TO BE SIMILAR TO ADJACENT H PLAQUE 6. FOR ROCK OR OTHER INCOMPRESSIBLE MATERIAL, THE TRENCH SHOULD BE 1. TIE BAR TO BE #4 [EPDXY COATED] REBAR PAVEMENT. OVER EXCAVATED A MINIMUM OF 6" AND REFILLED WITH GRANULAR MATERIAL. 2. TIE BAR L=24" SPACING=18" O.C. 2. INSTALL CURB REINFORCEMENT PER TYPICAL CURB DETAIL. Z BEDDING SHALL BE CLASS B. 3. ENSURE ALL EDGES, CORNERS, AND SURFACES ARE SMOOTH TO FACILITATE WHEELCHAIR CONCRETE DOWEL CONNECTION DETAIL MOVEMENTS. > O ° TRENCH PATCH DETAIL NOT TO SCALE 4. CURB TEXTURE TO BE MEDIUM-TO-COARSE. 0 SQUARE ° NOT TO SCALE U GALVANIZED ° M/M 2009 SIKAFLEX 2C AND "JET FUEL SIGN POST, o RESISTANT" JOINT SEALANT 1 OEF MOUNTABLE CURB DETAIL 2"X2"X0.95". o NOT TO SCALE REFER TO CONCRETE DETAIL Q.)0 0 E o z o s BACKFILL GALVANIZED o 1" PER FT 1 5" 4.5" INDICATED WHERE BOLT CONNECTION ° "' n o N o /T�/%�!\ i� Z 9?�/�i9 \>////\' PAVEMENT R=1.5" �/\�/A\�/.A///✓\/� o = 0 Control Joint v 6" DIA. STANDARD SCHEDULE 40 0 o NYLOPLAST 12"DRAIN BASIN:2812AG X STEEL PIPE FILLED WITH CONCRETE -- SIKAFLEX 2C AND "JET FUEL AND PAINTED YELLOW 0 f a o RESISTANT" JOINT SEALANT /AA< ,Z-L o ZIP STRIP EXPANSION BOARD REFER TO CONCRETE DETAIL (E.2)INTEGRATED DUCTILE IRON -. 0 F 8 GRATE TO MATCH BASIN 0D. SQUARE _ i V V�/,� 18'• / / GALVANIZEDN o ���� 1e•Mw wlmx GmDELwE - X/A�//A CATCH SECTION//\i, p SIGN POS �' ����� - TOOLED JOINT 5 w ° 3 VARIABLE INVERT HEIGHTS MANUFACTPIPE URER ° 1 5 SIDEWALK WHERE SLEEVE o MINIMUM PIPE BURIAL x 4 6" INDICATED RE:SHEET C100 coDEPTHPER 6 MIN THCIKNESSGUIDELINE ' �7Rr ��// J I I RECOMM FNDADON / /S"tf�/ / _ N 1 -6 AVAILABLE(ACCORDING TO (MINMANU ACTURING \ 0.5" PER FT R-1.5 w FINISH GRADE POwsrtAKE aFr1 RED.SAME MIN.SUMP)) ()ANats N m /.,�/A,�/�°\� �j \\ 1RAFFC OApS CONCRETESLPB OIMENSIONSPREFIXt o // ,/� ,``�,a\�" ;%/ OV,� I " GUDELNEPURrosESCONRE ACTUuconCRETEsaBMUSTBE Expansion Joint PAVEMENT O 100000 LOAD NG 801HERMPL CABLE DESIGN FACTORS, DESIGNED TAKING INTO CONSIDERATION LOCAL SOIL CONDITIONS, ®/ ° CC G SEEOMWING NOT001110.111 FOR NON TRAFFIC INSTALIADON. "��ri� a w c� o ZIP-STRIP EXPANSION BOARD SIKAFLEX 2C AND "JET FUEL wiu u'Nfu:u:#zYR °° > . CONCRETE FOOTING I 0` 'rT (3)VARIABLE SUMP DEPTH RESISTANT" JOINT SEALANT \* n " 0 4,200psi @ 28 DAYS - ih ACCORDING TO PLANS rN k�r"' .-$` W2E o WATERTIGHT JOINT (S•MIN.BASED ON SLIP DOWEL REFER TO CONCRETE DETAIL i `'.'" ��\�V� G m °� (CORRUGATEDSHOWN) *lei,• -4 MIN MANUFACTURING RED) 6" ,K\/ 18 •,/, ba d3 co i SPILL SECTION vai a - 6 (4)vARIasTYPEs of wLETaouneTAOAaTEas nva0r, B" MAX TOTAL RISE TOOLED JOINT (B 4,2'FOR CORRUGATED HOPE(ADS N-1ZHANCOR DUAL WALL, ° ` '° ABOVE FLOWLINE Z ADSIHANCOR SINGLE WALL).N-12 HP,PVC SEWER(EX SDP 35). '-� 2-4% TARGET SLOPE, Awe UWV(EX.3CH 40),PVC cs00/CB05,CORRUGATED 8 RIBBED we G 5.0% MAX SLOPE SIDEWALK 6' 6' 6'y BncXrl MATERIAL SHALL Be CRUSHED STONE OR OTHER r/`/ / �� 7• r�i EITHER DIRECTION // N > > Y:i ,,,RANULAR MATE MEETING THE REQUIREMENTS DECLASS( I-Rs "' /��/�/ /\i` /./. " / p p S'3oi N G OPRO MEET,I.TO ,T .. CLASS OR CLASS I MATERIAL AS DEFINED N ASTM D2321. d C BEDDING Y.BACKFILL FOR SURFACE DRAINAGE INLETS SHALL BE ��~ mow~: O H NOTE' PLACED 8 COMPACTED UNIFORMLY IN ACCORDANCE WITHASTMD232t L I T T a0 � 50 `R INSTALL 6" BEHIND asTMAS,,eoRADE,o4�5 i �,�/��/. ° - o m m ��'�E a BACK OF CURB, TYP. rA RAxNn ENO rureRML �BUFORD�A�W Construction CtlOn Joints S18 ° • • °�� • �3z oN ND,M D.r..PNG RFSTROTDNs. ER SE OUSE DESIGN OF DATE o>.MOO • Fur+(""m9 Rt: / °/ °/ 18" ,\ ,\V /.A/ ' g Q a i on s w _ REVISED MI MAUNOTATE .ARGISI.Mµ",<m //V// °"/i./i�/,/ _o o - „E;� �Ao°w�,, TYPICAL CONCRETE JOINT DETAIL �i SIGN POST AND BOLLARD DETAIL T`° N TE E'''' IlINWAN MONOO.SPEC IN.T.LLATIDR DEM -D OS o NOTES:ATAEFETS EAT...TEE TS NOT TO SCALE MODIFIED CURB AT ADA RAMP o `m N.T.S. IS FORBIDDEN EGER-RSV SPECIFIC warrt. ANGLE BETWEEN ADAPTERS FEE DROVING NO1001.11OD12 NEMWIM PERMISSIONFROMNYLARTO. mo„„a",.,, DISE A AEA. ,.,D :NEEE .OF. T.NO. ,W1M1" REV ENOTES: ° .� -`-'moo 1. CONCRETE PAVEMENT TO CONTAIN JOINTS NOT GREATER THAN 15 FEET ON 1. CONCRETE CURB AND GUTTER TO CONSIST OF 6" MINIMUM THICKNESS OF CONCRETE OVER a sE a Fi-6z CENTER. 4" OF AGGREGATE BASE COURSE. o j 2. PROVIDE LONGITUDINAL AND TRANSVERSE CONTRACTION AND EXPANSION JOINTS AT SPACING 2. JOINTS TO BE SAWED OR FORMED BY A PRE-MOLDED FILLER AND SHALL BE AT AND FREQUENCY PER CONCRETE JOINT DETAIL. Sheet Number: >, 3. CURB BASE AND SUBGRADE REQUIREMENTS TO BE SIMILAR TO ADJACENT PAVEMENT -N z LEAST OF SLAB THICKNESS.0 4. ENSURE ALL EDGES, CORNERS, AND SURFACES ARE SMOOTH TO FACILITATE WHEELCHAIR 2 ¢ 3. EXPANSION JOINTS TO BE PROVIDED AT THE END OF EACH CONSTRUCTION MOVEMENTS. C 5 O O c., 5. CURB MODIFICATION FOR ADA PURPOSES APPLIES TO BOTH CATCH AND SPILL TYPES. p SEQUENCE AND BETWEEN THE CONCRETE SLAB AND ADJACENT STRUCTURES. 6. CURB TEXTURE TO BE MEDIUM-TO-COARSE. LT' EXPANSION JOINTS TO BE FILLED WITH 6" THICK ASPHALT IMPREGNATED FIBER. o 0 CONCRETE TO BE CURED BY PROTECTING AGAINST LOSS OF MOISTURE, RAPID 1- 3 TEMPERATURE CHANGES, AND MECHANICAL INJURY FOR AT LEAST 72 HOURS TYPICAL CURB DETAIL of S AFTER PLACEMENT. NOT TO SCALE a o POST-TENSIONED DESIGN CRITERIA : 1. THE POST TENSIONED CONCRETE SLABS ARE DESIGNED BASED ON THE POST-TENSIONED INSTITUTE DEGINED REQUIREMENTS FOR"POST-TENSIONED SPORTS COURTS 2020". POST-TENSIONED CONCRETE FOR TENNIS COURTS, PICKLEBALL COURTS AND BASKETBALL COURTS: 1. ALL CONCRETE DESIGN,MATERIALS AND CONSTRUCTION SHALL CONFORM TO ACI STANDARD 318-02,THE INTERNATIONAL BULDING CODE(LATEST EDITION),THE CRSI cn MANUAL OF STANDARD PRACTICE(LATEST EDITION)AND THE PROJECT SPECIFICATIONS. o z z - 3 � 2. MATERIAL SPECIFICATIONS: 2 c ui o REINFORCING BARS ASTM-A615,GRADE-60 o w 0 WELDED WIRE FABRIC ASTM-A185 (IF USED) 5 Vl > 0 REINFORCING BARS(WELDED) ASTM-A706,GRADE-60 (IF USED) z 5 o o 0 w co 3. CONCRETE SHALL HAVE THE FOLLOWING MINIMUM COMPRESSIVE STRENGTH WITH CEMENT TYPE AS NOTED: o 0 ¢ n w zU 0 co POST-TENIONED SLABS (24 HOURS) 1700 psi TYPE-I/II 00 a U 0 POST-TENIONED SLABS(28 DAYS) 4000 psi TYPE-I/II w J o a z a o m w 4. REINFORCING STEEL SHALL BE DETAILED IN ACCORDANCE WITH THE ACI DETAILING MANUAL(LATEST EDITION). FORMWORK SHALL BE DESIGNED,ERECTED AND 5 a 0 REMOVED IN ACCORDANCE WITH THE PROJECT SPECIFICATIONS. 0 5 c� c z 0.m z m 5. REINFORCING STEEL SHALL BE PLACED SO THAT THE FOLLOWING MINIMUM CONCRETE COVER IS PROVIDED,UNLESS NOTED OTHERWISE: N CONCRETE SURFACES POURED AGAINST GROUND: o 0 0 3"CLEAR 0 FORMED SURFACES EXPOSED TO GROUND OR WEATHER: U Q G BARS#6 AND LARGE -2"CLEAR U O Q BARS#5 AND SMALLER-1%"CLEAR 0 � 0 SLAB-ON-GRADE AT CENTER OF SLAB 0' NJ z 6. REINFORCEMENT SHALL BE SECURELY TIED AND SHALL BE SUPPORTED WITH PLASTIC CHAIRS OR HUNG FROM FORMS. CC> m 7. CONTINUOUS HORIZONTAL AND CORNER BARS IN POST-TENSIONED SLAB SHALL BE LAPPED AS FOLLOWS AT SPLICES. SPLICE LOCATION SHALL BE STAGGERED WHERE 1— I N POSSIBLE. (db=BAR DIAMETER) z w 0 U Z ¢o NO.6 BARS&SMALLER 30 db w J z > o U7 0 J!n Q 7 z POST-TENSIONED CONCRETE 7 WIRE STRAND CABLES: o Lu H m o 0_w w 6 wm V) y U Z > U U U . PRE-STRESSING STRANDS SHALL BE LOW-RELAXATION,1/2"DIAMETER(CROSS-SECTIONAL AREA=0.153 SQUARE INCHES.)7-WIRE STANDS CONFORMING TO ASTM-A416 GRADE ZO 0 a- 0 H H 270. (MODULES OF ELASTICITY=29,000,000 PSI) THE STRANDS SHALL HAVE A GUARANTEED MINIMUM ULTIMATE STRENGTH OF 270,000 PSI.A WRITTEN GUARANTEE SHALL BE >U H H SUBMITTED TO THE ENGINEER OF RECORD BY THE MANUFACTURER. Q J L < v) 2. PRE-STRESSING STRANDS SHALL BE CLEAN AND FREE OF CORROSION. STRANDS SHALL BE WRAPPED WITH 40 MIL MINIMUM EXTRUDED POLYETHYLENE SHEATHING.ANY 0 0 z DAMAGE TO THE SHEATHING PRIOR TO OR DURING INSTALLATION MUST BE REPAIRED TO THE SATISFACTION OF THE ENGINEER PRIOR TO PLACING ANY CONCRETE. _J 1- O CL r-) 3. PRE-STRESSING STRAND SHALL BE AS FOLLOWS: H Y 3 Y ) 1/2"DIAMETER 7-WIRE STRANDS: 5 o w z 0 a w - E w - MAXIMUM ANCHORING FORCE=28.90 KIPS/STRAND(0.7 Fpu=189 KSI STRESS). a o 8 o o = - MAXIMUM TEMPORARY FORCE AT JACKING=33.0 KIPS/STRAND (0.8 Fpu=216 KSI STRESS). - MAXIMUM ELONGATION=0.081 INCHES/LINEAR FOOT OF STRAND. - CONCRETE COMPRESSIVE STRENGTH AT THE TIME OF INITIAL TRANSFER OF PRE-STRESS FORCE TO CONCRETE SHALL BE AT LEAST 1700 PSI. - FINAL CONCRETE COMPRESSIVE STRENGTH SHALL BE AT LATEST 4000 PSI. 5 m 0 0 0 4. PRE-STRESSING STRAND ANCHORAGES SHALL BE C.A.B.O.OR LC.B.O(ICC)RATED AND SHALL BE REVIEWED BY THE ENGINEER PRIOR TO INSTALLATION. � a 5. AN ACCURATE RECORD OF THE JACKING FORCES AND ELONGATION SHALL BE MAINTAINED AND RECORDED BY THE CONTRACTOR ON APPROVED FORMS. RECORDINGS SHALL LU NOT VARY MORE THAN 10%FROM THE REQUIRED VALUES. —S 0 6. SLIGHT DEVIATIONS IN SPACING OF THE SLAB STRANDS WILL BE PERMITTED WITH THE APPROVAL OF THE ENGINEER WHERE REQUIRED TO AVOID OPENINGS,INSERTS AND o x ¢ DOWELS WHICH ARE SPECIFICALLY LOCATED. WHERE LOCATIONS OF STRANDS SEEM TO INTERFERE WITH EACH OTHER,ONE(1)STRAND MAY BE MOVED HORIZONTALLY IN a ORDER TO AVOID THIS INTERFERENCE. WHERE STRANDS ARE THREADED THROUGH CAGES OF REINFORCING STEEL OR BULKHEADS,CARE SHALL BE TAKEN TO INSURE THE E. STRAND PASSES THROUGH FREELY AND BINDING DOES NOT OCCUR DURING THE STRESSING OPERATION. THE MINIMUM RADIUS OF CURVATURE FOR THE STRANDS SHALL BEE. 10 FEET OR 10 TIMES THE DEPTH OF THE CONCRETE CURVATURE SECTION,WHICHEVER IS LARGER. co z 7. VERTICAL DEVIATIONS OF THE TENDONS SHALL NOT RESULT IN THE TENDON BEING LOCATED OUTSIDE THE MID ONE-THIRD OF THE SLAB,AND THE DEVIATION SHALL BE 5 U LIMITED TO 10%OF THE SLAB THICKNESS. E. THESE STRUCTURAL SET OF PLANS INCLUDE THE FOLLOWING 2 SCENARIOS : o S a w w 8 0 > z o 1. RESURFACING OVER EXISTING ASPHALT COURTS'WITH THE SAME LENGTH OF 119.67'AND WIDTH OF 384.58"WITH A POST-TENSIONED SLAB AS SHOWN ON THE FOLLOWING DRAWINGS. a a o > o 2. ALTERNATE"A"IS THE RESURFACING OVER THE EXISTING ASPHALT COURTS WITH THE SAME LENGTH OF 119.67'AND ADDING AN ADDITIONAL 8 FEET TO THE EAST FOR A TOTAL WIDTH z � OF 392.58' WITH A POST TENSIONED SLAB AND PREPARED SUB-GRADE FOR THE 8 FOOT EXTENSION AS SHOWN ON SHEETS TITLED'ALTERNATE PB 8'EXTENSION"AND NUMBERED Se mcd WITH"-A"SHEET NUMBERS(S3-A,S5-A,S7-A&S8-A). z w z w z 1- Z FENCE POST DESIGN CRITERIA : EC* w \STfRfp�0, SHEET NUMBER r 12/03/202 `A 1. ALL EXTERIOR 10 FOOT HIGH FENCE POSTS ON THE NORTH,EAST AND WEST SIDES AND THE INTERIOR NORTH-SOUTH FENCES BETWEEN POURS 1&2 AND POURS 2&3 ARE DESIGNED * 11150 WITH A 9 FOOT WIND SCREEN CENTERED ON THE FENCE USING A WIND LOAD OF 100 MPH AND EXPOSURE"C". ocrtsAa PQo 2. THE 16M FOOT HIGH FENCE ON THE SOUTH SIDE IS DESIGN WITH A 9 FOOT WIND SCREEN WITH THE BOTTOM OFTHE THE WIND SCREEN 0.5 FEET FROM THE COURT SURFACE USING F OF co`oR A WIND LOAD OF 100 MPH AND EXPOSURE"C". PROJECT No.2021-37 SHT S1 OF 10 SHTS,J K,e1.444,W. 41,.TOWN OF AVON TENNIS & PICKELBALL CTS — S1.DWG O N H 0 U a z w 0 0_ U .: :.: 1 cc CC o N Q N Q O O j CC 46,_ ... 1_ ..,_ . a REMOVE EXISTING 2 a m - o I :QQREMOVE EXISTING ( Z 0 m ;2• ' o AND FOUNDATIONS o FENCEPOSTS / J o a o o / AND FOUNDATIONS1w woL.Lf ce Do` U Q 4 w < U ce z o co ., Z - \ \ \ N Lu O N COURT 3 COURT 2 0 O O \ REMO E ""2.5' OF AS PHALT REMOVE EXISTING FENCE POSTS FOUNDATIONS AND RETAINING 0 WALL 3" BELOW PROPOSED NEW p Z FENCE FOUNDATION AS U Q SHOWN ON DETAIL "C" Z 0 ~ Q O I- L_U Z� I I I I � O REMOVE EXISTING REMOVE EXISTING ZO co NET POSTS NET POSTS w REMOVE EXISTING AND FOUNDATIONS AND FOUNDATIONS 0'Q Z J FENCE POSTS Z Q AND FOUNDATIONS ! m \ -I 1 D Z U W REMOVE 6 EXISTING BASKETBALL ~ -+ -�� ��- ---- --+-- h0 LU CO OD O POSTS AND FOUNDATIONS 1 H p X Q _T� z t0 0 s t0 20 CC LJ J z L- O H- L_Q O RI 1 1 1 d W O w SCALE 1"=10' REMOVE EXISTING REMOVE EX z Z Z 0 L! NE STRAPS NE STR O AND FOUNDATIONS AND FOUND >OU el_ZO ~ ' Q J U ZJ La, . 00' OJ D I-Q Z0 0m N U O L� • J Y p CD U Z I w 3 Z X N a \ REMOVE EXISTING N,a 2= FENCE POSTS a. _1 1_= AND FOUNDATIONS = REMOVE EXISTING cc . ,, m o a o a FENCE POSTS w LL w LL AND FOUNDATIONS m 0 O c O y f f w \- z o a up E. z a F ^\ .7 EDE U z c. GENERAL NOTE: ALL FENCE POSTS, NET POSTS AND NET STRAPS THAT ARE REMOVED AND NOT REPLACED WITH NEW POSTS, W z w w A > AND NOT REPLACED WITH NEW POSTS, NET POSTS AND NET STRAPS TIE DOWNS IN THE SAME LOCATION 12 . z SHALL BE BACKFILLED AND COMPACTED WITH ROAD BASE MATERIAL. W m U w z 02 N z , w DEMOLITION PLANS OF EXISTING TENNIS, PICKLEBALL AND BASKETBALL COURTS PLANS ��'",S S`ifRf"M =2�pF.� a�` SHEET NUMBER ,c 12/09/202 A * 11150 •* c 2 OF CO\-OQ- - PROJECT No.2021-37 SHT S2 OF 10 SHTJ TOWN OF AVON TENNIS & PICKELBALL CTS - S2.DWG 0 N H 0 Z Q Z LJ _ 3 M 0 , o oi O U O d U 0 N > N W CL N , 0 Z O 0 N •f .. e. a �.: .. 0 U d 0 > O ce Z co W O O c O H 00 4 U w ¢ o a �l(E' w m w vwi o ? YQQREMOVE EXISTING �' 0 N ! � aFENCE POSTS 0,c 'qf z AND FOUNDATIONS ^ ^ \ \ \ 0 0 0 \ J Z COURT 2 COURT 1 COURT #2 COURT #1 \ Q J o----- -----0 0— -0 1-Z cn o_ REMOVE EXISTING FENCE POSTS i 0 U C_ 1— FOUNDATIONS AND RETAINING Z(f) Z cc WALL 3" BELOW PROPOSED NEW I LJ OU O FENCE FOUNDATION AS I U)H U SHOWN ON DETAIL "C" U LU U) J REMOVE EXISTING Z Z J U_ NET POSTS AND NET 00 Z < STRAPS AND FOUNDATIONS Q H Ca m REMOVE EXISTING REMOVE EXISTING CC 0- U J NET POSTS NET POSTS D AND FOUNDATIONS : AND FOUNDATIONS REMOVE EXISTING FENCE U)W Z C) Z / \ POSTS TO THE TOP OF THE EXISITNG ASPHALT COURTS < U CO O > b U)cc W u Q ° z 1—W Z � �J J Q L� � -7) I Okc 1 � L> n U = I— Q O 1-Z 0_ O I N o 0'U (2 dZ w O J iE EXISTING REMOVE EXISTIN REMOVE EXISTING V)0 F- Q STRAPS NEI STRAPS NEI STRAPS J 07 DUNDATIONS AND FOUNDATION'S AND FOUNDATIONS Z H O J 0I- . J Q U 0 U L_Z O O U Z 3 ,. 3 COURT #4 COURT #3 p Y Y o----- -----0 o----- -----0 I io o s is zc H rm_� ‘-' z i i SCA--. 1" o ¢ w N 5 o a 0 U o 0 0 REMOVE EXISTINGco NET POSTS AND NET m o STRAPS AND FOUNDATIONS I o N Q ^ 1 O d V REMOVE EXISTING r "-_ m FENCE POSTS o a o n AND FOUNDATIONS Ilk ce 0, W Z O X = d a W t m E. d co Z 0 U E w � o a � o w 2 a w , o_ a > , GENERAL NOTE: ALL FENCE POSTS, NET POSTS AND NET STRAPS THAT ARE REMOVED AND NOT REPLACED WITH NEW POSTS, 0 , g z o' w AND NOT REPLACED WITH NEW POSTS, NET POSTS AND NET STRAPS TIE DOWNS IN THE SAME LOCATION se ', m w Z w L.i z Z w SHALL BE BACKFILLED AND COMPACTED WITH ROAD BASE MATERIAL. W _ ,W sic?li SHEET NUMBER r12/09/202`A* 11150 S 3 n DEMOLITION PLANS OF EXISTING TENNIS, PICKLEBALL AND BASKETBALL COURTS PLANS l� -q,,,,,„E.„, ,,p OF C0\-OQ- PROJECT No.2021-37 \SHT S3-A OF 10 SHTJ TOWN OF AVON TENNIS & PICKELBALL` CTS - S3.DWG / \ 392.58'_ o 0 z o a z w 0 142.90' 120.84' - 3 m a ._ N - 0.67' m 6 v w 0 < 5 0.67' 10.00' 7 SPACES @ 8.40' = 58.79' _ 4' 7 SPACES @ 8.40' = 58.79' _ 10.00' ••.00' 40.67' 10.00' 10.00' 5 SPACES @ 8.03' = 40 0 0 v GATE O N 5 I r • • • • o B6'A4. B6'A4. ,ell '`�tiQ� to 3 ct o Y .QOA .QOA ` `L� O O ,� Q Q 4 L. _1 0 0.16 FILL a� cmj 1 S o •\• I o o10' FENCE WITH ow 10' FENCE WITH WATER FOUNTAIN � ` 10' FENCE WITH 1 10' FENCE z I m z CO f1 N x TO REMAIN SEE ®,k tiJ o a c2 Y 9' WIND SCREEN 9' WIND SCREN .� q o-: 0.30' FILL 9' WIND SCREEN ;�, o z c9 10' FENCE WITH 9' WIND S ¢ N c� 10' FENCE WITH 0 GK 0 f R�.GK OJ CIVIL DWGS 4 ^ 0, o ,<, S NO WIND SCREEN w m w N o a 9' WIND SCREEN gV0 33O 0.16' FILL A q, 0' FENCE WITH o ��• / D Y ¢ a w 9' WIND SCREEN ON o N o ce a ALL 14.14' LONG o ce m , z 1� • o o 1y WINGS - TYPICAL • V o O V • N N , N o � II U H Lo O N N CO O W I D O O \ ®_ COURT 2 COURT 1 J N • N a Lv wN II IIU II � a -No.;� �ZO • x / • • 12.83' 50.00' 17.57 iO 50.00' 12.50' • 12.00' _ ... 36.00' 24.00'©II T 36.00' 0'Z Q -_ TO WALL I • o: H m cp 12.00' a X 12.00' TO FENCE a LU TO FENCE T • 1 FENCE WITH N Z- • 1J' FENCE WITH COURT 2 COURT 1 • 9' WIND SCREEN "' 0 Q Q 0o Z 9 WIND SCREEN 1 • 03 Q �6� o. a 21' 0" 0'd N J 17 (TYP.) U)LLJ H Z m • 6.75' w • I �0 ad • ILL, ----0 �11NET POST TYP.) NET Q J Z b 10 0 5 10 20 . O o O o O o ! • N o 0_ Q Q a 0 0 II 7 -oi II \ a' o �' 1 K ^ NN 1 m Q O N m • 1 6.75' m •• 1 _ 3. 0 Zp Q Y H Z i w m SCALE: 1"=10' / > 4 o 0G PAD 0 1 2' DIAMETER BLOCKOUT I • NET STRAP TIE 0 N o ¢a #3 ¢� FOR CABANA BENCH (TYP.) PAD 2 DOWN (TYP.) CC 0 0 cn • cn • # 0 V) Ul N N 1 0_LLI _ 12.00' _ • O O (no Z Z oi• Z LU W • SOO \ „Ey O U - • • N Z 0 1Y LJ N ] Q ce Z • o L n L Z rnx • @ • • ®N 0 3 N 3 W \ Q a O . (8 0_ 4 1 N 00 • N co (16m m H o Ln o 1 3 z o5 • (� •(� o • -- -- -- -- --� � 10' FENCE WITH a o 3 m o 8 7 r Vb0 NO WIND SCREEN m In N co �� Q R7. 1 U� R7. o o0 cn o • tk OC/C O 6 OCk O • 0.20' FILL o o LL •w o ro a �}pQ OUT 16' FENCE WITH i-� o w OUT 16' FENCE WITH 16' FENCE WITH N ¢ II 16' FEl N m o, QQ- 0.16' FILL 9' WIND SCREEN e N 0 9' WIND SCREEN 9' WIND SCREEN N 9' WINE m ,�. = 0 0.16 FILL , 'pP 0 '` kW •o� Q'- N �; 0 0 1 tn Z Z `° F+OQ a < O 0.67' 19 SPACES @ 7.45' = 141.57' ,,9, V 8 SPACES @ 7.58' = 60.67' 8 SPACES @ 7.52' = 60 v'0 -- F 's`L' 0.67' a E. 142.90' 120.84' r. z 0 U (111 E. z - w C• T 0 o 0 aa. Ld a > o ce TENNIS, PICKLEBALL & BASKETBALL COURTS DIMENSIONAL AND ELEVATION PLANS • < o 0_ 0 z Lv Sem J¢ E w LJ z z z H z m w W `4 O "\\''W srcHM/o _ Q,Gkfo SHEET NUMBER 2/08/2022 Ar 1 1 150 • s4 B -q SC0s0a PQo TF OF as, PROJECT No.2021-37 TOWN OF AVON TENNIS & PICKELBALL CTS - S4-B.DWG / \ 392.58' 120.84' 128.84' .. .. o N 1 1- 0.67' J 0.67' a z E 0 3 M o 10.00' _ •A0' _ 40.67' __ 10.00' __ 10.00' __ 5 SPACES @ 8.03' = 40.17' __ 10.00' __ 5 SPACES @ 7.73' = 38.67' _ 4' _ 5 SPACES 8.00' = 40.00' _ 4' 4' _ 5 SPACES @ 7.63' = 38.17' _ _ 0.67' i= m a + GATE GATEGATE m w �3 <"COQ i2,72 0- Q cr- Q i- _ o d v �. ,�y`.v Q 92;j <';Q'�OQ //�\\///� ,��'' QUO 24.25' r\N k QUO f U �• �� Ng; A�o� `1.0'9 Q r i • 9,. 1 > Vl > w m .� 1 IU = I - - 1 0_ O I 0.02%SLOPE oU omFILL 10 FENCE WITH028' FILL • o_ Uo 0.21' FILL 0.20' FILLoN m a0.30' FILL 9' WIND SCREEN U G '" 10' FENCE WITH 9' WIND SCREEN D z 0 MU oFILL 1 0' FENCE WITH o o a O), 1 - co U LLI 9' WIND SCREEN ON o o m co II 10'1 FENCE WITH J J o a N Y ALL 14.14' LONG o "1 0 io, 9' )VIND SCREEN ai C W N w o_ WINGS - TYPICAL o 12.00' 12.00' oo v 1 U - a o w • L., U Y Q 1 2' DIAMETER BLOCKOUT N N I _ o Q 0 6 Z 5 -- -- -- -- � FOR CABANA BENCH (TYP.) • • r II - m m . z - ' 1 1 p N N n1 N COURT f/3 COURT #2 COURT J/1 ii w N N COURT 2 COURT 1 �+ Q a a N 1 1 o 0 0 0 N \1•,Q� o- -0 o- 4 -0 o o- T -0 m I II z 11 1 ,y00 10' FENCE WITH a N ' 1 @ �1 w 1 9' WIND SCREEN • 0- I • w J w mz - a Z 12.50' 12.00' 36.00' 24.00'@ T 36.00' 12.84 10.00' 20.00' 24.00' 20,I00' 24.00' 20.00' 1 _ 10.83' vai W Z TO WALL I o. 1F _ TO WALL 1 U O 12.00' Ha C�c�OOL 1 Z Vl J 0 FENCE d 12.0•' _„ 10.84' , N = 1 10.00' W Z N TO FE CE TO FENCE • U W 1C' FENCE WITH a_II,� I TO FENCE In I- 9' 9' WIND SCREEN "11 0,a 1 < W 1 1 1 N vi I 1 Z W Y ' o. a _ 21 0" • • I • U 00 C. "� (TYP.) o o _1 < CO Z `7 w 1 n 4 SPACES @ 9.46' = 37.83' 4' 4 SPACES v. @ 10.00' - 40.00' o 2 4' 4' _ 4 SPACES @ 9.54' 8.17' U_0] < 1 NET POST TYP. - - W D- N 0_ 0 1 10 - �1 (TYP.) NET POST (TYP.)1� 0 8' HIGH FENCE GATE 8' HIGH FENCE GATE GATE 8' HIGH FENCE I ^ Z 0_I O J N o i 1 cp W 75' O 1 ^ 1= N 1 1 0 of 10' FENCE WITH o� o x II ul = W z J ZO > ror L 3 0" 3' 0" m `^ NO WIND SCREEN PAD #1 ro Io I-W m Q W - z o © 1 1 y 1 (TYP.) (TYP.) 1 ® m co . Im • I- wJ O Ki 2' DIAMETER BLOCKOUT 1 • 1 1 NET STRAP TIE 1 co or • io x 1 Z Q Y H- i w z a FOR CABANA BENCH (TYP.) PAD #2 1 DOWN (TYP.) a o 1 @`9�= 10' -ENCE WITH 1 0 U W Z a • U iI 9' W ND SCREEN 1 I d Z co N Noy I 10 0 5 10 20 I-Z U I- N ¢o • N W COURT # COL1RT #5 r COURT #4 SCALE: 0_W n U Fj (n o Z 1 z I Z -,..1,E Z I g rNET POST (TYP.) II • II O\ 0- -0- -0 0- ';:' -0- -0 K -0- -0 1'. y 1' I 0 L_TYP. TYP.II w O to I • U¢ N ,.' 1 a WALL •10' FENCTH NET STRAP T E 1 • G m co 0o NO WIND SCREEN 10.84 12.00' 12.00' - 1 Vic? N'O= DOWN (TYP.) I U z , o 'm o o/ TO FENCE • a iI_• 1 U a w 5 �s = O 0 �@ 00 N 0,a I d 0 0 o o CJ r'l O W N I 1 0.20 FILL o o W •w o 01 16' FENCE WITH `' I= a II 16' FENCE WITH iILI0 16 FENCE WITH WCREEN NWINDSCREEN o zo0,H_ 002% SLOPE o= 034 FILL,./- • '0 PROP • 18•' GUTTER- SEE bETAIL "3-B" ON SHEET S8-A 0 o In ,\'),Q�_ 8 SPACES @ 7.58' = 60.67' _ 8 SPACES @ 7.52' = 60.17' VI j2 6 SPACES @ 7.11' = 42.68' 6 SPACES @ 7.33' = 44.00' 6 SPACES @ 7.03' = 42.17' - 0.67' o Z , •0 V 0.67' 0.67' ox a K a a 0O 120.84' 128.84' E. -- -- - z d E VIE U E Z Lo w 5 0 a o o TENNIS, PICKLEBALL & BASKETBALL COURTS DIMENSIONAL AND ELEVATION PLANS W > o Zry 0_ U z W E m a w 1,i z z z W m � z E W `4 o \\\ sl'E HM!o _. Q�G Rfo SHEET NUMBER r 2/08/2022 A * 11150 * S5 B ur'i gcrtsAa PQo TF OF CO)--Q- PROJECT No.2021-37 TOWN OF AVON TENNIS & PICKELBALL CTS - S5-B.DWG / \ o ; v .9 . E 0- N a o o' 0 U N rn O Q - U U U A A A D A � NaDi- a f7 M[ M f7 A f7 MM f7 wa LA In K O co Y • o0� .� . M �D 00 o A A A A A woQa01P[ 1P I- N LA Y 0O O D UL., 1- Q YJ ¶ Y ¢ N LA a 0 0 0 Z a Y b bL � �\ \ N a � ; � o c c � � � \ � • COURT 2 COURT 1 J � . � I I E E I �z • U O i • • A A • Zz POUR #1 POUR #2 Pi c H m __ CD w J z_ COURT 2 COURT 1 U� Q Q 0�Z 07 �D- NQ P P Q Q �� �Li � z 10 0 5 10 20 ' • • Q J Z _ PAD #3 Z J < o SCALE: 1"=1O' , \ / / . J� jJ K� jK PAD #2 U o N 0 . > . E E eE" ' CL • JC L _f d0 LIJ .7) vi. to 0 Z • z 0IH- w O io Q Q CC w 00 U Nw U • r3r N = U lJ I- U I Q L I I , H DD 4 4 Om 3 O W/ LIVE END EACH SIDE o, o a ' CABLE SPACING © 2' 6" O.C. �' P i P 1--- o v W/ LIVE END EACH SIDE B B 7.-- • a m B n M • • • • • • • • • • • • • • • • • • • r • • • • • • • • • • • • • • CAO B 0 LiO B 0 Li O B a z d E Ull E U E z 0 w • o 0a � a Y _ TENNIS, PICKLEBALL & BASKETBALL COURTS DIMENSIONAL AND ELEVATION PLANS A z o • > o Zry 0_ U z Y Sem a w w z z z m H z E W ' U \\\W srcHM/o _. QsG kfo SHEET NUMBER : 2/08/2022 A * 11150 •* S6 B '-1T 00/AEM0 PQo F OF Coo-Cs- PROJECT No.2021-37 TOWN OF AVON TENNIS & PICKELBALL CTS - S6-B.DWG / \ o , v d Z w o 1 0 co c, o ai , U N A D A A A A �7 M �7 . L [ IL f7 L.Ll I- o U N N Q � N > W m K K 0= W Do o ,, a o a A M� A F� �F Nw � � J A z ' Ioo (3oQ 0 U H U 0] D DL •AD , w Q o aN6 w m w of wa AD , w Y Q LA a tW CU N D Q • iC CC 0] Z , 0_ F 7 F 7N Lo NNN C jC COURT #3 Q L• Q COURT #2 • # 0 0 0 COURT 1 , o • COURT 2 COURT 1 E E • • Al Al eE L . 0 z I IL I G G UE D POUR #1 __ POUR #2 PO #2 __ POUR #3 L • CC z —IQ I-LLI m • XW U W Y Z_ U Q • Q OC Z • P Q Q �� Na cn V w O J L JJ K jK PAD #2 *, *T u)cL Q O Q ,il Z • 1` 1Y F-W m Q u_ P • PAD #1 D_ w w O N > O a Y~ z 2 w m U UD_ > C Z O I - C . C E_f • E C Cf_ i ' • L .A ,0 0 5 10 20 �Z �� H- ua�i o - - - �� CO RT #6 COURT #5 COURT #4 SCALE: 1"=10 LJ 0 z U , O 0I I- CL. �'- <• L•A 3F N N N W Z 0 z LiLi• Al Al N Zz a W • • , J ✓ .) w s3 s w> I D D - . • 11721▪ z m • m 6" 2' ABLE SPACI JG @ O.C.C CABLE SPACING @ 2' 6" O.C. 0 _ co a = L w ▪ cc o/ LIVE END EACH SIDE W/ LIVE END EACH SIDE • 0 0 U o W 2" co • . w 'n 1 o B B = F�• �F B ro a a n n 18" GUTTER o B L i L....._ 3 L i B z d E. Ull E. 0 U z w • 0 a o 'LANS TENNIS, PICKLEBALL & BASKETBALL COURTS DIMENSIONAL AND ELEVATION PLANS • w 0 G > Q U • > o Zry 0_ U z w SeEl m a w w z z z m H z w W ' 0 "\\'‘W srcHM/o _. QsG 'eo SHEET NUMBER r 2/OB/2022 A * 11150 * S 7 B -q k PQo T 00/LEZ F OF CM--C PROJECT No.2021-37 TOWN OF AVON TENNIS & PICKELBALL CTS — S7—B.DWG CHAINLINK FENCE CHAINLINK FENCE 4" O.D. POST I CHAINLINK FENCE -- I� 1/2" DIA. CABLE I� a 4" O.D. POST I 4" O.D. POST (SEE TYPICAL CABLE 1/2" DIA. CABLE d 1/2" DIA. CABLE j a DETAIL FOR SPACING) g o (SEE TYPICAL CABLE II ,t (SEE TYPICAL CABLE _ - o u - DETAIL FOR SPACING o TENNIS COURT SURFACING io DETAIL FOR SPACING) - - ) II ¢ z w o o (SEE SPECIFICATIONS) - 3 > TENNIS COURT SURFACING o 3" CLR. m a 8' COURT EXPANSION FROM EXISTING i� 1- 0 TENNIS COURT SURFACING 4,2 (SEE SPECIFICATIONS) f 3" CLR. 15 MIL YELLOW GUARD ON TOP co o' 0 SEE SPECIFICATIONS ASPHALT COURTS ON THE EAST SIDE ♦w 4 CONT. ai ( ) 3" CLR. 15 MIL YELLOW GUARD ON TOP �`� OF 2" LEVELING COURSE OF FINE �# 0 a cn 2-#4'S X 4'-0" © GRADE MATERIAL ON TOP OF ' 0 0 O 15 MIL YELLOW GUARD ON TOP �� OF 2" LEVELING COURSE OF FINE - #4 CONT. _ "�' -- y M,.- - EA. SIDE OF POST }II 0 " CONT. EXISTING ASPHALT COURTS - OF 2" LEVELING COURSE OF FINE #4� GRADE MATERIAL ON TOP OF ,,, 5" --.!s ¢ GRADE MATERIAL ON TOP OF EXISTING ASPHALT COURTS _ - \�` 5w m 5' - 7 REFER TO CIVIL DRAWINGS FOR 18" CURB ALONG PAD #1 ON SOUTH SIDE OF 02 EXISTING ASPHALT COURTS 5•++II I +II ��a VI' ,Y ��� COURT WITH #4 REBAR2' LONG ®24' O.0 TIE 0 Y - 1 BACKFILL NEXT TO PT SLAB m o fT �g, " //�// EXIST. ASPHALT COURTS INTO PT SLAB. SEE CIVIL DRAWING FOR DETAILS o o `� ¢ o ¢ Y.(aY/.� j EXIST. ASPHALT COURTS ,iDiOO / / 6" I.D. SLEEVE FOR 4" O.D. PO'T 0 w m J EXIST. ASPHALT COURTS \ / /\i/j-&\- /�/\/ \/ - 3/4" EXPANSION JOINT MATERIAL w 0 U- z CO o /``/\�!//‘ / // \8\*/ 0 COMPACTED SUB-GRADE WITH POLYURETHANE CAULK ON TOP a - 0 0 - ° m COMPACTED SUB-GRADE //�// Ai'.\ �//�J /T/�T\ I\ 2" CHAIR © 0 0 ¢ J ' �� EVERY CABLE 18" 12" 10" EXTENSION OF BEAM Z - 0 a C -1 COMPACTED SUB-GRADE 2" CHAIR 0 /'O FOR POST FOUNDATION -\\\ 10" EXTENSION OE BEAM CROSSING ¢ 0 2" CHAIR ® 10" EXTENSION OF BEAM EVERY CABLE ����. FOR POST FOUNDATION C0 w 0 N EVERY CABLE 0" - 18 12 CROSSING 30 w a o w CROSSING FOR POST FOUNDATION �\`�\ \ \\ SAW CUT & REMOVE EXISTING w Y < 12" TO 30" SUB-GRADE PREPARED �$�$�;�� \ ASPHALT TENNIS COURTS ON THE m ,�CD 0 z w CC SAW CUT & REMOVE EXISTING ASPHALT BASED ON GEO-TECH O O \ /, SOUTH SIDE OF COURTS AS SHOWN w o' TENNIS COURTS ON THE NORTH, WEST, REPORT IN SPECIFICATIONS ON SHEET #S4 & #S5 6,1 & EAST SIDES OF THE COURTS AS X X \ "' AS SHOWN ON SHEET #4 & #5 NOTE: ALL CONCRETE SHALL BE 4000 PSI CONC. , o N N, 0, NOTE: ALL CONCRETE SHALL BE 4000 PSI CONC. m 0 0 \ N NOTE: ALL CONCRETE SHALL BE 4000 PSI CONC. SECTION B-B - SECTION A—A SECTION Al Al TYPICAL PERIMETER BEAM & FENCE POST DETAIL Q TYPICAL PERIMETER BEAM & FENCE WITH SLEEVE & )8" CURB TIE INTO PT SLAB DETAIL D TYPICAL PERIMETER BEAM i z POST DETAIL ON EAST SIDE NO SCALE U O & FENCE POST DETAIL NO SCALE z NO SCALE I-w m x CD W W Y Z_ U� Q Q 0] CO CHAINLINK FENCE � CI- N Q 4" O.D. POST I- D W �,n Z a w~ O Q > o _ �Z J Q '-a: I G_ :1_1- Q -° zoW L�o CHAINLINKFENCE ~ 1 O N 0POUR #1 OR #2 POUR #2 OR #3 15 MIL YELLOW GUARD ON TOP / I - m 278" .O.D.. POST I_ ZJ OF 2" LEVELING COURSE OF FINE a U U GRADE MATERIAL ON TOP OF i d O O CHAINLINK FENCE (n EXISTING ASPHALT COURTS 5" _ - Z U 4" O.C. POST =�..I11I�"'— 0 cL U m III III III III I - 15 MIL YELLOW GUARD ON TOP D-W 1 EXIST. ASPHALT COURTS I = III III- E N OF 2" LEVELING COURSE OF FINE Z ( I 0.60' TO 0.76' SEE III III III z ( o SHEET #SS-A 6" I.D. SLEEVE FOR 4" O.D. POST = 1 Cl GRADE MATERIAL ON TOP OF ZO 1- I- 1/2" DIA. CABLE -- (SEE TYPICAL CABLE 2-#4'S X 4'-0" 1/2" DIA. CABLE 1= EXISTING ASPHALT COURTS 5" �-�"��o I >L DETAIL FOR SPACING) EA. SIDE OF POST (SEE TYPICAL CABLE EXISTING SUB-GRADE ( �� Q U 3" CLR. DETAIL FOR SPACING) 1 1=11 III III III=I LL Z S 24" 4000 PSI CONC. NEVI I1ii = - _ N 0 0 TENNIS COURT SURFACING l EXIST. ASPHALT COURTS III III 1I1I,T m Z U (SEE SPECIFICATIONS) l 1 7^ #4 NT. TENNIS COURT SURFACING _ - 3 N 3 (SEE SPECIFICATIONS) 4" I.D. SLEEVE FOR 2 7/8" O.D. POST _ �- M O 15 MIL YELLOW GUARD ON TOP 15 MIL YELLOW GUARD ON TOP SAW CUT & REMOVE 24" OF -� - ' 3 ' OF 2" LEVELING COURSE OF FINE 5 •. 3 EXIST. ASPH. TENNIS COURT r OF 2" LEVELING COURSE OF FINE COMPACTED SUBGRADE ~ GRADE MATERIAL ON TOP OF \ . \ \ - GRADE MATERIAL ON TOP OF I--2--ffi lz L m m m EXISTING ASPHALT COURTS \ EXISTING SUB-GRADE 24" 4000 PSI CONC. w z ow o \ - ,. EXISTING ASPHALT COURTS EXIST. ASPHALT COURTS "'\\ �/ /�°� /cv• - tSECTION D-D p w COMPACTED SUB-GRADE TYP. INTERIOR FENCE POST DETAIL SAW CUT & REMOVE 24" OF a 0 0 o o 0 2 TO 1 1 q EXIST. ASPHALT COURTS EXIST. ASPH. TENNIS COURT 2" CHAIR 0 \ NO SCALE EVERY CABLE SLOPE CROSSING 2-#4'S X 3'-0" • •- COMPACTED SUB-GRADE SECTION F-F 1/2" OF EXPANSION MATERIAL 2" CHAIR WITH POLYURETHANE CAULK 12 18 EVERY CABLE PROVIDING PADDING ON TOP TYP. INTERIOR FENCE POST DETAIL CROSSING OF ALL 42" HIGH FENCE (TYP.) 72" NO SCALE EXISITING RETAINING WALL TO BE REMOVED 3" BELOW BOTTOM SAW CUT & REMOVE 72" OF EXISITNG CHAINLINK FENCE OF NEW EDGE BEAM ON EAST SIDE ASPHALT TENNIS COURT AND EXISTING RETAINING WALL TO A MINIMUM OF 3" 2 7/8" O.D. POST BELOW BOTTOM OF PT SLAB EDGE BEAM _ F BETWEEN POUR #1-#2 AND POUR #2-#3 ¢ E. NOTE: ALL CONCRETE SHALL BE 4000 PSI CONC. a .4 SECTION C-C 15 MIL YELLOW GUARD ON TOP 2 OF 2" LEVELING COURSE OF FINE 0 TYPICAL PERIMETER BEAM GRADE MATERIAL ON TOP OF z EXISTING ASPHALT COURTS 5" ''''.e11l_ w & FENCE POST DETAIL ' ��� I I K\‘ 0. 0 NO SCALE 1 III-1 1-111„I w EXIST. ASPHALT COURTS Ii 111=1 I I g %' o II III II II 6" I.D. SLEEVE FOR 4" 0.D. POST = � Cla ¢ 11� 11-11_ z 0 0 COMPACTED SUBGRADE EXISTING SUB-GRADE 12 m ¢ 24" 4000 PSI CONC. w z z w Fa' H z '5 w SAW CUT & REMOVE 24" OF w 0 EXIST. ASPH. TENNIS COURT W SCHM .. 465'NSTfRfp�` SHEET NUMBER 2/08/2022 SECTION E—E * 11150 : S 8_ A TYP. INTERIOR FENCE POST DETAIL ,P o NO SCALE FOF Ce0 PROJECT No.2021-37 ,SHT S8-A OF 10 SHT J TOWN OF AVON TENNIS & PICKELBALL CTS - S8-A.DWG 42" NET POST FOR TENNIS COURTS AND Ef 36" NET POST FOR PICKLEBALL COURTS CHAINLINK FENCE � 5/16" PIN iv 2 7/8" O.D. POST 1_ R a 2" CHAIR ® 1/2" DIA. CABLE 5" SLAB ��R EVERY CABLE (SEE TYPICAL CABLEo m CROSSING DETAIL FOR SPACING) I- III III-II__I o „, , , 15 MIL YELLOW GUARD ON TOP '1=III= III I' a z w o 15 MIL YELLOW GUARD ON TOP 5" SL, �" '11 III- - 3 > - ��� OF 2" LEVELING COURSE OF FINE OF 2" LEVELING COURSE OF FINE roman .I Mwow GRADE MATERIAL ON TOP OF ill I _ 1 7/8" O.D. SCHEDULE 40 PIPE o GRADE MATERIAL ON TOP OF =III °- III-III-I EXISTING ASPHALT COURTS -� 6" IL= W/ 5/16" PIN 1/2" FROM TOP of z v ' EXISTING ASPHALT COURTS 5" - 15 MIL YELLOW GUARD ON TOP '1 I=I IP -II-III-I1'- EXIST. ASPHALT COURTS 6' - o o U - �" OF 2" LEVELING COURSE OF FINE io III III - I I.: III III EXISTING SUB-GRADE MIN. MIN. o 0 J ..., 1 „ ' 1 I I1 I I• I=I I 7/8" I- 0 m a I,i I IIIIII III=1 . - GRADE MATERIAL ON TOP OF N _II { - III_ EXISTING SUB-GRADE 1 m > 0 m _ _ •z �' EXISTING ASPHALT COURTS P'1 1=III= I-IIII N Cu Z Z w EXIST. ASPHALT COURTS IIl IIIIII III g NET POST SLEEVE z o am Z 4" I.D. SLEEVE FOR 2 7/8" O.D. POST I II III '-1 SAW CUT & REMOVE 24" OF o 0 N a 0 m ' = l I- EXIST. ASPH. TENNIS COURT N LE 1 N 'G' m COMPACTED SUBGRADE 11 / o= ce ,11 o o o EXISTING SUB-GRADE 1 12" c~j a c� CO 4000 PSI CONC. 24 24„ NOTE: ALL CONCRETE SHALL BE 4000 PSI CONC. J ¢ o a w m w of <02 o_ SAW CUT & REMOVE 24" OF c� L., 1- a o L., EXIST. ASPH. TENNIS COURT SAW CUT & REMOVE 24" OF SECTIONK-K o N a . ¢ UJ EXIST. ASPH. TENNIS COURT NET STRAP TIE DOWN DETAIL CO a Z c, SECTION G-G NOTE: ALL CONCRETE SHALL BE 4000 PSI CONC. NO SCALE TYP. INTERIOR FENCE POST DETAIL N O N N N NO SCALE SECTION J-J o _ \ \ TYPICAL NET POST FOUNDATION o NO SCALE Q cp Z 0' -o _1 _1<O J L_U < 4' 4 W' m - - m z S TOPCAP TIE WIRE SPACED MINIMUM 4 (n U W OF 6 FOR EVERY 10' I- W TOPCAP TIE WIRE SPACED MINIMUM W'Q < 1 1 OF 6 FOR EVERY 10' m Z ■ ■ ♦ii♦i♦i♦i♦i�♦i♦ii♦i�♦♦ 1 5/a'O.D.TOP RAILring ��: . ■ I Q ♦i0Oi0♦p♦i♦i'p��00 O s 1, B i ♦♦ ♦� ♦ l 1 ♦4♦♦♦O♦♦y ♦ ♦i♦Oi♦♦ ♦i♦♦♦J♦O ■ ■ N J e�0♦���♦♦i�♦♦♦♦ CHAIN LINK FABRIC 9 GAUGE ♦♦ ♦♦♦♦♦��♦♦♦♦♦♦ 1 5/6'O.D.TOP RAIL Z I ( LLTWISTED CNMUGE( J 0♦i000♦ 00♦ e'.'A�• 11■✓��'���'.d�o ■I I �■1 '•���`•:;�e�, 11■I ' m Li N ♦�♦ I■1 no TOE i CORNER/TERMINAL POST Ma I ! ♦•• �I• 1 5/B"0.D.BRACE RAL ON O O O N o CORNER/TERMINAL POST () U I 4"O.D. BASKETBALL COURT ONLY TRUSS RODS LINE POST Q J (/J OPTIONAL q"01.1 W Q z _ TENSION BAR TENNIS COURT STAB ALL JOINTS. U m I PROVID.AWELDED O TENSION BAR LINE POST W ut N BOTTOM TENSION WIRE ♦♦ TENNIS COURT SUB ALL JOINTS• Z nJ♦00 RIGID F•..„�� I a OD. WELDED TO U ~ ♦♦ ♦♦♦ ■11 I■I 0'♦♦O♦O♦i pI_ ■1 TENSION WIRE PROVID.A iiiaiipppi 1♦�♦1♦ I■I RIGID F-.1 I-CK to \ • � i♦O♦O♦i♦Taiiiiiiiiiiiiii6II -O®� ■ m s 3 r \\i �\ \\/ 1=1 \j\i\i\i / / / / / / / /\ •\j\\/\� o Q w a I SEE DETAILS A THRU C AND E FOR �\ \�\� /\ \ FENCE POST FOUNDATION DETAILS \/ \/ / a CI o o c, MAX. 10'SPACING SEE DETAILS A THRU C AND E FOR 1� -I FENCE POST FOUNDATION DETAILS MAX. 10'SPACING SECTION L-L TYPICAL 10' HIGH FENCE & 2- 4' X 7' GATE SECTION M-M -- - TYPICAL 10' HIGH FENCE & 4' X 7' GATE 7 a TOPCAP TIE WIRE SPACED MINIMUM TOPCAP \ TOPCAP OF 6 FOR EVERY 10' + al- co 6 I A♦••••••♦A••7 I . ♦��i♦i♦iiii♦i%ii♦ii 1 5/8'O.D.TOP RAIL �000 O o �_♦♦♦��♦ CHAIN LINK FABRIC 9 GAUGE ���®���:•����ii• AU_BE TWISTED X ATHT P AN BOTTOM) 1• a ♦♦♦♦♦♦♦♦♦♦ �♦♦♦♦♦iO0♦ ♦ z F co - COR /TERMINAL POST Iuni 4'0.D.NER ® -. OU z LINE POST W 4"O.D. O. O. TENSION BAR TENNIS COURT SLAB WELD DINTO W BOTTOM TENSION WIRE .♦:♦♦ RIGID VIO A I X W ♦Tee.4 IQ \ \i / / i / /\\i\\/\ `J LI r `° Z I I SEE DETAILS A THRU C AND E FOR 00 W H FENCE POST FOUNDATION DETAILS Z Z MAX. 10'SPACING 1 FYI W U \\''W STEM/o .a. Q�G Rfa SHEET NUMBER SECTION N-N Y 2/00/2022 A * 11150 * S 9 TYPICAL 8' HIGH FENCE & 2- 4' X 8' GATE s,, 61G1 k,Poo F OF C0�0 PROJECT No.2021-37 SHT S9 OF 10 SHTS, TOWN OF AVON TENNIS & PICKELBALL CTS - S9.DWG TOPCAP TIE WIRE SPACED MINIMUM 24" BLOCK OUT FOR BASKETBALL 24" BLOCK OUT FOR CABANA OF e FOR EVERY 10' BASKETBALL BACKBOARD POLE CABANA BENCH POLE BACKBOARD POLE FOUNDATION BENCH POLE FOUNDATION o®,O0 ■ ■ OIO.JJJ�� 1 5/8'O.D.TOP RAIL PROVIDE EXP. JNT. MATERIAL PROVIDEEXP. JNT. MATERIAL II AROUND BLOCK OUT AROUNDD BLOCK OUT IFfA� CHAIN LINK BUCK VINYL FENCE 2" CHAIR O EVERY H15 MIL YELLOW GUARD ON TOP 2" CHAIR ©EVERY 15 MIL YELLOW GUARD ON TOP •`.❖. 8 GAUGE FABRIC(SHALL BE OF 2" LEVELING COURSE OF FINE OF 2" LEVELING COURSE OF FINE 5$.• TWISTED AT TOP AD BOTTOM) CABLE CROSSING �II CABLE CROSSING �II GRADE MATERIAL ON TOP OF o w uo GRADE MATERIAL ON TOP OF I•�� + EXISTING ASPHALT COURTS EXISTING ASPHALT COURTS o I �J�� • 5.. SLAB II El WNW 5.. SLAB 1 ^�B� Q z 6 8 1 5/8"O.D.MID RAIL 1 5/8"O.D.MID RAIL .1a\l�'�bl\6 = .= =1 �- _�' -� 3 O} 11 III III -I III-III III II—I I—I A =III III—I III _I I" of 5 CORNER/TERMINAL POST ONE POST LINE POST III—ICI III II- I III III- ' III o o U a•O.D. a"O.D. a•O.D. III II =11I II—III o J II I; 11 IIIIIF > w m ce:4 o a w TENSION BPR O " O to o 0 I TENNIS COURT SLAB �r a ih ZO O m m m BOTTOM TENSION WIRE �� �r O4 ' w p Z CO .4'�J ♦per%•%� �/ � \ o' S O H U m ��aMtrririrrr■. . .� d i Q j Od Ni ‘ �E J J o a 6 \\/ / /\ /\�j/\\/\� \\/\\1� \/\\/\� rr ._Ie> a cwYn a N \rr\ / `i. \/\h/: vv����,,-. aate�,, o r o oc a g FENCE POST FOUNDATION DETAILS .I.'G' i i'k CO DO Zo z o' j MAX. 10'SPACING _I MAX. 10'SPACING N SECTION O—O BB POLE ABANA POL o li o FOUNDATION FOUNDATION - TYPICAL 16' HIGH FENCE - 24" 24" 0 NO SCALE Q CD SAW CUT & REMOVE 36" OF \ SAW CUT & REMOVE 36" OF Z� EXIST. ASPH. TENNIS COURT EXIST. ASPH. TENNIS COURT 0 U_J -J Q O -I L_U < CO NOTE: ALL CONCRETE SHALL BE 4000 PSI CONC. NOTE: ALL CONCRETE SHALL BE 4000 PSI CONC. 0 Z w SECTION P—P SECTION Q—Q > Q FOUNDATION DETAIL FOR BB POLES FOUNDATION DETAIL FOR CABANA POLES u I mQ W/ BLOCK—OUT IN SLAB W/ BLOCK—OUT IN SLAB o= �0 z NO SCALE NO SCALE O w J. O a , <} Q iI z E L1J m< L_ o O EY J-J 0 N 0 LJ Y o w m (1) U_D_ Z > 36.00' Z Z D OO �O O N Q 4.50'I 13.50' 13.50' I4.50' <J cii Ll< - 1 1 O CK Z I Z o O 01 O . cL 1 1- r 3 r 1 (n o 20.00' 04 o) r m CABLE SPACING L 3 CO 1 1 a o 00� � w ..5.. "5" 1_p 5 w o S0 'O TENDON RUNS STRAIGHT BETWEEN THESE POINTS 0 N 1 12" PERIMETER BEAM co 21.00' 21.00' of NET POST (TYP.) z z ro o 0 U r7 iD Q ; n o a co ro 1 0 1 1' 1 _N CABLE ANCHORlIi 4 CONT. PEN TRATION OF PT SLAB y 3.00' 3.00' TYP.• ¢ # 12:1 (MIN) TRANSITION 6" J 6" 12:1 (MIN) TRANSITION ,.-- iI 1 U 1 - , EDGE OF SLAB MIN MIN MIN o CO 0 0Mr 2' 0" NETEPOST AND FENCE POST m a 0 NET STRAP TIE E. �' o DOWN (TYP.) "S" "S" 1,-0„ o EDGE OF SLAB #4x F iri N '4 CABLE SPACING NOTE: ALL CONCRETE SHALL BE 4000 PSI CONC. co CP ALL CORNERS o En 8 NET & FENCE POST PENETRATION DETAIL 10.00' 10.00' NOTE: ALL CONCRETE SHALL BE 4000 PSI CONC. z o I� �I SLAB LENGTH CABLE SPACING NO SCALE W °' 0'-100' "S"-3'-4" p 1 PICKLEBALL COURT LAYOUT PLAN 100'-175' a A NO SCALE >175' o O TYPICAL CABLE DETAIL Q oi NO SCALE c ce o 1 1 z 1x m zw z m H zz 78' TENNIS COURT LAYOUT PLAN ,�w scHa, - W V 2�F.�15ifRf 02, SHEET NUMBER NO SCALE r= 2/08/2022 A * 11150 •* c-i O TF OF CON-C PROJECT No.2021-37 SHT S10 OF 10 SHT, TOWN OF AVON TENNIS & PICKELBALL CTS - S10.DWG 0 20202782 6/1/20 WEST NOTTINGHAM PARK IMPROVEMENTS BID A IN AVO N , COLORADO ,.„... ''''' :".:: ' __ . , "\\ , , \ „„0,,_...r., „, , j Area A r BUS Stop Plaza , ,,,,,,,, ::: 0 77 n �� rc .rNci . ♦ ♦ _......: . „0. Area B Area ' ♦ ` ®m Sports:ourt Walkway J; Park Entry Plaza 0. ii ,,, BASKETBALL COURT 1 NOP ' ''' 4 , TENN 3 COURT ' i, .. / / / r..,. , , .. : ,?.,i ; ,...f.....„ I ♦ o / xx acoxn* lly .. �� . �♦ o / Existing Soccer Field jF. r\ { ti„'�; � J �� 1 ' PICKLE BALL COURTS / / s st i Oi/ '.. 11,4114r _..- 4* k / • iii y Area D Softball Infield ">> '' lOrol -: -Vin. I.../ ♦„ / 0 a - / r / r / c / • _ 7J I FRw : Raitr�d 7r�rks. - ♦t a ���III II JUNE 1 , 2020 0 Z E H R E N AND ASSOCIATES, INC. ARCHITECTURE-PLANNING-INTERIORS LANDSCAPE ARCHITECTURE Avon 48 East Beaver Creek Blvd.,Suite 303 101 El Paseo P.O.Box 1976-Avon,Colorado 81620 Santa Barbara,California 93101 (970)949-0257 FAX(970)949-1080 (805)963-6890 FAX(805)963-8102 COLORADO Copyright©2020 by Zehren&Associates Inc. LANDSCAPE ABBREVIATIONS NOTES Uo ABC AGGREGATE BASE COURSE DIAG DIAGONAL H&V HEATING&VENTILATION PP OPPOSITE SS STAINLESS STEEL SITE AND LANDSCAPE NOTES: Z w AC ARCHITECTURAL CONCRETE DIM DIMENSION HB HOSE BIB SB ORIENTED STRAND BOARD SSK SERVICE SINK -r ACOUS ACOUSTICAL DN DOWN HC HOLLOW CORE SF OUTSIDE FACE STA STAINED Z 1. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH ALL APPLICABLE CODES,ORDINANCES,AND LOCAL GOVERNMENT STANDARDS PER THE ACT ACOUSTIC CEILING TILE DS DOWNSPOUT HDW HARDWARE Z OUNCE STD STANDARD N AD AREA DRAIN DTL DETAIL HM HOLLOW METAL STIFF STIFFENER APPROVED PLANS. LU/)W ADJ ADJACENT DWG DRAWING HH HAND HEWN A PAINTED STL STEEL 2.CONTRACTORS SHALL BE RESPONSIBLE FOR CONTACTING ALL UTILITY COMPANIES FOR FIELD LOCATES OF ALL UNDERGROUND UTILITY LINES PRIOR TO Z AFF ABOVE FINISH FLOOR HORZ HORIZONTAL ART PARTITION STMP STAMPED - G'0 ANY EXCAVATION AND BECOMING AWARE OF ALL UNDERGROUND UTILITIES AND SUB-SURFACE INFRASTRUCTURE. CONTRACTORS SHALL TAKE SOLE en A Q AFP ACOUSTIC FABRIC PANEL E EAST HP HIGH POINT AV PAVERS STN STONE RESPONSIBILITY FOR ANY COST INCURRED DUE TO DAMAGE TO UTILITIES. Z 0'N ALT ALTERNATE EA EACH HR HOURS C POINTS OF CURVATURE STOR STORAGE ~ ALUM ALUMINIUM EC EXPOSED CONSTRUCTION HT HEIGHT CC PRECAST CONCRETE STRUCT STRUCTURAL 3. ALL STRUCTURAL ELEMENTS,BOULDERS AND TREES THAT ARE NOT IDENTIFIED FOR DEMOLITION OR REMOVAL ARE TO BE PRESERVED AND PROTECTED U A ANOD ANODIZED EIFS EXTERIOR INSULATION&FINISH SYSTEM ERP PERPENDICULAR SUSP SUSPENDED DURING ALL PERIODS OF WORK.CONTRACTOR IS RESPONSIBLE FOR COST AND OR REPLACEMENT FOR ANY ITEM DAMAGED DURING THE COURSE OF O d Up AP ACCESS PANEL EJ EXPANSION JOINT D NSIDE DIAMETER L PLATE WORK. N Le2 OC 4 LL APPROX APPROXIMATE ELEC ELECTRICAL N NCHES LAM PLASTIC LAMINATE TR TREAD 4.CONTRACTOR SHALL SUBMIT A WRITTEN DOCUMENT TO INCLUDE THE WARRANTY AND GUARANTEE OF ALL WORK AND MATERIALS INCLUDED WITHIN THE N w U G ARCH ARCHITECTURAL ELEV ELEVATION NCL NCLUDE LMB PLUMBING TSS TOP OF STRUCTURAL SLAB Q ,�m B&B BALL AND BURLAP ELEVR ELEVATOR NFO NFORMATION LSTC PLASTIC TSF TOP OF STRUCTURAL FLOOR CONTRACT AS DESCRIBED IN THE GENERAL CONDITIONS. Q G°- p 2 Q W B/0 BOTTOM OF EM EMERGENCY NSUL NSULATION LWD PLYWOOD TFF TOP OF FINISH FLOOR 5. ALL SITE AND LANDSCAPE ELEMENTS SHALL BE LOCATED AND LAID OUT IN THE FIELD BY THE CONTRACTOR AND APPROVED BY THE LANDSCAPE H n m <N p8 H BC BACK OF CURB EMBED EMBEDMENT NT NTERIORS NT PAINTED TC TOP OF CURB ARCHITECT PRIOR TO FINAL INSTALLATION. -Z O d m rn I_r BD BOARD EPS EXPANED POLYSTYRENE PL PROPERTY LINE TTEL TELEPHONE Z U `+A" U~"~ BLDG BUILDING EQ EQUAL JC JANITOR CLOSET R PAIR TERZ TERRAZZO 6.ALL TREES LOCATIONS SHALL BE STAKED BY THE CONTRACTOR AND APPROVED BY THE LANDSCAPE ARCHITECT PRIOR TO PLANTING.SHRUBS SHALL BE C4 Q O N W 1 Z W Z BLKG BLOCKING EQUIP EQUIPMENT JMB JANITOR MOP BASIN REFAB PREFABRICATE THK THICKNESS LAID OUT IN THE FIELD BY THE CONTRACTOR AND APPROVED BY LANDSCAPE ARCHITECT PRIOR TO PLANTING. ¢ ^H BM BEAM ESC ESCALATOR JT JOINT ROJ PROJECTION THRU THROUGH 7. THE PLANT LISTS ARE PROVIDED FOR REFERENCE ONLY,AND THE CONTRACTOR IS RESPONSIBLE FOR VERIFYING ALL PLANT COUNTS AND IF A BOT BOTTOM EXIST EXISTING SF POUNDS PER SQUARE FOOT TOA TOP OF ASPHALT DISCREPANCY EXISTS,THE PLAN SHALL DICTATE. BRG BEARING EXP EXPOSED LAB LABORATORY SI POUNDS PER SQUARE INCH TOB TOP OF BEAM BRK BRICK EXPA EXPANSION LAM LAMINATED T POINT OF TANGENCY TOC TOP OF CONCRETE 8. THE CONTRACTOR SHALL NOT DELIBERATELY PROCEED WITH CONSTRUCTION AS DESIGNED WHEN IT IS OBVIOUS UNKNOWN OBSTRUCTIONS,GRADE 0 BRZ BRONZE EXT EXTERIOR LAV LAVATORY VC POLYVINYL CHLORIDE TOW TOP OF WALL DIFFERENCES,AND OTHER CONFLICTS EXIST THAT WERE NOT KNOWN DURING DESIGN. IN THESE CIRCUMSTANCES,THE CONTRACTOR SHALL N BSMT BASEMENT LB(S) POUNDS TRANS TRANSVERSE IMMEDIATELY NOTIFY THE LANDSCAPE ARCHITECT AND GENERAL CONTRACTOR. THE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR ALL I' I m m O BTU BRITISH THERMAL UNIT FD FLOOR DRAIN LP LOW POINT T QUARRY TILE TRAV TRAVERTINE NECESSARY REVISIONS DUE TO FAILURE TO PROVIDE SUCH NOTICE. 4> p BUR BUILT UP ROOF FDN FOUNDATION LT LIGHT TY QUANTITY TS TUBULAR STEEL BW BOTTOM OF WALL FEC FIRE EXTINGUISHER CABINET LTWT LIGHTWEIGHT TYP TYPICAL 9. IF CONFLICTS ARISE BETWEEN ACTUAL SIZE OF PLANTING AREAS AND AREAS SHOWN ON THE PLANS,LANDSCAPE CONTRACTOR SHALL CONTACT THE , Cer FF FINISH FLOOR LVR LOUVER RISER LANDSCAPE ARCHITECT FOR RESOLUTION. 'C OO C/C CENTER TO CENTER FG FIBERGLASS B RESILIENT BASE UG UNDERGROUND >LJ n CAL TREE CALIPER FHC FIRE HOSE CABINET MACH MACHINE C RESILIENT CHANNEL UL UNDERWRITER'S LAB 10.FINAL LOCATION AND STAKING OF ALL PLANT AND HARDSCAPE MATERIALS SHALL BE PERFORMED BY THE CONTRACTOR AT THE DIRECTION OF THE ea •0, CFM CUBIC FEET PER MINUTE FHR FIRE HOSE REEL MAIL MATERIAL CF RAISED COMPUTER FLOOR UNO UNLESS NOTED OTHERWISE LANDSCAPE ARCHITECT.CONTRACTOR SHALL NOT PROCEED WITH PLANTING AND FINAL INSTALLATION UNTIL LAYOUT AND STAKING HAS BEEN FULLY -e 5X CIP CAST IN PLACE FIN FINISH(ed) MAX MAXIMUM CP REFLECTED CEILING PLAN UR URINAL APPROVED BY THE LANDSCAPE ARCHITECT. <LL CJ CONTROL JOINT FL FLOOR MECH MECHANICAL D ROOF DRAIN 11.CONTRACTORS SHALL PROVIDE OWNER WITH UNIT COSTS FOR ALL SITE AND LANDSCAPE ELEMENTS AND PLANTINGS AND INCLUDE ALL COSTS FOR U�. n CL CENTER LINE FLG FLANGE MED MEDIUM EF REFERENCE VB VINYL BASE MATERIAL,LABOR,TRANSPORTATION,HANDLING,OVERHEAD AND PROFIT,SPECIFICALLY AS REQUESTED. ro m G CLG CEILING FLSG FLASHING MEZZ MEZZANINE EFR REFRIGERATOR VCT VINYL COMPOSITION TILE CLO CLOSET FLR FLOOR MFR MANUFACTURER EINF REINFORCED VERT VERTICAL 12.ALL BOULDER PLACEMENT IS TO BE APPROVED IN ADVANCE BY LANDSCAPE ARCHITECT PRIOR TO FINAL PLACEMENT. m X 7 N CLR CLEAR FLUOR FLUORESCENT MH MANHOLE EQD REQUIRED VEST VESTIBULE m Q' 13.NO SUBSTITUTIONS FOR ANY MATERIALS SPECIFIED SHALL BE MADE WITHOUT LANDSCAPE ARCHITECT APPROVAL. CM CORRUGATED METAL FOC FACE OF CONCRETE MIN MINIMUM EV REVISION VIF VERIFY IN FIELD no,o O CMP CORRUGATED METAL PIPE FOF FACE OF FINISH MISC MISCELLANEOUS M ROOM VNR VENEER 14.ALL ROADWAY AREAS WITHIN AND SURROUNDING WORK AREAS SHALL BE SWEPT AND CLEANED AT COMPLETION OF WORK EACH DAY AND NO MATERIALS e^ a 4:,,,+ Oat CMU CONCRETE MASONRY UNIT FOS FACE OF STUD MLW MILLWORK 0 ROUGH OPENING VWC VINYL WALL COVERING SHALL BE STORED WITHIN OR SURROUNDING THE WORK AREA OVERNIGHT.CONSTRUCTION SHALL NOT BE CONSIDERED COMPLETE UNTIL ALL PROJECT CO CLEAN OUT FR FIRE-RETARDANT MO MASONRY OPENING P RADIUS POINT AREAS HAVE BEEN CLEANED OF ALL DIRT,DEBRIS,MATERIALS,AND ALL DAMAGED ITEMS REPAIRED WITH ACCEPTANCE BY THE LANDSCAPE ARCHITECT. CA CA . . COL COLUMN FT FEET MR MARBLE S ROUGH SAWN W WEST 7 0 CONC CONCRETE FTG FOOTING MTD MOUNTED WC WATER CLOSET pie E- CONST CONSTRUCTION MTL METAL SOUTH WD WOOD PLANTING NOTES AND SPECIFICATIONS:CONT CONTINUOUS GA GAUGE C SOLID CORE WLS WALLS CORR CORRUGATED GAL GALLON N NORTH CH SCHEDULE WP WATERPROOF CPT CARPET GALV GALVANIZED N/A NOT APPLICABLE D STORM DRAIN WPM WATERPROOF MEMBRANE 1. ALL PLANT MATERIALS SHALL BE NURSERY GROWN.PLANTS SHALL BE HEALTHY AND FREE OF DISEASE AND PESTS.ALL PLANT MATERIAL IS TO CS CONCRETE SEALER GC GENERAL CONTRACTOR NIC NOT IN CONTRACT ECT SECTION WR WATER RESISTANT BE APPROVED BY LANDSCAPE ARCHITECT PRIOR TO INSTALLATION. CT CERAMIC TILE GI GALVANIZED IRON NO NUMBER F SQUARE FEET WS WATER SURFACE 2.LANDSCAPE CONTRACTOR SHALL SUPPLY PHOTOS AND LOCATION OF THE SOURCE OF ALL TREES AND SHRUBS TO BE APPROVED BY CU CUBIC GL BLK GLASS BLOCK NOM NOMINAL HT SHEET WWF WELDED WIRE FABRIC ! 1z CY CUBIC YARD GL GLASS NTS NOT TO SCALE IM SIMILAR W WP WHITE WATER PARK LANDSCAPE ARCHITECT PRIOR TO DELIVERY OF MATERIALS TO THE PROJECT SITE(S). GMMU GLASS MESH MASONARY UNIT XPS EXTRUDED POLYSTYRENE 3.ALL CONTAINER PLANTS SHALL HAVE BEEN GROWN IN THE CONTAINERS IN WHICH THEY ARE DELIVERED FOR A MINIMUM OF TWO MONTHS,BUT D DEPTH GND GROUND OA OVERALL IP STRUCTURAL INSULATION PANEL NOT MORE THAN TWO YEARS FOR SHRUBS AND GRASSES AND ONE YEAR FOR PERENNIALS AND GROUND COVERS. DD DECK DRAIN GR GRANITE OC ON CENTER LR SEALER YDS YARDS DF DRINKING FOUNTAIN GRD GRADE OD OUTSIDE DIAMETER NK SINK 4.PLANTING SOIL AND TREE PIT BACKFILL IS TO CONSIST OF 4"OF IMPORTED TOPSOIL AND 2"OF IMPORTED COMPOST,TILLED TO A 6"DEPTH. DI DRAIN INLET GWB GYPSUM WALLBOARD OFD OVERFLOW DRAIN PEC SPECIFICATION PROVIDE PLANTING SOIL FOR ALL PLANTED AREAS. DIA DIAMETER OPNG OPENING Q SQUARE 5.ALL TREE AND SHRUB PLANTING AREAS ARE TO BE MULCHED WITH 3"DEPTH MULCH. 6.ALL PERENNIAL BEDS AND GROUNDCOVER AREAS SHALL BE COVERED WITH A 2"TOP COAT OF SOIL PEP(NO MULCH).CONTRACTOR SHALL LANDSCAPEGRAPHIC SYMBOLS LEGEND LANDSCAPE DWG INDEX PROVIDE A SAMPLE OF SOIL PEP AND ITS SOURCE TO LANDSCAPE ARCHITECT PRIOR TO PLANT INSTALLATION. 7.TREES SHALL HAVE ALL BINDING MATERIAL REMOVED AROUND THE BASE ON THE TRUNK AND BURLAP MATERIALS REMOVED AT LEAST HALFWAY TO THE MIDDLE OF THE ROOT BALL PRIOR TO BACKFILLING AND PLANTING. /� L0.1-LANDSCAPE NOTES AND ABBREVIATIONS 8.EVERGREEN TREES GREATER THAN 6'ARE TO BE STAKED WITH(3)5'STEEL T-STAKES AND GUYED WITH GALVANIZED WIRE.SEE PLANTING C V DETAILS L1.0-SITE AND DEMOLITION PLAN 9.CONTRACTOR SHALL BE RESPONSIBLE FOR ERADICATION,REMOVAL DISPOSAL OF WEEDS WITHIN THE LIMITS OF WORK DURING THE aQ Z I 0 1 PLAN ' L1.1-OVERALL LANDSCAPE PLAN CONSTRUCTION PERIOD AND THROUGH THE PROJECTS FINAL ACCEPTANCE. ® ` J ® L3.1 1/4"=1'-0" L3 1 10.AT THE TIME OF PLANTING ALL NEWLY PLANTED TREES AND SHRUBS SHALL BE FERTILIZED WITH BIOSOIL MIX,ALL-PURPOSE FERTILIZER PER 2 LLI L1.2-AREA A&B ENLARGEMENT PLAN MANUFACTURER'S SPECIFICATIONS.THIS FERTILIZER TO BE MIXED IN WITH PLANTING BACKFILL. PLEASE CONTACT ROCKY MOUNTAIN DETAIL/ENLARGED PLAN DETAIL DRAWING TAGS BIO-PRODUCTS,10801 E.54TH AVENUE,DENVER,CO.80239,PHONE(303)696-8964. 13. BUBBLE BUBBLE DETAIL L1.3-AREA B&C ENLARGEMENT PLAN L SECTION 11.ALL PLANT BED AND LAWN AREAS SHALL BE SEPARATED FROM ADJACENT CRUSHER FINES WITH EDGING.THE PREFERRED PRODUCT IS a VALLEY VIEW INDUSTRIES"ACE OF DIAMOND"PLASTIC EDGING OR EQUAL.EDGING SHALL BE PINNED IN PLACE WITH FIVE 9"MFR SUPPLIED MTL Z \ L1.4-AREA D ENLARGEMENT PLAN LANDSCAPE STAKES SPACED EVENLY PER 20'SECTION OF EDGING.JOINTS BETWEEN SECTIONS OF EDGING SHALL BE SECURED WITH MFR / O SUPPLIED C CLIPS.EDGING SHALL NOT EXTEND ABOVE SURROUNDING FINISHED GRADE BY MORE THAN W. U c .I L5.1-LANDSCAPE DETAILS 12.PRIOR TO PLANTING OR SEEDING,THE IRRIGATION SYSTEM SHALL BE FULLY IN PLACE AND OPERATIONAL. 1 ® P I 10.0 13.PREPARATION OF ALL SOD AREAS WILL INCLUDE:IMPORTING TOP SOIL(4"DEPTH)AND COMPOST(2"DEPTH),REMOVING ROCKS AND DEBRIS �I Z eeN 01 +(33.0) +33.0 0 33.0 = OVER 1"IN DIAMETER,AND TILLING TO A MINIMUM 6"DEPTH. ALL SEEDED AREAS WILL BE GRADED TO BE A SMOOTH,CONSISTENTLY EVEN, I 0 .o?` FREE DRAINING SURFACE.NEW SOD AREAS SHALL MATCH EXISTING GRADES AT THE TRANSITION TO EXISTING TURF AREAS. a- NORTH PAVING REVISION REVISION BREAK EXISTING SPOT PROPOSED SPOT PROPOSED ELEVATION O Q o TYPE CLOUD TAG LINE ELEVATION ELEVATION MARKERS 14.LANDSCAPE CONTRACTOR SHALL SUBMIT A WRITTEN DOCUMENT REGARDING ITS POLICY OF PLANT WARRANTY AND REPLACEMENT.EACH ^I WARRANTY SHALL CONFORM TO T MINIMUM STANDARD OF REPLACING ALL MATERIALS INCLUDING LABOR,DUE TO THE SICKNESS OR DEATH :HE OF A PLANT FOR A PERIOD OF TWO YEARS FOLLOWING THE PLANTS INSTALLATION AND ACCEPTANCE OF THE PROJECT BY THE TOWN.1S.ALL EXCESS NATIVE SOIL RESULTING FROM SOIL PREP SHALL BE DISPOSED OF AND REMOVED FROM THE SITE OR STOCKPILED IN LOCATION APPROVED BYa,OWNER. �oDI p9..MM00 GPRODUCT SPECIFICATIONS HARDSCAPENOTES: "v... TRASH AND RECYCLING RECEPTACLES 1. REFER TO LANDSCAPE DETAILS/SPECS FOR SIZES,COLORS,TYPE AND FINISHES OF ALL HARDSCAPE MATERIALS,INCLUDING BOULDERS, TRASH/ EXISTING LANDSCAPE EXISTING DECIDUOUS TREE CONIFEROUS TREE DECIDUOUS PAVERS,AND WALLS. RECYCLING BIN LIGHT POLE BOULDERS DRAIN INLET SHRUBS QUANTITY: 1 EACH-(2)TOTAL 2.ALL BOULDER WALL LOCATIONS TO BE STAKED BY CONTRACTOR AND APPROVED BY LANDSCAPE ARCHITECT PRIOR TO INSTALLATION MANUFACTURER:BEAR SAVER 3.CONSTRUCTION OF BOULDER WALL IS TO BE INITIALLY SUPERVISED BY LANDSCAPE ARCHITECT TO DEVELOP A PROTOTYPICAL SECTION OF THE ISSUED FOR: WALL THAT IS TO BE USED AS THE STANDARD FOR CONSTRUCTION OF ALL SUBSEQUENT SEAT WALLS. IRRIGATION NOTES&SPECIFICATIONS: MODEL#: HA-P No. I DATE COMMENT INCLUDED OPTIONS:MATCH EXISTING TOWN STANDARD 4.CONTRACTOR IS TO PROVIDE PHOTOS OF LOCATIONS OF THE SOURCE OF BOULDERS FOR APPROVAL BY LANDSCAPE ARCHITECT PRIOR TO AV20 DID sEr 1. IRRIGATION SYSTEM IS TO BE DESIGN BUILD BY THE GENERAL CONTRACTOR OR SELECTED SUB-CONTRACTOR. DELIVERY TO THE SITE. COLOR:MATCH EXISTING TOWN STANDARD 5.ALL IRRIGATION SLEEVES SHALL BE SCHEDULE 80 PVC PIPE AND HAVE A MINIMUM 6"OF COVER. 2.AUTOMATIC DRIP IRRIGATION SHALL BE PROVIDED AT ALL NEW TREES AND SHRUBS.AUTOMATIC 12"POP-UP SPRAY HEADS SHALL BE PROVIDED AT PERENNIAL BEDS AND GROUNDCOVER.AUTOMATIC 6"POP-UP SPRAY HEADS OR ROTORS SHALL BE PROVIDED FOR LAWN AREAS.ALL OVERHEAD IRRIGATION HEADS SHALL BE SPACED ON CENTER PER THEIR COVERAGE RADIUS TO PROVIDE EVEN AND EFFICIENT WATERING. BOULDERS 3.FLUSH DIRT AND DEBRIS FROM PIPING BEFORE INSTALLING SPRINKLERS AND OTHER DEVICES. QUANTITY:(10)5'X 18°X 18"MINIMUM SIZE 4.THE EXISTING IRRIGATION SYSTEM IS TO BE MODIFIED AS NECESSARY TO ACCOMMODATE MODIFICATIONS IN LANDSCAPING AND CORRESPONDING LAYOUT OF DRIP AND SPRAY PRODUCT:RED OR BROWN SANDSTONE/RECTANGULAR SHAPE HEAD ZONES 5.PROVIDE 4"PVC SLEEVING BELOW ALL HARDSCAPE TO ADJACENT PLANTING AREAS. SUPPLIER: TBD(CONTRACTOR TO SUPPLY PHOTOS OF BOULDERS) LANDSCAPE 6.MAINLINE IS TO BE BURIED 12"-18"BELOW FINISHED GRADE.LATERAL PIPES SHALL BE BURIED 8"-12"BELOW FINISHED GRADE IN LANDSCAPED AREAS AND A MINIMUM OF 2"BELOW FINISHED GRADE IN NATIVE/UNDISTURBED AREAS.ALL PIPE TRENCHES SHALL BE FREE OF ROCKS AND DEBRIS PRIOR TO PIPE INSTALLATION.BACKFILL TRENCHES WITH SOIL THAT STONE STEPS NOTES & IS FREE OF ROCKS AND DEBRIS. QUANTITY:12 7.INSTALL ALL DRIP IRRIGATION LINES PER MANUFACTURER SPECIFICATIONS. ABBREVIATIONS 8.VALVE BOX LOCATIONS ARE TO BE APPROVED BY LANDSCAPE ARCHITECT PRIOR TO INSTALLATION. PRODUCT:PRE-CUT BUFF SANDSTONE STEPS 9.CONTRACTOR IS TO PROVIDE OWNER WITH AS-BUILT IRRIGATION PLANS THAT INCLUDE APPROXIMATE MAINLINE ROUTING AND VALVE BOX LOCATIONS. SIZE:48"L X 18"W X 6"HT TREAD PROJECT No. DATE 10.THE FOLLOWING IRRIGATION TESTS AND INSPECTIONS SHALL BE COMPLETED BY THE CONTRACTOR: SUPPLIER:TBD(CONTRACTOR TO SUPPLY PHOTOS AND SOURCE) 20202782 6/1/20 10.1.LEAK TEST:AFTER INSTALLATION,CHARGE SYSTEM AND TEST FOR LEAKS.REPAIR LEAKS AND RETEST UNTIL NO LEAKS EXIST. NOTE:STEPS SHALL MATCH BOULDER STONE TYPE AND COLOR DRAWN BY CHK BY TRV BY 10.2.OPERATIONAL TEST:AFTER ELECTRICAL CIRCUITRY HAS BEEN ENERGIZED,OPERATE CONTROLLERS AND AUTOMATIC CONTROL VALVES TO CONFIRM PROPER SYSTEM JAG PC PC OPERATION 10.3.TEST AND ADJUST CONTROLS AND SAFETIES:REPLACE DAMAGED AND MALFUNCTIONING CONTROLS AND EQUIPMENT. SHEET No. 11.EXTENT OF IRRIGATION AT REVEGETATED AREAS IS TO COVER LIMITS OF DISTURBANCE.VERIFY LIMITS OF DISTURBANCE ON SITE AND ADJUST ACCORDINGLY.INFORM L O•1 LANDSCAPE ARCHITECT IF ADDITIONAL IRRIGATION IS REQUIRED. SCALE: AS SHOWN E F AREA A �p� , _ Z H LIMIT OF WORK ��•s, aimi �..,,<` _ ♦ Z r ,4 / -a EXISTING CONCRETE SIDEWALK TO • i •, N ' p REMAIN AND BE PROTECTED 1 16 W Zow r C� ~ j� � �?Ce� OM I �` � �' v aR NG�Ol '. r.r U g t5:8���• •'�®.��� tr REMOVE ALL COBBLE AND GRAVEL \ OW I, + `�to• ��� ``®I ® ' MATERIAL TO A MINIMUM DEPTH OF 6" N t a- a ®�� (2,722 SF) TADw REMOVE ALL COBBLE AND GRAVEL � ` ®6�► .' _ —I o+. , ��� AREASZUZw �i ~ ~� ) � � MATERIAL TO A MINIMUM DEPTH OF 6" �� � O '�m �Z W,Z W II I (1,275 SF) ®�� .�®v C' C p 0 J 0 m ; 1 1,0 , _ ��� �� LIMIT OF WORK Q a g H w 1 0 i - �� ��� EXISTING CONCRETE CURB AND p II �` ®�� GUTTER TO REMAIN AND BE AREA C if 144 ;ill* ®��� PROTECTED ', / LIMIT OF WORK p top if � � >� _ I. ,• \ 1 (NOT IN CONTRACT) o`O • ti ' ®�f'� ®� __�.. EXISTING CONCRETE SIDEWALK TO �, ' 0 7 3 -0, •, EXISTING BUS SHELTER AND CONC PAD �`���� •+"en,,.° REMAIN AND BE PROTECTED I , -- 1 ,n-ro EXISTING DRINKING FOUNTAIN AND .�� so,w+ex .O TO REMAIN AND BE PROTECTED �� CONC PAD TO REMAIN AND BE `® / i -o O S it r ��, J" PROTECTED �`�® ® 3,,,,,:wi m CamX(® ' SALVAGE EXISTING BOULDERS FOR � �� ®. I d >• '�r�� • RE-USE IN PROPOSED BOULDER WALL �`� ®� , _ /' r U 110111P r ar .'"‘"A' ®� m^'T EXISTING CONCRETE SIDEWALK TO ��.\�� ®�®� i m x a • REMAIN AND BE PROTECTED ♦ 4, 4t. , i m Cr' • ' Pk ... ,.- • . ....it , , I I 94. • -...- �• � REMOVE EXISTING ASPHALT \L0\\A\�\i , /I. 0 O la _, D, �n ...V./' ,ExxIs COURT PAVING(+/-155 SF) I U Z Z SEAL. 4111111* , -___ A TENNIS coax. ' A . • A PIM.BALL COURTS i = Q z th ERWSD BUILDING .. - REMOVE ALL SOFTBALL INFIELD MATERIAL gif TO A MINIMUM DEPTH OF 8"(10,955 SF) tl _ _ REMOVE ALL(4)SOFTBALL BASES Z 0 e . .�..., ��`` AND PITCHING MOUND RUBBER U .i. ♦♦ Z N 0 ii • • • . _ . .)' _ , / / , , , f:„ .. �`' -_ /REMOVE ALL EXISTING DUG OUT- i / / , V N - - _ + FENCING(51 LF),BENCHES,AND / / / p / , I..I� ' POST FOJUNDATIONS , / / / / / I, ti / // * • ' REMOVE ALL EXISTING BACKSTOP - / / / / / / R�_ - FENCING(205 LF),BOARDS,AND / / / / ISSUED FOR: POST FOUNDATIONS r / / / / / / i / / / 141 N. DATE COMMENT / // / / // / / // A aa1/20 Boni / I - % • �/ / // // // // // / �, DEMOLITION �.��� / / // / • PLAN .tee_ - _- - ./ // ; PLAN .�� 7. r •+4�". - `�♦ / r PROJECT No. DATE ' ./�7 AREA D ♦♦♦K.♦ 20202782 6/1/20 LIMIT OF WORK ♦♦♦♦°'• / DRAWN BY CHKBY TRVBY ' ♦•♦♦/ JAG PC PC I SHEET No. 1 DEMOLITION PLAN t 0 ill' 20' 40' L 1 .0 SCALE AS SHOWN 40/I - - - - - - - - - - - - - - - - N �, - - - - - - - - - - - - 1 IAREA A / ♦ 1 _ .4... / _Z w - I z LIMIT OF WORK / 'I✓qg �* �� / > � c♦♦ / lex ^, NSW g € 1�� ♦ tg' ST NQ PA I I Q Z W m ot I / - •i , fi `� lilt RK//yG LOT (J I— ro o . ia: Q.= E a3 1 iIrld II ♦ • I I v £ r 1 • K [ �� � -l`:'� sae I QFyLLmb y�y �Q + / :: u t AREA I ZuYL.Co j02~O wwpm • *.: o e o '&r' �,� 4*a`:::.. I LIMIT OF WORK Q a g'H°.� Z W,Z I iwil AREA C w ^z' LIMIT OF WORK o / `, , , -`g/r= �: (NOT IN CONTRACT) I oM m o IIf Fiti„Z"V if I!IV lz$Tr 1 ;et 1 ensxerenu cwa. I `•': � �` to 16 f!M r�1ih F/ ma's. \ CO g•irft. I YNI 1 �' / 0 W ,Exx,SCOURT I ♦Ai" �.\, I, -4011k TENNIS LOU Z Z :_ SEAL 1 /„,,,,,, __,,,,,,,i , . \ \ II I TENNIS[Ouxi \\\ \\\ j • icaceenuco \ \ . A ,) /) I 1:—.----'‘) AREA B AND C I 1 , ENLARGEMENT PLAN L1.3 / /ANTA A AND B ENLARGEMENT PLAN D B I — — — — — — — M. — — — — MI* Q i oh w .Z. tirlil L.. — - s ERWSD BUILDING I 1 • c 7 o PLANT SCHEDULE • I I / I Z > D e SYMBOL LEGEND: Deciduous Trees I I ♦♦ I OI tion STY Size Spacing Notes I `♦DI• ♦ '� Pr°"°5, Crimson Pointe 3" as I ♦........ N °eras',ra 3 shown - '/ ••crmson Po,nte Flowering Plum Cal. I ♦• 0 COURT ENTRY GATE 0 I .\� •` C� > N // EXISTING STREET LIGHT Coniferous Trees as I / ',��, I O Pmus Big Tuna 3 4'ht. . ♦ I BIKE RACKQTY(1) Mge shown ♦♦ P,eea rrn Montgomery 8aI is p gcns g y 4 � 4 3'ht. 0 O � r 'nnont ome shown ..C 9 N S nice .�P�:.::::.::.:.:.:... .. _- BARK MUCLH a' Pat 110.18. riln PAVERS Shrubs • I / Feet (927 SF - W . . ) Symbol Botanical Common Name CITY sip Spacing Nate. I Japanese as Berber's thunber n - Q LAWN/SOD ., 09 13 5 al. 1 orange rzoekee B r 9 shown a be 11 806 SF e ry 1 as I CONCRETE P r kia Russian 1 36 5 al. tTMl sari l�e,,la 9 1 F Sae shown ■ 85 5 P 9 1 Pn oa 1 ISSUED FOR: n rn�� as o rtina C e PP 16 5 I.o ablob,ps a - p 9 s hown 1 Ninebark eba No. DATE COMMENT EXISTING TREE TO 'Co ernna' CO NT pP I BE PRESERVED es 1 samb�e�s m ra Black Lace I aatlm BOUT A 9 10 5 al. I ........................................................ 'slack Landg shown / ElderberryI ■.... LIMIT OF WORK Grasses Symbol Botanical Common Name STY size spacing Notes AREA D I m r Karl Forester NIP I Ca a a ostrs e ENLARGEMENT PLAN L1.4 � as �� a��t,fiora'Aari Feather Reed 123 5 al. 9 r � shown Fo este' Grass - h Groundcover 1 0. Total Area Su liar/Notes Symbol Common Name Material I Product Depth/Size PP YTn P DI* , I I PAVER PRODUCTSPECIFICATIONS Delos erma'Fire P r 1 t.O I � OVERALL Ica Plant F Spinner' n 'M 309 S S g and'Mesa Plant at 12"OC P Pots MANUFACTURER PAVESTONE/KEYSTONE HARDSCAPES Verde' � PAVER NAME:PLAZA STONE SERIES •Sod LANDSCAPE 11,806 SF Kentucky N/A Rivendell Sod Farm SIZES:3 x 6,4 X 6,6 X 6,6 X 9,9 x 11 (60mm THICKNESS) • / (Poa P etense) Bluegrass COLOR BLENDS:50%SIERRA BLEND AND 50%THREE TONE ♦ Final ShreddedDepthBROWN I PLAN 2592 SF Y 3 O Bark MulchI ewe., - - Cedar MulchPATTERN:PLAZA 1,11,&GIANT RANDOM PATTERN ft ♦♦ I PROJECT No. DATE Lysimachia 1 Ot. JOINT SAND:PAVESTONE POLYMERIC SAND IN TAN COLOR •Creeping Benny 523 SF nummularia Plant at t2"OC .......... ♦ I 20202782 6/1/20 'Auras' Pots AREA D ♦♦ , NOTE:ALL SOLDIER COURSE BANDS SHALL BE 6X6 PAVER LIMIT OF WORK ♦♦♦♦p'• I DRAWN BY CHK BY IRV BY Perennials SIZE ONLY AND PLACED IN A RUNNING BOND PATTERN ` - ♦♦ I JAG PC PC Symbol Common Name Total Area Container Size Spacing Supplier —" SHEET No. Inem Mixed Species 123 SF 1 GAL 18"OC 'IEE'arilY (see Plant List) 1 OVERALL LANDSCAPE PLAN Li .1 L1.1 1"=20'-0• SCALE7- 4 AS SHOWN 0 10' 20' 40' PLANT SCHEDULE SYMBOL LEGEND: Deciduous Trees PAVER PRODUCT SPECIFICATIONS symbol Botaamal Description o s e spacing Notes i= Pru"u"" Crimson Pointe 3" as r ,O MANUFACTURER:PAVESTONE/KEYSTONE HARDSCAPES erae,lera 3 U '� 'cr,mann Pointe' Flowering Plum Cal. shown PAVER NAME:PLAZA STONE SERIES - COURT ENTRY GATE Z w SIZES:3 x 6,4 X 6,6 X 6,6 X 9,9 x 11 (60mm THICKNESS) —Z COLOR BLENDS:50%SIERRA BLEND AND 50%THREE TONE /y-„ Coniferous Trees _ _ EXISTING STREET LIGHT as N ' o BROWN Pons mvgo Big Tuna - �� H� BIKE RACK-QTY(1) . on Ton'' Mugo Pine 3 4'ht. shown W V _aQ PATTERN:PLAZA I,II,&GIANT RANDOM PATTERNZ JOINT SAND:PAVESTONE POLYMERIC SAND IN TAN COLOR (�•'''�� P,eeanangens Montgomery 4 3'ht. as Q Z�l�-- BARK MUCLH a.`„/ Montgomery' Spruce Shown Z rV m AREA A NOTE:ALL SOLDIER COURSE BANDS SHALL BE 6X6 PAVER U c'I E LIMIT OF WORK MP 1 :KM PAVERS Shrubs _ 7—EXISTING TREE SIZE ONLY AND PLACED IN A RUNNING BOND PATTERN Fug (927 SF) symbol Botanical common Name oTy Size Spacing Notes O � o LAWN/SOD eemere munberga p 13 5 gal. shown N rD W V o J TO REMAIN * LL Q 'Oran e Rockee Japanese be se d (11,806 SF) 9 Barber)/ v Q e Z.Q CONCRETE Fo oosba Russian 36 5gal. as F U i.4dr •-en vl v-rn PAVERS ■ (185 SF) ahnpenlola Sage shown IJ_V3 d m m j ZU 0 0 SANDSTONE1.---‘, - ED Pap Lfodvee CNineba ka 16 5 gal. Shown <Q rn°� Z uJi,Z �E■�` •. , BOULDER BENCHES (�, \'I EXISTING TREE TO 'Copper-ton' PERENNIAL BED,TYP uO-r■� ♦ TYP OF(6) x/S 1'/ `_; BE PRESERVED ® sambucus mgra Black Lace 10 5 gal. as I�d_-_. NG 'black lace' shown • p Elderberry 0'- r1E1t._ ARKI 1'� NG ■•••■ LIMIT OF WORK EXISTING SIDEWALK '101,0- PAVERS TO MATCH EXISTING GRADES SOT Grasses _ N /: ,�:: /' ALONG EDGE OF SIDEWALK Symbol Botanical common Name oTY size Spacing Nodes r^`o 0 TO REMAIN 1-:'�• t;1 j�T Calama ds o '. ••i:�ii�'q PAVERS y. gros Karl Forester pasg oM �� `I,V,;,�s��� _ �� ac aflora'Karl Feather Reed 123 5 al. C a1r�� eitatt REF 1/L5.1 ♦� Forester' g shown o+ MULCH i �,!■•�!■��!■•�! ♦ "CREEPING JENNY" SANDSTONE • Grass rn 0 m '�--'�--'g--vi�po. ♦'; Groundcover o 0 0 441,1 e,1,M•Pailablaf0��'g ♦ M GROUNDCOVER BOULDER BENCH >U n I;a■ �'�-.11B■Dr■■fir■■�r�■td�i Y Symbol Gammon Name Total Area Material/Product Depth/Sae SupplierlNMea m Of 110111r■�-r■�-u� ** k -i ''` Delos erma'Fire �e °" IicktosI"" ��-��-��-���i���i�!� z z MULCH PERENNIAL BED,TYP .� P 1 Qt. o�( Irl r at Yy ♦ Ice Plant 309 SF Spinner and'Mesa Plant at 12"OC > ,��''®/I/t �� e.■I �i���rc �:�.. ♦ "' �, `X A' ... p Verde' Pots 6 to f /. r■� r■�-■Y r■�E■ 1d� r■• ♦ / EXISTING LIGHT POLE iS T''Y U iii.ter%���I@ "� ��NC�'jYw,,o j ° '`- ` P,q Sod 11,806 SF Kentucky N/A Rivendell Sod Farm >o�+`N (2)6z6 SOLIDER COURSE -�. -tgillfig _` r��nr ` 111 �, (Poo Pratensis) Bluegrass LIUb r�R' D y� r■�•,/ - I ICE PLANT G gr PAVER BANDS IN ■PQ■LP irtt •• • t "„- ''r i• j-•�� GROUNDCOVER STONE STEPS '�V m 0 a RUNNING BOND PATTERN �"'' , � s, �� Finely Shredded 3"De O m is 6�e �Cleo. 48"X 18'X 6'SANDSTONE SLABS AREA B � Bark Mulch 2,592 SF Cedaf MuICh Depth W •o *", t w 6s -®P .tea I�1141,7,241111LgotAnk;%);ril"Z*4 AA . ♦ �s �� 6'1Y .'* LIMIT OF WORK v iPAVERS 2 Wei z < .`� - ao ►� z" �"rT, - MULCH Lysimachia 1 Qt. p p•�� � � �, ♦ w -�a � iy r;Tja 1• _ Creeping Jenny 523 SF nummularia Pots Plant at 12"OC W W REF1/L5.1 "..■6-■� .0 .� ♦ N o rs Ap 1Z�" j . ""xx Aurea' DUD .a a�- d it oo. J .:�IME■= _ ♦ _.i® pi 8•-0 �.t ;^7"7'�7"T.. 'CREEPING JENNY' F- !— PAVERS TO MATCH EXISTING GRADE :71•E••E•B II i. •/ 8"CIP CONC EDGE �, �Y ®, q,0" ` t ,1- GROUNDCOVER EXISTING LIGHT POLE Perennials >0'0 ALONG EDGE OF SIDEWALK ;;p�!irpl II RESTRAINT �s, yp �r symbol common Name Total Area container she spacing supplier U Z to Z Ire!Pk REF 1/L5.1 MULCH :ei �O• PERENNIAL BED,TYP .•fir■■�r■1 II 1 •@ I • MULCH �I�4 fir. CN■�-e■� aw - I�Ii/ Mp1�C;: Mixed Species 123 SF 1 GAL 18"OC el SANDSTONE See Plant Lisl ligi W � - 8"CIP CONC EDGE RESTRAINT i "/lr.; ***-v,,i :EarilY ( ) Ri min• I • v Ir 1i "1` "' BOULDER BENCH :■E�■�r� IIv' ♦ EXISTING REF 1/L5.1 T :; ♦v�� F "x MULCH Q :1 Or i II 1 il1•- MANHOLE ALIGN WITH CORNER FENCE POST sip p kISTING,, '''''''' SEAL Cr Q :}°-'�ew� 1�IL1 i� • PAVERS � ehr I ;rear- ii QU olG • REF 1/L5.1 v®�4 BIKE SHARE RACKS ria p " •, i! -A, �®ii l���n la' • - 1111W W (PROVIDED BY TOWN) r\■a� II • COURT ENTRY GATE, �� Il•�i r• �,1_il•c J ■■�� II/� P • TYPICAL �� -a � I�.1T1,"rT1 ICE PLAN PERENNIAL BED,TYP iBe s>• I� `�e 8"CIP CONC EDGE RESTRAINT as. ode r t �,r).t.:- GROUND VER 0 8"CIP CONC EDGE a III .. : REF 1/L5.1 +� SANDSTONE m RESTRAINT i 1•II �1 (1)6x6 SOLDIER COURSE ALIGN WITH CORNER FENCE POST _Os ` *. BOULDER BENCH _ REF X/L5.1 io�wi II cJ,•-, , • PAVER BAND,TYPICAL - .,i1II ^� " ♦ PAVERS TO MATCH EXISTING ♦ 6G,�, * **`• STONE STEPS I 18-24"HT GRADE OF CONC SLAB AND .� j ��E. IL if BOULDER WALL SIDEWALK ♦ 6. 6 �T} �21 Ili" ♦ ' �� `TT�rT Er4.2 SANDSTONE SLABS PROPOSED BIKE RACK ' . to CC ATTACHED TO �.I: ♦ ®--`oo ',, �Ir? ►/'� U EXISTING CONC SLAB `_""'II ♦ O® 11C�,,,T MULCH y/ Cr REF 3/L5.1 �J ♦ EXISTING CONC SLAB EXISTING DRINKING FOUNTAIN ' 0-. Pi _ g i t ce/ ♦ (TOREMAIN) (TO REMAIN) •, ios j PROPOSED CIP�ONC SLAB 2 /� ♦ ® AG tf ♦ 8�" t` �s.®L o 5'THICKNESS /6X6 WWF 2 1! ' ♦ �� oY '• 44-gI,isi. Q Z Q MATCH GRADES AT EXISTIN r SIDEWALK y �s llf:`�•"' 8'0 m AND BUS SH TER SLABS j Sv RE-CONSTRUCT 8"CIP CONC EDGE RESTRAINT L� �• REF 2/L5.1 m �J' ♦ BOULDER WALL REF 1/L5.1 44�.... y • BEHIND BUS ALIGN WITH CORNER FENCE POSTIll wll�.%�s�, I� PROPOS:D TRASH AND �,� 1•iA _ CO RECYCLING=INS TO MATCH �� CI,� I SHELTER PAVERS IOW - f� 4/r -;O�a FISTING V p ((� TOWN STANDA••BEAR PROOF ♦ iC - _ REF 1/L5.1 p 3 •ECEPATACLES ♦5',6" L _ ♦ ^. ai 0 Q • rC : / COURT ENTRY GATE, O U m �,J TYPICAL y ♦ ' ♦ / (1)6x6 SOLDIER COURSE 8"CIP CONC EDGE RESTRAINT N Z N EXISTING • ♦ ' ♦ REFI/L5.1 l■■fi� O >, PAVER BAND,TYPICAL SIDEWALK • / `1'1 ♦ > o 1 BASKETBALL COURT ALIGN WITH CORNER FENCE POST -O • rir • PAVERS TO MATCH EXISTING O Q oN ♦ _,,t. .u. : GRADE OF CONC SLAB AND Ci SIDEWALK • Z 111 ", • • EXISTING CONC SLAB . 18-24"HT MULCH ♦ �� • BOULDER WALL (TO REMAIN) (� o ' /♦ J • ♦ , • BASKETBALL COURT ^ 0111' al a •a ♦ 'arlII ISSUED FOR: • f:'C'='.'el • MULCH _ ♦ JI IiJ • _ • / No. DATE COMMENT ♦ ♦j �- ��, / , „ A 4b1/20 BD SET ♦ '-' OT ct / t(/ J •��*♦♦ _ PERENNIAL PLANT LIST: TENNIS COURT •�r aI BOTANICAL NAME COMMON NAME PERCENTAGE OF PLANT MIX / Z � Achdlea'Summer Wme' SUMMER WINE YARROW 6% ---- AquJeg,a'Bluebmd' BLUE BIRD COLUMBINE 8% _ - Calammthanepeta'Blue Cloud' CALAMINT 5% /, AREA A & B ill Echo-mesa'Flame Thrower' HYBRID CONEFLOWER 10% / Enogonum umbellatum SULFUR FLOWER 5% 14/ TENNIS COURT ENLARGEMENT '- Gallarda x grandflora'Kobold'GOBLIN GOBLIN BLANKET FLOWER 7% // • • I1 Geranium Johnson's Blue' JOHNSON'S BLUE GERANIUM 6% / • , Iiemerocalhs'Autumn Red' RED DAYLILY 10% PLAN , / lieuchera pulchella SANDIA MTN.CORAL BELLS 6% 101111/11111. Leucanthemum x superbum SHASTA DAISY 5% PROJECT No. DATE " L,atrs spicata'Kobold GAYFEATHER % 20202782 W1/20 Monarch dd 4 yma'Pardon My Cense' RED BEE BALM 4% Penstemon Baton, FIRECRAKCER PENSTEMON 8% DRAWN BY CHK BY TRY BY -_, Penstemon stnctus ROCKY MOUNTAIN PENSTEMON 6% \ 'tip�d : i JAG PC PC Salvia nemorosa'Blue Marvel' BLUE MARVEL SALVIA 8 SHEET No. 1 AREA A AND BE ENLARGEMENT PLAN-BUS STOP L 1 .2 0 5' 10' 20' SCALE: AS SHOWN p o ARK/NG 91. for A z z cn o w Z u 4 _qZ/V mN PERENNIAL BED,TYP - U Q.=flilIbi BENCHnil 146 --.4% •. 4 ._ . T„Por.' ICE PLANT PERENNIAL BED,TYP C� may lbaei Z W,Z `�'✓.>u'.`)Y.Y + . GROUNDCOVER ° -�y SANDSTONE �l BOULDER BENCH t STONE STEPS •A + G N =a♦® 48 X 18 X 6" 410 coG ma's a ..a♦i ++ .nTfi r• SANDSTONE SLABS o a< �r MULCH -` �.O�' aP ♦ - a AREA doo .- aG g p<- :- • LIMIT OF WORKIllEMIII ,co c a! A♦< � 4'_p. _a! "CREEPING JENNY" (I. d `� �� >u<LL yr �f •`E'1: S.p" GROUNDCOVER ♦•��� \ U ' 8"CIP CONC EDGE RESTRAINT REF 1/L5A ♦I/I*1•t •n• i.� y0 ALIGN WITH CORNER FENCE POST w r1�r a6 . _ ♦ ����•� L ro F'R PAVERS �OO ® .ar fk/ST % �} `j ' m REF 1 I L5.1 is `� /A'G S70 / EXISTING LIGHT POLE ♦ ,- ^fi j' ♦ O o 4. as . fwACK :: • ♦ p ' T'i1���� m a�' aP aG'„ PERENNIAL BED,TYP ♦ ' —"foist* ♦ ,4 Q Lu COURT ENTRY GATE, as ' i ICE PLANT 1, 111.11�•' rn=Lu TYPICAL a< aP�a♦< 'it.- '` f- GROUNDCOVER PLANT �� i11'I rr ♦ FF si � SANDSTONE ♦ I• g11�1 ♦ V (1)6x6 SOLDIER COURSE - as .- 1`/^ `r • BOULDER BENCH I � '�I11 �1`I/11 �Er♦rim'♦ll•WIN♦01/1�11�1�I ♦�1♦1�♦Ii�11��1♦/ply��SLA :440,t•,1E/`I ♦ ♦`"1 ♦Ijy11�r ♦ sEAL •art 11TG CONC SLAB - s ♦< 9 0 }."- EXISTING LIGHT POLE E�s 1�♦��1♦E 1�1 I fi*3 ; ` 1��11 118'CIP CONC EDGE RESTRAINT •• II--fir•• z J • ICE PLANT a♦< �Ii 11�r.REFi/L5.1 ••2�f��`�`• a. aa1►'`� . GROUNDCOVER 1 . j ��,����ALIGN WITH CORNER FENCE POST ♦�/�apaa /./ai® ` Mt u '� 11i 1��PAVERS aG3 . , + 1i OI,♦ REF 1/L5.1 ,'i` a♦ ` p ♦ I.11i.♦ aP. ii . PAVERS tlh b • . 11�'i (1)6x6 SOLDIER COURSE �j ♦ "EF 1/L5.1 c„* lit ♦ PAVER BAND,TYPICAL i! aL ♦ ♦ ,a., r^ N 8"R CIP CONC EDGE RESTRAINT as jj `� ♦. ` 17.0„ ♦ ♦* �� Emse ♦ V/ _ EXISTING CONC SLAB ALIGN WITH FENCE POST ANte�••`•.• ♦ ♦ ,♦•1E♦�1,L(/ /..? (TO REMAIN) PAVERS TO MATCH EXISTING ♦o gAr*`•.• - . ,011/1 ♦ Q/ 7 GRADE OF CONC SLAB AND 20U/ ��M ♦ \t ♦ \ ` U NNIS COURT U ♦ SIDEWALK : • : + T sr ♦6- tk- ��� 8"CIP CONC EDGE RESTRAIN ♦ •��• li 2 �Q �� : REF1/L5.1 y� •� tl ALIGN NORTH NORTH EDGE E OF 1- AREA C 9 ,. _ / _ � .- SLAB W/NORTH EDGE OF LIMIT OF WORK Q EXISTING PICKLE BALL COURT PROPOSED CIP CONC SLAB IN CONTRACT) 0 °P1 SYMBOL LEGEND: PLANT SCHEDULE 5"THICKNESS AT2%TOTHEEASF (NOT O U C SLOPE AT 2%TO THE EAST m REF2/L5.1 \ Deciduous Trees \ \ ce O - COURT ENTRY GATE Symbol Botanical Description STY Stu Spacing Notes Crimson Pointe 3 3" as \ > N el eu EXISTING STREET LIGHT ` 'G,mson Pointe' Flowering Plum Cal. shown \ O Q 0 \ PAVER PRODUCT SPECIFICATIONS \ ©_ BIKE RACK-QTY(1) Coniferous Trees MANUFACTURER:PAVESTONE/KEYSTONE HARDSCAPES \ t° Pins mug,' Big Tuna 3 4'ht. shown SIZES:3 x 6,4 X 6,6 X 6,6 X 9,9 x 11 (60mm THICKNESS) !�` \ U I�'-E7 PAVERS . 4% P,cea pungens Montgomery 4 3'ht as COLOR BLENDS:50%SIERRA BLEND AND 50%THREE TONE BROWN \ ^/ a 'Montgomery' shown \ ( / C pet (927 SF) Spruce PATTERN:PLAZA 1,11,&GIANT RANDOM PATTERN ANTICIPATED CONSTRUCTION ACCESS \ '\ W JOINT SAND:PAVESTONE POLYMERIC SAND IN TAN COLOR TURF AREAS TO BE RE-SODED AS NEEDED " LAWN/SOD Shrubs AFTER CONSTRUCTION \ \ (11,806 SF) Symbol Botanical Common Name STY Size Spacing Notes \ \ ■ CONCRETE •„ Japanese as NOTE:ALL SOLDIER COURSE BANDS SHALL BE 6X6 PAVER SIZE ONLY \ \ CL (185 SF) 0 0,,,,,,„manseorange Rocket' Barbary 13 5 gal. shown AND PLACED IN A RUNNING BOND PATTERN PICKLE BALL COURTS \ \ Perorska Russian 36 5 gal. as `1 \ \ ISSUED FOR: EXISTING TREE TO © atrrholoba Sage shown No. DATE COMMENT ),_1„); BE PRESERVED Phrsa'a vss Coppertina as opuotoe,u 16 5 gal. PERENNIAL PLANT LIST: I / A 6aolrm MIST 'coppen,na' Ninebark shown ■■■■■ LIMIT OF WORK lir:0sambucus n,gra Black Lace as BOTANICAL NAME COMMON NAME PERCENTAGE OF PLANT MIX / '61acklace' Elderberry 10 S-al. shown Achdlea'Summer Wine' SUMMER WINE YARROW 6% / _ Aquileg,a'Bluebird' BLUE BIRD COLUMBINE 8% / 11111111 Grasses Calam,ntha nepeta'Blue Cloud' CALAMINT 5% / / Symbol Botanical Common Name STY Size Spacing Notes Ech,nacea'Flame Thrower' HYBRID CONEFLOWER 10% / / �. Calamagrosts Karl Forester as Enogonu umbellatum SULFUR FLOWER 5% / � acForeste ubfloraFeather Reed 123 5 gal. shown m Gallard,a x grand,flora'Kobold'GOBLIN GOBLIN BLANKET FLOWER 7% / Grass Geranium Johnson's Blue' JOHNSON'S BLUE GERANIUM 6% �l / Groundcover Inemerocall,s Autumn Red' RED DAYLILY 10% I AREAB & C Symbol Common Name Total Area Material/Product Depth/size S�ppier/Note. Ileucherapulchella SANDIA MTN.CORAL BELLS 6% 1 / - Delosperma'Fire 1 Qt. Leucanthemum x superbum SHASTA DAISY 5% 1 / Ice Plant 309 SF Spinner'and Mesa Pots Plant at 12"OC Liatrs sp,cata'Kobold' GAYFEATHER 6% / / ENLARGEMENT Verde' Monarda d,dyma'Pardon My Cense' RED BEE BALM 4 Sod 11,806 SF Kentucky N/A Rivendell Sod Farm Penstemon eatonu FIRECRAKCER PENSTEMON 8% / / PLAN -. (Poo Pretensis) Bluegrass Penstemon str,ctus ROCKY MOUNTAIN PENSTEMON 6% / I 5alma nemorosa'Blue Marvel' BLUE MARVEL SALVIA 8% MATCHLINE LI.3 Bark Mulch 2,592 SF Finely Shredded 3"Depth 1 I PROJECT No. DATE Cedar Mulch •••�••• ••• •••�1•••��•••M 20202782 6/1/20 Lysimachia 1 Qt. MATCHLINE L1.4 / DRAWNBYCHKBYTRVBV Creeping Jenny 523 SF nummularla Pots Plant at 12"OC JAG PC PC 'Aurea' il I Perennials SHEET No. Symbol Common Name Total Area Container size spacing Supplier mpg Mixed Species 123 SF 1GAL 18"OC 1 AREA B AND C ENLARGEMENT PLAN-SPORTS WALK ; Ll .3 iii-arilY (See Plant List) L1.3 1"=10'-0" SCALE: AS SHOWN 0 5' 10' 20' SYMBOL LEGEND: F o "�t / - Q - COURT ENTRY GATE / / Z F Z i/x EXISTING STREET LIGHT / / MATCHLINE L1.3 / / N o r-e BIKE RACK-QTY(1) L ■•■—••■ ■•■ ■.•—/•••_-•••— �Z. _`7? p m MATCHLINE L1.4 Z m BARK MUCLH I-,z ro O i.3ri PAVERS / / U _ -c�X Pail (927 SF) / / - O U I& ANTICIPATED CONSTRUCTION ACCESS (/j LU qq / TURF AREAS TO BE RE-SODED AS NEEDED (f) a V p < (11806 SOD AFTER CONSTRUCTION ¢ Lu d W v ■ (CBONSCRETE -I I l 0_ A m Z?a / / ZUZwCo 0 0 EXISTING TREE TO / Q a g H Z W,z I` -,% BE PRESERVED ����� / •■���■ LIMIT OF WORK : / •*�� / REMOVE ALL EXISTING INFIELD eN ffl PLANT SCHEDULE DI cc �•'••••••••�� LAYINGSEE tdOTNGNOTESFORSOIL AND DISPOSE OF OFF SITE RPREPIAL B 0'7 •• A,.!Gv Deciduous Trees * ��� v 0 Symbol Botanical Description QTY Size Spacing Notes • �. V Crimson Pointe 3" as •**o yilt - o 'r 'cr„s„„,,,ee, Flowering Plum 3 Cal. shown I +s� ♦ ��♦ 6 LL ♦ U Coniferous TreesAI 44 � m T Pm„,mugo Big Tuna 3 4'ht. as ♦ •4 m 0 v 5,3Tuna' Mugo Pine shown ♦ ♦ W m Cr' ecea pungens Montgomery 4 3'ht. as ♦ •�. co Q v, ,, 'Montgomery' Spruce shown ♦ ♦ D W ShrubsIII ♦• :`r: : :`: : :`. •• • dF��F� Symbol Botanical Common Name QTY Size Sparing Notes4. el (� oerter,s enonter Japanese as II, ♦ LL .'.'.'.`.'.'.'.`.`.'.'.`.'.'.'.:...`.'.-.'.`.'.'.'.'.`.'.'.'.'.`.'.'.'.`.`.'.'.'. UZ�iZ ilif s;_;9 'orange ockee Barbary 13 5gal. shown ♦ �C.............................�.. . . . .•. . . . . . . . .•. .`.'.`.•.`.`.`.'.'.'.'. ♦♦ ♦ .'. '.. . .,.' . . • AREA C „aT Pe7,7,wa Russian 36 :ga • al. as ♦ -.`!•--• l./ aer�nh�,ro/,a Sage g shown •♦ ♦ LIMIT OF WORK Pnyeoearpua Coppertina as ♦ • •s• - `. • • - - • • • • - - • • - - • • - • • - • : (NOT IN CONTRACT) SEAL onw�r ,,eua Ninebark 16 l. shown ♦ .j'-.''''''''-'''''''-'''''''''-'''''''''-'''''''-'''''''''-'''''''-'-'''''''-'''''''''•'''''''''-'''''''-'''''''''-'''''''''-'''''•' Coppertma • ® Sambune mgra Black Lace 10 5 gal. as r/�; 'slack Lace' Elderberryshown Grasses ♦ • Symbol Botanlwl Common Name QTY Size Sparing Notes Calamagrost,s Karl Forester _ �& acubflora'Karl Feather Reed asIM ♦ w� Forester Grass • 123 5 gal. shown :'soD: Groundcover ♦ Symbol Common Name Total Area Material roa'Fit Depth/Size Supplier/Notes •:•j11....B1-+) • -• •- - ...,.. .. , , . .'. ... . .....'. . ..,.,, Delosperma'Fire 1 QL - ♦ - - *...'. .-• .-•- *...'...*. .-• *...'.....*..-•-..*-.-.-•..-*-.-•-.. 111 Ice Plant 309 SF Spinner'and'Mesa Pots Plant at 12"OC : .3. .'•311111040 : ......„.„.„.„„„.„.„„....„„„.„.„„„.„.„„....„„„.„.„„„.„.„„....„„ .„.„,.......,.......„„„.„.„„„....„......„„„....,.,., • V Verde' • Sod 11'806 SF Kentucky N/A Rivendell Sod Farm (Poa Pratensis) Bluegrass ■ AI Q Z ■ Final Shredded ♦ Bark Mulch 2,592 SF y 3"Depth ti Cedar Mulch AV ■ I W Lysimachia 1 t. ♦ ■ w' 523 SFCD Q c Creeping Jenny numurea' Plant at 12"OC P 9 Y Pt � it Perennials ♦AI . ♦ Z o Symbol Common Noma Total Area Container Size Sparing Supplier U Nu m;; Mixed Species 123 SF 1 GAL 18"OC O♦ ♦ EDGE OF SOD INSTALLATION IS 1 '�y ei'ariill (See Plant List) ♦ ♦ APPROXIMATE.INSTALL SOD WHERE N Z N • �f ♦ ♦ NECESSARY TO CREATE A 0 .p ♦ SEAMLESS BLEND INTO THE W ♦ > EXISTING TURF AREAS p ♦pr • � ♦ Q J/�` O -.'.'.may.','.`.•.'.',`.'.'.'.`,`.•.'.','.•.•.'.'.• ♦ • • ♦ . .�.' '. . . . . . . - . . . . - . . . - ♦ Z i� sea APPROXIMATE LOCATION OF ♦ • . ' ` ' ♦ ?, EXISTING DRAIN INLET ♦• - - . . . . . . . . : . . . . . . . . . . . . . : . . . : : . . . : . . . . : . . . : : . . . : . . . . . ♦ • II AI ♦ ♦ W ♦ ♦ SI • ••••�* ♦ GRADE PROPOSED SOD AREA TO II ISSUED FOR: •••���•.•• RDS EXISTING DRAIN : INLETS AT AAMNIMUM 1%S SLOPE A 40V10 D T DATE ENT • • .„,,,„, • .,„11q. . . . „ . . . „ . . . „ . „ . . „ . . „ , . . . . . . . . . , . . „ . . „ . . . . . . . „ . . • .,„„„,.... . ..........._...._,...._........ . . . . . . . „ . „ AI .111114" ••is AI • ilirli•.. � DI AREA D • Ili APPROXIMATEEXISTING LOCATION IN INLET •••l�� ♦• ENLARGEMENT r ' PLAN PROJECT No. DATE BY 20202782 6/1/20 DRAWN1. BY CHK BY TRV BY = JAG PC PC SHEET No. 1 AREA D ENLARGEMENT PLAN-SOFTBALL INFIELD Li .4 L1.4 1"=10'-0" SCALE AS SHOWN 0 5' 10' 20' NOTES: / / to GUY ALL TREES 100MM CAL.AND OVER. Ar NEVER CUT LEADER \ U0 STAKE TREES UNDER 4"CAL. Zi- SET STAKES VERTICAL AND PRUNE BROWN OR Z AT SAME HEIGHT ` DEAD BRANCHES N C C�L.IJV I"'Z= _ QQG � U F NON �„—"WIDE U BIKE RACK" V)Ce Q U LL MFR:BIKE RACK CO. CnFw O STAYS TO BE SET `�' SURFACE ycleparkingrecks.com Q u 4.1 CQQt e _ 8 0 UP TREE OR ABOVE3 Illh At! NYLON STRAP F NRSH:POWDER COAT BLK Q I_VI I,D Dee�-DZUZ`"a� hWrFIRST BRANCHES m MOUNTING:IN-GROUND =0-m m GUYWIRE +�, F''° 10 Q Q O,2,2 m Z W Z • STEEL TREE DRILL A EXISTI G BIKE TURNBUCKLE STAKES RACK TO EXISTING CONC SLAB PER MFR TREE WRAP GUYS AT N 60 ANGLE INSTRUCTIONS O REMOVE BURLAP FROM 41r.. I Moo o TOP 1/3 OF BALL \ _ .-._.T/O SLAB, A a 3"ORGANIC MULCH LAYER ' a v-O rn MOUND TO FORM 4"SAUCER "MIN ° a V U O ` e. EXISTING CONC SLAB Ya - �f'- 1 .O -'\ 'VW* I I _' ANCHOR STAKE 1.i., TOPSOIL(9"DEPTH) ifiEl \\\` 111-11 DRIVEN BELOW I ^N _ Ir \•'n,` _ FINISH GRADE k CSEE PLAN PING NO fE5 I I1 I—I�1 1r _ _ I I Il I _ I _ _ ' ' REMOVE ALL WIRE BASKETS AND `I- �r�g/� III- - -I 1 111E111-111E111-11 111-11 111E111-111 m m 1rrl 1-11 1111E11 1-1111=1�1-1�1-1�1-1 11=1�1=111-1�1=1 11- O BINDING FROM ROOT BALL ? —1 I �� - III—III- -0- ...,, -i PLANTING BACKFILL __1�►.�''�O� °��� �� =1 H I-III-III-III-III-III-III-III-I (SEE PLAN fING NO fEs I I—III—III—III—I 11-I 1 I-1 I' III—III—III III III—III—III 06o 1=1 1=1 1=1 1 11 1 1" PA 3 S'G S BIKE RACK S121' o III-III-III-I 11=11 1 71'' SCARIFY T04"DEPTH '/ 120 AND RECOMPACT L5.1 SCALE 1-1/2"=1'-0" Z PREVAILING STAKES TO EXTEND 20" 2x ROOTBALL DIAMETER WIND BELOW TREE PIT IN STAKING/GUYING LOCATION PLAN UNDISTURBED SUBGRADE 6 DECIDUOUS TREE PLANTING DETAIL L5.1 NTS NOTE: SLOPE ADJACENT GRADE PROVIDE CONTRACTION JOINTS AWAY FROM CONC AT 5'OC MINIMUM 3/16"SAWED OR TOOLED REF GRADING PLAN / CONTRACTION JOINT DEPTH OF JNT SHALL BE 1/3 OF SLAB THICKNESS TOPSOIL SILICON JNT SEALANT fr 5"CDOT CLASS B OR P CONCRETE ( \L 1 I a ° -..1/O CONC$- SET ROOT COLLAR AT 1"ABOVE �' 1 6"MIN ` REF GRADING PLAN FINISHED GRADE / / / 41112 X X X X ` 6 X 6 WWF,PLACE IN CENTER OF SLAB 3"ORGANIC MULCH LAYER ;7111111111111111111111111111111111111111111111IIIIIIIIII i ,n um urn III Illllllllllllllillllllllllmllllllll_ • 6"CLASS 6 BASE COURSE ••• N - -III 1 •v��� � � �•���i��'0�•' i,iY�iji BASE PREPARATION ti i if iL iL if i Ji df�i iily'ii �j �i �i•i CONTRACTOR TO PLACE CLASS 6 ROAD BASE AND PLANTING BACKFILL I III `.` — _ 11; �•�irlAt�y�y.94,444 �F1�110y�16 �i.1' `y I LLJ ti (SEE PLANTING NOTES) - v 1-1 1 1- I 1 n':moaviir.aam Lazi✓.1.1i g i•El•i.taI At i l'•�•S�• COMPACT TO 95%STANDARD PROCTOR DENSITY 11 11E1 vat 1 11 I; 111E111E111E111E111E111-111E111-111-111E111E111-111 (�MOISTURE CONTENT WITHIN 2%OF OPTIMUM SCARIFY TO 4"DEPTH - -$/� tl AND SCARIFY _wW 1I1 . 1E1I1E111=11-I11=1I1E1I1=111 I1E1I1=111=111=1l1=1Iti I- III 111E111-111-III-111E1I IEII I=III-I II- COMPACTED SUBGRADE y =1 III „III III-III= 1=1 1=1 1=111=1 111 I I H I 1 111=1 1=1 1=111- -I I _Z O p 'I LEVELED SUBGRADE ,1 1 1-1 11-1 1 1-1 1 1-111-1 111 I I111-111-1 11-111E111-111 _I 11-111 E 111E111E111E111E111E111E111E111E11111 U -11-11. 111=111=111=111=111=111 111=11 NOTES: BALLED AND BARE ROOT OR Z '' BURLAPPED SHRUBS CONTAINER SHRUBS —III III III=III=III- 0 N TREE SHALL BEAR SAME RELATION TO > N o / FINISHED GRADE AS IT BORE TO O Q N PREVIOUS GRADE 5 SHRUB PLANTING DETAIL 2 CIP CONCRETE SLAB NOTE:GUY WIRES REQUIRED ONLY L5.1 NTS L5.1 SCALE:1-1/2"=1'-0" Z .Z' ON TREES OVER 6'HIGH .?0 U GUY WIRE SECURED TO TREE / ' II O WITH NYLON-STRAP / At, GUYS AT TURNBUCKLE - � 60 ANGLE REMOVE BURLAP FROM - ' O+ O+ D" "D"O El + ADJACENT MATERIAL VARIES I — TOP 1/3 OF BALL 1 (REF MATERIALS PLAN L1.X) 3"ORGANIC MULCH LAYER / 0000 SSDEDFB CIP CONC EDGE RESTRAINT No. DATE COhN1ENf MOUND TO FORM 4"SAUCER 1/2"RADIUS,TYP A TE �� REMOVE ALL WIRE BASKETS AND A�� mil2" 60 MM CONCRETE PAVERS BINDING FROM ROOT BALL : 44, Se'Sf 4.'w IIIII °° ���� 11— ' POLYMERIC SAND JOINTS TOPSOIL(9'DEPTH) :` III III 1 I- TOPSOIL 9"DEPTH),SEE PLANTING NOTES D=DIMENSION OF PERENNIAL PLANT SPACING 1/8"MAX VUar11ER 1 I 1 1 11"COMPACTED SAND SETTING BED ANCHOR STAKE DRIVEN III \ mmoi 2"SOIL PEP LAYER TL4. BELOW FINISH GHAUE r /- Tr�Q , \\f\!\\�\ I 1 / � //l! COORD W/ XISTING GRADES PLANTING BACKFILL s _ \A III; O IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII_IIIIIII! LANDSCAPE III III III III —,1LII Illllll SCARIFY TO 4 DEPTH " " ' 2"ASPHALT PAVING FINISHED GRADE VARIES,SEE �� �•��'i/�ilr�il�ifV�i�-i•V��. AND RECOMPAC f GRADING PLAN �/ I I,i}�i ,,, 14• •7� 6"COMPACTED CLASS 6 ROAD BASE DETAILS 2x ROOTBALL DIAMETER �3. L / it iy�,�Jf�1fti� 95%STANDARD PROCTOR DENSITY STAKES TO EXTEND 20" I I III-1 I I �•b -I- ie,fis Mot Aii . ,1 OF OPTIMUM II CONTENT WITHIN 2% BELOW TREE PIT IN — a�• _ - �i UNDISTURBED SUBGRADE - - _ _ (2)-#4 REBAR CONTINUOUS UNDISTURBED I-1I1 I I-11 I11 111E11EAA / _ _ 111E111E111E111-111 PROJECT No. DATE SUBGRADE OR BACKFILL 1 111 11 11 11 111E111 1 I 111E111E111E1 I 1=111=1 •III 111E11 I-I 11-1 11E11 111 I I=1 I IEI I 1=11 I=1 11-111 1 I 1 111 HI _ COMPACTED SUBGRADE 20202782 6/1/20 I - - 1-1 i- '-1 1 1 1 I H I-111 111 11-1 I PER GEOTECH REPORT DRAWN BY CHK BY TRV BY T1—III—Ti_ JAG PC PC SHEET No. CONIFEROUS TREE PLANTING DETAIL ( 4 I PERENNIAL AND GROUND COVER PLANTING DETAIL li I PAVERS AND CIP CONC EDGE RESTRAINT L5.1 SALE AS SHOWN Lb 1 NTS L5.1 NTS L5.1 SCALE:1-1/2"=1'-0"