Loading...
HomeMy WebLinkAboutC-4417 - Contract for Building of Masonry Block Walls and Footings for Cover-all Building SystemsI� CONTRACT WITH KRETSCHMAR & SMITH, INC. FOR BUILDING OF MASONRY BLOCK WALLS AND FOOTINGS FOR COVER -ALL BUILDING SYSTEM THIS CONTRACT is made and entered into as of this 30!'day of November, 2009, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation and Charter City ( "City"), and KRETSCHMAR & SMITH, INC., whose principal place of business is 6293 Pedley Road, Riverside, CA 92509 ( "Contractor"), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to cant' on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to install a Cover-All Building System to store materials, equipment and supplies at the City's Utilities Yard. C. City desires to engage Contractor to provide materials and labor to build /install masonry block walls and footings for the support system for the Cover-All Building System ( "Project "). Contractor has agreed to perform the Project over a four month period, commencing on December 1, 2009. D. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications set forth by the City for the Project, and is familiar with all conditions relevant to the performance of services and has committed to perform all work required for the price specified in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. SCOPE OF WORK Contractor shall perform all the services described in the Scope of Work/Plans attached hereto as Exhibit A and incorporated herein by this reference. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first -class firms performing similar work under similar circumstances. Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services necessary for the Project. 2. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Agreement and Contractor shall complete the Work within the time set forth in this Section. The failure by Contractor to meet this deadline may result in termination of this Agreement by City. PROJECT TO BE COMPLETED BY APRIL 1, 2010 3. COMPENSATION As full compensation for the performance and completion of the Project as required by the Scope of Work/Plans, City shall pay to Contractor and Contractor accepts as full payment the sum of Twenty Five Thousand Two Hundred Fifty -Three Dollars and No /100 ($25,253.00). Contractor shall not receive any additional compensation unless approved in advance by the City in writing. City shall pay Contractor no later than thirty (30) days after approval of the monthly invoice by City staff. 4. ADMINISTRATION This Agreement will be administered by the Utilities Department. Ed Burt shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 5. TYPE AND INSTALLATION OF MATERIALS /STANDARD OF CARE 5.1 Contractor shall use only the standard materials described in Exhibit A in performing services under this Agreement. Any deviation from the materials described in Exhibit A shall not be installed unless approved in advance by the City Administrator. 5.2 All of the services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 6. RESPONSIBILITY FOR DAMAGES OR INJURY 6.1 City and all officers, employees and representatives thereof shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the services required hereunder; or for damage to property from any cause arising from the performance of the Project by Contractor, or its subconcontractors, or its workers, or anyone employed by either of them. 6.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 6.3 Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against: (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damage, or any other claims arising from any and all acts or omissions 7 ul of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement; (2) use of improper materials in performing this Project including, without limitation, defects in workmanship or materials and /or design defects; and /or (3) any and all claims asserted by Contractor's subconcontractors or suppliers on the Project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. However, nothing herein shall require Contractor to indemnify City from the sole negligence or willful misconduct of City, ifs officers or employees. 6.4 Contractor shall perform all Project work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project work. 6.5 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Agreement as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 6.6 Nothing in this section shall be construed as authorizing any award of attorney's fees in any action to enforce the terms of this Agreement, except to the extent provided in Section 6.3 above. 6.7 The rights and obligations set forth in this Section shall survive the termination of this Contract. 1211 ]4;242 IN] 41YiKela11[7_C113A7[7 City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of the City. The manner and means of conducting the work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Contractor on the Project. 9. INSURANCE Without limiting Contractor's indemnification of City, and Prior to commencement of work. Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit or performance of any work. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non - payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. ii. General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non - owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Contractor. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers 4 as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to City. Any insurance maintained by City, including any self- insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days (10 calendar days written notice of non - payment of premium) written notice has been received by City. F. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Contractor's performance under this Contract. G. Additional Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 10. BONDING Contractor shall obtain, provide and maintain at its own expense during the term of this Contract: a Labor and Materials Payment Bond in the amount of one hundred percent (100 %) of the total amount to be paid Contractor as set forth in this Agreement and in the form attached hereto as Exhibit B which is incorporated herein by this reference. The Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. The Contractor shall deliver, concurrently with execution of this Agreement, the Labor and Materials Payment Bond, a certified copy of the "Certificate of Authority' of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the Sate of California. 11. PREVAILING WAGES Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime work for each craft or type of workman needed to execute the work contemplated under the Agreement shall be paid to all workmen employed on the work to be done according to 5 the Agreement by the Contractor and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Agreement. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. 12. SUBCONTRACTING City and Contractor agree that subcontractors may be used to complete the work outlined in the Scope of Services provided the Contractor obtains City approval prior to the subcontractor performing any work. Contractor shall be fully responsible to City for all acts and omissions of the subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. 13. WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Contract. Contractor shall not discontinue work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his /her designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 14. CONFLICTS OF INTEREST The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 15. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, to City by Contractor and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: 0 flttl 17 Attn: Ed Burt Utilities Department City of Newport Beach 3300 Newport Blvd. P.O. Box 1768 Newport Beach, CA, 92658 -8915 Phone: 949 - 644 -3011 Fax: 949 - 645 -5204 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Jimmy Smith, President Kretschmar & Smith, Inc. 6293 Pedley Road Riverside, CA 92509 Phone: 951 - 361 -1405 Fax: 951 - 361 -1599 TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Agreement. COMPLIANCE WITH ALL LAWS Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. 18. WAIVER A waiver by City of any term, covenant, or condition in the Agreement shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 19. INTEGRATED AGREEMENT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal Agreement or implied covenant shall be held to vary the provisions herein. 20. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services, the terms of this Agreement shall govern. 21. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 22. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Agreement by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has taken into consideration these factors in submitting its Project Proposal and Scope of Work. 23. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 24. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 25. WARRANTY Contractor agrees that the block walls and footings installed pursuant to this Agreement shall be covered by a one year wear warranty as outlined in the Warranty Information, attached hereto as Exhibit C and incorporated in full by this reference. 1.1 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY: ri o D. a amp City Attornetv ATTEST: By: —L4 Leilani Brown, City Clerk G c'+<<FOfw0r1 CITY OF NEWPORT BEACH, A Municipal Corporation By - o e M doc , Utilities Director CONTRACTOR: KRETSCHMAR & SMITH, INC. 0 f\ar>`ie: Ji my Smith Title: Pr sident Title: Attachments: Exhibit A - Scope of Services Exhibit B - Labor and Materials Payment Bond Exhibit C - Warranty Information E EVAHIBIM' SCOPE OF WORK FOR BUILDING OF MASONRY BLOCK WALLS AND FOOTINGS FOR COVER -ALL BUILDING SYSTEM AT UTILITES YARD Contractor is to build two (2) block walls (per the attached plans) made from 12" x 8 "x 16" tan in color vertical scored block. Height of walls are to be 3'8" high +/- (plus or minus). Length of walls to be 64 linear feet from center of corner footing to center of comer footing. Contractor will install rebar per plan. Contractor to install anchor sleeves for building tie down. SCOPE OF WORK — CITY RESPONSIBILITIES City staff to saw cut existing asphalt, remove asphalt and excavate trench for wall footings. SCALE IN FEET 7 inch = 40 ft. PAUL J. RUFFING, ARCHITECT�SE0 Aa�y� UTILITIES YARD Sl e � ARCHITECTURE / PLANNING j OSL-PypweUTKMESDIRE— �s KEY PL/ * a to. C 420+. # N 1101 DOVE STREET, SUITE 140 Og • °ESG+�P* --E.ng nw+wn CITY OF NEWPORT BE NEWPORT BEACH, CA 92660 F PHONE/FAX 949.660.8062. _ •_ REVISIONS pining °A� PUBLIC WCiHS UEPARTMENi SHOE pLATE PER MFGR WERE 2' 0" EXTENSION CANNOT BE 2—#5 CONT To ATTAINED —�ONTINUE BAR AS FAR AS POSSIBLE AND OMDE STD. HOOK. NOTE, #5 VERT 0 16'o/� IBLE AND PR ALL REINFORCING AROUND EA FACE f5 HORIZ 0 24"o/c ADDITION EA FACE TO STANDARD WALL REINF. OPENING IS IN PAVING V2 #5 JAMB BAR. HORIZ. REIN [II A S #3 =PIN, SAME SPACING w :JERNSE ON PLAN. 1.3 im JOB MARR W138 PROJECT DOW: Acp PAUL lRUFF|NG,ARCHITECT ARCHITECTURE and PLANNING ,m1DOVE STREET, 140 NEWPORT BEACH, CA 92660 TEUFAX 949 660 8062 FOUNDATION PLAN SCALE: 1/4 APPROVED MAINTENANCE BUIl CTING UTILITIES DIRECTOR FOLMA11ON " and EX DEwORO DAwm— CITY OF NEWPORT BEA( CHECKED DATE I UTILITIES DEPARTMENT PLACE CONCRETE PIPE PERPENDICULAR TO FOOTING FILL MOUND TREICH PIPE PARALLEL TO FTG SLEEVES BEFORE PLACEMENT OF �iGR PIPES IN THIS AREA, LOWER CONC. FRM --� FOOTING SO PIPES PASS THROUGH O 8' CMU O - I GROUND LINE FTG. I Imp - I 1 i I I TRENCH MIN. I I EXCAVATION BOTTOM OF TRENCH EXCAVATION SHALL NOT �1 EXTEND BELOW THIS UNE. \I21 I I I COMPACTED FILL 90% DENSITY 1 INUNDATED SAND MAY BE USED IN WELL DRAINED SANDY OR GRAVELLY SOIL CONTRACTOR TO BE RESPONSIBLE FOR MAINTAINING THE SIDES OF THE TRENCH FROM CAVING IN UNTIL ALL BACKFILL IS COMPLETED. BACKFILL AS PER SPECIFICATIONS. TYP. STEPPED FOOTING 161 TYP. TRENCH EXCAVATION 171 R BAR WE • - I 1'-6' BLOCK -WT TO UI „' `i HEADED ROL W/ 1 STANDARD BOLT 4 0 flo fit T1' PROVIDE CLEAR CONCRETE 3'-0' j/ HEAD OR THREPDED al TO ALL SIDES 'L' - 60 BAR DIAMETER REINFORCEMENT BARS SHALL BE RDD W/ STANDARD THE SAME AS FOOTING REINFORCEMENT n & LARGER 4 tl I NUT AT EMBEDDED • POUR JOINT A. CONTINUOUS INSPECTION & TEST CYLINDERS FOR = CONSTRUCTION JOINT it END 'S Z I FOR PIPES FTG . LESS BELOW FIGS. PROVIDE O CUR. TO INSIDE OF FACE <s s •1 o . 2f (RQ._[(0T USF OR 1 BOLTS) ` i F SLEEVE & CONIC. AS SHOWN. 00 O 00 SHELL a 1' GROUT AROUND BOLT .� FOR PIPES MORE O OO 6. CONCRETE SURFACES SHALL BE CLEANED OF ALL LAITANCE PRIOR & IDENTIFICATION OF STEEL) ❑ 5. MAIM THAN 3'_0'BELOW FTGS. USE STEPPED A SPECIAL INSPECTOR VERIFICATION OF MATERIALS, AT THE FOUNDATIONS, UNLESS SPECIFICALLY APPROVED BY THE QUALIFICATIONS OF WELDING PROCEDURES AND WELDERS MIN. PRIOR TO START OF WORK FTC. DETAIL TGr __ BOLT WBONM OONGEIE ■ C. PERIODIC INSPECTION OF SINGLE PASS FILLET WELDS NOT STAY W THIN 3'-0• 1 am u Le u POUR FOR HIGH LIFT SHALL BE 12'-0' FOR 8' CMU AND 16'-0' FOR SINGLE ON OMIT. f 1 2• / 5• 3• Y -0 MULTIPLE CONDUITS/ '0' OF SLEEVE 6. I�L7 5' e• Y 11. TOLERANCES FOR THE PLACEMENT OF REINFORCEMENT IN WALLS PIPES ■ 1•_6• 3/4' 5' 7/' Y ■ 7. PIPE SLEEVES 2'MIN. LARGER THAN PIPE'D'+3'-0' A. SAMPLING & TESTING OF MASONRY 1 • 5' 9' B' ■ C. SPECIAL INSPECTION SHALL OCCUR: 'FOR FULLY GROUTED TYP. WES THRU FOOTM OPEN-END HOLLOW -UNIT MASONRY DURING PREPARATION 1 AND TAKING OF ANY REQUIRED PRISMS OR TEST SPECIMENS, TYP. BOLT EiWIBEDM9JT 2 GROUND LINE FTG. I Imp - I 1 i I I TRENCH MIN. I I EXCAVATION BOTTOM OF TRENCH EXCAVATION SHALL NOT �1 EXTEND BELOW THIS UNE. \I21 I I I COMPACTED FILL 90% DENSITY 1 INUNDATED SAND MAY BE USED IN WELL DRAINED SANDY OR GRAVELLY SOIL CONTRACTOR TO BE RESPONSIBLE FOR MAINTAINING THE SIDES OF THE TRENCH FROM CAVING IN UNTIL ALL BACKFILL IS COMPLETED. BACKFILL AS PER SPECIFICATIONS. TYP. STEPPED FOOTING 161 TYP. TRENCH EXCAVATION 171 R BAR WE L' = 60 BAR 0 FOR 06 & SMALLER IN CONC. �- - �l a BMS ARE SPACED GREATER THAN 3 INCHES. 4 0 flo fit 62 BM 0 FOR MASONRY WHEN ADJACENT BMS ME SPACED 3' INCHES ar CONCRETE 3'-0' I MLIPI'-N 'r MASONRY 2-8 YES bm 'L' - 60 BAR DIAMETER REINFORCEMENT BARS SHALL BE IB & SMALLER - 72 BAR DIAMETER THE SAME AS FOOTING REINFORCEMENT n & LARGER GROUND LINE FTG. I Imp - I 1 i I I TRENCH MIN. I I EXCAVATION BOTTOM OF TRENCH EXCAVATION SHALL NOT �1 EXTEND BELOW THIS UNE. \I21 I I I COMPACTED FILL 90% DENSITY 1 INUNDATED SAND MAY BE USED IN WELL DRAINED SANDY OR GRAVELLY SOIL CONTRACTOR TO BE RESPONSIBLE FOR MAINTAINING THE SIDES OF THE TRENCH FROM CAVING IN UNTIL ALL BACKFILL IS COMPLETED. BACKFILL AS PER SPECIFICATIONS. TYP. STEPPED FOOTING 161 TYP. TRENCH EXCAVATION 171 R BAR WE L' = 60 BAR 0 FOR 06 & SMALLER IN CONC. 3 • {3 , µ , /5 72 BAR • FOR n & LARGER IN CONIC. 48 BAR 0 FOR MASONRY WHEN ADJACENT 3 • 06 .f7 N8 BMS ARE SPACED GREATER THAN 3 INCHES. 4 0 flo fit 62 BM 0 FOR MASONRY WHEN ADJACENT BMS ME SPACED 3' INCHES OPEN-END BLOCKS TO ACCOMPLISH CONTINUOUS VERTICAL OR LESS = DIAMETER OF BM. R RADIUS OF BEND MEASUREDy1P 2.jjQ ■ O YES ON THE INSIDE OF BM. ❑ B. VISUAL EXAMINATION & APPROVAL OF ALL F FOUNDATION EXCAVATIONS R-2 4 tl D. DRILLING OF CAISSONS ❑ 3. N j t GR '�'�-1' A. CONTINUOUS INSPECTION & TEST CYLINDERS FOR = CONSTRUCTION JOINT rc i aR 6 MAX. SLOPE B. PNEUMATICALLY PLACED CONCRETE-GUNITE & SHOTCRETE = CENTER LINE in fl'P. LAP l eLICE �n z � MYIA CM�BEf $j�P qp TE <s s •1 o . 2f N. so 100 HOOK TV FEW HOM BENDS SMJM 11 'U• BARS SAME 917E AND L SPACING AS WALL RETNF. L L 2-F5 MIN. If IY11p 2-/5 MIN. F I AYCA BEND ALT. BMS AS SHOWN. L I AS SHON)N ar4EiE ural 'L'- 48 BM DIAMETER IN 2-/5 MIN. CONCRETE/MASONRY. TYP. REINF. • CORNERS - NTERSECTIONS 1. THREADED ROD OR DOWELS EMBEDDED IN EPDXY SHALL BE INIMUM RD HOLE WE INSTALLED PER MANUFACTURER'S INSTRUCTIONS. SLOPED DEPTH ROD@ m44L NI Dwrm Z CORRECT IMPLEMENTATION OF THE MANUFACTURER'S INSTRUCTIONS YdiUE HOLE 3/8' 7/16' 3 1/2' FOR INSTALLATION SHALL BE VERIFIED BY A SPECIAL INSPECTOR. REO•D (SEES ED.) 1/2' 9/16' 4 1/4' 3. ONLY NON-REBAR-CUTTING DRILL BITS SHALL BE USED TO DRILL EPDXY 5/6' 11/16' S' HOLES IN EXISTING CONCRETE. GROUT 3/4' 73/16' 6 3/4' 4. THREADED RW OR DOWEL EMBEDMENT SHALL BE VERIFIED AND TIHREADID 7/8' RO15/16' 7 3/4' DOCUMENTED BY A SPECIAL INSPECTOR D OR 2 5. EPDXY SHALL BE HILT HYI50 X193 (ICBG X5369), 9MPSON EPDXY REBAR TRE ET (ICBG µ94S), COVERT OPERATIONS CIA EL (ICeo 4846). F;®AR HOLE WE OR RAAlSET/REDHEAD EPCON CERAMIC 6 EPDXY ECA µz 5). 6. DRILL HOLES SHALLBE CLEW OF CONCRETE DUST AND DEBRIS FACE OF 1®MN@ RI'pMl IOL D@'R1 USING EITHER A NYLON BRUSH AND A VACUUM OR A NYLON CONC. EXISTING CCNC. BRUSH AND OIL -FREE COMPRESSED AIR A BLOW-OUT BULB 6 i3 1/2' 3 1/2' MAY BE USED IF A VACUUM OR COMPRESSED AR IS NOT DIAM OF H 5/8' 4 1/4' AVAILABLE CLEANUNESS OF DRILL HOLES SHALL BE VERIFIED HOLE /5 3/4' 5' AND DOCUMENTED BY SPECIAL INSPECTOR. �g 7/8' 6 3/4' 7. PUCE EPDXY IN HOLE WITH CAULKING WN OR SIMILAR SCHED.) EQUIPMENT.STINn 1' 7 3/4' 2/3 FULL TING AT BOTTOM, FILL HOLE APPROXIMATELY 08 1 1/8' 9' 8. COAT ROD OR REBAR 1WTH SAME EPDXY AND INSERT INTO HOLE. TYPICAL= EPDXY ANCHOR DETAIL 1. REFER TO SECTIONS 108 AND 1701 OF THE 1997 UNIFORM BUILDING CODE FOR AMPLIFICATION OF THE FOLLOWING REQUIREMENTS: ALL = ALTERNATE SPECIAL INSPECTORS MUST SUBMIT FINAL REPORTS. STRENGTH OF BLOCK UNITS SHALL BE 1900 PSI (NET). SEE ALL TESTS AND INSPECTIONS SHALL BE PERFORMED BY AN INDEPEN- DENT TESTING AND INSPECTION AGENCY EMPLOYED BY THE OWNER OR AGENT OF THE OWNER AND NO THE CONTRACTOR PER OPEN-END BLOCKS TO ACCOMPLISH CONTINUOUS VERTICAL UBC SECTION 106.3.5. YES NO = BASE PLATE 2.jjQ ■ O YES A. COMPACTED FILL INCLUDING UTILITY TRENCHES ❑ B. VISUAL EXAMINATION & APPROVAL OF ALL BE ADHERED TO. TESTING IS REWIRED AS NOTED UD IN THE SPECIAL FOUNDATION EXCAVATIONS ❑ C. EXPANSION INDEX EVALUATION OF PAD ❑ D. DRILLING OF CAISSONS ❑ 3. (FLY ASH SHALL NOT BE USED) A. CONTINUOUS INSPECTION & TEST CYLINDERS FOR = CONSTRUCTION JOINT CONCRETE OVER 2500 PSI ■ B. PNEUMATICALLY PLACED CONCRETE-GUNITE & SHOTCRETE = CENTER LINE (TEST SPECIMENS, PLACING OF CONCRETE) ❑ C. BOLTS AND EMBEDED PLATES INSTALLED IN CONCRETE = CONCRETE (DURING INSTALLATION & PLACING OF CONCRETE) ❑ 4. = CONTINUOUS A. PLACING OF REINFORCING /36 B. PLACING & STRESSING OF TENDONS ❑ C. SAMPLING & TESTING OF STEEL (MILL REPORTS 6. CONCRETE SURFACES SHALL BE CLEANED OF ALL LAITANCE PRIOR & IDENTIFICATION OF STEEL) ❑ 5. MAIM 7. ALL VERTICAL WALL REINFORCEMENT SHALL HAVE NO SPLICES EXCEPT A SPECIAL INSPECTOR VERIFICATION OF MATERIALS, AT THE FOUNDATIONS, UNLESS SPECIFICALLY APPROVED BY THE QUALIFICATIONS OF WELDING PROCEDURES AND WELDERS STRUCTURAL ENGINEER. PRIOR TO START OF WORK ■ S. CONTINUOUS INSPECTION OF ALL STRUCTURAL WELDING 8. GROUT POURS SHALL BE CONSOUDATED BY MECHANICAL VIBRATION. (EXCEPT AS LISTED IN ITEM C.) ■ C. PERIODIC INSPECTION OF SINGLE PASS FILLET WELDS NOT 9. GROUT POUR SHALL NOT EXCEED FIVE 5 FEET IN HEIGHT UNLESS () EXCEEDING 5/16' INCH, FLOOR AND ROOF DECK WELDING. = EXPOSURE WELDED STUDS, SHEET METAL, GOLD FORMED STEEL POUR FOR HIGH LIFT SHALL BE 12'-0' FOR 8' CMU AND 16'-0' FOR FRAMING, STAIRS AND RAILING SYSTEMS, AS ALLOWED = EXPANSION JOINT PER UBC SECTION 1701.5.5 EXCEPTIONS. ■ D. CONTINUOUS INSPECTION OF WELDING OF REINFORCING STEEL -0 E. NON-DESTRUCTIVE TESTING OF FULL PENETRATION WELDS.-❑ THAN 200 BAR DIAMETERS (10' FOR /5 REHABS.) 6. I�L7 = FACE OF CONCRETE = FACE OF MASONRY A HIGH STRENGTH BOLTING 11. TOLERANCES FOR THE PLACEMENT OF REINFORCEMENT IN WALLS B'EXPANSION BOLTS IN CONCRETE OR MASONRY ■ C. INSTALLATION OF EPDXY ANCHORED BOLTS, RODS, t 1X 'FOR d = 8' OR LESS OR REBAR ■ 7. TOLERANCE FOR LONGITUDINAL LOCATION OF REINFORCEMENT A. SAMPLING & TESTING OF MASONRY - GLUE -LAMINATED BEAM T.O.S. = TOP OF STEEL B. TESTING OF GROUT & MORTAR PRISMS ■ C. SPECIAL INSPECTION SHALL OCCUR: 'FOR FULLY GROUTED OPEN-END HOLLOW -UNIT MASONRY DURING PREPARATION =HEADER = HANGER AND TAKING OF ANY REQUIRED PRISMS OR TEST SPECIMENS, SMALLER WHICH MAY BE GRADE 40 IN ACCORDANCE WITH A.S.T.M. O THE START OF LAYING UNITS, AFTER THE PLACEMENT OF - HARDROCK (CONCRETE) REINFORCING STEEL, GROUT SPACE PRIOR TO EACH GROUTING OPERATION AND WRING ALL GROUTING OPERATION. ■ D. COMPRESSION PRISMS ■ 8. A. THICKNESS & COMPRESSIVE STRENGTH ❑ 9. $1"AOTURAL 2. SOIL CLASSIFICATION: SILTY SAND A. MILL REPORTS & IDENTIFICATION OF STEEL (AFFIDAVIT OF COMPLIANCE) ■ B. SAMPLING & TESTING ❑ 10. APMWVM (MUST SUBMIT CERTIFICATION OF COMPLIANCE) FOOTINGS - 3000 PSI FOR ALL OFFSITE FABRICATION SUCH AS STRUCTURAL STEEL, SLAB ON GRADE - 3000PS1 GLU-LAMS, PRECAST CONCRETE, SHOP WELDING. ETC. ■ 11. PLYWOOD RDW AND FIX= gEATFlID INSPECTION OF PLYWOOD PLACEMENT, NAL SIZE AND SPACING ❑ 12. JOB SITE VISITS BY THE STRUCTURAL ENGINEER DO NOT CONSTITUTE A. ALL CEMENT USED SHALL BE TYPE 11 OR EO AN OFFICIAL INSPECTION. COPIES OF TEST RESULTS SHALL BE CONFORMANCE WITH ASTM C-150. FURNISHED TO THE STRUCTURAL ENGINEER IN ADDITION TO OTHER NORMAL DISTRIBUTIONS. B. ALL CEMENT FOR CONCRETE IN DIRECT CONT _ NOTE: IT IS THE CONTRA TOR'c c_ F R cPONtlBI IN TO SF THAT THESE TESTS AND INSP CION R PERFORM O. (Ie. SLAB -ON -GRADE AND FOUNDATIONS) SI 121 (SEEA�RCHALLAND OTHER STANDARDS FOR ADO'L) 1. CONCRETE BLOCK SHALL CONFORM TO A.S.T.M. C-90-95 GRADE N, ALT. = ALTERNATE LLV. = LONG LEG VERTICAL STRENGTH OF BLOCK UNITS SHALL BE 1900 PSI (NET). SEE B = BOTTOM LLH. = LONG LEG HORIZONTAL OPEN-END BLOCKS TO ACCOMPLISH CONTINUOUS VERTICAL B. PL = BASE PLATE LT. WT. = LIGHT WEIGHT (CONCRETE) FULL ALLOWABLE STRESSES WERE USED IN DESIGN. ALL COMPUANCE BM. =BEAM BUILDING CODE, 1997 EDITION. BE ADHERED TO. TESTING IS REWIRED AS NOTED UD IN THE SPECIAL r8 INSPECTION REQUIREMENT SECTION. M.B. = MACHINE BOLT 2. GROUT SHALL BE: 2000 P.S.I. O 28 DAYS. GROUT SHALL CONTAIN C. = CAMBER N.T.S. = NOT TO SCALE (FLY ASH SHALL NOT BE USED) C.J. = CONSTRUCTION JOINT N.S. = NEAR SIDE 3. MORTAR SHALL BE TYPE 'M' OR 'S' AND ATTAIN A MINIMUM r = CENTER LINE PROVIDE THE NECESSARY BRACING TO PROVII /10 CONIC. = CONCRETE OPP. = OPPOSITE UNOBSTRUCTED CORE OF 3' X 3'. DOWELS FROM FOOTINGS SHALL CONT. = CONTINUOUS o% = ON CENTER /36 CTSK. = COUNTER SUNK OWJ = OPEN WEB JOIST 6. CONCRETE SURFACES SHALL BE CLEANED OF ALL LAITANCE PRIOR D. = DEPTH PL. - PLATE 7. ALL VERTICAL WALL REINFORCEMENT SHALL HAVE NO SPLICES EXCEPT A). ANY CONSTRUCTION LOADS (I.e. CRANES, AT THE FOUNDATIONS, UNLESS SPECIFICALLY APPROVED BY THE PILL = PILASTER STRUCTURAL ENGINEER. E.F. = EACH FACE P.J. = PANEL JOINT 8. GROUT POURS SHALL BE CONSOUDATED BY MECHANICAL VIBRATION. E.W. = EACH WAY PQ. = PLYWOOD WEB JOIST 9. GROUT POUR SHALL NOT EXCEED FIVE 5 FEET IN HEIGHT UNLESS () EXP. = EXPOSURE PTDF. = PRESSURE TREATED DOUG FIR POUR FOR HIGH LIFT SHALL BE 12'-0' FOR 8' CMU AND 16'-0' FOR E.J. = EXPANSION JOINT SRM. = SIMILAR 8. ALL EXPANSION JOINTS IN THE BUILDING SHA 10. REBARS TO BE SECURED AGAINST DISPLACEMENT O NOT MORE S.P.C. = STANDARD PIPE COLUMN THAN 200 BAR DIAMETERS (10' FOR /5 REHABS.) F.O.C. F.O.M. = FACE OF CONCRETE = FACE OF MASONRY S:E = STEEL 11. TOLERANCES FOR THE PLACEMENT OF REINFORCEMENT IN WALLS F.O.S. = FACE OF STUD T = TOP t 1X 'FOR d = 8' OR LESS F.S. = FAR SIDE T.O.F. = TOP OF FOOTING TOLERANCE FOR LONGITUDINAL LOCATION OF REINFORCEMENT GILD - GLUE -LAMINATED BEAM T.O.S. = TOP OF STEEL SOL PROFILE Sa NV = 1.6 GRADE BEAM GRD. BM.:HEADER T.W. = TOP OF WALL TS' = TUBE STEEL HDR. =HEADER = HANGER • =TYPICAL TYPMOR. SMALLER WHICH MAY BE GRADE 40 IN ACCORDANCE WITH A.S.T.M. H.R. K.P. - HARDROCK (CONCRETE) U.N.O. = UNLESS NOTED OTHERWISE ((E)) =EXISTING (CONSTRUCTION) ALL WELDED DEFORMED STEEL WIRE FABRIC SHALL BE GRADE 60 i7(N) OR GRADE 80 IN ACCORDANCE WITH ASTM A497. = KING POST = NEW (CONSTRUCTION) 1. CONCRETE BLOCK SHALL CONFORM TO A.S.T.M. C-90-95 GRADE N, 1. THE GENERAL CONTRACTOR SHALL VERIFY AU (TYPE 1) MEDIUM WEIGHT UNITS. MINIMUM ULTIMATE COMPRESSIVE SITE CONDITIONS BEFORE STARTING WORK. T STRENGTH OF BLOCK UNITS SHALL BE 1900 PSI (NET). SEE ENGINEER SHALL BE NOTIFIED OF ANY DISCRE ARCHITECTURAL FOR TYPE, PATTERN, AND JOINT DETAILS. USE OPEN-END BLOCKS TO ACCOMPLISH CONTINUOUS VERTICAL 2. NOTES & DETAILS ON DRAWINGS SHALL TAKE REINFORCEMENT. THESE GENERAL NOTES. FULL ALLOWABLE STRESSES WERE USED IN DESIGN. ALL COMPUANCE 3. ALL ATERIAL & WORKMANSHIP SHALL COIF( M TO THE COMPRESSIVE STRENGTH REWIRED UBC 2105.3 SHALL BUILDING CODE, 1997 EDITION. BE ADHERED TO. TESTING IS REWIRED AS NOTED UD IN THE SPECIAL r8 INSPECTION REQUIREMENT SECTION. 4. THE DESIGN, ADEQUACY & SAFETY OF ERECT 2. GROUT SHALL BE: 2000 P.S.I. O 28 DAYS. GROUT SHALL CONTAIN TEMPORARY SUPPORTS ETC., IS THE SOLE RE MASONRY 'GROUT -AID -ADDITIVE OR ETC. TO REDUCE SHRINKAGE CONTRACTOR, AND HAS NOT BEEN CONSIDERI (FLY ASH SHALL NOT BE USED) ENGINEER. THE CONTRACTOR IS RESPONSIBU OF THE STRUCTURE PRIOR TO THE APPUCATI 3. MORTAR SHALL BE TYPE 'M' OR 'S' AND ATTAIN A MINIMUM ROOF & FLOOR SHEATHING AND FINISH MATE COMPRESSIVE STRENTH OF 1800 P.S.I. O 28 DAYS. PROVIDE THE NECESSARY BRACING TO PROVII /10 TO THE APPUCA71ON OF THE AFORE-MENTIO 4. CELLS SHALL BE IN VERTICAL ALIGNMENT TO PROVIDE A MINIMUM OBSERVATION VISITS TO THE SITE BY THE ST UNOBSTRUCTED CORE OF 3' X 3'. DOWELS FROM FOOTINGS SHALL SHALL NOT INCLUDE INSPECRON OF THE ABC BE SET TO ALIGN WITH CORE CONTAINING GROUT. f32 /36 5. VIBRATIONAL EFFECTS OF MECHANICAL EQUIP 5. ALL CELLS TO BE FILLED SOLID PITH GROUT. CONSIDERED BY THE STRUCTURAL ENGINEER. 6. CONCRETE SURFACES SHALL BE CLEANED OF ALL LAITANCE PRIOR 6. CONCRETE SLAB ON GRADE HAS NOT BEEN E TO SETTING OF BLOCKS. STRUCTURAL ENGINEER FOR: 7. ALL VERTICAL WALL REINFORCEMENT SHALL HAVE NO SPLICES EXCEPT A). ANY CONSTRUCTION LOADS (I.e. CRANES, AT THE FOUNDATIONS, UNLESS SPECIFICALLY APPROVED BY THE OR etc.) STRUCTURAL ENGINEER. B). ANY SPECIFIC OCCUPANT SERVICE LOADS e STORAGE RACKS, OR tc.) 8. GROUT POURS SHALL BE CONSOUDATED BY MECHANICAL VIBRATION. 7. IT SHALL BE THE RESPONSIBILITY OF THE CO LOCATE ALL EXISTING UTILITIES WHETHER SH( 9. GROUT POUR SHALL NOT EXCEED FIVE 5 FEET IN HEIGHT UNLESS () NOT AND TO PROTECT THEM FROM DAMAGE HIGH UFT GROUTING PROCEDURES ARE USED. MAXIMUM GROUTINGSHALL BEAR ALL EXPENSE OF REPAIR OR RE POUR FOR HIGH LIFT SHALL BE 12'-0' FOR 8' CMU AND 16'-0' FOR CONJUNCTION WITH THE EXECUTION OF THIS 12' CMU. 8. ALL EXPANSION JOINTS IN THE BUILDING SHA 10. REBARS TO BE SECURED AGAINST DISPLACEMENT O NOT MORE THEIR FULL WIDTH THROUGH ALL STRUCTURA THAN 200 BAR DIAMETERS (10' FOR /5 REHABS.) SPECIFICALLY DETAILED OTHERWISE. FOR E)0 LOCATIONS SEE ARCHITECTURAL AND STRUCT 11. TOLERANCES FOR THE PLACEMENT OF REINFORCEMENT IN WALLS SPECIFICATIONS. AND FLEXURAL ELEMENTS SHALL BE t 1X 'FOR d = 8' OR LESS 9. DESIGN CRITERIA: f ,R d = 24' OR LESS t 1 /4 FOR d >24' Z = 0.4 CG = 0.57 TOLERANCE FOR LONGITUDINAL LOCATION OF REINFORCEMENT R = 4.50 CV = 1.02 I = 1.0 NG = 1.3 SHALL BE t 2'. SOL PROFILE Sa NV = 1.6 WIND EXPOSURE = C 1. ALL REINFORCING STEEL SHALL BE GRADE 60 EXCEPT FOR 13 AND WIND SPEED = 70 M.P.H. SMALLER WHICH MAY BE GRADE 40 IN ACCORDANCE WITH A.S.T.M. A 615 UNLESS OTHERWISE NOTED. A.S.T.M. A706 WHERE WELDED, AT1i1)'13 ALL WELDED DEFORMED STEEL WIRE FABRIC SHALL BE GRADE 60 1. DESIGN SOIL PRESSURE = 1000 pSp (ASSUI OR GRADE 80 IN ACCORDANCE WITH ASTM A497. MINIMUM EMBEDMENT = 18' 2. ALL WELDED REINFORCING STEEL SHALL BE A.S.T.M. A706. LOW HYDROGEN E70XX OR EBOXX WELDING RODS SHALL BE USED FOR ALL WELDING OF REINFORCING BARS. ALL WELDING OF REINFORCING 2. SOIL CLASSIFICATION: SILTY SAND STEEL SHALL BE DONE BY AN APPROVED FABRICATOR OR HAVE CONTINUOUS INSPECTION BY AN INDEPENDENT INSPECTION AGENCY. 3. REINFORCING STEEL SPECIFICALLY NOTED AS A706 THAT IS NOT WELDED MAY BE A615 GRADE 60 IF (1) THE ACTUAL YIELD STRENGTH'- THE MINIMUM ULTIMATE COMPRESSIVE STRENGTH BASED ON MILL TESTS DOES NOT EXCEED THE SPECIFIED YIELD FOOTINGS - 3000 PSI STRENGTH BY MORE THAN 18000 PSI, AND (2) THE RATIO OF THE SLAB ON GRADE - 3000PS1 ACTUAL ULTIMATE TENSILE STRESS TO THE ACTUAL TENSILE YIELD STRENGTH IS NOT LESS 1.25. MILL REPORTS AND AFFIDAVIT OF COM- PLIANCE IS REWIRED. 2. MIX DESIGN REQUIREMENTS: 4. BARS NOTED AS 'CONTINUOUS', TYPICAL WALL REINFORCING, AND A. ALL CEMENT USED SHALL BE TYPE 11 OR EO VERTICAL COLUMN REINFORCING SHALL HAVE A MINIMUM SPLICE CONFORMANCE WITH ASTM C-150. EQUAL TO STANDARD LAP SPLICE STANDARD LAP SHALL BE 48 BAR DIAMETER IN MASONRY WHEN SPACING BETWEEN ADJACENT BARS B. ALL CEMENT FOR CONCRETE IN DIRECT CONT _ IS GREATER THAN 3', 62 BAR DIAMETER IN MASONRY WHEN SPACING (Ie. SLAB -ON -GRADE AND FOUNDATIONS) SI BETWEEN ADJACENT BARS IS 3 INCHES OR LESS, AND IN CONCRETE THE FOLLOWING: 60 BAR DIAMETER FOR j6 & SMALLER, 72 BAR DIAMETER FOR- CEMENT TYPE: 11 f7 & LARGER MAXIMUM W/C RATIO: N/A 5. REINF. SHALL BE SPUCED ONLY AS SHOWN OR NOTED. SPLICES AT MIN. fc=N/A OTHER LOCATIONS SHALL BE REVIEWED ENG I- BY THE STRUCTURAL EN- W/C RATIO = MAXIMUM WATER-CEMENTTOL NEER. ALL VERTICAL WALL REINFORCEMENT SHALL BE CONTINUOUS BY WEIGHT. BETWEEN SPLICE LOCATIONS SHOWN IN THE DETAILS. ALL VERTICAL WALL REINF. SHALL HAVE NO SPLICES EXCEPT AT THE FOUNDATIONS, C. MAXIMUM SIZE AGGREGATE FOR NORMAL WEI UNLESS SPECIFICALLY APPROVED BY THE STRUCTURAL ENGINEER. BE AS LARGE AS POSSIBLE TO MINIMIZE C01 6. SPLICES IN ADJACENT HORIZONTAL WALL REINFORCING BARS SHALL POTENTIAL, 1 1/2 INCH MAXIMUM SIZE IS RE BE STAGGERED 4'-0' MINIMUM UNLESS OTHERWISE NOTED. D. CONCRETE SLUMP SHALL BE DESIGNED TO 4 7. PROVIDE DOWELS IN FOOTINGS AND/OR GRADE BEAMS THE SAME SIZE WITH SLUMPS IN EXCESS OF 5 INCHES SHAL AND NUMBER AS VERTICAL WALL OR COLUMN REINFORCING. DOWELS E FINE AND COARSE AGGREGATE SHALL CONFC SHALL HAVE A MINIMUM PROJECTION EQUAL TO STANDARD LAP HARD ROC( AGGREGATE AND ASTM C-330' SPLICES UNLESS OTHERWISE NOTED. AGGREGATES. B. ALL REINFORCING, ANCHOR BOLTS, AND OTHER INSERTS SHALL BE SE- F. THE CONCRETE SUPPLIER MUST BEAR THE P CURED IN PLACE PRIOR TO PLACING CONCRETE OR GROUTING MASONRY. THAT THE MIX DESIGNS WILL ATTAIN THE RE 9. PROVIDE THE FOLLOWING MINIMUM PROTECTIVE COVERING OF CONCRETE. BELOW GRADE (UNFORMED) 3' CLEAR 3. CONTINUOUS INSPECTION BY A SPECIAL INSPECT BELOW GRADE (FORMED) 2' CLEAR CONCRETE PLACEMENT. WALLS I. CLEAR COLUMNS 1 1/2' CLEAR BEAMS AND GIRDERS 1 1/2' CLEAR 4. LOCATIONS OF CONSTRUCTION OR POUR JOINTS STRUCTURAL SLAB (ABOVE GRADE) 3/4' CLEAR BY THE STRUCTURAL ENGINEER. 10. /5 OR LARGER REINFORCING BARS SHALL NOT BE RE-BENT WTHODT5. PIPES OR DUCTS EXCEEDING ONE THIRD THE SU APPROVAL OF STRUCTURAL ENGINEER. SHALL NOT BE PLACED IN STRUCTURAL CONCRE - DETAILED. SEE MECHANICAL AND/OR ELECTRICA 11. SUBMITTAL OF REBAR SHOP DRAWINGS IS NOT REWIRED BY THE LOCATION OF SLEEVES, ACCESSORIES, ETC. STRUCTURAL ENGINEER FOR THIS PROJECT. REBAR SHOP DRAWINGS WILL NO BE REVIEWED BY THE STRUCTURAL ENGINEER 6. PIPES MAY PASS THROUGH STRUCTURAL CONCRI SHALL NOT BE EMBEDDED THEREIN. 12. REINFORCING STEEL BAR SIZES INDICATED ON THESE DRAWINGS 7. PROVIDE 3/4' CHAMFERS AT ALL EXPOSED COR ARE BASED UPON INCH -POUND BAR SIZE DESIGNATION. FOR SOFT METRIC BAR SIZES REFER TO THE CONVERSION CHART BELR.W REFER TO ARCH'L DWGS. FOR MODS, GROOVES, GROUNDS REWIRED TO BE CAST IN CONCRETE, coNVEFOoN aHNwT FLOOR FINISHES AND SLAB DEPRESSIONS. INCH -POUND 6 0 -i PAUL J. RUFFING, ARCHITECT APPROVED MAINTENANCE BUI BAR SIZE DESIGNATION /3 '4 ARCHITECTURE and PLANNING /7 r8 /9 /10 /11 SOFT METRIC 21°6°eamPenwayS,AeIGOLakeFoI-1•CAszmo 5990720 Fex: 599-0325 meOQslbee.can * * V06 1101 DOVE STREET, SUITE 140 IfI6119 DATE ,I�p� p/�I��♦��� AND STANDARD ANDARD DE I AYW BAR SIZE DESIGNATION /10 /13 NEWPORT BEACH, CA 92660 /22 /25 /29 f32 /36 6 0 -i PAUL J. RUFFING, ARCHITECT APPROVED MAINTENANCE BUI ARCHITECTURE and PLANNING CTING UTILITIES DIRECTOR GE+IERAL NOTES 21°6°eamPenwayS,AeIGOLakeFoI-1•CAszmo 5990720 Fex: 599-0325 meOQslbee.can * * V06 1101 DOVE STREET, SUITE 140 DATE ,I�p� p/�I��♦��� AND STANDARD ANDARD DE I AYW C 2007, STB Structural Engineers, Inc. a r �>` NEWPORT BEACH, CA 92660 JOB NAM 06-138 PRUCT DKINEFR ALP qUF° TEUFAX 949 660 8062 'Esso v I 'mwNo CITY OF NEWPORT BEA( 2007 DATE BY DESCRIPTION OF REVISION APPD CHECKED IDATE UTILITIES DEPARTMENT CITY OF NEWPORT BEACH EXHIBIT "B" BOND NO. LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Kretschmar & Smith, Inc. hereinafter designated as the "Principal," a contract for the building/installation of block walls and footings for the support system of a Cover -All Building System, located at 949 W. 16th Street in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of $25,253.00 lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. 10 In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the day of , 2009. Name of Contractor (Principal) Name of Surety Address of Surety Telephone Authorized Signature/Title Authorized Agent Signature Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 11 KRETSCHMAR 8t SMITH, INC. Masonry Contractors License No 467211 Warranty EXHIBIT TO 6293 Pedley Road Riverside, Ca 92509 Phone (951) 361-1405 Fax (951) 361-1381 Alt Fax (951) 361.1599 Scope of Work: Masonry Block Walls and Footings for Cover -All Building System We, the undersigned, do hereby Warranty that the work described above, which we have furnished and/or installed for: Project Name: City's Utility Yard - Is in accordance with the Contract Documents and that all said work, as installed, will fulfill the requirements as outlined in the specifications. The undersigned agrees to repair or replace any or all of such work, together with any adjacent work which may be displaced in connection with such replacement, that may prove to be defective workmanship or material within a period of ONE (1) year from the date of acceptance by the Owner, ordinary wear and tear and unusual abuse or neglect excepted. In the event of the undersigned's f allure to comply with the above mentioned conditions within a reasonable period of time, as determined by the Owner, but not later than 10 days after being notified in writing by the Owner, the undersigned authorizes the Owner to proceed to have such defects repaired or replaced and made good. We, the undersigned, agree to pay to the Owner, upon demand, all moneys that the Owner may expend in making good said defective work, iincludiIl'collection costs and reasonable attorney fees. By: Smith Title: Presi ent Dated: October 192008 License No: 467211