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