town of cape elizabeth, maineada accessibility improvements – cape elizabeth, maine page - 2. town...

26
TOWN OF CAPE ELIZABETH, MAINE ADA ACCESSIBLITY IMPROVEMENTS CAPE ELIZABETH MIDDLE SCHOOL 14 SCOTT DYER ROAD TOWN OF CAPE ELIZABETH, MAINE BIDDING AND CONTRACT REQUIREMENTS AND SPECIFICATIONS March 9, 2020

Upload: others

Post on 30-Jul-2020

6 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

TOWN OF CAPE ELIZABETH, MAINE

ADA ACCESSIBLITY IMPROVEMENTS

CAPE ELIZABETH MIDDLE SCHOOL 14 SCOTT DYER ROAD

TOWN OF CAPE ELIZABETH, MAINE

BIDDING AND CONTRACT REQUIREMENTS AND SPECIFICATIONS

March 9, 2020

dblanchard
dblanchard
Text Box
3/09/2020
Page 2: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

Sebago Technics, Inc. – 17288-01 March 2020

ADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2

TOWN OF CAPE ELIZABETH ADA ACCESSIBLITY IMPROVEMENTS

TABLE OF CONTENTS Section Pages Notice to Contractors 3 - 6 Proposal 7 - 14 Agreement 15 - 19 Lean Waiver 20 - 21 Project Specifications & Requirements 22 - 24 Contract Drawings

• Sheet 1 of 3 - Cover Sheet

• Sheet 2 of 3 - Grading and Site Plan

• Sheet 3 of 3 - Erosion Control Notes and Details

Page 3: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

Sebago Technics, Inc. – 17288-01 March 2020

ADA Accessibility Improvements – Cape Elizabeth, Maine Page - 3

TOWN OF CAPE ELIZABETH ADA ACCESSIBLITY IMPROVEMENTS

NOTICE TO CONTRACTORS

PROJECT DESCRIPTION: ADA ACCESSIBLITY IMPROVEMENTS The Town of Cape Elizabeth is accepting sealed bids for construction of ADA Accessibility Improvements (hereafter call “The Project”) at the Cape Elizabeth Middle School accessed from 14 Scott Dyer Road. The project includes providing all materials, labor, and equipment for the construction a 2,150+/- square foot hot mix asphalt paved ramp and viewing boxes as shown on contract drawings and as required by contract documents Summary of Work:

1. Construction a new 2,150+/- square foot hot mix asphalt paved ramp and viewing boxes with tactile warning strip, granite curb tip downs, pavement markings, grading, and revegetation of disturbed areas.

2. All other work required for a complete project and as depicted on contract drawings in contract

specifications/documents. BID DUE DATE & TIME: MARCH 26, 2020; 2:00 PM (EST). A mandatory pre-bid meeting will be held at the project site at 9:00 AM on March 17, 2020. Contractors are required to field review the proposed project area prior to bidding and direct any questions to the Town Engineer Stephen D. Harding, P.E. ([email protected] or 207-200-2057) of Sebago Technics, Inc. located at 75 John Roberts Road - Suite 4A, South Portland, Maine 04106. Questions must be submitted no later than 5 business days prior to bid due date. Bids will be opened by Town staff at the bid time and will then be evaluated. The opening will be a public opening. The award will be based upon the lowest responsive bid meeting the Town project intent, requirements and objectives. The Town reserves the right to reject or accept any and all bids as determined by the Town to be in the Town’s best interest. BID RESPONSES MUST BE RECEIVED NO LATER THAN THE BID DUE DATE AND TIME (LOCAL TIME) SPECIFIED ABOVE. LATE BIDS WILL NOT BE CONSIDERED AT THE DESCRETION OF THE TOWN.

Page 4: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

Sebago Technics, Inc. – 17288-01 March 2020

ADA Accessibility Improvements – Cape Elizabeth, Maine Page - 4

TO ALL PROSPECTIVE CONTRACTORS/BIDDERS: You are hereby invited to submit your bid for the item(s) to be furnished and delivered, shipped to the address specified herein. All bids must be received in sealed envelopes marked “ADA Accessibility Improvements” - Cape Elizabeth Middle School. Bids can be mailed to the following address, but must be received one (1) day prior to the opening to assure proper delivery:

Town of Cape Elizabeth Attn: Matthew Sturgis, Town Manager 320 Ocean House Road P.O. Box 6260 Cape Elizabeth, Maine 04107

Bids can be hand delivered to the Town Manager or designee prior to the bid due date and time and will be opened by the Town Manager. A public opening will be held. Copies of the contract documents and specifications shall be obtained from the Sebago Technics Office at 75 John Roberts Road, South Portland, Maine or on the Town’s website at www.capeelizabeth.com. Addendums, if issued, will be posted on the Town’s website. It will be the contractor’s responsibility to download any addendums from the website and acknowledge receipt of the addendum(s) on the stipulated location with the proposal form. Contract addendums not obtained from the Town website may invalidate any submitted bid for the project. Any and all inquiries about this bid can be directed to Town Engineer Stephen D. Harding, P.E. of Sebago Technics, Inc. at 207-200-2057or e-mailed to [email protected]. All proposals shall be submitted on the attached form and are to remain open for ninety (90) days after their opening. Late bids, electronic bid, bids not signed, and facsimile bids will not be accepted. The Town also reserves the right to substantiate proposer’s qualifications, capability to perform, availability, past performance record, and to verify that bidders are current in their obligations to the Town. All bids are subject to staff analysis and Town of Cape Elizabeth approval. The Town of Cape Elizabeth reserves the right to accept or reject any and all bids received and waive any and all technicalities. The successful proposer shall agree to defend, indemnify and save the Town and Engineer harmless from all losses, costs or damages caused by its acts or those of its agents, and, before signing the contract, will produce evidence satisfactory to the Town Manager of coverage for General Public and Automobile Liability insurance in amounts stipulated in this contract per person, for bodily injury, death and property damage, protecting the contractor and the Town, and naming the Town as an additional insured from such claims, and shall also procure Workers’ Compensation insurance. The Town disclaims any and all responsibility for injury to contractors, their agents or others while examining the job or at any other time.

Page 5: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

Sebago Technics, Inc. – 17288-01 March 2020

ADA Accessibility Improvements – Cape Elizabeth, Maine Page - 5

Prior to any payment by the Town, the contractor will be required to supply the Town with a Waiver of Lien – Material and Labor for the total awarded contract cost, guaranteeing payment in full for all labor and materials used or required in connection with the work described in this bid. The Town may also require waivers of lien, signed by individual subcontractors, with requests for progress payments. Any mechanic’s lien or any other lien which may be filed against the premises which are the subject of the contract by reason of the work described herein shall be defended (by counsel reasonably acceptable to the Town) and promptly discharged by the Contractor at its own expense. If the Contractor should fail either to defend the Town against the lien or to discharge it, then the Town may do so at the Contractor’s expense. In the event of such an undertaking by the Town, the Contractor will promptly reimburse the Town for all its costs and expenses in so doing including, but not limited to, reimbursement of the Town’s reasonable counsel fees and costs which may be incurred by it in substituting a bond in place of the lien. Materials and equipment purchased for permanent installation in this project are exempt from the State of Maine Sales and Use tax and from all Federal Excise taxes. Each bidder shall take this exception into account in calculating his bid price for the work. The Successful Bidder must comply with the following: The contractor shall furnish all labor, materials, fixtures, supplies, equipment and transportation necessary to do the work as specified. Work shall be conducted in an orderly manner and all work shall be performed in accordance with best trade policy and in conformance with pertinent OSHA, Local, State, and Federal Government regulations. Contractors will be responsible for acquiring all necessary permits, licenses and pay all associated fees (including permits, dump disposal fees and taxes, if applicable). The contractor shall erect and maintain, at all times, any and all safeguards necessary for the protection of life and property at all times. The contractor is responsible for any and all work to accomplish this task. No additional payment or costs will be made to the contractor for this work. Non-discrimination in Employment and Labor Standards: Bidders on this work and all subcontractors will be required to comply with the President's Executive Order No. 11246 (EEO) and the amendments and supplements to that Order regarding affirmative action and equal employment opportunity. Department of Labor Regulations: The Contractor must comply with all the Safety and Health Regulations

(CFR29 Part 1926 and all subsequent amendments) as promulgated by the US Department of Labor on June

24, 1974; the Department of Labor Regulations relating to Copeland “Anti-Kickback Act” (18 U.S.C. 874) as

supplemented by 29 CFR Part 3; Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) as

supplemented by 29 CFR Part 5, and Occupational Safety and Health Standards (OSHA) (29 CFR Part 1910).

Environmental Regulations: The Contractor must comply with all applicable standards, orders, or

requirements of local, state and federal regulations including those issued under Section 306 of the Clean Air

Act (42 U.S.C. 1857(h)), Section 508 of the Clean Water Act (33 U.S.C. 1368), and Executive Order 11738.

The successful bidder will be required to furnish a 100% Performance Bond and 100% Payment Bond to cover

the execution of the contract which shall be in conformity with the forms of bonds indicated in the

Specifications and for the contract amount.

Page 6: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

Sebago Technics, Inc. – 17288-01 March 2020

ADA Accessibility Improvements – Cape Elizabeth, Maine Page - 6

The Town of Cape Elizabeth in all its activities subscribes and adheres to the provisions of the Civil Rights Act

of 1964, so amended to date. General Contractor, subcontractors, and product suppliers bidding on this

project must subscribe and adhere to same. There shall be no discrimination in employment because of race,

creed, national origin, handicapped status or sex.

Mr. Matthew E. Sturgis Town Manager

Page 7: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

Sebago Technics, Inc. – 17288-01 March 2020

ADA Accessibility Improvements – Cape Elizabeth, Maine Page - 7

PROPOSAL

Proposal of __________________________________________________________________ Name

__________________________________________________________________ Address

The name and address shown on the above lines shall be the official name and address of the person, partnership or corporation submitting this proposal and shall agree with the "Signature of Bidder" in the case of an individual; the "Name of Firm or Partnership" in the case of a firm or partnership; the "Name of Bidder" in case of a corporation.

TO: Town of Cape Elizabeth Attn: Matthew Sturgis, Town Manager 320 Ocean House Road - Cape Elizabeth, Maine 04107

Dear Town Manager:

The undersigned having carefully examined the Plans; the Standard Specifications; the Supplemental Specifications; Contract Agreement and Contract Bonds contained herein for the ADA Accessibility Improvements on which proposals will be received until the time specified in the "Notice to Contractors", this work being situated at the location described in the "Notice to Contractors" of this book, ADA Accessibility Improvements and in case of award, do(es) hereby propose and offer to enter into a contract to supply all the materials, tools, equipment and labor required to perform and construct the whole of the work in strict accordance with the terms and conditions of this contract at the unit prices stated in the following "Schedule of Items."

This Proposal may be accepted by the Town of Cape Elizabeth at any time within ninety (90) calendar days after opening of the bids. The Town reserves the right to accept or reject any and all bids for any reason so determined.

(Fill out prices in ink, in writing and in figure; in case of a discrepancy between prices in writing and prices in figures, the writing shall govern. Use the pages in this document when submitting proposal and submit contract document intact.) The Contractor is required to provide a schedule with the bid indicating the installation time period. The Town desires the installation of the project to be completed in its entirety and ready for Town acceptance by August 31, 2020. The Contractor shall provide substantial documentation in the bid if this time-line is not possible and shall provide an alternative schedule. The Contractor shall be prepared to start the project within 14 days of upon consultation with the Town and shall complete the work within the specified time period.

The contractor shall be responsible for all site conditions, delivery of materials, installation access, and weather-related project needs. Contractor shall not be entitled to any additional payments or claims for this work.

Page 8: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

Sebago Technics, Inc. – 17288-01 March 2020

ADA Accessibility Improvements – Cape Elizabeth, Maine Page - 8

If the contractor fails to meet the Town approved construction time period, the Contractor may be subject to liquidated damages at the Town of Cape Elizabeth’s discretion. The assessed liquidated damages shall be $500.00 per day beyond the prescribed completion date for the project depending on the circumstances of the delay.

ADA ACCESSIBLITY IMPROVEMENTS - LUMP SUM BID

TOTAL AMOUNT OF BID PROPOSAL, WRITTEN AND IN FIGURES, BASED ON CONTRACT PLANS AND SPECIFICATIONS.

Notes: The contractor acknowledges receipt of Addendum(s) _____ through ______ inclusive and have included the content of the addendum(s) in formulating this proposal.

Page 9: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

Sebago Technics, Inc. – 17288-01 March 2020

ADA Accessibility Improvements – Cape Elizabeth, Maine Page - 9

The undersigned also agrees as follows: FIRST: To do any extra work, not covered by the above schedule of items, which may

be ordered, and to accept as full compensation therefore such prices as may be agreed upon in writing by the Town and the Contractor.

SECOND: Begin work and complete the work promptly as agreed to by the Town of

Cape Elizabeth for the project. The Contractor shall commence work upon authorization by the Owner for the project within 14 calendar days of consultation with owner and Notice to Proceed. Contractor shall submit a project schedule to the Town indicating that the Work shall be completed within the specified timeframe. Upon starting the work, the Contractor shall remain on site until such time that the project is complete unless mutually agreed upon by the Town. The Contractor shall also be responsible for temporary work necessary to protect against inclement weather and all job site conditions.

THIRD: That this offer is to continue open to acceptance until the formal contract is

executed by the successful bidder of this work, and the Town may at any time without notice accept this proposal whether any other proposal has previously been accepted or not. Provided, however, that the Town will accept, in writing, one of the proposals made, or reject all proposals made, within ninety (90) calendar days after the date of opening of the proposals.

The Undersigned hereby declares that he/she or they are the only person(s), firm or

corporation interested in this proposal as principal, that it is made without any connection with any other person(s), firm or corporation submitting a proposal for the same.

The Undersigned hereby declares that they have read and understand all conditions as

outlined in the contract and specifications, and that their proposal is made in accordance with same.

The Undersigned hereby declares that any person(s) employed by the Town of Cape

Elizabeth, Maine, who has direct or indirect personal or financial interest in this proposal or in any portion of the profits which may be derived therefrom has been identified and the interest disclosed by separate attachment. (Please include in your disclosure any interest of which you know. An example of a direct interest would be a Town employee who would be paid to perform services under this proposal. An example of an indirect interest would be a Town employee who is related to any officers, employees, principal, or shareholders of your firm or to you. If in doubt as to status or interest, please disclose to the extent known.)

The Undersigned hereby declares that they have read and understand and will comply with the

following: 1. Non-discrimination in Employment and Labor Standards: Bidders on this work and all

subcontractors will be required to comply with the President's Executive Order No. 11246 (EEO) and the amendments and supplements to that Order regarding affirmative action and equal employment opportunity.

Page 10: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

Sebago Technics, Inc. – 17288-01 March 2020

ADA Accessibility Improvements – Cape Elizabeth, Maine Page - 10

2. Department of Labor Regulations: The Contractor must comply with all the Safety and Health Regulations (CFR29 Part 1926 and all subsequent amendments) as promulgated by the US Department of Labor on June 24, 1974; the Department of Labor Regulations relating to Copeland "Anti-Kickback Act (18 U.S.C. 874) as supplemented by 29 CFR Part 3; Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) as supplemented by 29 CFR Part 5, and Occupational Safety and Health Standards (OSHA) (29 CFR Part 1910).

3. Environmental Regulations: The Contractor must comply with all applicable standards,

orders, or requirements of state and federal regulations. Respectfully submitted this _____________ day of _______________________, 2020.

(Phone, Fax and Signatures for an Individual, Firm, Partnership or Corporation on next page.)

Page 11: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

Sebago Technics, Inc. – 17288-01 March 2020

ADA Accessibility Improvements – Cape Elizabeth, Maine Page - 11

PROPOSAL (continued) IF AN INDIVIDUAL, SIGN HERE

Signature of Bidder ____________________________________________________

Address ____________________________________________________________

___________________________________________________________________

IF A FIRM OR PARTNERSHIP, SIGN HERE

Signature of Bidder ___________________________________________________________

Name of Firm or Partnership ____________________________________________________

Business Address, Phone No. and Fax No._________________________________________

___________________________________________________________________________

Names and Addresses of Members of Firm or Partnership: ___________________________________________________________________________

___________________________________________________________________________

Social Security No. and Tax I.D. No.______________________________________________

___________________________________________________________________________

IF A CORPORATION, SIGN HERE

Name of Bidder _____________________________________________________________

Authorized Signature _________________________________________________________ (name) (title)

Business Address, Phone No. and Fax No._________________________________________

___________________________________________________________________________

Tax I.D. No._________________________________________________________________

Incorporated under the Laws of the State of _______________________________________

Names and Addresses of Officers of the Corporation:

President __________________________________________________________________

Secretary __________________________________________________________________

Treasurer __________________________________________________________________

_____________________ss

Before me, personally appeared ________________________________ and acknowledged that the signature to the preceding bid is his/her signature in his/her official capacity.

Date: ____________________________ _______________________________________ Notary Public - Signature and Seal

Page 12: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

Sebago Technics, Inc. – 17288-01 March 2020

ADA Accessibility Improvements – Cape Elizabeth, Maine Page - 12

ALL CORPORATIONS MUST SIGN THIS FORM AND SUBMIT WITH THE BID PROPOSAL

(Insert copy of that part of the records of the corporation wherein authority is given to the officer of

that corporation to sign this bid on behalf of the corporation.) _______________________________________________________________________________ _______________________________________________________________________________ _______________________________________________________________________________ _______________________________________________________________________________ _______________________________________________________________________________ _________________________ (date) The above is a true copy of the records of the __________________________________________ Corporation, which records are in my legal custody. _____________________________________________ Officer having custody of the records _____________________________ss Before me appeared, ____________________________________________, _________________ _______________________ of the ________________________________ Corporation, and made oath that the above statement is true. _____________________________________________ Notary Public - Signature and Seal

Page 13: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

Sebago Technics, Inc. – 17288-01 March 2020

ADA Accessibility Improvements – Cape Elizabeth, Maine Page - 13

NOTICE

(This Must Be Filled Out)

The full names and residences of all persons interested in this bid as principals are as follows: (In case of Corporation, include and identify President, Treasurer, Manager) ____________________________________ ______________________________________ ____________________________________ ______________________________________ ____________________________________ ______________________________________

LIST OF REFERENCES AND PROJECT NAME

(This Must Be Filled Out)

Project Date Type of Name of Contact Name Completed Project Contact Phone No.

1. ___________________________________________________________________________________

2. ___________________________________________________________________________________

3. ___________________________________________________________________________________

Page 14: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

Sebago Technics, Inc. – 17288-01 March 2020

ADA Accessibility Improvements – Cape Elizabeth, Maine Page - 14

ALL CONTRACTORS SHALL FILL IN THE FOLLOWING INFORMATION BEFORE SUBMITTING BID

NAME OF SUPPLIER AND ADDRESS PRODUCTS TO BE SUPPLIED 1. 2. 3. 4. 5. 6. 7. 8. NAME OF SUBCONTRACTOR ANTICIPATED SERVICE OR TRADES AND ADDRESS DOLLAR AMOUNT TO BE SUPPLIED 1. 2. 3. 4. 5. 6. 7. 8.

Page 15: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

Sebago Technics, Inc. – 17288-01 March 2020

ADA Accessibility Improvements – Cape Elizabeth, Maine Page - 15

AGREEMENT BETWEEN THE

TOWN OF CAPE ELIZABETH

AND

CONTRACTOR

AGREEMENT entered into this _________ day of ____________________, 20 ____, by

and between the TOWN OF CAPE ELIZABETH, a body politic and corporate, (hereinafter the "TOWN"),

and ________________________, located at ______________________________ (hereinafter the

"CONTRACTOR").

W I T N E S S E T H

WHEREAS, the TOWN requested a proposal, entitled Town of Cape Elizabeth ADA

Accessibility Improvements; and

WHEREAS, the CONTRACTOR did under date of ____________, 2020, submit a Bid for

such work; and

WHEREAS, after due consideration of all the Proposals, the TOWN did award the Bid to

the CONTRACTOR;

NOW THEREFORE, in consideration of the mutual promises made by each party to the

other, the parties covenant and agree as follows:

1. The CONTRACTOR shall furnish all labor, materials, equipment and transportation and shall perform all work required for the construction and completion in accordance with the specifications contained in the contract documents entitled ADA Accessibility Improvements dated March 9, 2020 (hereinafter referred to as "Contract Documents") of which this Agreement is a part. All work shall be performed in strict conformance with the provisions of this Agreement, the Contractor’s Proposal, General and Detailed Provisions, Plans, and Specifications of the Contract Documents which are attached hereto and made a part of this Agreement.

Page 16: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

Sebago Technics, Inc. – 17288-01 March 2020

ADA Accessibility Improvements – Cape Elizabeth, Maine Page - 16

The restatement in this Contract of any of the terms of said Contract Documents and Standard Specifications shall not be deemed to waive any terms not so restated.

2. It is agreed that the pay items given in the "Schedule of Items" in the CONTRACTOR's Proposal

Section of the Contract Documents will be used as the basis for determining the amount due under this Contract Agreement.

3. The CONTRACTOR covenants and agrees that all work performed and materials used shall be free

from all defects, and that all work be performed as specified.

4. The TOWN reserves the right to require Waivers of Lien from subcontractors and/or suppliers prior

to each progress payment made to the CONTRACTOR pursuant to the terms of this Agreement.

5. Prior to the execution of this Agreement, the CONTRACTOR shall procure and maintain Insurance coverage including builder’s insurance in amounts equal to 125% of the bid amount. CONTRACTOR shall furnish and thereafter maintain certificates evidencing such coverage, which certificates shall guarantee thirty (30) days' notice of termination of insurance from insurance company or agent.

6. Prior to the execution of this Agreement, the CONTRACTOR shall supply the Town of Cape Elizabeth a Certificate of Insurance listing the Town of Cape Elizabeth both Certificate Holder and as an Additionally Named Insured. Coverage shall be for not less than the following amounts:

a. General liability including comprehensive form, premises/operations, underground explosion

and collapse hazard (if required), products/completed operations, contractual, independent contractors, broad form property damage and personal injury. 1. $1,000,000 Bodily Injury and Property Damage Each Occurrence 2. $2,000,000 Bodily Injury and Property Damage Aggregate 3. $2,000,000 Personal Injury Aggregate

b. Automobile liability including any auto, hired autos and non-owned autos -

$1,000,000 bodily injury and property damage combined.

c. Workers' Compensation and Employer’s Liability 1. $500,000 each accident 2. $500,000 Disease - Policy limit

3. $500,000 Disease - Each employee

d. Name and Address of Certificate Holder: Town of Cape Elizabeth P.O. Box 6260 Cape Elizabeth, Maine 04107e 7. To the fullest extent permitted by law, the CONTRACTOR shall defend, indemnify and hold

harmless the TOWN, its officers and employees, from and against all claims, damages, losses, and expenses, just or unjust, including but not limited to the costs of defense and attorneys' fees arising out of or resulting from the performance of the Agreement, provided that any such claims,

Page 17: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

Sebago Technics, Inc. – 17288-01 March 2020

ADA Accessibility Improvements – Cape Elizabeth, Maine Page - 17

damage, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property, including the loss of use therefrom, and (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, anyone directly or indirectly employed by it, or anyone for whose act it may be liable.

8. Upon receipt of executed contracts and insurance as required, the TOWN will send an executed

TOWN contract to the CONTRACTOR. The CONTRACTOR agrees to perform no work under this Agreement until it receives Notice to Commence Work for a project(s) and to complete the work within the time limits given in the Proposal. Prior to beginning any work, the Contractor shall field review the site with the Town and shall establish a schedule for completing the work within the specified contract period.

8. Any mechanic's lien or any other lien which may be filed against the premises which are subject of this Contract by reason of the work described herein shall be defended (by counsel reasonably acceptable to the TOWN) and promptly discharged by the CONTRACTOR at its own expense. The TOWN may require the CONTRACTOR to provide a bond satisfactory to the TOWN and indemnify it against any lien and as substitution in place of a lien. If the CONTRACTOR should fail either to defend the TOWN against the lien or to discharge it, then the TOWN may do so at the CONTRACTOR's expense. In the event of such an undertaking by the TOWN, the CONTRACTOR will promptly reimburse the TOWN for all its costs and expenses in so doing including, but not limited to, reimbursement of the TOWN’s reasonable counsel fees, as well as costs which may be incurred by it in substituting a bond in place of the lien.

9. The CONTRACTOR shall perform the work to the satisfaction of the responsible TOWN official

who will have the right of inspection at all times, and whose approval and acceptance of the work will be a condition precedent to payments by the TOWN under this Contract. TOWN inspectors will have the authority to stop work in progress if such work is being done contrary to the plans, specifications, or engineering practice. This notice may be given verbal or written order.

10. Any controversy or claim arising out of or related to this Agreement which cannot be resolved

between the parties shall be submitted to the Superior Court for Cumberland County. At the Town’s discretion, non-binding mediation maybe required for dispute resolution.

11. The CONTRACTOR shall guarantee the work for a period of one (1) year and as specified in

contract documents for the faithful remedy of any defects due to faulty materials or workmanship and payment for any damage resulting therefrom.

12. The CONTRACTOR shall keep accurate records of all services performed under this Agreement

and shall submit such information to the TOWN on a monthly basis. Payment for such services shall be made to the CONTRACTOR not more than thirty (30) days after receipt of said forms and acceptance of the work by the TOWN. The TOWN will keep 10% retainage for each monthly invoice for services. The retainage will be released or reduced as determined by the TOWN at completion of the project.

13. The TOWN may terminate this Agreement for cause by written Notice to the CONTRACTOR. In

the event of such termination, the CONTRACTOR shall not be entitled to any further payment under this Agreement from the date of receipt of said Notice except for services satisfactorily

Page 18: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

Sebago Technics, Inc. – 17288-01 March 2020

ADA Accessibility Improvements – Cape Elizabeth, Maine Page - 18

performed prior to the date of receipt of the Notice if the TOWN does not have damages exceeding the value of the satisfactory work.

14. The TOWN will have the right to terminate this Agreement at any time for its convenience on

prior written Notice to the CONTRACTOR. If this Agreement is terminated by the TOWN for convenience, the TOWN will pay the CONTRACTOR for all work performed and all materials purchased pursuant to this Agreement prior to receipt of said Notice.

15. The CONTRACTOR shall verify the locations of existing utilities with the appropriate utility

companies prior to the start of construction.

16. The CONTRACTOR shall be responsible for temporary power required for project construction. 17. The CONTRACTOR shall be fully responsible to the Owner for the acts and omissions of its

subcontractors, and of person either directly or indirectly employed by them, and shall hold subcontractors to the same terms and conditions as THE CONTRACTOR is held under this Agreement. The CONTRACTOR shall inform subcontractors that the Owner will notify them they may not make claims or file liens against the project.

18. Non-discrimination in Employment and Labor Standards: CONTRACTOR and all subcontractors

shall comply with the President's Executive Order No. 11246 (EEO) and the amendments and supplements to that Order regarding affirmative action and equal employment opportunity.

19. The CONTRACTOR and all subcontractors shall comply with the Davis-Bacon Labor Standards

(most current wage rates at time of bidding) and shall submit certificated payrolls with each pay requisition compliant with state and federal wage reporting requirements.

20. Department of Labor Regulations: The CONTRACTOR and all subcontractors must comply with all

the Safety and Health Regulations (CFR29 Part 1926 and all subsequent amendments) as promulgated by the US Department of Labor on June 24, 1974; the Department of Labor Regulations relating to Copeland "Anti-Kickback Act (18 U.S.C. 874) as supplemented by 29 CFR Part 3; Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) as supplemented by 29 CFR Part 5, and Occupational Safety and Health Standards (OSHA) (29 CFR Part 1910).

21. Environmental Regulations: The CONTRACTOR and all subcontractors must comply with all

applicable standards, orders, or requirements of state and federal regulations.

Page 19: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

Sebago Technics, Inc. – 17288-01 March 2020

ADA Accessibility Improvements – Cape Elizabeth, Maine Page - 19

IN WITNESS WHEREOF, the said TOWN OF CAPE ELIZABETH has caused this Agreement

to be signed and sealed by ___________, its Town Manager, thereunto duly authorized, and

_________________________ has caused this Agreement to be signed and sealed by

_________________________, its _______________________, thereunto duly authorized, the day

and year first above written.

WITNESS TOWN OF CAPE ELIZABETH

________________________________ BY: __________________________________

Its Town Manager

CONTRACTOR

________________________________ By: __________________________________

__________________________________ (Print or type name)

Its ___________________________________

Page 20: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

WAIVER OF LIEN

MATERIAL OR LABOR

State of _________________

County of ________________

To all whom it may concern:

The undersigned ___________________________ has been employed to furnish

________________________ for the project known as Town of Cape Elizabeth – ADA Accessibility

Improvements, Town of Cape Elizabeth, County of Cumberland, State of Maine.

The undersigned for and in consideration of the sum of $ ________________ and other good and valuable

consideration the receipt whereof is hereby acknowledged, do hereby waive and release any and all rights

and liens, or claim of right to lien on said above described project under the statutes of the State of Maine

relating to Mechanic's Lien on account of Labor or Material or both furnished or which may be furnished

by the undersigned to or on account of said _______________________ for said Project and premises.

This Waiver of Lien shall become effective upon the issuance of a check by the Town of Cape Elizabeth

payable to _____________________ and ______________________________ in the amount of

_______________________.

Given under oath, my hand and seal this ___________ day of ______________, 2020.

By:

Its

Notarized: __________________________ this ______ day of ,2020. My commission expires

Page 21: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

Sebago Technics, Inc. – 17288-01 March 2020

ADA Accessibility Improvements – Cape Elizabeth, Maine Page - 21

WAIVER OF LIEN (Subcontractor/Supplier/Employee)

The undersigned has performed labor and furnished materials and/or performed services for

___________________________ on behalf of the Town of Cape Elizabeth, in performance of the contractor’s agreement of _________________ with the Town of Cape Elizabeth for the ADA Accessibility Improvements Project - ____________________ at ________ _______________________________________________________________________.

In consideration of the sum of $ _________________, the undersigned hereby waives all rights and liens,

including, but not limited to, liens pursuant to 10 M.R.S.A. Sec. 3251, et. Seq., which the undersigned may now or hereafter claim or assert against the above-described project; and the Town of Cape Elizabeth.

This Waiver of Lien shall become effective upon the issuance of a check by the Town of Cape Elizabeth

payable to ________________________ in the amount of $__________________. IN WITNESS WHEREOF the undersigned has hereto set its hand this ________ day of

____________________________, 20__. By: Its State of Maine , ss Before me appeared _________________________ and acknowledged that the signature to the preceding

waiver is his/her signature in his/her official capacity. Date: (Notary Public)

Page 22: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

Sebago Technics, Inc. – 17288-01 March 2020

ADA Accessibility Improvements – Cape Elizabeth, Maine Page - 22

Project Specifications and Requirements Town of Cape Elizabeth

ADA Accessibility Improvements 1.0 SCOPE OF WORK

A. Notify Dig Safe using Dig Safe protocols to locate utilities in the project area prior to construction. If Dig Safe members do not locate utilities in the project area, the contractor shall hire a private utility locating service company to locate all utilities in the project area. The contractor shall be responsible for the protection, repair, and replacement of utilities associated with the construction of this project.

B. Demolition and disposal of construction materials in accordance with applicable solid waste

management regulations. The contractor shall inspect the site for general conditions and note the general and specific conditions of the project and include all costs and disposal within the bid. Contractor shall leave the site in a neat and clean condition with no construction debris or extraneous materials.

C. Complete Construction of the Project including all materials, bracing, general conditions,

labor, equipment, temporary power and all other work required for a complete project meeting the requirements of the contract documents and plans.

2.0 TEMPORARY FACILITIES

A. The General Contractor shall provide and pay for all temporary facilities to include but not be limited to site security, storage, sanitary facilities, temporary lighting, coordination with Town, and trash removal.

3.0 SUBMITTALS

A. Provide submittals on all products, materials and installation methods and operations manuals for owner’s approval.

4.0 PROJECT MEETINGS

A. As required to insure quality control and assurance.

5.0 PROJECT CLOSEOUT

A. Project site to be left in clean new condition.

B. Contractor to provide all operation and maintenance manuals for all products, equipment, and systems included in the Work.

Page 23: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

Sebago Technics, Inc. – 17288-01 March 2020

ADA Accessibility Improvements – Cape Elizabeth, Maine Page - 23

C. Contractor to guarantee the Work for a period of one year against any defects in workmanship and materials.

6.0 SITE SAFETY

A. Contractor is responsible for all site safety in accordance with applicable local, state and federal laws.

7.0 QUALITY CONTROL AND QUALITY ASSURANCE

A. Contractor is responsible for all materials testing and quality control and assurance. 8.0 ENVIRONMENTAL

A. Contractor shall be responsible for adherence with all applicable environmental laws and regulations.

9.0 CODE COMPLIANCE AND REFERENCE

A. Construction shall be in compliance with all current codes, regulations and standards as they apply to a detention facility, the facility location and type of construction.

B. All Codes, regulations and standards governing the design and construction of the facility.

C. OHSA Standards. D. Construction and Renovations must be in accordance with US Environmental Protection

Agency (EPA), State and Federal environmental regulations, and local planning, zoning and conservation regulations, and ordinances.

Page 24: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

LOCATION MAP

NTS

APPLICANT:

ADA ACCESSIBILITY IMPROVEMENTS

CAPE ELIZABETH MIDDLE SCHOOL

12 SCOTT DYER ROAD

TOWN OF CAPE

ELIZABETH

320 OCEAN HOUSE ROAD

CAPE ELIZABETH, MAINE 04107

SCALE: 1"=20'

75 John Roberts Rd.

Suite 4A

South Portland, ME 04106

Tel. 207-200-2100

WWW.SEBAGOTECHNICS.COM

N

ENGINEER/SURVEYOR/

LANDSCAPE ARCHITECT:

AS

DH

10

/0

9/1

9

DESIGNED

SHEET OF

TH

IS

P

LA

N S

HA

LL N

OT

B

E M

OD

IF

IE

D W

IT

HO

UT

W

RIT

TE

N P

ER

MIS

SIO

N F

RO

M S

EB

AG

O T

EC

HN

IC

S, IN

C. A

NY

A

LT

ER

AT

IO

NS

,

AU

TH

OR

IZ

ED

O

R O

TH

ER

WIS

E, S

HA

LL B

E A

T T

HE

U

SE

R'S

S

OLE

R

IS

K A

ND

W

IT

HO

UT

LIA

BILIT

Y T

O S

EB

AG

O T

EC

HN

IC

S. IN

C.

RE

V:

BY

:D

AT

E:

ST

AT

US

:

75 John R

oberts R

d.

Suite 4A

South P

ortland, M

E 04106

Tel. 207-200-2100

WW

W.S

EB

AG

OT

EC

HN

IC

S.C

OM

CHECKED

DATE

DRAWN

SCALE

PROJECT

17288C

.dw

g, T

AB

:24x36

31

TO

WN

O

F C

AP

E E

LIZ

AB

ET

H

32

0 O

CE

AN

H

OU

SE

R

OA

D

CA

PE

E

LIZ

AB

ET

H, M

AIN

E 0

41

07

FO

R:

AD

A A

CC

ES

SIB

ILIT

Y IM

PR

OV

EM

EN

TS

CA

PE

E

LIZ

AB

ET

H M

ID

DL

E S

CH

OO

L

12

S

CO

TT

D

YE

R R

OA

D

OF

:

CO

VE

R S

HE

ET

17288-01

1" = 20'

02/28/20

SDH

SRC

DMD

N

GR

ID

Sheet List Table

Sheet Number Sheet Title

1 COVER SHEET

2 GRADING AND SITE PLAN

3 EROSION CONTROL NOTES AND DETAILS

SU

BM

IT

TE

D F

OR

C

LIE

NT

R

EV

IE

W

ST

EP

HE

N D

. H

AR

DIN

G P

E 6633

DA

NIE

L M

. D

AN

VE

RS

, R

LA

4815

SITE

S

H

O

R

E

R

D

.

R

A

N

D

R

D

H

I

L

L

W

A

Y

S

C

O

T

T

D

Y

R

E

R

D

M

U

R

R

Y

R

D

R

O

U

T

E

77

H

O

L

M

A

N

R

D

R

O

U

T

E

7

7

BS

DH

01

/3

1/2

0S

UB

MIT

TE

D F

OR

P

LA

NN

IN

G B

OA

RD

R

EV

IE

W

CS

DH

02

/2

8/2

0R

EV

IS

ED

F

OR

P

LA

NN

IN

G B

OA

RD

A

PP

RO

VA

L C

ON

DIT

IO

N C

OM

PL

IA

NC

E

DS

DH

03

/0

6/2

0IS

SU

ED

F

OR

B

ID

AutoCAD SHX Text
D
AutoCAD SHX Text
EM
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
S
AutoCAD SHX Text
T
AutoCAD SHX Text
79
AutoCAD SHX Text
78
AutoCAD SHX Text
78
AutoCAD SHX Text
77
AutoCAD SHX Text
76
AutoCAD SHX Text
75
AutoCAD SHX Text
74
AutoCAD SHX Text
73
AutoCAD SHX Text
72
AutoCAD SHX Text
72
AutoCAD SHX Text
71
AutoCAD SHX Text
70
Page 25: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

5%

75.40

75.14

74.99

75.39

73.85

73.55

73.37

9

'

9

'

1

0

'

F

B

DETECTIBLE WARNING

SURFACE

"ACCESSIBLE ROUTE"

SIGN ON BOLLARD

HOLMAN'S BASEBALL FIELD

CONTRACTOR SHALL

PROVIDE A SMOOTH

ACCESSIBLE TRANSITION

VIEW BOX

10'X25'

VIEW BOX

20'X8'

5

'

6

'

8

'

7

5

7

4

MULTI-PURPOSE

FIELD

"VAN ACCESSIBLE

SPACE" SIGN ON

BOLLARD

IRRIGATION VALVE BOX TO

BE PROTECTED/RAISED

EXISTING GUARDRAIL TO REMAIN.

CONTRACTOR TO REMOVE AND

REPLACE AS NECESSARY

PORTION OF EXISTING

GUARDRAIL TO BE

REMOVED

EXISTING DRAIN

TO REMAIN

EXISTING

ELECTRICAL

MANHOLE

TO REMAIN

LOAM AND SEED ALL

DISTURBED AREAS

7

6

7

7

CONCRETE CURB STOPS

PROVIDED BY OWNER,

INSTALL WITH 4" GAPS AT

ENDS OF CURB STOPS. DO

NOT ANCHOR CURB STOPS.

72.65

72.55

75.24

75.25

7

4

7

2

75

74

70

1

1

'

2%

5%

2%

3%

2%

F

B

F

B

CONTRACTOR TO RESET

WOODEN GUARDRAIL

CONTRACTOR SHALL ENSURE

SMOOTH TRANSITION BETWEEN

EXISTING AND PROPOSED GUARDRAIL

INSTALL GRANITE

CURB TIPDOWN

PAINT ADA PARKING

SYMBOL TYPICAL

F

B

F

B

FB

77.23

SPOT GRADES SHOWN ARE

APPROXIMATE. SLOPE IN

VIEWBOX NOT TO EXCEED

2% IN ANY DIRECTION

71

SPOT GRADES SHOWN ARE

APPROXIMATE. SLOPE IN

VIEWBOX NOT TO EXCEED 2%

IN ANY DIRECTION

FB

FB

FB

77.28

77.45

77.45

2% M

AX

7

2

7

3

7

4

7

5

7

3

73

73

72

PAINT 4" WIDE

WHITE LINES

2% M

AX

74.50

AS

DH

10

/0

9/1

9S

UB

MIT

TE

D F

OR

C

LIE

NT

R

EV

IE

W

ST

EP

HE

N D

. H

AR

DIN

G P

E 6633

DA

NIE

L M

. D

AN

VE

RS

, R

LA

4185

DESIGNED

SHEET OF

TH

IS

P

LA

N S

HA

LL N

OT

B

E M

OD

IF

IE

D W

IT

HO

UT

W

RIT

TE

N P

ER

MIS

SIO

N F

RO

M S

EB

AG

O T

EC

HN

IC

S, IN

C. A

NY

A

LT

ER

AT

IO

NS

,

AU

TH

OR

IZ

ED

O

R O

TH

ER

WIS

E, S

HA

LL B

E A

T T

HE

U

SE

R'S

S

OLE

R

IS

K A

ND

W

IT

HO

UT

LIA

BILIT

Y T

O S

EB

AG

O T

EC

HN

IC

S. IN

C.

RE

V:

BY

:D

AT

E:

ST

AT

US

:

75 John R

oberts R

d.

Suite 4A

South P

ortland, M

E 04106

Tel. 207-200-2100

WW

W.S

EB

AG

OT

EC

HN

IC

S.C

OM

CHECKED

DATE

DRAWN

SCALE

PROJECT

17288G

.dw

g, T

AB

:24x36

32

TO

WN

O

F C

AP

E E

LIZ

AB

ET

H

32

0 O

CE

AN

H

OU

SE

R

OA

D

CA

PE

E

LIZ

AB

ET

H, M

AIN

E 0

41

07

FO

R:

AD

A A

CC

ES

SIB

ILIT

Y IM

PR

OV

EM

EN

TS

CA

PE

E

LIZ

AB

ET

H M

ID

DL

E S

CH

OO

L

12

S

CO

TT

D

YE

R R

OA

D

OF

:

GR

AD

IN

G A

ND

S

IT

E P

LA

N

17288-01

1" = 10'

02/28/20

SDH

SRC

DMD

(IN FEET)

1 INCH = FT.

0

GRAPHIC SCALE

201010 5

10

LEGEND

EDGE PAVEMENT

PAVEMENT PAINT

CURB LINE

CONTOURS120 118 120

SPOT GRADE 120.00120.00

FILTER BARRIER

SIGN

EXISTING PROPOSED

FB

DRAINAGE MANHOLE

CATCH BASIN

TRANSFORMER PAD

ELECTRICAL MANHOLEE

LIGHT POLE

D

ELECTRIC METER

EM

T

N

G

R

ID

GENERAL NOTES:

1. THE RECORD OWNER OF THE PARCEL IS THE TOWN OF CAPE ELIZABETH SCHOOLS AND

LIBRARY.

2. THE PROPERTY IS SHOWN AS LOT 12 ON THE TOWN OF CAPE ELIZABETH TAX MAP U21.

3. TOPOGRAPHIC INFORMATION SHOWN HEREON IS BASED UPON FIELD WORK PERFORMED

BY SEBAGO TECHNICS, INC. IN JUNE AND JULY OF 2019.

4. PLAN ORIENTATION IS GRID NORTH, MAINE STATE PLANE COORDINATE SYSTEM, WEST

ZONE 1802-NAD83, ELEVATIONS DEPICTED HEREON ARE NAVD88, BASED ON DUAL

FREQUENCY GPS OBSERVATIONS.

5. UTILITY INFORMATION DEPICTED HEREON, UNLESS OTHERWISE NOTED,  IS OF QUALITY

LEVEL D PER AMERICAN SOCIETY OF CIVIL ENGINEERS (ASCE) STANDARD CI/ASCE 38-02.

 UTILITIES DEPICTED HEREON MAY NOT NECESSARILY REPRESENT ALL EXISTING

UTILITIES.  CONTRACTORS AND/OR DESIGNERS NEED TO CONTACT DIG-SAFE SYSTEMS,

INC. (1-888-DIG-SAFE) AND FIELD VERIFY EXISTING UTILITIES WITHIN THE PROJECT AREA

PRIOR TO CONSTRUCTION AND/OR EXCAVATION.

6. NO WETLAND MAPPING OR DELINEATION WAS PERFORMED ON THIS PROJECT.

RAMP CONSTRUCTION NOTES:

CONTRACTOR SHALL CONSTRUCT THE RAMP TO NOT EXCEED A 5% GRADE LONGITUDINALLY

OR 2% CROSS SLOPE.

BS

DH

01

/3

1/2

0S

UB

MIT

TE

D F

OR

P

LA

NN

IN

G B

OA

RD

R

EV

IE

W

CS

DH

02

/2

8/2

0R

EV

IS

ED

F

OR

P

LA

NN

IN

G B

OA

RD

A

PP

RO

VA

L C

ON

DIT

IO

N C

OM

PL

IA

NC

E

CONSTRUCTION NOTES

1. ALL WORK SHALL CONFORM TO THE APPLICABLE CODES AND ORDINANCES.

2. CONTRACTOR SHALL VISIT THE SITE AND FAMILIARIZE THEMSELVES WITH ALL CONDITIONS AFFECTING THE PROPOSED WORK AND SHALL MAKE PROVISIONS AS TO

THE COST THEREOF. CONTRACTOR SHALL BE RESPONSIBLE FOR FAMILIARIZING THEMSELVES WITH ALL CONTRACT DOCUMENTS, FIELD CONDITIONS AND

DIMENSIONS AND CONFIRMING THAT THE WORK MAY BE ACCOMPLISHED AS SHOWN PRIOR TO PROCEEDING WITH CONSTRUCTION. ANY DISCREPANCIES SHALL BE

BROUGHT TO THE ATTENTION OF THE ENGINEER PRIOR TO THE COMMENCEMENT OF WORK.

3. CONTRACTOR SHALL NOTIFY ENGINEER OF ALL PRODUCTS OR ITEMS NOTED AS "EXISTING" WHICH ARE NOT FOUND IN THE FIELD.

4. INSTALL ALL EQUIPMENT AND MATERIALS IN ACCORDANCE WITH MANUFACTURER'S RECOMMENDATIONS AND OWNER'S REQUIREMENTS UNLESS SPECIFICALLY

OTHERWISE INDICATED OR WHERE LOCAL CODES OR REGULATIONS TAKE PRECEDENCE.

5. CONTRACTOR SHALL VERIFY ALL DIMENSIONS AND CONDITIONS IN THE FIELD PRIOR TO FABRICATION AND ERECTION OF ANY MATERIAL. ANY UNUSUAL CONDITIONS

SHALL BE REPORTED TO THE ATTENTION OF THE ENGINEER.

6. CONTRACTOR SHALL CLEAN AND REMOVE DEBRIS AND SEDIMENT DEPOSITED ON PUBLIC STREETS, SIDEWALKS, ADJACENT AREAS, OR OTHER PUBLIC WAYS DUE TO

CONSTRUCTION.

7. CONTRACTOR SHALL INCORPORATE PROVISIONS AS NECESSARY IN CONSTRUCTION TO PROTECT EXISTING STRUCTURES, PHYSICAL FEATURES, AND MAINTAIN SITE

STABILITY DURING CONSTRUCTION. CONTRACTOR SHALL RESTORE ALL AREAS TO ORIGINAL CONDITION AND AS DIRECTED BY DESIGN DRAWINGS.

8. SITE CONTRACTOR SHALL OBTAIN ALL REQUIRED PERMITS PRIOR TO CONSTRUCTION.

9. ALL EROSION AND SEDIMENT CONTROL MEASURES SHALL BE INSTALLED IN ACCORDANCE WITH "MAINE EROSION AND SEDIMENTATION CONTROL HANDBOOK FOR

CONSTRUCTION: BEST MANAGEMENT PRACTICES" PUBLISHED BY THE CUMBERLAND COUNTY SOIL AND WATER DISTRICT AND MAINE DEPARTMENT OF

ENVIRONMENTAL PROTECTION, MARCH 1991 OR LATEST EDITION. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO POSSESS A COPY OF THE EROSION

CONTROL PLAN AT ALL TIMES.

10. THE CONTRACTOR IS HEREBY CAUTIONED THAT ALL SITE FEATURES SHOWN HEREON ARE BASED ON FIELD OBSERVATIONS BY THE SURVEYOR AND BY INFORMATION

PROVIDED BY UTILITY COMPANIES. THE INFORMATION IS NOT TO BE RELIED ON AS BEING EXACT OR COMPLETE. THE CONTRACTOR SHALL CONTACT DIG SAFE (811)

AT LEAST THREE (3) BUT NOT MORE THAN THIRTY (30) DAYS PRIOR TO COMMENCEMENT OF EXCAVATION OR DEMOLITION TO VERIFY HORIZONTAL AND VERTICAL

LOCATION OF ALL UTILITIES. CONTRACTORS SHALL BE RESPONSIBLE FOR COMPLIANCE WITH THE REQUIREMENTS OF 23 MRSA 3360-A. SHOULD DIGSAFE NOT FIELD

VERIFY UTILITIES ON THIS MUNICIPAL PROPERTY, CONTRACTOR SHALL EMPLOY THE SERVICES OF A PRIVATE UTILITY LOCATING COMPANY TO FIELD LOCATE

UTILITIES IN THE PROJECT AREA. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO COORDINATE WITH THE APPROPRIATE UTILITIES TO OBTAIN

AUTHORIZATION PRIOR TO RELOCATION OF ANY EXISTING UTILITIES WHICH CONFLICT WITH THE PROPOSED IMPROVEMENTS SHOWN ON THESE PLANS. IF A UTILITY

CONFLICT ARISES, THE CONTRACTOR SHALL IMMEDIATELY NOTIFY THE OWNER, THE MUNICIPALITY AND APPROPRIATE UTILITY COMPANY PRIOR TO PROCEEDING

WITH ANY RELOCATION.

11. IMMEDIATELY UPON COMPLETION OF CUTS/FILLS, THE CONTRACTOR SHALL STABILIZE DISTURBED AREAS IN ACCORDANCE WITH EROSION CONTROL NOTES AND AS

SPECIFIED ON PLANS.

12. INSTALL UNDERGROUND UTILITY SERVICES IN SCHEDULE 40 PVC CONDUIT AT LOCATIONS WITHIN PAVED, GRAVEL, OR TRAFFIC AREAS.

13. PRIOR TO ANY CONSTRUCTION AT THE SITE, REPRESENTATIVES OF THE OWNER, SITE CONTRACTOR AND THE SITE DESIGN ENGINEER SHALL ARRANGE FOR AND

MEET WITH THE DIRECTOR OF PUBLIC WORKS AND CITY ENGINEER TO DISCUSS THE SCHEDULING OF THE SITE CONSTRUCTION. ON OR BEFORE THAT MEETING, THE

CONTRACTOR WILL PREPARE A DETAILED SCHEDULE AND MARKED-UP SITE PLAN INDICATING AREAS AND COMPONENTS OF THE WORK AND KEY DATES SHOWING

DATE OF DISTURBANCE AND COMPLETION OF THE WORK IS DISTURBED AREAS ARE NOT TO BE FINISHED (LOAMED, SEEDED AND MULCHED) WITHIN FOURTEEN (14)

DAYS, THE SCHEDULE SHALL INDICATE THOSE AREAS TO BE PROTECTED WITH TEMPORARY SEEDING/MULCH.

14. ALL FILLS SHALL BE PLACED IN LAYERS NOT MORE THAN 12" LOOSE DEPTH AND COMPACTED BY HEAVY COMPACTION EQUIPMENT. MINIMUM COMPACTION SHALL BE

95% OF MAXIMUM DENSITY ASTM 1557 (MODIFIED), AND FIELD DENSITY ASTM D2922 (NUCLEAR METHODS).

15. REMOVE TOPSOIL AND ROUGHEN SUBGRADE TO ESTABLISH SUITABLE INTERFACE FOR ALL FILLS.

16. FILL AREAS UNDER PAVEMENT SHALL BE GRANULAR BORROW. ALL OTHER FILL AREAS SHALL BE A COMMON BORROW MATERIAL SUITABLE FOR EMBANKMENT

CONSTRUCTION, FREE FROM FROZEN MATERIAL PERISHABLE RUBBLE, PEAT, ORGANIC, ROCKS LARGER THAN 12" IN DIAMETER VEGETATION AND OTHER MATERIAL

UNSUITABLE FOR ROADWAY AND SUBGRADE CONSTRUCTION. EXCAVATED ON-SITE MATERIALS MAY BE USED FOR FILL PROVIDED THE MATERIAL IS FREE FROM

UNSUITABLE MATERIAL DESCRIBED IN THIS NOTE AND UPON APPROVAL IF THE ENGINEER GRANULAR BORROW AND COMMON BORROW SHALL COMPLY WITH M.D.O.T.

SPECIFICATIONS.

17. ALL SUBSURFACE UTILITY LINES SHOWN HEREON ARE BASED SOLELY ON THE FIELD LOCATION OF VISIBLE STRUCTURES, SMH'S, CB'S, HYDRANTS, ETC.. IN

CONJUNCTION WITH DESIGN AND OR AS-BUILT PLANS SUPPLIED TO SEBAGO TECHNICS INC. BY OTHERS. PRIOR TO ANY CONSTRUCTION, EXCAVATION, TEST BORINGS,

DRILLING, ETC.. DIG SAFE MUST BE NOTIFIED AND A SITE IDENTIFICATION NUMBER ALONG WITH A SAFE TO DIG DATE OBTAINED. THE SITE CONTRACTOR SHALL BE

RESPONSIBLE FOR FIELD VERIFYING THE LOCATION, DEPTH AND MATERIAL OF ALL SUBSURFACE UTILITY LINES SHOWN HEREON AND ANY AND ALL OTHERS LOCATED

ON SITE WITHIN THE CONSTRUCTION AREA.

DS

DH

03

/0

6/2

0IS

SU

ED

F

OR

B

ID

AutoCAD SHX Text
D
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
S
AutoCAD SHX Text
T
AutoCAD SHX Text
79
AutoCAD SHX Text
78
AutoCAD SHX Text
78
AutoCAD SHX Text
77
AutoCAD SHX Text
76
AutoCAD SHX Text
75
AutoCAD SHX Text
74
AutoCAD SHX Text
73
AutoCAD SHX Text
72
AutoCAD SHX Text
72
AutoCAD SHX Text
70
Page 26: TOWN OF CAPE ELIZABETH, MAINEADA Accessibility Improvements – Cape Elizabeth, Maine Page - 2. TOWN OF CAPE ELIZABETH . ADA ACCESSIBLITY IMPROVEMENTS. TABLE OF CONTENTS . Section

BITUMINOUS RAMP

AND VIEW BOX

NOT TO SCALE

1/4"/FT.

2.5" HOT BITUMINOUS PAVEMENT 1 1/4" LIFTS,

9.5mm (MDOT HOT MIX ASPHALT 403)

8" AGGREGATE SUBBASE

M.D.O.T. SPEC. 703.06 (c) TYPE D

* SHALL BE EQUAL IN

BOTH DIRECTIONS

PLAN VIEW OF DETECTABLE WARNING AND WELL

SIDE SECTION VIEW OF

DETECTABLE WARNING, WELL, CURB AND GUTTER

SIDEWALK TIP DOWN

A

A

ELEVATION VIEWPLAN VIEW

TRUNCATED DOME PAVING

WIDTH OF RAMP4" 4"

4"

4"

4" 24" 4"

4" M

IN

.

SECTION A-A

DOME AND DETECTABLE WARNING DETAILS

0.9" - 1.4"

0.2

"

THE TOP DIAMETER OF THE

TRUNCATED DOMES SHALL BE 50%

TO 65% OF THE BASE DIAMETER.

1.6"-2.4"*

24

"

1.6

"-2

.4

"*

PEDESTRIAN RAMP (6' AT 12:1)

NOT TO SCALE

NOTES:

1. ALL DETECTABLE WARNING AREAS SHALL START 6" - 10" FROM THE FLOW

LINE OF THE CURB, BE 24" IN DEPTH, AND COVER THE COMPLETE WIDTH

OF THE RAMP AREA ONLY.

2. CONTRACTOR SHALL ENSURE COMPLIANCE WITH ADA 2010 STANDARDS.

DETECTABLE WARNING

WELL

CAST-IN-PLACE

CONCRETE

DOMES (TYP.)

STEEL PLATE

COMPACTED EXISTING

OR TYPE "D" A.S.C.G. - 8"

CAST-IN-PLACE

CONCRETE

CURB FLOW

LINE

6"-10" TO CURB

FLOW LINE

CURB TIP DOWN

DOME

DETECTABLE WARNING WELL

COMPACTED A.S.C.G.

STEEL PLATE

CONCRETE

RAMP SURFACE

GUTTER LINE

VAN

ACCESSIBLE

RESERVED

PARKING

1'-6"

1'-0"

2"

48" M

IN

.

84" M

IN

IM

UM

W

HE

N O

N P

ED

ES

TR

IA

N R

OU

TE

60" M

IN

IM

UM

W

HE

N N

OT

O

N P

ED

ES

TR

IA

N R

OU

TE

60" M

IN

2'-6"

27" M

IN

. E

MB

ED

ED

IN

C

ON

CR

ET

E

18"

DIA

CAP

1/4"X1/2" LG. PIN HD.

BOLTS WITH NUTS AND

LOCK WASHERS

GREEN LETTERS

WHITE BACKGROUND

AZURE BLUE

MUTCD NO. R7-8

MUTCD NO. R7-8A

FINE SIGN TO BE

MOUNTED BELOW

OTHER (IF APPLICABLE)

2" DIA PIPE OR GALVANIZED

OR VINYL COATED

COLOR: BLACK

6" DIA. SCH. 80 PIPE COLUMN

FILLED WITH CONCRETE. PROVIDE

42" H. "POST GAURD" YELLOW

BOLLARD COVER WHEN SIGN IS IN

PAVED AREA OR SIDEWALK. IF

SIGN IS IN LANDSCAPE AREA, SIGN

POST WILL BE DRIVEN INTO

GROUND A MIN. OF 36"

3000 PSI CONCRETE FOOTING

WITH #6 BARS X 1'-2" LONG

EACH WAY THROUGH PIPING

NOTE:

1. PROVIDE ADDITIONAL ACCESSIBLE

FINE SINAGE AS REQUIRED BY STATE

AND LOCAL REGULATIONS.

2. PROVIDE "ONE VAN" ACCESSIBLE

SIGN PER 25 HC SPACES REQUIRED.

RESERVED PARKING SIGN

(POLE MOUNTED)

NOT TO SCALE

VAN

ACCESSIBLE

RESERVED

PARKING

R7-8A STANDARD

VAN ACCESS SIGN

R7-8 STANDARD PARKING SIGN

A LOCAL MUNICIPALITY MAY HAVE

MORE STRINGENT REGULATIONS

BUT THEY CANNOT BE LESS

STRINGENT THAN ADA

STANDARDS OR STATE LAW.

PRE-CONSTRUCTION PHASE

PRIOR TO THE BEGINNING OF ANY CONSTRUCTION, SEDIMENT BARRIERS (SILT FENCE AND/OR EROSION CONTROL BERM) WILL BE

STAKED/INSTALLED ACROSS THE SLOPE(S), ON THE CONTOUR AT OR JUST BELOW THE LIMITS OF CLEARING OR GRUBBING, AND/OR JUST

ABOVE ANY ADJACENT PROPERTY LINE OR WATERCOURSE TO PROTECT AGAINST CONSTRUCTION RELATED EROSION. THE PLACEMENT OF

SEDIMENT BARRIERS SHALL BE COMPLETED IN ACCORDANCE WITH GUIDELINES ESTABLISHED IN BEST MANAGEMENT PRACTICES AND IN

ACCORDANCE WITH THIS EROSION CONTROL PLAN AND DETAILS IN THIS PLAN SET. THIS NETWORK IS TO BE MAINTAINED BY THE

CONTRACTOR UNTIL ALL EXPOSED SLOPES HAVE AT LEAST 85%-90% VIGOROUS PERENNIAL VEGETATIVE COVER TO PREVENT EROSION.

TEMPORARY EROSION CONTROL MEASURES SHALL BE REMOVED WITHIN 30 DAYS AFTER PERMANENT STABILIZATION IS ATTAINED.

PRIOR TO ANY CLEARING OR GRUBBING, A CONSTRUCTION ENTRANCE/EXIT SHALL BE CONSTRUCTED AT THE INTERSECTION OF THE

PROPOSED ENTRANCES AND EXISTING ROADWAY TO AVOID TRACKING OF MUD, DUST AND DEBRIS FROM THE SITE.

PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL PREPARE A DETAILED SCHEDULE AND MARKED UP PLAN INDICATING AREAS AND

COMPONENTS OF THE WORK AND KEY DATES SHOWING DATE OF DISTURBANCE AND COMPLETION OF THE WORK. SPECIAL ATTENTION SHALL

BE GIVEN TO THE 14 DAY LIMIT OF DISTURBANCE IN THE SCHEDULE ADDRESSING TEMPORARY AND PERMANENT VEGETATION MEASURES.

CONSTRUCTION AND POST-CONSTRUCTION PHASE

AREAS UNDERGOING ACTUAL CONSTRUCTION SHALL ONLY EXPOSE THAT AMOUNT OF MINERAL SOIL NECESSARY FOR PROGRESSIVE AND

EFFICIENT CONSTRUCTION. AN AREA CONSIDERED OPEN IS ANY AREA NOT STABILIZED WITH PAVEMENT, VEGETATION, MULCHING, EROSION

CONTROL MATS, RIPRAP OR GRAVEL BASE ON A ROAD. OPEN AREAS SHALL BE ANCHORED WITH TEMPORARY EROSION CONTROL AS SHOWN

ON THE DESIGN PLANS AND AS DESCRIBED WITHIN THIS EROSION CONTROL PLAN WITHIN 14-DAYS OF DISTURBANCE. AREAS LOCATED WITHIN

100' OF STREAMS SHALL BE ANCHORED WITH TEMPORARY EROSION CONTROL WITHIN SEVEN (7) DAYS. REFER TO WINTER EROSION CONTROL

NOTES FOR THE TREATMENT OF OPEN AREAS AFTER OCTOBER 1ST OF THE CONSTRUCTION YEAR.

THE CONTRACTOR MUST INSTALL ANY ADDED MEASURES WHICH MAY BE NECESSARY TO CONTROL EROSION/SEDIMENTATION FROM THE SITE

DEPENDENT UPON THE ACTUAL SITE AND WEATHER CONDITIONS. CONTINUATION OF EARTHWORK OPERATIONS ON ADDITIONAL AREAS SHALL

NOT BEGIN UNTIL THE EXPOSED SOIL SURFACE ON THE AREA BEING WORKED HAS BEEN STABILIZED, IN ORDER TO MINIMIZE AREAS WITHOUT

EROSION CONTROL PROTECTION.

EROSION CONTROL APPLICATIONS & MEASURES

THE PLACEMENT OF EROSION CONTROL MEASURES SHALL BE COMPLETED IN ACCORDANCE WITH GUIDELINES ESTABLISHED IN BEST

MANAGEMENT PRACTICES AND IN ACCORDANCE WITH THE EROSION CONTROL PLAN AND DETAILS IN THE PLAN SET.

1. TEMPORARY MULCHING:

ALL DISTURBED AREAS SHALL BE MULCHED WITH MATERIALS SPECIFIED BELOW PRIOR TO ANY STORM EVENT. ALL DISTURBED AREAS NOT

FINAL GRADED WITHIN 14 DAYS SHALL BE MULCHED. ALSO, AREAS, WHICH HAVE BEEN TEMPORARILY OR PERMANENTLY SEEDED, SHALL BE

MULCHED IMMEDIATELY FOLLOWING SEEDING. EROSION CONTROL BLANKETS ARE RECOMMENDED TO BE USED AT THE BASE OF GRASSED

WATERWAYS AND ON SLOPES GREATER THAN 15%. MULCH ANCHORING SHOULD BE USED ON SLOPES GREATER THAN 5% AFTER SEPTEMBER

15TH OF THE CONSTRUCTION YEAR (SEE WINTER EROSION CONTROL NOTES).

TYPES OF MULCH:

HAY OR STRAW: SHALL BE APPLIED AT A RATE OF 75 LBS/1,000 S.F. (1.5 TONS PER ACRE).

EROSION CONTROL MIX: SHALL BE PLACED EVENLY AND MUST PROVIDE 100% SOIL COVERAGE. EROSION CONTROL MIX SHALL BE APPLIED

SUCH THAT THE THICKNESS ON SLOPES 3:1 OR LESS IS 2 INCHES PLUS 1/2 INCH PER 20 FEET OF SLOPE UP TO 100 FEET. THE THICKNESS ON

SLOPES BETWEEN 3:1 AND 2:1 SHALL BE 4 INCHES PLUS 1/2 INCH PER 20 FEET OF SLOPE UP TO 100 FEET. THIS SHALL NOT BE USED ON SLOPES

GREATER THAN 2:1.

EROSION CONTROL BLANKET: SHALL BE INSTALLED SUCH THAT CONTINUOUS CONTACT BETWEEN THE MAT AND THE SOIL IS OBTAINED.

INSTALL BLANKETS AND STAPLE IN ACCORDANCE WITH THE MANUFACTURER'S RECOMMENDATIONS.

2. SOIL STOCKPILES:

STOCKPILES OF SOIL OR SUBSOIL SHALL BE MULCHED WITH HAY OR STRAW AT A RATE OF 75 LBS/1,000 S.F. (1.5 TONS PER ACRE) OR WITH A

FOUR-INCH LAYER OF WOOD WASTE EROSION CONTROL MIX. THIS WILL BE DONE WITHIN 24 HOURS OF STOCKING AND RE-ESTABLISHED PRIOR

TO ANY RAINFALL. ANY SOIL STOCKPILE WILL NOT BE PLACED (EVEN COVERED WITH HAY OR STRAW) WITHIN 100 FEET FROM ANY NATURAL

RESOURCES.

3. NATURAL RESOURCES PROTECTION:

ANY AREAS WITHIN 100 FEET FROM ANY NATURAL RESOURCES, IF NOT STABILIZED WITH A MINIMUM OF 75% MATURE VEGETATION CATCH,

SHALL BE MULCHED USING TEMPORARY MULCHING (AS DESCRIBED IN PART 1. OF THIS SECTION) WITHIN 7 DAYS OF EXPOSURE OR PRIOR TO

ANY STORM EVENT. SEDIMENT BARRIERS (AS DESCRIBED IN PART 4. OF THIS SECTION) SHALL BE PLACED BETWEEN ANY NATURAL RESOURCE

AND THE DISTURBED AREA.

PROJECTS CROSSING THE NATURAL RESOURCE SHALL BE PROTECTED A MINIMUM DISTANCE OF 100 FEET ON EITHER SIDE FROM THE

RESOURCE.

4. SEDIMENT BARRIERS:

PRIOR TO THE BEGINNING OF ANY CONSTRUCTION, SEDIMENT BARRIERS SHALL BE STAKED ACROSS THE SLOPE(S), ON THE CONTOUR AT OR

JUST BELOW THE LIMITS OF CLEARING OR GRUBBING, AND/OR JUST ABOVE ANY ADJACENT PROPERTY LINE OR WATERCOURSE TO PROTECT

AGAINST CONSTRUCTION RELATED EROSION. SEDIMENT BARRIERS SHALL BE MAINTAINED BY THE CONTRACTOR UNTIL ALL EXPOSED SLOPES

HAVE AT LEAST 85%-90% VIGOROUS PERENNIAL VEGETATIVE COVER TO PREVENT EROSION.

SILT FENCE: SHALL BE INSTALLED PER THE DETAIL ON THE PLANS. THE EFFECTIVE HEIGHT OF THE FENCE SHALL NOT EXCEED 36 INCHES. IT IS

RECOMMENDED THAT SILT FENCE BE REMOVED BY CUTTING THE FENCE MATERIALS AT GROUND LEVEL SO AS TO AVOID ADDITIONAL SOIL

DISTURBANCE.

EROSION CONTROL MIX: SHALL BE INSTALLED PER THE DETAIL ON THE PLANS. THE MIX SHALL CONSIST PRIMARILY OF ORGANIC MATERIAL

AND CONTAIN A WELL-GRADED MIXTURE OF PARTICLE SIZES AND MAY CONTAIN ROCKS LESS THAN 4 INCHES IN DIAMETER. THE MIX

COMPOSITION SHALL MEET THE STANDARDS DESCRIBED WITHIN THE NEW HAMPSHIRE STORMWATER MANUAL. NO TRENCHING IS REQUIRED

FOR INSTALLATION OF THIS BARRIER.

CONTINUOUS CONTAINED BERM: SHALL BE INSTALLED PER THE DETAIL ON THE PLANS. THIS SEDIMENT BARRIER IS EROSION CONTROL MIX

PLACED WITHIN A SYNTHETIC TUBULAR NETTING AND PERFORMS AS A STURDY SEDIMENT BARRIER THAT WORKS WELL ON HARD GROUND

SUCH AS FROZEN CONDITIONS, TRAVELED AREAS OR PAVEMENT. NO TRENCHING IS REQUIRED FOR INSTALLATION OF THIS BARRIER.

5. TEMPORARY CHECK DAMS:

SHALL BE INSTALLED PER THE DETAIL ON THE PLANS. CHECK DAMS ARE TO BE PLACED WITHIN DITCHES/ SWALES AS SPECIFIED ON THE

DESIGN PLANS IMMEDIATELY AFTER FINAL GRADING. CHECK DAMS SHALL BE 2 FEET HIGH. TEMPORARY CHECK DAMS MAY BE REMOVED ONLY

AFTER THE ROADWAYS ARE PAVED AND THE VEGETATED SWALE ARE ESTABLISHED WITH AT LEAST 85%-90% OF VIGOROUS PERENNIAL

GROWTH. THE AREA BENEATH THE CHECK DAM MUST BE SEEDED AND MULCHED IMMEDIATELY AFTER REMOVAL OF THE CHECK DAM.

STONE CHECK DAMS: SHOULD BE CONSTRUCTED OF 2 TO 3 INCH STONE AND PLACED SUCH THAT COMPLETE COVERAGE OF THE SWALE IS

OBTAINED AND THAT THE CENTER OF THE DAM IS 6 INCHES LOWER THAT THE OUTER EDGES.

HAY BALE CHECK DAMS: WE DO NOT RECOMMEND THE USE OF HAY BALES AS CHECK DAMS.

MANUFACTURED CHECK DAMS: MANUFACTURED CHECK DAMS, AS SPECIFIED IN THE DETAIL ON THE PLANS, MAY BE USED IF AUTHORIZED BY

THE PROPER LOCAL, STATE OR FEDERAL REGULATING AGENCIES. THESE UNITS SHALL BE INSTALLED IN ACCORDANCE WITH THE

MANUFACTURE'S RECOMMENDATIONS.

6. DUST CONTROL:

DUST CONTROL DURING CONSTRUCTION SHALL BE ACHIEVED BY THE USE OF A WATERING TRUCK TO PERIODICALLY SPRINKLE THE EXPOSED

ROADWAY AREAS AS NECESSARY TO REDUCE DUST DURING THE DRY MONTHS. APPLYING OTHER DUST CONTROL PRODUCTS SUCH AS

CALCIUM CHLORIDE OR OTHER MANUFACTURED PRODUCTS ARE ALLOWED IF AUTHORIZED BY THE PROPER LOCAL, STATE AND/OR FEDERAL

REGULATING AGENCIES. HOWEVER, IT IS THE CONTRACTOR'S ULTIMATE RESPONSIBILITY TO MITIGATE DUST AND SOIL LOSS FROM THE SITE.

7. TEMPORARY VEGETATION:

TEMPORARY VEGETATION SHALL BE APPLIED TO DISTURBED AREAS THAT WILL NOT RECEIVE FINAL GRADING FOR PERIODS UP TO 12 MONTHS.

THIS PROCEDURE SHOULD BE USED EXTENSIVELY IN AREAS ADJACENT TO NATURAL RESOURCES. SEEDBED PREPARATION AND APPLICATION

OF SEED SHALL BE CONDUCTED AS INDICATED IN THE PERMANENT VEGETATION SECTION OF THIS NARRATIVE. SPECIFIC SEEDS (FAST

GROWING AND SHORT LIVING) SHALL BE SELECTED FROM THE N.H. STORMWATER MANUAL VOL. 3, EROSION AND SEDIMENTATION CONTROLS

DURING CONSTRUCTION DATED 12/2008 OR LATER. ALTERNATIVE EROSION CONTROL MEASURES SHOULD BE USED IF SEEDING CAN NOT BE

DONE BEFORE SEPTEMBER 15TH OF THE CONSTRUCTION YEAR.

8. PERMANENT VEGETATION:

REVEGETATION MEASURES SHALL COMMENCE IMMEDIATELY UPON COMPLETION OF FINAL GRADING OF AREAS TO BE LOAMED AND SEEDED.

THE APPLICATION OF SEED SHALL BE CONDUCTED BETWEEN APRIL 1ST AND OCTOBER 1ST OF THE CONSTRUCTION YEAR, PLEASE REFER TO

THE WINTER EROSION CONTROL NOTES FOR MORE DETAIL. REVEGETATION MEASURES SHALL CONSIST OF THE FOLLOWING:

SEEDBED PREPARATION:

A. FOUR (4) INCHES OF LOAM SHALL BE SPREAD OVER DISTURBED AREAS AND SMOOTHED TO A UNIFORM SURFACE. LOAM SHALL BE FREE

OF SUBSOIL, CLAY LUMPS, STONES AND OTHER OBJECTS OVER 2 INCHES OR LARGER IN ANY DIMENSION, AND WITHOUT WEEDS, ROOTS

OR OTHER OBJECTIONABLE MATERIAL.

B. SOILS TESTS SHALL BE TAKEN AT THE TIME OF SOIL STRIPPING TO DETERMINE FERTILIZATION REQUIREMENTS. SOILS TESTS

SHALL BE TAKEN PROMPTLY AS TO NOT INTERFERE WITH THE 14-DAY LIMIT ON SOIL EXPOSURE. BASED UPON TEST RESULTS, SOIL

AMENDMENTS SHALL BE INCORPORATED INTO THE SOIL PRIOR TO FINAL SEEDING. IN LIEU OF SOIL TESTS, SOIL AMENDMENTS MAY BE

APPLIED AS FOLLOWS:

ITEM APPLICATION RATE

10-0-0 FERTILIZER FOLLOW RATE ON LABEL

(N-P205-K20 OR EQUAL)

GROUND LIMESTONE (50% 138 LBS./1,000 S.F.

CALCIUM & MAGNESIUM OXIDE)

C. WORK LIME AND FERTILIZER INTO THE SOIL AS NEARLY AS PRACTICAL TO A DEPTH OF 4 INCHES WITH PROPER EQUIPMENT. ROLL

THE AREA TO FIRM THE SEEDBED EXCEPT ON CLAY OR SILTY SOILS OR COARSE SAND.

APPLICATION OF SEED:

A. SEEDING: SHALL BE CONDUCTED BETWEEN APRIL 1ST AND OCTOBER 1ST OF THE CONSTRUCTION YEAR. GENERALLY A SEED

MIXTURE MAY BE APPLIED AS FOLLOWS: (NHDES SEED MIX A IS DISPLAYED)

SEED TYPE APPLICATION RATE

CREEPING RED FESCUE 0.46 LBS/1,000 S.F. (20 LBS/ACRE)

REDTOP 0.05 LBS/1,000 S.F. ( 2 LBS/ACRE)

TALL FESCUE 0.46 LBS/1,000 S.F. (20 LBS/ACRE)

TOTAL: 0.97 LBS/1,000 S.F. (42 LBS/ACRE)

NOTE: A SPECIFIC SEED MIXTURE SHOULD BE CHOSEN TO MATCH THE SOILS CONDITION OF THE SITE. VARIOUS AGENCIES CAN

RECOMMEND SEED MIXTURES. NHDES RECOMMENDED SEED MIXTURES ARE IN THE N.H. STORMWATER MANUAL, VOL. 3, EROSION AND

SEDIMENTATION CONTROLS DURING CONSTRUCTION DATED 12/2008 OR LATER.

B. HYDROSEEDING: SHALL BE CONDUCTED ON PREPARED AREAS WITH SLOPES LESS THAN 2:1. LIME AND FERTILIZER MAY BE

APPLIED SIMULTANEOUSLY WITH THE SEED. RECOMMENDED SEEDING RATES MUST BE INCREASED BY 10% WHEN HYDROSEEDING.

C. MULCHING: SHALL COMMENCE IMMEDIATELY AFTER SEED IS APPLIED. REFER TO THE TEMPORARY MULCHING SECTION OF THIS

NARRATIVE FOR DETAILS.

STANDARDS FOR TIMELY STABILIZATION:

STANDARD FOR THE TIMELY STABILIZATION OF DISTURBED SLOPES -- THE CONTRACTOR WILL CONSTRUCT AND STABILIZE STONE-COVERED

SLOPES BY NOVEMBER 15. THE CONTRACTOR WILL SEED AND MULCH ALL SLOPES TO BE VEGETATED BY SEPTEMBER 15. THE NHDES WILL

CONSIDER ANY AREA HAVING A GRADE GREATER THAN 15% (6.67H:1V) TO BE A SLOPE. IF THE CONTRACTOR FAILS TO STABILIZE ANY SLOPE

TO BE VEGETATED BY SEPTEMBER 15, THEN THE CONTRACTOR WILL TAKE ONE OF THE FOLLOWING ACTIONS TO STABILIZE THE SLOPE FOR

LATE FALL AND WINTER.

A. STABILIZE THE SOIL WITH TEMPORARY VEGETATION AND EROSION CONTROL MATS -- BY OCTOBER 1 THE CONTRACTOR WILL SEED THE

DISTURBED SLOPE WITH WINTER RYE AT A SEEDING RATE OF 3 POUNDS PER 1,000 SQUARE FEET AND APPLY EROSION CONTROL MATS

OVER THE MULCHED SLOPE. THE CONTRACTOR WILL MONITOR GROWTH OF THE RYE OVER THE NEXT 30 DAYS. IF THE RYE FAILS TO

GROW AT LEAST THREE INCHES OR COVER AT LEAST 75% OF THE DISTURBED SLOPE BY NOVEMBER 1, THEN THE APPLICANT WILL

COVER THE SLOPE WITH A LAYER OF WOOD WASTE COMPOST AS DESCRIBED IN ITEM 2(C.) OF THIS STANDARD OR WITH STONE RIPRAP

AS DESCRIBED IN ITEM 2(D.) OF THIS STANDARD.

B. STABILIZE THE SLOPE WITH SOD -- THE CONTRACTOR WILL STABILIZE THE DISTURBED SLOPE WITH PROPERLY INSTALLED SOD BY

NOVEMBER 15. PROPER INSTALLATION INCLUDES THE APPLICANT PINNING THE SOD ONTO THE SLOPE WITH WIRE PINS, ROLLING THE

SOD TO GUARANTEE CONTACT BETWEEN THE SOD AND UNDERLYING SOIL, AND WATERING THE SOD TO PROMOTE ROOT GROWTH INTO

THE DISTURBED SOIL. THE APPLICANT WILL NOT USE LATE-SEASON SOD INSTALLATION TO STABILIZE SLOPES HAVING A GRADE

GREATER THAN 33% (3H:1V).

C. STABILIZE THE SLOPE WITH WOOD WASTE COMPOST -- THE CONTRACTOR WILL PLACE A SIX-INCH LAYER OF WOOD WASTE COMPOST ON

THE SLOPE BY NOVEMBER 15. PRIOR TO PLACING THE WOOD WASTE COMPOST, THE APPLICANT WILL REMOVE ANY SNOW

ACCUMULATION ON THE DISTURBED SLOPE. THE APPLICANT WILL NOT USE WOOD WASTE COMPOST TO STABILIZE SLOPES HAVING

GRADES GREATER THAN 50% (2H:1V) OR HAVING GROUNDWATER SEEPS ON THE SLOPE FACE.

D. STABILIZE THE SLOPE WITH STONE RIPRAP -- THE CONTRACTOR WILL PLACE A LAYER OF STONE RIPRAP ON THE SLOPE BY NOVEMBER

15. THE APPLICANT WILL HIRE A REGISTERED PROFESSIONAL ENGINEER TO DETERMINE THE STONE SIZE NEEDED FOR STABILITY AND

TO DESIGN A FILTER LAYER FOR UNDERNEATH THE RIPRAP.

STANDARD FOR THE TIMELY STABILIZATION OF DISTURBED SOILS -- BY SEPTEMBER 15 THE CONTRACTOR WILL SEED AND MULCH ALL

DISTURBED SOILS ON AREAS HAVING A SLOPE LESS THAN 15%. IF THE CONTRACTOR FAILS TO STABILIZE THESE SOILS BY THIS DATE, THEN

THE CONTRACTOR WILL TAKE ONE OF THE FOLLOWING ACTIONS TO STABILIZE THE SOIL FOR LATE FALL AND WINTER.

A. STABILIZE THE SOIL WITH TEMPORARY VEGETATION -- BY OCTOBER 1 THE CONTRACTOR WILL SEED THE DISTURBED SOIL WITH WINTER

RYE AT A SEEDING RATE OF 3 POUNDS PER 1000 SQUARE FEET, LIGHTLY MULCH THE SEEDED SOIL WITH HAY OR STRAW AT 75 POUNDS

PER 1000 SQUARE FEET, AND ANCHOR THE MULCH WITH PLASTIC NETTING. THE APPLICANT WILL MONITOR GROWTH OF THE RYE OVER

THE NEXT 30 DAYS. IF THE RYE FAILS TO GROW AT LEAST THREE INCHES OR COVER AT LEAST 75% OF THE DISTURBED SOIL BEFORE

NOVEMBER 15, THEN THE APPLICANT WILL MULCH THE AREA FOR OVER-WINTER PROTECTION AS DESCRIBED IN ITEM 1(B.) OF THIS

STANDARD.

B. STABILIZE THE SOIL WITH SOD -- THE APPLICANT WILL STABILIZE THE DISTURBED SOIL WITH PROPERLY INSTALLED SOD BY OCTOBER 1.

PROPER INSTALLATION INCLUDES THE APPLICANT PINNING THE SOD ONTO THE SOIL WITH WIRE PINS, ROLLING THE SOD TO GUARANTEE

CONTACT BETWEEN THE SOD AND UNDERLYING SOIL, AND WATERING THE SOD TO PROMOTE ROOT GROWTH INTO THE DISTURBED SOIL.

C. STABILIZE THE SOIL WITH MULCH -- BY NOVEMBER 15 THE APPLICANT WILL MULCH THE DISTURBED SOIL BY SPREADING HAY OR STRAW

AT A RATE OF AT LEAST 150 POUNDS PER 1000 SQUARE FEET ON THE AREA SO THAT NO SOIL IS VISIBLE THROUGH THE MULCH. PRIOR

TO APPLYING THE MULCH, THE APPLICANT WILL REMOVE ANY SNOW ACCUMULATION ON THE DISTURBED AREA. IMMEDIATELY AFTER

APPLYING THE MULCH, THE APPLICANT WILL ANCHOR THE MULCH WITH PLASTIC NETTING TO PREVENT WIND FROM MOVING THE MULCH

OFF THE DISTURBED SOIL.

INSPECTIONS/MONITORING:

1. MAINTENANCE MEASURES SHALL BE APPLIED AS NEEDED DURING THE ENTIRE CONSTRUCTION CYCLE. AFTER EACH RAINFALL, SNOW

STORM OR PERIOD OF THAWING AND RUNOFF, OR AT LEAST EVERY SEVEN (7) DAYS, THE CONTRACTOR SHALL PERFORM A VISUAL INSPECTION

OF ALL INSTALLED EROSION CONTROL MEASURES. THE CONTRACTOR SHALL PERFORM REPAIRS AS NEEDED TO ALLOW CONTINUED PROPER

FUNCTIONING OF THE EROSION CONTROL MEASURE. THE CONTRACTOR SHALL PROVIDE THE NECESSARY REGULATING AGENCIES WITH

WRITTEN DOCUMENTATION DESCRIBING DATES OF INSPECTIONS AND NECESSARY FOLLOW-UP WORK TO MAINTAIN EROSION CONTROL

MEASURES MEETING THE REQUIREMENTS OF THIS PLAN.

2. FOLLOWING THE TEMPORARY AND/OR FINAL SEEDINGS, THE CONTRACTOR SHALL INSPECT THE WORK AREA SEMIMONTHLY UNTIL THE

SEEDINGS HAVE BEEN ESTABLISHED. ESTABLISHED MEANS A MINIMUM OF 85%-90% OF AREAS VEGETATED WITH VIGOROUS GROWTH.

RESEEDING SHALL BE CARRIED OUT BY THE CONTRACTOR WITH FOLLOW-UP INSPECTIONS IN THE EVENT OF ANY FAILURES UNTIL

VEGETATION IS ADEQUATELY ESTABLISHED.

EROSION CONTROL MEASURES

TOP VIEW

INSTALLATION:

1. EXCAVATE A 6"x 6" TRENCH ALONG THE LINE OF PLACEMENT FOR THE FILTER BARRIER.

2. UNROLL A SECTION AT A TIME AND POSITION THE POSTS AGAINST THE BACK (DOWNSTREAM)

WALL OF THE TRENCH.

3. DRIVE POSTS INTO THE GROUND UNTIL APPROXIMATELY 2" OF FABRIC IS LYING ON THE TRENCH

BOTTOM.

4. LAY THE TOE-IN FLAP OF FABRIC ONTO THE UNDISTURBED BOTTOM OF THE TRENCH, BACKFILL

THE TRENCH AND TAMP THE SOIL. TOE-IN CAN ALSO BE ACCOMPLISHED BY LAYING THE FABRIC

FLAP ON UNDISTURBED GROUND AND PILING AND TAMPING FILL AT THE BASE, BUT MUST BE

ACCOMPANIED BY AN INTERCEPTION DITCH.

5. JOIN SECTION AS SHOWN ABOVE.

6. BARRIER SHALL BE MIRAFI SILT FENCE OR EQUAL.

7. THE FENCE SHOULD BE ANCHORED TO RESIST PULL-OUT AND BE STRETCHED TIGHTLY BETWEEN

STAKES TO PREVENT SAGGING

8. IN AREAS WHERE FLAP CANNOT BE KEYED PROPERLY (DUE TO FROZEN GROUND, BEDROCK,

STONY SOILS, ROOTS NEAR A PROTECTED NATURAL RESOURCE, ETC.) THE SILT FENCE SHOULD

BE ANCHORED WITH AGGREGATE, CRUSHED STONE, EROSION CONTROL MIX OR OTHER MATERIAL.

9. FILTER BARRIER NEEDS TO BE REMOVED WHEN THE AREA IS STABILIZED.

SECTION B

SECTION A

SECTION A

SECTION B

POST 6' MAX.

SPACING

NATIVE SOIL

BACKFILL

FLOW

FILTER

FABRIC

COUPLER

B

A

POSTS

FILTER BARRIER

NOT TO SCALE

INSTALLATION:

1. THE BARRIER MUST BE PLACED ACROSS THE SLOPE, ALONG THE CONTOUR.

2. EXISTING GROUND SHALL BE PREPARED SUCH THAT THE BARRIER MAY LIE NEARLY FLAT ALONG THE

GROUND TO AVOID THE CREATION OF VOIDS AND BRIDGES IN ORDER TO MINIMIZE THE POTENTIAL OF

WASH OUTS UNDER THE BARRIER.

3. THE BARRIER SHALL BE A MINIMUM OF 1 FOOT HIGH (AS MEASURED ON THE UPHILL SIDE) AND 2 FEET WIDE

FOR SLOPES LESS THAN 5% IN GRADE AND SHALL BE WIDER TO ACCOMMODATE THE ADDITIONAL RUNOFF.

4. EROSION CONTROL MIX CAN BE INSTALLED WHERE SILT FENCE IS ILLUSTRATED ON THE DESIGN PLANS IN

AREAS EXCEPT IN, BUT NOT LIMITED TO, THE FOLLOWING AREAS: WETLAND AREAS, AT POINTS OF

CONCENTRATED FLOW, BELOW CULVERT OUTLET APRONS, AROUND CATCH BASINS AND CLOSED STORM

SYSTEMS AND AT THE BOTTOM OF STEEP SLOPES THAT ARE MORE THAN 50 FEET FROM TOP TO BOTTOM.

5. BERMS COMPOSED OF EROSION CONTROL MIX CAN BE RESHAPED WHEN NECESSARY.

COMPOSITION

EROSION CONTROL MIX SHALL BE MANUFACTURED ON OR OFF THE PROJECT SITE SUCH THAT ITS

COMPOSITION IS IN ACCORDANCE WITH THE LATEST VERSION OF THE MDEP MAINE EROSION AND SEDIMENT

CONTROL BMP MANUAL. IT MUST CONSIST PRIMARILY OF ORGANIC MATERIAL, SEPARATED AT THE POINT OF

GENERATION, AND MAY INCLUDE: SHREDDED BARK, STUMP GRINDINGS, COMPOSTED BARK, OR ACCEPTABLE

MANUFACTURED PRODUCTS. WOOD AND BARK CHIPS, GROUND CONSTRUCTION DEBRIS OR REPROCESSED

WOOD PRODUCTS WILL NOT BE ACCEPTABLE AS THE ORGANIC COMPONENT OF THE MIX.

ORGANIC BASED

EROSION CONTROL

MIX

24"

12"

EROSION CONTROL MIX BERM

NOT TO SCALE

NOT TO SCALE

TIPDOWN CURB INSTALLATION

FILTER FABRIC

6' GRANITE TIPDOWN

PAVING SECTION

SEE PLANS

EXISTING

CURB

6" AGGREGATE SUBBASE

MDOT SPEC 703.06(C) TYPE D

DESIGNED

SHEET OF

TH

IS

P

LA

N S

HA

LL N

OT

B

E M

OD

IF

IE

D W

IT

HO

UT

W

RIT

TE

N P

ER

MIS

SIO

N F

RO

M S

EB

AG

O T

EC

HN

IC

S, IN

C. A

NY

A

LT

ER

AT

IO

NS

,

AU

TH

OR

IZ

ED

O

R O

TH

ER

WIS

E, S

HA

LL B

E A

T T

HE

U

SE

R'S

S

OLE

R

IS

K A

ND

W

IT

HO

UT

LIA

BILIT

Y T

O S

EB

AG

O T

EC

HN

IC

S. IN

C.

RE

V:

BY

:D

AT

E:

ST

AT

US

:

75 John R

oberts R

d.

Suite 4A

South P

ortland, M

E 04106

Tel. 207-200-2100

WW

W.S

EB

AG

OT

EC

HN

IC

S.C

OM

CHECKED

DATE

DRAWN

SCALE

PROJECT

17288D

.dw

g, T

AB

:D

1

33

TO

WN

O

F C

AP

E E

LIZ

AB

ET

H

32

0 O

CE

AN

H

OU

SE

R

OA

D

CA

PE

E

LIZ

AB

ET

H, M

AIN

E 0

41

07

FO

R:

AD

A A

CC

ES

SIB

ILIT

Y IM

PR

OV

EM

EN

TS

CA

PE

E

LIZ

AB

ET

H M

ID

DL

E S

CH

OO

L

12

S

CO

TT

D

YE

R R

OA

D

OF

:

ER

OS

IO

N C

ON

TR

OL N

OT

ES

A

ND

D

ET

AILS

17288-01

NTS

02/28/20

SDH

SRC

DMD

AS

DH

10

/0

9/1

9S

UB

MIT

TE

D F

OR

C

LIE

NT

R

EV

IE

W

ST

EP

HE

N D

. H

AR

DIN

G P

E 6633

DA

NIE

L M

. D

AN

VE

RS

, R

LA

4185

BS

DH

01

/3

1/2

0S

UB

MIT

TE

D F

OR

P

LA

NN

IN

G B

OA

RD

R

EV

IE

W

CS

DH

02

/2

8/2

0R

EV

IS

ED

F

OR

P

LA

NN

IN

G B

OA

RD

A

PP

RO

VA

L C

ON

DIT

IO

N C

OM

PL

IA

NC

E

DS

DH

03

/0

6/2

0IS

SU

ED

F

OR

B

ID