Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Planes, Boats and Automobiles LTD; 2012-07-20; PWM13-05UTIL
PWM13-05UTIL Project Manager: Sherri Howard (760) 602-2756 Mail To: Purchasing Department City of Carisbad 1635 Faraday Avenue Carisbad, California 92008-7314 City of Carisbad MINOR PUBLIC WORKS PROJECT 6602 - La Costa Drainage Program La Costa Canyon Park Drainage Repair REQUEST FOR BID This is not an order Date Issued: July 20, 2012 DESCRIPTION Labor, materials and equipment to remove an existing headwall, install a modified Type F catch basin SDRSD D-7, install 30 lineal feet D-76 brow ditch 30" wide, clean 10 lineal feet into existing 24" RCP storm drain pipeline and remove all debris and spoils from site. No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Sherri Howard Phone No. 760-602-2756 Submission of bid implies knowledge of all job terms and conditions. SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Planes. Boats and Automobiles, Limited Name 800 Grand Avenue. Suite A-9 Address Carisbad. CA 92008 City/State/Zip 760-729-5428 Telephone 760-729-7917 Fax pbalimited(a)qmail.com E-Mail Address Revised 09/01/09 Name and Title contracts Signatire Name md Title otPerson Authorized to sign 1/9 Title Date JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION TOTAL PRICE 1 LS 1 Install Type F catch basin, install 30 LF brow ditch, clean pipe, remove debris and spoils $12,950.00 TOTAL $12,950.00 Quote Lump Sum, including all applicable taxes. Award is by total price. Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening, unless OthenA/ise stipulated by the City of Carisbad. Award will be made by the Purchasing Officer to the lowest, responsive, responsible contractor. The City resen/es the right to reject any or all bids and to accept or reject any item(s) therein or waive any informality in the bid. In the event of a conflict between unit price and extended price, the unit price will prevail unless price is so obviously unreasonable as to indicate an error. In that event, the bid will be rejected as non-responsive for the reason of the inability to determine the intended bid. The City resen/es the right to conduct a pre-award inquiry to determine the contractor's ability to perform, including but not limited to facilities, financial responsibility, materials/supplies and past performance. The determination of the City as to the Contractor's ability to perform the contract shall be conclusive. SUBMITTED BY: Planes, Boats and Automobiles. Limited ConripaBy/Busir)6§!s Nar>\e Authorized Signature K<s>.v>oVbA«SK^ VP Printed Name and Title ' Rate W 816826 Contractor's License Number Classification(s) 01-31-2013 Expiration Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 91-1870290 Revised 09/01/09 Check a License - License Detail - Contractors State License Board Page 1 of2 DepartmanI of Consumer Affairs ^ ^ Contractors State Llcense^Board Contractor's License Detail - License # 816826 DISCLAIMER: A license status check provides Information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number Business Information Entity Issue Date Expire Date License Status Classifications Bonding 816826 Extract Date 3/22/2012 PLANES BOATS AND AUTOMOBILES LTD 800 GRAND AVE #A9 CARLSBAD, CA 92008 Business Phone Number:(760) 272-1507 Corporation 01/28/2003 01/31/2013 ACTIVE This license is current and active. All information below should be reviewed. CLASS A B DESCRiPTION GENERAL ENGINEERING CONTRACTOR GENERAL BUILDING CONTRACTOR Workers' Compensation CONTRACTOR'S BOND This license filed Contractor's Bond number 516557 in the amount of $12,500 with the bonding company AEGIS SECURITY INSURANCE COMPANY. Effective Date: 01/15/2011 Contractor's Bonding Historv BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer (RMO) FILES GILBERT RAY certified that he/she owns 10 percent or more ofthe voting stock/equity ofthe corporation. A bond of qualifying individual is not required. Effective Date: 01/28/2003 BQI's Bonding Historv This license is exempt from having workers compensation insurance; they certified that they have no employees at this time. https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetaiLaspx?LicNum=81... 3/22/2012 Check a License - License Detail - Contractors State License Board Page 2 of 2 Effective Date: 11/27/2002 Expire Date: None Personnel listed on this license (current or disassociated) are listed on other licenses. Personnei List Other Licenses Conditions of Use j Privacv Policy Copyright © 2010 State of California https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=81... 3/22/2012 DESIGNATION OF SUBCONTRACTORS Set forth below is the full name and location of the place of business of each sub-contractor whom the contractor proposes to subcontract portions of the work in excess of one-half of one percent of the total bid, and the portion of the work which will be done by each sub-contractor for each subcontract. NOTE: The contractor understands that if he fails to specify a sub-contractor for any portion of the work to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of the public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. ofthe California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." PORTION OF WORK TO BE SUBCONTRACTED SUBCONTRACTOR* MBE Item No. Description of Work % of Total Contract Business Name and Address License No., Classification & Expiration Date Yes No Total % Subcontracted: * Indicate Minority Business Enterprise (MBE) of subcontractor. 3-Revised 09/01/09 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT (Less than $30,000) Labor: I propose to employ only skilled workers and to abide by all State and City of Carisbad Ordinances governing labor. Guarantee: I guarantee all labor and materials furnished and agree to complete work in accordance with directions and subject to inspection approval and acceptance by: Sherri Howard (project manager) The Payment of Prevailing Wages is Not Required The City of Carisbad is a Charter City. Carisbad Municipal Code Section 3.28.130 supersedes the provisions of the Califomia Labor Code when the public work is not a statewide concern. Payment of prevailing wages is at contractor's discretion. False Claims Contract hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may be subject to the contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for the City of Carisbad to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: Print Name: Revised 09/01/09 Commercial General Liability, Automobile Liability and Workers' Compensation Insurance: The successful contractor shall provide to the City of Carisbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability Insurance are to be placed with insurers that have: (1) a rating in the most recent Best's Key Rating Guide of at least A-:V and (2) are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than $500,000 Subject to the same limit for each person on account of one accident in an amount not less than $500,000 Property damage insurance in an amount of not less than $100,000 Automobile Liability Insurance in the amount of $100,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance ofthe contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clause providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carisbad as additional insured. Indemnity: The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Revised 09/01/09 Jurisdiction: The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: I agree to start within working days after receipt of Notice to Proceed. Completion: I agree to complete work within working days after receipt of Notice to Proceed. CONTRACTOR: PLANES. BOATS. AUTOMOBILES, LTD. (name of Cont CITY OF CARLSBAD a municipal corporation of the State of Califoj: By: (name of ContFactor). (sigrihere) (print name and title) (\)^ W. a> Q ihtM^ I' u>y^ (e-mail address)) Utilities Director 5950 El Camino Real, Carisbad. CA 92008 (address) 760-438-2722 X7105 • (telephone no.) By: (sign here) (DrintTiame (print Tiame and title) (address) (city/state/zip) (telephone no.] (fax no.) (e-mail address) (Proper notarial acknowledgment of execution by Contractor must be attached. Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attornev BY: Revised 09/01/09 PROPOSAI TO: SHERRIE HOWARD FROM: KEVIN DOHERTY COMPANY: City of Carlsbad DATE: 7.17.12 FAX NUMBER: TOTAL NO. OF PAGES INCLUDING COVER: P H ON fi NUMBER: RE: La Costa Canyon Park • URGENT • FOR RtiVIEW • PLEASE COMMENT • PLEASE REPLY • PLEASE RECYCLE NOTES/COMMENTS: SITE: La Costa Canyon Park SCOPE: Excavate & grade for new modified F-Box, approx 30" of gunite. Haul away all spoils. TOTAL LABOR EQUIPMENT & MATERIALS^ $ 72,950.00 Thank You, please call me at 760.801.5238 with any questions. Kevin Doherty PBA 760.801.5238 800 GRAND AVE, STE A-9 - CARLSBAD - CA - 92001 PH: 760/729-5428 FX: 760/729-7917 LICENSE # 81 6826 LOCATION MAP crrr OF OCEANSIDE HIGHWAY . EXISTING BROW DITCH EXtSTING BROW DITCH LA COSTA CANYON PARK 3020 PUEBLO STREET APN 223-180-08-00 LOT272 OF CT 72-20 CONSTRUCT 30 LF TYPE "D' DRAINAGE DITCH PER SDRSD D-75* REMOVE EXISTING STRAIGHT HEADWALL AND REPLACE WITH TYPE "F" CATCH BASIN PER SDRSD D-7 OPENING ON 2 (TWO) SIDES - = = = ^... PUEBLO ST. VICINITY MAP NOT TO SCAL£ * MODIFY D-75 DRAINAGE DITCH 50" WIDE TYPE "B" EXISTING 24" RCP NOT TO SCALE PROJECT NAME LA COSTA CANYON PARK DRAINAGE IMPROVEMENTS SCHEMATIC PROJECT NUMBER 6602 PLOTTED BK- SCOTT EVANS PLOT DATE: 7/19/12 PATH:C:\UVUVES DEPARTklENT\DEaGN DIVISION\HOWARD\6602-LA COSTA CANYON PARK.DWG #13 (#4)@ 152mm (6") both^ ways 229mm (9") Rounded pipe ends See drawing D-GI-^^j 12:1 30 D Lap (Typ) SECTION A-A Manhole frame and cover. See drawing M-2 Elev. shown on plans 279mm (11") unless shown otherwise on plans 4-#13 (#4) around pipe Optional construction joint 152nnnn (6 ) nnin above invert Slope floor 12:1 towards outlet 130 Dl Lop (Typ) SECTION B-B 4-#13 (#4) around opening 61Qmnn (2') PU\N NOTE 1. 2. 3. 4. 5. 6. 7. See Standard Drawing D-11 A <& IIB for additional notes and details. When V exceeds 1.22m (4') steps shall be installed. See Standard Drawing D-11 for details. Exposed edges of concrete shall be rounded with a radius of 13nnm (1/2"). Construct openings on both sides unless otherwise shown on plans. Maintain 38nnnn (1-1/2") clear spacing between reinforcing and surface. LEGEND ON PLANS Install 25nnnn (1") steel protection bar. Dionneter "D" shall be 457mnn (18") nnax, for larger dionneter pipes this [n' drawing must be modified. Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ^^3^fe7^vJ 3lot 18003 ORIGINAL Kerchevol 12/75 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ^^3^fe7^vJ 3lot 18003 Add Metric T. Stanton 03/03 CATCH BASIN - TYPE F RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ^^3^fe7^vJ 3lot 18003 Reformatted T. Stanton 04/06 CATCH BASIN - TYPE F "^/•^ \ Ch'6irperson R.C.E. 19246 Date Edited T. Stanton 02/09 CATCH BASIN - TYPE F DRAWING n 7 NUMBER LJ-/ CATCH BASIN - TYPE F DRAWING n 7 NUMBER LJ-/ August 2009 305mm (12") 152mm 610mm (24"min) (6") Bottom may be rounded at the option of the contractor, — TYPE A -Cut Slope 3"279kg/M^C-14-Mpa (470-C-2000) concrete or 76mm (3") 17 Mpa (2500psi), air placed concrete with 38mm (1-1/2") x 38mm (1-1/2")- 17 gage stucco netting. BROW DITCH E^ 05m (12" max ro E^ 05m (12" X / o / E / TYPE B 152mm (6") 610mm 914mm (3') min 152mm (2')min 914mm (3') min {6") *77:'.^-. '-:•>''?'•; Bottom may be rounded at the option of the contractor. TYPE C -Cut or nil Slope 3] 470-C-2000 concrete or 3" 2500 psi, air placed concrete with 38mm (1 1/2")x38mm (1-1/2")- 17 gage stucco netting. TERRACE DITCH TYPE D NOTES 1. Longitudinal slope of lined ditch shall be 2% minimum. 2. Over slope down ditches shall employ 152mm (6") thickened edge section at both sides of ditch. LEGEND ON PLANS Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMIHEE ^ ^^^P/feuc^ 3lot 12003 ORIGINAL Kerchevol 12/75 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMIHEE ^ ^^^P/feuc^ 3lot 12003 Add Metric T. Stanton 03/03 DRAINAGE DITCHES RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMIHEE ^ ^^^P/feuc^ 3lot 12003 Reviewed T. Stanton 04/06 DRAINAGE DITCHES RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMIHEE ^ ^^^P/feuc^ 3lot 12003 DRAINAGE DITCHES lUlr person rN.V^.L., iyt*rD UOtG DRAWING n 7c; NUMBER v-lo DRAINAGE DITCHES lUlr person rN.V^.L., iyt*rD UOtG DRAWING n 7c; NUMBER v-lo August 2009 >- I Ve Vertical reinforcing #13 (#4) ® 457mm (18") max. for horizontal reinforcing, see table on page D-11B. -38mm (1-1/2") Clearance, Typ ypj 13mm (2") Typical- TYPICAL BOX SECTION 102mm (4"> 254mm (10") -N- 356mm (14") Approved steel reinforced polypropylene step STEP DETAIL NOTES 1. Concrete shall be 332kg/M-C-22-Mpa (560-C-3250) unless otherwise noted. 2. Reinforcing steel shall com|>ly with this drawing unless otherwise specified. 3. Reinforcing steel shall be intermediate grade deformed bars conforming to latest ASTM specifications 4. Bends shall be in accordance with latest ACI code. 5. Minimum splice length for reinforcing shall be 30 diameters. 6. Floor shall have o wood trowel finish and, except where used as junction boxes, shall hove a minimum slope of 1:12 toward the outlet. 7. Depth y is measured from the top of the structure to the flowline of the box. 8. Wall thickness and reinforcing steel required may be decreased in accordance with table above. 9. Wall thickness shall be stepped on the outside of the box. 10. When the structure depth V exceeds 1.21m (4'), steps shall be cost into the wall at 381mm (15") intervals from 381mm (15") above floor to within 305mm (12") of top of structure. Where possible place steps in wall without pipe opening, otherwise over opening of smallest diameter. 11. Alternate step may be on approved steel reinforced polypropylene step. 12. Upon approval of the Agency and the Engineer, as defined by Section 6703 of the Business and Professions Code, the use of precast storm structures is acceptable os an alternate to cast-in-place. Precast units shall conform to ASTM standards and be manufactured in o permanent facility designed for that purpose. 13. Dimension "T" shall be a minimum of 152mm (6"). 14. Typical reinforcement lap shall be 30 times the bar diameter minimum. Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ^ ^Q^^uUir^ 3lOtlS003 Chairperson R.C.E. 19246 Dote ORIGINAL Kerchevol 12/75 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ^ ^Q^^uUir^ 3lOtlS003 Chairperson R.C.E. 19246 Dote Add Metric T. Stanton 03/03 INLETS AND CLEANOUTS NOTES AND DETAILS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ^ ^Q^^uUir^ 3lOtlS003 Chairperson R.C.E. 19246 Dote Reformatted T. Stanton 04/06 INLETS AND CLEANOUTS NOTES AND DETAILS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ^ ^Q^^uUir^ 3lOtlS003 Chairperson R.C.E. 19246 Dote Edited T. Stanton 02/09 INLETS AND CLEANOUTS NOTES AND DETAILS DRAWING n IIA NUMBER U-IIA INLETS AND CLEANOUTS NOTES AND DETAILS DRAWING n IIA NUMBER U-IIA August 2009 BOX SECTION REINFORCEMENT MAXIMUM SPAN X or Y DEFTH V THICKNESS T HOR. ic FLR. REINF 914mm (3'-0") to 1.22m (4'-0") 1.22m (4-0") 152mm (6") 152mm (6") 152mm (6") #13 (#4) @ 457mm (18") 1.24m (4'-r) to 2.13m (7'-0'') 1.22m (4-0") 152mm (6") 152mm (6") 152mm (6") #13 (#4) ® 305mm (12") 2.16m (7'-r) to 2.44m (8'-0") 1.22m (4-0") 152mm (6") 152mm (6") 152mm (6") #13 (#4) ® 203mm (8") 914mm (3'-0") to 1.22m (4'-0") 1.24m to 2.44m (4'-l"to 8'-0") 152mm (6") 152mm (6") 152mm (6") 152mm (6*) #13 (#4) @ 457mm (18") 1.24m (4'-1") to 1.52m (5'-0") 1.24m to 2.44m (4'-l"to 8'-0") 152mm (6") 152mm (6") 152mm (6") 152mm (6*) #13 (#4) @ 305mm (12") 1.55m (5'-1") to 1.83m (6'-0") 1.24m to 2.44m (4'-l"to 8'-0") 152mm (6") 152mm (6") 152mm (6") 152mm (6*) #13 (#4) ® 203mm (8") 1.85m (6'-1") to 2.44m (8'-0") 1.24m to 2.44m (4'-l"to 8'-0") 152mm (6") 152mm (6") 152mm (6") 152mm (6*) #13 (#4) ® 152mm (6") 914mm (3-0") to 1.22m (4-0") 2.46m to 3.66m (8'-1" to 12'-0") 152mm (6") 203mm (8") 203mm (8") 203mm (8") #13 (#4) ® 381mm (15") 1.24m (4'-1") to 1.52m (5'-0") 2.46m to 3.66m (8'-1" to 12'-0") 152mm (6") 203mm (8") 203mm (8") 203mm (8") #13 (#4) @ 305mm (12") 1.55m (5'-1") to 1.83m (6'-0") 2.46m to 3.66m (8'-1" to 12'-0") 152mm (6") 203mm (8") 203mm (8") 203mm (8") #13 (#4) @ 203mm (8") 1.85m (6'-1") to 2.44m (8'-0") 2.46m to 3.66m (8'-1" to 12'-0") 152mm (6") 203mm (8") 203mm (8") 203mm (8") #13 (#4) <a> 152mm (6") 914mm (3'-0") to 1.22m (4'-0") 3.68m to 4.88m (12'-r to 16'-0") 203mm (8") 203mm (8") 203mm (8") 203mm (8") 203mm (8") #13 (#4) ® 305mm (12") 1.24m (4'-r') to 1.52m (5'-0") 3.68m to 4.88m (12'-r to 16'-0") 203mm (8") 203mm (8") 203mm (8") 203mm (8") 203mm (8") #13 (#4) @ 305mm (12") 1.55m (5'-l") to 1.83m (6'-0") 3.68m to 4.88m (12'-r to 16'-0") 203mm (8") 203mm (8") 203mm (8") 203mm (8") 203mm (8") #13 (#4) ® 203mm (8") 1.85m (6'-1") to 2.13m (7'-0") 3.68m to 4.88m (12'-r to 16'-0") 203mm (8") 203mm (8") 203mm (8") 203mm (8") 203mm (8") #13 (#4) @ 152mm (6") 2.13m (7'-1") to 2.44m (8'-0") 3.68m to 4.88m (12'-r to 16'-0") 203mm (8") 203mm (8") 203mm (8") 203mm (8") 203mm (8") #13 (#5) ® 203mm (8") 914mm (3'-0") to 1.22m (4'-0") 4.90m to 6.10m (16'-r to 20'-0") 203mm (8") 254mm (10") 254mm (10") 254mm (10") 254mm (10") #13 (#4) © 305mm (12") 1.24m (4'-r') to 1.52m (5'-0") 4.90m to 6.10m (16'-r to 20'-0") 203mm (8") 254mm (10") 254mm (10") 254mm (10") 254mm (10") #13 (#4) @ 305mm (12") 1.55m (5'-1") to 1.83m (6'-0") 4.90m to 6.10m (16'-r to 20'-0") 203mm (8") 254mm (10") 254mm (10") 254mm (10") 254mm (10") #13 (#4) (3> 203mm (8") 1.85m (6'-r) to 2.13m (7'-0") 4.90m to 6.10m (16'-r to 20'-0") 203mm (8") 254mm (10") 254mm (10") 254mm (10") 254mm (10") #13 (#4) ® 152mm (6") 2.13m (7'-r) to 2.44m (8'-0") 4.90m to 6.10m (16'-r to 20'-0") 203mm (8") 254mm (10") 254mm (10") 254mm (10") 254mm (10") #13 (#5) @ 203mm (8") 914mm (3'-0") to 1.22m (4'-0") 6.12m to 7.32m (20'-1" to 24'-0") 203mm (8") 254mm (10") 254mm (10") 254mm (10") 305mm (12") #13 (#4) ® 305mm (12") 1.24m (4'-l") to 1.52m (5'-0") 6.12m to 7.32m (20'-1" to 24'-0") 203mm (8") 254mm (10") 254mm (10") 254mm (10") 305mm (12") #13 (#4) ® 305mm (12") 1.55m (5'-l") to 1.83m (6'-0") 6.12m to 7.32m (20'-1" to 24'-0") 203mm (8") 254mm (10") 254mm (10") 254mm (10") 305mm (12") #13 (#4) ® 203mm (8") 1.85m (6'-r) to 2.13m (7'-0") 6.12m to 7.32m (20'-1" to 24'-0") 203mm (8") 254mm (10") 254mm (10") 254mm (10") 305mm (12") #13 (#4) @ 152mm (6") 2.13m (7'-1") to 2.44m (8'-0") 6.12m to 7.32m (20'-1" to 24'-0") 203mm (8") 254mm (10") 254mm (10") 254mm (10") 305mm (12") #13 (#5) ® 203mm (8") HORIZONTAL 8c FLOOR REINFORCING Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ^ ^Qm^(r^ 3lot12003 Ch'^irperson R.C.E. 19246 Dote ORIGINAL Kerchevol 12/75 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ^ ^Qm^(r^ 3lot12003 Ch'^irperson R.C.E. 19246 Dote Add Metric T. Stanton 03/03 INLETS AND CLEANOUTS NOTES AND DETAILS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ^ ^Qm^(r^ 3lot12003 Ch'^irperson R.C.E. 19246 Dote Reformatted T. Stanton 04/06 INLETS AND CLEANOUTS NOTES AND DETAILS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ^ ^Qm^(r^ 3lot12003 Ch'^irperson R.C.E. 19246 Dote INLETS AND CLEANOUTS NOTES AND DETAILS DRAWING n IID NUMBER U-l ID INLETS AND CLEANOUTS NOTES AND DETAILS DRAWING n IID NUMBER U-l ID August 2009