Loading...
HomeMy WebLinkAbout14 - Park Playground Equipment Design ServicesCITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 14 March 11, 2003 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Recreation & Senior Services Department Marie Knight, Director 949 - 644 -3157 mknight @city.newport- beach.ca.us SUBJECT: BONITA CREEK, GRANT HOWALD, CHANNEL PLACE, AND SAN MIGUEL PARKS — APPROVAL OF PROFESSIONAL SERVICES AGREEMENTS FOR DESIGN SERVICES FOR PLAYGROUND EQUIPMENT RECOMMENDATIONS: 1. Approve the Professional Services Agreement with Coast Recreation, Inc., for the design of Bonita Creek Park, Grant Howald Park, and San Miguel Park for a total contract price of $88,086, and authorize the Mayor and City Clerk to execute the Agreement. 2. Approve the Professional Services Agreement with Pacific Design, Inc., for the design of Channel Place Park for a total contract price of $22,921, and authorize the Mayor and City Clerk to execute the Agreement. 3. Accept the Notice of Exemptions as filed with the County of Orange. DISCUSSION: Requests for Proposals for Playground Design were sent to five companies and published in the Daily Pilot. Three proposals were received; with Miracle Playground Sale of Southern California deemed as incomplete. Proposals were evaluated on the basis of both play value and creativity. All proposals included new structures that comply with current safety and ADA regulations within the existing footprint of the old playgrounds except in the case of the tot playground at Grant Howald Park. This playground is being expanded slightly to include a structure and swings. Environmental Review: Under the California Environmental Quality Act Implementing Guidelines (CEQA), staff has determined a Notice of Exemption is. appropriate for this project. This project qualifies for a categorical exemption pursuant to Section 15302 (Class 2, Replacement or reconstruction of existing structures or facilities on the same site having substantially the same purpose and capacity) of the CEQA Guidelines and recommend Council SUBJECT: Bonita Creek, Grant Howald, Channel Place, and San Miguel parks- Approval of Professional Services Agreements for Design Services for Playground Equipment March 11, 2003 Page 2 approval of the Notice of Exemption. The Notice of Exemptions were filed with the County of Orange. Funding Availability: Account Name State Park Bond – Proposition 12 Prepared by: Submitted by: a,a A drea McGuire, Recreatio Mar eKnight, —f S perintendent Rec eation & Senior Services Director Attachments: Summary of Award Recommendations Agreement with Coast Recreation, Inc. Agreement with Pacific Design Concepts, Inc. Account Number Amount 7251- C4310708 $111,007 SUBJECT: Bonita Creek, Grant Howald, Channel Place, and San Miguel Parks- Approval of Professional Services Agreements for Design Services for Playground Equipment March 11, 2003 Page 3 SUMMARY OF AWARD RECOMMENDATIONS • Bonita Creek Park Award to Coast Recreation $37,482 Two structures for ages 2 -5 and 5 -12 and swings • Channel Place Park Award to Pacific Design Concepts $22,921 One combined structure for ages 2 -12 and swings • CYC -Grant Howald Park Award to Coast Recreation $10,253 One tot structure (2 -5 years old) and tot swings • For San Miguel Park Award to Coast Recreation $40,351 Two structures (for ages 2 -5 and 5 -12), Swings and ground elements. Total Bid Award $111,007 These proposals are for purchase of equipment only. A separate contract will be advertised for the installation and site work for each playground as recommended in the proposed design. All funds for these projects are being reimbursed by the Proposition 12 - Park Bond Funds. PROFESSIONAL SERVICES AGREEMENT FOR BONITA CREEK, GRANT HOWALD, AND SAN MIGUEL PARKS PLAYGROUND DESIGN AND EQUIPMENT THIS AGREEMENT, entered into this day of 2003, by and between the City of Newport Beach , a Municipal Corporation (hereinafter referred to as "City "), and Coast Recreation Inc., whose address is 2082 S.E. Bristol, #204, Newport Beach, California 92663, (hereinafter referred to as "Consultant'), 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 carry 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 implement the design and installation of new playground equipment at Bonita Creek, Grant Howald, and San Miguel Parks further referred to as 'Project" C. City desires to engage Consultant to design playground equipment for the three parks mentioned above upon the terms and conditions contained in this Agreement. D. The principal member for the Consultant for the purpose of Project is Tim Hodges. E. City has solicited and received a proposal from Consultant, has reviewed -1- the previous experience and evaluated the expertise of Consultant, and desires to contract with Consultant under the terms and conditions provided in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the _ day of , 2003, and shall terminate on the day of , 2003, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the duties set forth in the scope of services, attached hereto as Exhibit "A" and incorporated herein by reference. 3. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section as set forth in Exhibit "A" attached hereto and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without prior written approval of City. Consultant's compensation for all work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed the total contract price of eighty eight thousand and eight six dollars ($88,086). 3.1 Consultant shall maintain accounting records of its billings which includes the name of the employee, type of work performed, times and dates of all work which is billed on an hourly basis and all approved incidental expenses including reproductions, computer printing, postage and mileage. 6PQl 3.2 Consultant shall submit monthly progress invoices to City payable by City within thirty (30) days of receipt of invoice. 3.3 Consultant shall not receive any compensation for extra work without prior written authorization of City. Any authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibit "B ". 3.4 City shall reimburse Consultant only for those costs or expenses, which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 3.5 Notwithstanding any other paragraph or provision of this Agreement, beginning on the effective date of this Agreement, City may withhold payment of ten percent (10 %) of each approved payment as approved retention until all services under this Agreement have been substantially completed. 4. STANDARD OF CARE 4.1 All of the design services shall be performed by Consultant or Consultant's agent under the policies set forth in by the Consultant. For further clarification, the -3- definition of "services" shall be reference to the equipment design (structure design /CADD drawings, installation instructions, warranty statement and maintenance instructions, inclusive) and shall not be construed to assume responsibility or design of any aspects of landscape architecture design or contractor construction labor /design. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement and that A will perform all services in a manner commensurate with the community professional standards. All services will be performed by qualified and experienced personnel who are not employed by City nor have any contractual relationship with City. Consultant represents to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession for design of play equipment. Please note: building permits, contractor licenses, etc. fall outside the scope this Consultant agreement. If Consultant is performing inspection or construction management services for the City, the assigned staff shall be equipped with a Nextel Plus type cellular /direct connect unit to communicate with City Staff; however, consultant does not claim to have Nextel Service or phones, but is free to maintain any cellular service of choice. Direct Connect I.D. Number will be provided to City to be programmed into City Nextel units, and vice versa. Consultant further represents that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. 4.2 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, acts of God, failure of City to furnish timely information or to promptly approve or disapprove Consultant's work, delay or faulty performance by City, contractors, or governmental agencies, or any other delays beyond Consultant's control. za 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is riot an employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute Consultant or any of Consultant's employees or agents to be the agents or employees of City. Consultant shall have the responsibility for and control over the details and means of performing the work provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean that Consultant shall follow the desires of City only in the results of the services. 6. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies, which may have jurisdiction or interest: in the work to be performed. City agrees to cooperate with Consultant on Project. 7. PROJECT MANAGER Consultant shall assign Project to a Project Manager, who shall coordinate all phases of Project in regard to the Consultant Services as defined in Section 4.1 (play equipment design, order of equipment, schedule shipping of equipment and inspection of installed equipment, inclusive.). This Project Manager shall be available to City at all reasonable times during term of Project. Consultant has designated Tim Hodges to be its -5- Project Manager. Consultant shall not bill any personnel to Project. Consultant shall not remove or reassign any personnel designated in this Section or assign any new or replacement person to Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants it will continuously furnish the necessary personnel to complete Project on a timely basis as contemplated by this Agreement. 8. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement and Consultant shall perform the services in accordance with the schedule specified below. The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City and assessment of damages against Consultant for delay. Notwithstanding the foregoing, Consultant shall not be responsible for delays, which are due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 8.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition, which purportedly causes a delay, but not later than the date upon which performance is due. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays, which are beyond IQ Consultant's control. 8.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances by telephone, fax, hand delivery or mail. 9. CITY POLICY Consultant shall discuss and review all matters relating to policy and project direction with the Project Administrator in advance of all critical decision points in order to ensure that Project proceeds in a manner consistent with City goals and policies. 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant, to the best of our knowledge, shall conform to applicable city, county, state and federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City Council. 11. PROGRESS Consultant is responsible to keep the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS Consultant shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against 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 damages, or any other claims arising from any and all negligent acts or -7- omissions of Consultant, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement, excepting only the sole negligence or willful misconduct of City, its officers or employees, and shall include attorneys' fees and all other costs incurred in defending any such claim. Nothing in this indemnity shall be construed as authorizing, any award of attorneys' fees in any action on or to enforce the terms of this Agreement. 13. INSURANCE Without limiting consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to City. Certification of all required policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City prior to exercising any right or performing any work pursuant to this Agreement. Except workers compensation and errors and omissions, all insurance policies shall add City, its elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as described herein. Insurance policies with original certificates and endorsements indemnifying Project for the following coverages shall be issued by companies admitted to do business in the State of California and assigned Best's A- VII or better rating: A. Worker's compensation insurance, including 'Wavier of Subrogation" clause, covering all employees and principals of Consultant, per the laws of the State of California. 0 B. Commercial general liability insurance original certificate and endorsement (which includes additional insured and primary and non- contributory wording), covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance, including additional insured (and primary and non - contributory wording for waste haulers only), covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. D. Professional errors and omissions insurance, which covers the services, to be performed in connection with this Agreement in the minimum amount of one million Dollars ($1,000,000.00). Said policy or policies shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. Consultant 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. 0 Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, which Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing workers compensation, comprehensive general, and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, a waiver of any right of subrogation, which any such insurer of said Consultant may acquire against City by virtue of the payment of any loss under such insurance. 14. PROHIBITION AGAINST TRANSFERS Consultant shall not assign, sublease, hypothecate or transfer this Agreement or any of the services to be performed under this Agreement, directly or indirectly, by operation of law or otherwise without prior written consent of City. Any attempt to do so without consent of City shall be null and void. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or co- tenant if Consultant is a partnership or joint- venture or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership orjoint- venture. 15. OWNERSHIP OF DOCUMENTS Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Consultant pursuant to or in 6iGE connection with this Agreement shall be the exclusive property of City but shall be limited to use on this project and perspective projects where Consultants line of play equipment is specified. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived as against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 16. CONFIDENTIALITY The information, which results from the services in this Agreement, is to be kept confidential unless City authorizes the release of information. 17. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of his responsibilities under this Agreement, City agrees to provide the following: City will provide access to and upon request of Consultant, provide one copy of all existing record information on file at City. Consultant shall be entitled to rely upon the accuracy of data information provided by City or -11- others without independent review or evaluation. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. 18. ADMINISTRATION The Public Works Department will administer this Agreement. Andrea McGuire shall be considered 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. 19. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City, upon written request, during normal business hours to examine, audit and make transcripts or copies of such records. Consultant shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 20. WITHHOLDINGS City may withhold payment 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 Agreement. Consultant shall not discontinue work for a period of thirty (30) days from the date of withholding as a result of such -12- withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7 %) per annum from the date of withholding of any amounts found to have been improperly withheld. 21. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or a restoration expense shall be bome by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with Project. 23. CONFLICTS OF INTEREST A. Consultant 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 financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. B. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless -13- City for any and all claims for damages resulting from Consultant's violation of this Section. 24. SUBCONSULTANT AND ASSIGNMENT Except as specifically authorized under this Agreement, the services included in this Agreement shall not be assigned, transferred, contracted or subcontracted without prior written approval of City. 25. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing 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 Consultant to City shall be addressed to City at: Andrea McGuire Community Services Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92658 -8915 (949) 644 -3311 Fax (949) 644 -3155 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attention: Tim Hodges Coast Recreation Inc. 2082 S.E. Bristol, #204 Newport Beach, CA 92660 949 - 553 -8065 Fax: 949 - 553 -8067 -14- 26. TERMINATION In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, 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) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt by defaulting party from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 26.1 City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days' prior written notice to Consultant as provided herein. Upon termination of this Agreement, City shall pay to Consultant that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 27. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 28. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a different character. -15- 29. INTEGRATED CONTRACT 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 hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. 30. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 31. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional logo of the CADD Operator responsible for the design drawing. Consultant will not to be held responsible for the incapability of CADD data transmittal due to software differences between Consultant and City. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to dr01 indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All drawings shall be transmitted to the City in the Consultant's latest adopted version of AutoCAD in ".dwg" file format. All written documents shall be transmitted to the Consultant's latest adopted version of Microsoft Word and Excel. Consultant is not held responsible for software incompatibilities between Consultant and City. 32. PATENT INDEMNITY Consultant shall indemnify City, its agents, officers, representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: CITY OF NEWPORT BEACH A Municipal Corporation By: City Attorney ATTEST: By: City Clerk -17- COAST RECREATION INC. 0 SUBMITTAL FOR BONITA CREEK PARK NEWPORT BEACH All. i2 LANDSCAPE STRUCTURES AND COAST RECREATION o- t PLAYBOOSTER PLAYSTRUCTURE #25403A -2; 5 -12 YRS ARCH BELT SWING W /ADDTL BAY PLAYSHAPER PLAYSTRUCTURE #25403A -1; 2 -5 YRS 4Cz0K INC. 2082 S.E. Bristol, #204 Newport Beach, CA 92660 Ph 9491553$065; Fax 949/553 -8067 PROPOSAL QUOTE TO: City of Newport Beach bate: 1/17/03 ATTN: Andrea McGuire F.O.B.: Destination FREIGHT: Prepaid LEAD TIME:6 Weeks QUOTE GOOD UNTIL:12 /03 JOB NAME: Bonita Creek Park TERMS (UPON CREDIT CITY: Newport Beach, CA APPROVAL):Net 30 Days FAX #: 644 -3155 "LEAD TIME INDICATES MFG. TIME PHONE #: 644 -3161 TRANSIT TIME IS ADDITIONAL WE ARE PLEASED TO SUBMIT THIS QUOTE TO SUPPLY THE FOLLOWING ITEMS: LANDSCAPE STRUCTURES ITEMS: I - #25403A -2 P1ayBooster playstructure 5 -12 yrs $21,167.00 t - #100050A Arch belt swing $ 1,725.00 - #111579A Arch belt swing addtl bay w /full $ 1,530.00 bucket swing seats 1 - #25403A -1 Play5haper playstructure 2 -5 yrs $12,405.00 Materials: $36,827.00 Less discount: <$3,683.00> Materials: Tax @7.75%: Est freight: Delvd Total: $33,144.00 $ 2,568.66 $ 1,770.00 $37,482.66 NOTE: Please check quantities and make sure they match your take off. Customer is responsible for unloading truck & verifying quantities shipped. -SIGNATURE BELOW ACCEPTING THIS PROPOSAL AND THE TERMS SET FORTH, WILL CONSTITUTE A PURCHASE ORDER: NAME: QUOTE PREPARED BY:Tim Hodges SATE SHIP TO: ) � §�E *\| § � j� I \2 0 &§ a[ $g ]%§ |h §aa■!■ ��. § /`qK / } 2/E »a ;qk S! § \_ f k f ® § , ISO && §§§§ § §!/ FEN � .4` / §; {� ) S `�. §aa■!■ ��. § /`qK / } 2/E »a ;qk S! § \_ f k f ® § , ISO && §§§§ § §!/ FEN � \ N F \-I\ r7 c~il o � o �o J Y W U Q Q W N N W 00 �W �O 7 W O J O \ d O 00 QQO O � Q m \ C3 W I I Og I (Do I NJ I I 0 II \ � II W J J U "zw W = W N W �WoU 2i Z p W ww co O m W Ln J � \ CO [/) r? 0J O W ) ( k r N a M C "7 N / U I! fn �j°-� gign wa wo ua 4w �z z t u N s�6 d Z' Y d Of Material Specifications Quote: 15340A1 1/15/2003 General Specifications: Material: All in atcrials shall be structurally sound and suitable for safe play. Durability shall be ensured on all steel parts by the use of time - tested coatings such as zinc plating, zinc- nickel plating, pow•dcrcoating, TcnderTuff - coating, etc. Colors shall be specified. Fasteners: Primary fasteners shall be socketed and pinned to mperproof in design, stainless steel (SST) per ASTNI F879 unless otherwise indicated (sec specific product installation /specifications). All primary fasteners shall include a locking patch type material that will meet the minimum torque requirements of iF1 -125. Manufacturer to provide special tools for pinned hex fasteners. TcnderTuff- Coating: All metal com poncnts to be TcnderTuff - coated shall be thoroughly cleaned in a hot phosphatizing pressure washer, th cn pri incd with a clear acrylic thermosetting solution. Primed parts shall be preheated prior to dipping in U.Y. stabilized, liquid poly vinyl chloride, then salt cured at approximately 400 degrees. The finished coating shall be approxim a tely.080" +/- .020" thick at an 85 duromctcr hardness and have a inattc finish. Fourstandard colors arc available. Polyester Powdcrcoating: All metal components to be powdcrcoatcd shall be free of excess weld and spatter. Parts shall be thoroughly cleaned in a 6 -Stage Pretreatment system with a hot phosphatizing bath and a non - chrome seal for corrosion resistance, then thoroughly dried. Powdcrcoating shall be cicctrostatica l ly applied and oven cured at 350 degrees. Average th ickncss:.004 ". Super Du ruble TG IC polyester powder shall be specially formulated for optimum U.Y. stability and glossiness and shall meet or exceed AST;M Standards for: Adhesion (D- 3359B) Hard n cs s (D -3363) Impact (D -2794) Salt Spray resistance (B -117) Paint Line shall employ a "checkered" adhesion test daily Fifteen standard colors arc available. Decks: All Tcuderdecks shall be of modular design and have 5/16" diameter holes on the standing surface. There shall be (4) slots in each face to accommodate face mounting of components. Tcndcrdccks shall be manufactured from a single piece of low carbon 12 GA (.105') sheet steel conforming to ASTNI specification A -569. The sheet shall be perforated then flanged formed and reinforced as necessary to ensure structural integrity. The unit shall then be TcnderTuff - coated brown only. Tcndcrdccks shall be designed so that all sides arc flush with the outside edge of the supporting posts. Pa "c 1 a1 8 Rotationally Molded Poly Parts: These parts shall be molded using prime compounded linear low- density polyethylene with a tensile strength of 2500 psi per ASTbI D633 and with _ color and UN'- stabilizing additives. Wall thickness varies by product from .187" (3116 ") to .312" (5116 "). Four standard colors are available. PermaleneParis: These pans shall be manufactured from 314" thick high - density polyetbylene that has been specially formulated for optimum D.V. stability and color' retention. Prod nets shall meet or exceed density of .933 G /cc per ASTDI D1505, tensile strength of 2400 PSI per ASTM D638. Five standard solid colors are available. Some Permalene parts are available in a two-color product with (2) .070" thick exterior layers _ over a .610" in tenor core of a contrasting color. Eight standard two -color options are available. Footings: Unless otherwise specified, the bury on all footings shall be 34" below Finished Grade (FG) on all in- ground play even is /posts. Other types of anchoring are available upon request. (PS) General Specifications: Posts:2 318" square aluminum posts shall have a minimum wail thickness of .125" and be extruded of 6061 -T6 aluminum allov and have rounded corners and ribbed faces for maximum safety. A cast aluminum top cap shall be installed at the factory with stainless steel knurled spacers and aluminum drive rivets. Flanges for panels and deck supports shall be extruded of 6061 -T6 aluminum alloy and slide into slots extruded in posts. Flanges & deck supports shall be attached in the factor' with stainless steel knuried spacers and aluminum drive rivets. All direct It ury posts shall have a "finished grade marker" positioned on the post identifying the 34" bur' line and the top of the required surfacing. A molded low - density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the post to increase the footing area. Posts shall have a post number sticker for installation purposes. All surface mount posts shall be continuously welded to a 114" x 6" square 6061 - T6 aluminum surface mount plate and allow for 2" of protective s urfacing. Posts shall be powdercoated to a specified color. Aluminum Post Al echanical Properties: Yield Strength (min): 35,000 PSI Tensile Strength (min): 38,000 PSI _ - % Elongation in 2 inches: 10 \Iod Was of Elasticity: 10 x 106 PSI 111397B - Posts For Decks tl[V /48" Deck /Slid eWinder Off 40" Deck Post: See PlaySbaper (PS) General Specifications. 111397C - Posts For Decks 106'/40" Deck /SlideWinder Off 32" Deck st: See PlaySbaper (PS) General Specifications. Pace 2 of 8 111396B - Posts For Roofs 137 " 143 " Deck Post: See PlaiSha per (PS) General Specifications. 134973B - Transfer Zlodule. Brown Deck On lv To 40" Deck. Cuned. Left or Right Step Deck: Flange formed from 12 GA (.105 ") sheet steel conforming to ASTN1 A569. Standing surface is perforated with SAV diameter holes and measures 29" per (2) sides. Finish: Ten derTu17. brown in color. Railings: Weldment comprised of formed 1 113 " O.D. x 11 GA (.120 ") steel tubing with 203 or 303 stainless steel threaded inserts. Finish: TenderTuff, colorspecifed. 1nG11 Panel: Solid color panel measures 7 5!3" wide x 30 " high. color specified. Step SectionsTI"op Step Section: Formed from 12 GA (.105 ") sheet steel conforming to ASTNI A569. Standing surface is 24 318" wide x 14" deep and is perforated with 5116" diameter holes. Finish: TenderTuff. brow n in color. 'Deck Support: Weldment comprised of3 1/2" O.D. RS -20 (.125 ") galvanized steel tubing and 3/3 " O.D. x 5" (ong CRS rod. Finish: Povv'dercoat, brown in color. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTAI F879 unless otherwise indicated (see specific product installationrspecifications). 121948A - Kick Plate 8" Ris e Kick Plate: Fabricated from 11 CA (.120 ") IIR flat stee). Finish: TeuderTuff, brown in color. Fasteners: Primar9 fasteners shall he socketed and pinned tamperproof in design, stainless steel (SST) per ASThl F 879 unless oth env'ise indicated (see specific product installation /specifications). 111237A - Square Tendertleck. Brown On I Square Deck: Flange formed from 12 CA (.105') sheet steel conforming to AS T11 A569. Standing surface is perforated with 5116" diameter holes. Deck face bas (4) slotted holes for face mounting components. The finished size measures 2 5/8" x 44 3/8" x 44 313 ". Fin ish: Ten derTuff. brown in color. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design. stainless steel (SST) per AST-NI F 879 unless othenvise indicated (see specific product installation /specifications). pane . of S 118110A - Sauare Polv Roof wlLogo Panels* Poly Roof: Rotation ally molded from U.Y. stabilized linear low density polyethylene, color specified. = --Roof Logo: Two color roof logo measures 41" wide c 5 1 /8" high, color specified. .,,„Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per AST;1I F 879 unless otherwise indicated (see specific product installation /specifications). Roof S leeve: Cast from 319 almag. Finish: Powdercoat, color specified. 116120A - Learning Wail Components Bench w /Panels (I Pair) ...Bench: Flange formed from 12 GA (.105 ") sheet steel conforming to ASTbI A569. Seating surface is perforated with 5,16" diameter holes. Finish: TenderTuff, brown in color. Permalene Panel: Solid color, colors pecified. asten ers: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTNT F879 unless otherwise indicated (see specific product installation /specifications). 111288A - Driver Panel.()") Learning Wall Panels 'Permalene Panel: Two color panel measures 39 1/2" wide s 30314" high, color specified. Hub: Solid color permalene, color specified. - Wheel: 12" diameter cast 319.1 aluminum alloy. Shaft -303 stainless steel. Finish: TenderTuff. color specified. t Wheel Bracket: Weldment comprised of formed 3116" plate and 518" O.D. shaft. Finish: Powdercoat, color specified. Steering Wheel Cap: Aluminum alloy 6061 -T6_ Finish: Powdercoat, white in color. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) perASTNI F879 unless otherwise indicated (see specific product instaliationlspecifications ). `111284A - Hole Panel rmalene Panel: Solid colorpanel measures 391/2" wide i 303.4" hi_b, color specified. Pane 4 of $ Fasteners. Primary fasteners shall be socketed and pinned tamperproof in design. stainless steel (SST) per AST ?I F 879 unless otherwise indicated (see specific product installationispecilirations). 111299A - Ilouse Panel (2 -Color Permalene) Permalene Panel: Two color panel measures 39 1/2" wide x 30 314" b ith. color specified. Fasteners: Primnr• fasteners shall be socketed and pinned tamperproof in design. stainless steel (SST) per AST11 F 879 unless otherwise indicated (see specific product installation /specificarions). 111291A - S1ore Panel, Ground Level Only Permalene Panel: Solid color panel measures 39 I /2" wide x 30 3/4" It igh. color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F879 unless otherwise indicated (see specific product inst :illation /specifications). 111292A - Table Panel. Ground Level On Ir Permalene Panel: Solid color panel measures 391/2 "wider 303/4" high. color specified. Table Panel: Solid color panel measures 19 112" wide x 343/4" long. color specified. Support Leg: Weldm en comprised of 2375' O.D. RS-20 (.095' - .105') galvanized steel tubing and 1/4" x 2 1/2" x 9" flat plate. Finish: Powdercoat, color specified. Frame: Weld nient co nip rised of 3116" x 2" z l 114" RRS angle and 3116" x 2" flat s teel bar. Finish: Powdercoat, color matched to posts. _ Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per A.STNI F 879 unless otheraa ise indicated (see specific product installation /specifications). 111293A - Tic -Tac -Toe Panel. Yellow Discs Onlv Permalene Panel: Solid color panel measures 39 112" wide x 30 3/4" It ig-h. color specified. Tic Tac Toe Blocks: Rotationally molded from UN. stabilized linear low density polyethylene, tan in color with brown molded -in symbols. : Tac Toe Bracket: Formed from .125" th ick 5052 alum inum. Finish: Powdercoat, c ulor s pecilied. Shafts: Fabricated from 112" dia meter stainless steel with ends tapped 5116' 1811 \C -2 B. Pa�,c S ul 4 0 Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) ner AST11 F 879 unless otherwise indicated fsee soecific oroduct in stallationlsnecifications). s . 132155B - Dots ble Polv Slides 40 "48" Deck Slide: Rotationally molded from U.V. stabilized linear low density polyethylene, colorspecified. Hood: Rotationally molded from UA. stabilized linear low density polyethylene, color specified. :Rail: Extruded from 1.125' O.D. x .312" W. 6061 -T6 aluminum. Finish: Powdercoat, color specified. Rail Spacer: Fabricated from 1.3125' O.D. x 16 GA (.065 ") steel tubing. Finish: Powdercoat. color specified. Exit Support: 1Veldment comprised of 2.375" O.D. RS -20 (.095° - .105 ") galvanized steel tubing and 114" x 3" mounting plate. Finish: Powdercoat, color specified. u fret Bolt Bracket: Cast from 535 almag. Finish: PowdercoaL color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installationfspecifications). 132117C - Slidewinder2 48" Deck Slide Sections: Rotationally molded from 17.V. stabilized linear low density polyethylene, color specified. Rail: '.Offset Bolt Bracket: AjJd- Support: Support Base (SNl): Exit Footer. casten ers: 1 1/8" O.D. 6061 -T6 aluminum extrusion with 5116" walls. Finish: Powdercoat, color specified. Cast from 535 almag. Finish: Powdercoat, color specified. 1Veldmeut comprised of 1.900" O.D. RS -20 (.090" -.100") galvanized steel tubing and 3116" x 1 l/4" zinc plated steel strap. Finish: Pow•dercoaL color specified. Weldment comprised of 1.660" O.D. RS -20 (.085" - .095 ") galvanized steel to bing an d 113" x 3" x 8" mounting plate. Finish: Powdercoat, color specified. Weldment comprised of 2375' O.D. RS -24 (.495" - .145'} galvanized steel tubing and 111" x 3" x 7 U2" mounting plate. Finish: Powdercoat, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation /specifications). 9a - "e 6 of S 111348A -Arch Bridge, 42" Long, Brown Deck Only Bridge Deck: Fabricated from 12 CA (.165') sheet steel can forming to ASTII A569. Stnnding surface is perforated with 5/16" diameter holes. Finish: TendcrTuff, brown in color. Panels: Solid color panel measures 41" wide z 35 11/16" high. color specified. Attachment Bracket: Fabricated from 1/8" x 1 1/4" x 2" 6061 -T6 aluminum angle. Finish: Powdcrcoat, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design. stainless steel (SST) per A.STM F379 unless otherwise indicated (sec specific product installationlspccificatipns). 111364A - Loop Ladder. 40" Or 48" Deck Loop Ladder: Weldmcnt comprised of 1.125' O.D. x 11 CA (.120 ") Mack steel tubing. Finish: TendcrTuff. color specified. nandhoid Pancl: Solid color permalcnc with 3/4" x 1 1/8" handholds, color specified. Fas tcn crs: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASThI F 879 unless otherwise indicated (sec specific product installaton /specifications). 111327B - Step Laddcrs 40" Step Laddcr. Brown Steps Only Laddcr: Formed from 16 CA (.060 ") HRPO sheet steel with 5/16" perforated holes for steps and 14 CA HRPO s hcct steel for sides. Finish: TendcrTuff, brown in color. Handrail: Formed from 1.125' O.D. 1 1 CA (.120 ") galvanized steel tubing. Finish: TendcrTuff, color specified. Pcrmalcnc Panel: Solid color, colors pecificd. Footcr: Weldmcnt comprised of 1.660" O.D. RS -20 (.085' - .095') galvanized steel tubing and 1/4" x 2" zinc plated steel strap. Finish: Powdcrcoat, brown in color. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (sec specific product installation /specifications). 123284C - Wippic Ladders 48" Deck s.hain: 4/0 Chain zinc plated. Finish: TendcrTuff. color specified. Pauc 7 of S 'Rail: Fabricnted from 13/16" diameter x2715/16" Ion.- CRS solid bar stock with both ends tapped 313 ". Fin ish: TenderTuff, color s pecified. Support: Fah ricated from 1.315" O.D. RS-20 (.080" - .090 ") galvanized steel tubing. :.Handhold Panel: Solid color permalene with 3/4" x 11/9" handholds, colorspecified. 'Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation /specifications). Warranty: We Can Offer the Best Warranty in the Industry Because We Don't cut Corners on Quality Landscape Structures Inc. warrants that all Playstructures and /or equipment sold will conform in kind and quality to th a specifications set forth in the specifications manual for the products identified in the Acknowledgement of Order and will be free of d efects in manufacturing and material. As a further indication of our quality, Landscape Structures provides: ,K)-Year Limited Warranty for all aluminum posts, clamps, beams and caps, against structural failu re due to corrosion /natural deterioration or manufacturing defects. This warranty does not include any cosmetic issues orwear and tear from normal use. 15 -Year Limited Warranty for all plastic and steel components, including TufffimhersTN4, against structural failure due to corrosion /natural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. TenderTuffR- coating against structural failure due to natural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. Tuffl'urfR against material or manufacturing defects when properly installed. This warranty does not include any cosmetic issues orwear and tear from normal use. 3 -Year Limited Warranty for all other parts, ie: CableCorcTM Products, Swing seats and hangers; Track ride trolleys and bumpers; all rocking equipment, etc. against failure due to corrosion /natural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. The warranty stated above is valid only if the Playstructures and /or equipment are erected in conformance with Landscape Structures' installation instructions and maintained according to the maintenance procedures furnished by Landscape Structures Inc. For a fu II text of the warranty, contact your local sales representative. Paee 8 of 8 �� yy g a 82 M sill W z W �tl IN IN i s o G N -S e B ANN o° B � W M O d N N W H O d I 1 �WOi °�zz �aO NZZ VV11��S N�pW�2W o� N \ � 1 �nSON V' Jrr y p N N � N FV.N N N Z 1 U W O v i' p = N � o �O Z 12 �F e � 2_FaaZ • INaU O m\ I \ \ Y \ \ m \ \tRANW6 �S m = y i u�z a ��mmN !nNU p� 6 3 0 N W �d Y m v m t"j 2 m \ dW UU U 1ZJ \ \ x �a m w N Om � `p U Z N N WN QD yx FV ON lw lu N� (^V O U i u�z a ��mmN !nNU p� 6 3 0 N W �d Y m v m t"j 2 m \ dW UU U 1ZJ \ \ x �a m w N Om � `p U Z N N i 0� N O N O � � � U 0� o a � z 0 N tu U w �{ a va W0 �a UW �z N z 0 m m a q O C Q Material Specifications Quote: 15340A2 1/15/2003 General Specifications: Material: All materials shall be structurally sound and suitable for safe play. Durability shall be ensured on all steel parts by the use of time - tested coatings such as zinc plating, zinc - nickel plating, powdercoating, TenderTuff- coating, etc. Colors shall be specified. Fasteners: Priman' fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTi \T F 879 unless otherwise indicated (see specific product installation /specifications). All primary fasteners shall include a locking patch type material that will meet the minimum torque requirements of IFI -125. Minufactu rer to provide special tools for pinned hex fasteners. TenderTuffCoating: All metal com ponents to be TenderTuff - coated shall be thoroughly cleaned in a hot phosphatizing pressure washer, then primed with a clear acrylic thermosetting solution. Primed parts shall be preheated prior to dipping in UN. stabilized, liquid poly vinyl chloride, then salt cu red at approximately 400 d egrees- The finished coating shall be approximately.080" +/ -.020° thick at an 85 d urometer hardness and have a matte finish. Four standard colors are available. Polyester Powdercoating: All metal components to be powderconted shall be free of excess weld and spatter. Parts shall be thoroughly cleaned in a 6 -Sta-e Pretreatment system with a hot phosphatizing bath and a non - chrome seal for corros ion resistance, then thoroughly dried. Powdercoating shall be electrostatically applied and oven cured at 350 degrees - Average thickness: .004". Super Du rable TG IC polyester powder shall be specially formulated for optimum UN. stability and glossiness and shall meet or exceed ASTM Standards for: Adhesion (D- 3359B) Hardness (D -3363) Impact (D -2793) Salt Spray resistance (B -117) Paint Line shall employ a "checkered" adhesion test daily. Fifteen standard colors are available. Decks: All Tenderdecks shall be of modular design and have 5116" diameter holes on the standing surface. There shall be (4) slots in each face to accommodate face mounting of components. Tenderdecks shall be manufactured from a single piece of low carbon 12 GA (.105") sheet steel conforming to ASTIFT specification A -569. The sheet shall be perforated then flanged formed and reinforced as necessan' to ensure structural integrity. The unit shall then be TenderTuff - coated brown only. Tenderdecks shall be designed so that all sides are flush with the outside edge of the supporting posts. pole I of I'_ Rotationally Molded Poly Parts: These parts shall be molded using prime cmnpomtd ed linearlow- density polyethylene with a tensile strength of 2500 psi per AS TM D638 and with color and UV-stabilizing additives. Will thickness varies byproduct from .187" (3/16') to .312" (5/16'). Four standard colors are available. Permalene Parts: These parts shall be manufactured from 3/4" thick Iii.-Ii-density polyethylene that has been specially formulated for optimum U.Y. stability and color retention. Products shall meet or exceed density of.933 G /cc per ASTM D1505, tensile strength of 2400 PSI per ASTM D638. Five standard solid colors are available. Some Permalene parts are available in a two-color product with (2) .070" thick exterior layers over a .610" interior core of a contrasting color. Eight standard two -color options are available. Footings: Unless otherwise specified, the bury on all footings shall be 34" below Finished Grade (FG) on all in- ground play events /posts. Other types of anchoring are available upon request. Posts: Post length shall vary depending upon the intended use and shall be a minimum of 42" above the deck height. All posts shall be powdercoated to specified color. All p osts shall have a "fin ished grade marker" positioned on the post identifying the 34" bury line required for correct installation and the top of the loose fill protective s urfacing. Top caps for posts shall be aluminum die cast from 369.1 alloy and powdercoated to match the post color. All caps shall be factory installed and secured in place with (3) self sealing rivets. A molded low - density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the post to increase the footing area. Aluminum Posts: All aluminum PlayBooster posts are manufactured from 6005 -T5 extruded tubing conforming to ASTM B- 221. Posts shall have a 5" outside diameter with a .125' wall thickness. Aluminum Post Mechanical Properties: Yield Strength (min): 35,000 PSI Tensile Strength (min): 38,000 PSI % Elongation in 2 inches: 10 Modulus of Elasticity: 10 x 106 PSI Clamps: All clamps, unless otherwise noted, shall be die cast using a 369.1 aluminum alloy and have the following mechanical properties: Ultimate Tensile: 47,000 PSI Yield Strength: 28,000 PSI Elongation: 7% in 2 inches Shear Strength: 29,000PSI Endurance Limit: 20,000 PSI Each functional clamp assembly shall have an appropriate n umber of half clamps and shall be fastened to mating parts with (2) 3/8" x 1 1/8" hex -pin cap screws (SST) and (2) stainless steel (SST) recessed "T" nuts. A 1/4" aluminum drive rivet w/s tainless steel pin is used to insure a secure fit to the post. PlayBooster cla mps have three functional applications and shall be named as follows: Pale 2 of I? 1.) Offset banger clamp assembly. 2.) Deck hanger clam p assembly. 3.) Hanger clamp assembly. 111404A - Posts For Decks 148'/72' Deck Post: See PlayBooster (PB) General Specifications. 1114048 - Posts For Decks 140'/64" Deck Post: See PlayBooster (PB) General Specifications. .111404C - Posts For Decks 132'/50' Deck Post: See PlayBooster (PB) General Specifications. 111406C - Arches Arch For 32" - 40" Deck Arch Posts: See PlayBooster (PB) General Specifications. 111406A - Arches Arch For 64 " -72" Deck Arch Posts: See PlayBooster (PB) General Specifications. 111256A - Arch Roof, (Order Arches Separa tell) Roof: Weldment comprised of 16 GA (.060 ") CRS sheet and 1 1/8" O.D. s tee] tube edging. Finish: Powdercoat, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product iusLillation /specifications). 136905B - Transfer Modules, Brown Deck Only To 40" Deck, Curved, Right or Left Step ch. Flange formed from 12 GA (.105 ") sheet steel con forming to ASTM A569. Standing surface is perforated with 5/16" diameter holes and measures 29" per (2) sides. Finish: TenderT uff, brown in color. Pa "c; of I_ R. ilings: Weldment comprised of formed 1 1/8" O.D. x 11 GA (A 20 ") steel tubing with 203 or 303 stainless steel 5/8" threaded inserts. Finish: TenderTuff, color s pecified. �; titep Sections /Top Step Section: Formed from 12 GA (.105 ") sheet steel conforming to ASTM A569. Standing surface is 24 3/8" wide x 14" deep and is perforated with 5/16" diameter holes. Finish: TenderTuff, brown in color. -Deck Support: Weldment comprised of 1/2" O.D. RS -20 (.125 ") galvanized steel tubing and 3/8" O.D. x 5" long CRS rod. Finish: Powdercoat, brown in color. Spacer: Made from 6061 -T6 aluminum 1 1/8" O.D. x 5/8 ". Finish: Powdercoat, color specified. lnfill Panel: Solid color permalene panel measures 6" wide x 37" high, color s pecified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F879 unless otherwise indicated (see specific product installation/specifications). :Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. 121948A - Kick Plate 8" Rise Hick Plate: Fabricated from 11 GA (.12 011) HR flat s feel. Finish: TenderTuff, brown in color. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F879 unless otherwise indicated (seespecific product installation /specifications). �121949A - Kick Plate 8" Rise, 90* Tri -Deck r Kick Plate: Fabricated from 11 GA (.12 011) HR flat s feel. Finish: TenderTuff, brown i n color. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F879 unless otherwise indicated (see specific product installation /specifications). 111228A - Square Tenderdeck, Brown Only Square Deck: Flange formed from 12 GA (.105 ") sheet steel conforming to ASTM A569. Standing surface is perforated with 5/16" diameter holes. Deck face has (4) slotted holes for face mounting components. The finished size measures 2 5/8" x 47" x 47 ". Finish: TenderTuff, brown in color. �ck Hanger Clamp Assembly: Cast aluminum. Finish. Powdercoat, color specified. Page 4 of 12 3 I Fasteners: Primary fasteners shall be socketed and pin ncd tamperproof in design, stainless steel (SST) per ASTti9 F 879 unless otherwise indicated (see specific product installation /specifications). 122197A - 90* Tri -Deck Trningu far Deck: Flange formed from 12 CA (.105') sheet steel conforming to AST:M A569. Standing surface is perforated with 5/16" diameter holes. Deck face has (4) slotted holes for face mounting components. The finished size measures 2 5/8" x 373/4". Finish: TcnderTuff, brown in color. Deck Hinge r Cli mp Assembly: Cast aluminum. Fin ish: Powdercoit, color specified. Fasteners: Primary fasteners shill besocketcd and pinned tamperproof in design, stainless steel (SST) per ASTNI F879 unless otherwise indicated (see specific product instillation / specifications). 115236A - Bill Mize Panel (2 -Color Perm Ilene) ermilene Pine]: Two color pine) measures 35 5/8" wide z 41" high, color specified. Cover: Mide from .177" th ick z 18 5/16" d is meter clear po]ycirbonate. Bill: 1/2" in din meter, SST. Angled Pine] Bracket: Weldment comprised of.190" thick 5052 aluminum formed inglc with (2) 6061 -T6 aluminum threaded tubes 1 1/8" O.D. z 1 1/2" long. Finish: Powdercoit, color specified. SpicerTube: Mide from 6061 -T6 aluminum 7/8" O.D. z 1 11/16 ". Finish: Pow -dercoat, color specified. Fasteners: Primary fasteners shill be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F879 unless othenwise indicated (see specific product installation /specifications). Offset Hinger Clamp Assembly: Cast aluminum. Finish: Powdercoit, color specified. 115223A - BubblePinel Permilene Pine): Solid color panel measures 35 5/8" wide x 41" high, color specific-A. Bubble: Vicuum formed .230" x 26 3/8" diimcter clear polycarbonite. Nylon Spicer: 3/8" I.D. nylon wisher. igled Panel Bracket: Weldment comprised of.190" thick 5052 aluminum formed angle with (2) 6061 -T6 aluminum threaded tubes 1 1/8" O.D. x 1 1/2" long. Finish: Powdercoit, color specified. Pagc 5 of 12 :t . Spacer Tube: .. ` Fas ten a rs: Made from 6061 -T6 aluminum 7/8" O.D. x 1 11/16 ". Finish: Pon des-coat, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per AST11'I F 879 unless otherwise indicated (see specific product installation /specifications). .'." Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat. color specified. 115243A - Chimes Panel "Permalene Panel: Chimes. ^. Angled Panel Bracket: Spacer Tube: Fasteners: Solid color panel measures 35 5/8" wide x 41" high, color specified. Fabricated from 6063 -T832 aluminum. Finish: Anodized per Mil - A - 8625 type 2, class 1. Weldment comprised of.190" thick 5052 aluminum formed angle with (2) 6061 -T6 aluminum threaded tubes 1 1/8" O.D. x 1 1/2" long. Finish: Powdercoat, color specified. Made from 6061 -T6 aluminum 7/8" O.D. x 1 11/16 ". Finish: Powdercoat, colorspecified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation /specifications). Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. PlayShaper :Category: 122033A - SovroSlides72" Deck Slide, Hood & Barriers Entrance Deck: - Center Colons n: 'Barrier Plates Exit Support: an dbar: Rotation ally molded from U.V. stabilized linear tow- density polyethylene, color specified Flange formed from 12 GA (.105') sheet steel con forming to ASTM A569. Standing surface is perforated with 5/16" diameter holes and measures 32 1/4" wide x 36 27/32' long. Finish: TenderTuff, brown in color. Fabricated from 3.500" O.D. RS -20 (.120" - .130 ") galvanized steel tubing. Finish: Powdercoat, color specified. Fabricated from 1/4" x 1 1/2" zinc plated HR flat steel. Finish: Powdercoat, color specified. Weldment comprised of 2.375' O.D. RS -20 (.095' - .105') galvanized steel tubing and 1/4" x 3" x 113/4" mounting plate. Finish: Powdercoat, color specified. Formed from 7/8" O.D. x 11 GA (.120 ") black steel tubing. Finish: TenderTuff, Brown in color. Nee 6 of 12 Rail: 1 1/8" O.D. 6061- T6aluminum extrusion with 5116' wal Is. Finish: Pow derco at, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per AS TM F879 unless otherwise indicated (see specific product installation /specifications). Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. 130390A - Double Polv Slides Doable Swoosh Slide, 64" - 72" Deck Slide: Rotationally molded from UN. stabilized linear low density polycthylenc, color specified. hood: Rotationall) molded from U.v. stabilized linear low density polyethylene, color specified. Rail: Extruded from 1.125' O.D. x.312" W. 6061 -T6 aluminum. Finish: Powdercoat, color specified. Rail Spacer: Fabricated from 1.3125' O.D. x 16 GA (.065') steel tubing. Finish: Powdercoat, color specified. Support: Weldment comprised of 2.375" O.D. RS -20 (.095' - .105') galvanized steel tubing and IW, x 3" mounting plate. Finish: Powdercoat, colors pecified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design. stainless steel (SST) per AS TNI F 879 unless otherwise indicated (see specific product in stallatiot /specifica(ions). Offset Hanger Clam p Assembly-. Cast aluntinum. Finish: Powdcreoat.color specified. 114665A - Arch Bridgc. 42 °. Permalcnc Barrier Arch Bridge: Fabricated from 12 GA (.105') sheet steel conforming to ASTNI A569. Standing surface is perforated with 5/16" diameterholes. Finish: TenderTuff, brown in color. Onset Hanger Clamp Assembly: Castaluminum. Finish: Powdercoat, color specified. 123537A - Corkscrew 32 " -40" Deck Corkscrew: Weldment comprised of 1.900" O.D. RS -20 (.090" - .100 ") galvanized steel tubing. and 1.315' O.D. RS -20 (.080" - .090 ") galvanized steel tubing. Finish: Powdercoat. color specified. firmed Overhead Rail: Formed from 1.315" O.D. RS -20 (.080" - .090 ") galvanized steel tubing. Finish: Powdercoat. color specified. Pase 7 of I ' flandhold Panel: Solid color permalene with 314" x 1 1/8" handholds. color specified �. Spacer Tube: Made from 6061 -T6 aluminum 7/8" O.D. s 1 .t U16 ". Finish: Pow dercoa[, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTAI F 879 unless otherwise indicated (see specific product installation /specifications). �'� '• Offset Han ger Clam p Asse mbiy. Cast aluminum. Finish: Powdercoat, colors eci fled. *.`. .�., 128608A - Summit Climber 64" and 72" Decks v Summit Climber: Rotitionally molded from UN. stabilized linear low density polyethylene, color specified. >I. flandhold Panel: Solid color permalene with 3/4" x 1 1/8" handholds, color specified. 'Spacer Tube: Alade from 6061 -T6 aluminum 7/8" O.D. x I I V16". Finish: Powdercoat, color specified. ?- Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation /specifications). Support Plate: Fabricated from 7 GA (.179 ") HRPO flat steel. Finish: Powdercoat, brown in color. Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. .- 116247G - Permalene Panel Vertical Ladders, Deck To Deck Or Deck To Ground 72" Deck To Ground Onh: ffandholdPanel(Vertical Ladder: Solid color permalene, color specified. "Spacer Tube: Made from 6061 -T6 aluminum 718" O.D. x 1 I1116 ". Finish: Powdercoat, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product instaliationispecificatious). - Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powd ercoat, color specified. 116247C - Permalene Panel Vertical Ladders,DeckTo Deck Or Deck To Ground 40" Deck Difference ..Handhold Panel(Verticat Ladder: Solid color permalene, colorspecified. Spacer Tube: Made from 6061 -T6 aluminum 7/8" O.D. x 1 11/16 ". Finish: Powdercoat, color specified. ateners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTAl F879 unless otherwise indicated (see specific product installation /specifications). Pane 8 of 12 Offset Hanger Clam p Assembly: Cast aluminum. Finish: Powdercoat, color specified. 138505A - Deck Link I -Step. w/Randrail Upper lnfiil Panel: Solid color permalene panel measures 6" n ide x 37" high, colors pecified_ Lower Infill Panel: Solid color permalene panel measures 6" wide x 41" high, color specified. Step Section: Formed from 12 GA (.105") sheet steel conforming to AST-M A569. Standing surface is 24 114" wide x 14" deep and is perforated with 5116" diameter holes. Finish: TenderTuff. brown in color. Handrail: \Yeldment comprised of 1 1/8" O.D. x 11 GA (.120 ") steel tubing and 1/8" HR flat steel. Finish: TeuderTuff, color specified. Spacer Tube: 'Made from 6061 -T6 aluminum 718" O.D.x 1 11/16 ". Finish: Powdercoat, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTNI F 879 unless otherwise indicated (see specific product installations pec ifs cations). Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat. color specified. 123393C - Fircnolc 64" - 72" Dcck Firepole: Formed from 1.900" O.D. (.090" - .100 ") galvanized steel tubing. Finish: Pow dercont, color specified. . Formed Overhead Rail: Formed from 1315" O.D. RS -20 (.080" - .090 ") galvanized steel to bing. Finish: Powd ercoat> color specified. Handhold Panel: Solid color permalene with 314" x 1 118" handholds, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (.1ST) per AST-NJ F 879 unless otherwise indicated (see specific product installation fspecifications). Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. 1299696 - Cab leCoreCli robing CableChimnev Climber. 72" Deck Chimney Deck Bracket: Weldment comprised of 114" x 2" x 15" steel plate. Finish: Powdercoat. color specified. andhold Panel: Solid color permalene, color specified. .. flub /Cover: Footer. :30" Cable: .Spacer Tube: :Fasteners: Made from 3/16" 7 -19 galvanized aircraft cable. Coated with UV. stabilized polyurethane elastomer measuring 1" in diameter, red in color. Formed from 12GA(.105 ") HRPOloivcarbon sheet steel. Finish: Powdercoat,color specified. Fabricated from 1315" O.D. RS-20 (.080" - .090 ") galvanizcd steel tubing. Finish: Powdercoat, red in color. Made from 3/16" 7 -19 galvanized aircraft cable. Coated with UN. s tabiiized polyvinyl chloride (PVC), red in color. Made from 6061- T6aluminum WS" O.D. x 1 11116 ". Finish: Powdercoat, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTitf F 879 unless otherwise indicated (see specific product installationspecifications). Chimney Climber Support: Weldment comprised of 2.375" O.D. RS -40 (.130" - .140 ") galvanized steel tubing, 1.315" O.D. RS-20(.080" - .090 ") galvanized steel tubing, 1/4" x 3" and 1/4"x 1 3/4" wide steel clamps. Finish: Powdercoat, color specified. c Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powd ercoat, color specified 100050A - Arch Belt Swings Arch Belt Swine.2- Place. TenderTuff- coated Chain Arch Posts: Swing Beam: . Chain: Chain: ''i Belt Seat: 'Hanger Clamp Assemble Fasteners: See P1ayBooster (PB) General Specifications. Weldment comprised of tee clamps and 5" O.D. extruded 6005 -T5 aluminum alloy tube with a .125" W. Finish: Powdercoat, color specified. Steel 410 straight link chain, 670 lb. working load limit. Finish: TenderTuff, color specified. Steel 4/0 straight link chain, 670 lb. working load limit Finish: Hot galvan ized. Molded from UV stabilized black EPD11 rubber encapsulating a weldment comprised of a 22 GA (.029 ") spring stainless steel sheet and (4) .105 thick stainless steel washers. The belt seat elliptical shape measures 7" wide x 26" long x .700" thick. Cast aluminum. Finish. Powdercoat, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTNI F 879 unless otherwise indicated (see specific product installation /specifications). '1579A - Arch Belt Swings Additional 2-Place Bay. TenderTuf - coated Chain Arch Posts: See PlayBooster (PB) General Specifications. Pate 10 of t2 Swing Beam: Chain: Belt Seat: Hanger Clamp Assembly: Fasteners: Weldment comprised of tee clamps and 5" O.D. extruded 600-T5 aluminum alloy tube with a .125^ W. Finish: Powdercoat, color specified. Steel 410 straight link chain. 670 lb. working load limit. Finish: TenderTuff, colors pecilicd. Molded from GNP s tabilized black EPDJl rubber encapsulating a weldment comprised of a 22 GA (_029 ") spring stainless steel sheet and (1).105 thick stainless steel washers. The belt seat elliptical shape measures 7" wide x 26" long x .700" thick. Cast aluminum. Finish: Powdercoat. color specified. Primary fasteners shall be socketed and pinned tamperproof in design. stainless steel (SST) per ASTM F 879 unless oth ern ise indicated (see specific product ins tallatiun /specifications). 100055A- Full Bucket Seat, Order ChainSepantely Full Bucket Seat: Made of UN. stabilized high - quality black rubber encapsulating a 24 GA (.024 ") stainless steel reinforcement plate. Handles cast from 356 -T6 aluminum alloy with a 60 durometer black neoprene grip placed over handles. Handles attach to seat a-ith (3) 1/4" x 1 5/16" long stainless steel rivets. The full bucket measures 9" deep x 10 12" wide. Warrant: We Can Offer the Best Warranty in the Industry Because We Don't cut Corners on Qualitx. Landscape Structures Inc. warrants that all Plaistruc Iores and /orequipment sold Nvill conform is kind aad quality to thespecificati on s set forth in the specifications manual for the products identified is the Acknowledgement of Order and n'ill be free of defects in manufacturing and material. Asa furthcrindication of our quality. Landscape Structures provides: 100 -Year Limited Warranty for all ala minum posts, clamps, beams and caps. against structural faiiu re due to corrosion /natural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. 15 -Year Limited Warran ty forall plastic and steel components, including TuffSimbersT..M, against structural failure due to corrosion /natural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. Tend erTuffR- coating against structural failure due to natural deterioration or manufacturing defects. This warrants does not include any cosmetic issues or wear and tear from normal use. TufFTurfR against material or manufacturing defects when properly installed. This warrant does not include any cosmetic issues or wear and tear from normal use. pauc I 1 of 12 `3rl'ear Limited Warranty for all other parts, ie. Cab leCoreTNI Products, Swing seats and hangers; Track ride trotters and bumpers; all rockingequipment, etc. against failure due to corrosionfnatura l deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. The warranty stated above is valid only if the Plays tructures andtor equipment are erected in conformance with Landscape Structures' installation instructions and maintained according to the maintenance procedures furnished by Landscape Structures Inc. For a full text of the warranty,con tact you rloca i sales representative. r - PaLe 12 of 12 SUBMITTAL FOR COMMUNITY YOUTH CENTER NEWPORT BEACH I'm LANDSCAPE STRUCTURES AND COAST RECREATION j 1 PLAYSHAPER PLAYSTRUCTURE #16288 -1 TODDLER SWING #1179626 4C RECTW ON INC. 2082 S.E. Bristol. #203 Newport Beach, CA 92660 Ph 949/553 -8065; Fax 949/553 -8067 PROPOSAL QUOTE TO: City of Newport Beach Date: 1/17/03 ATTN: Andrea McGuire F.O.B.: Destination FREIGHT: Prepaid LEAD TIME:6 Weeks QUOTE GOOD UNTIL:12 /03 JOB NAME: Community Youth Center TERMS(UPON CREDIT CITY: Newport Beach, CA APPROVAL):Net 30 Days FAX #:644 -3155 *LEAD TIME INDICATES MFG. TIME PHONE #: 644 -3161 TRANSIT TIME IS ADDITIONAL WE ARE PLEASED TO SUBMIT THIS QUOTE TO SUPPLY THE FOLLOWING ITEMS: LANDSCAPE STRUCTURES ITEMS: 1 - #16288 -1 PlayShaper playstructure $ 9.180.00 1 - #117962B Toddler swing $ 790.00 Materials: Less discount Materials: Tax @7.75% Freight: Delvd Total: $ 9.970.00 <$ 997.00> $ 8.973.00 $ 695.41 $ 585.00 $10.253.41 NOTE: Please check quantities and make sure they match your take off. Customer is responsible for unloading truck & verifying quantities shipped. -SIGNATURE BELOW ACCEPTING THIS PROPOSAL AND THE TERMS SET FORTH, WILL CONSTITUTE A PURCHASE ORDER: NAME: QUOTE PREPARED BY: Tim Hodges DATE: SHIP TO: V• r all Pill eug JY2 411 Iwo Q ¢ 1, "• m 11..11 it RF AA �O? O hl R i II :1:: pop �o MW k'ow� "+ fill �i Q 60C U9 . �€ �E t 0 J Y W U Q) Q W J . W d N O \ O (W/7 O CD X-D m W L, . -J = m _ (If Q' � Of ci N W S M C) �Z D N J W U - W O W N = ¢ W� c0U d � W •-- m •-- Z ¢ W m W ~ n w J d' ZW " d • C1.1 CD tL' W ' t� ¢ J W LLB F- ~ O. Vl Z r7 o.0 Zp W 1D D 1 __j p W _ D] U Nr Wes~ w J d' ZW " d m CD rA MODU O . LO 0 n O]�� JO .-- J 0 �w C1.1 CD tL' W ' t� ¢ J W LLB F- ~ O. Vl Z r7 o.0 Zp W 1D D 1 __j p W _ D] • :r r: ..�� .,.,. Ift IL IL IL ZO • �1 i I ' • , C'^ VI b� I _ 1 Material Specifications Quote: 16288 -.1 1/15/2003 General Specifications: Material: All in aterials shall be structurally sound and suitable forsafe play. Durability shall be ensured on all steel parts by the use of time - tested coatings such as zinc plating, zinc - nickel plating, powdcrcoating, TcndcrTuff- coating, etc. Colors shall be specified. Fasteners: Primary fasteners sliall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (sec specific product installation /specifics tion s). All primary fasteners shall include a locking patch type material that will meet the minimum torque requirements of 1F1 -125. Manufacturer to provide special tools for pinned hex fasteners. TcndcrTuff- Coating: All metal com poncnts to be TendcrTuff- coated shall be thoroughly cleaned in a hot phosphatizing pressure washer, then primed with a clear acrylic thermosetting solution. Primed parts shall be preheated prior to clipping in U.V. stabilized, liquid poly vinyl chloride, then salt cured at approximately 400 d cgrccs. The finished coating shall be approximately .080" +/- .020" thick at an 85 d uromctcr hardness and have a matte finish. Fourstandard colors arc available. Polyester Powdcrcoating: All metal components to be powdcrcoatcd shall be free of excess weld and spatter. Parts shall be thoroughly cleaned in a 6 Stagc Pretreatment system with a hot phosphatizing bath and a non - chrome seal forcorrosion resistance, then thoroughly dried. Powdcrcoating shall be electrostatically applied and oven cured at 350 degrees. Average th ickncss:.004 ". Super Durable TGIC polyester powder shall bcspccially formulated for optimum U.V. stability and glossiness and shall meet or exceed ASTNI Standards for: Adhesion (D- 33596) Hardness (D -3363) Impact (D -2794) Salt Spray resistance (13 -11 7) Paint Lincshall employ a "checkered" adhesion test daily. Fifteen standard colors arc available. Dccks: All Tcndcrdccks shall be of modular design and have 5/16" diameter holes on the standing surface. There shall be (4) slots in each face to accommodate face mounting of components. Tcndcrdccks shall be manufactured from a single piece of low carbon 12 CA (.105 ") sheet steel conforming to ASTD1 specification A -569. The sheet shall be perforated then flanged formed and reinforced as necessary to ensure structural integrity. The unit shall then be'rcndcrTuff- coated brown only. 7'cndcrdecl.s shall be designed so that all sides arc flush with the outside edge of the supporting posts. Paec I of 7 Rotationally Molded Poly Parts: These parts shall be molded using prime compounded linear low- density polyethylene with a tensile strength of 2500 psi per ASTM D638 and with color and UV- stabilizing additives. Wall thickness varies by product from .187" (3116 ") to .312" (5/16 "). Fonrstandard colors are available. t. Permalene Parts: These parts shall be manufactured fi'om 3/4" th iclt high - density polyethylene that has been specially formulated for optimum U.V. stability and color retention. Products shall meet or exceed density of.933 G /cc per ,ASTM DI505, tensile strength of 2400 PSI per ASTM D638. Five standard solid colors are available. Some Permalene parts are available in a two -color product with (2) .070" th ick exterior layers over a .610" interior core of a contrasting color. Eight standard two -color options are available. Footings: Unless other% ise specified, the bury on all footings shall be 34" below Finished Grade (FG) on all in- ground play events /posts. Other types of anchoring are available upon req uest. (PS) General Specifications: Posts: 2 3/8" square aluminum posts shall have a minimum wall thickness of.125" and be extruded of 6061 -T6 aluminum alloy and have rounded corners and ribbed faces for maximum safety -A cast aluminum top cap shall be installed at the factory with stainless steel knurled spacers and aluminum drive rivets. Flanges for panels and deck supports shall be extruded of 6061 -T6 aluminum alloy and slide into slots extruded in posts. Flanges & deck supports shall be attached in the factory with stainless steel knurled spacers and aluminum drive rivets. All direct b ury posts shall have a "finished grade marker" positioned on the post identifying the 34" bury line and the top of the required surfacing. A molded low- density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the post to increase the footing area. Posts shall have a post number sticker for installation purposes. All surface mount posts shall be continuously welded to a 1/4" x 6" square 6061 - T6 aluminum surface mount plate and allow for 2" of protective surfacing. Posts shall be powdercoated to a specified color. Aluminum Post Mechanical Properties: Yield Strength (min): 35,000 PSI Tensile Strength (min): 38,000 PSI % Elongation in 2 inches: 10 Mod ulas of Elasticity: 10 x 106 PSI 111397C - Posts For Decks 106 " /40" Deck /SlideWinder Off 32" Deck Post: See PlayShaper (PS) General Specifications. 1.113968 - Posts For Roofs 137'/48" Deck Post- See PlayShaper (PS) General Specifications. Pac 2 of 7 134973E - Transfer Module. Brown Deck OnlyTo40" Deck.Curved, Left or Right Step Deck: Flange formed from 12 GA (.105 ") sheet steel conforming to ASTDI A569. Staud in surface is perforated with 5/16" diameter holes and measures 29" per (2) sides. Finish: TenderTuff. brown in color. Railings: Weldment comprised of formed 1 1/8" O.D. x 11 GA (.120 ") steel tubing with 203 or 303 stainless steel threaded inserts. Finish: TenderTuff. color specified. Infill Panel: Solid color panel measures 7 5/8" wide x 30" high, color speei fi ed. Step Sections /Top Step Section: Formed from 12 GA (.105 ") sheet steel conforming to ASTDI A569. Standing surface is 24 3/8" wide z 14" deep and is perforated with 5/16" diameter holes. Finish: TenderTuff. brown in color. Deck Support: Weldment comprised of 3 1/2" O.D. RS -20 (.125') galvanized steel tubing and 318" O.D. 5" long CRS rod. Finish: Powdcrcoat, brown in color. Fasteners: Primary fasteners shill be socketed and pinned tamperproof in design. stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation /specifications). 121948A - Kick Plate 8" Rise Kick Plate: Fabricated from 11 GA (.12 0 ") HR flat s teel. Finish: TenderTuff. brown in color. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless othenvise indicated (see specific product installation /specifications). 111237A - Square Tenderdeck, Brown Only Square Deck: Flange formed from 12 GA (.105') sheet steel con forming to ASTDI A569. Standing surface is perforated with 5/16" diameter It oles. Deck face has (4) slotted holes for face mounting components. The finished size measures 2 5/8" x 44 3/8" x 44 3/8 ". Fin ish: TenderTuff, brown in color. Fasteners: Primary fasteners shill be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F879 unless otherwise indicated (see specific product installation /specifications). 118110A - Square Poly Roof w /Logo Panels* Poly Roof: Rotationally molded from LIN. stabilized linear low density pulyethylene. color specifed. _of Logo: Two color roof logo measures 41" wide x 5 1/8" It igh, color specified. Pace I of ? Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation /specifications). Roof Sleeve: Cast from 319 almag. Finish: Powdercoat, color specified. 116120A - Learnine Wall Comoonents Bench w/Panels (I Pair J .:. Rench: Flange formed from 12 GA (.105 ") sheet steel conforming to ASTM A569. Seating surface is perforated with 5/16" diameter boles. Finish: TenderTuff, brown in color. Permalene Panel: Solid color, colors pecified. r� Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product inst:dlation /specifications) t'. c1-1.11284A - Hole Panel {: ermalene Panel: Solid color panel measures 39 I/2" wide x 303 /4 "high, color specified. "7 Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation /specifications). '- 111299A - House Panel (2 -Color Permalene) "Permalene Panel: Two color panel measures 39 1/2" wide x 30 3/4" h igh, color specified. °fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation /specifications). ,-.,119515A - Pilot Panel, (2 -Color Permalene . Permalene Panel: Two color panel measures 39 1/2" wide x 303/4" h igh, color specified. .. Wheel: 12" diameter cast 319.1 aluminum alloy. Shaft -303 stainless steel. Finish: TenderTuff. color specified. Wheel Bracket: Weldment comprised of formed 3/16" plate and 5/8" O.D. shaft. Fin isle Powdercoat, colm- specified. Bering Wheel Cap: Aluminum alloy 6061 -T6. Finish: Powdercoat, white in color. Pace 4 of 7 IN Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTDT F 879 unless otherwise indicated (sec specific product installation /specifications). 113211A - Chimes Panel Permalene Panel: Solid color panel measures 39 1/2" wide x 30 3/4" high, colorspecified. Chimes: Fabricated from 6063 -T832 aluminum. Finish: Anodized per Mil -A - 8625 type 2, class 1. Fasten crs: Primary fasten crs shall be socketed and pin ncd to mperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (sec specific product installation /specifications). II1292A - Table Pan el, Groond Level Oniv Permalene Panel: Solid color panel measures 391/2 " wide x 303/4" high, color specified. ble Pan el: Solid color p an el measures 19 1/2" wide x 34 3/4" Ion g, color specified. Support Leg: Wcldmcnt comprised of 2.375" O.D. RS -20 (.095" - .105 ") galvanized steel to bing and 1/4" x 2 1/2" x 9" flat p late. Fin ish: Powdcrcoat, color specified. Frame: Wcldmcnt comprised of 3/16" x 2" x 1 1/4" ARS angle and 3/16" x 2" flat steel bar. Finish: Powdcrcoat, color matched to posts. Fasteners: Primary fasteners shall besocketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (sec specific product installation /specifications). 132117C - Slidewinder248" Deck Slide Seefions: Rotation ally molded from U.V. stabilized linear low density poly ethylene, color specified. Rail: 1 1/8" O.D. 6061 -T6 aluminum extrusion with 5/16" walls. Finish: Powdcrcoat, color specified. Offset Bolt Bracket: Cast from 535 almag. Finish: Powdcrcoat, color specified. Mid - Support: NVeldment comprised of 1.900" O.D. RS -20 (.090" - .100 ") galvanized steel tubing and 3/16" x 1 1/4" zinc plated steel strap. Finish: Powdercoat, color specified. Support Base (SA4): Wcldmcnt comprised of 1.660" O.D. RS -20 (.085 - .095') galvanized steel to bin-, and 1/4" x 3" x 8" mounting plate. Finish: Powdcrcoat, color specified. —Xit Footer: Wcldmcnt comprised of 2.375' O.D. RS -20 (.095" - .105') galvanized steel to bing and 1/4" x 3" x 7 1/2" mounting plate. Finish: Powdcrcoat, color specified. Pa_e 5 of 7 Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation /specifications). 132023A - Cozy Cli mbers, Brown Planks Only 32" - 40" Deck 111364A - Loop Ladder, 40" Or 48" Deck Loop Ladder: Weldment comprised of 1.125" O.D. x II CA (.120 ") black steel tubing. Finish: TenderTuff, color specified. Ilandhold Panel: Solid color permalene with 3/4" x 11/8" handholds, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation /specifications). 117962B - Toddler Swings Toddler Swine, w/ (2) Full- Bucket Seats Post: See PlayBooster (PB) General Specifications. Swing Beam: Weldment comprised of 3.500" O.D. RS -20 (.12011- .130") galvanized steel tubing, 6" wide zinc plated steel cla rap, 3.500" pipe cap, and 11/4" housings with bronze bushings. Finish: Powdercoat, color specified. Chain Spacer: Made from white nylon measuring .080" x .785" O.D Chain: Steel 4/0 straight link chain, 670 lb. working load limit. finish: Hot galvan ized. Full Bucket Seat: Made of U.V. stabilized high - quality black rubber encapsulating a 24 CA (.024 ") stainless steel reinforcement plate. Handles cast from 356 -T6 aluminum alloy with a 60 durometer black neoprene grip placed over handles. Handles attach to seat with (3) 1/4" x 1 5/16" long stainless steel rivets. The full bucket measures 9" deep x 10 1/2" wide. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation /specifications). Warranty: We Can Offer th a Best Warranty in the Industry Because We Don't cut Corners on Quality Landscape Structures Inc. warrants that all Playstructures and /or equipment sold will conform in kind and quality to th a specifications set forth in the specification s manual for the products identified in the Acknowledgement of Order and will be free of d efects in Page 6 of 7 manufacturing and material. Asa further indication of our quality, Landscape Structures p rovi des: 100 -Year Limited Warranty for all aluminum posts, clamps, bca ms an d caps, against structural failure due to corrosion /natural deterioration or manufacturing defects. This warran ty does not include any cosmetic issues or wear and tear from normal use. 15 -Year Limited Warranty for all plastic and steel components, including TuffTimbcrsTNI, against structural failure due to corrosion /natural deterioration or manufacturing defects. This warranty does not include any cosmetic issues orii car and tear from normal use. TcndcrTuffR- coating against structural failure due to natural deterioration or manufacturing defects. This warrant). does not include any cosmetic issues orwcar and War from normal use. TuffTurfR against material or manufacturing defects when properly installed. This warranty does not include any cosmetic issues or"car and tear from normal use. o -Year Limited Warranty for all other parts, ic: Cab1cCorcTA1 Products, Swingscats and hangers; Track ride trolleys and bumpers; all rocking equipment, ctc. against failure due to corrosion /natural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. The warranty stated above is valid only if the Playstructures and /or equipment are erected in conformance with Landscape Structures' installation instructions and maintained according to the maintenance procedures furnished by Landscape Structures Inc. For a fu 11 teat of the warranty, contact your local sales representative. Pace 7 of SUBMITTAL FOR SAN MIGUEL PARK NEWPORT BEACH m LANDSCAPE STRUCTURES COAST RECREATION -"z 3 } ! 5l 1 R£CR£.4T/ON INC. 2082 S.E. Bristol, #204 Newport Beach, CA 92660 Ph 939/553 -8065; Fax 949/553.8067 PROPOSAL QUOTE TO: City of Newport Beach ATTN: Andrea McGuire JOB NAME:Son Miguel Park CITY: Newport Beach, CA Date:1 /17/03 F.O.B.: Destination FREIGHT: Prepaid LEAD TIME:6 Weeks QUOTE GOOD UNTIL: 12/03 TERMS (UPON CREDIT APPROVAL); Net 30 Days FAX #: 644 -3155 *LEAD TIME INDICATES MFG TIME PHONE #: 644 -3155 TRANSIT TIME IS ADDITIONAL WE ARE PLEASED TO SUBMIT THIS QUOTE TO SUPPLY THE FOLLOWING ITEMS: LANDSCAPE STRUCTURES ITEMS: 5 -12 YRS AREA: ' - #25328A -1 - #122837A 2 -5 YRS AREA: 1 - #25328B -1 1 - #123832B 1 - #123831A 1 - #117962B TODDLER AREA: 1 - #25328C -1 PlayBooster playstructure $20,908.00 591 post swing; uncoated chain $ 780.00 PlayShaper playstructure $ 7,903.00 SuperScoop; ADA $ 575.00 SuperScoop; d.b. $ 625.00 Toddler swing $ 875.00 PlayShaper playstructure $ 8,087.00 Materials: $39,753.00 Less discount: <$3,975.00> Materials: $35,778.00 Tax @7.75%: $ 2,772.80 Est freight: $ 1,800.00 Delvd Total: $40,350.80 NOTE: Please check quantities and make sure they match your take off. Customer is responsible for unloading truck & verifying quantities shipped. SIGNATURE BELOW ACCEPTING THIS PROPOSAL AND THE TERMS SET FORTH, WILL CONSTITUTE A PURCHASE ORDER: NAME: QUOTE PREPARED BY: DATE: 5 -12 YEARS AREA: PLAYBOOSTER PLAYSTRUCTURE #25328A-1 S&L POST SWING P4 zz � �. o��✓//� $ �g <w� H- I onnn on ZZnn 3 ��CC�pZ Z �gg�b m Y s� t / °a =8 /. _ _ _ tz �m�a u� yfnz.- i �. o��✓//� $ �g <w� H- I onnn on ZZnn 3 ��CC�pZ Z �gg�b m Y s� t CD i CD N O e .t co N6 -�a o� j f Z Li Z � � �Hm^ � 2 - 5 YEARS AREA: PLAYSHAPER PLAYSTRUCTURE #253286 -1 SUPERSCOOP ADA SUPERSCOOP TODDLER SWING ,"b �, o� b� s OE egg Ot'll e r--------- - - - --� I =jig L------------ �_ J 0 I tV zoo ZT: oo Omrn L. >? OLL (D I 0 I [O _I t7 m SAM Of & Of om Big 0000 oornm omm�� 8Z. -O NEB &� U dU U1Ji b p-------- - - - - -q ;A§ � . r � � � .� §/ )� _f # � dk �2 0 CD �% \\ 0 � G QD Lq$ / 2 +m)±$ 0 G )) \� �¥ k! 3Z k� ;%,;: 0 } \ \ \ \\\\ / \ \ ® ®» °J z ui /, \) -\\t % �U /=oo c +�? /\3§\ƒ\® \§L w A \ }W \;[)u o � � � .� §/ )� _f # � dk �2 0 CD �% \\ 0 � G QD Lq$ / 2 +m)±$ 0 G )) \� �¥ k! 3Z k� ;%,;: TODDLER AREA. E R PLAysTR4JCTUR PLAysHAPE #253280 _ 1 * §/} ® / � \)f )| ■ � � � . §U� m y§ | ) |§ | 1| § ) \ § § § ° IL \6 \\ wPMIR §`§b3ls� @§ ©t \: MEND E q9 !t\ �ƒ \ §2 & 4 \ a2 &\§ +� EA; J \z ;! «1 K2 ;\ « #!» ;«!2 §/§® / z ( LJ � o W O I N Q Z ~ n I U I w z � n N O m G° N w ro -J d� � w O) m = LLJ N rn rn = P�)ry �Q CD � Cf) C) O-i OHO I�mZ O Li] \ m� u r� E J O) �- W 6) Lil Z N � Q O LLJ (D ME 6) CT _ P7 C) Q 0 O O O U ry Q r') J J W m Z ME CO Z W M C n Q LL Y z U o N LLJ Lj M p mm �Q m� PROFESSIONAL SERVICES AGREEMENT FOR CHANNEL PARK PLAYGROUND DESIGN AND EQUIPMENT THIS AGREEMENT, entered into this day of 2003, by and between the City of Newport Beach , a Municipal Corporation (hereinafter referred to as "City "), and Pacific Design Concepts, whose address is P.O. Box 1909, Huntington Beach, California 92647, (hereinafter referred to as "Consultant'), 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 carry 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 implement the design and installation of new playground equipment at Channel Place Park further referred to as "Project". C. City desires to engage Consultant to design playground equipment for the three parks mentioned above upon the terms and conditions contained in this Agreement. D. The principal member for the Consultant for the purpose of Project is Maria Roman. E. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and -1- desires to contract with Consultant under the terms and conditions provided in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the _ day of , 2003, and shall terminate on the _ day of , 2003, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the duties set forth in the scope of services, attached hereto as Exhibit "A" and incorporated herein by reference. 3. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section as set forth in Exhibit "A" attached hereto and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without prior written approval of City. Consultant's compensation for all work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed the total contract price of twenty two thousand nine hundred twenty dollars and seventy five cents ($22,920,75). 3.1 Consultant shall maintain accounting records of its billings which includes the name of the employee, type of work performed, times and dates of all work which is billed on an hourly basis and all approved incidental expenses including reproductions, computer printing, postage and mileage. -2- 3.2 Consultant shall submit monthly progress invoices to City payable by City within thirty (30) days of receipt of invoice. 3.3 Consultant shall not receive any compensation for extra work without prior written authorization of City. Any authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibit "B ". 3.4 City shall reimburse Consultant only for those costs or expenses, which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 3.5 Notwithstanding any other paragraph or provision of this Agreement, beginning on the effective date of this Agreement, City may withhold payment of ten percent (10 %) of each approved payment as approved retention until all services under this Agreement have been substantially completed. 4. STANDARD OF CARE 4.1 All of the design services shall be performed by Consultant or Consultant's agent under the policies set forth in by the Consultant. For further clarification, the -3- definition of "services" shall be reference to the equipment design (structure design /CADD drawings, installation instructions, warranty statement and maintenance instructions, inclusive) and shall not be construed to assume responsibility or design of any aspects of landscape architecture design or contractor construction labor /design. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement and that it will perform all services in a manner commensurate with the community professional standards. All services will be performed by qualified and experienced personnel who are not employed by City nor have any contractual relationship with City. Consultant represents to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession for design of play equipment. Please note: building permits, contractor licenses, etc. fall outside the scope this Consultant agreement. If Consultant is performing inspection or construction management services for the City, the assigned staff shall be equipped with a Nextel Plus type cellular /direct connect unit to communicate with City Staff; however, consultant does not claim to have Nextel Service or phones, but is free to maintain any cellular service of choice. Direct Connect I.D. Number will be provided to City to be programmed into City Nextel units, and vice versa. Consultant further represents that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. 4.2 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, acts of God, failure of City to furnish timely information or to promptly approve or disapprove Consultant's work, delay or faulty performance by City, contractors, or governmental agencies, or any other delays beyond Consultant's control. KIM 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute Consultant or any of Consultant's employees or agents to be the agents or employees of City. Consultant shall have the responsibility for and control over the details and means of performing the work provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean that Consultant shall follow the desires of City only in the results of the services. 6. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies, which may have jurisdiction or interest in the work to be performed. City agrees to cooperate with Consultant on Project. 7. PROJECT MANAGER Consultant shall assign Project to a Project Manager, who shall coordinate all phases of Project in regard to the Consultant Services as defined in Section 4.1 (play equipment design, order of equipment, schedule shipping of equipment and inspection of installed equipment, inclusive.). This Project Manager shall be available to City at all reasonable times during term of Project. Consultant has designated Tim Hodges to be its -5- Project Manager. Consultant shall not bill any personnel to Project. Consultant shall not remove or reassign any personnel designated in this Section or assign any new or replacement person to Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants it will continuously furnish the necessary personnel to complete Project on a timely basis as contemplated by this Agreement. 8. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement and Consultant shall perform the services in accordance with the schedule specified below. The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City and assessment of damages against Consultant for delay. Notwithstanding the foregoing, Consultant shall not be responsible for delays, which are due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 8.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition, which purportedly causes a delay, but not later than the date upon which performance is due. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays, which are beyond '.a Consultant's control. 8.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances by telephone, fax, hand delivery or mail. 9. CITY POLICY Consultant shall discuss and review all matters relating to policy and project direction with the Project Administrator in advance of all critical decision points in order to ensure that Project proceeds in a manner consistent with City goals and policies. 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant, to the best of our knowledge, shall conform to applicable city, county, state and federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City Council. 11. PROGRESS Consultant is responsible to keep the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS Consultant shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against 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 damages, or any other claims arising from any and all negligent acts or dE omissions of Consultant, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement, excepting only the sole negligence or willful misconduct of City, its officers or employees, and shall include attorneys' fees and all other costs incurred in defending any such claim. Nothing in this indemnity shall be construed as authorizing, any award of attomeys' fees in any action on or to enforce the terms of this Agreement. 13. INSURANCE Without limiting consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to City. Certification of all required policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City prior to exercising any right or performing any work pursuant to this Agreement. Except workers compensation and errors and omissions, all insurance policies shall add City, its elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as described herein. Insurance policies with original certificates and endorsements indemnifying Project for the following coverages shall be issued by companies admitted to do business in the State of California and assigned Best's A- VII or better rating: A. Worker's compensation insurance, including 'Wavier of Subrogation" clause, covering all employees and principals of Consultant, per the laws of the State of California. IM-2 B. Commercial general liability insurance original certificate and endorsement (which includes additional insured and primary and non- contributory wording), covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance, including additional insured (and primary and non - contributory wording for waste haulers only), covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. D. Professional errors and omissions insurance, which covers the services, to be performed in connection with this Agreement in the minimum amount of one million Dollars ($1,000,000.00). Said policy or policies shall be endorsed to state that coverage shall not be canceled by either parry, except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. Consultant 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. Lea Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, which Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing workers compensation, comprehensive general, and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, a waiver of any right of subrogation, which any such insurer of said Consultant may acquire against City by virtue of the payment of any loss under such insurance. 14. PROHIBITION AGAINST TRANSFERS Consultant shall not assign, sublease, hypothecate or transfer this Agreement or any of the services to be performed under this Agreement, directly or indirectly, by operation of law or otherwise without prior written consent of City. Any attempt to do so without consent of City shall be null and void. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or co- tenant if Consultant is a partnership or joint- venture or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint-venture. 15. OWNERSHIP OF DOCUMENTS Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Consultant pursuant to or in -10- connection with this Agreement shall be the exclusive property of City but shall be limited to use on this project and perspective projects where Consultants line of play equipment is specified. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived as against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 16. CONFIDENTIALITY The information, which results from the services in this Agreement, is to be kept confidential unless City authorizes the release of information. 17. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of his responsibilities under this Agreement, City agrees to provide the following: City will provide access to and upon request of Consultant, provide one copy of all existing record information on file at City. Consultant shall be entitled to rely upon the accuracy of data information provided by City or -11- others without independent review or evaluation. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. 18. ADMINISTRATION The Public Works Department will administer this Agreement. Andrea McGuire shall be considered 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. 19. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City, upon written request, during normal business hours to examine, audit and make transcripts or copies of such records. Consultant shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 20. WITHHOLDINGS City may withhold payment 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 Agreement. Consultant shall not discontinue work for a period of thirty (30) days from the date of withholding as a result of such -12- withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7 %) per annum from the date of withholding of any amounts found to have been improperly withheld. 21. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or a restoration expense shall be bome by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with Project. 23. CONFLICTS OF INTEREST A. Consultant 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 financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. B. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless -13- City for any and all claims for damages resulting from Consultant's violation of this Section. 24. SUBCONSULTANT AND ASSIGNMENT Except as specifically authorized under this Agreement, the services included in this Agreement shall not be assigned, transferred, contracted or subcontracted without prior written approval of City. 25. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing 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 Consultant to City shall be addressed to City at: Andrea McGuire Community Services Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92658 -8915 (949) 644 -3311 Fax (949) 644 -3155 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attention: Valeria Callaway Little Tikes Commercial Play Systems One Iron Mountain Road Farmington, Missouri 63640 (800) 325 -8828 Fax: 573 - 756 -0319 -14- 26. TERMINATION In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, 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) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt by defaulting party from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 26.1 City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days' prior written notice to Consultant as provided herein. Upon termination of this Agreement, City shall pay to Consultant that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 27. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 28. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a different character. -15- 29. INTEGRATED CONTRACT 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 hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. 30. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 31. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional logo of the CADD Operator responsible for the design drawing. Consultant will not to be held responsible for the incapability of CADD data transmittal due to software differences between Consultant and City. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to -16- indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All drawings shall be transmitted to the City in the Consultant's latest adopted version of AutoCAD in ".dwg" file format. All written documents shall be transmitted to the Consultant's latest adopted version of Microsoft Word and Excel. Consultant is not held responsible for software incompatibilities between Consultant and City. 32. PATENT INDEMNITY Consultant shall indemnify City, its agents, officers, representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: CITY OF NEWPORT BEACH A Municipal Corporation City Attorney ATTEST: PACIFIC DESIGN CONCEPTS City Clerk -17- Introduction Little Tikes Commercial Play Systems provides products of exceptional value & durability. Our structures comply with all current safety (CPSC and ASTM) regulations, as well as ADA access regulations on state and federal levels. Our innovative, durable products advance the desire to play and explore while accommodating the varying needs and play abilities of children. The products proposed for Grant Howald Park, Bonita Creek Park, San Miguel Park and Channel Place Park are Little Tikes Commercial Play Systems' Kid Builders which feature: • 5" round aluminum posts • posts, rails, rungs, and supports finished with a two stage primer finishing system • 48" punched steel decks covered with textured vinyl for superior traction • steel clamps (2'/ times stronger than aluminum clamps) • vandal resistant stainless steel hardware • one piece plastic slides with hoods for lower decks • sectional plastic slides with hoods for taller decks • slides, panels and roofs with ultraviolet (UV) light stabilizers, anti - static guard and color molded in • manufactured in ISO 9001 certified factory For San Miguel Park the equipment proposed for two of the areas are Little Tikes Commercial Play Systems' Play Builders which feature: 3.5" round galvanized steel posts • posts, rails, rungs, and supports finished with a two stage primer finishing system • 40" punched steel decks covered with textured vinyl for superior traction • vandal resistant stainless steel hardware • bracket mount for clean clamp free look • one piece plastic slides with hoods • slides, panels and roofs with ultraviolet (UV) light stabilizers, anti - static guard and color molded in • manufactured in ISO 9001 certified factory The proposed play structures provide hours of active play with exciting climbers and slides for children of all abilities, while stimulating creativefinteractive play. The roofs add aesthetic value to the designs and also provide necessary shade. Perhaps more importantly, they enhance imaginative play by providing enclosed play areas. We believe that the years of experience of Pacific Design Concepts, combined with LTCPS' commitment to value, durable products and customer satisfaction, make us uniquely qualified to meet the requirements of the City of Newport Beach. Understanding of the Project Bonita Creek Park: LTCPS' proposal shows 2 structures, plus swings (with two belt seats) that fit in the area without any expansion. The entry area where the steps and concrete slab are located shall be reconfigured to provide ramp access into the playground area. Our proposal assumes that the new access area will take up the same portion of the playground and, thus, we have assumed that rubberized surfacing will be adjacent to the existing concrete slab. Channel Place Park: The existing playground equipment takes up an area much larger than the 30' x 45' area indicated in the RFP for the new equipment. However, 30'x 45' is not large enough for swings plus a structure comparable to the existing one. Our proposal includes swings and a ship theme structure appropriate for preschool through elementary age children. Since the structure and swings can be installed adjacent to each other, this arrangement will not require a large amount of rubber surfacing. Access must be provided from the concrete slab at the existing picnic area to the playground. Grant Howald Park: The existing 23'x 29' area is not large enough to accommodate both swings and a preschool structure. Expanding to 30' x 40', as mentioned in the RFP, is still not sufficient. Our proposal shows a slightly larger area so that a preschool structure and a swing set with toddler seats can be installed. San Miguel Park: The proposal shows equipment that will fit in the existing areas without any modification. However, expanding those areas would allow for much more creative designs. Since access to all the areas must be provided, the concrete steps and deep curbs in some of the areas may need to be modified. Project Schedule The lead time from receipt of signed quotes to shipment of playground equipment will be 6 to 8 weeks. Scope of Work Little Tikes Commercial Play Systems will provide playground equipment compliant with current safety (CPSC and ASTM) regulations, as well as ADA access regulations on state and .federal levels. Company Profile Little Tikes Commercial Play Systems: Little Tikes Commercial Play Systems is a division of Newell Rubbermaid, a major U.S. corporation. As a leading manufacturer of innovative and durable play equipment for over twenty years, Little Tikes Commercial Play Systems works as a team with its local representatives and installers, who are familiar with the local area and specific state requirements, to provide exceptional play environments that delight children of all ages and abilities. Pacific Desiqn Concepts: As the Southern California representatives and authorized agents for Little Tikes Commercial Play Systems since 1989, Pacific Design Concepts specializes in the design and provision of fully integrated play environments for children of all ages and abilities. Experience Pacific Design Concepts has designed countless playgrounds for many public agencies throughout southern California since 1989. To name a few: • Westminster School District Ken Fiolka (714) 894 -7311 x408 • City of Laguna Niguel Ken Montgomery (949) 362 -4339 • City of Mission Viejo Keith Rattay (949) 470 -3095 Commitment to the Project Maria Roman, Associate, with Pacific Design Concepts will be available as needed to coordinate equipment order processing and delivery Sub - Consultants No sub - consultants will be utilized by Little Tikes Commercial Play Systems or Pacific Design Concepts for this project. Additional Tasks San Miguel Park: It is our recommendation that the rocks at Miguel Park be removed as they are slippery and create tripping hazards. Also, the existing rocks limit the size and design of any new equipment since the rocks must be outside the fall zones. Reconfiguring the existing areas and removing the rocks would allow room for larger and more interesting equipment, particularly for the preschool age children. It is also our recommendation that the barbecue grill located in the preschool area be removed and relocated away from the playground area. Channel Place Park: It is our recommendation that the barbecue grill currently located between the picnic area and playground be removed and relocated away from the playground area. Cost Savings Measures No cost savings measures are recommended. 01/29/2003 15:06 9498375442 MARIA ROMAN PAGE 02 MAKE PURCHASE ORDER/CHECK PAYABLE TO: LITTLE TIKES COMMERCIAL c/o pacific Design Concepts P.O. BOX 1909 HUIMNGTON BEACH, CA 92647 714 846- 4885/FgX 714 346 -3485 Manufacturer Name: LITTLE TIKES COMMERCIAL QUOTE TO PORT BEACH, CITY OF NEWPORT BLVD. NEWPORT BEACH, CA 92658 ATTN: ANDREA MCGIJIRE Phone: (949) 644318.1 Ext. Fax: (949) 644 -3155 ProduetlOAodel# Description Quote # 2030008456 Version 1 Date 1129/2003 Reoreeentathve MARIA ROMAN Bid Data LEVEL ACCESSIBLE PLAY COMPONENTS. Ship vie I Contract Carrlef BETE LOCATION NEWPORTBEACH - CHANNEL C/O ANDREA McGUIRE CHANNEL PLACE & RNO ALTO Site Phone Site Fax: BEACH,CA Discounted Quantity Unit Cost F.xt Cost LTCPS- OT101330MO CUSTOM DESIGN KID BUILDER SHIP THEME 1 S20,118.560d $20,118.66 PLAY STRUCTURE. INCLUDES DOUBLE SLIDE. WAVE SLIDE, TRANSFER STATION & GROUND LEVEL ACCESSIBLE PLAY COMPONENTS. ALOIS INLCUDES ARCH SWINGS WITH 2 BELT SEATS & 2 TOT SEATS. ........... — •_._•. �,••,••,r,••,_•_•_ �.�._•�_. _._._•— •SUBTOTAL •Spada] lnatrWkme: S20,118.58 PURCHASE ORDER INFORMATION ISABOVE, 'COLORS: FOREST GREEN POSTS & ROOFS, TAN ACCENTS, SLIDES & FREIGHT 91,243.00 PANELS, BROWN SNIP PANELS. TAX RATE 7,75% BURIED FOOTINGS. TAX $1,669.19 INSTALLATION IS NOT INCLUDED IN TOTAL. CLIENT IS RESPONSIBLE FOR OTHER 50.00 RECEIVING/ OFFLOADING EQUIPMENT. THANK YOUI I I Ttxu 522.920.76 Wears pleased to submit the above quotation for your zonslderatIon. Install/labor Winnate Is quoted at NON•Prevelling Wage Rates unless payment Terms I Net 30 days otherwise noted. Equipment pricing quote Is void for 90 days, freight and labor pricing subject to change. iax Exem Installer: CLIENT Credit Report i No Install Estimate: Call b/4 del name Call b/4 phone AGCEPTANCE OF QUOTATION. The above prices, apeoPoratlons and oondltiona era aedstclory and are heieby acoopud. Any almr'at;ons or derivations from the oboe wdl ea executed only upon Milan orders and w1R became an extra change over end aao» the wdme Quotation pddng does not reeaa provallinp wago ratua unimar so noted. Snipping anWw Inehaliaaon Oates sublaci to change. .A currant credit eppllretlon moat be on tlb Mth Uttle Tlkes CPS except It prepaid. when plucing your order plume submit a costumed vedh aopllcevon with slaned ouou and /or Pjrah 9e «der so ghat. may pr0000a your order without doley. Thank Youl Please prim your name and this and sign Accepted by Date Accepted PLEASE SUBMIT A SIGNED COPY OF THIS QUOTE WITH YOUR ORDER. THANK YOUI Page 1 of 1 oy E0 U a m o��� o} a U X r p, O LLB L M 01 d O1 o VH ;; n o�mm w r 5S s{ t v U il n _1 IWU \ N III Mill 1-11 (V P1 IL fe V C. N 42