Loading...
HomeMy WebLinkAboutC-9753-1 - 2024-205 Playground Improvements ProjectCITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 Before 2:00 PM on the 24th day of September 2025, at which time such bids shall be opened and read for 2024-2025 Playground Improvements Project Contract No. C-9753-1 $950,000 Engineer's Estimate c Approved by / James M. Houlihan eputy PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanylD=22078 MANDATORY PRE -BID SITE WALK: A mandatory job walk will be conducted for this project on 9/17/2025 at 11:00 AM at 1990 Ford Rd, Newport Beach, Hard copy plans are available via Santa Ana Blue Print at (949)756-1001 Located at 1821 East Dyer Road # 125, Santa Ana, CA 92705 Contractor License Classification(s) required for this project: "A" with all playground installation work to be performed by a Contractor with a "D-34" License and "D-12" shall be required of any Contractor performing rubber surfacing. For further information, call Ellis Petersen, P.E., Project Manager at (949) 644-3014 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: https://www.newportbeachca.gov/government/data-hub/online-services/bids-rfps-vendor- reqistration City of Newport Beach 2024-2025 Playground Improvements Project Contract No. C-9753-1 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................ 6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .......................................... 10 NON -COLLUSION AFFIDAVIT..................................................................... 14 DESIGNATION OF SURETIES...................................................................... 15 CONTRACTOR'S INDUSTRIAL SAFETY RECORD....................................................16 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 18 INFORMATION REQUIRED OF BIDDER..................................................................... 19 NOTICE TO SUCCESSFUL BIDDER........................................................................... 22 CONTRACT.................................................................................................................. 23 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR-1 SPECIAL PROVISIONS............................................................................................ SP-1 2 City of Newport Beach 2024-2025 Playground Improvements Project Contract No. C-9763-1 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope before the bid opening) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractorshall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening. The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2"d Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) Currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office before the Bid Opening. The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, 3 bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 at seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777,5 of the Labor Code Apprenticeship requirements and Section 4100 at seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to 4 provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has been revi CSLB #1007195 / A, B, C-61/D34, C-61/D12 Contractor's License No. & Classification 1000033385 Exp. 6130/27 DIR Registration Number & Expiration Date ,2�ultz-Constructaon. :..- % Authorized 9/24/24 Date Richard Schultz, President (Sole Officer) City of Newport Beach 2024-2025 Playground Improvements Project Contract No. C-9753-1 BIDDER'S BOND NO. 11-327-738 We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of the Amount Bid in ---------------------------- Dollars ( 10% _), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of 2024-2025 Playground Improvements Project, Contract No. C-9753-1 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 24" day of R.E. Schultz Construction, Inc. Name of Contractor (Principal) U.S. Specialty Insurance Company Name of Surety 801 South Figueroa Street #700 Los Angeles, CA 90017 Address of Surety 800-486-6695 Telephone tember 2025. Authorized tig/ature/Title L� Authorized Agen Signature Blake A. Pfister, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) rp CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or otherofficercompleting this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California 1 County of Orancie J} On September 16, 2025 before me, L. Nahina Pfister, Notary Public Date Here Insert Name and Title of the Officer personally appeared Blake A. Pfis Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the o�ol" h,�•, L. NAHINA PFISTER j laws of the State of California that the foregoing Notary Public . California paragraph is true and correct. s Orange County Commission # 2479516 F WITNESS my hand and official seal. My Comm, Expires Jan,13, 2026 Signature — Place Notary Seal and/or Stamp Above Signature of A t6ybllic Vr I IVI\ML Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond 1 1—327-738 Document Date: September 24, 2025 Number of Pages: Signer(s) Other Than Named Above: N/A, None Capacity(ies) Claimed by Signer(s) Signer's Name: Blake A. Pfister ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual DI Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: U. S. Specialty Insurance Company Signer's Name: ----- ❑ Corporate Officer — Title(s): ❑ Partner— ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator n Other Signer is Representing: h:k sX^.� . PIT- M'G: , National02019 •tary Association ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } SS. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity(ies) claimed by Signer(s): Trustee Power of Attorney CEO/CFO/coo President / Vice -President / Secretary / Treasurer Other: Other Information: Ire (seal) Thumbprint of Signer ❑� Check here if no thumbprint or fingerprint is available. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal, Signature (seal) ACKNOWLEDGMENT . A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, _ see attached acknowledgment Notary Public, personally appeared see attached acknowledgment who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. see attached acknowledgment Signature (seal) { �'K1C71tV1AIINE:, HCC POW OF ATTORNEY -R. ANiEf71C11N CONTIZ4CTORS INDEMNITY COMPANY .TEXAS BONDINd COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE t {)MPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a Ca ifornla corporation, Texas Bonding C�;ftitpany an assoffied nbirne 6UAmencarr:"O'oniractors Lndemnity Company, United,$tates Surety Cp npanq vMaryland corporation and lit S-,Specral#y D urance Caitrpany a T®xis cQr Arstibn (collectively the„Cgrrtparnas J,. do by t Presents make; constitute and appoint: Blake A. Pfister of Mission Viejo, California ttt3 Jtle anof'1'avt�(;A#nrq y(s) rlt fact eaozh to their.`se�aratr . Eapacitj(,if more than one Is�.named a.00ve "with full power and authority r ., efiby confei i id it teltTne, place and steed, #ta a tei ute, hclthowledge and deliver any anal all bor�du, recogt izances, undertakings or other instruments or:.contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does no"xceed **"*Five Million***** ^ Dollars { ***$5,004 400 00*** }, i11 Power 4fAt¢1DttII eCpjre without'`furtht±r tfittri oh j$nuary� st48. This Powe"r. of Attorn6y f$raClted under and by autiTgr)ty Y , F , cf ih.follow�tgj,gba ltstri afjt�pted by the 8cards of Directors of thegmpdnies = �'„_• :_9 Ha t ReSn[vv tt'i thP%¢l PP3 (+,pV \/Ir,-B�brPcl�IP,I PriyD ettz,'} tl-t'�f{r'n or9rvfdn{� g. "c^_^_,,4'tatir -cr aar^ sdrlt&nf ��Cr'ei'9:'� 9�;ulr IJC_alld io^ il(6rtSbIF vested with full Power and authority, to appoint any one or more suitable persons as Attorney(s)-in-Fact to reps: sent and act for and on behalf of the Q.ompany su4Ject toz the following provisions:.,,, torney rn ae trR$y bf �T Ten f�li power and autliotlty for and In the_name of.anfl on'ISahalf of the Company, to $xecuta aakriowledge and dellve "Orly-, arlit all bonds, rec gnlzans s contracts aM'OeMents br Indemnity .and othi3r conditlonal oroblltoa0f) under#allirigs, tncludl �g any and all cptts$pts fdr`the rele�as of r'etMr -d °jiercentages antltor final dser iatea owengineering aril°construcllon contracts, aw 'any'and=all notices and docUirients canceling. or terminating the Company's liability thereunder, and any such instruments so executed by any such,\Iorney-in-Fact shall be binding upon the Company as If signed by the President and sealed and effected by the Corporate Secretary. t8 It Reso{yedtt#7k ttt$ stnaturr3;of any authiflxtid offltier andsl of the t �grtlgariy hexetpfore or hereafter ati f'ed to ariy`power of attorney q any , sdlFlcate [etatt#1g the tq t1y facsimile an njr ov�tet of aubrflaj yr certlfi4te bearing facsimile sig nature or fa a imtle seal shall be'valid and binding - gpon the Cafifip2rny.WI1-rdspetat to any bond:oTOndHt3akiitg to which'lt is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corpora t seals to be hereto affixed, this 1�i day of IF p, ttsl! 202'4 ° �" Gro rA ',t�71Nr," i " t18il /rrlii, votln,rq,run 4Mt RIG/AN GONTRACTC F}S 1ND$MiiiTY 4iQMPANY, •TEXAS' a`�4�§CJIab,t J7,�;t, _��ly<1f,sury�rr h� '' t BOPI4ftJCa;CoMPANY, U�t `Ep STATES SURtTY COMPANY, rr a k U S p JAILTY INSURANCE COMPANY f GG S. SkPT zs 1430 Y JP' �� Rv= _ ?.? �y - x` baniel P gi it iC cc.;Prest 'ent /1PIIIxt1*@t .//WIid1Ut6 ° legCunut7Ht�. A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certifica s a a tr d a dnot the truthfulness, accuraG or validtt of that document. _J Ztaf- of.Callfotra = o County of Los Angeles t3fcthis 7 C# tr s€ February Z924, before me, D Ltttlefield,'e notary pktblic,: personally appeared ngie) P Agy la ---.-J.Vice President of /iPtirianonrsctoroY Indemnity Comptly`exas flonding; ompaiay linjted States:tlrety Coup try and°LlS Specialty Insurance Co any wl#b proved tome t�ri the -basis of atlsfaet6iry itlence to lie the�person w.klb e`name i950! sbribed to thewlthin instrttiijent and acxn6�l e'dged'tu We tr,at he executed the same in his aUtnorized capacity, and that by his signature on the instrument the person, or the entity upon. -behalf of which the person acted,executed the instrument._ 1 c If unde! f AL fY f F P1 kJURY un&ihe law:9' the State oi<Cai)fornla that-tli fgfegoing patagrapfs Js ttU�an correcE S my hand and off I seal WITNESS 6 Lr17lEho �+YPubN4 La MgKN e ignatur� seal}. wnlwrx r� _ruom,a.eol«t fIc6:� s I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company q1107,t1 B Speelelty Insurance Qd%patty,odri hereby -certify that the above and ii6regoing is a=tr,ae and°correct Copy of a Fewer ; dfAttorney, eXer;(ittby'said Companrea,uhioi isstiilin fultforce apd effect; h0rthrrrp5re,;,the re&ol ens of th® Boards of Directors =set tut in the ft"t of Aftorriey ai`e in fulf forte nrtetfect . - =- .. In Witness Whereof I. have, hereunto set my hand and affixed the seals of said Companies a Los Angeles, California this 4th d f September 2025 .a'-{A1FO,gyr!ac� �p1QINp fir -` �tigrBU'�r Rr�nriNn 11_�'�7_7 R `4�h A O' -,.a t Kio Lo, AAGWant Secretary HCCSMA14 A 1 264 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On 09/18/2025 before me, D. Mindiola, Notary Public (Here insert name and title of the officer) personally appeared Richard Schultz who proved to me on the basis of satisfactory evidence to be the persont(s�) whose name(s)js/are subscribed to the within instrument and acknowledged to me that h.e/sl-e/they executed the same ingtih-er/their authorized capacity(jes), and that by hLslher/their signature�_ql) on the instrument the person,(g); or the entity upon behalf of which the person(.sr) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 0. MINDIOLA 4 , Notary Public - California z Orange County Commission # 2511623 My Comm, Expires Mar 5, 2029 r Notary Public Signature (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of allached document) (Title or description of attached document continued) Number of Pages Document Date CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2015 Version wm/ NotaryClasses.com 800-873-9865 INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with cm -rent California stanrtes regarding notarp trading and, if needed, should be completed and attached to the document. Acknofrledgments fr-orn other states may be completed for documents being sort to that state so long as the wording does not require the Califa-nia notary to violate California notaq, lain. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. lie/she/the}- is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection ordocument recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges. re -seal if a sur icient area permits, otherwise complete a different acknowledgment form. • Sigrtature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date_ Indicate die capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary_ ). • Securely attach this document to the signed document with a staple. City of Newport Beach 2024-2025 Playground Improvements Proiect Contract No. C-9753-1 DESIGNATION OF SUBCONTRACTOR(S) -AFFIDAVIT State law requires the listing of all subcontractors who will perform work in an amount in excess of one- half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include DIR registration numbers for each subcontractor. R.E. Schultz Construction, Inc."4Z�RWichzrd Schultz, President (Sole Officer) Bidder Authorize Si ature/Title E City of Newport Beach 2024-2025 Playground Improvements Proiect Contract No. C-9753-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name R.E. Schultz Construction, Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $500,000, provide the following information: No. 1 Project Name/Number San Miguel Park / Contract No. 9371-1 Project Description Playground Improvements Approximate Construction Dates: From January 2025 To March 2025 Agency Name City of Newport Beach Contact Person Kyle Aube Telephone (949)644-3296 Original Contract Amount $819,475.0¢inal Contract Amount $ 838,116.00 If final amount is different from original, please explain (change orders, extra work, etc.) Change Orders / Extra Work Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No 10 No. 2 Project Name/Number Bid No. 23-24-021 Project Description Playground Equipment and Surfacing Installation Approximate Construction Dates: From June 2024 To: March 2025 Agency Name Rialto Unified School District Contact Person Angie Lopez Telephone (909) 421-7555 Original Contract Amount ,489,960.0inal Contract Amount $ 1,297,287.20 If final amount is different from original, please explain (change orders, extra work, etc.) Original contract included an unused allowance. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name/Number Specification No. 2023-007 Project Description City Parks Playground Replacement Approximate Construction Dates: From October 2023 To: July 2024 Agency Name City of Monterey Park Contact Person Peter Shiau Telephone (626) 307-1326 Original Contract Amount $986,149.0[Final Contract Amount $ 1,020,040,80 If final amount is different from original, please explain (change orders, extra work, etc.) Change Orders / Extra Work Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 11 No. 4 Project Name/Number Specification No. FC82303 -Sierra Vista Parl< Project Description Playground Improvements Approximate Construction Dates: From February 2024 To: September 2024 Agency Name City of Sierra Madre Contact Person Chris Cimino Telephone (626) 355-6615 Original Contract Amount $575,119.0(Final Contract Amount $ 629,579.00 If final amount is different from original, please explain (change orders, extra work, etc,) Change Orders / Extra Work Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name/Number Bid No. 8100 Project Description Playgrounds Rubber Surfacing Project at (3) Parks. Approximate Construction Dates: From May 2025 To: June 2025 Agency Name City of Riverside Contact Person All Borujerdi Telephone (951 826-2000 Original Contract Amount $539,700.00Final Contract Amount $ 539,700,00 If final amount is different from original, please explain (change orders, extra work, etc.) NIA Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No 12 No. 6 Project Name/Number City Project No. P4026 Project Description Playground Installation Approximate Construction Dates: From March 2024 To: September 2024 Agency Name City of Santa Clarita Contact Person Juan Martinez Telephone (661) 290-2229 Original Contract Amount $547,300.0(Final Contract Amount $ 592,824.00 If final amount is different from original, please explain (change orders, extra work, etc.) ChanEe Orders / Extra Work Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. _ R.E. Schultz Construction, Inc. JLRichard Schultz, President (Sole Officer) Bidder Authorized Sig a e/Title 13 Richard E. Schultz P.O. Box 6, Silverado, CA 92676 P: 714-649-2627 F: 714-740-5049 E: rick@reschultzconstruction.com I am a general engineering contractor specializing in park restoration and playground installation with over 30 years of experience in both public works and the private sector. With the following qualifications: • Licensed in good standing in the State of California. • Subject to Prevailing Wage criteria as established by the State of California DIR. • Insurance/bonding at minimum level of $5,000,000. • Ability to post payment and performance bonds if selected for work projects over $25,000. • Current registration with DIR per SB854 Contractor Information: General Engineering Contractor - Class A, B, & C61/D34, C61/D12 License #: 1007195 Expiration Date: 9/30/2027 DIR#: 1000033385 Expiration Date:06/30/2027 Tax I D #: 32-0465469 Employees: 20+ Contractor Education & Certifications: CPS[ (Certified Playground Safety Inspector) NPCAI (Certificate of Playground Contractor Qualification) NPCAI (Certificate of Achievement for Recreation Installation Specialist Certification Course) Certified Playground Installer for: • Landscape Structures • Playworld • Poligon, Porter Corp. • Play & Park Structures • BigToys • GameTime • PowerScape • Primetime • Playcraft Certified Safety Surfacing Installer for: • PlayMax Surfacing, Inc. • Robertson Industries, Inc. City of Newport Beach 2024-2025 Playground Improvements Project Contract No. C-9753-1 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of Orange ) Richard Schultz being first duly sworn, deposes and says that he or she is President, Sole Officer of R.E. Schultz Construction, Inc. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of PaliforqjgjtbaLthe foregoing is true and correct. C' R.E. Schultz Construction, Inc. Richard Schultz President (Sole Bidder Authorized gnature/Fitle Officer) Subscribed and sworn to (or affirmed) before me on this day of — 2025 by to me on the basis of satisfactory evidence to be the person(s) who appear efore me. I certify under PENALTY OF PERJURY udder the laws of the State of California that the foregoing paragraph is true and correct. �,/' Notary Public [SEAL] � My Commission Expires: 14 1 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange Subscribed and sworn to (or affirmed) before me on this 18 day of September 2025 by Richard Schultz proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Tifie or description of attached document continued) Number of Pages Document Date Additional information 2015 Version www.NotaryClasses.com 800-873-9665 00""w�-11-'My D. MINDIOIA Notary Public - California Orange County(Seal)Commission; 2511623 Comm. Expires Mar 5, 2029 — INSTRUCTIONS The wording of all Jurats completed in California after January 1, 2015 must be in the form as set forth within this Jurat. There are no exceptions. If a Jurat to be completed does not follow this form, the notary must correct the verbiage by using a jurat stamp containing the correct wording or attaching a separate jurat form such as this one with does contain the proper wording. In addition, the notary must require an oath or affirmation from the document signer regarding the truthfulness of the contents of the document. The document must be signed AFTER the oath or affirmation. If the document was previously signed, it must be re -signed in front of the notary public during the jurat process. • State and county information must be the state and county where the document signer(s) personally appeared before the notary public. • Date of notarization must be the date the signer(s) personally appeared which must also be the same date the jurat process is completed. • Print the name(s) of the document signer(s) who personally appear at the time of notarization. • Signature of the notary public must match the signature on file with the office of the county clerk. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different jurat form. Additional information Is not required but could help to ensure this jurat is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. • Securely attach this document to the signed document with a staple. City of Newport Beach 2025 Playground Refurbishment 2024-2025 Playground Improvements Project DESIGNATION OF SURETIES Bidder's name R.E. Schultz Construction, Inc. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type); The Bond Connection: PO Box 4164, Dana Point, CA 92629 - (800) 298-4826 U.S. Specialty Insurance Co.; 801 S. Figueroa #700, Los Angeles, CA 90017 - (310) 649-0990 Knox General Insurance Brokers, 226 South Glassell St., Orange, CA 92866 / Carol Knox - (714) 744-3300 x 15 (GL/Auto) The Hulett Agency, 13959 Saddlewond Dr., Poway CA 92064 1 EdaGiaro an _lli - (ASR) 61 R-5447 !WC) 15 City of Newport Beach 2024-2026 Playground Improvements Project Contract No. C-9763-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name R.E. Schultz Construction, Inc. Record Last Five (5) Full Years Current Year of Record Record Record Record Record Record Record for for for for for for 2025 2024 2023 2022 2021 2020 Total No. of contracts 58 104 113 so 83 105 Total dollar Amount of $11 Mil $13 Mil $9 Mil $6.4 Mil $7 Mil $6 Mil $52.4 Mil Contracts (in Thousands of $ No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases 0 0 0 0 0 0 0 No. of lost workday cases involving 0 0 0 0 0 0 0 permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 Legal Business Name of Bidder R.F schult, Cnnstruction, Inc Business Address: 1767 North Batavia Street, Orange, CA 92865 Business Tel. No.: 714-649-2627 State Contractor's License No. and Classification: Title 1007195 / A, B, C-61/D34, C-61/D12 President, Sole Officer The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title President, Sole Officer Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title 9/18/25 President, Sole Officer(, Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 17 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange } On 09/18/2025 before me, D. Mindiola, Notary Public (here insert name and title of the officer) personally appeared Richard Schultz who proved to me on the basis of satisfactory evidence to be the person,( whose names) i�/are subscribed to the within instrument and acknowledged to me that lie/gher/they executed the same in his/her-/th-eir authorized capacity(ies), and that by [�W/her-/their signature() on the instrument the person(s), or the entity upon behalf of which the person(gacted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. D.MIN0OLA Notary Public • California t� Orange County Commission R 2511623 L/ I MyComm, Expires Mar 5. 20 Notary Public Signature (Notary Public Seal) J ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or descripti6h of attached document) (Title or description of attached document continued) Number of Pages Document Date CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2015 Version w mw.NotaryClasses.com 800-873-9865 INSTRUCTIONS FOR COMPLETING THIS FORNI This form complies awh current California statutes regarding notay trording and. if needed, should be completed and attached to the document. acb-77otrledgments front other states stay be completed for clocutnents being sent to that state so long as the wording does not require the C'altjomia notary to wolate C'alifarnia nataty lam'. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment - • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they- is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple_ City of Newport Beach 2024-2025 Playground Improvements Project Contract No. C-9753-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name R.E. Schultz Construction, Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature NA ei 18 City of Newport Beach 2024-2026 Playground Improvements Project Contract No. C-9763-1 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: R.E. Schultz construction, Inc, Business Address: 1767 North Batavia Street, Orange, CA 92865 Telephone and Fax Number: 714-649-2627 / 714-740-5049 Fax California State Contractor's License No. and Class: CSLB#1007195 - A, B, C-61/D34, C61/1312 (REQUIRED AT TIME OF AWARD) Original Date Issued: 9/10/2015 Expiration Date: /30/2027 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: Richard Schultz, President (Sole Officer) The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Richard Schultz, President (Sole Officer), PO Box 6, Silverado, CA 92676 (714) 350-4269 Corporation organized under the laws of the State of California 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: N/A All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: N/A For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; N/A Briefly summarize the parties' claims and defenses; N/A Have you ever had a contract terminated by the owner/agency? If so, explain. N/A Have you ever failed to complete a project? If so, explain. N/A For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor co liance (i,e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / No 20 Are any claims or actions unresolved or outstanding? Yes /@o If yes to any of the above, explain. (Attach additional sheets, if necessary) N/A Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non -responsive. R.E. Schultz Construction, Inc Bidder Richard Schultz (Print name of wnew-or President of Co .pora ' l n/Company) President, Sole Officer Authorized Sig , ture/Title President, Sole Officer Title Date %I On before me, , Notary Public, personally appeared , who proved to me on the b�assis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the withi��n�tent and acknowledged to me that he/she/they executed the same in his/her/their authoriz pacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity up_ow ehalf of which the person(s) acted, executed the instrument. ,0— I certify under PENALTY OF PERJURY under the paragraph is true and correct. WITNESS my hand and official seal. Notary Public in and for id State My Comosi�-ion Expires: 21 the State of California that the foregoing CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On 09/18/2025 before me, D. Mindiola, Notary Public (Here insert name and title of the officer) personally appeared Richard Schultz who proved to me on the basis of satisfactory evidence to be the persona whose name(s'j I-a.r-e subscribed to the within instrument and acknowledged to me that 1Ze%hL-/they executed the same in is TeT/their authorized capacity(ie's-), and that by Ifis/her/their signature( on the instrument the person(s'), or the entity upon behalf of which the person(gacted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. � 06"�111_`My D. MINDIONotary Public - CaliforniaOrange CountyCommission X 2511h23 Comm. Expires Mar 5, 2029 Notary Public Signature (Notary Public Seal) i — INSTRUCTIONS FOR COMPLETING TIIIS FORM ADDITIONAL OPTIONAL INFORMATION Thisformcomplieswith current Californiastatatesregardi)ignotafy,rordin and DESCRIPTION OF THE ATTACHED DOCUMENT ~r Title �escri(/ptio�,of attached document ���CC7 a ) (Title or description of attached document continued) Number of Pages Document Date CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2015 Version vrnnro.NotaryClass es.corn 8DO-873-9865 g . f needed, should be completed and attached to the document. Acknowledgments from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notay laic. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/shehhey is /ale ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple ROBERTSON INDUSTRIES, INC. January 3, 2025 To Whom it May Concern: Please be advised that R.E. Schultz Construction, Inc., contractor Lic # 1007195 located in Orange, California is a Certified installer for the following TotTurf® systems: Poured in Place systems. Bonded Rubber. Synthetic Turf systems. Secure Lock Interlocking Tiles. Robertson Industries, Inc. the makers of TotTurf® attests this document as valid through 12/31 /2025. Thank you, . J William Stafford, General Manager Robertson Industries, Inc. 602-281-8828 bill.staffordCcD-thesurfacinggroup.com Corporate Office: 2140 East Cedar Street • Tempe, AZ 85281 ToTTuRFRobertson Toll Free: (800) 858.0519 •Fax: (602) 340-0402 Recreational Surfaces r -- www.totturf.com I kh landscape structures, This Certificate Approves R. E. Schultz Construction Inc. havwg ~t the high, m,,eWdaV tc-,Mr,,,we a Certified Installer Expires February 2027 Date Official VNiclation Landscape Structures Inc., 601 7th Street South, Delano, MN 55328 USA a� ,ecreation and Park Asso NOW"'r Cra �017 Let it be known that RICHARD SCHULTZ has met the requirements of the standards set forth by the National Certification Board and is hereby granted certification as a Certified Playground Safety Inspector CHAIRPERSON NRPA PRESIDENT AND CEO April 30, 2024 DATE CERTIFI ED QW) Certified Playground Safety Inspector 61173-527 CERTIFICATION NUMBER May 01, 2027 E)MIZATION DATE Home WU CONTRACTORS STATE LICENSE BOARD16 OContractor's License Detail for License # 1007195 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. r C5LB complaint disclosure is restricted bylaw(B&P7124`66) If this entity is subject to public complaint disclosure click on link that will appear below for more information. Click here for a definition of disclosable actions. r Only construction related civil judgments reported to C5LB are d isclosed( B&P 7071.17). r Arbitrations a re not listed unless the contactor fails to comply with the terms. r Due to workload, there may be relevant information that has not yet been entered into the board's license database. This license is current and active. All information below should be reviewed. r A-GEN ERALENGINEERI NG r !1-61/D34- PREFABRICATED EQUIPMENT r B-GENERAL BUILDING r C-61/D12- SYNTHETIC PRODUCTS Data current as of 8/26/2025 10:15:25 AM Business Infonnation R E SCHULTZ CONSTRUCTION INC 1767 N BATAVIA STREET ORANGE, CA 92865 Business Phone Number;(714) 649-2627 Entity Corporation Issue Date 09/10/2015 Expire Date 09/30/2027 hcense Status Cla SltlCailonS Bonding Information Contractor's Bond This license filed a Contractor's Bond with AMERICAN COTRACTORS INDEMNITY COMPANY. __.._................._ �....I......... Bond Number: 100320462 Bond Amount: $25,000 Effective Date: 01/01/2023 C_ontractor's Bond His[ory Bond of Qualifying Individual r This license filed Bond of Qualifying Individual number JT007487 for CHRIS LEE THOMAS in the amount of$25,000 with JET INSURANCE COMPANY. Effective Date: 03/07/2024 BQI's Band History r The qualifying individual RICHARD EARL SCHULTZ certified that he/she owns 10 percent or more of the voting stock/membership interest of this company; therefore, the Bond of Qualifying Individual is not required. Effective Date: 06/24/2016 BQrs Bond History VlorkprsCompensation This license has workers compensation insurance with the INSURANCE COMPANY OF THE WEST Policy Number:WSD506512003 Effective Date: 04/14/2025 Expire Date: 04/14/2026 Workers' Compensation History Workers' compensation classification code(s): 5102- Iron/Steel Erection -non-structural 6220- Description Unavailable 8742 - Salespersons -Outside Fora description oftheworkers' compensation classification code(s) listed for this licensee, contact the licensee's insurance carrier. Contact information for the licensee's insurer is available by clicking the insurer link above. Classification codes are also available on the Workers' Compensation Insurance Rating Bureau's classification search page. The board does not verify or investigate the accuracy of classification codes displayed. M � Personnel listed on this license (current or disassociated) are listed on other licenses. E_ack toTop Conditions of Use Privacy Policy arces�;O ity F+cc�e,�ibility Certifir- ition Copyright © 2025 State of California DIRDcallikMnis eoerkwnt of SUN eCPR Public Search Log in k u Public Works Support Contractors Projects Register Home i Contractor > R.E. SCHULTZ CONSTRUCTION, INC R.E. SCHULTZ CONSTRUCTION, INC Contractor Contractor business email chelsea@reschultzconstruction.com Contractor c ation eff date 2024-07-01 Contractor first name Richard Contractor mailing city ORANGE Contractor mailing state CA Contractor mailing zip 92865 Contractor physical city ORANGE Contractor physical state - - - - _ CA Contractor physical zip 92865 Contractor certify date [LO224-5-22 Contractor company type Corporation Contractor craft legacy Driver On Off Hauling; Cement Mason; Gen Contractor craft snow Contractor c ation exp date 2027-06-30 Contractor date deactivated Contractor dba name R.E. SCHULTZ CONSTRUCTION, INC Contractor entity number C3779421 - -- i I Contractor I D 1000033385 I Contractor last name _ I Schultz Contractor mailing address2 Contractor physical addressl j 1767 N. BATAVIA ST. Contractor physical address2 Contractor source SNOW Contractor we cert date 2024-04-14 Contractor we exp date 2025-04-14 Contractor we policy number WSD5065120-02 Contractor we selection Insured by carrier Contractor legal entity name [R.E. SCHULTZ CONSTRUCTION, INC Contractor mailing addressl [1767 N. BATAVIA ST. Contractor we carrier Richard Schultz 0 Checked Terms & Conditions Pri .a..q. Policy, Disclaimer .............................. Nondiscrimination Notice ....................................................... Accessibility d.ir.ca.gov ..............._........ Copyright 2024 State of California DocuSign Envelope ID: 567C2619-FE75-41F0-91A4-337BC5AA525D BOARD RESOLUTION OF R.E.SCHULTZ CONSTRUCTION, INC. DULY PASSED ON APRIL 21, 2015 The undersigned, being all the directors of R.E. Schultz Construction, Inc., hereby signs and adopts the following Resolution: BE IT RESOLVED that Richard Schultz, is hereby authorized to do and perform any and all such acts, including execute and be a sole signer of any and all documents and certificates, as is deemed necessary or advisable, to carry out the purposes and intent of the Corporation, and, FURTHER, that such acts shall be binding upon the Corporation. It is hereby certified by the undersigned that the foregoing Resolutions were duly passed by the Board of Directors of the above -named Corporation on this April 21, 2015, in accordance with the Memorandum or By -Laws and Articles of Incorporation of the Company and that said Resolutions have been duly recorded in the Minute Book and is in full force and effect. DocuSigned by: Richard Schultz, President rK DocuSigned by: (Ima S"") Richard Schultz, Secretary A0779521 -/"7 Certificate of Amendment Of Articles of Incorporation tl,-/ FILED 00 Secretary of state State of C'aliforni8 The undersigned certify that: JAN 0 7 2016 1. They are the President and the Secretary, respectively, of RES ENTERPRISES, INC., a California corporation. 2. Article I. of the Articles of Incorporation of this corporation is amended to read as follows: The name of the corporation is: R E Schultz Construction Inc 3. The foregoing amendment of Articles of Incorporation has been duly approved by the board of directors. 4. The corporation has issued no shares. We further declare under penalty of perjury under the laws of the State of California that the matters set forth in this certificate are true and correct of our own knowledge. DATE: JCS1 5; 2-01(, Richard Schultz, Pre si nt J' Richard Schultz Secret Senders Contact Information: Richard Schultz 2914 E. Katella Ave #102 Orange CA 92867 714-649-2627 Entity #C3779421 .:. 1 hereby certify, t t the t'anwiptof ADI°�n9 IS a full, true a ''—Co �(S) ,k original record In tho�i�cg py Of� cte Calt(amfa Secretar to—Co of Y of State's office. JAN 19 2016 Date: ALEX PAPILLA, Secretary of State 4 egg" xrzx! EF §§n� j 3 w Z � � i 31 e z F LU LU Lu g j :�Sg 3co i �G � as-s w5 E A� -71 J::���Q Vl W r r o I � O N a - A o � Q � J oz 2 X a a p } a Vl N O N N O N � P In = xr co dv" In e a" _ 9 LU CL UQ W¢ ¢ S o LL a= s ' z 8 o S m w s Y d ga = ao w y� 6 ID O �Q O �o� s b ud fiu 41i v6[ -uf o _ _ o fin m �n U pp G � U ayy � U 3 E ui (D w e N p -- _EIMB z 0 m�W V oho z�� N th as a 6� a �..� W"�a8� &y n g m� �gz p g�gNg M 51690 @e a-�0 O alb l� p �� s° q U) a a Aga yy 55ppegk ggpp eAA € u 4 J a3���€ A CD � G s £ 7§Nn ZCL y Om Om 9 U) � O� �+ i a Q O O z R a Q LU a w § N O Z Q / LV Q / w B LU z I— O O � J_ z LLI� � _ �' s Q e O qq s� Cn 06 O Q O§ U, ON Cn 0 0 O O O 0 0 0 '`` 7g(E jey y�=6 fi gg L�77 y� �■R�C$ #gc R 3RB�O�eL_•� yy � B 55 Y��� gg ���� fi�i _� � y m a 4 6 f N o Ma U J z H x uai No � S m aw � w o �ZwaSwaUyHa�a0ZYOUZ�w=czoF�Jza0wLa i !\r:-� �v� ��� aj3axTT--?v-°`�ix_^'. a}W�xa_'•9.'Ii�iIj '-"_by txja'� _:aYq__.-_x T_�,_a�wk-•_ 3�s1+-_sT•f! 'i hirxT�!4-�Y�:_S4T-5;13'i§\-__-kS51.�-_ a-Q5C�-_x__€�€' -k�__-�\-____-k,?y -_44�='yyyyy-_xi--\ �;.-_� __-•b�.!�-_T.b�f,"}_}�t,T:�/: q}-__Ya9ry '=4•__TaT'e gz 4q_4_1Oa�i��8=_T_•Tax.�\`�\���\O4p_'i:n,\� '��-_`_n,'�_T�n_q.'s ���i-_§ :P9s��r?gA.e:_°3o. a_:�sT'9ap�(:�n'_"T9a�� <. -_Tni � �a v-�/�•jdx3��:'i-s-w- f` -`�'�'ySq$ •'=4_»tl�gg� :gv'iie-4eg4-,�`� t-T�i_9-T'�:;=1 ,�j-__4t�i--$aa- 'Ti'=4q -_i�,I"_taSqtrh�Ff- -.�a:r33 _9a-p� �"T-yp9_Tq�_4T• 'S.�u �55E¢gg s�oaw�0�aa' »Jz�a0Bao4iz noq' -NuEo0zo`a0 we eG ud fiu -u( a O � Za2 a 3 o J. a a IsF j - w a \ LU (D19. e �� •. i o Q E W W � ° = 0®E® g Cf) 3.gWR8 & W m„gx. a a� ob` I§mB-,pm z Z 2 g a � V q as Z U) ns a�.. a@ 0 0 0 0 O 0 O z s w a Fy ge C a e 3 w B 3`a aygc W = Q � _ 06 i O W W � � fi 3 � �B Gs cc w r`Z W \ a Z O g,.99 tl� m 0 0 0 0 0 0 0 0 ����� 9� pp�ag�a-� i��E�S� $L�i��9$S��F� �h� �■x���g YtlByq { Ci Y�RB•i 6u � N y CP D1 O F 2 z O Z W QQ U � W mg z� 3 d }O F a QQ e � S 0 `y I 0 0 o I m N m o I a a `( I a rc al Li Vf r ■ 1 o z I lit cc�do mo 11 % r �/•y _ Ri G7��o ozz� uiaow nc�i c�h Big J_ tl �„t�''. $ i i ill gggge W ram. 00050 i H ui ri�A Em O �` LU r mo O noQVo_ 1l l �Wz Q i �dd�s Z o000o m � 6u U C7 alp G 3 Z x� U Z U O LL z m W Z 3 r O U a F- Z w Q > F § n- � O a a o w u`, O K m U O !n N Z W O ~ 3 ,C F. d N S Z � i y Ln z s _ Q ppeed �e9q'� '� �Ea3 C o. o w Ln W el4S 55 a 'o a - ON?Ed MU Q LL z ofn •� e; 1�s .._ _ C �wT LU _, 0 0 w LD � a o � W O N3~z zH 2pP�az a� 2dor,i" .I�., a:: ___ ^k._,.--�AA L�w! O S Co� § Y �5���b1' S V � 4 �g o Z N n a m J w uQl � W y 3 5 zg C) w 3 y n Z� on ol s N co z Z 3 U eb af x m m w07x%� 9 a e p Oz 3}o LarL , m W O 4 J go .�° a u_ � g I�� a a � d E f� 1. o 5 � z af W JZ Q< 00 9p p LL isog of uj sE z s so a ca Im O Wz0 mm W 1i:"i.+ 8 a F W LLQL .�y Z Z c $ u a OfU) 00 ra=wg� go � v<< ?i 1. a.0 3 may z s 0 5W Z00 oz € zJ 20 =Zm _ 0Z dW 3d� JOB I ti VU wo t �z0 �q W 00 v DEL OUa H �:r� 2024-2025 PLAYGROUND IMPROVEMENTS PROJECT CONTRACT NO. 9753-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 28th day of October, 2025 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and R.E. Schultz Construction, Inc., a California corporation ("Contractor"), whose address is 1767 N Batavia St, Orange, CA 92865, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to 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 has advertised for bids for the following described public work: removing and, disposing of the existing playgrounds at Spyglass Hill and Bonita Canyon Sports Parks (1 Narbonne Newport Beach, CA 92660, and 1990 Ford Rd, Newport Beach, CA 92660, respectively), and replacing them with new playgrounds along with associated improvements/work as outlined in the Plans (Drawing No. B-5332-S) (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 9753-1, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Eight Hundred Fifty Eight Thousand Eight Hundred Dollars and 00/100 ($858,800.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Richard Earl Schultz to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to R.E. Schultz Construction, Inc. Page 2 City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq. ). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract 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. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Director of Public Works City of Newport Beach Public Works Department 100 Civic Center Drive Newport Beach, CA 92660 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Richard Earl Schultz R.E. Schultz Construction, Inc. 1767 N Batavia St Orange, CA 92865 R.E. Schultz Construction, Inc. Page 3 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. R.E. Schultz Construction, Inc. Page 4 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. 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. 14. PREVAILING WAGES 14.1 Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime Work for each craft or type of workman needed to execute the Work contemplated under the Contract shall be paid to all workmen employed on the Work to be done according to the Contract by the Contractor and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the Work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774 and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations, and the parties agree that the City shall not be liable for any violation thereof. 14.2 If both the Davis -Bacon Act and State of California prevailing wage laws apply and the federal and state prevailing rate of per diem wages differ, Contractor and subcontractor, if any, shall pay the higher of the two rates. Said prevailing rate of per diem wages are on file at the City, Office of the City Clerk, 100 Civic Center Drive, Newport Beach, California 92660, and are available to any interested party on request. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract R.E. Schultz Construction, Inc. Page 5 Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. 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 Contract. This indemnity shall apply to all claims and liability regardless R.E. Schultz Construction, Inc. Page 6 of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. R.E. Schultz Construction, Inc. Page 7 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. R.E. Schultz Construction, Inc. Page 8 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] R.E. Schultz Construction, Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: iO/Zo /; —T By: i I rC. Harp ti City Attorney w A ATTEST: Date: 1 / 19 / g0 u By: Lena Shumway City Clerk CITY OF NEWPORT BEACH, a California jun i ipal corporation Date: g Z� By: Joe S leto Mayor CONTRACTOR: R.E. Schultz Construction, Inc., a California corporation Date: Signed in Counterpart By: Richard Earl Schultz Chief Executive Officer, Secretary, Chief Financial Officer [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements R.E. Schultz Construction, Inc. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY OF NEWPORT BEACH, CITY ATTORNEY'S OFFICE a California municipal corporation Date: I '� Zf Date: By: �tl �et _ By: a on C. Har tio� Joe Stapleton City Attorney �° AQ Mayor ATTEST: CONTRACTOR: R.E. Schultz Date: Construction, Inc., a California corporation Date: 1l 5 aS By: By: Lena Shumway Richard Earl S ,nu z City Clerk Chief Execu ' fficer, Secretary, Chief Financial Officer [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements R.E. Schultz Construction, Inc. Page 10 EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 1001231150 PREMIUM INCLUDED WITH PERFORMANCE BOND LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to R,E. Schultz Construction, Inc. hereinafter designated as the "Principal," a contract for removing and disposing of the existing playgrounds at Spyglass Hill and Bonita Canyon Sports Parks (1 Narbonne Newport Beach, CA 92660, and 1990 Ford Rd, Newport Beach, CA 92660, respectively), and replacing them with new playgrounds along with associated improvements/work as outlined in the Plans (Drawing No. B-5332-S), in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, U.S. Specialty Insurance Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Eight Hundred Fifty Eight Thousand Eight Hundred Dollars ($858,800.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as R.E. Schultz Construction, Inc. Page A-1 BOND NO. 1001231150 to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 2911 day of October , 2025 . R.E. Schultz Construction, Inc. Name of Contractor (Principal) U.S. Specialty Insurance Company Name of Surety 801 South Figueroa Street #700 Los Angeles, CA 90017 Address of Surety Telephone APPROVED AS TO FORM: CITY ATTORNYS OFFICE Date: It /102< In C. Harp Attorney Authoriz Si nature/Title r Authorized Agent Signature Blake A. Pfister, Attorney -in -Fact Print Name and Title (Corporate Seal) NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED R.E. Schultz Construction, Inc. Page A-2 CALIFORNIA.. .':- •' -' --..c:-.��•s.......:.;:;:::<::..,.ficra.....�<r:�:r::.. ss•:: .?:a � �>sa<•rc• �•:.�,:r<k A notary public or other.officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California l County of Orange J} On October 29, 2025 Date before me, L. Nahina Pfister, Notary Public personally appeared Blake A. Pfister Here Insert Name and Title of the Officer Nome(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. L. NAHINA rFISTER Notary Public - California I certify under PENALTY OF PERJURY under the m , Orange County laws of the State of California that the foregoing Commission # 247951E paragraph is true and correct. My Comm. Expires Jan.13, 2028 WITNESS my hand and official seal. Signatur Place Notary Seal and/or Stamp Above -, Signature of Not ry�ubll Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bond 1 0 01 2 31 1 5 0 Document Date: October 29, 2025 Number of Pages: Signer(s) Other Than Named Above: N /A, None Capacity(ies) Claimed by Signer(s) Signer's Name: Blake A. Pfister ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual R Attorney in Fact ❑ Trustee. ❑ Guardian or Conservator ❑ Other: Signer is Representing: U.S. Specialty Insurance Company Signer's Name: ----- ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: �::;.: -. _... ..:.r,-.�,:>pC•:..� .:-sY-4:a'.'vra':. ::.,:._r.,.CFe.as: ,xa:v.• _ 3.. ... ..... .. _ .... ,........ _ 1. "'r,•c'.';:� -`<_> �,..rev�:;�:}s... %Y-r-`^•"-' ems:. •'£3:':i>� Q2019 National• • • BOND NO. 1001231150 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California (seal) County of } ss. On 20 before me, Notary Public, personally appeared see attached acknowledgment proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. see attached acknowledgment Signature (seal) R.E. Schultz Construction, Inc. Page A-3 TOKIO MARL NE H C C POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: Blake A. Pfister of Mission Viejo, California its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed "'"Five Million'— Dollars ( '" $5,000,000.00— ). This Power of Attorney shall expire without further action on January 31s12028. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1st day of Fgbrruary 2024; ``„o{PpcTOgs,, \:ONDINGy �g sUgF , p\�1+sr,ra.,, AMERICAN CONTRACTORS INDEMNITY COMPANY, TEXAS BONDING COMPANY, UNITED STATES SURETY COMPANY, =_ Q.• va ate:; ;� `.o �,�• -r=_ U.S. SPEC ALTY INSURANCE COMPANY =U nY'ORPONATED •-c_X' ,Y __O: )%II7 IIII ;� :V =,r+ SEPT. 25. 189U i-ccW.• .Z-_W., a"-�• Y A� y. g fog �,P'. ;Y'•., •La fib. f�B v'.... ''asrq� `' ';y�i' ••.....•,;'�?;. Daniel P. Aguilar, ice President �`'•r CgL1FOHMP\Oo`\P\ nrnnnumunp0 n nnuna , �"4rrru n,H„N"` riiuNnm, A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On this 1st day of February 2024, before me, D. Littlefield, a notary public, personally appeared Daniel P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and offs ' I seal. D.LIT(LEr1ELD C *.,Comm. WAN PUMIC • CaNW11le Land Aes CountySignature (seal) Commission i24711510 Expires An 31. 2029 I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand 29th day of October 1V \fYllcl' 111r;,,,, CTOgs Bond No. 1 0 01 2 31 1 5 0 Agency No. 3074 z nG5, 1Eo 3 ¢, i SEPT, 25, 1930 '< and affixed the seals of said Companies at Los Angeles, California this 2025 Ap our `g1SUR' � ..,uuVnswa„ AJ .w, :Ze=o./Ir, qll• ;;=_N. Kio Lo, A ant Secretary �'9TE OFT }?\`* r*, HCCSMANPOA0212024 tmhcc.com/surety for more information CALIFORNIA ALL- (PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On 11/05/2025 before me, D. Mindiola, Notary Public (Here insert name and title oft the officer) personally appeared Chris Thomas who proved to me on the basis of satisfactory evidence to be the person(,$)`whose name(,) ,is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her7their authorized capacity(i.es), and that by his/i e`r/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person ,(s),acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 5�" rsf D, MINDIOIA J ` Notary Public • California t W m Orange County n Commission # 7-511623 My Comm. Expires Mar 5, 2029 Notary Public Signature (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT - (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2015 Version w-,uw-NotaryClasses.coin 800-873-9865 INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notch-v irording and, f needed, should be completed and attached to the document. Achnoirlec(gments fi om other states nna)be completed for documents being sent to that state so long rs dre wording does not require the California notary to violate California notary tall. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • "File notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. lie/she/they- is /afe ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of dOCLlment recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges.. re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 1001231150 PREMIUM: $12,088 FAITHFUL PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS THAT WHEREAS, the City of Newport Beach, (hereinafter referred to as "City") has awarded to R.E. Schultz Construction, Inc., (hereinafter referred to as the "Contractor") an agreement for removing and disposing of the existing playgrounds at Spyglass Hill and Bonita Canyon Sports Parks (1 Narbonne Newport Beach, CA 92660, and 1990 Ford Rd, Newport Beach, CA 92660, respectively), and replacing them with new playgrounds along with associated improvements/work as outlined in the Plans (Drawing No. B-5332-S) (hereinafter referred to as the "Project"). WHEREAS, the work to be performed by the Contractor is more particularly set forth in the Contract Documents for the Project dated October 28, 2025, (hereinafter referred to as "Contract Documents"), the terms and conditions of which are expressly incorporated herein by reference; and WHEREAS, the Contractor is required by said Contract Documents to perform the terms thereof and to furnish a bond for the faithful performance of said Contract Documents. NOW, THEREFORE, we, the undersigned Contractor and U.S. Specialty Insurance Company as Surety, a corporation organized and duly authorized to transact business under the laws of the State of California, are held and firmly bound unto the City in the sum of Eight Hundred Fifty Eight Thousand Eight Hundred Dollars ($858,800.00), said sum being not less than one hundred percent (100%) of the total amount of the Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Contractor, their or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the Contract Documents and any alteration thereof made as therein provided, on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill all obligations including the one (1) year guarantee of all materials and workmanship; and shall indemnify and save harmless the City, their respective officials, officers, employees, and authorized volunteers, as stipulated in said Contract Documents, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. R.E. Schultz Construction, Inc. Page B-1 BOND NO. 1001231150 As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees including reasonable attorney's fees, incurred by City in enforcing such obligation. As a condition precedent to the satisfactory completion of the Contract Documents, unless otherwise provided for in the Contract Documents, the above obligation shall hold good for a period of one (1) year after the acceptance of the work by City, during which time if Contractor shall fail to make full, complete, and satisfactory repair and replacements and totally protect the City from loss or damage resulting from or caused by defective materials or faulty workmanship. The obligations of Surety hereunder shall continue so long as any obligation of Contractor remains. Nothing herein shall limit the City's rights or the Contractor or Surety's obligations under the Contract, law or equity, including, but not limited to, California Code of Civil Procedure Section 337.15. Whenever Contractor shall be, and is declared by the City to be, in default under the Contract Documents, the Surety shall remedy the default pursuant to the Contract Documents, or shall promptly, at the City's option: Take over and complete the Project in accordance with all terms and conditions in the Contract Documents; or Obtain a bid or bids for completing the Project in accordance with all terms and conditions in the Contract Documents and upon determination by Surety of the lowest responsive and responsible bidder, arrange for a Contract between such bidder, the Surety and the City, and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term "balance of the contract price" as used in this paragraph shall mean the total amount payable to Contractor by the City under the Contract and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. iii. Permit the City to complete the Project in any manner consistent with California law and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term "balance of the contract price" as used in this paragraph shall mean the total amount payable to Contractor by the City under the Contract and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. Surety expressly agrees that the City may reject any contractor or subcontractor which may be proposed by Surety in fulfillment of its obligations in the event of default by the Contractor. Surety shall not utilize Contractor in completing the Project nor shall Surety accept a bid from Contractor for completion of the Project if the City, when declaring the R.B. Schultz Construction, Inc. Page B-2 BOND NO. 1001231150 Contractor in default, notifies Surety of the City's objection to Contractor's further participation in the completion of the Project. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project to be performed thereunder shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 291h day of October ,20 25 . R.E. Schultz Construction Inc. • Name of Contractor (Principal) orize ignaturef�Title j1 �' U.S. Specialty Insurance Company JV j Name of Surety Attorney -in -Fact 801 South Figueroa Street #700 Los Angeles, CA 90017 Address of Surety 800-486-6695 Telephone (Attach Attorney -in -Fact Certificate) Blake A. Pfister, Attorney -in -Fact Print Name and Title (Corporate Seal) The rate of premium on this bond is $14.08 per thousand. The total amount of premium charges is $12 088.00 (The above must be filled in by corporate attorney.) Any claims under this bond may be addressed to: (Name and Address of Surety or U.S. Specialty Insurance Company Agent for Service in California) 801 South Figueroa Street #700 Los Angeles, CA 90017 APPROVED AS TO FORM: CITY ATTORN�Y'S OFFICE Date: 1l/Ifs Z.� (abA In C. Harp " Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED R.E. Schultz Construction, Inc. Page B-3 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or otherofficer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On October 29, 2025 before me, L. Nahina Pfister, Notary Public Date Here Insert Name and Title of the Officer personally appeared Blake A. Pfister Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing L. NAHINA PFISTER paragraph is true and correct. ieMy Notary Public Californiae WITNESS my hand and official seal. Orange County Commission # 2479518 Comm, Expires Jan. 13, 2028 Sign rure—_ Place Notary Seal and/or Stamp Above Signature of Notary Pt/ lic Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bond 10 01 2 31 15 0 Document Date: October 29, 202 Signer(s) Other Than Named Above: N_/A; None Capacity(ies) Claimed by Signer(s) Signer's Name: Blake A. Pfister ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual X Attorney in Fact ❑ Trustee. ❑ Guardian or Conservator ❑ Other: Signer is Representing: U.S. Specialty Insurance Company Number of Pages: Signer's Name: ----- ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: :...Gt. :. . F�:'•.:......y-..^......v.. ........ -fir. :..rti. ... .' ..._�.:� '- ' ij:�: - a^::•Y -(%�v L?7iv National Notary• • BOND NO. 1001231150 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California (seal) County of } ss. On 20 before me, Notary Public, personally appeared see attached acknowledgment proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. see attached acknowledgment Signature (seal) R.E. Schultz Construction, Inc. Page B-4 TOKIOMARINE HCC POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: Blake A. Pfister of Mission Viejo, California its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed *****Five Million***** Dollars ( ***$5,000,000.00*** ). This Power of Attorney shall expire without further action on January 31 It 2028. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1 It day of Felbruary 2024., ,o�`PpcYORs �.i`,��NOINc ,, ��� 5 SU/��T,, `y�\L�, 1,�sura��.AMERICAN CONTRACTORS INDEMNITY COMPANY, TEXAS e BONDING COMPANY, UNITED STATES SURETY COMPANY, •;'y•.a �Q' F, -f`_ U.S. SPEC ALTY INSURANCE COMPANY () IWOHPO9ATED : =_ W ; z /��/�� HI1 �. N z �+ SEPT 25. 199D - Y i r /j��I :y :`ateBy: Daniel P. Aguilar, ice President A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On this 1st day of February 2024, before me, D. Littlefield, a notary public, personally appeared Daniel P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and offi ' I seal. u LMUFIELD C _ Notuy Pub& • Camornle Los ArOtoW CKy Signature (seal) Commtulon 124785" My Comm. Expires An 31, 2029 I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this 29th day ofoctober , 2025 . Bond No. 1001231150 _, � . .... o -- ,y , •..�-, : tea: is � ; � '•0..' - -- c� k�. .O g a: Agency No. 3074 =J: „GOPPOATE� As='W;: ;Z=_o:�/!�% r Rill rr _�= Kio Lo; A ar:: ;retary. 'v¢` SEPT. 25. ION i<_- --Wi i9c L7'•., //�` ,f FOF1�� \`` * + HCCSMANPOA02/2024 Hoop ' '9q, °'poq„I tmhcc.comfsurety for more information CALIFORNIA ALL- (PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On 11/05/2025 before me, D. Mindiola, Notary Public (Hera insert name and title of the officer) personally appeared Chris Thomas who proved to me on the basis of satisfactory evidence to be the persons)'whose name(s)iis/are subscribed to the within instrument and ,acknowledged to me that he/she/they executed the same in j i5/her/their authorized capacity(ies), and that by Kis/her/their signatures) -on the instrument the person(a), or the entity upon behalf of which the person(s) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. D. MINDIOLA WITNESS my hand and official seal. y�"°�`r ,: ;... ,a Notary Public - California = Orange County > n� � Commission # 2511623 My Comm. Expires Mar 5, 2029 Notary Public Signature (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2015 Version v riw.NotaryClasses.com 800-873-9865 INSTRtJCTIONS FOR COMPLETING THIS FORM This form co plies irit/r current California statutes regarding notai-y irording curd, f needed, should be completed and attached to the document. Acknoirledgments from other states may be completed for documents being sent to that state so long as the irording does not require the California notate to violate California notary Imr. • State and County information most be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization most be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing oft incorrect fornis (i.e. 4/she/flw -- is /afe ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges. re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public most match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO. CFO, Secretary). • Securely attach this document to the signed document with a staple. EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its City Council, boards and commissions, officers, agents, volunteers, employees. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its City Council, boards and commissions, officers, agents, volunteers, employees. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary excess/umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than two million dollars ($2,000,000) per occurrence, four million dollars ($4,000,000) general aggregate and four million dollars ($4,000,000) completed operations aggregate. The policy shall cover liability arising from bodily injury, property damage, products -completed operations, personal and advertising injury, and liability assumed under an insured contract R.E. Schultz Construction, Inc. Page C-1 (including the tort liability of another assumed in a business contract). Contractor shall submit to City, along with a certificate of insurance, additional coverage as stated in Section 4. Other Insurance Requirements. C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than two million dollars ($2,000,000) combined single limit for each accident. Contractor shall submit to City, along with a certificate of insurance, additional coverage as stated in Section 4. Other Insurance Requirements. D. Builder's Risk Insurance. Contractor shall maintain Builders Risk insurance or an installation floater as directed by City, covering damages to the Work for "all risk" or special causes of loss form with limits equal to 100% of the completed value of the Contract, with coverage to continue until final acceptance of the Work by City. At the discretion of City, the requirement for such coverage may include additional protection for Earthquake and/or Flood. City shall be included as an insured on such policy, and Contractor shall provide City with a copy of the policy. E. Excess/Umbrella Liability Insurance. If any Excess or Umbrella Liability policies are used to meet the limits of liability required by this contract, then said policies shall be "following form" of the underlying policy coverage, terms, conditions, and provisions and shall meet all of the insurance requirements stated in this contract, including, but not limited to, the additional insured and primary & non-contributory insurance requirements stated herein. No insurance policies maintained by the City, whether primary or excess, and which also apply to a loss covered hereunder, shall be called upon to contribute to a loss until the Contractor's primary and excess/umbrella liability policies are exhausted. Contractor shall submit to City, along with a certificate of insurance, additional coverage as stated in Section 4. Other Insurance Requirements. F. Pollution Liability Insurance. Contractor shall maintain a policy providing contractor's pollution liability ("CPL") coverage with a total limit of liability of no less than five million dollars ($5,000,000) per loss and five million R.E. Schultz Construction, Inc. Page C-2 dollars ($5,000,000) in the aggregate per policy period. Claims -made policies require a 10-year extended reporting period. The CPL policy shall include coverage for cleanup costs, third -party bodily injury and property damage, including loss of use of damaged property or of property that has not been physically injured or destroyed, resulting from pollution conditions caused by contracting operations. Coverage as required in this paragraph shall apply to sudden and non -sudden pollution conditions resulting from the escape or release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, waste materials, or other irritants, contaminants, or pollutants. The CPL shall also provide coverage for transportation and off -Site disposal of materials. The policy shall not contain any provision or exclusion (including any so-called "insured versus insured" exclusion or "cross - liability" exclusion) the effect of which would be to prevent, bar, or otherwise preclude any insured or additional insured under the policy from making a claim which would otherwise be covered by such policy on the grounds that the claim is brought by an insured or additional insured against an insured or additional insured under the policy. Contractor shall submit to City, along with a certificate of insurance, additional coverage as stated in Section 4. Other Insurance Requirements. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City of City, its City Council, boards and commissions, officers, agents, volunteers, employees, or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, excess/umbrella liability, pollution, and automobile liability, if required, but not including professional liability, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers, employees shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its City Council, boards and commissions, officers, agents, volunteers, employees. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute R.E. Schultz Construction, Inc. Page C-3 with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each quired coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. E. Subcontractors. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. Limits of liability for General Liability in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types R.E. Schultz Construction, Inc. Page C-4 of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self -insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self -insured retention, the self -insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self -insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to R.E. Schultz Construction, Inc. Page C-5 terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. R.E. Schultz Construction, Inc. Page C-6 # 3 S & . \ § 7 ) ) = � 2 0 k 2 Q k LL ƒ 7 / 2 \ j \ 0 6 / @ 2 a . / 2 E 3 / / \ LU q \ / 3 g $ . ± $ § a / ) E / E . U. \ � @ Q \ § \ j m 7 \ f \ � p a ) § o } \ § k I 2 m b § T ° 6 2 - \ k ] » 7 § t ¥ 9 /. 5 a % \ k k \ ƒ \ k $ 2 2. O e q• u . O 0 \ k CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 2024-2025 Playground Improvements Project CONTRACT NO. C-9753-1 PART 1 - GENERAL PROVISIONS 1 SECTION 1— TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 1-2 TERMS AND DEFINITIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 1 1 2 2 2 2 2 2 2 3 3 3 3 3 4 4 4 4 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 4 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 4 6-1.1 Construction Schedule 4 6-7 TIME OF COMPLETION 5 6-7.1 General 5 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 6 6-9 LIQUIDATED DAMAGES 6 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 6 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 6 7-1.2 Temporary Utility Services 7 7-2 LABOR 7 7-2.2 Prevailing Wages 7 7-8 WORK SITE MAINTENANCE 7 7-8.1 General 7 7-8.4 Storage of Equipment and Materials 7 7-8.4.2 Storage in Public Streets 7 7-8.6 Water Pollution Control 7 7-8.6.2 Best Management Practices (BMPs) 7 7-10 SAFETY 8 7-10.3 Haul Routes 8 7-10.4 Safety 8 7-10.4.1 Work Site Safety 8 SECTION 9 - MEASUREMENT AND PAYMENT 8 9-2 LUMP SUM WORK 8 9-3 PAYMENT 9 9-3.1 General 9 9-3.2 Partial and Final Payment. 11 PART 2 - CONSTRUCTION MATERIALS 11 SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS 11 201-1 PORTLAND CEMENT CONCRETE 11 201-1.1 Requirements 12 201-1.1.2 Concrete Specified by Class and Alternate Class 12 201-2 REINFORCEMENT FOR CONCRETE 12 201-2.2 Steel Reinforcement 12 201-2.2.1 Reinforcing Steel 12 SECTION 203 — BITUMINOUS MATERIALS 12 203-16.1 General 12 203-16.2 Installation 13 203-16.3 Warranty 13 SECTION 219—PLAYGROUND EQUIPMENT 13 219-1 PLAYGROUND EQUIPMENT 13 219-1.1 General 13 219-1.2 Submittals 13 219-1.3 Warranty 14 SECTION 220 —PLAYGROUND SAND 14 220-1 PLAYGROUND SAND 14 220-1.1 General 14 PART 3 - CONSTRUCTION METHODS 14 SECTION 300 - EARTHWORK 14 300-1 CLEARING AND GRUBBING 14 300-1.3 Removal and Disposal of Materials 14 300-1.3.1 General 15 APPENDIX A 16 PART 1— GENERAL 16 1.01 POURED IN PLACE PLAYGROUND SURFACING 16 1.02 PERFORMANCE REQUIREMENTS 16 PART 2 — PRODUCTS 17 2.01 PRODUCT SCOPE 17 2.02 CUSHION LAYER SECTION 18 2.03 WEAR COURSE 18 2.04 BINDER 19 PART 3 - MATERIALS 19 PART 4 - EXECUTION 20 4.01 SITE PREPARATION 20 4.02 INSTALLATION 21 APPENDIX 8 23 RENDERINGS 23 SPYGLASS HILL 23 BONITA CANYON 23 APPENDIX C 24 TREE GRATE PLAN - BONITA CANYON 24 APPENDIX D 25 LANDSCAPE STRUCTURES, INC. - PLAYGROUND SPECIFICATIONS 25 SPYGLASS HILL 25 BONITA CANYON 25 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 2024-2025 Playground Improvements Project CONTRACT NO. C-9753-1 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. B-5332-S); (3) the City's Design Criteria and Standard Drawings for Public Works Construction, (2021 Edition); (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements. The City's Design Criteria and Standard Drawings for Public Works Construction are available at the following website: http://www. newportbeachca.gov/government/departments/public-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of the award and until completion of work, the Contractor shall possess a Class "A" license. "D-34" (prefabricated equipment) and "D-12" (synthetic Page SP 1 of 25 products/rubber surfacing) license is required for installer of playground equipment and rubber surfacing, respectively. At the start of work and until completion, the Contractor and all Subcontractors shall possess a valid Business License issue by the City. "D-34" licensed playground equipment installer (Prime or Subcontractor) shall possess the following current certifications by relevant members of the project team assigned to City project, at time of bid: a) CPSI certification (Certified Playground Safety Inspector) b) Factory certified installer (Playcraft Systems) c) LSI certified installer (Landscape Structures Incorporated) If there is a conflict or discrepancy, City CPSI representative's determination shall control. If the "D-34" license holder is a Subcontractor, Contractor MUST provide an additional Technical Ability and Experience References form (Using the attached form) listing out the Subcontractor's experience with public agency playground related projects in the past 2 years and in excess of $150,000. Additionally, Contractor MUST provide copies of certification (or D-34 Subcontractor's certification) as described in this section. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-6 WORK TO BE DONE The work necessary for the completion of this contract consists of removing and disposing of the existing playgrounds at Spyglass Hill and Bonita Canyon Sports Parks (1 Narbonne Newport Beach, CA 92660 and 1990 Ford Rd, Newport Beach, CA 92660, respectively) and replacing them with new playgrounds along with associated improvements/work as outlined in the Plans (Drawing No. B-5332-S). SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Page SP 2 of 25 Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profit: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. 3-3.2.3.2 Work by a Subcontractor Delete this section and replace with the following: When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be applied by the Subcontractor to the actual costs and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the total subcontracted cost may be added by the Contractor. To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48-hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner Page SP3of25 in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the Contractor has potholed and verified points of connection and related connection material requirements, and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sandblasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better at the Contractor's expense. 5-2 PROTECTION In the event that an existing pull box, meter box or any other utility box is damaged by the Work and is not re -useable, the Contractor shall provide and install a new replacement pull box, meter box or any other utility box of identical type and size at no additional cost to the City. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. Construction work shall NOT be performed during summer months Memorial Day through Labor Day). The Engineer will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion Page SP 4 of 25 requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In addition, Contractor shall prepare 2-week look -ahead schedules on a bi-weekly basis with detailed daily activities. 6-7 TIME OF COMPLETION 6-7.1 General After the provision of a material and equipment procurement schedule, the Engineer shall issue a Notice to Procure. The time allotted during the Notice to Procure shall be granted for shop drawing preparation, permit approval, equipment manufacturing and delivery. The city currently estimates the Notice to Procure time to be 90 calendar days. The Notice to Proceed will be issued at the expiration of the Notice to Procure. The Contractor shall complete all work under the Contract within 40 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Unless otherwise approved by the Engineer, construction shall start on [date]. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., outside of the working hours. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. The following days are designated City holidays and are non -working days: 1. January 1 st (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) — SUMMER SEASON BEGINS 5. July 4t" (Independence Day) 6. First Monday in September (Labor Day) — SUMMER SEASON ENDS 7. November 11 t" (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24t", (Christmas Eve) Page SP 5 of 25 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 St (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full-size set of plans to the Engineer. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be at the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES For each consecutive calendar day after the time specified under the approved schedule as part of the Notice to Procure in Section 6-7.1, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500.00. For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work after the issuance of the Notice to Proceed, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000.00. Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES Page SP 6 of 25 7-1.2 Temporary Utility Services If the Contractor elects to use City water, Contractor shall arrange for a meter and tender a $973.00 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, dust control, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing such water. 7-2 LABOR 7-2.2 Prevailing Wages In accordance with California Labor Code Section 1720.9, hauling and delivery of ready - mixed concrete for public works contracts are subject to prevailing wages. 7-8 WORK SITE MAINTENANCE 7-8.1 General All vandalism, including graffiti, at the work site shall be removed by the Contractor within 24 hours. 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) Page SP 7 of 25 The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and backcharging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. 7-10 SAFETY 7-10.3 Haul Routes Haul routes shall be submitted to the Engineer for review and approval. 7-10.4 Safety 7-10.4.1 Work Site Safety The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within 15 days after award of contract. Page SP 8 of 25 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Item No. 2 Spyglass demolition: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing of (demolition) all existing improvements/elements at the Spyglass Hill Park playground identified for removal in the Plans (Drawing No. B-5332-S). Item No. 3 Spyglass Bench: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing, disposing of and replacing (furnishing and installing) the existing bench at the Spyglass Hill Park playground as identified in the Plans (Drawing No. B-5332-S). Item No. 4 Spyglass Picnic Tables: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing, disposing of and replacing (furnishing and installing) the existing picnic tables at the Spyglass Hill Park playground as identified in the Plans (Drawing No. B-5332-S). Item No. 5 Spyglass Power Wash: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for power washing the existing seat/retaining wall at the Spyglass Hill Park playground as identified in the Plans (Drawing No. B-5332-S). Item No. 6 Spyglass Trash Cans: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing, disposing of and replacing (installing, furnished by city) the existing trash can and trash can lids at the Spyglass Hill Park playground as identified in the Plans (Drawing No. B-5332-S). Page SP 9 of 25 Item No. 7 Spyglass PIP : Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing the 4" concrete subbase layer, turndowns, 3.5" PIP cushion layer and '/2" PIP wear course at the Spyglass Hill Park playground as identified in the Plans (Drawing No. B-5332-S). Item No. 8 Spyglass Sand: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing the new sand at the Spyglass Hill Park playground as identified in the Plans (Drawing No. B-5332-S). This bid item assumes the existing sand is not reused. This bid item will not be paid if the existing sand is reused. Item No. 9 Spyglass Play Equipment Furnish: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing the new play equipment at the Spyglass Hill Park playground as identified in the Plans (Drawing No. B-5332-S). Item No. 10 Spyglass Play Equipment Install: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for installing the new play equipment (including footings, finish and install) at the Spyglass Hill Park playground as identified in the Plans (Drawing No. B-5332-S). Item No. 11 Spyglass French Drain: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for cleaning and adjusting the existing perforated/French drain as needed to accommodate play equipment footings at the Spyglass Hill Park playground as identified in the Plans (Drawing No. B-5332-S). Item No. 12 Bonita Demolition: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing of (demolition) all existing improvements/elements at the Bonita Canyon Sports Park playground identified for removal in the Plans (Drawing No. B-5332-S). Item No. 13 Bonita Bench Backrests: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for power washing/sanding/sandblasting and repainting the bench metal backrests at the Bonita Canyon Sports Park playground as identified in the Plans (Drawing No. B-5332-S). Item No. 14 Bonita Tree Grates: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for resizing/adjusting/leveling the tree grates at the Bonita Canyon Sports Park playground as identified in the Tree Grate Plan as well as adding mulch as needed to the tree wells. Item No. 15 Bonita Tree Relocate: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for relocating the tree at the Bonita Canyon Sports Park playground as identified in the Plans (Drawing No. B-5332- S) and associated irrigation adjustments. Page SP 10 of 25 Item No. 16 Bonita Mow Curb: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing the mow curb at the Bonita Canyon Sports Park playground as identified in the Plans (Drawing No. B-5332-S). Item No. 17 Bonita PIP: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing the 4" concrete subbase layer, turndowns, 3.5" PIP cushion layer and'/z" PIP wear course at the Bonita Canyon Sports Park playground as identified in the Plans (Drawing No. B-5332-S). Item No. 18 Bonita Sand: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing the new sand at the Bonita Canyon Sports Park playground as identified in the Plans (Drawing No. B- 5332-S). This bid item assumes the existing sand is not reused. This bid item will not be paid if the existing sand is reused. Item No. 19 Bonita Play Equipment Furnish: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing the new play equipment at the Bonita Canyon Sports Park playground as identified in the Plans (Drawing No. B-5332-S). Item No. 20 Bonita Play Equipment Install: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for installing the new play equipment (including footings, finish and install) at the Bonita Canyon Sports Park playground as identified in the Plans (Drawing No. B-5332-S). Item No. 21 As -Built Plan: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $1,000.00 is established for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -build drawings. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. PART 2 - CONSTRUCTION MATERIALS SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE Page SP 11 of 25 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Portland cement concrete shall be Class 560-C-3250 unless shown otherwise on the plans. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2-inch minimum cover unless shown otherwise on the plans. SECTION 203 — BITUMINOUS MATERIALS 203-16 RUBBERIZED PLAYGROUND SURFACES 203-16.1 General The Contractor shall hire an experienced sub -contractor or have crews experienced in constructing a 3.5-inch-thick cushion layer, with a 0.5-inch colorized playground wear surface, on a 4-inch thick P.C.C. slab. The Contractor shall submit references for the sub -contractor's previous work involving the construction of rubberized play surfaces to the Engineer for approval. The flexible surface cushion layer shall consist of shredded styrene butadiene rubber (SBR) adhered with a 100 percent solids polyurethane binder. The colorized wear course shall be 0.5-inch-thick consisting of colorized Ethylene Propylene Diene Monomer (EPDM) particles or Thermal Plastic Vulcanized (TPV) granules with an Aliphatic Binder. The rubberized playground surface shall be "Poured -in -place playground surfacing" as manufactured by TotTurf or Engineer approved equal and available through: Robertson Industries (TotTurf) 9370 Buffalo Ave #101 Rancho Cucamonga 91730 Phone: (800) 858-0519 So. Cal Dist: Vince Brantley Phone: (714) 904-8219 The materials shall be installed by a factory -qualified installer. Page SP 12 of 25 203-16.2 Installation The playground surfaces shall be installed per TotTurf specifications, or Engineer approved equivalent, to fully comply with ASTM and CPSC guidelines and standards for playground safety. 203-16.3 Warranty Poured in place surface shall maintain required impact attenuation characteristics and be guaranteed against defects in workmanship and material for a limited (5) year period. Warranty will be specific to maintenance requirements and performance standards of completed product. High Density TPV poured in place surface shall maintain required impact attenuation characteristics and be guaranteed against defects in workmanship and materials for a limited seven (7) year period. Warranty will be specific to maintenance requirements and performance standards of completed product. SECTION 219 — PLAYGROUND EQUIPMENT 219-1 PLAYGROUND EQUIPMENT 219-1.1 General Playground equipment and components shall be manufactured and installed per Landscape Structures, Inc. specifications. Playground equipment replacements shall be as designed by Coast Recreation, Inc., included in this package as Appendix B. 219-1.2 Submittals Contractor shall provide the following submittals prior to ordering playground equipment: • Playground equipment package for final parts and color selection • Equipment Operations and Maintenance Manuals • Standard warranty documentation Contractor shall obtain playground equipment submittals from: Coast Recreation, Inc. 3151 Airway Ave # A3, Costa Mesa, CA 92626 Phone: 714-619-0100 Attention: Gregg Rogers Cell: 949-633-1180 Page SP 13 of 25 219-1.3 Warranty Landscape Structures Inc. ("Manufacturer") warrants that all play structures and/or equipment sold will conform in kind and in quality to the specifications manual for the products identified in the Acknowledgment of Order and will be free of defects in manufacturing and material. Manufacturer further warrants: 100-Year Limited Warranty: On all PlayBooster® and PlayShaper® aluminum posts, stainless steel fasteners, clamps, beams and caps against structural failure due to corrosion/natural deterioration or manufacturing defects, and on PlayBooster steel posts against structural failure due to material or manufacturing defects. 3-Year Limited Warranty: On all other parts, i.e.: Pulse® products, all swing seats and hangers, Mobius climber handholds, Wiggle Ladders, Chain Ladders and ProGuardTM Swing Chain, Track Ride trolleys and bumpers, all rocking equipment including Sway Fun® gliders, belting material, HealthBeat® resistance mechanism, Seesaws, etc., against failure due to corrosion/ natural deterioration or manufacturing defects. The environment near a saltwater coast can be extremely corrosive. Some corrosion and/or deterioration is considered "normal wear" in this environment. Product installed within 500 yards (457 meters) of a saltwater shoreline will only be covered for half the period of the standard product warranty, up to a maximum of five years, for defects caused by corrosion. Products installed in direct contact with saltwater or that are subjected to salt spray are not covered by the standard warranty for any defects caused by corrosion. Contractor shall submit final warranty paperwork prior to release of retention payment. SECTION 220 — PLAYGROUND SAND 220-1 PLAYGROUND SAND 220-1.1 General Playground sand shall be supplied by the City. Otherwise, sand shall be silica sand #20W as provided by Oglebay Norton Industrial Sands, Inc. or approved equal. Contact: Mr. Brian Murrieta (949) 728-0195, ext. 216. Contractor shall submit a '/2 cu. ft. sample with sieve analysis for review and approval by Engineer prior to acquisition and delivery to site. PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Page SP 14 of 25 Removal and disposal of material shall be done by City approved licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link for Franchised Haulers List. 300-1.3.1 General The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of 3-feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items. Page SP 15 of 25 APPENDIX A PART 1 — GENERAL 1.01 POURED IN PLACE PLAYGROUND SURFACING Poured in place rubber playground surfacing shall consist of a polyurethane binder mixed with 100% recycled, shredded tire buffings which will make up the cushion layer. The cushion layer is capped with EPDM rubber granules mixed with a polyurethane binder creating the wear course; or with TPV granules mixed with an aliphatic binder. Surfaces shall comply with ADA and CPSC guidelines as well as ASTM Standards. 1.02 PERFORMANCE REQUIREMENTS Area Safety: Poured in place within playground equipment use zones shall meet or exceed the performance requirements of the CPSC, ADA, and Fall Height Test ASTM F 1292-18. The surface must yield both a peak deceleration of no more than 200 G-max and a Head Injury Criteria (HIC) value of no more than 1,000 for a head -first fall from the highest accessible portion of play equipment being installed as shown on drawings. Accessibility: Children's outdoor play areas shall be in compliance with the Uniform Federal Accessibility Standards (UFAS) FED-STD-795 and the Architectural and Engineer Instructions (9AE1) Design Criteria. The requirements of the Americans with Disabilities Act Accessibility Guidelines (ADAAG) 28 CFR Part 36 that provide equal or greater accessibility than the requirements of UFAS must also be met in children's outdoor play areas. Poured in place surfaces intended to serve as accessible paths of travel for persons with disabilities shall be firm, stable and slip resistant, and shall meet the requirements of ASTM F 1951-14 and ASTM F 1292-18. Poured in place surfaces shall be manufactured and installed by trained and experienced installers. .qi ihmittalc- The following shall be submitted for rubber surfacing for playgrounds: • One original hard copy of the submittal package will be provided. • Manufacturer's descriptive data and installation instructions. • Manufacturer's details showing depths of wear course and sub -base materials, anchoring systems and edge details. Page SP 16 of 25 • Upon request, a listing of comparable installations where products similar to those proposed for use have been installed and have been in service for a minimum period of three years. This list shall include owner, address of installation, date of installation, contact person, and phone number. • Upon request, 4-inch by 6-inch samples of the proposed material for this project. IPEMA certification shall be mandatory. Delivery, Storage and Handling: Materials and equipment shall be delivered and stored in accordance with the manufacturer's recommendations. Project Site Conditions: Poured in Place surfacing must be installed on a dry sub -surface, with no prospect of rain within the initial drying period, and within the recommended temperature range of the manufacturer. Installation in weather condition of extreme heat, less than 55 degrees (F), and/or high humidity may affect cure time, and the structural integrity of the final product. Immediate surrounding sites must be reasonably free of dust conditions or this could affect the final surface look. Warranty: Poured in place surface shall maintain required impact attenuation characteristics and be guaranteed against defects in workmanship and material for a limited five (5) year period. Warranty will be specific to maintenance requirements and performance standards of completed product. High Density TPV poured in place surface shall maintain required impact attenuation characteristics and be guaranteed against defects in workmanship and materials for a limited seven (7) year period. Warranty will be specific to maintenance requirements and performance standards of completed product. PART 2 — PRODUCTS Safety surfacing shall consist of synthetic materials meeting the requirements of this specification. 2.01 PRODUCT SCOPE (a) Poured in Place Surface: The poured in place surface shall consist of 100 percent recycled shredded tire material mixed with a polyurethane binder and capped with either an EPDM granule and mixed with polyurethane, or a TPV granule mixed with an aliphatic binder. (b) It shall consist of a uniform material manufactured in such a way that the top portion meets the requirements specified herein for wear surface. Page SP 17 of 25 (c) The type of safety surfacing shall be a poured -in -place system and shall be indicated on the drawings. 2.02 CUSHION LAYER SECTION (a) Impact Attenuating Cushion Layer: Cushion Layer consists of shredded styrene butadiene rubber (SBR) adhered with a 100 percent solids polyurethane binder to form a resilient porous material. (b) Strands of SBR may vary from 0.5 mm - 2.0 mm in thickness by 3.0 mm - 20 mm in length. (c) Foam or rubber granules are not to be permitted in cushion layer. (d) Binder shall be between 10-14 percent of the total weight of the material, and shall provide 100 percent coating of the particles. (e) The cushion layer shall be compatible with the wear course and must meet requirements herein for impact attenuation. 2.03 WEAR COURSE (a) Wear Course shall consist of Ethylene Propylene Diene Monomer (EPDM) with polyurethane binder formulated to produce an even, uniform, seamless surface up to 2000 square feet. (b) Wear Course shall consist of Thermal Plastic Vulcanized (TPV) granules with an aliphatic binder formulated to produce an even, uniform, seamless surface up to 2000 square feet. (c) Wear Course shall consist of High Density Thermal Plastic Vulcanized (TPV) granules with an aliphatic binder formulated to produce an even, uniform, seamless surface up to 2000 square feet (d) EPDM shall be peroxide cured with an EPDM content of 26 percent and shall include a Processing aid to prevent hardness with 26% poly content to maintain dynamic testing characteristics, weatherization and UV stability. (e) ASTM D2240 (Shore A) hardness of 55-65, not less than 26 percent rubber hydrocarbons. (f) Size of EPDM rubber particles shall be 1-4 mm across. Binder shall be not less than 20 percent of total weight of rubber used in the wear surface, and shall provide 100 percent coating of the particles. (g) TPV shall be angular granules with a (Shore A) hardness of 65°A ±5 and particle size between 1-4mm. Binder shall be not less than 20 percent of total weight of rubber used in the wear surface, and shall provide 100 percent coating of the particles. Page SP 18 of 25 (h) High Density TPV shall be angular granules with a (Shore A) hardness of 65°A ±5 and particle size between .5-1.5mm. Binder shall be not less than 20 percent of total weight of rubber used in the wear surface, and shall provide 100 percent coating of the particles. (i) Thickness of wear course shall be a minimum 0-5-inch. 0) The wear course shall be porous. 2.04 BINDER (a) No Toluene Oiphenel Isocyanate (TOI) shall be used. (b) No filler materials shall be used in urethane such as plasticizers and the catalyzing agent shall contain no heavy metals. (c) Weight of polyurethane shall be no less than 8.5 lbs./gal. and no more than 9.5 lbs./gal. (d) Manufacturer is permitted to modify the type of urethane required to match extreme weather conditions. Substitutions must be equal to or exceed VORAMER quality and be manufactured by Dow Chemical. PART 3 — MATERIALS (a) Wear Course - EPDM Granules: Manufacturer: NH Rubber Products and Rosehill Polymers As distributed by: Robertson Industries, Inc. - (800) 858-0519 Location Used: Playground Area (b) Wear Course- 1-4mm TPV Granules: Manufacturer: Rosehill Polymers As distributed by: Robertson Industries, Inc. - (800) 858-0519 Location Used: Playground Area (c) Wear Course- .5-1.5mm TPV Granules: Manufacturer: Rosehill Polymers As distributed by: Robertson Industries, Inc. - (800) 858-0519 Location Used: Playground Area (d) Cushion Layer - TotTurf Shredded SBR As distributed by: Robertson Industries, Inc. - (800) 858-0519 Location Used: Playground Area (e) Binder - VORAMER MR 1099- extreme heat and humidity conditions Manufacturer: Dow Chemical As distributed by: Robertson Industries, Inc. - (800) 858-0519 Page SP 19 of 25 Location Used: Playground Area (f) Binder- VORAMER MR 1105- normal weather conditions Manufacturer: Dow Chemical As distributed by: Robertson Industries, Inc. - (800) 858-0519 Location Used: Playground Area (g) Binder- Voramer MR 1108- humid conditions Rubber Surfacing For Playgrounds T-- Manufacturer: Dow Chemical As distributed by: Robertson Industries, Inc. - (800) 858-0519 Location Used: Playground Area (h) Binder- Voramer MR 1160 Manufacturer: Dow Chemical As distributed by: Robertson Industries, Inc. - (800) 858-0519 Location Used: Playground Area (i) Binder- Aliphatic Urethane Premium, Non-Ambering Manufacturer: Acella Polyurethane Systems As distributed by: Robertson Industries, Inc. - (800) 858-0519 Location Used: Playground Area PART 4 - EXECUTION 4.01 SITE PREPARATION (a) Finished Grade: Verify that finished elevations of adjacent areas are as indicated on the drawings, that the appropriate subgrade elevation has been established for the particular safety surface to be installed, and that the subsurface has been installed in a true, even plane, and sloped to drain as indicated in drawings. To conform with ADA guidelines there must not be more than a two percent slope. (b) Sub Base: Tolerance of concrete subbase shall be within 1/8 inch in 10 feet. Tolerance of subbase shall be within 3/8 inch in 10 ft. Verify that subbase has been fully compacted in 2" watered lifts to 95 percent or greater. Sub base shall be a minimum of 4-inches and should exhibit positive drainage. (c) Curing of Concrete: If poured in place surfacing is installed, verify that concrete subbase has cured and that all concrete curing compounds and other deleterious substances that might adversely affect adhesion have been removed. Surface shall be clean and dry. (d) Drainage: Verify that sub -surfacing drainage, if required, has been installed to provide positive drainage. Page SP 20 of 25 4.02 INSTALLATION (a) Poured in Place Surfacing: Components of the poured in place surfacing shall be mixed on site in a rotating tumbler to ensure components are thoroughly mixed and are in accordance with manufactures recommendations. Installation of surfacing shall be seamless up to 2,000 square feet per day and completely bonded to concrete of subbase. Material shall cover all foundations and fill around all elements penetrating the surface. (b) Cushion Layer: Whenever practical, cushion layer of surfacing material shall be installed in one continuous pour on the same day of up to 2,000 square feet. When a second pour is required, step the seam and fully coat the step of the previous work with polyurethane binder to ensure 100 percent bond with new work. Apply adhesive in small quantities so that new cushion layer can be placed before the adhesive dries. (c) Wear Course: Wear Course must be either high quality peroxide cured EPDM or TPV granules. Wear surface shall be bonded to cushion layer. If necessary, additional primer will be used between the cushion layer and wear course. Apply adhesive to cushion layer in small quantities allowing the wear course to be applied before adhesive dries. Surface shall be hand troweled to a smooth, even finish. Except where the wear course is composed of differing color patterns, pour shall be continuous and seamless up to 2,000 square feet per day. Where seams are required due to color change, size or adverse weather, a step configuration will be constructed to maintain wear course integrity. The edge of initial pour shall be coated with adhesive and wearing surface mixture shall be immediately applied. Pads with multiple seams are encouraged to include a top coat of urethane before being placed into use. Butt joint seams are not acceptable except for repairs. Under special conditions and with owners written approval seams may be permitted in same color pad. Consult with manufacturer for specific applications. (d) Perimeter: Concrete perimeter must be saw cut to size indicated on plans, or formed during pour, with surfacing rolled down inside void. Primer adhesive must be applied to all sides of the void. When connecting to a concrete curb or border the hardened edge shall be primed with adhesive and the final 2-inches shall be tapered to allow the wear surface material to be a minimum of 1.5-inch thick where it joins the concrete edge. (e) Thickness: Construction methods, such as the use of measured screeds 1/16 inch (1.0 mm) thicker than the required surfacing depth, shall be employed to ensure that full depth of specified surfacing material is installed. Surfacing system thickness throughout the playground equipment use zone shall be as required to meet the impact attenuation requirements specified herein. (f) Clean Up: Contractor shall work to minimize excessive adhesive on adjacent surfaces or play equipment. Spills of excess adhesive shall be promptly cleaned. Page SP 21 of 25 (g) Protection: The synthetic safety surface shall be allowed to fully cure in accordance with Manufacturer's instructions. The surface shall be protected by the Contractor from all traffic during the curing period of 48 hours or as instructed by the Engineer. END Page SP 22 of 25 APPENDIX B RENDERINGS SPYGLASS HILL BONITA CANYON Page SP 23 of 25 lf)& Spyglass Hill Park •/�r Its �nOO.ir INC.structures 1187386-01-05 • 11.18.2024 © 2024 Landscape Structures. All Rights Reserved I "r fli& Spyglass Hill Park �•/�I O�Lyj IOOESCOPB�QOL /NC structures 1187386-01-05 • 11.18.2024 02024 Landscape Structures. All Rights Reserved k& Spyglass Hill Park land 1187386-01-05 • 1118.2024 © 2024 Landscape Structures. All Rights Reserved T T JA 3 fli& Spyglass Hill Park �•/�I O�Lyj landscape�QOL INC, structures1187386-01-05 • 11.18.2024 0 2024 Landscape Structures. All Rights Reserved k& Spyglass Hill Park 0 landscape r / 1 i INC. 1187386-01-05 • 1118.2024 2024 Landscape Structures. All Rights Reserved lll/It Bonita Canyon Sports Park � /�orost landscape �Aecaeanov INC. structures118/597 01 OF; 09 01, 8/076 92025 Landscape Structures. All Rights Reserved. a air i�st e � =�} �.^174 r Ll 4, qqq r W IwoI Owl a r 630 F id ' 1 71 1 J kl� Bonita Canyon Sports Park GI//T"pp5f IOrl �RECRFATION INC.5tmctc- �. i ; 92025 Landscape Structures. All Rights Reserved. .." . NEWppRiSppR TS' APPENDIX C TREE GRATE PLAN — BONITA CANYON Page SP 24 of 25 2 Bonita Canyon Sports Park — Tree Grate Renovation Overview — Fields 3 & 4 fw- 4tiR '. 22 M irk t # 1 2 BSCP PARK# la# 1 Afr. Sumac 252 3506680 2 Afr. Sumac 251 3506679 3 Afr. Sumac 253 3506681 4 Afr. Sumac 250 3506678 5 Afr. Sumac 254 3506682 6 Afr. Sumac 249 3506677 7 Afr. Sumac 255 3506683 8 Afr. Sumac 248 3506676 9 Afr. Sumac 256 3506684 10 Afr. Sumac 247 3506675 11 Afr. Sumac 257 3506685 12 Afr. Sumac 246 3506674 13 Afr. Sumac 259 3506687 14 Afr. Sumac 258 3506686 15 Afr. Sumac 260 3506688 16 Afr. Sumac 261 3506689 17 Afr. Sumac 263 3506691 18 Afr. Sumac 262 3506690 19 Afr. Sumac 264 3506692 20 Afr. Sumac 265 3506693 21 Afr. Sumac 267 3506695 22 Afr. Sumac 266 350BG94 Pat Key f3 2 ID # Picture Recommendations 1 Park 3506680 1.) Pull Grate 252 2.) Clean Well 3.) Reinstall a , 2 Park 3506679 1.) Pull Grate 251 i 2.) Clean Well 3.) Reinstall - ``y������ ��`����'�� ��' ;�'�.%,•��%��%�� ram. - '�� FFR v _A\ 3 Park 3506681 - .� �'Q' : 1.) Pull Grate 253 %3' 2.) Flame Cut one grate to by - - - - one row of grate to enlarge hole -- - - 3.) Reinstall by rotating grate layout by 90 degrees, so that off center trunk is contained within the - - c newly enlarged hole During grate reinstall, grate seams should appear as such 4 Park 3506678 1.) Pull Grate 250 j ���' F. � �-� 2.) Clean Well 3.) Reinstall i. JW / .. fir'" • p "''� � -`� A *. fff _ 6 Park 3506677 1.) Tree Grate is wedged 249 2.) Remove tree grate -4 74 3.) Flame Cut both grates to ' t �, by one row to enlarge hole 4.) Reinstall grate _ o ,.r` ♦� P+' T5 �'' y�af1F ry k ` • 14 7 Park 3506683 1.) Pull Grate 255 2.) Flame Cut one grate to by s one row of grate to - enlarge hole 3.) Reinstall with the cut grate on the same side as the offset tree trunk 6fd/ i/z/�i l` Q p i51`\�\\ e r 8 Park 3506676. , 3 1.) Tree Grate is wedged 248 2.) Remove tree grate 3.) Flame Cut both grates to by one row to enlarge hole . 4.) Reinstall grate NX _ -�� ���.s `°® � S M � �'. �'`� ��_ �_ 1 �� `�\ _ #fir-'•- 01 9 Park 3506684 _- 1.) Tree Grate is wedged 256 k 2.) Remove tree grate 3.) Flame Cut one grate to by one row of grate to enlarge hole 4.) Reinstall by rotating grate layout by 90 degrees, so that off center trunk is contained within the 7 —rt — _ newly enlarged hole �! p j' � =� � . `�' � ��// r/�` �t � F c d *,����'i'°�.� ., •��, ate\ c� � ` �t )� I f r' During grate reinstall, grate .. ,� seams should appear as such S i�- � 10 Park 3506675 1.) Remove tree grate 247 2.) Flame Cut one grate to by one row of grate to enlarge hole 3.) Reinstall by rotating grate layout by 90 degrees, so that off center trunk is contained within the '- -; - newly enlarged hole � �•+y� per_` "'1 - - ` �'� �\\\ l� f���-� -. ��� �^ / �'�' ���� �?� �✓// %/ ,� f � Via= �ijx 1 �:' � tC �i During grate reinstall, grate seams should appear as such NO TREE GRATE -TREE IS IN PLANTER 11 Park 3506685 257 12 Park 246 3506674 NO TREE GRATE -TREE IS IN PLANTER 13 Park 3506687 4 1.) Tree Grate is wedged 259 2.) Remove tree grate 3.) Flame Cut one grate to by one row of grate to enlarge hole 4.) Reinstall by rotating grate layout by 90 degrees, so that off center trunk is contained within the newly enlarged hole VA z.. _ f.� i ,•'i r - die —d` Yv+� During grate reinstall grater seams should appear as such y' � "kN 14 Park 3506686 NO TREE GRATE -TREE IS IN PLANTER 258 15 Park 3506688 LL� _ 1.) Remove tree grate 260 2.) Flame Cut one grate to by one row of grate to enlarge hole 3.) Reinstall by rotating grate - - layout by 90 degrees, so that off center trunk is contained within the newly enlarged hole igfq During grate reinstall, grate seams should appear as such NO TREE GRATE —TREE IS IN PLANTER 16 Park 3506689 261 17 Park 3506691 1.) Tree Grate is wedged 263 ` 2.) Remove tree grate 3.) Flame Cut both grates to 14 by one row to enlarge - hole 4.) Reinstall grate -1100, ..,�`'F, If 18 Park 3506690 NO TREE GRATE -TREE IS IN PLANTER 262 19 Park 3506692 264 zi -r �'- !.I 1.) Remove tree grate 2.) Flame Cut one grate to by x> _ one row of grate to enlarge hole - 3.) Reinstall by rotating grate layout by 90 degrees, so that off center trunk is contained within the newly enlarged hole During grate reinstall, grate seams should appear as such 20 Park 3506693 NO TREE GRATE —TREE IS IN PLANTER 265 21 Park 3506695 1.) Remove tree grate 267 = -- - 2.) Flame Cut one grate to by one row of grate to enlarge hole - 3.) Reinstall by rotating grate Layout by 90 degrees, so rJ that off center trunk is T=' - contained within the newly enlarged hole ate`- F f et 0' During grate reinstall, grate seams should appear as such 22 Park 3506694 NO TREE GRATE -TREE IS IN PLANTER 266 Alternative Grate Method: :. Go with a new larger style of grate with a larger opening and enlarges the size of the tree well.... -_ _ - .ter--•� -_/ `''�-- 01 .. .w . , APPENDIX D LANDSCAPE STRUCTURES, INC. — PLAYGROUND SPECIFICATIONS SPYGLASS HILL BONITA CANYON Page SP 25 of 25 Material Specifications Quote: 1187386-01-05 1187386-01-05 8/26/2025 Material Specifications: 323661A Volo w/Shade DB Only Cable Assy.: (Cable) Made of tightly woven polyester -wrapped, six -stranded galvanized -steel cable with a polypropylene core. (Cable Connectors) 6063-T6 aluminum. Bumper: Molded from U.V. stabilized black EPDM rubber. Bug Screen: Weave .011 (0,28 mm) Ga. charcoal fiberglass screen. Net: Made of tightly woven polyester -wrapped, six -stranded galvanized -steel cable with a polypropylene core, color specified. Connector fabricated from 1.250" O.D. 6063-T6 aluminum. Fabric: Heavy duty, 62.9 mils (1.6 mm) thick professional grade shade fabric for tensioned structures and other shade applications. Made from UV stabilized HDPE monofilament and tape yarns. Specialized lock stitch knit for more air movement and better channeling of cooling breezeways. Constructed to block up to 97.7% of harmful UV sun rays. Fade and tear resistant, will not crack, rot or fray. Tensile strength warp 142.75 lbs. weft 560.67 lbs. Tear strength warp 42.03 lb. and weft 80.70 lbs.. Burst pressure 507.63 PSI. Live loads 5 psf. Remove fabric when wind speed is expected to exceed 105 mph and snow load is expected to exceed 5 psf, per International Building Code (IBC) 2012. Ball Knot: Rotationally molded from U.V. stabilized linear low -density polyethylene, color specified. Chain: Steel 1/4" (6,35 mm) straight link chain, 3,150 lb (1428,82 kilograms). working load limit. Finish: ProGuard. Clamps: Cast aluminum. Finish: ProShield, color specified. Corkscrew: Weldment comprised of 1.900" (48,26 mm) O.D. RS-20 (.090"-.100") (2,28 mm-2,54 mm) galvanized steel tubing, and 1.315" (33,40 mm) O.D. RS-20 (.080"-.090") (2,03 mm-2,28 mm) galvanized steel tubing. Finish: ProShield, color specified. Cable: Made from 1/4" (6,35 mm) 7-19 galvanized steel cable and fastened with galvanized steel cable clamp. Magnet Rod: 1/2" (12,7 mm) diameter stainless steel. Exit Support: Weldment comprised of 2.375" (60,32 mm) O.D. x .120" (3,04 mm) black steel tubing and 1/4" (6,35 mm) x 3" (76,2 mm) mounting plate. Finish: ProShield, specify color. Exit Support: Weldment comprised of 2.375" (60,33 mm) O.D. RS-20 (.095" - .105") (2,41 mm x 2,66 mm) galvanized steel tubing and 1/4" x 3" (6,35 mm x 76 mm) mounting plate. Finish: ProShield, 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). Firepole: Weldment comprised of 1.900" (48,26 mm) O.D. RS-20 (.090"-.100") (2,28 mm-2,54 mm) galvanized steel tubing, and 1.315" (33,40 mm) O.D. RS-20 (.080"-.090") (2,03 mm-2,28 mm) galvanized steel tubing. Finish: ProShield, color specified. Handhold Panel: Recycled Permalene, color specified. Panels: Recycled Permalene, color specified. Magnet Holder: Comprised of aluminum housing with ceramic magnet. Net Clamp: Weldment comprised of 1/4" x 1 3/4" (6,35 mm x 44,45 mm) HRPO flat steel and .375" (9,53 mm) stainless steel sheet. Finish: ProShield, color specified. Net Face Plate: Fabricated from 1/4" (6,35 mm) HRPO sheet steel. Finish: ProShield, color specified. Swing Seat Brkt: Weldment comprised of 1.66" (42,16 mm) O.D. RS-40 (.108" - .132") (2,74 mm-3,35 mm) wall galvanized steel tube, 1.000" (25,4 mm) O.D. x .750" (19,05 mm) I.D. 1018 steel tube and 7GA (.179") (4,55 mm) HRPO steel sheet. Finish: ProShield°, color specified. Footer (DB): Weldment comprised of 1.660" (42,16 mm) O.D. RS20 (.085"-.095") (2,16 mm-2,41 mm) galvanized steel tubing and 3/16" (4,75 mm) HRPO sheet steel. Finish: ProShield, color specified. Belt: Made from .315" (8,00 mm) thick mini rough top 3-ply rubber belting with polyester fabric plys, black in color. Offset Hanger Clamp Assembly: Cast aluminum. Finish: ProShield, color specified. Deck Hanger Clamp Assembly: Cast aluminum. Finish: ProShield, color specified. Flush Mount Cap: Weldment comprised of 4.675" (118,75 mm) O.D. x 4" (102 mm) long aluminum sleeve and 3/16" (4,75 mm) thick x 4.875" (123,83 mm) top cap. Finish: Tendertuff, color specified. Grab Bar: Weldment comprised of formed 7/8" (22,23 mm) O.D. x 11 GA (.120") (3,04 mm) and 1/4" x 1 3/4" (6,35 mm x (44,45 mm) stainless steel half clamps. Finish: TenderTuff, color specified. Rail: Extruded from 1.125" ((28,58 mm) O.D. x .312" (7,92 mm) wall. 6005-T5 aluminum. Finish: ProShield, color specified. Post: See PlayBooster (PB) General Specifications. Slide Hood: Rotationally molded from U.V. stabilized linear low -density polyethylene, color specified. Square Deck: Flange formed from 12 GA (.105") (2,66 mm) sheet steel conforming to ASTM A1011. Standing surface is perforated with 5/16" (7,92 mm) diameter holes. Deck face has (4) slotted holes for face mounting components. The finished size measures 2 5/8" x 47" x 47" (66,68 mm x 1194 mm x 1194 mm). Finish: TenderTuff, color specified. Triangular Deck Extension: Flange formed from 12 GA (.105") (2,66 mm) sheet steel conforming to ASTM A1011. Standing surface is perforated with 5/16" (7,92 mm) diameter holes. Deck face has (4) slotted holes for face mounting components. The finished size of two of the three sides measures 2 5/8" x 37 7/8" (66,68 mm x 962,03 mm) on the face of the deck and the other side measures 2 5/8" x 43 3/4" (66,68 mm x 1111,25 mm). Finish: TenderTuff, color specified. Handhold Panel: Recycled Permalene, color specified. Permalene Panels: Recycled Permalene, color specified. E-Pod: Rotationally molded from U.V. stabilized linear low -density polyethylene, color specified. Pod Bolt Plate: Weldment consists of 3/16" (4,75 mm) HRPO steel plate and 3/8" (9,53 mm) thick HRPO steel plate. Finish: ProShield, color specified. Pod: Rotationally molded from U.V. stabilized linear low -density polyethylene, color specified. Rail Spacer: Fabricated from 1.312" (33,32 mm) O.D. x 16 Ga. (.065") (1,65 mm) steel tubing. Finish: ProShield, color specified. Rope Tab Swivel: Made from 6061-T6 aluminum. Mid -Support: Weldment comprised of 1.660" (42,16 mm) O.D. RS-20 (.085" - .095") (2,16 mm-2,41 mm) galvanized steel tubing and 1/4" x 3" (6,35 mm x 76 mm) zinc plated flat steel. Finish: ProShield, color specified. Slide: Rotationally molded from U.V. stabilized linear low -density polyethylene, color specified. Spacer: One -color Permalene, color specified. Spacer Tube: Made from 6061-T6 aluminum 7/8" (22,23 mm) O.D. x 1 11/16" (42,85 mm). Finish: ProShield, color specified. Beam: Weldment comprised of 2.375" (60,33 mm) O.D. RS20 (.095"-.105") (2,41 mm-2,67 mm) wall galvanized steel tubing, 3/8" (9,53 mm) thick stainless steel plate, and 1/4" (6,35 mm) HRPO flat steel. Finish: ProShield, color specified. Step Support: Weldment comprised of 1.660" (42,16 mm) O.D. RS-20 (.080" - .095") (2,03 mm-2,41 mm) galvanized steel tubing and 1 3/4" x 1 3/4" x 1/8" (44,45 mm x 44,45 mm x 3,17 mm) HR angle. Finish: ProShield, color specified. Step: Formed from 12 GA (.105") (2,66 mm) sheet steel conforming to ASTM A1011. Finish: TenderTuff, color specified. Cable: Made of tightly woven polyester -wrapped, six -stranded galvanized -steel cable with a polypropylene core. (Cable Connectors) 6061-T6 aluminum. Footers: Comprised of HRPO steel sheet 0.250" thick. Finish: Hot Dip Galvanized. Saddle: Rotationally molded from U.V. stabilized linear low density polyethylene, color specified. Upper Beam: Weldment/assembly consisting of galvanized steel tube 3.5iOD .165W (RS40), Sheet HRPO .1046 (12ga) (Rib), SST sheet 3/8" (Tabs), zinc plated steel .25" (clamp), Finish: ProShield, color Specified. Medium & large Pentagon: Weldment/assembly consists of galvanized Steel Tube 1.315iOD .083W (RS20), SST sheet 3/8" (Tabs), Finish: ProShield, color Specified. Small Pentagon: Weldment/assembly consists of galvanized Steel Tube 1.029iOD .083W (RS20), SST sheet 3/8" (Tabs), Finish: ProShield, color Specified. TenderTuff Chain:Steel 1/4" straight link chain, 3,150 lb. working load limit. Finish: TenderTuff, Gray in color. Frame: Weldment/assembly consisting of galvanized steel tube 1.660iOD .0955W (RS20), Sheet HRPO 1/4" (Tabs), zinc plated steel .25" (clamp), Finish: ProShield, color Specified. Mounting Clamps/Plates: Weldment /Assembly consist of Sheet HRPO .179" (7ga), Sheet HRPO 1/4", zinc plated steel .25" (clamp), Finish: ProShield, color Specified. Pinch Plates: Weldment /Assembly consist of Sheet HRPO .179" (7ga), Pem Stud 3/8"OD, Finish: TenderTuff, Gray in color. Pentagon Sliders: Recycled Core Permalene°, color specified Rungs: Comprised of galvanized steel tube 2.375iOD .109W (RS20), End caps: Cast aluminum. Finish: ProShield, color specified. Belt: Made from .315" thick smooth (non -textured) 3-ply rubber belting with polyester fabric plys, Black in color. LSI Flexx: 6.6 mm cable comprised of braided polyester strands reinforced with a 2.5 mm galvanized steel cable for strength and vandal resistance. The cable has a minimum breaking load of 771.6 lbs. Permitter Cable: (Cable) Made of tightly woven polyester -wrapped, six -stranded galvanized -steel cable with a steel core. (Cable Connectors) 6063-T6 aluminum Net Face Plate: Fabricated from 3/8" HRPO sheet steel, 1/2" HRPO sheet steel, Finish: ProShield°, color specified. Hook Cover: Cast Aluminum 356-T6 Post: Comprised of 5" O.D. x 1/4"W galvanized steel tubing, Finish: ProShield, color specified. Post Cap: Weld ment/assembly comprised of galvanized steel tube SiOD .120W (11ga), Sheet HRPO .179" (7ga), Finish: ProShield, Color Specified. Shade Clamp: Weldment comprised of 1 /4" x 1-3 /4" HRPO flat steel and .375" stainless steel sheet. Finish: ProShield, color specified. Sit-down/Grab Bars: Weldment/assembly consists of galvanized steel tube 1.125iOD .120W(11ga), zinc plated steel .25" (clamp), Finish: ProShield, color Specified. Digi Panels: Sheet 5052-H32 Aluminum .190". Dye sublimation printed digital artwork is fused onto the powdercoated substrate. Frame: Weldment/assembly consisting of galvanized steel tube 2.375iOD .109W (RS20), galvanized steel tube 1.660iOD .095W (RS20), Sheet HRPO .179" 7ga, Finish: ProShield, color Specified. Frame: Weldment/assembly consisting of galvanized steel tube 1.315iOD .083W (RS20), Sheet HRPO .1196" 11ga (Tabs), zinc plated steel .25" (clamp), Finish: ProShield, color Specified. Talk Tube Cover: Solid color Permalene°, Black in color. Magnet Rod Cover: Fabricated from 1/4"(6,34mm) HRPO steel sheet. Finish: ProShield°, color specified. 115201A LW Post 10"Panel DB Post: See PlayShaper (PS) General Specifications. 184862A Tic-Tac-Toe Panel 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). Shafts: Fabricated from 1/2" (12,7 mm) diameter 203 stainless steel with ends tapped 5/16" (7,92 mm) 18UNC-2B. Tic Tac Toe Blocks: Rotationally molded from U.V. stabilized linear low -density polyethylene. Tic Tac Toe Bracket: Formed from .125" (3,17 mm) thick 5052 aluminum. Finish: ProShield, color specified. Permalene Panel: Panel measures 39 1/2" (1003,3 mm) wide x 30" (762 mm) high, color specified. iiE EAE:RZ!_1 Hole Panel 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). Permalene Panel: Panel measures 39 1/2" (1003,3 mm) wide x 30" (762 mm) high, color specified. 184894A Optigear Panel 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). Optigear Panel Assy.: (Panels) Two color Permalene, color specified. (Poly Panel) .236" (5,99 mm) thick clear polycarbonate, 3/8" (9,53 mm) threaded rod and 3/16" (4,75 mm) SST plate. 184868A Ball Maze Panel 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). Ball: 1/2" (12,7 mm) diameter, SST. Cover: Made from .177" (4,50 mm) thick x 18 5/16" (465,12 mm) diameter clear polycarbonate. Permalene Panel: Two color panel measures 39 1/2" (1003,3 mm) wide x 30" (762 mm) high, color specified. 182503C Welcome Sign (LSI Provided) Ages 5-12 years Direct Bury 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). Sign Panel: Panel is fabricated from 1/8" (.125")(3,17 mm) aluminum plate. Finish: ProShield®, gray in color. (Sign) Digital image is transfered to a 1/8" (.125")(3,17 mm) ProShield coated aluminum plate, then infused into the ProShield. Post: Weldment comprised 2.375" (60,33 mm) O.D. RS20 (.095-.105) (2,41 mm-2,67 mm) wall galvanized tube, 1/4" (6,35 mm) HRPO steel sheet and aluminum post cap. Finish: ProShield, color specified. 173591A OmniSpin Spinner Surface Mount 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). OmniSpin Spinner: Rotationally molded from U.V. stabilized linear low -density polyethylene, color specified. OmniSpin Spinner Frame Assembly: (Frame) Weldment comprised of 2.375" (60,33 mm)O.D. RS20 (.095"- .105") (2,41 mm-2,66 mm) wall galvanized steel tubing, 2.875" (73,03 mm) O.D. RS40 (.160"-.170") (4,06 mm-4,32 mm) wall galvanized steel tubing, 1/4" (6,35 mm) HR flat steel and 3 1/2" (88,9 mm) O.D. CF steel bar. (Base) Weldment comprised of 3/8" (9,53 mm) HRPO sheet steel and 3/16" (4,75 mm) HRPO sheet steel. (Shock Covers) 16 GA (.060") (1,52 mm) HRPO sheet steel. (Crank Arms & Pins) Fabricated from stainless steel. (Shocks) Gas shocks with fixed bearings. Finish: ProShield, black in color. 176038A Full Bucket Seat ProGuard Chains for 8' Beam Height 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). Full Bucket Seat: Made of U.V. stabilized high -quality black rubber encapsulating a 24 GA (.024") (0,61 mm) stainless steel reinforcement plate. Handles cast from 356-T6 aluminum alloy with black polyarmor paint finish. Handles attach to seat with (3) 1/4" (6,35 mm) x 1 5/16" (33,32 mm) long stainless steel rivets. The full bucket measures 9" (229 mm) deep x 10 1/2" (266,7 mm) wide. Chain/ProGuard: Steel 3/16" (4,75 mm) straight link chain, 800 lb. (362,87 kilograms) working load limit. Finish: ProGuard. 177332A Single Post Swing Frame 8' Beam Height Only DB Only 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). Beam: Weldment comprised of 2.375" (60,33 mm) O.D. RS-40 (.130" - .140") (3,30 mm-3,56 mm) galvanized steel tubing, 3" (76 mm) wide zinc -plated steel clamps and 1 1/4" (31,75 mm) housings w/bronze bushings. Finish: ProShield, color specified. Half Clamp: Cast aluminum. Finish: ProShield, color specified. Post: See PlayBooster (PB) General Specifications. 100121C Clubhouse w/Sq Poly Roof DB Standard Roof Logo 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). Bench: Flange formed from 12 GA (.105") (2,66 mm) sheet steel conforming to ASTM A1011. Seating surface is perforated with 1/4" (6,35 mm) diameter holes. Finish: TenderTuff, color specified. Support Leg: Weldment comprised of 2.375" (60,33 mm) O.D. RS-20 (.095" - .105") (2,41 mm- 2,66 mm) galvanized steel tubing and 1/4" x 2 1/2" x 9" (6,35 mm x 63,5 mm x 229 mm) flat plate. Finish: ProShield, color specified. Frame: Weldment comprised of 3/16" x 2 x 1 1/4" (4,75 mm x 51 mm x 31,75 mm) HRS angle and 3/16" x 2" (4,75 mm x 51 mm) flat steel bar. Finish: ProShield, color matched to posts. Post: See PlayShaper (PS) General Specifications. Permalene Panel: Panel measures 39 1/2" (1003,3 mm) wide x 30" (762 mm) high, color specified. Permalene Panel: Two color panel measures 39 1/2" (1003,3 mm) wide x 30" (762 mm) high, color specified. Poly Roof: Rotationally molded from U.V. stabilized linear low -density polyethylene, color specified. Roof Logo: Two color roof logo measures 41" (1041 mm) wide x 5 1/8" (130,18 mm) high, color specified. Roof Sleeve: Cast from A356 aluminum alloy. Table Panel: Recycled Permalene, color specified. 123832B SuperScoop Wheelchair Acc DB 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). Bucket: Almag 319 cast aluminum. Ground Pipe (DB): Fabricated from 1.660" (42,16 mm) O.D. schedule 80 black pipe, zinc -plated. Hand Control: Fabricated from 1.05" (26,67 mm) O.D. schedule 40 black pipe, zinc plated. Finish: ProShield, color specified. Pivot Arm: Fabricated from formed 3/8" (9,53 mm) HRPO flat steel, zinc plated. Finish: ProShield, color specified. Bearings: Made from oil impregnated bronze. 168661A Sensory Play Station Plate 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). Wall Plate: Fabricated from 1/4" (6,35 mm) HRPO steel plate. Finish: ProShield, color specified. 168100A Sensory Play Center Wall DB 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). Wall Mount Plate: Weldment comprised of 2.375" (60,33 mm) O.D. RS20 (.095"-.105") (2,41 mm-2,66 mm) wall galvanized steel tubing and 1/4" (6,35 mm) HRPO steel plate. Finish: ProShield, color specified. Wall Plate: Fabricated from 1/4" (6,35 mm) HRPO steel plate. Finish: ProShield, color specified. Wall: Rotationally molded from U.V. stabilized linear low -density polyethylene, color specified. 168101A Sensory Play Center Wall End DB 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). Wall Mount Plate: Weldment comprised of 2.375" (60,33 mm) O.D. RS20 (.095"-.105") (2,41 mm-2,66 mm) wall galvanized steel tubing and 1/4" (6,35 mm) HRPO steel plate. Finish: ProShield, color specified. Wall: Rotationally molded from U.V. stabilized linear low -density polyethylene, color specified. 177721A Rain Sound Wheel Panel 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). Rain Sound Wheel Panel Assy.: Assembly comprised of (Permalene Panels), color specified. (Shaft) 1" (25 mm) diameter x 4 3/4" (120,65 mm) long stainless steel. (Inner & Outer Rings) 16 GA. (.059") (1,50 mm) HRPO sheet steel. Finish: ProShield, color specified. (Brackets) 16 GA. (.059") (1,50 mm) HRPO sheet steel. Finish: Zinc plate with clear chromate finish. (Spacer) 3/4" (19,05 mm) diameter x 2 1/8" (53,98 mm) long stainless steel. (Flange Oilite Bearing) 1.625" (41,28 mm) diameter x 1.000" (25 mm) long. 168662A Marble Panel 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). Marble Panel Assy.: (Panels) Two color Permalene, color specified. (Poly Panel) Fabricated from .236" (5,99 mm) thick clear polycarbonate. (Marbles) 2" (51 mm) Diameter glass. 168105A Imagination Table 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). Permalene Panel: Two color, color specified. Landscape Structures Inc. ("Manufacturer") warrants that all playstructures and/ or equipment sold will conform in kind and in quality to the specifications manual for the products identified in the Acknowledgment of Order and will be free of defects in manufacturing and material. Manufacturer further warrants: 100-YEAR LIMITED WARRANTY On all PlayBooster° and PlayShaper° aluminum posts, stainless steel fasteners, clamps, beams and caps against structural failure due to corrosion/natural deterioration or manufacturing defects, and on PlayBooster steel posts against structural failure due to material or manufacturing defects. 15-YEAR LIMITED WARRANTY On all Evos° and Weevos° steel arches, all plastic components (including Tuff7imbersTm edging), all aluminum and steel components not covered above, Mobius° climbers, Rhapsody' Outdoor Musical Instruments, decks and TenderTuffT`" coatings (except Wiggle Ladders, Chain Ladders and Swing Chain) against structural failure due to material or manufacturing defects. 10-YEAR LIMITED WARRANTY On concrete products against structural failure due to natural deterioration or manufacturing defects. Does not cover minor chips, hairline cracks or efflorescence. 8- YEAR LIMITED WARRANTY On Aeronet° climbers and climbing cables against defects in materials or manufacturing defects. 5-YEAR LIMITED WARRANTY On Rhapsody® cables and mallets against defects in materials or manufacturing defects, on polycarbonate panels against defects in materials or manufacturing defects, and on bamboo panels against delamination due to defects in materials or manufacturing defects. Does not cover damage which may be associated with the natural characteristics of bamboo aging, including but not limited to discoloration, splitting, cracking, warping or twisting, nor the formation of algae, mold and other forms of fungal -type bodies on bamboo. 3-YEAR LIMITED WARRANTY On all other parts, i.e.: Pulse"" products, all swing seats and hangers, Mobius climber handholds, Wiggle Ladders, Chain Ladders and ProGuardTM Swing Chain, Track Ride trolleys and bumpers, all rocking equipment including Sway Fun' gliders, belting material, HealthBeat® resistance mechanism, Seesaws, etc., against failure due to corrosion/ natural deterioration or manufacturing defects. The environment near a saltwater coast can be extremely corrosive. Some corrosion and/or deterioration is considered "normal wear" in this environment. Product installed within 500 yards (457 meters) of a saltwater shoreline will only be covered for half the period of the standard product warranty, up to a maximum of five years, for defects caused by corrosion. Products installed in direct contact with saltwater or that are subjected to salt spray are not covered by the standard warranty for any defects caused by corrosion. This warranty does not include any cosmetic issues or wear and tear from normal use of the product, or misuse or abuse of the product. It is valid only if the playstructures and/or equipment are erected to conform with Landscape Structures' installation instructions and maintained according to the maintenance procedures furnished by Landscape Structures Inc. Material Specifications Quote: 1187392-01-06 1187392-01-06 8/27/2025 Material Specifications: 302740A Tidal Wave Climber 56"Dk DB Cable Assy.: (Cable) Made of tightly woven polyester -wrapped, six -stranded galvanized -steel cable with a polypropylene core. (Cable Connectors) 6063-T6 aluminum. 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). Belt: Made from .315" (8,00 mm) thick mini rough top 3-ply rubber belting with polyester fabric plys, black in color. Offset Hanger Clamp Assembly: Cast aluminum. Finish: ProShield, color specified. Permalene: 3/4" Thick HDPE Permalene, Specify color. Tidal Wave Barrier Bracket: Weldment comprised of galvanized steel tube 1.315"OD .083W (RS20), HRPO steel .1793i X 48i X 96i (7Ga), SST slug 1.315 X 5/8 TPD. Tidal Wave Lower Frame: Weldment/assembly consisting of galvanized steel tube 3.5iOD .120W (RS20), galvanized steel tube 2.375iOD .109W (RS20), SST sheet 3/8" (Tabs), zinc plated steel .25" (clamp) Tidal Wave Net Bracket: Weldment comprised of SST 3/8" (tab), HRPO steel .250". Tidal Wave Upper Frame: Weldment consisting of galvanized steel tube 1.9iOD .120W (RS40), HRPO steel sheet .1793" (7Ga), SST plate .375". 345325A Arcade Climber 96" Deck DB Only Arcade Weldment: Comprised of 1.900" O.D. RS-40 (.120"-.130") galvanized steel tubing, 1.315" O.D. RS-20 (.080"- .090") galvanized steel tubing and 1/4" flat steel. ProShield, 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). Offset Hanger Clamp Assembly: Cast aluminum. Finish: ProShield, color specified. Handhold Panel: Recycled Permalene, color specified. Spacer Tube: Made from 6061-T6 aluminum 7/8" (22,23 mm) O.D. x 1 11/16" (42,85 mm). Finish: ProShield, color specified. 152907A Deck Link w/Barriers Steel end panels 1 Step Clamps: Cast aluminum. Finish: ProShield, color specified. Barrier: Weldment comprised of 1.125" (28,58 mm) O.D. x 11 Ga. (.120") (3,04 mm) wall steel tubing, 5/8" (15,88 mm) O.D. steel bar with 203 or 303 stainless steel 3/8" (9,53 mm)threaded inserts. Finish: TenderTuff, color specified. Step Section: Formed from 12 GA (.105") (2,66 mm) sheet steel comforming to ASTM A1011. Standing surface is 24 1/4" (615,95 mm) wide x 14" (356 mm) deep and is perforated with 5/16" (7,94 mm) diameter holes. Finish: TenderTuff, 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). Spacer Tube: Made from 6061-T6 aluminum 7/8" (22,23 mm) O.D. x 1 11/16" (42,85 mm). Finish: ProShield, color specified. SteelX Panels: Zinc plated 7 GA (.179") (4,55 mm) HRPO flat steel. Finish: ProShield, color specified. No Material Spec for 043954 No Material Spec for 000120A No Material Spec for 000130A No Material Spec for 000123A No Material Spec for 000126A No Material Spec for 000124A No Material Spec for 000127A No Material Spec for 000129A No Material Spec for 012901 152911C Curved Transfer Module Left 48"Dk DB Clamps: Cast aluminum. Finish: ProShield, 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). Panels: Permalene, color specified. Railings: Weldment comprised of 1.125" (28,58 mm) O.D. x 11 GA. (.120") (3,04 mm) steel tubing with 203 or 303 stainless steel 3/8" (9,53 mm) threaded inserts. Finish: TenderTuff, color specified. Spacer Tube: Made from 6061-T6 aluminum 7/8" (22,23 mm) O.D. x 1 11/16" (42,85 mm). Finish: ProShield, color specified. Step Support: Weldment comprised of 1.660" (42,16 mm) O.D. RS-20 (.080" - .095") (2,03 mm-2,41 mm) galvanized steel tubing and 1 3/4" x 1 3/4" x 1/8" (44,45 mm x 44,45 mm x 3,17 mm) HR angle. Finish: ProShield, color specified. Step Sections/Top Step Section: Formed from 12 GA (.105") (2,66 mm) HRPO sheet steel conforming to ASTM A1011. Standing surface is 24 3/8" (619,13 mm) wide x 14" (355,6 mm) deep and is perforated with 5/16" (7,92 mm) diameter holes. Finish: TenderTuff, color specified. Deck Support: Weldment comprised of 3 1/2" (88,9 mm) O.D. RS-20 (.125") (3,17 mm) galvanized steel tubing and 3/8" (9,53 mm) O.D. x 5" (127 mm) long CRS rod. Finish: ProShield, color specified. Deck: Flange formed from 12 GA (.105") (2,66 mm) HRPO sheet steel conforming to ASTM A1011. Standing surface is perforated with 5/16" (7,92 mm) diameter holes and measures 29" (737 mm) per (2) sides. Finish: TenderTuff, color specified. 121948A Kick Plate 8"Rise 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). Kick Plate: Fabricated from 11 GA (.120") (3,04 mm) HR flat steel. Finish: TenderTuff, brown or gray in color. 111228A Square Tenderdeck 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). Deck Hanger Clamp Assembly: Cast aluminum. Finish: ProShield, color specified. Square Deck: Flange formed from 12 GA (.105") (2,66 mm) sheet steel conforming to ASTM A1011. Standing surface is perforated with 5/16" (7,92 mm) diameter holes. Deck face has (4) slotted holes for face mounting components. The finished size measures 2 5/8" x 47" x 47" (66,68 mm x 1194 mm x 1194 mm). Finish: TenderTuff, color specified. 119646A Tri-Deck Extension 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). Deck Hanger Clamp Assembly: Cast aluminum. Finish: ProShield, color specified. Triangular Deck Extension: Flange formed from 12 GA (.105") (2,66 mm) sheet steel conforming to ASTM A1011. Standing surface is perforated with 5/16" (7,92 mm) diameter holes. Deck face has (4) slotted holes for face mounting components. The finished size of two of the three sides measures 2 5/8" x 37 7/8" (66,68 mm x 962,03 mm) on the face of the deck and the other side measures 2 5/8" x 43 3/4" (66,68 mm x 1111,25 mm). Finish: TenderTuff, color specified. 111240A Balcony Deck Barrier: Weldment comprised of 5/8" (15,87 mm) solid steel vertical rails, 1 1/8" (28,57 mm) O.D. steel horizontal rails with 203 or 303 stainless steel welded inserts with 5/8" (15,87 mm) internal threads. Finish: TenderTuff, color specified. Deck: Fabricated from 12 GA (.105") (2,66 mm) sheet steel conforming to ASTM A1011. Standing surface is perforated with 5/16" (7,93 mm) diameter holes perforated. The finished size measures 2 5/8" x 34" (66,67 mm x 863 mm) (straight edge) x 17" (431 mm) radius (curved edge). Finish: TenderTuff, 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). 345285A Rain Sound Wheel Panel Above Deck 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). Offset Hanger Clamp Assembly: Cast aluminum. Finish: ProShield, color specified. Angled Panel Bracket: Weldment comprised of .190" (4,83 mm) thick 5052 aluminum formed angle with (2) 6005-T5 aluminum threaded tubes 1 1/8" (28,58 mm) O.D. x 1 1/2" (38,1 mm) long. Finish: ProShield, color specified. Permalene Panels: Recycled Permalene, color specified. Hub: Fabricated from 1/4" (6,35 mm) thick HRPO sheet steel. Finish: ProShield, color specified. Rain Sound Wheel Panel Assy.: Assembly comprised of (Permalene Panels), color specified. (Shaft) 1" (25 mm) diameter x 4 3/4" (120,65 mm) long stainless steel. (Inner & Outer Rings) 16 GA. (.059") (1,50 mm) HRPO sheet steel. Finish: ProShield, color specified. (Brackets) 16 GA. (.059") (1,50 mm) HRPO sheet steel. Finish: Zinc plate with clear chromate finish. (Spacer) 3/4" (19,05 mm) diameter x 2 1/8" (53,98 mm) long stainless steel. (Flange Oilite Bearing) 1.625" (41,28 mm) diameter x 1.000" (25 mm) long. Spacer Tube: Made from 6061-T6 aluminum 7/8" (22,23 mm) O.D. x 1 11/16" (42,85 mm). Finish: ProShield, color specified. 166809A E-Pod Seat 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). E-Pod: Rotationally molded from U.V. stabilized linear low -density polyethylene, color specified. Pod Casting: Fabricated from sand cast alloy 356 in accordance with ASTM B26. Finish: ProShield, color specified. 111404D 124"Alum Post DB Post: See PlayBooster (PB) General Specifications. IIIE,[ItL[y 132"Alum Post DB Post: See PlayBooster (PB) General Specifications. 111404B 140"Alum Post DB Post: See PlayBooster (PB) General Specifications. 111404A 148"Alum Post DB Post: See PlayBooster (PB) General Specifications. No Material Spec for 111404L 111404Z 182"Steel Post DB 44" Bury Post: See PlayBooster (PB) General Specifications. 154883A 265"Steel Post (60" Bury) For CoolTopper Single Post Pyramid Roof CoolTopper Post: Weldment comprised of 5" (127 mm) O.D. x 11 GA. (.120") (3,04 mm) galvanized steel tubing and 1/4" (6,35 mm) steel plate. Finish: ProShield, color specified. Footer Extension: Weldment comprised of 5" (127 mm) O.D. x 11 GA. (.120") (3,04 mm) galvanized steel tubing and 1/4" (6,35 mm) steel plate. Finish: ProShield, color specified. 154884A CoolToppers Single Post Pyramid Roof DB Only Clamp: Weldment comprised of 1/4" x 3" (6,35 mm x 76 mm) HRPO flat steel and 1/4" (6,35 mm) HRPO steel plate. Finish: ProShield, color specified. Extension Arms: Weldment comprised of 2.375" (60,33 mm) O.D. RS-20 (.095"-.105") (2,41 mm-2,66 mm) galvanized steel tubing, 1/4" (6,35 mm) steel plate and 1/4" (6,35 mm) diameter carbon steel J-hooks. Finish: ProShield, 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). CoolTopper Shade Top: Heavy duty, 62.9 mils (1.6 mm) thick professional grade shade fabric for tensioned structures and other shade applications. Made from UV stabilized HDPE monofilament and tape yarns. Specialized lock stitch knit for more air movement and better channeling of cooling breezeways. Constructed to block up to 97.7% of harmful UV sun rays. Fade and tear resistant, will not crack, rot or fray. Tensile strength warp 142.75 lbs. weft 560.67 lbs. Tear strength warp 42.03 lb. and weft 80.70 lbs.. Burst pressure 507.63 PSI. Remove fabric when wind speed is expected to exceed 90 mph and snow load is expected to exceed 5 psf, per International Building Code (IBC) 2009. 222708A WhooshWinder Slide 72"Dk DB 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). Offset Hanger Clamp Assembly: Cast aluminum. Finish: ProShield, color specified. Rail Spacer: Fabricated from 1.312" (33,32 mm) O.D. x 16 Ga. (.065") (1,65 mm) steel tubing. Finish: ProShield, color specified. Rail: 1 1/8" (28,58 mm) O.D. 6061-T6 aluminum extrusion with 5/16" (7,92 mm) walls. Finish: ProShield, color specified. Slide Sections: Rotationally molded from U.V. stabilized linear low -density polyethylene, color specified. Exit Footer: Weldment comprised of 2.375" (60,33 mm) O.D. RS-20 (.095" - .105") (2,41 mm-2,66 mm) galvanized steel tubing and 1/4" x 3" x 7 1/2" (6,35 mm x 76 mm x 191 mm) HRPO steel mounting plate. Finish: ProShield, color specified. Mid -Support: Weldment comprised of 1.900" (48,26 mm) O.D. RS20 (.090" - .100") (2,28 mm-2,54 mm) galvanized steel tubing and 7 GA. (.179") (4,54 mm) HRPO steel strap. Finish: ProShield, color specified. Deck Extension: Weldment comprised of 12 GA. (.105" (2,66 mm) HRPO sheet steel. Finish: Tender -Tuff coated, color specified. Dk. Ext. Panel: 7 GA. (.179")(4,54 mm) HRPO flat steel. Finish: ProShield°, color specified. Lower Support: Weldment comprised of 1.900" (48,26 mm) O.D. RS20 (.090"-.100") (2,28 mm - 2,54 mm) galvanized steel tubing and 1/4" (6,35 mm) flat steel. Finish: ProShield, color specified. 222708B WhooshWinder Slide 96"Dk DB 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). Offset Hanger Clamp Assembly: Cast aluminum. Finish: ProShield, color specified. Rail Spacer: Fabricated from 1.312" (33,32 mm) O.D. x 16 Ga. (.065") (1,65 mm) steel tubing. Finish: ProShield, color specified. Rail: 1 1/8" (28,58 mm) O.D. 6061-T6 aluminum extrusion with 5/16" (7,92 mm) walls. Finish: ProShield, color specified. Slide Sections: Rotationally molded from U.V. stabilized linear low -density polyethylene, color specified. Exit Footer: Weldment comprised of 2.375" (60,33 mm) O.D. RS-20 (.095" - .105") (2,41 mm-2,66 mm) galvanized steel tubing and 1/4" x 3" x 7 1/2" (6,35 mm x 76 mm x 191 mm) HRPO steel mounting plate. Finish: ProShield, color specified. Mid -Support: Weldment comprised of 1.900" (48,26 mm) O.D. RS20 (.090" - .100") (2,28 mm-2,54 mm) galvanized steel tubing and 7 GA. (.179") (4,54 mm) HRPO steel strap. Finish: ProShield, color specified. Lower Support: Weldment comprised of 1.900" (48,26 mm) O.D. RS20 (.090"-.100") (2,28 mm - 2,54 mm) galvanized steel tubing and 1/4" (6,35 mm) flat steel. Finish: ProShield, color specified. 182503C Welcome Sign (LSI Provided) Ages 5-12 years Direct Bury 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). Sign Panel: Panel is fabricated from 1/8" (.125")(3,17 mm) aluminum plate. Finish: ProShield°, gray in color. (Sign) Digital image is transfered to a 1/8" (.125")(3,17 mm) ProShield coated aluminum plate, then infused into the ProShield. Post: Weldment comprised 2.375" (60,33 mm) O.D. RS20 (.095-.105) (2,41 mm-2,67 mm) wall galvanized tube, 1/4" (6,35 mm) HRPO steel sheet and aluminum post cap. Finish: ProShield, color specified. 139262A Loop Arch 40"Dk DB Loop Arch: Weldment comprised of 1.660" (42,16 mm) O.D. RS-20 (.085" - .095") (2,16 mm-2,41 mm) galvanized steel tubing, 1.315" (33,40 mm) O.D. RS-20 (.080" - .090") (2,03 mm-2,28 mm) galvanized steel tubing and 1/4" (6,35 mm) flat steel. Finish: ProShield, 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). Handhold Panel: Recycled Permalene, color specified. 119981A Step Deck DB Step Deck: Flange formed from 11 GA (.120") (3,04 mm) sheet steel conforming to ASTM A1011. Standing surface is perforated with 5/16" (7,92 mm) diameter holes. Finish: TenderTuff, 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). Handloop: Weldment comprised of 1.125" (28,58 mm) O.D. x 11 GA (.120") (3,05 mm) steel tubing with 203 or 303 stainless steel inserts, with 5/8" (15,88 mm) internal thread. Finish: TenderTuff, color specified. Offset Bolt Bracket:Cast aluminum. Finish: ProShield, color specified. Support: Weldment comprised of 1.660" (42,16 mm) O.D. RS-20 (.085" - .095") (2,16 mm-2,41 mm) galvanized steel tubing and 1 3/4" x 1 3/4" x 1/8" (44,45 mm x 44,45 mm x 3,17 mm) zinc plated angle. Finish: ProShield, color specified. No Material Spec for 043955 No Material Spec for 043956 No Material Spec for 011582 iWA1MAOU Kick Plate 8"Rise 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). Kick Plate: Fabricated from 11 GA (.120") (3,04 mm) HR flat steel. Finish: TenderTuff, brown or gray in color. 111237A Square Tenderdeck 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). Square Deck: Flange formed from 12 GA (.105") (2,66 mm) sheet steel conforming to ASTM A1011. Standing surface is perforated with 5/16" (7,92 mm) diameter holes. 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" (66,68 mm x 1127,13 mm x 1127,13 mm). Finish: TenderTuff, color specified. 179362A Tri-Deck Kick Plate 8"Rise 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). Kick Plate: Fabricated from 11 GA (.120") (3,04 mm) HR flat steel. Finish: TenderTuff, brown or gray in color. 117495A Triangular Tenderdeck 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). Triangular Deck: Flange formed from 12 GA (.105") (2,66 mm) sheet steel conforming to ASTM A1011. Standing surface is perforated with 5/16" (7,92 mm) diameter holes. Deck face has (6) slotted holes for face mounting components. The finished size of two of the three sides measures 2 5/8" x 39 1/4" (66,68 mm x 996,95 mm) on the face of the deck and the other side measures 2 5/8" x 55 1/2" (66,68 mm x 1409,7 mm). Finish: TenderTuff, color specified. 111298A Mirror Panel Above Deck 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). Mirror: Grade 304 22 GA (.030") (0,76 mm) stainless steel #8 finish both sides. Permalene Panel: Two color panel measures 39 1/2" (1003,3 mm) wide x 30" (762 mm) high, color specified. 111287A Zoo Panel Above Deck 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). Permalene Panel: Panel measures 39 1/2" (1003,3 mm) wide x 30" (762 mm) high, color specified. 111396C 129"Post For Roof DB Post: See PlayShaper (PS) General Specifications. -------------------- 111397F 82"Post DB Post: See PlayShaper (PS) General Specifications. 111397E 90"Post DB Post: See PlayShaper (PS) General Specifications. -------------------- 111397D 98"Post DB Post: See PlayShaper (PS) General Specifications. 179225A Square Poly Roof Custom Logo Panels 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: ProShield, color specified. Poly Roof: Rotationally molded from U.V. stabilized linear low -density polyethylene, color specified. Roof Logo: Two color roof logo measures 41" (1041 mm) wide x 5 1/8" (130,18 mm) high, color specified. Roof Sleeve: Cast from A356 aluminum alloy. 132155E Double Slide 40"Dk DB Exit Support: Weldment comprised of 2.375" (60,33 mm) O.D. RS-20 (.095" - .105") (2,41 mm x 2,66 mm) galvanized steel tubing and 1/4" x 3" (6,35 mm x 76 mm) mounting plate. Finish: ProShield, 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). Rail: Extruded from 1.125" ((28,58 mm) O.D. x .312" (7,92 mm) wall. 6005-T5 aluminum. Finish: ProShield, color specified. Slide Hood: Rotationally molded from U.V. stabilized linear low -density polyethylene, color specified. Offset Bolt Bracket:Cast aluminum. Finish: ProShield, color specified. Rail Spacer: Fabricated from 1.312" (33,32 mm) O.D. x 16 GA (.065") (1,65 mm) steel tubing. Finish: ProShield, color specified. Slide: Rotationally molded from U.V. stabilized linear low -density polyethylene, color specified. Spacer: One -color Permalene, color specified. Spacer Tube: Made from 6061-T6 aluminum 7/8" (22,23 mm) O.D. x 1 11/16" (42,85 mm). Finish: ProShield, color specified. 295696A ReviRock Bouncer DB Only 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). Revi Roto: Rotationally molded from U.V. stabilized linear low -density polyethylene, color specified. Permalene: 3/4" Thick HDPE Permalene, Specify color. Hand Hold: Fabricated from A356 sand casted aluminum. Finish: ProShield°, Specify color. Support: (Post) Weldment comprised of 5" 00" (127 mm) O.D. 11ga (3,05 mm) wall galvanized steel tubing and %2" (12,7 mm) HRPO Steel plate (Base) Weldment comprised of 3 /8" (9,6 mm) HRPO sheet steel and 3 /16" (4,8mm) HRPO sheet steel. (Covers) 16 GA (.060" ) HRPO sheet steel (Spring) Fabricated from 12" (305 mm) diameter 1-5/16" (33,4 mm) tempered alloy steel coil, with cast steel wedges placed in each end of spring.. Finish: ProShield®, specify color. 123831A SuperScoop DB Only 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). Bucket: Almag 319 cast aluminum. Ground Pipe (DB): Fabricated from 1.660" (42,16 mm) O.D. schedule 80 black pipe, zinc -plated. Hand Control: Fabricated from 1.05" (26,67 mm) O.D. schedule 40 black pipe, zinc plated. Finish: ProShield, color specified. Pivot Arm: Fabricated from formed 3/8" (9,53 mm) HRPO flat steel, zinc plated. Finish: ProShield, color specified. Seat Support: Fabricated from formed 2.375" O.D. x 3/16" (60,33 mm O.D. x 4,75 mm) wall tubing, zinc plated. Finish: ProShield, color specified. Seat: Cast from 319.1 aluminum alloy. Finish: TenderTuff, brown in color. Bearings: Made from oil impregnated bronze. 123832B SuperScoop Wheelchair Acc DB 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). Bucket: Almag 319 cast aluminum. Ground Pipe (DB): Fabricated from 1.660" (42,16 mm) O.D. schedule 80 black pipe, zinc -plated. Hand Control: Fabricated from 1.05" (26,67 mm) O.D. schedule 40 black pipe, zinc plated. Finish: ProShield, color specified. Pivot Arm: Fabricated from formed 3/8" (9,53 mm) HRPO flat steel, zinc plated. Finish: ProShield, color specified. Bearings: Made from oil impregnated bronze. 182503A Welcome Sign (LSI Provided) Ages 2-5 years Direct Bury Border: Permalene, black in color. 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). Sign Panel: Panel is fabricated from 1/8" (.125")(3,17 mm) aluminum plate. Finish: ProShield°, gray in color. (Sign) Digital image is transfered to a 1/8" (.125")(3,17 mm) ProShield coated aluminum plate, then infused into the ProShield. Post: Weldment comprised 2.375" (60,33 mm) O.D. RS20 (.095-.105) (2,41 mm-2,67 mm) wall galvanized tube, 1/4" (6,35 mm) HRPO steel sheet and aluminum post cap. Finish: ProShield, color specified. 174018A Belt Seat ProGuard Chains for 8' Beam Height Bolt Link: Stainless Steel 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). Belt Seat: Molded from UV stabilized black EPDM rubber encapsulating a weldment comprised of a 22 GA (.029") (0,74 mm) spring stainless steel sheet and (4) .105" (2,67 mm) thick stainless steel washers. The belt seat elliptical shape measures 7" (178 mm) wide x 26" (660 mm) long x .700" (17,78 mm) thick. Chain/ProGuard: Steel 3/16" (4,75 mm) straight link chain, 800 lb. (362,87 kilograms) working load limit. Finish: ProGuard. 176038A Full Bucket Seat ProGuard Chains for 8' Beam Height 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). Full Bucket Seat: Made of U.V. stabilized high -quality black rubber encapsulating a 24 GA (.024") (0,61 mm) stainless steel reinforcement plate. Handles cast from 356-T6 aluminum alloy with black polyarmor paint finish. Handles attach to seat with (3) 1/4" (6,35 mm) x 1 5/16" (33,32 mm) long stainless steel rivets. The full bucket measures 9" (229 mm) deep x 10 1/2" (266,7 mm) wide. Chain/ProGuard: Steel 3/16" (4,75 mm) straight link chain, 800 lb. (362,87 kilograms) working load limit. Finish: ProGuard. 177351A Molded Bucket Seat (5-12 yrs) w/Harness ProGuard Chains for 8' Beam Height Bumper: Molded from U.V. stabilized black EPDM rubber. Bucket Seat Assy: (Bucket Seat & Yoke) Rotationally molded from U.V. stabilized linear low -density polyethylene, color specified. (Pipebolt) Made from 1.125" (28,58 mm) O.D. 6005-T5 threaded annodized aluminum tube. (Bearings) UHMW PE lubricated. (Brackets) Made from 356-T6 aluminum. Dbl. Pivot Block: Fabricated from 6061-T6 Aluminum with bronze oil impregnated bearing. 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). Mounting Bracket: Cast from 535 aluminum magnesium. Chain/ProGuard: Steel 3/16" (4,75 mm) straight link chain, 800 lb. (362,87 kilograms) working load limit. Finish: ProGuard. 177332A Single Post Swing Frame 8' Beam Height Only DB Only 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). Beam: Weldment comprised of 2.375" (60,33 mm) O.D. RS-40 (.130" - .140") (3,30 mm-3,56 mm) galvanized steel tubing, 3" (76 mm) wide zinc -plated steel clamps and 1 1/4" (31,75 mm) housings w/bronze bushings. Finish: ProShield, color specified. Half Clamp: Cast aluminum. Finish: ProShield, color specified. Post: See PlayBooster (PB) General Specifications. 177333A Single Post Swing Frame Additional Bay 8' Beam Height Only DB Only 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). Beam: Weldment comprised of 2.375" (60,33 mm) O.D. RS-40 (.130" - .140") (3,30 mm-3,56 mm) galvanized steel tubing, 3" (76 mm) wide zinc -plated steel clamps and 1 1/4" (31,75 mm) housings w/bronze bushings. Finish: ProShield, color specified. Half Clamp: Cast aluminum. Finish: ProShield, color specified. Post: See PlayBooster (PB) General Specifications. Landscape Structures Inc. ("Manufacturer") warrants that all playstructures and/ or equipment sold will conform in kind and in quality to the specifications manual for the products identified in the Acknowledgment of Order and will be free of defects in manufacturing and material. Manufacturer further warrants: 100-YEAR LIMITED WARRANTY On all PlayBooster° and PlayShaper° aluminum posts, stainless steel fasteners, clamps, beams and caps against structural failure due to corrosion/natural deterioration or manufacturing defects, and on PlayBooster steel posts against structural failure due to material or manufacturing defects. 15-YEAR LIMITED WARRANTY On all Evos® and Weevos® steel arches, all plastic components (including Tuff7imbers'm edging), all aluminum and steel components not covered above, Mobius° climbers, Rhapsody' Outdoor Musical Instruments, decks and TenderTuff'm coatings (except Wiggle Ladders, Chain Ladders and Swing Chain) against structural failure due to material or manufacturing defects. 10-YEAR LIMITED WARRANTY On concrete products against structural failure due to natural deterioration or manufacturing defects. Does not cover minor chips, hairline cracks or efflorescence. 8- YEAR LIMITED WARRANTY On Aeronet® climbers and climbing cables against defects in materials or manufacturing defects. 5-YEAR LIMITED WARRANTY On Rhapsody® cables and mallets against defects in materials or manufacturing defects, on polycarbonate panels against defects in materials or manufacturing defects, and on bamboo panels against delamination due to defects in materials or manufacturing defects. Does not cover damage which may be associated with the natural characteristics of bamboo aging, including but not limited to discoloration, splitting, cracking, warping or twisting, nor the formation of algae, mold and other forms of fungal -type bodies on bamboo. 3-YEAR LIMITED WARRANTY On all other parts, i.e.: Pulse® products, all swing seats and hangers, Mobius climber handholds, Wiggle Ladders, Chain Ladders and ProGuard'm Swing Chain, Track Ride trolleys and bumpers, all rocking equipment including Sway Fun° gliders, belting material, HealthBeat® resistance mechanism, Seesaws, etc., against failure due to corrosion/ natural deterioration or manufacturing defects. The environment near a saltwater coast can be extremely corrosive. Some corrosion and/or deterioration is considered "normal wear" in this environment. Product installed within 500 yards (457 meters) of a saltwater shoreline will only be covered for half the period of the standard product warranty, up to a maximum of five years, for defects caused by corrosion. Products installed in direct contact with saltwater or that are subjected to salt spray are not covered by the standard warranty for any defects caused by corrosion. This warranty does not include any cosmetic issues or wear and tear from normal use of the product, or misuse or abuse of the product. It is valid only if the playstructures and/or equipment are erected to conform with Landscape Structures' installation instructions and maintained according to the maintenance procedures furnished by Landscape Structures Inc.