Loading...
HomeMy WebLinkAboutC-7737-1 - 2019-2020 Playground ImprovementsOctober 27, 2021 R.E. Schultz Construction, Inc. Attn: Richard Schultz 1767 N. Batavia St. Orange, CA 92865 Subject: 2019-2020 Playground Improvements — C-7737-1 Dear Mr. Schultz: 100 CIVI(_ Center Drive Newport Beach, CafforNa 92660 949-bzW-WO5 1 )49-h44 3u39FA new porthood1ca.gov On October 27, 2020, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on October 29, 2020 Reference No. 2020000614466. The Surety for the contract is U.S. Specialty Insurance Company and the bond number is 1001130382. Enclosed is the Faithful Performance Bond. Sincerely, Leilanr I. Brown, MMC City Clerk Enclosure EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 1001130382 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 5 p 074.00 _, being at the rate of $ 18.68 thousand of the Contract price. 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 existing improvements; furnishing and installing flexible play surface systems; purchasing and installing new play equipment and components; placing P.C.C. base; and other incidental items to complete the work in place required by the Contract Documents, 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 for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and U.S. Specialty Insurance t.;ompany , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Hundred Seventy One Thousand Six Hundred Twenty One Dollars and 50/100 ($271,621.50) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; 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 heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, 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 its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. R.E. Schultz Construction, Inc. Page B - 'I Bond No.: 1001130382 Surety, for value received, 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 way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal 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 Principal and Surety above named, on the 8th day of May Q 20. R.E. Schultz Construction, Inc. Name of Contractor (Principal) U.S. Specialty Insurance Company Name of Surety 801 S Figueroa St #700 _Los Angeles, CA 90017 Address of Surety 310-649-0990 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date:_ ,T, - By: —aron____C. Harp ____..__. __.__ Aaron City Attorney Authorized Signatur itle Authorized Agent Signature Blake A Pfister, Attorney-in-fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED R.E. Schultz Construction, Inr,. _ Page B-2 CALIFORNIA ALL-FURiOS= AC MOWLLO"Niff CML CODE 1180 A notarY Oft Or c0W offaer complAV this Wioate verities only the idert 0r of the iof MW ei the document to which this csrtificete Is &.dred, end rat the WMr *vw, eccrsacY, va6dRY State of CelRomia County of lana 1 May 8. 2020 before me, Lianne Nahina, Notary Public On = Here Insert Name and flue of the 011lcer DW personAftyappeff W Blake A. Pfister Neme(s) of Signers) who proved to me on the 138615 of satisfactory evidence to be the person(f whose name($) is/AV to me that hefMy executed the same in � to in ice, and and �is/M MIiMW agratureM on the hrtstrument the POMMIN , or #0 entity upon behalf of which the person(1) acted, executed the instrument. rrdor the laws LIANNE NAHI� N+ A t N 3 COMM. # 23142$3 M NOTARY PUBLIGCALIfORNUI N ORANGE COUNTY N °+ MY COMM. EXP. DEC 161 .11.3 I certify unde(PENALTY OF Pcrwvn I u of the State of California that the foregoing paragraph is true and correcL wrrNESS my hand and official sees. Signature _— - Signature of Notary Public Place Notary Seal Above OPM).M Though this section Is optioned, completing this lnfortnetion can deter alteration of the document or fraudulent reattachment of this form to an unintended document, of ft Wr 1 0011 30382 Document DaW May 8, 2020 Title or Type of Document: Number of Pages: 2 SIgner(s) Other Than Named Above: N/ A N o n e Capsofly"s) CWned by siow(s) gym; Blake A Pfister O Corporate Officer — Title(s); _ ------ O Partner — o United O General O Indhriduai . ® Attorney In Fant 0 Trustee 0 Guardian or Conservator ❑Other: „ c Ity Signor Is Representing: ,,u Company Signer's Name; ------- O Corporate Officer — Title($): O Partner — [3 umfted O General p Trustee 0 Guardians or Conservator ❑ Other: Signer Is Representing: Insurance -- 02014 National Notary Association • www•NatiortelNotary.org • 1-80D'USNOTARY (1-800-876-6827) Rem #5007 Bond No.: 1001130382 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. `NDA MACKEY Notary Public 014=0 Orange Counly Commission M 22138/1 My Cnmm. Cxp6es Oa I I, 2 W 1 (seal) State of California 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 persons) 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-3 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 April 23rd, 2022. 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: Attomey-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 151 day of June, 2018, AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STAT. 5S.SURET.Y„rC.©ANPANY 11,664PECIALTYrIN§,URANCE COMPANY State of California County of Los Angeles ;gb By: "I '—T— . ..... k:;;,1.e Daniel P. Aguilar, Vice 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 J On this 15' day of June, 2018, before me, Sonia 0. Carrejo, 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 official seal, 50N10. CARREA i 10,1,1ppIn n C..", I [ammh,yn 11ll9/N Signature -+ (seal) "xrr cwnm uo�rnlP.»,1ou I, Kio Lo, Assistant Secretary 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 8th day of May 2020 Corporate Seals Bond No. 1 001 1 30382 � � s E $ Agency No. 3074 ,�,;,, , ;,Tl� � 1„". `�' � �� W Kio La, Assi Secretary rr r „i u,n ri Aur rrrrr.0 HCCSMANPOA05/2019 visit tmhcc.com/surety for more information January 11, 2021 R.E. Schultz Construction, Inc. Attn: Richard Schultz 1767 N. Batavia St. Orange, CA 92865 Subject: 2019-2020 Playground Improvements - C-7737-1 Dear Mr. Schultz: 100 civic Center Drive Newport Beach, California 92660 949-644-3005 1 9:49-644-3039 r-nz newportheachca.9ov On October 27, 2020 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded October 29, 2020, Reference No. 2020000614466. Insurance Company and the bond number is Materials Payment Bond. Sincerely,, i1 Leilaui 1. Brown, MMC City Clerk Enclosure by the Orange Countv Recorder on The Surety for the bund is U.S. Specialtv 1001130382. Enclosed is the Labor & EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 1001130382 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 existing improvements; furnishing and installing Flexible play surface systems; purchasing and installing new play equipment and components; placing P.C.C. base; and other incidental items to complete the work in place required by the Contract Documents, 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 Two Hundred Seventy One Thousand Six Hundred Twenty One Dollars and 50/100 ($271,621.50) 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.: 1001130382 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 8th day of May 20 20 , R.E. Schultz Construction, Inc. Name of Contractor (Principal) U.S. Specialty Insurance Company Name of Surety 801 S Figueroa St #700 Los Angeles, CA 90017 Address of Surety 310-649-0990 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By _ Aaron C. Harp _-_..-___ City Attorney Authorized Si natureTitle i, Authorized Agent Signature Blake A Pfister, Attorney -.in -fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED R.E. Schultz construction, Inc. Page A-2 CALIFORNIA ALL -L AOICN=IIT CML CODES 11th A rholary D ar °(firer cerdfir0 verifies only She of the individual who signOd the dMimentto which this OWMICate k attached, and not the t uft*1ess, ec0urdq, orvefdity of that document. State of Calffomis County of Orange OnM:v 8 2020 before me, Dianne Nahina Notary Public , O9 2 Here Ineert Name SW Title of the OJffcar personailY opposedBlake A. Pfister Name(s) of Siren's) who proved to me on the basis of satisfactory evidence to be the person(4) whose names) WSW subscribed t4 the within instrument erhd acknowledged to me that the/Meh1�It/y exerxrted tSam in � gd �, and that by hfslMNMtMMf �1 on the instrthrYhent theo me person*), or the entity,tipon bethalf � which the peraon(1) acted, executed iFhe'ahshrumenL the fawn .y�°` *�, LIANNE NAHINA a � s COMM. # 2314283 � ° - ^� NOTARY PUBIIC•CALIFOANIA y � : ORANGE COUNTY by MY COMM. EXP. DEC S, 2023 I certify taxteh PENALTY OF PEiiJURY under of the State of Calffomia that the foregoing paragraph is true end Correct. WITNESS my hand and official seal. Signature Signature of Notary Public place Notary Seal Above OPTIONAL Though this section is optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. ofAttaclod �g nd 1 0011 30382 Document pate; May 8, 2020 Title or Type of Document Number of Pages: 2 Signer(s) Other Than Named Above: CrapacitypUs) Cle nwd by gWwr(s) SWQesNanW,Blake A Pfister ❑ Corporate Officer — Titie(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ® Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Outer Sjgner Ig RepreaentirHg: n e c..or i a 1 ry COmpanV Signer's Nor= ------ ❑ Corporate offlcer — Tide(s): ❑ Partner — l3 Limited ❑General 0 IndWkkW [3 Attorney In ❑ Trustee ❑ Guardian or Conservator ❑ Ower: Signer is Representing: - Insurance 02014 National Notary Aseocfa W ' N,v,,yv WonalNotary.org • 1 -800 -US NOTARY (1-500-878.6827) Rem #5607 Bond No. 1001130382 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) Ware 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. INOAMACKEY Notarypubhc Cali(omiu f' Orange County CommissionM Z21 U)12 ' My Comm. Expires Ocl 11,2021 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, Notary Public, personally appeared see attached acknowledgment proved to me on the basis of satisfactory evidence to be the person(s) whose names) 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/herttheir 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 TOKIOMARINE ' \_ H - _ CC 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. Specially 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 April 23rd, 2022. 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 151 day of June, 2018. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATfS,SURETX„Cr kMPANY 11 U,&4,PECIAL -INR§,,URANCE COMPANY State of California County of Los Angeles 3 sr. W y % E r }' s By. "n°+4FORRI�S” "o,'rJf���EtPd Daniel P. Aguilar, Vice 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 On this 1" day of June, 2018, before me, Sonia O. Carrejo, 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 official seal. WAo. GRRf10 "'y Pun tComWaw Y 11 119 t Signature (seal) My Comm, rrPLa Fpr 11, 1p1i I, Kio Lo, Assistant SecretarN 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. InBtitness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this hh day of May 1 2020 Corporate Seals Q+p^croea Rc etiNaN n p4 55uRFJL y.V` Bond No. 10011 30382 ^' a = J Agency No. 3074 �y4 , e .......G '?gJ(/..�VVV F ,. �a s - K 10 Lo, jdjtaSecretary 6pPNe• n Eiu4 R ' im rni m ur wnn KCSMANPOA052019 visit tmhcc.com/surety for more information Batch 8019613 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 1 of 8 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder IIIIII IIIIIIIIIIIIIII1ijIJJIjIIIIIIIIIIIIIIIII IIIIIII[JlII 11 Jill NO FEE �$ R 0 0 1 2 1 a e 1 0 s$ 2020000614466 8:49 am 10/29120 90 Sec2A N12 7 0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and R.E. Schultz Construction, Inc., Orange, California, as Contractor, entered into a Contract on April 14, 2020. Said Contract set forth certain improvements, as follows: 2019-2020 Playground Improvements - C-7737-1 Work on said Contract was completed, and was found to be acceptable on October 27, 2021 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is U.S. Specialty Insurance Company. BY __)_)i. Pigli_c Works Die or City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on �at Newport Beach, California. In https://gs.secure-recording.com/Batch/Confirmation/8019613 10/29/2020 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and R.E. Schultz Construction, Inc., Orange, California, as Contractor, entered into a Contract on April 14, 2020. Said Contract set forth certain improvements, as follows: 2019-2020 Playground Improvements - C-7737-1 Work on said Contract was completed, and was found to be acceptable on October 27, 2020, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is U.S. Specialty Insurance Company. BY 1)14Jl lic Works Die . or City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. ,� �Je Executed on ��LV� dip,' at Newport Beach, California. M CITY OF NEWPORT BEACH NOTICE INVITING BIDS 1 Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 11th day of MARCH, 2020, at which time such bids shall be opened and read for 2019-2020 PLAYGROUND IMPROVEMENTS Contract No. 7737-1 $270,000 Engineer's Estimate A/pproved by -11 C� James M. Houlihan ei,( Deputy PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanvlD=22078 Hard copy plans are available via Santa Ana Blue Print at (949)756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project: "A" with "D-34" "D-12" License required for Synthetic Rubber Surfacing Installer For further information, call Kathryne Cho, Project Manager at (949) 644-3014 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://newportbeachca.gov/government/open-transparent/online-services/bids-rfps- vendor-registration City of Newport Beach 2019-2020 PLAYGROUND IMPROVEMENTS Contract No. 7737-1 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) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via Planet8ids) 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; Contractor shall 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 Date (Bid Due Date.) 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 cashiers 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. 3. 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 shall be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.) 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. 4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 5. 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. 6. 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. 7. 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. 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 et 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 reviewed. 1007195 - A,B & C -61/D34 Contractor's License No. & Classification Authorized Signaturk/Titl hard Schultz, President 1000033385 - Exp. 06/30/2021 DIR Registration Number & Expiration Date R.E. Schultz Construction, Inc. Bidder 5 March 9, 2020 Date Bid Bond No.: 11-327-313 City of Newport Beach 2019-2020 PLAYGROUND IMPROVEMENTS Contract No. 7737-1 BIDDER'S BOND 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 constriction of 2019-2020 PLAYGROUND IMPROVEMENTS, Contract No. 7737-1 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 11 th day of March R.E. Schultz Construction, Inc Name of Contractor (Principal) U.S. Specialty Insurance Company Name of Surety 801 S Figueroa #700 Los Angeles, CA 90017 Address of Surety 310-649-0990 Telephone 2020. Authorized Agent Signature Blake A Pfister, Attorney-in-fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) A 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 Ora e- } ss. On 202-D before me, Lt a (1Aa c �e Notary Public, personally appeared 9t Gk& k d 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 Daraaraoh is true and correct. WITNESS my hand and official seal. Signature Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language LINDA MACKEY Notary Public - California z a _'f►.,n 1 ,� Orange County 'a Commission # 2213872 r OPTIONAL INFORMATION Kl0'r&k ti <2020 $t dd.'_r Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity(ies) claimed by Signer(s): Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: VA (seal) Thumbprint of Signer No Check here if no thumbprint or fingerprint is available. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CML CODE § 1189 -------------------------------------- A notary public or q#w officer pmTqWN this certif ate verities only the identity of the irxli kkW who signed the doewrrent to which this catific ate is attached, and not the truftkiew, ac=acy, or vanity of that d=mwt. State of California ) County of Orange ) On March 4, 2020 beforeme, Lianne Nahina, Notary Public Date Mere Insert Name and Title of the Officer Blake A. Pfister Name(s) of Signer(s) , who proved to me on the basis of satisfactory evidence to be the person(4) whose name(s) WSW subscribed to the within instrument and acknowledged to me that he/MOW01 executed the same in his/W*W authorized capackyW, and that by his/ilMN MW sig vAwe(b) on the instrument the person*, or the entity ,upon behalf of which the person($) 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 official seal. AOFrN�dl LIANNE NAHINA r COMM. # 2314283 X Signature w r NOTARY PUBLIC -CALIFORNIA ; Signature of Notary Public ' ORANGE COUNTY N MY COMM, EXP. DEC 5, 2023 Place Notary Seal Above OP7?ONAL Though this section Is optional; completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Doman of Attached Docwntent Title or Type of Documev*. Bid Bond 1 1- 3 2 7- 313 Document Date; March 11 2020 Number of Pages: 1 Slgner(s) Other Than Named Above: N/A, None CapacPty(ies) Claimed by ftrve r(s) Signer's Name; Blake A. Pfister_ 0 Corporate Officer — Title(s): 0 Partner — 0 Limited 0 General 0 Individual . 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: U. S. S p e c i a l t y Insurance Company Signer's Name: ------- 0 ------ 0 Corporate Officer -T Title(s): 0 Partner — 0 Limited 0 General 0 individual 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: 02014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 Q��e TOK10MARINE HCC POWER OF ATTORNEY AMERICAN CONTRACTORS_ INDEMNITY COMPANY TEXAS BONDING COMPANY =_ UNITED STATES SURETYCOMPANY 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 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 ( ***$5,000,000.00*** )• This Power of Attorney shall expire without further action on April 23rd, 2022. This Power of Attorney is granted under and by authority of the following resolutions'adopted-by the Boards of Directors of the Companies: Be it Resolved. that the President, any Vice -President, anv Assistant Vice -President, any Secretary or any Assistant Secretary shape and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for a_ nd on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts,- and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed byany such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore _or hereafter affixed to any power of attorney or any -certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1st day of June, 2018. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURE'1 CGt1 PANY ,lAt�ur$QECIAL Yff4tal URANCE COMPANY �.tpACiO)y ++�Nt?•tN�C_.. _a SUR��',,._ d"aTY lnsurapC"., - State of California County of Los Angeles -M s y: y^zX' SEPT 23, 1Dp0 Cher officer completing this certificate verifies only is attached, and not the truthfulness, accuracy, or a= By. =,-Daniel P. Aguilar, Vice President lentity of the individual who signed the document to On this 1St day of June, 2018, before me, Sonia O. Carrejo, 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 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 official seal. SONIA 0, CARRE3o Notary Public - California gmal.• Los Angeles County e Commission .12239479 Signature (seal) �` My Comm,ExitimApr13,202t I, Kio Lo, Assistant Secretary American Contractors Indemnity Company, Texas Bonding" Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the aboveandforegoing 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 11 th day of March , 2020 Corporate Seals 1 1-327-313 Bond No. Agency No. 3074 -•tRAC75(�.S - _NOiNG .+rs s��r,,., +++.+so'Msu a`ri, a hod ryd y -w+,0��gra,:..... 0NQi' % {' -- "uto se-2i,11KD i �:Wti z_jW. M V.i .a !j= Kio L ssi Secretary nlEOF t��+a"*• ,...:. gnn,PnHN nun,UA` ,nrAn,pOP++++`+ : `` HCCSMANPOA0512019 visit tmhcc.com/surety for more information City of Newport Beach 2019-2020 PLAYGROUND IMPROVEMENTS Contract No. 7737-1 DESIGNATION OF SUBCONTRACTOR(S) - AFFADAVIT 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. Bidder Authorized Signature/Title ichard Schultz, President 9 City of Newport Beach 2019-2020 PLAYGROUND IMPROVEMENTS Contract No. 7737-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formM 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 $120,000, provide the following information: No. 1 Project Name/Number 2018-2019 Playground Improvement Project Project Description Playground improvements @ Channel Park, Cliff Drive Park & East Bluff Park, ewport each Approximate Construction Dates: From May, 2019 To: June 30, 2019 Agency Name City of Newport Beach Contact Person Kathryne Cho Telephone (949 644-3311 Original Contract Amount $ 188.645 Final Contract Amount $ 189,746 If final amount is different from original, please explain (change orders, extra work, etc.) chanee order 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 Gridley Park and Reservoir Hill Park Improvements Project Description Park playground improvements; site work, playground eqpt, site furnishings, hardscapes Approximate Construction Dates: From April, 2019 To: May 31, 2019 Agency Name City of Cerritos Contact Person Fredy Bonilla Telephone (562) 916-1229 Original Contract Amount $298,928 Final Contract Amount $ 261,985 If final amount is different from original, please explain (change orders, extra work, etc.) change orders 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. No. 3 Project Name/Number Burrell MacDonald Park Improvement Project Project Description Park playground improvements Approximate Construction Dates: From May, 2019 To: June 15, 2019 Agency Name City of Compton Contact Person Marvin Hunt Telephone (310 Original Contract Amount $246,980 Final Contract Amount $ 252,440 605-5576 If final amount is different from original, please explain (change orders, extra work, etc.) Change order 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. No. 11 No. 4 Project Name/Number Balderrama Park Project Description Park playground renovations Approximate Construction Dates: From 6/1/19 To: 11/1/19 Agency Name City of Oceanside Contact Person Randall Bliss Telephone (769 435-5110 Original Contract Amount $648,876 Final Contract Amount $ 732,524 If final amount is different from original, please explain (change orders, extra work, etc.) change orders 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. Im No. 5 Project Name/Number Charles A Lindbergh Park Playground Equipment Project Description Park playground improvements Approximate Construction Dates: From October, 2019 Agency Name City of Buena Park To: December, 2019 Contact Person Teddy Luong Telephone (711 562-3689 Original Contract Amount $109.900 Final Contract Amount $ 124,636 If final amount is different from original, please explain (change orders, extra work, etc.) change order 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. No. 12 No. 6 Project Name/Number 30760 - Redondo Beach Playgrounds (3 sites) Project Description Playground renovations at 3 parks; Gregg Parkette, Franklin Park & Alta Vista Park Approximate Construction Dates: From November, 2019 To: December, 2019 Agency Name City of Redondo Beach Contact Person Cuong Dang Telephone ( 319 318-0661 Original Contract Amount $ 234,800 Final Contract Amount $ 234,800 If final amount is different from original, please explain (change orders, extra work, etc.) 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. Bidder Authorized Signature/Tiitle Richard Schultz, President 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 28 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 $1,500,000. • 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 License #: 1007195 Expiration Date: 9/30/2021 DIR#: 1000033385 Expiration Date: 06/30/2021 Tax I D#: 32-0465469 Employees: 20 Contractor Education & Certifications. CPSI (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 City of Newport Beach 2019-2020 PLAYGROUND IMPROVEMENTS Contract No. 7737-1 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 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 Current Record Record Record Record Record Year of for for for for for Record 2019 2018 2017 2016 2015 Total 2020 No. of contracts 15 96 150 125 110 100 596 Total dollar Amount of Contracts (in $375,000 $4M $3M $2.5M $2M $1.5M $13.3M Thousands of $ No. of fatalities o T 0 0 0 0 0 0 No. of lost Workday Cases 0 0 0 0 0 0 0 No. of lost workday cases involving permanent 0 0 0 0 0 0 0 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.E. Schultz Construction, Inc. Business Address: 1767 N. Batavia St., Orange, CA 92865 Business Tel. No.: (714) 649-2627 State Contractor's License No. and Classification: #1007195 - A, B & C -61/D34 Title President 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 Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title March 9, 2020 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. INOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 17 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 ..... ..�:r . '..�.� . '.c�. � •` -..i tit, c.:.i_. S a Y �. .>5. r > y 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 1 County of Orange J} On March 9, 2020 Date before me, Linda Mackey, Notary Public Here Insert Name and Title of the Officer personally appeared Richard Schultz 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. LINDA MACKEY llj Notary Public - California z Orange County Commission k 2213872 iD`P My Comm. Expires Oct 11, 2021 Place Notary Seal and/or Stamp Above 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 Signature of Notary Public yr #-% L. 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: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer— Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: ©2018 National Notary Association 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: City of Newport Beach 2019-2020 PLAYGROUND IMPROVEMENTS Contract No. 7737-1 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 N 18 City of Newport Beach 2019-2020 PLAYGROUND IMPROVEMENTS Contract No. 7737-1 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 N. Batavia St., Orange, CA 92865 Telephone and Fax Number: (714) 649-2627 - FAX (714) 740-5049 California State Contractor's License No. and Class: #1007195 - A, B & C -61/D34 (REQUIRED AT TIME OF AWARD) Original Date Issued: 9/10/2015 Expiration Date: 9/30/2021 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 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: 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. No. Have you ever failed to complete a project? If so, explain. No. 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'Mpliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / No1 20 Are any claims or actions unresolved or outstanding? Yes(/ Nd) If yes to any of the above, explain. (Attach additional sheets, if necessary) 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 Owner or President of Corporation/Cim arty) Authorized Signati're/Title President Title March 9, 2020 Date On 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 helshe/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 paragraph is true and correct. WITNESS my hand and official seal. Notary Public in and for said State My Commission Expires: 0,-,4. 11 Zazk 21 (SEAL) CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 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 Orang On March 9, 2020 Dote before me, Linda Mackey, Notary Public Here Insert Name and Title of the Officer personally appeared Richard Schultz 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. 1LINDA MACKEY � Notary Public -California orangeCounly \, Commission H 2213872 My Comm. Expires Oct 11, 2021 Place Notary Seo/ and/or Stamp Above 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. j, ,1 Signature bt "Up , i- ii J'c?; Signature of Notary Pub1 c WT- I rvrMNr_ 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: ©2018 National Notary Association 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: City of Newoort Beach 2019-2020 PLAYGROUND IMPROVEMENTS Contract No. 7737-1 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 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 California that tl�eforegoing is true and correct. R.E. Schultz Construction, Inc. Bidder Authorized Signature/Title icha �d Schultz, President Subscribed and sworn to (or affirmed) -.before me on this day of 2020 by proved to me on the basis of satisfactory evidence to be the person(s) who' appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. [SEAL] C Notary Public Qr My Commission Expires: 14 City of Newport Beach 2019-2020 PLAYGROUND IMPROVEMENTS Contract No. 7737-1 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 15 CALIFORNIA JURAT GOVERNMENT CODE § 8202 0. 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 _ LINDA MACKEY Notary Public - California : o•� Orange County Commission N 2213072 My Comm. Expires Oct 11, 2021 Place Notary Seal and/or Stamp Above Subscribed and sworn to (or affirmed) before me on this 9th day of March 20 20 by Date Month Year (1) Richard Schultz (and (2) ), Names) of Signer(s) proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature - �' tJ4 �( Signature of Notary Pu is Ar]TIIY\I A 1 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: Document Date: Signer(s) Other Than Named Above: ©2018 National Notary Association Number of Pages: 'x N� J'7 Certificate of Amendment Of Articles of Incorporation The undersigned certify that: A0779521 FILED Secretary of state `tate of Oeiiforni JAN 0 7 2016(� 1 CL 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: ,.JCS S, Richard Schultz, Presi nt Richard Schultz Secret Senders Contact Information: Richard Schultz 2914 E. Katella Ave #102 Orange CA 92867 714-649-2627 Entity #C3779421 ,�;E,�:y�� � n�•r=,t,Y �errly ;rpt Ihr -01)y r,! n tr, th" ;i,t JillJAM I CONTRACTORS dca STATE LICENSE BOARD 5 ` ACTIVE LICENSE i �u ,100'195 CORP R E SCHULTZ CONSTRUCTION INC «mon, A C61/D34 B E 09/30/2021 www cslb ca. gov DIR Contractor Information Legal Entity Name R.E. SCHULTZ CONSTRUCTION, INC Legal Entity Type Corporation Status Active Registration Number 1000033385 Registration effective date 6/30/2019 Registration expiration date 6/29/2021 Mailing Address 1767 N. BATAVIA ST. ORANGE 92865 CA United Physical Address 1767 N. BATAVIA ST. ORANGE 92865 CA United Email Address Trade Name/DBA R.E. SCHULTZ CONSTRUCTION, INC License Number(s) CSLB:1007195 CSLB:755160 Legal Entity Information Corporation Number: 32-0465469 Federal Employment Identification Number: President Name: RICHARD SCHULTZ Vice President Name: Treasurer Name: Secretary Name: CEO Name: Agent of Service Name: RICHARD SCHULTZ Agent of Service Mailing Address: 1767 N Batavia St Orange 92865 CA United States of America Registration History Effective Date Expiration Date 5/24/2018 6/29/2019 5/16/2017 6/29/2018 5/2/2016 6/29/2017 12/28/2015 6/29/2016 6/30/2019 6/29/2021 Workers Compensation Do you lease No employees through Professional Employer Organization (PEO)?: Please provide your current workers compensation insurance information below: PEO PEO PEO PEO InformationName Phone Email Insured by Carrier Policy Holder Name:R E SCHULTZ CONSTRUCTION, INC.Insurance Carrier: insurance company of the westPolicy Number:WSD 504757600Inception date: 4/13/2019Expiration Date:4/13/2020 Ml U) Z) OD N M LO Z O C m t O U) 0 U c V) 7 U 7 N Q U V) C N J POO ' IN , wl/vjf) /tyltkt�t'eVfj7i":i� �+h+�hYti'Y ` %t�Yiti� +t'j?y •?i��t WX N ' Ra" �itha' :: `7{h'}rtiijrYi�?i' . `�j �i� c��� t'� o���as�����y''•L�•,���`r �(S-4a��t �V'`L�otr�t7,t��.'�A.��'�'r:�.y � ft�j•�1�� �'� � ,ilF='7:.�'a �' ",tth\i � �',. 0 4--J • rl cq cd • � o - �. O 4"J cd al 4-1 A` o - cq 4-j �+ 4-' o cn cy:) f. V �. Ow ct • +,� ; cq w3 0 moi/ cc Z0 Ja`,...`'�r. e�,�,,,,t �Jr'1 � t�1,r Wit, �Cr'*ttt�ti'-a+f``,'v �,%1~a• .� ��j! .K-„ .;_a �`� f ..af" .,�• ` 1.r' a;�.7 F'': 1 ��.., .T � 1• ��� trrtraa�.�;2t.' ;%t�trrtrt erNt=�. b .retetr r a�;. t.i ;;.�t .., -.� ����`► raa�, f ��.+ �r � � r�!al,�• / '�.. ` •.v1'�.'tJ.� � 5 41 tJ'. �' r. C;' 4 :!T ;.}t. %' i u'.rrakti��'�� k �="-t'�ls.y}1r �J ;tr j�..;*: 't!'%ll,i�ti �► u 1, ,J�`t�' `" =ir ��f ;" '`� i 1> �L �':���+�}},'�,�. Vit.IO.�,(- ,��� .!..• '•.•,..,u�!.�...��- '� . 'c4}'•i z�r ,,..��,rYik,�',�.,? .i,'ll�t�;�i�� r i,�,'.StjlfJ►;t�,ri�' � •:L�,i;Ti�, 2019-2020 PLAYGROUND IMPROVEMENTS CONTRACT NO. 7737-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 14th day of April, 2020 ("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 existing improvements; furnishing and installing flexible play surface systems; purchasing and installing new play equipment and components; placing P.C.C. base; and other incidental items to complete the work in place required by the Contract Documents (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. 7737-1, 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 Two Hundred Seventy One Thousand Six Hundred Twenty One Dollars and 50/100 ($271,621.50). 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 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 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 R.E. Schultz Construction, Inc. Page 2 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: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Richard Schultz R.E. Schultz Construction, Inc. 1767 N. Batavia St Orange, CA 92865 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 R.E. Schultz Construction, Inc. Page 3 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 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. 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. 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 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. R.E. Schultz Construction, Inc. Page 5 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 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 R.E. Schultz Construction, Inc. Page 6 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 seg., 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. 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. R.E. Schultz Construction, Inc. Page 7 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. 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. R.E. Schultz Construction, Inc. Page 8 20.9 Equal Opportunity Employ. 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: 5% (.. 2-0 By: or) A on C. Harp City Attorney ATTEST: Date: k /,,. )z Ax � By: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: 6//i /Zotca By: G� Will O'Neill Mayor CONTRACTOR: R.E. SCHULTZ CONSTRUCTION, INC., a California corporation Date: Signed in Counterpart By: Richard E. Schultz Chief Executive Officer/ 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 ATTORNEY'S OFFICE Date: S- 1.- -1-o 4 By: & 6V 1, F►'r I A on C. Harp City Attorney ATTEST: Date: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Will O'Neill Mayor CONTRACTOR: R.E. SCHULTZ CONSTRUCTION, INC., a California corporation Date: April 7. 2020 By: Richard E. Schutt Chief Executive Offic 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. 1001130382 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 existing improvements; furnishing and installing flexible play surface systems; purchasing and installing new play equipment and components; placing P.C.C. base; and other incidental items to complete the work in place required by the Contract Documents, 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 Two Hundred Seventy One Thousand Six Hundred Twenty One Dollars and 50/100 ($271,621.50) 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.: 1001130382 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 8th day of May , 20 20 R.E. Schultz Construction, Inc. Name of Contractor (Principal) U.S. Specialty Insurance Company Name of Surety 801 S Figueroa St #700 Los Angeles, CA 90017 Address of Surety 310-649-0990 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 6111012--V /baron C. Iii City Attorney Authorized SigrCatureXTitle Authorized Agent Signature - Blake A Pfister, Attorney-in-fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED R.E. Schultz Construction, Inc. Page A-2 CALIFARMIA AI.irPURP0s3K ACKNOIMLE"K ff CML CODE § 1189 notary P or gffieer imp 9 verifies only the kW* Of the W&Adual who signed the A A not ant to which ft ca t tate Is atUrW, and not the truthful Ws, ac =wy, or vddity of that doa,OTWL State of California County of O r a n a e On May 8• 2020 beforeme, Lianne Nahina, Notar Public , Date Here Insert Name and Title of the. Officer PIYappewedBlake A. Pfister Names) of SiBner(s) whose names) ISIAW who proved to me on the basis of satisfactory evidence to be the person( ex�ut� the same in subscribed to the within instrument and to me that he/�l his/W; V)* wed capacftyW, and that by hWWWMMKf sigraturep on the ir>slrurtunt'the persol*, or the entity upon behalf of which the person(S) ate, executed the rr*trurnerrt. I certify under PENALTY OF PERJURY under the laws oft1���CF iME agraph UANNE NAHINA of the State of California that the foregoing p� COMM. # 2314283 is true and corrWL W m o NOTARY PUDLIC•CALIFORNIA ;o ORANGE COUNTY N WITNESS my hand and official $eal• °quF^P MY COMM, EXP, DEC 5, 2023 signaw(e Signature of Notary Public Piste Notary Seel above OPTIONAL can deter Though this section Is optional, h p 9 t�jsi�am mot an unintended document, n of me document or fraudulent of1 0 01 1 3 0 3 8 2 Document Qate: May 8, 2 0 2 0 Tide Or Type of Document: Number of Pages: 2 Signer(s) Other Than Named Above: CWacit 0") gainned by SWWW $jgWr,NaMe; Blake A Pfister D Corporate Officer — TK*s): o Partner — ® Limited O General CD C3 individual rustee 0 Guardian or Cortrservator ©O"W. rT C Cri Signer is Representing: po - Insurance Company Signer's Name: - - - - - - - O Corporate Officer -- Trtles): O Partner — [3 Limited O General O Individual 0 Auomey in Fad O Trustee 0 Guardian or Conservator O Other: Signer Is Representing: 02014 National Notary Associates ' w w"allonal"M'org • 1 -600 -US NOTARY (I 4WO-876-6827) Item #5907 Bond No. 1001130382 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 IOC(-!4�- }ss, On int ' , 20 -D before me, � � e Notary Publi , personally appeared Tic G -t, 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. Omdbmdbi AL WITNESS my hand and official seal. LINDA MACKEY Notary Public - California z ,1'T1 Orange County a Commission 8 2213872 My Comm. Expires Oct 11, 2021 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, 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 TOKIOMARINE ___ ___-_- __ HCC POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANYL TEXASISONDINO COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALMINSURANC 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: Blakq_ A. Pfigfe-r;of Mission Viejo, California its true and lawful Attorneys) -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 ( ***$5 000,000 00*** _) This Power of Attorney shall expire without further action on=April 23rd, 2022=This Power of Attorney is granted underand by authority=of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)in-Pact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages -_and/or final -estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effectedby the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1s' day of June, 2018. - AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BOND -NCS COMPANY UNITED ST,A�S,SURET�GI\C©pIJPANY „W.IvI$PECIAL`l I�IRANCE COMPANY OI Nla urn..sr,. — — - State of California ' "' .�� y y`` ' q~ ` r _ ,fir 4 =wi PIC"RPUMifA 4�.==W1 •i9-�V): Y, a { a:. awT.1e.twoi1, r r'� ' �� L� e�1 ypc ..J 15� B County of Los Angeles ="a s y r "� :;.;r,: ;! s Y - _. °"ii �AtIFORRP HT8. a ..... l:Inn*1111,,,, *,,,,,, Darnel P. Aguilar, Vice President- A Notary Public or other officer cort&tinohis eerti`ficate -verifies only the identity of the individual who signed -the Aft0ment to which this certificate is attached, and not the fthfuTh-ess,'accuracy, or validity of that document On this 1s' day of June, 2018, before me, Sonia O. Carrejo, 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 fo__ me that he executed the same in his authorized capacityjand that by ,his signature on the instrument the persona or the7entity upon behalf of which the person acted, executed the instrarYrent. I certify under PENALTY OF PERJURY under the laws of the State of California That the taregoing paragraph is true and correct. WITNESS my hand and official seal., 0. COR C' Notary Los Aneles County O Commission X 2139479 - Signature = (seal) Mr comm. Expues Apr 21, 7011 iw�Er+� -- I, Kio Lo, Assistant Secretary 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 fitnhess Whereof, II have hereunto set my20and0and affixed the seals of said Companies at Los Angeles, California this day of Y 11\IIIIIIIIIl,,,!!!' \\1\\I1U 111 I! \1111Ilrn!!`i. Corporate Seals ` ��1R!GLpRg�� y .� uo1N ,.�suA� saeul,. Bond No. 1001130382 =vi` U s NCOpIC1UtE0 -t Agency No. 3074( omlfOPmPd"• visit tmhcc.com/surety for more information QQAr Kio Lo, Assi&aOt Secretary .4CUMANPOA05/2019 EXHIBIT B CITY OF NEWPORT BEACH BOND NO.1 001130382 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 5.074.00 , being at the rate of $ 18.68 thousand of the Contract price. 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 existing improvements; furnishing and installing flexible play surface systems; purchasing and installing new play equipment and components; placing P.C.C. base; and other incidental items to complete the work in place required by the Contract Documents, 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 for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and U. S. Specialty Insurance Company , duly authorized to transact business under the laws of the State of Califomia as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Hundred Seventy One Thousand Six Hundred Twenty One Dollars and 50/100 ($271,621.50) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; 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 heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, 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 its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. R.E. Schultz Construction, Inc. Page B-1 Bond No.: 1001130382 Surety, for value received, 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 way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal 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 P and Surety above named, on the 8th day of May ,2,0 20. R.E. Schultz Construction, Inc. Name of Contractor (Principal) U.S. Specialty Insurance Company Name of Surety 801 S Figueroa St #700 Los Angeles, CA 90017 Address of Surety 310-649-0990 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 6-0�A- By: aron C. a r po City Attorney Authorized Signatur Mtle Authorized Agent Signature Blake A Pfister, Attorney-in-fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED R.E. Schultz Construction, Inc. Page B-2 CALIFORNIA ALL-PURPOSM ACKNOWLSDWENT CML CODE 1189 FAI� or .tfi. only the identity of the individual who signed the *tarent u which tilts is attached, and not the tnrthfuh►ess, acxtrracY, or ve�dfty of tt t document State of California County of ' On May 8, 2020 beforeme, Lianne Nahina, Notary Public , Date Here Insert Name and TWO of the Officer Ply appeared Blake A. Pfister Name(s) of Signer(s) evidence to be the person(* whose name(s) WSW who proved to me on the basis of satisfactory to me that he/� executed the same in subscribed to the within instrument and h on the instrument the person*)' his/i�lirW authorized capa&Y@W, and that by meek or the Wr ity.upon behalf of which the persor(�1 acted, mmuted the I certify under PENALTY OF PERJURY underthe laws of the State of California that the foregoing paragraph LIANNE NAHINA is true and correct' COMM. # 2314283 � WITNESS my hand and official seal, e o NOTARY PUBLIGCALIFORNIA ORANGE COUNTY N +ueoM+� MY COMM. EXP, DEC 5, 2023 �1✓ �-/ /' / Signature Signature of Notary Public Place Notary Seal Above OPTIONAL ation _ Though this section is optional, nreatta hml �^�t�/gjff� to an u^ handed document. deter alteration of �e document or fraud Det of Attached DocDocumentMay 8 , 2020 Title or Type of Document Bond 1 0 01 1 3 0 3 8 2 Signer( s) of Pages: 2 Si Other Than Named Above: ® 8 ) Capacitypes) Claimed by ) Signer's Name: Blake A. P f i s t e r ® Corporate Officer — Title(s): 0 Partner — ® Limited ® General 0act ® Guardian or Tr F Conservator ®Other c c ,or -i al i V Signer Is Representing: rr Signer's Nam - - - - - _ _ ® Corporate Officer — Title(s): O Partner — ® Limited O General ® Individual AttomeY i O Trustee 0 Guardian or Conservator O Other: Signer Is Representing: Insurance Company e: — 02014 National Notary Association - www.NationalNotary,org-1-800-US NOTARY (1-80()-876.6827) Item #5907 Bond No.: 1001130382 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 Or a AZ- }ss. On __ M61-0 I I 20before me, Ltt�rti IU10 ck Notary Public, personally appearedL1, C (nA. rd Sok t+i 2 - who proved to me on the basis of satisfactory evidence to be the person(s) whose names) 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. -- LINDA MACKEY Notary Public - California II •.� 'Jy) Orange County WI^- f" Commission M 2213672 My Comm. Expires Oct 11, 2021 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, 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-3 TO_ KIOMARINE. HCC POWER OF ATTORNEY J_ 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 April 23`d, 2022. 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 1S' day of June, 2018. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED S [AaT�iE5,SURETY,,,GOfflPANY ,U,,S� FPECIALTy IX§URANCE COMPANY `:,°a: ,o��=.,0q:. ..,Co,,, `P•�E ..ty,.; Via:• .lea; State of California Q' ;x a<;y: Sixf 9f PT. i9. 1996 )��?W� Z^'x W' 11H ;r, Y a jam` � - Ir,r'r 'f :i� r'd- ?•� County of Los Angeles "d ° s By: * Daniel P. Aguilar, Vice President_ �in �Ra trmwt nnnu nggl, muPx�•``\` 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 On this 1st day of June, 2018, before me, Sonia O. Carrejo, 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 official seal. SONIA 0. CABNE,o Notary Public-Calftnia • Los Angeles County i e Commission 0 2239479 Signature (seal) ' My COMM, E%pRes Apr 23,2022 I, Kio Lo, Assistant Secretary 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 8th day of May 2020 �pAcrogy", r,,, Corporate Seals1001 ........,ff; �y0o.• :.�o,,^ :XPi,. ri.,, 00 130382 Bond No. �_;q, OU x �= m- '�� BCP/.99,1999 s Kio Lo Assi Se .retsr A enc No 3074 .......:P , ...,.....:. , ,� U YOF SE*a" * _— - _— 'nmm�nm°`0�a ..,n„*,iun,so°�O HCCSMANPOA05/2019 visit tmhcc.com/surety for more information 4 Search Insured Name R.E. Schultz Construction, Inc. (7737-1) R.E. Schultz Construction, Inc. (7737-1) Active Records Only Advance Search Insured Tasks Admin Tools View ski Insured Notes History �= Deficiencies Coverages Requirements Add — Edit - Help - Video Tutorials - QQ0C1+0®C': alt Insured Name: R.E. Schultz Construction, Inc. • n Account Number: 7737-1 Address: 1767 N. Batavia St., Orange, CA, 92865 Status: Currently in Compliance Insured Business Unit(s) Print Insured Info Account Information Account Number: 7737-1 Risk Type: Public Works Formal Agreement Do Not Call: Address Information Mailing Address Insured: R.E. Schultz Construction, Inc. Address 1: 1767 N. Batavia St. Address 2: City: Orange State: CA Zip: 92865 r'.niintrv- Address Updated: Physical Address wnLIO .L nn V1n1auvn Contract Number Contract Start Date: Contract Effective Date: Description of Services: Contact Information Contact Name 2019-2020 Playground Improvements 04/14/2020 Contract End Date: Contract Expiration Date: Safety Form II: Linda Mackey Misc: Phone Number: 7147405049 Alt Phone Number: Fax Number: E -Mail Address: linda@reschultzconstruction.com Approval Date: Rush: No Contract on File: No Certificate Received: Yes Indemnification Agreement: No Tax Id: This Account created by 936 on 05/07/2020. EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 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, Section 3700 of the Labor Code. 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 elected or appointed officers, agents, officials, employees and volunteers.. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary 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 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. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an R.E. Schultz Construction, Inc. Page C-1 insured contract (including the tort liability of another assumed in a business contract). 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 one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers 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, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees and volunteers 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 elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute 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 required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 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 R.E. Schultz Construction, Inc. Page C-2 (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 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 R.E. Schultz Construction, Inc. Page C-3 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 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. R.E. Schultz Construction, Inc. Page C-4 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-5 City of Newport Beach Paye 1 2019-2020 PLAYGROUND IMPROVEMENTS (C-7737-1), bidding on March 1 13 2020 10 00 AM (Pacific) Prnteo 03 17'2020 Bid Results Bidder Details Vendor Name R E Schultz Construction Inc. Address 1767 N_ Batavia Orange, CA 92865 United States Respondee Linda Mackey Respondee Title Office Mgr Phone 714-649-2627 Ext. Email linda@reschultzconstruction.com Vendor Type License # 1007195 CADIR Bid Detail Bid Format Electronic Submitted March 11, 2020 8.37:25 AM (Pacific) Delivery Method General Attachment Bid Responsive Bid Status Submitted Confirmation # 204813 Ranking 0 Respondee Comment Buyer Comment Attachments File Title File Name File Type Bid Submittal C-7737-1 R.E. Schultz Construction; Inc BID SUBMITTAL C-7737-1 R, E SCHULTZ General Attachment CONSTRUCTION INC pdf Bidder's Bond C-7737-1 R.E Schultz Construction, Inc. BIDDER'S BOND C-7737-1 R E SCHULTZ Bid Bond CONSTRUCTION INC pdf Line Items Type Item Code UOM Qty Unit Price Line Total Comment BASE BID (AWARD TO BE BASED ON LOWEST BASE BID RECEIVED) I Mobilization LS 1 S18 000 00 S 18 000.00 2 Remove and Dispose of Existing Play Equipment LS 1 S15 000 06 515.000.GG 3 Remove and Dispose of Existing Near Course SF 626 $3 OG $1 878 00 4 Remove and Redistribute Existing Sand at Bob Henry Park CY 32 S50 OG S1 600 06 City of Newport Beach PagN 2 2019-2020 PLAYGROUND IMPROVEMENTS (C-7737-1): bidding on March 11, 2020 10:00 AM (Pacific) Panted 03 17'2020 Bid Results Type Item Code UOM City Unit Price Line Total Comment 5 Purchase and Install New Playground Equipment LS 1 $182,50000 $182.500.00 6 Construct 6.5-Inch Thick Colored Wear Course SF 626 $9 75 $6 103 50 7 Construct 4-Inch Thick P.0 C Base; 3 5-Inch Thick Cushion Layer; and0.5-Inch Thick Colored Wear Course SF 840 $26.00 $21 840.06 8 Clean Existing Drain Lines and Drain Boxes at Bob Henry Park LS 1 $3,000.00 $3.000 06 9 Repaint 2-inch Contrasting Marking Stripe at Bob Henry Park LF 500 $2 GG $1 000 GG 10 Provide As-Built Drawings LS 1 $1,000.00 $1.000.00 11 Provide Additional Cushion Layer Buffings (Allowance) ALLOW 1 $5:000 00 $5.000 OG Subtotal $256,921.50 ADDITIVE ALTERNATIVE BID ITEM (AWARD TO BE BASED ON LOWEST BASE BID RECEIVED, EXCLUDING ADDITIVE ALTERNATIVE BID ITEM) 12 Remove and Place New Sand at Bob Henry Park CY 210 $7000 $14,700-06 Subtotal $14,700.00 Total $271,621.50 Subcontractors Name & Address Description License Num CADIR Amount Type Robertson Recreational Rubber surfacing 667261 1000002700 $19,GOO.OG Surfaces - Tot Turf 2412 W. 12 St Tempe. AZ 85281 United States CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 2019-2020 PLAYGROUND IMPROVEMENTS PROJECT NO. 20P01 CONTRACT NO. 7737-1 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 1 2-1 AWARD AND EXECUTION OF THE CONTRACT 1 2-5 PLANS AND SPECIFICATIONS 2 2-5.2 Precedence of Contract Documents 2 2-6 WORK TO BE DONE 2 SECTION 3 - CHANGES IN WORK 2 3-3 EXTRA WORK 2 3-3.2 Payment 2 3-3.2.2 Basis for Establishing Cost 2 3-3.2.3 Markup 2 SECTION 4 - CONTROL OF MATERIALS 3 4-1 MATERIALS AND WORKMANSHIP 3 4-1.3 Inspection Requirements 3 4-1.3.1 General 3 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 3 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 3 6-1.1 Construction Schedule 4 6-7 TIME OF COMPLETION 4 6-7.1 General 4 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 5 6-9 LIQUIDATED DAMAGES 5 6-9 SEQUENCE OF CONSTRUCTION 6 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 6 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 6 7-1.2 Temporary Utility Services 6 7-2 LABOR 6 7-2.2 Prevailing Wages 6 7-8 WORK SITE MAINTENANCE 6 7-8.4 Storage of Equipment and Materials 6 7-8.4.2 Storage in Public Streets 6 7-8.6 Water Pollution Control 7 7-8.6.2 Best Management Practices (BMPs) 7 7-10 SAFETY 7 7-10.4 Safety 7 7-10.4.1 Work Site Safety 7 SECTION 9 - MEASUREMENT AND PAYMENT 7 9-2 LUMP SUM WORK 8 9-3 PAYMENT 8 9-3.1 General 8 9-3.2 Partial and Final Payment. 10 PART 2 - CONSTRUCTION MATERIALS 10 SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 10 201-1 PORTLAND CEMENT CONCRETE 10 201-1.1 Requirements 10 201-1.1.2 Concrete Specified by Class and Alternate Class 10 SECTION 203 — BITUMINOUS MATERIALS 10 203-16 RUBBERIZED PLAYGROUND SURFACES 10 203-16.1 General 10 203-16.2 Installation 11 203-16.3 Warranty 11 SECTION 218 — DRAINAGE 11 218-1 DRAINAGE 11 218-1.1 General 11 SECTION 219 — PLAYGROUND EQUIPMENT 12 219-1 PLAYGROUND EQUIPMENT 12 219-1.1 General 12 219-1.2 Submittals 12 219-1.3 Warranty 12 APPENDIX A 14 PART 1— GENERAL 14 1.01 POURED IN PLACE PLAYGROUND SURFACING 14 1.02 PERFORMANCE REQUIREMENTS 14 PART 2 — PRODUCTS is 2.01 PRODUCT SCOPE 15 2.02 CUSHION LAYER SECTION 16 2.03 WEAR COURSE 16 2.04 BINDER 17 PART 3 — MATERIALS 17 PART 4 - EXECUTION 18 4.01 SITE PREPARATION 18 4.02 INSTALLATION 19 APPENDIX 8 21 NEWPORT SHORES PARK RENDERINGS 21 MARINERS PARK RENDERINGS 21 BOB HENRY PARK RENDERINGS 21 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 2019-2020 PLAYGROUND IMPROVEMENTS PROJECT NO. 20P01 CONTRACT NO. 7737-1 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. P -5266-S); (3) the City's Desiqn Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements. The City's Design Criteria, Standard Special Provisions 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 Page 1 of 21 At the time of the award and until completion of work, the Contractor shall possess, at a minimum, General Engineering "A" Contractor's with a "D-34" (prefabricated equipment). "D-12" (synthetic products/rubber surfacing) license required for installer of rubber surfacing. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. Add to Section, "Contractor shall maintain possession of the following certifications by relevant members of the project team assigned to City project: a) CPSI certified (Certified Playground Safety Inspector) b) LSI certified (Landscape Structures Incorporated) 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 existing improvements; furnishing and installing flexible play surface systems; purchasing and installing new play equipment and components; placing P.C.C. base; and other incidental items to complete the work in place required by the Contract Documents. 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 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 (prior to any markups) and shall constitute the markup for all overhead and profit: Page 2 of 21 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 (prior to any markups) and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the subcontracted actual cost (prior to any markups) 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 in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Page 3 of 21 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. 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 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 additional, 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 The Contractor shall complete all work under the Contract within 30 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. Normal working hours are limited to 7:30 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 1St (New Year's Day) 2. Third Monday in January (Martin Luther King Day) Page 4 of 21 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 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 on 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 in Section 6-7.1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $750.00. 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. Page 5 of 21 6-9 SEQUENCE OF CONSTRUCTION Parks shall be completed in the following order: 1. Newport Shores Park 2. Mariners Park 3. Bob Henry Park SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 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 7-8.4 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 Page 6 of 21 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) 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 back -charging 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 7-10.4 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 Page 7 of 21 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. 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. Contract will be awarded based on the lowest base bid received. The following items of work pertain to the bid items included within the Proposal.- Item roposal: 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, providing 6 -ft tall screened construction fencing at each location, traffic control 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 Remove and Dispose of Existing Play Equipment: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing of existing improvements; removing footings and foundations where conflicting with new installation or two feet below sand surface; installing 4 -inch P.C.C. base and 3.5 -inch cushion layer buffings where posts were removed, in order to accommodate the new play equipment, components and new colorized wear course; and all other work items as required to complete the work in place. Item No. 3 Remove and Dispose of Existing Wear Course: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing of the necessary existing wear course surface per the Contract Documents; and all other work items as required to complete the work in place. Item No. 4 Remove and Redistribute Existing Sand at Bob Henry Park: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing sand in order to accommodate new playground surface system per Contract documents; placing, spreading and leveling displaced sand around the same playground; and all other work items as required to complete the work in place. Page 8 of 21 Item No. 5 Purchase and Install New Playground Equipment and Components: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing, loading, transporting, unloading, and installing new playground equipment and components, per Contract Documents and manufacturer's specifications; installing footings and foundations per manufacturer's specifications; submitting calculations for the full sail topper installation; providing third -party special inspection of the sail topper foundations, and all other work necessary to complete the work in place. Play equipment shall be delivered to the Contractor's warehouse and stored. Contractor shall transport necessary play equipment to the appropriate parks. Item No. 6 Construct 0.5 -Inch Thick Colored Wear Course: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for constructing a 0.5 -inch thick colorized wear course, including high-density colorized wear course per Contract Documents; and all other work items as required to complete the work in place. A receipt and manufacturer's warranty certificate stating the City as the owner of the new playground surface entitled to warranty coverage shall be provided under this payment item. Item No. 7 Construct 4 -Inch Thick P.C.C. Base, 3.5 -Inch Thick Cushion Layer, and 0.5 -Inch Thick Colored Wear Course: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for compacting subbase; constructing a 4 -inch thick P.C.C. base with thickened edge and doweling to the existing P.C.C. base per Contract Documents; installing 3.5 -inch thick cushion layer; installing 0.5 -inch thick colorized wear course, including high density colorized wear course per Contract Documents; and all other work items as required to complete the work in place. A receipt and manufacturer's warranty certificate stating the City as the owner of the new playground surface entitled to warranty coverage shall be provided under this payment item. Item No. 8 Clean Existing Drain Lines and Drain Boxes at Bob Henry Park: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for exposing drain lines in advance of work, cleaning existing drain lines and drain boxes, replacing filter fabric (Mirafi 140N or Engineer approved equal), controlling ground and surface water, trenching, grading of sand, compacting, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 9 Repaint 2 -inch Contrasting Marking Stripe at Bob Henry Park: Work under this item shall include, but not be limited to, all costs necessary to repaint the existing 2 -inch contrasting marking stripe along the curved playground perimeter, seat wall and all other work items as required to complete the work in place. Paint shall be Waterborne Traffic Line, Type 1 (Rapid Dry), yellow, and with glass beads. Item No. 10 Provide As -Built Drawings: Work under this item shall include, but not be limited to, all costs 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 progress payment. An amount of $1,000.00 is determined for this bid item. The intent of Page 9 of 21 this pre-set amount is to emphasize to the Contractor the importance of as -built drawings. Item No. 11 Provide Additional Cushion Layer Buffings (Allowance): The Contractor shall have included in this bid a $5,000.00 allowance for providing additional cushion layer buffings per the direction of the Engineer prior to installing new wear course layer. All work under this bid item requires prior written approval from the Engineer. This item may be removed or reduced in the contract at the City's discretion and no additional compensation shall be made for bid items removed or reduced. Alternate Item No. A Remove and Place New Sand at Bob Henry Park: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for trasnporting new beach sand to the Bob Henry Park playground area, placing, spreading and leveling sand around the playground. Contractor shall coordinate with City staff on timing and origin of City of Newport Beach sand to be used. 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 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. 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 Page 10 of 21 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: TotTurf 16059 E. Foothill Blvd Irwindale CA, 91706 Phone: (800) 858-0519 So. Cal Dist: Vince Brantley Phone: (714) 904-8219 The materials shall be installed by a factory -qualified installer. 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. Manufacturer's installation guidelines have been included as Appendix A for reference. 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 218 — DRAINAGE 218-1 DRAINAGE 218-1.1 General Page 11 of 21 The Contractor shall locate existing drain lines and boxes in advance of Work. Contractor is responsible for cleaning drain lines and boxes of obstructions and replacing the filter fabric. Filter fabric shall be Mirafi 140N or Engineer approved equal. In the case of damaged drain lines or drain boxes, Contractor shall inform the Public Works inspector immediately, in order to determine the scope of repair or replacement. Any replacements will be handled via the change order process. 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 • Cool topper structural calculations, signed by a California Professional Engineer • Equipment Operations and Maintenance Manuals • Standard warranty documentation p 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 219-1.3 Warranty 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 PlayShaperO aluminum posts, stainless steel fasteners, clamps, beams and caps against structural failure due to Page 12 of 21 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. Page 13 of 21 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. Submittals: 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 14 of 21 • 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 15 of 21 (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 16 of 21 (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 Page 17 of 21 As distributed by: Robertson Industries, Inc. - (800) 858-0519 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 18 of 21 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 19 of 21 (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 20 of 21 APPENDIX B NEWPORT SHORES PARK RENDERINGS MARINERS PARK RENDERINGS BOB HENRY PARK RENDERINGS Page 21 of 21 i M n V) L O c - U) +-J L- 0 O Q N Z 702M PU n V) a� L 0 C- U) 0 Q z i It i 0� �a a L c a� 0 m w mi CITY OF in COSTA MESA VICTORIA ST y�P �P P JOHN WAYNE AIRPORT CITY OF IRVINE 11 PAC/FIC VICINITY MAP NOT TO SCALE SYMBOL LEGEND --o— POWER POLE OSCO SANITARY SEWER CLEANOUT OSMH SANITARY SEWER MANHOLE O FIRE HYDRANT WM WATER METER BOX &SERVICE 0 GM GAS METER ® VALVE E POWER POLE ANCHOR (800)-611-1911 MONUMENT -x -X -X- FENCE -� rr BLOCKWALL WEAR COURSE SYSTEM PER CONTRACT DOCUMENTS OR MINIMUM OF 18 INCHES. TREE Q C3 SHRUBBERY (949)-644-3011 ASPHALT PAVEMENT FILTER FABRIC USING MIRAFI 140N OR ENGINEER APPROVED EQUAL. (949)-644-3717 5O BRICKWALK ORANGE COUNTY SANITATION DISTRICT CONCRETE REPAINT EXISTING 2 -INCH CONTRASTING MARKING STRIPE AT BOB HENRY PARK. PAINT SHALL BE BUILDING EXISTING CONSTRUCTION PROPERTY LINE 714)-338-2060 NEW CONSTRUCTION @PLACE, ---CL--- CENTERLINE ----S---- SEWER LINE -----W----- WATER LINE _G- - - GAS LINE —E POWER LINE —T TELEPHONE LINE —CATV— CABLEVISION LINE — SP SPRINKLER SYSTEM STREET LIGHT REPLACE PLAY EQUIPMENT COMPONENTS PER MANUFACTURER'S SPECIFICATIONS AND CONTRACT SIGN GARAGE OPENING WINDOW * SPRINKLER CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG PROJECT LOCATIONS ABBREVIATIONS AC ASPHALT CONCRETE DIP DUCTILE IRON PIPE VCP VITRIFIED CLAY PIPE RWV RESILIENT WEDGE VALVE FE FLANGED END MJ MECHANICAL JOINT NTS NOT TO SCALE RT RING TIGHT STL STEEL ABAND ABANDONED IP&T IRON PIPE AND TAG MON MONUMENT CATV CABLE TV DWY DRIVEWAY CO CLEANOUT (SEWER) ARV AIR RELIEF VALVE B/APPR BACK OF ALLEY APPROACH EV ELECTRICAL VALVE SW SIDEWALK WWF WELDED WIRE FABRIC MLCCSP MORTAR LINED CEMENT COATED STEEL PIPE RCSCP REINFORCED CONCRETE STEEL CYLINDER PIPE e) 4"A.C. CORING INFORMATION MCWD MESA CONSOLIDATED WATER DISTRICT EMERGENCY TELEPHONE NUMBERS 23 F\wA Y A9 �" /K i S �qy SqS 1. NEWPORT SHORES PARK PUBLIC WORKS DEPARTMENT 2019-2020 PLAYGROUND IMPROVEMENTS Lp PROJECT NO. 20P01 CONTRACT NO. 7737-1 APPROVED: DIRECTOR OF F A APPROVED: IC WORKS fd CITY OF COSTA MESA 9Z9 P� y SOL 10 oz_ O� G ORIVE �PR\N�RS LOCATION MAPS NOT TO SCALE PLAYGROUND LOCATION DATE712 - 13. 2426 DATE: Z- t3- wz a CgAS y'O ooeoRY �� CgpS O� �qti BG O NOR-�N Psj P� P�5 G CgsT JFQ AWq ys LANE P�QO QF, GP 3. BOB HENRY PARK GENERAL NOTES 1. ALL WORK DETAILED ON THESE PLANS TO BE PERFORMED UNDER CONTRACT SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION," 2015 EDITION AND SUPPLEMENTS TO DATE, EXCEPT AS OTHERWISE STATED IN THE CITY'S STANDARD SPECIAL PROVISIONS, OR IN THIS CONTRACT'S SPECIAL PROVISIONS. 2. EXISTING UNDERGROUND UTILITIES ARE SHOWN AS PER AVAILABLE RECORDS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING THE ACTUAL LOCATION AND IN THE FIELD PRIOR TO BEGINNING CONSTRUCTION. 3. ALL EXPOSED CONCRETE SURFACES SHALL CONFORM IN GRADE, COLOR, DIMENSION, AND FINISH TO ADJOINING IMPROVEMENTS. 4. P.C.C. SHALL BE CLASS 560-C-3250. 5. ANY DISCREPANCY IN THE DRAWINGS OR SPECIFICATIONS SHALL BE CALLED TO THE IMMEDIATE ATTENTION OF THE ENGINEER. FAILURE TO DO SO SHALL PLACE RESPONSIBILITY ON THE CONTRACTOR FOR CORRECTION. 6. PROPOSED IMPROVEMENTS SHALL JOIN AND MATCH LINE AND GRADE OF EXISTING IMPROVEMENTS. 7. ANY WORK NOT INDICATED ON THE DRAWINGS BUT CALLED FOR IN THE SPECIFICATIONS, OR VICE -VERSA, SHALL BE FURNISHED AND PERFORMED AS THOUGH SPECIFICALLY INDICATED AND CALLED FOR IN BOTH. ANY WORK NOT INSTALLED ACCORDING TO THE DRAWINGS AND SPECIFICATIONS OR ORDINANCES AND LAWS SHALL BE REPLACED AT THE CONTRACTOR'S EXPENSE. 8. ALL TREES SHALL BE PROTECTED IN PLACE UNLESS OTHERWISE NOTED. FOR TREE ISSUES, CONTACT CITY ARBORIST, JOHN NELSON, 949-644-3197. 9. ALL BASE MATERIAL SHALL BE COMPACTED TO 95 PERCENT RELATIVE COMPACTION. CONSTRUCTION NOTES O DAY NIGHT REMOVE EXISTING PLAY EQUIPMENT AND APPURTENANCES. CONTRACTOR SHALL RETURN ALL PLAY SOUTHERN CALIFORNIA GAS COMPANY (800)-427-2200 PANELS TO THE RECREATION AND SENIOR SERVICES DEPARTMENT (BRASON ALEXANDER (800)-427-2200 949-644-3150). ALL OTHER COMPONENTS SHALL BE DISPOSED OFF BY CONTRACTOR. SOUTHERN CALIFORNIA EDISON COMPANY (800)-611-1911 (800)-611-1911 O AT&T 611 WEAR COURSE SYSTEM PER CONTRACT DOCUMENTS OR MINIMUM OF 18 INCHES. 611 OCLEAN CITY OF NEWPORT BEACH (MOD) (949)-644-3011 FILTER FABRIC USING MIRAFI 140N OR ENGINEER APPROVED EQUAL. (949)-644-3717 5O CLEAN EXISTING DRAIN LINE FROM DEBRIS AND BLOCKAGES. ORANGE COUNTY SANITATION DISTRICT (714)-962-2411 REPAINT EXISTING 2 -INCH CONTRASTING MARKING STRIPE AT BOB HENRY PARK. PAINT SHALL BE WATERBORNE TRAFFIC LINE, TYPE I (RAPID DRY), YELLOW, AND WITH GLASS BEADS. TIME WARNER CABLE 714)-338-2060 @PLACE, (714)-388-2000 UNDERGROUND SERVICE ALERT 800)-422-4133 EQUIPMENT OR A MINIMUM OF 18 INCHES THICK. (800)-422-4133 Og INSTALL NEW PLAY EQUIPMENT PER MANUFACTURER'S SPECIFICATIONS AND CONTRACT DOCUMENTS. MESA CONSOLIDATED WATER DISTRICT (949)-574-1000 PLAY EQUIPMENT BY LANDSCAPE STRUCTURES CONTACT: COAST RECREATION, GREGG ROGERS (949)-631-1200 (949-633-1180). REPAIR DAMAGED AREAS TO MATCH ADJACENT EXISTING SURFACE PER DETAILS. PUBLIC WORKS DEPARTMENT 2019-2020 PLAYGROUND IMPROVEMENTS Lp PROJECT NO. 20P01 CONTRACT NO. 7737-1 APPROVED: DIRECTOR OF F A APPROVED: IC WORKS fd CITY OF COSTA MESA 9Z9 P� y SOL 10 oz_ O� G ORIVE �PR\N�RS LOCATION MAPS NOT TO SCALE PLAYGROUND LOCATION DATE712 - 13. 2426 DATE: Z- t3- wz a CgAS y'O ooeoRY �� CgpS O� �qti BG O NOR-�N Psj P� P�5 G CgsT JFQ AWq ys LANE P�QO QF, GP 3. BOB HENRY PARK GENERAL NOTES 1. ALL WORK DETAILED ON THESE PLANS TO BE PERFORMED UNDER CONTRACT SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION," 2015 EDITION AND SUPPLEMENTS TO DATE, EXCEPT AS OTHERWISE STATED IN THE CITY'S STANDARD SPECIAL PROVISIONS, OR IN THIS CONTRACT'S SPECIAL PROVISIONS. 2. EXISTING UNDERGROUND UTILITIES ARE SHOWN AS PER AVAILABLE RECORDS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING THE ACTUAL LOCATION AND IN THE FIELD PRIOR TO BEGINNING CONSTRUCTION. 3. ALL EXPOSED CONCRETE SURFACES SHALL CONFORM IN GRADE, COLOR, DIMENSION, AND FINISH TO ADJOINING IMPROVEMENTS. 4. P.C.C. SHALL BE CLASS 560-C-3250. 5. ANY DISCREPANCY IN THE DRAWINGS OR SPECIFICATIONS SHALL BE CALLED TO THE IMMEDIATE ATTENTION OF THE ENGINEER. FAILURE TO DO SO SHALL PLACE RESPONSIBILITY ON THE CONTRACTOR FOR CORRECTION. 6. PROPOSED IMPROVEMENTS SHALL JOIN AND MATCH LINE AND GRADE OF EXISTING IMPROVEMENTS. 7. ANY WORK NOT INDICATED ON THE DRAWINGS BUT CALLED FOR IN THE SPECIFICATIONS, OR VICE -VERSA, SHALL BE FURNISHED AND PERFORMED AS THOUGH SPECIFICALLY INDICATED AND CALLED FOR IN BOTH. ANY WORK NOT INSTALLED ACCORDING TO THE DRAWINGS AND SPECIFICATIONS OR ORDINANCES AND LAWS SHALL BE REPLACED AT THE CONTRACTOR'S EXPENSE. 8. ALL TREES SHALL BE PROTECTED IN PLACE UNLESS OTHERWISE NOTED. FOR TREE ISSUES, CONTACT CITY ARBORIST, JOHN NELSON, 949-644-3197. 9. ALL BASE MATERIAL SHALL BE COMPACTED TO 95 PERCENT RELATIVE COMPACTION. CONSTRUCTION NOTES O PROTECT IN PLACE. 1O REMOVE EXISTING PLAY EQUIPMENT AND APPURTENANCES. CONTRACTOR SHALL RETURN ALL PLAY PANELS TO THE RECREATION AND SENIOR SERVICES DEPARTMENT (BRASON ALEXANDER 949-644-3150). ALL OTHER COMPONENTS SHALL BE DISPOSED OFF BY CONTRACTOR. 2O REMOVE 0.5 -INCH OF EXISTING WEAR COURSE AND CONSTRUCT 0.5 -INCH THICK WEAR COURSE PER MATERIAL AND COLOR LEGEND AND DETAILS. O REMOVE AND DISPOSE OF EXISTING SAND TO DEPTH REQUIRED FOR CONSTRUCTION OF NEW RESILIENT WEAR COURSE SYSTEM PER CONTRACT DOCUMENTS OR MINIMUM OF 18 INCHES. OCLEAN EXISTING 12 -INCH X 12 -INCH BROOKS DRAIN BOX FROM DEBRIS AND BLOCKAGES. REPLACE FILTER FABRIC USING MIRAFI 140N OR ENGINEER APPROVED EQUAL. 5O CLEAN EXISTING DRAIN LINE FROM DEBRIS AND BLOCKAGES. 6O REPAINT EXISTING 2 -INCH CONTRASTING MARKING STRIPE AT BOB HENRY PARK. PAINT SHALL BE WATERBORNE TRAFFIC LINE, TYPE I (RAPID DRY), YELLOW, AND WITH GLASS BEADS. O CLEAN EXISTING 6 -INCH N.D.S. SPEE-D-BASIN INCLUDING GRATE. @PLACE, SPREAD, AND LEVEL CITY -SUPPLIED SAND AT BOB HENRY PARK PER PLANS AND SPECIFICATION. SAND LAYER SHALL REACH THE SPECIFIED HEIGHT AS NOTED ON THE PLAY EQUIPMENT OR A MINIMUM OF 18 INCHES THICK. Og INSTALL NEW PLAY EQUIPMENT PER MANUFACTURER'S SPECIFICATIONS AND CONTRACT DOCUMENTS. PLAY EQUIPMENT BY LANDSCAPE STRUCTURES CONTACT: COAST RECREATION, GREGG ROGERS (949-633-1180). REPAIR DAMAGED AREAS TO MATCH ADJACENT EXISTING SURFACE PER DETAILS. 1p REPLACE PLAY EQUIPMENT COMPONENTS PER MANUFACTURER'S SPECIFICATIONS AND CONTRACT DOCUMENTS. PLAY EQUIPMENT BY LANDSCAPE STRUCTURES CONTACT: COAST RECREATION, GREGG ROGERS (949-633-1180). DISPOSE OF COMPONENTS REMOVED. REPAIR DAMAGED AREAS TO MATCH ADJACENT EXISTING SURFACE PER DETAILS. 11 0 CONSTRUCT 4 -INCH THICK P.C.C. BASE, 3.5 -INCH THICK CUSHION LAYER AND 0.5 -INCH THICK WEAR COURSE PER MATERIAL AND COLOR LEGEND AND DETAILS, HEREON. SEE SHEET 5 FOR SPECIFICS. 12 RELOCATE EXISTING PLAY EQUIPMENT. SEE SHEET 5 AND DETAILS FOR SPECIFICS. 13 RUBBER TURNDOWN TO SAND, PER DETAIL C. In r: SHEET INDEX 1❑ TITLE SHEET 02 NEWPORT SHORES PARK AND MARINERS PARK DEMO/CONSTRUCTION PLANS BOB HENRY PARK DEMOLITION PLANS 03 NEWPORT SHORES PARK - PLAY EQUIPMENT ® MARINERS PARK - PLAY EQUIPMENT n ❑5 BOB HENRY PARK - CONSTRUCTION PLAN & PLAYSHAPER FOOTING DETAILS © BOB HENRY PARK - PLAY EQUIPMENT O DETAILS ® PLAYBOOSTER FOOTING DETAILS C-7737-1 APPROVAL RECOMMENDED BY: REVIEWED BY: TITLE SHEET s�sr.ss, TOM SANDEFUR, P.E. / RA ASSISTANT CITY ENGINEER 2019-2020 0,8 4 ' AURA ECTWEILER ,1y`/�J�(,",-, DIRECTOR DATE 2�/3, bozo PLAYGROUND IMPROVEMENTS RECREATION AND SENIOR crvI%. -': DESIGNED DRAWN „ ..4,. SERVICES D PARTMENT KC KC CITY OF NEWPORT BEACH P -5266-S DATE CHECKED DATE PUBLIC WORKS DEPARTMENT SHEET 1 of 8 PT 13 FEB 2020 I P P 10 SHT 3 N425 SF P / / \ \ CONSTRUCTION NOTES O PROTECT IN PLACE. O REMOVE EXISTING PLAY EQUIPMENT AND APPURTENANCES. CONTRACTOR SHALL RETURN ALL PLAY PANELS TO THE RECREATION AND SENIOR SERVICES DEPARTMENT (BRASON ALEXANDER 949-644-3150). ALL OTHER COMPONENTS SHALL BE DISPOSED OFF BY CONTRACTOR. 2O REMOVE 0.5 -INCH OF EXISTING WEAR COURSE AND CONSTRUCT 0.5 -INCH THICK WEAR COURSE PER MATERIAL AND COLOR LEGEND AND DETAILS. O REMOVE AND DISPOSE OF EXISTING SAND TO DEPTH REQUIRED FOR CONSTRUCTION OF NEW RESILIENT WEAR COURSE SYSTEM PER CONTRACT DOCUMENTS OR MINIMUM OF 18 INCHES. Og INSTALL NEW PLAY EQUIPMENT PER MANUFACTURER'S SPECIFICATIONS AND CONTRACT DOCUMENTS. PLAY EQUIPMENT BY LANDSCAPE STRUCTURES CONTACT: COAST RECREATION, GREGG ROGERS (949-633-1180). REPAIR DAMAGED AREAS TO MATCH ADJACENT EXISTING SURFACE PER DETAILS. 10 REPLACE PLAY EQUIPMENT COMPONENTS PER MANUFACTURER'S SPECIFICATIONS AND CONTRACT DOCUMENTS. PLAY EQUIPMENT BY LANDSCAPE STRUCTURES CONTACT: COAST RECREATION, GREGG ROGERS (949-633-1180). DISPOSE OF COMPONENTS REMOVED. REPAIR DAMAGED AREAS TO MATCH ADJACENT EXISTING SURFACE PER DETAILS. P L --------- ______---------------� 12 RELOCATE EXISTING PLAY EQUIPMENT. SEE SHEET 5 AND DETAILS FOR SPECIFICS. I-_ 9 1 � __ �I SAND -1,750 SF i" 1 P SHT 3 i \Li --------------------- 1. NEWPORT SHORES PARK SCALE 1 " = 10' 2. MARINERS PARK SCALE 1 " = 10' P 18" DRAIN LINE ! P 12" DRAIN LINE / P PIPE COLLAR / �J P CATCH BASIN % �qs��f SYS 3. BOB HENRY PARK SCALE 1" = 10' P DRAIN BOX 1� 1� 1� P 8" DRAIN LINE ------------------------ I� r I -=- N626 SF _ - � I SHT 6 1 9 --------------------------- --- ----, i 1- -- 12 DRAIN LINE ,- ,-- DRAIN BOX CONCRETE C AND SAND 2A. SAND BOX SCALE 1 " = 10' J SEAT WALL 12 SEESAW 3 ^'1,767 SF / P P 6" DRAIN PIPE , 1 DRAIN BOX 1 SEAT WALL JCRETE CURB ) SAND P 6" DRAIN BASIN C-7737-1 REVIEWED BY: NEWPORT SHORES, MARINERS, AND BOB HENRY PARK TOM SANDEFUR, P.E. ASSISTANT CITY ENGINEER DEMO / CONSTRUCTION PLANS DATE DATE BY DESCRIPTION APP'D. DESIGNED KC DRAWN KC CITY OF NEWPORT BEACH P -5266 - REVISIONS CHECKED DATE PUBLIC WORKS DEPARTMENT SHEET 2 OF 8 PT 13 FEB 2020 F C7 CT u TOTAL ELEVATED PLAY COMPONENTS 9 TOTAL ---- \` - \ \ \ \ TOTAL ACCESSIBLE 9 REQUIRED 5 TOTAL ACCESSIBLE GROUND LEVEL COMPONENTS SHOWN ROUTE OF REQUIRED 3 TOTAL DIFFERENT TYPES OF GROUND LEVEL COMPONENTS TRAVEL REQUIRED 3 „// NO POST NO POST THIS PLAY AREA & PLAY EQUIPMENT IS DESIGNED FOR AGES 5-12 YEARS 152911 IT IS THE MANUFACTURERS OPINION THAT THIS PLAY AREA DOES CONFORM TO THE A.D.A. ACCESSIBILITY STANDARDS, ASSUMING AN ACCESSIBLE PROTECTIVE LEFT WITHIN THE ENTIRE USE ZONE. THIS CONCEPTUAL PLAN WAS BASED ON INFORMATION AVAILABLE TO US. PRIOR TO CONSTRUCTION, DETAILED SITE INFORMATION INCLUDING SITE DIMENSIONS, TOPOGRAPHY EXISTING TRANSFER SOLUTIONS SHOULD BE OBTAINED, EVALUATED, & TRANSFER 64 LOCATION OF ALL EXISTING UTILITIES, EQUIPMENT, AND SITE FURNISHINGS PRIOR TO ORDERING. SLIDES SHOULD NOT FACE THE HOT AFTERNOON SUN. CHOOSE A PROTECTIVE SURFACING MATERIAL THAT HAS A CRITICAL HEIGHT VALUE TO MEET THE MAXIMUM FALL HEIGHT FOR THE EQUIPMENT (REF. MODULE PERFORMANCE SPECIFICATION FOR PLAYGROUND EQUIPMENT FOR PUBLIC USE, SECTION 8 CURRENT REVISION). THE SUBSURFACE MUST BE WELL DRAINED. IF THE SOIL DOES NOT DRAIN NATURALLY ' POINTG Q BE A COMBINATION OF UNITARY AND LOOSE FILL MATERIALS. IT IS THE MANUFACTURER'S OPINION AND INTENT THAT THE LAYOUT OF THESE COMPONENTS CONFORM WITH THE U.S. CONSUMER PRODUCT U "HANDBOOK FOR PUBLIC PLAYGROUND SAFETY". DESIGNED BY: NO POST NO POST LANDSCAPE STRUCTURES, INC. vvv DELANO, MINNESOTA 55328 PH: 1-800-328-0035 FAX: 1-763-972-6091 *CP004191 0\\ 120902 2 4 PB OLD STYLE Date Previous Drawing # Initials HANDHOLD DECK TO DECK ' LEG LIFT 2 -STEP WITH ' No3O2T NO POST BARRIERS NO POST NO POST 116249 VERT. LADDER NO POST NO POST NO POST 115231 40 40 32 TIC-TAC-TOE PANEL I I NO POST P ST NC1` ST 24 Y 16 0 143194 84" CLATTERBRIDGE NO POST NO POST NO POST W/HANDRAILS 111256 \\\ ARCH ROOF ------------ -- -- I 126368 -- ------ -- \, 30"EL TUNNEL SLIDE 174018 BELT SEAT W/PROGUARD CHAINS 8' BEAM HEIGHT 177332 SINGLE POST SWING DB ONLY 174018 BELT SEAT W/PROGUARD CHAINS 8' BEAM HEIGHT i I -- - - - - - - PlayBooster® (5-12 years) TOTAL ELEVATED PLAY COMPONENTS 9 TOTAL ELEVATED COMPONENTS ACCESSIBLE BY RAMP 0 REQUIRED 0 TOTAL ELEVATED COMPONENTS ACCESSIBLE BY TRANSFER 9 REQUIRED 5 TOTAL ACCESSIBLE GROUND LEVEL COMPONENTS SHOWN 4 REQUIRED 3 TOTAL DIFFERENT TYPES OF GROUND LEVEL COMPONENTS 3 REQUIRED 3 Max Fall Height: 64 inches Newport Shores Park Newport Beach, California 92626 NEWPORT SHORES PARK - PLAY EQUIPMENT DETAIL NOT TO SCALE LSI 6"/8" RISE KICKPLATE (K.P.1) QTY. ( 3 ) Estimated manufacturing time: 6 weeks from the time of order acceptance, or receipt of SkyWays release of fabrication form if applicable. Coast Recreation, Inc. Gregg Rogers SYSTEM TYPE: PlayBooster DRAWING #: 1139399-01-01 DATE I BY I DESCRIPTION REVISIONS iso uM:2(Ms REVIEWED BY: TOM SANDEFUR, P.E. ASSISTANT CITY ENGINEER DATE APP'D. I DESIGNED CHECKED DRAWN KC KC DATE PT 30 JAN 2020 C -7737-1 NEWPORT SHORES PARK PLAY EQUIPMENT DETAILS CITY OF NEWPORT BEACH I P -5266-S PUBLIC WORKS DEPARTMENT SHEET 3 OF 8 0 Cn Q) Cn landscape structures° 2 � CE IED e 39yG � � o Pio? L RS A¢� � �i�ri Y■�i1 • 1r � ampa low THIS PLAY AREA & PLAY EQUIPMENT IS DESIGNED FOR AGES 5-12 YEARS UNLESS OTHERWISE NOTED ON PLAN. IT IS THE MANUFACTURERS OPINION THAT THIS PLAY AREA DOES CONFORM TO THE A.D.A. ACCESSIBILITY STANDARDS, ASSUMING AN ACCESSIBLE PROTECTIVE SURFACING IS PROVIDED, AS INDICATED, OR WITHIN THE ENTIRE USE ZONE. THIS CONCEPTUAL PLAN WAS BASED ON INFORMATION AVAILABLE TO US. PRIOR TO CONSTRUCTION, DETAILED SITE INFORMATION INCLUDING SITE DIMENSIONS, TOPOGRAPHY EXISTING UTILITIES, SOIL CONDITIONS, AND DRAINAGE SOLUTIONS SHOULD BE OBTAINED, EVALUATED, & UTILIZED IN THE FINAL DESIGN. PLEASE VERIFY ALL DIMENSIONS OF PLAY AREA, SIZE, ORIENTATION, AND LOCATION OF ALL EXISTING UTILITIES, EQUIPMENT, AND SITE FURNISHINGS PRIOR TO ORDERING. SLIDES SHOULD NOT FACE THE HOT AFTERNOON SUN. CHOOSE A PROTECTIVE SURFACING MATERIAL THAT HAS A CRITICAL HEIGHT VALUE TO MEET THE MAXIMUM FALL HEIGHT FOR THE EQUIPMENT (REF. ASTM F1487 STANDARD CONSUMER SAFETY PERFORMANCE SPECIFICATION FOR PLAYGROUND EQUIPMENT FOR PUBLIC USE, SECTION 8 CURRENT REVISION). THE SUBSURFACE MUST BE WELL DRAINED. IF THE SOIL DOES NOT DRAIN NATURALLY IT MUST BE TILED OR SLOPED 1/8" TO 1/4" PER FOOT TO A STORM SEWER OR A "FRENCH DRAIN". ACCESSIBLE/PROTECTIVE SURFACING TO BE A COMBINATION OF UNITARY AND LOOSE FILL MATERIALS. IT IS THE MANUFACTURER'S OPINION AND INTENT THAT THE LAYOUT OF THESE COMPONENTS CONFORM WITH THE U.S. CONSUMER PRODUCT SAFETY COMMISSION'S (CPSC) "HANDBOOK FOR PUBLIC PLAYGROUND SAFETY". DESIGNED BY: SP COPYRIGHT: 8/30/19 LANDSCAPE STRUCTURES, INC. 601 7th STREET SOUTH — P.O. BOX 198 DELANO, MINNESOTA 55328 PH: 1-800-328-0035 FAX: 1-763-972-6091 Date Previous Drawing # Initials iso uM:2(Ms REVIEWED BY: TOM SANDEFUR, P.E. ASSISTANT CITY ENGINEER DATE APP'D. I DESIGNED CHECKED DRAWN KC KC DATE PT 30 JAN 2020 C -7737-1 NEWPORT SHORES PARK PLAY EQUIPMENT DETAILS CITY OF NEWPORT BEACH I P -5266-S PUBLIC WORKS DEPARTMENT SHEET 3 OF 8 0 Cn Q) Cn ,84878 PILOT PANEL (LW) PlayShaper® (2-5 years) 182504 WELCOME SIGN 2-5 YEARS Max Fall Height: 7 inches 2-5 AREA (INCLUDES 2 FULL BUCKET SWINGS) TOTAL ELEVATED PLAY COMPONENTS 0 221292 5" ARCH SWING i i , i i i i i �I 176038 176038 FULL BUCKET SEAT FULL BUCKET SEAT W/PROGUARD CHAINS W/PROGUARD CHAINS 8' BEAM HEIGHT 8' BEAM HEIGHT i i i i i i i i i 221293 221293 221293 5" ARCH SWING 5" ARCH SWING 5" ARCH SWING ADDITIONAL BAY ADDITIONAL BAY ADDITIONAL BAY i i I i 177351 174018 174018 174018 174018 174018 r MOLDED SEAT/HARNESS BELT SEAT BELT SEAT BELT SEAT BELT SEAT BELT SEAT W/PROGUARD CHAINS W/PROGUARD CHAINS W/PROGUARD CHAINS W/PROGUARD CHAINS W/PROGUARD CHAINS W/PROGUARD CHAINS 8' BEAM HEIGHT 8' BEAM HEIGHT 8' BEAM HEIGHT 8' BEAM HEIGHT 8' BEAM HEIGHT 8' BEAM HEIGHT i i J NO P05f NO POSE 120902 TOTAL ,64862 i ` TIC-TAC-TOE 184867 `. PANEL (LW) HOUSE DIFFERENT TYPES OF GROUND LEVEL COMPONENTS 7 PANEL (LW) 142884 NO POST 179226 S HORIZONTAL 4875 SOUARE (0" BURj BENCH ROOF W/LY 41887 END PANEL STD LOGO (EXISTING) 184861 (EXISTING) 176078 yLE 184867 DIMENSIONS OF PLAY AREA, SIZE, ORIENTATION, AND (LW) (LW) HOUSE LOLLIPOP CHOOSE A PROTECTIVE SURFACING MATERIAL THAT PANEL (LW) 16" HEIGHT 184876 PERFORMANCE SPECIFICATION FOR PLAYGROUND 124863 GEAR 184854 IT MUST BE TILED OR SLOPED 1/8" TO 1/4" PER PANEL (LW) HOLE 185852 111357 PANEL (LW) POST NO POST F (EXISTING) (EXISTING) DESIGNED BY: --- I 184901 I DELANO, MINNESOTA 55328 TUNNEL �8"S-T PANEL (LW) NO P 153165 LH S PlayShaper® (2-5 years) 182504 WELCOME SIGN 2-5 YEARS Max Fall Height: 7 inches 2-5 AREA (INCLUDES 2 FULL BUCKET SWINGS) TOTAL ELEVATED PLAY COMPONENTS 0 221292 5" ARCH SWING i i , i i i i i �I 176038 176038 FULL BUCKET SEAT FULL BUCKET SEAT W/PROGUARD CHAINS W/PROGUARD CHAINS 8' BEAM HEIGHT 8' BEAM HEIGHT i i i i i i i i i 221293 221293 221293 5" ARCH SWING 5" ARCH SWING 5" ARCH SWING ADDITIONAL BAY ADDITIONAL BAY ADDITIONAL BAY i i I i 177351 174018 174018 174018 174018 174018 r MOLDED SEAT/HARNESS BELT SEAT BELT SEAT BELT SEAT BELT SEAT BELT SEAT W/PROGUARD CHAINS W/PROGUARD CHAINS W/PROGUARD CHAINS W/PROGUARD CHAINS W/PROGUARD CHAINS W/PROGUARD CHAINS 8' BEAM HEIGHT 8' BEAM HEIGHT 8' BEAM HEIGHT 8' BEAM HEIGHT 8' BEAM HEIGHT 8' BEAM HEIGHT i i J TOTAL ELEVATED COMPONENTS ACCESSIBLE BY RAMP 0 120902 TOTAL ELEVATED COMPONENTS ACCESSIBLE BY TRANSFER i HANDHOLD ` TOTAL LEG LIFT `. REQUIRED 0 (EXISTING) DIFFERENT TYPES OF GROUND LEVEL COMPONENTS 7 NO POST 142884 \` ' S HORIZONTAL --_, IT IS THE MANUFACTURERS OPINION THAT (0" BURj LADDER ASSUMING AN ACCESSIBLE PROTECTIVE 41887 (EXISTING) THIS CONCEPTUAL PLAN WAS BASED ON (EXISTING) \ HORIZONTAL LADDER 176078 SOLUTIONS SHOULD BE OBTAINED, EVALUATED, & 176077CROQUET DIMENSIONS OF PLAY AREA, SIZE, ORIENTATION, AND ACCESS LANDING SEAT CK LINk LOLLIPOP CHOOSE A PROTECTIVE SURFACING MATERIAL THAT HAS A CRITICAL HEIGHT VALUE TO MEET THE 16" HEIGHT NO PERFORMANCE SPECIFICATION FOR PLAYGROUND 124863 (EXISTING) CLIMBER IT MUST BE TILED OR SLOPED 1/8" TO 1/4" PER FOOT TO A STORM SEWER OR A "FRENCH DRAIN". ACCESSIBLE/PROTECTIVE SURFACING TO 185852 111357 SLIDEWINDER2 TRANSFER CHINNING BAR U.S. CONSUMER PRODUCT (EXISTING) (EXISTING) DESIGNED BY: PH NO POST( (EXISTING) 1484 DELANO, MINNESOTA 55328 PH: 1-800-328-0035 FAX: 1-763-972-6091 �8"S-T NO P 153165 LH S ACCESSIBLE ( EX S:I' _ STATIONARY CYCLER L SLIDE NO ST (EXISTING) (EXISTING) EEXIXTsT� \ 120901 GRAB BAR (EXISTING) 0 OST � � 182504 WELCOME SIGN 5-12 YEARS TOTAL ELEVATED COMPONENTS ACCESSIBLE BY RAMP 0 REQUIRED 0 TOTAL ELEVATED COMPONENTS ACCESSIBLE BY TRANSFER 0 REQUIRED 0 TOTAL ACCESSIBLE GROUND LEVEL COMPONENTS SHOWN 8 REQUIRED 0 TOTAL DIFFERENT TYPES OF GROUND LEVEL COMPONENTS 7 REQUIRED 7 ' -76761* REQUIRED 0 TOTAL 176761* ` TOTAL ACCESSIBLE GROUND LEVEL COMPONENTS SHOWN 11 HEX TOTAL HEX DECK REQUIRED 5 ' b 11 d COOLTOPK COOLTOPPER ' DESIGNED FOR AGES 2-12 YEARS 60" BURY IT IS THE MANUFACTURERS OPINION THAT (0" BURj THE A.D.A. ACCESSIBILITY STANDARDS, ASSUMING AN ACCESSIBLE PROTECTIVE SURFACING IS PROVIDED, AS INDICATED, OR (EXISTING) THIS CONCEPTUAL PLAN WAS BASED ON EXISTING \ � 152908 176078 SOLUTIONS SHOULD BE OBTAINED, EVALUATED, & 176077CROQUET DIMENSIONS OF PLAY AREA, SIZE, ORIENTATION, AND LOCATION OF ALL EXISTING UTILITIES, EQUIPMENT, CK LINk LOLLIPOP CHOOSE A PROTECTIVE SURFACING MATERIAL THAT HAS A CRITICAL HEIGHT VALUE TO MEET THE CLIMBER ASTM F1487 STANDARD CONSUMER SAFETY PERFORMANCE SPECIFICATION FOR PLAYGROUND 124863 W DRAILS / CLIMBER IT MUST BE TILED OR SLOPED 1/8" TO 1/4" PER FOOT TO A STORM SEWER OR A "FRENCH DRAIN". ACCESSIBLE/PROTECTIVE SURFACING TO BE A COMBINATION OF UNITARY AND LOOSE FILL MATERIALS. SLIDEWINDER2 (EXOISTI EPS COMPONENTS CONFORM WITH THE U.S. CONSUMER PRODUCT 130798 "HANDBOOK FOR PUBLIC PLAYGROUND SAFETY". DESIGNED BY: PH COPYRIGHT: 8/29/19 (EXISTING) 1484 DELANO, MINNESOTA 55328 PH: 1-800-328-0035 FAX: 1-763-972-6091 DOUBLE RH LH S FIREPOLE Date SWI (EXISTING) L SLIDE (EXISTING) NO 0 OST � � 11 624Z PIPE BARRILk' (EXISTII )ST NO POST NOP 0 OST NO POST POST 0 COST NO POST (EXISTING) ' STI 56 146812 40 56 72 SKY RAIL CLIMBER (EXISTING) TTU— 4 IS I G) (EXISTING) NO POSE P 10 ING) NO NO POST ; e NO ST 145107 NO O� i n 116244 SPACE WALK p d n e PIPE BARRIER (EXISTING 116244 pdd W/WHEEL 'IPE BARRIER (EXISTING) (FXISTING) 115253 143198 4 99 HOLE PANEL (BELOW DECK) HO115253 LE PANEL CORNER CLIMBER ICAL (BELOW DECK) (EXISTING) CLIMBER 123291 MARINERS PARK - PLAY EQUIPMENT DETAIL NOT TO SCALE (EXISTING) 152907 CENTIPEDE DECK LINK CLIMBER ' W/BARRIERS 'S STEEL END PANELS 122913 ONE STEP SNAKE CLIMBER (EXISTING) ALL POSTS ARE EXISTING Mariners Park Newport Beach, CA 5-12 AREA EXISTING STRUCTURE NOTE IT IS THE MANUFACTURERS OPINION AND INTENT THAT THIS DRAWING CONFORM TO ASTM F1487. HOWEVER, WE RECOMMEND THAT THE STRUCTURE BE INSPECTED IN THE FIELD TO VERIFY SAFETY CONFORMANCE AND TAT THE STRUCTURE WAS INSTALLED PER MANUFACTURERS INSTALLATION INSTRUCTIONS. L.S. RECOMMENDS THAT THIS STRUCTURE BES FETY INSPECTED AFTER MODIFICATIONS ARE MADE, TO ENSURE CONFORMANCE TO A.S.TM. F-1487. IT IS OUR OPINION AND INTENT TI AT THIS CONFORMS TO A.S.T.M. F-1487 ASS MING THAT IT HAS BEEN INSTALLED PER MAN FACTURERS INSTALLATION INSTRUCTIONS. TOTAL ELEVATED PLAY COMPONENTS 13 A COMPLETE PLAYGROUND IDIT IS REQUIRED TO ENSURE MPLIANCE TO ASTM STANDARD F 1487 PlayBooster® (5-12 years) Max Fall Height: 96 inches TOTAL ELEVATED COMPONENTS ACCESSIBLE BY RAMP 0 REQUIRED 0 TOTAL ELEVATED COMPONENTS ACCESSIBLE BY TRANSFER 7 REQUIRED 7 TOTAL ACCESSIBLE GROUND LEVEL COMPONENTS SHOWN 11 REQUIRED 4 TOTAL DIFFERENT TYPES OF GROUND LEVEL COMPONENTS 5 REQUIRED 5 Coast Recreation, Inc. Gregg Rogers SYSTEM TYPE: PlayBooster DRAWING #: 1139398-01-01 130 14001:2015 F U C-7737-1 landscape structures P 1 `ONAI. Z � CE IED A ?i9yG'c9 I o ) ERS pSS �NIA� U-1111111111-/ N -�Ij r.. '.d b 11 d MARINERS PARK THIS PLAY AREA & PLAY EQUIPMENT IS DESIGNED FOR AGES 2-12 YEARS UNLESS OTHERWISE NOTED ON PLAN. IT IS THE MANUFACTURERS OPINION THAT THIS PLAY AREA DOES CONFORM TO THE A.D.A. ACCESSIBILITY STANDARDS, ASSUMING AN ACCESSIBLE PROTECTIVE SURFACING IS PROVIDED, AS INDICATED, OR WITHIN THE ENTIRE USE ZONE. THIS CONCEPTUAL PLAN WAS BASED ON INFORMATION AVAILABLE TO US. PRIOR TO CONSTRUCTION, DETAILED SITE INFORMATION INCLUDING SITE DIMENSIONS, TOPOGRAPHY EXISTING UTILITIES, SOIL CONDITIONS, AND DRAINAGE SOLUTIONS SHOULD BE OBTAINED, EVALUATED, & UTILIZED IN THE FINAL DESIGN. PLEASE VERIFY ALL DIMENSIONS OF PLAY AREA, SIZE, ORIENTATION, AND LOCATION OF ALL EXISTING UTILITIES, EQUIPMENT, AND SITE FURNISHINGS PRIOR TO ORDERING. SLIDES SHOULD NOT FACE THE HOT AFTERNOON SUN. CHOOSE A PROTECTIVE SURFACING MATERIAL THAT HAS A CRITICAL HEIGHT VALUE TO MEET THE MAXIMUM FALL HEIGHT FOR THE EQUIPMENT (REF. ASTM F1487 STANDARD CONSUMER SAFETY PERFORMANCE SPECIFICATION FOR PLAYGROUND EQUIPMENT FOR PUBLIC USE, SECTION 8 CURRENT REVISION). THE SUBSURFACE MUST BE WELL DRAINED. IF THE SOIL DOES NOT DRAIN NATURALLY IT MUST BE TILED OR SLOPED 1/8" TO 1/4" PER FOOT TO A STORM SEWER OR A "FRENCH DRAIN". ACCESSIBLE/PROTECTIVE SURFACING TO BE A COMBINATION OF UNITARY AND LOOSE FILL MATERIALS. IT IS THE MANUFACTURER'S OPINION AND INTENT THAT THE LAYOUT OF THESE COMPONENTS CONFORM WITH THE U.S. CONSUMER PRODUCT SAFETY COMMISSION'S (CPSC) "HANDBOOK FOR PUBLIC PLAYGROUND SAFETY". DESIGNED BY: SG COPYRIGHT: 8/29/19 LANDSCAPE STRUCTURES, INC. 601 7th STREET SOUTH - P.O. BOX 198 DELANO, MINNESOTA 55328 PH: 1-800-328-0035 FAX: 1-763-972-6091 Date Previous Drawing # Initials 130 14001:2015 F U C-7737-1 REVIEWED BY: MARINERS PARK TOM SANDEFUR, P.E. ASSISTANT CITY ENGINEER DATE PLAY EQUIPMENT DETAILS DATE BY DESCRIPTION APP'D. DESIGNED DRAWN CITY OF NEWPORT BEACH P -5266-S KC KC PUBLIC WORKS DEPARTMENT REVISIONS CHECKED PT DATE 30 JAN 2020 SHEET 4 OF 8 5 18" DRAIN LINE 12" DRA P PIPE COLLAR �J i P CATCH BASIN BOB HENRY PARK - PLAY EQUIPMENT DETAIL SCALE 1" = 10' k& & landscape structures® Post Specifications: 2 3/8" square aluminum posts shall have a min- imum wall thickness of .125" and be extruded of 6005-T5 aluminum alloy and have rounded corners and ribbed faces for maximum safety. A cast aluminum top cap shall be installed at the factory with stainless steel knurled spacers and aluminum drive rivets. Flanges for panels and deck supports shall be extruded of 6005- T5 aluminum alloy and slide into slots extruded in posts. Flanges & deck supports shall be attached in the factory with stainless steel knurled spacers and aluminum drive rivets. All direct bury posts shall have a "finished grade marker" positioned on the post identifying the 34" bury line and the top of the required surfacing. A molded low-density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the post to increase the footing area. Posts shall have a post number sticker for installation purposes. All surface mount posts shall be continuously welded to a'/," x 6" square 6061-T6 aluminum surface mount plate and allow for 2" of protective surfacing. Posts shall be powdercoated to a specified color. LOOSE �iLL'',`, PROTECTIVE" - SURFACING, , III 4. Subgrade IIIIII ' 4 ,- a 4 CONCRETE " 1.5 Cubic Feet per Footing. _ d 2" Clear dfta SAFETY NOTE Choose a protective surfacing material that has a Critical Height Value of at least the ISO 14001 height of he Highest Accessible Pa,UFall Height oft adjacent equipment. (Ref. cern1144 ASTM F148].) 8-25-00 14107900 POST CROSS SECTION Cap �� N Flange 2 9/83 60 POST NUMBER STICKER FInished Grade n /Sticker N ac L E o C orn L 0 m a Seat Tvoe Dimension "A" 11111111111.11IM1311171 F148].) landscape Belt WA Certified ® structures Flat NIA Full Bucket 8'-6" (2359 m) 18502100 T/18 7/181 Half Bucket 12'-6" (3,81 m) E o �0D Molded Bucket N/A cU) �2 o Molded BucketlHarness N/A 1I Labels i� �� 'mllmllmilmmm;i Infant Full Bucket 8•-6•• 2,59 m N farraluall 1! 2! Illllu a- NOTE: Tighten all J(4Minimum a Full Bucket SeaIt -/ t _ Bottom Q(4) LL Cap v 9/8, x 1 f/83 0 Crushed Rock \ 12" Minimum "An Example: 300 If you are using 12" of loose fill material, your concrete footing will be 22" deep. PlayShapero Concrete Footings, Typical Posts 601 7TH STREET SOUTH, DELANO, MINNESOTA 55328-8605 (763) 972-3391 1-888-LSI-INST (1-888-574-4678) FAX (763) 972-3185 2000 by Landscape Stmewres All right, reserved. Document #13237600 DETAIL KEY SAFETY NOTE Chooseaprotectivesurfacingterial that hasa CriticalHeight Value of al least the height of the Highest Accessible IS014001Heightofthe adjacersequipment(Ref.ASTM In Seat Tvoe Dimension "A" 11111111111.11IM1311171 F148].) landscape Belt WA Certified ® structures Flat NIA Full Bucket 8'-6" (2359 m) 18502100 T/18 7/181 Half Bucket 12'-6" (3,81 m) (2) Swing g o m Molded Bucket N/A DETAIL �2 o Molded BucketlHarness N/A 1I Labels i� �� 'mllmllmilmmm;i Infant Full Bucket 8•-6•• 2,59 m SWING BEAM ATTACHMENT farraluall 1! 2! Illllu uIIIIIIIIIlllllg NOTE: Tighten all J(4Minimum "I `ylw_ Full Bucket Seat Full Bucket SeaIt -/ t UsBHCSw/Pinequal 'Zone Q(4) LL Clevis F o 9/8, x 1 f/83 BHCS w/Pin 4 - j 63 (dard Hex Nuts w�nSAE Protective N WashersSwing *He 116 1/4"Beam zbtO Swing - BeamTyp,- Chains Limited Thread Bolts -III III I -11I-111-111 III LI 11 1,1=111 11I NOTE: Play- II-III-111-II1-1�= M Pos This Swing is designed DETAIL DOUBLE CLEVIS ATTACHMENT00 [_(2) Swing n o Chains E o T/18 7/181 n 66 n (2) Swing g o m (4) x 2 h Beam BHCS w/Pin Limited (3) Warning Chains R �2 o Thread Bolts 1I Labels i� �� 'mllmllmilmmm;i .o m farraluall 1! 2! Illllu uIIIIIIIIIlllllg rg "I `ylw_ Full Bucket Seat Full Bucket SeaIt -/ t (4) Double _ LL Clevis F o Loose Fill - o ^ir Protective N F11 Surfacing (4) 3/e' x 1 1/4" - (4) Swing BHCS w/Pin Chains Limited Thread Bolts -III III I -11I-111-111 III LI 11 1,1=111 11I NOTE: III III III=11 X11 s l III III -111=111=111-111=111=111 ..' II-III-111-II1-1�= M This Swing is designed I H H �I �I I1=111=111= - 111E311�11�11 II=III II 1`.�� 111=1 I1=1 1=1 1 I11111111111111111111111111� o J�11�11�11�111-III-III- a a - - - for users up to 5 years f / o c o age. - r Subgrade Use 3000 PSI Concrete Minimum NOTE: Model number is for Crushed Rock swing frame only, order swing 30" 2 Clear (min.) seats with chains separately. 760 Swings 177336 Toddler Swing Frame 601 7TH STREET SOUTH, ELANO, MINNESOTA 55328-8605 888-574-4678 LSI Install Help 888-438-6574 LSI Direct 763-972-5200 Int. FAX (763)972--3185 ©2012 by Landscape St -t-,. 'Au rights reserved. "Document #18502100 PLAYSHAPER FOOTING DETAILS NOT TO SCALE N SAFETY NOTE Choose a rolective surfatin material that dhM P g has a Critical Haight Value of at least the heiht of the Highest Accessible Pao/Fall9 9 ISO 14001 Heihl of the adjacent equipment. Ref. kk 9 1 ASTM F148]. landscape PS = Playshaper Crt111'd LW = Learning Wall - Mounted 1 '/4" 1sas13oo structures, Above The Playing Surface. 1 (6) 34"x 6/e Post 6 3/q' Flange BHCS w/Pin e Flange Nug Nuts w/Pin \ (2) 3/a' Flange (2)'/e' x 1 1/4" Nuts w/Pin Flat Head Cap Screws 6" 150 I l l (2) %" x 1 1/23 v Flat Head Cap Screws 0. 10" 250 10" 250 m m Table m Panel & 4" 100 I m Table End Panel (4)'/6" Low Crown Cap Nuts (2)'/6" x 6/6" " BHCS w/Pin b (2) Table aTop Brackets Ne" Standard Hex Surface Nut w/ ah SAE Mount Flat Washer Support Leg DETAIL 3/a x2 3/4 Expansion PLAN VIEW/ FOOTING LAYOUT DIRECT BURY Anchor Support Leg Loose Fill -- `-J Protective Surfacing M N to F, IIII a Concrete Footing o M N r(] 21" 2" Clear (min. 530 300 PlayShaper® 111292/184861 Table Panel, Ground Level 601 7TH STREET SOUTH, DELANO, MINNESOTA 55328-8605 888-574-4678 LSI Install Help 888-438-6574 LSI Direct 763-972-5200 Int. FAX (763) 972-3187- ® zoos by Landseape So-­mre,. All,ighta reseed. Document #16461300 ' J CB 4 -J CB N844 SF HID 4 --';- DRAIN BOX ; DETAIL F Py, - CB HD —980 SF ' -' 8 8 DRAIN BOX / DETAIL G GON�R�E WP�� SAFETY NOTE Choose a pmtactive surfacing material that has a Critical Height Value of at least the Ill of the Highest Accessiblell Height of the adjacent equipmentt. Ref. kk ASTM F148].) landscape 1249,9x0 structures, POST CROSS SECTION O Post V) tY co N Surface Mount Plate O 4'/2" SQ. (4) 7/16" Holes Post Cap (2)'/e" Standard Hex Nuts w/ N." Flat Washers\ NOTE: Sufficient protec- tive surfacing must cover hardware to satisfy fall (2)'/e1' x 2 3/4° 4 (2) Expansion Anchor height requirements. ost Expansion Anchors 2"/50 Depth Allowed (Standard) rrn Concrete Slab -�---=r--- --'------ ------- ---- ---- - Wire Mesh d d 4 d+ 4 d 4 � � .' � al. n. 4 h � -4 �2 4. ��• 4 'a Compacted Sand III=(f lI 41 1-1r1 I—II I-1 1—I f-1 I I I Il` I I 1-111=1 H— Subgrade PlayShaper° Typical Surface Mount Post 601 7TH STREET UTH, DELANO, MINNESOTA 5532"605 (763) 972-3391 1.888.LSI-INST (1-888-574-4678) FAX (763) 972-3185 ® 2000 by Landscape Structures." All rights reserved. - 00 Docemen3 #13237b0D Replaces #12491900. Added concrete footing note. DATE BY DESCRIPTION REVISIONS r� 5 6" DRAIN PIPE , P 6" DRAIN BASIN v - CONSTRUCTION NOTES PO PROTECT IN PLACE. 2O REMOVE 0.5—INCH OF EXISTING WEAR COURSE AND CONSTRUCT 0.5—INCH THICK WEAR COURSE PER MATERIAL AND COLOR LEGEND AND DETAILS. OCLEAN EXISTING 12—INCH X 12—INCH BROOKS DRAIN BOX FROM DEBRIS AND BLOCKAGES. REPLACE FILTER FABRIC USING MIRAFI 140N OR ENGINEER APPROVED EQUAL. O5 CLEAN EXISTING DRAIN LINE FROM DEBRIS AND BLOCKAGES. O REPAINT EXISTING 2—INCH CONTRASTING MARKING STRIPE AT BOB HENRY PARK. PAINT SHALL BE WATERBORNE TRAFFIC LINE, TYPE 1 (RAPID DRY), YELLOW, AND WITH GLASS BEADS. O CLEAN EXISTING 6—INCH N.D.S. SPEE—D—BASIN INCLUDING GRATE. O PLACE, SPREAD, AND LEVEL CITY—SUPPLIED SAND AT BOB HENRY PARK PER PLANS AND SPECIFICATION. SAND LAYER SHALL REACH THE SPECIFIED HEIGHT AS NOTED ON THE PLAY EQUIPMENT OR A MINIMUM OF 18 INCHES THICK. O INSTALL NEW PLAY EQUIPMENT PER MANUFACTURER'S SPECIFICATIONS AND CONTRACT DOCUMENTS. PLAY EQUIPMENT BY LANDSCAPE STRUCTURES CONTACT: COAST RECREATION, GREGG ROGERS (949-633-1180). REPAIR DAMAGED AREAS TO MATCH ADJACENT EXISTING SURFACE PER DETAILS. 11 CONSTRUCT 4—INCH THICK P.C.C. BASE, 3.5—INCH THICK CUSHION LAYER AND 0.5—INCH THICK WEAR COURSE PER MATERIAL AND COLOR LEGEND AND DETAILS, HEREON. 12 RELOCATE EXISTING PLAY EQUIPMENT. SEE SHEET 5 AND DETAILS FOR SPECIFICS. 13 RUBBER SURFACING TURNDOWN TO SAND, PER DETAIL C. MATERIAL AND COLOR LEGEND CB STANDARD BLUE 60%, BLACK 40% HD HIGH DENSITY THERMAL PLASTIC VULCANIZED WEAR COURSE. REVIEWED BY: TOM SANDEFUR, P.E. ASSISTANT CITY ENGINEER DATE APP'D. DESIGNED DRAWN KC KC CHECKED DATE PT 13 FEB 2020 C-7737-1 BOB HENRY PARK CONSTRUCTION PLANS & PLAYSHAPER FOOTING DETAILS CITY OF NEWPORT BEACH P -5266-S PUBLIC WORKS DEPARTMENT SHEET 5 OF 8 Io IF J I C7 33'-10" \�� \ v� V� 0 v 1' CP00146 PB 80" DK/228" F SAIL COOLTOPPE POSTS, D CP001466 PB 80" DK/228" FULL SAIL COOLTOPPERS® POSTS, DB *CP001466 PB 80" IK/228" FULL SAIL COOLTOPPERSO POSTS, DB *CP001466 PB 80' DK/228" FULL SAI L COOLTOPPERS® POSTS, DB 176038 FULL BUCKET SEAT W/PROGUARD CHAINS ' FOR TODDLER SWING i I v 130390 DOUBLE SWOOSH SLIDE L i i I I i I 176038 LL BUCKET SEAT 2 — 5 W PROGUARD CHAINS � FOR TODDLER SWING i i 177336 TODDLER SWING DB ONLY 5'-1 " II I I I I I I I I I I I I EXISTING/RELOCATED ELEVATED COMPONENTS ACCESSIBLE BY RAMP SEESAW 4 -SEATS I REQUIRED 0 I I I I ELEVATED COMPONENTS ACCESSIBLE BY TRANSFER I � I Q i REQUIRED 2 2-5 DIFFERENT TYPES OF GROUND LEVEL COMPONENTS 164093 REQUIRED 2 ` W CORKSCREW IT IS THE MANUFACTURERS OPINION THAT THIS PLAY AREA DOES CONFORM TO U 173569 OPTIGEAR PANEL 0 GRADE 159460 RING A BELL -� PANEL BELOW DECK \ FU RS® ELEVATED COMPONENTS ACCESSIBLE BY RAMP 0 REQUIRED 0 TOTAL ELEVATED COMPONENTS ACCESSIBLE BY TRANSFER 3 REQUIRED 3 TOTAL ACCESSIBLE GROUND LEVEL COMPONENTS SHOWN 148432 REQUIRED 2 TOTAL DIFFERENT TYPES OF GROUND LEVEL COMPONENTS 164093 REQUIRED 2 THIS PLAY AREA & PLAY EQUIPMENT IS DESIGNED FOR AGES 5-12 YEARS CORKSCREW IT IS THE MANUFACTURERS OPINION THAT THIS PLAY AREA DOES CONFORM TO THE A.D.A. ACCESSIBILITY STANDARDS, BONGO PANEL SURFACING IS PROVIDED, AS INDICATED, OR WITHIN THE ENTIRE USE ZONE. THIS CONCEPTUAL PLAN WAS BASED ON INFORMATION AVAILABLE TO US. PRIOR TO CONSTRUCTION, DETAILED SITE INFORMATION INCLUDING SITE DIMENSIONS, TOPOGRAPHY EXISTING UTILITIES, SOIL CONDITIONS, AND DRAINAGE (AT GRADE) UTILIZED IN THE FINAL DESIGN. PLEASE VERIFY ALL DIMENSIONS OF PLAY AREA, SIZE, ORIENTATION, AND LOCATION OF ALL EXISTING UTILITIES, EQUIPMENT, AND SITE FURNISHINGS PRIOR TO ORDERING. SLIDES SHOULD NOT FACE THE HOT AFTERNOON SUN. CHOOSE A PROTECTIVE SURFACING MATERIAL THAT HAS A CRITICAL HEIGHT VALUE TO MEET THE MAXIMUM FALL HEIGHT FOR THE EQUIPMENT (REF. ASTM F1487 STANDARD CONSUMER SAFETY 6 EQUIPMENT FOR PUBLIC USE, SECTION 8 CURRENT NO POST 0 POST IT MUST BE TILED OR SLOPED 1/8" TO 1/4" PER FOOT TO A STORM SEWER OR A "FRENCH DRAIN". \\ \ LOOSE FILL MATERIALS. IT IS THE MANUFACTURER'S OPINION AND INTENT THAT THE LAYOUT OF THESE COMPONENTS CONFORM WITH THE U.S. CONSUMER PRODUCT SAFETY COMMISSION'S (CPSC) "HANDBOOK FOR PUBLIC PLAYGROUND SAFETY". 111292 �. GLG COPYRIGHT: 1/27/20 LANDSCAPE STRUCTURES, INC. 601 7th STREET SOUTH - P.O. BOX 198 DELANO, MINNESOTA 55328 PH: 1-800-328-0035 FAX: 1-763-972-6091 1/12/19 TABLE PANEL GLG 64 � GLG 9/4/19 1139400-01-01 GLG Date Previous Drawing # Initials 123337 B SINGLE o Posy 0 POST OLY SLIDE \ 148426 FIREPOLE 152907 D K LINK 5-12 182504 i W/BB RIEPRSS WELCOME SIGN 2-5 YEARS i 160694 BARRIER WITH I i INFILL PANEL 24 6 I 111345 � BRIDGE/RAMP 234095 TRANSITION BRKT. SPCLIIDER WEB (INSTALLBERDB 3. LOWER) 119613 TO ENSURE A 80-160694 1 MAX FALL HEIGHT BARRIER WITH LADDER 111357 INFILL PANEL 120901 CHINNING BAR GRAB BAR 136488 8 INTEGRATED COOL TOPPER FULL SAIL 185852 60"BURY ON POST 120902 PlayBooster® 1 TRANSFER NOTE: THE COOLTOPPER FULL SAIL HANDHOLD (5-12 years) STEP IS NOT IPEMA CERTIFIED LEG LIFT i � , Max Fall Height: 80 inches 182503 - WELCOME SIGN (LSI PROVIDED) SEAT WALL 5-12 YEARS CONCRETE WALK 1' 5'-1 " 5-12 2-5 TOTAL ELEVATED PLAY COMPONENTS 6 TOTAL ELEVATED COMPONENTS ACCESSIBLE BY RAMP 0 REQUIRED 0 TOTAL ELEVATED COMPONENTS ACCESSIBLE BY TRANSFER 3 REQUIRED 3 TOTAL ACCESSIBLE GROUND LEVEL COMPONENTS SHOWN 2 REQUIRED 2 TOTAL DIFFERENT TYPES OF GROUND LEVEL COMPONENTS 2 REQUIRED 2 33'-5" TOTAL ELEVATED PLAY COMPONENTS 0 173568 FUN MIRROR PANEL 0 GRADE 124333 HOURGLASS PANEL (AT GRADE) 144984 STORE PANEL (AT GRADE) 20�� 179239 4NELy SUPER SQUARE SHINGLE ROOF W/ POLY CAP 177713 COLOR SPLASH PANEL 0 GRADE ACCESS RAMP (VERIFY ALL) 5,-7" TOTAL ELEVATED COMPONENTS ACCESSIBLE BY RAMP 0 REQUIRED 0 TOTAL ELEVATED COMPONENTS ACCESSIBLE BY TRANSFER 0 REQUIRED 0 TOTAL ACCESSIBLE GROUND LEVEL COMPONENTS SHOWN 11 REQUIRED 0 TOTAL DIFFERENT TYPES OF GROUND LEVEL COMPONENTS 10 REQUIRED 10 Bob Henry Park Newport Beach, CA BOB HENRY PARK - PLAY EQUIPMENT DETAIL N -J--.NOT TO SCALE 17 APPROXIMATE AREA OF ACCESSIBLE/PROTECTIVE UNITARY SURFACING BY OTHERS 1470 SQ.FT. THE SQUARE FOOTAGE CALCULATION PROVIDED IS APPROXIMATE AND FOR ESTIMATION PURPOSES ONLY. LANDSCAPE STRUCTURES SHALL NOT BE HELD LIABLE FOR ANY COSTS ASSOCIATED WITH SURFACING BY OTHERS. PlayShaper® (2-5 years) Max Fall Height: 75 inches 5'— 1 " Coast Recreation, Inc. Gregg Rogers SYSTEM TYPE: PlayBooster DRAWING #: 1139400-01-04 kh landscape structures° pL P REVIEWED BY: CE T. IED e 2 ARERS pSS� now b � d�•�� dd THIS PLAY AREA & PLAY EQUIPMENT IS DESIGNED FOR AGES 5-12 YEARS UNLESS OTHERWISE NOTED ON PLAN. IT IS THE MANUFACTURERS OPINION THAT THIS PLAY AREA DOES CONFORM TO THE A.D.A. ACCESSIBILITY STANDARDS, ASSUMING AN ACCESSIBLE PROTECTIVE SURFACING IS PROVIDED, AS INDICATED, OR WITHIN THE ENTIRE USE ZONE. THIS CONCEPTUAL PLAN WAS BASED ON INFORMATION AVAILABLE TO US. PRIOR TO CONSTRUCTION, DETAILED SITE INFORMATION INCLUDING SITE DIMENSIONS, TOPOGRAPHY EXISTING UTILITIES, SOIL CONDITIONS, AND DRAINAGE SOLUTIONS SHOULD BE OBTAINED, EVALUATED, & UTILIZED IN THE FINAL DESIGN. PLEASE VERIFY ALL DIMENSIONS OF PLAY AREA, SIZE, ORIENTATION, AND LOCATION OF ALL EXISTING UTILITIES, EQUIPMENT, AND SITE FURNISHINGS PRIOR TO ORDERING. SLIDES SHOULD NOT FACE THE HOT AFTERNOON SUN. CHOOSE A PROTECTIVE SURFACING MATERIAL THAT HAS A CRITICAL HEIGHT VALUE TO MEET THE MAXIMUM FALL HEIGHT FOR THE EQUIPMENT (REF. ASTM F1487 STANDARD CONSUMER SAFETY PERFORMANCE SPECIFICATION FOR PLAYGROUND EQUIPMENT FOR PUBLIC USE, SECTION 8 CURRENT REVISION). THE SUBSURFACE MUST BE WELL DRAINED. IF THE SOIL DOES NOT DRAIN NATURALLY IT MUST BE TILED OR SLOPED 1/8" TO 1/4" PER FOOT TO A STORM SEWER OR A "FRENCH DRAIN". ACCESSIBLE/PROTECTIVE SURFACING TO BE A COMBINATION OF UNITARY AND LOOSE FILL MATERIALS. IT IS THE MANUFACTURER'S OPINION AND INTENT THAT THE LAYOUT OF THESE COMPONENTS CONFORM WITH THE U.S. CONSUMER PRODUCT SAFETY COMMISSION'S (CPSC) "HANDBOOK FOR PUBLIC PLAYGROUND SAFETY". DESIGNED BY: GLG COPYRIGHT: 1/27/20 LANDSCAPE STRUCTURES, INC. 601 7th STREET SOUTH - P.O. BOX 198 DELANO, MINNESOTA 55328 PH: 1-800-328-0035 FAX: 1-763-972-6091 1/12/19 1139400-01-03 GLG 11/1/19 1139400-01-02 GLG 9/4/19 1139400-01-01 GLG Date Previous Drawing # Initials C� 130 14001:2015 Cortitlod O F U C-7737-1 REVIEWED BY: BOB HENRY PARK TOM SANDEFUR, P.E. ASSISTANT CITY ENGINEER DATE PLAY EQUIPMENT DETAILS DATE BY DESCRIPTION APP'D. DESIGNED KC DRAWN KC CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT P -5266-S REVISIONS CHECKED PT DATE 13 FEB 2020 SHEET 6 OF 8 NEW OR EXISTING BASE 5" WEAR COURSE EW OR EXISTING POST STIMNIURJAPERED AT NMN CUSHION LAYER SUB TIBASE "CONCRETE FOUNDATION FOUNDATION DETAIL A — POST EDGE INSTALLATION N.T.S 5" WEAR COURSE 5 4 4 4 94 r 4 4 4" P.C.C. BASE OR BASE TO MATCH EXISTING 3.5" CUSHION LAYER 5.5"- DETAIL D — FLUSH MOUNT CONSTRUCTION TO EXISTING CURB/S I DWALK/WALL N.T.S SAND BACKFILL EX. CONCRETE CURB EDGE NOTE: 1. DETAIL REFERENCED FROM RECORD DRAWINGS (PLAN NO. 1832-95). DETAIL F — DRAIN BOX DETAIL (IN SAND) N.T.S MIN. LAP LENGTH 12" DETAIL B — POUR IN PLACE SEAM LAP CONSTRUCTION N.T.S 5" CUSHION LAYER 5" WEAR COURSE // 5.5" NEW 0.5" WEAR COURSE SAND 3.5" CUSHION LAYER 18" TURNDOWN COURSE WITH 1" X 2" KEYWAY i 4 4 4 4 4 44 4 4< 4 r1f 4 4" P.C.C. »� BASE XISTING NOTES: SUBGRADE 1. MOW CURB SHALL BE CONSTRUCTED WITH A 0.75" DEEP SCORE JOINT AT 10' O.C. DETAIL E — FLUSH MOUNT CONSTRUCTION TO NEW PCC MOW CURB RUBBER SURFACING 411 W 1:1_F.ya N.T.S CONCRETE MOW CURB /-0.25" RADIUS TYP. FILTER FABRIC WRAPPED AROUND GRATE a BROOKS DRAIN BOX DETAIL G — DRAIN BOX DETAIL (IN RUBBER) N.T.S ti ti ' 4 4 a yl ti 17 0.5" MIN " P.C.C. BASE DETAIL C — TURNDOWN TO SAND N.T.S P -5266—S r.• r_.• r. Ir.• r.• r.• landscape Ir_ • r_.• r.• r.• Ir_.• r_.• r_.• r_.11,,•ll�� SUB TIBASE "CONCRETE FOUNDATION FOUNDATION DETAIL A — POST EDGE INSTALLATION N.T.S 5" WEAR COURSE 5 4 4 4 94 r 4 4 4" P.C.C. BASE OR BASE TO MATCH EXISTING 3.5" CUSHION LAYER 5.5"- DETAIL D — FLUSH MOUNT CONSTRUCTION TO EXISTING CURB/S I DWALK/WALL N.T.S SAND BACKFILL EX. CONCRETE CURB EDGE NOTE: 1. DETAIL REFERENCED FROM RECORD DRAWINGS (PLAN NO. 1832-95). DETAIL F — DRAIN BOX DETAIL (IN SAND) N.T.S MIN. LAP LENGTH 12" DETAIL B — POUR IN PLACE SEAM LAP CONSTRUCTION N.T.S 5" CUSHION LAYER 5" WEAR COURSE // 5.5" NEW 0.5" WEAR COURSE SAND 3.5" CUSHION LAYER 18" TURNDOWN COURSE WITH 1" X 2" KEYWAY i 4 4 4 4 4 44 4 4< 4 r1f 4 4" P.C.C. »� BASE XISTING NOTES: SUBGRADE 1. MOW CURB SHALL BE CONSTRUCTED WITH A 0.75" DEEP SCORE JOINT AT 10' O.C. DETAIL E — FLUSH MOUNT CONSTRUCTION TO NEW PCC MOW CURB RUBBER SURFACING 411 W 1:1_F.ya N.T.S CONCRETE MOW CURB /-0.25" RADIUS TYP. FILTER FABRIC WRAPPED AROUND GRATE a BROOKS DRAIN BOX DETAIL G — DRAIN BOX DETAIL (IN RUBBER) N.T.S ti ti ' 4 4 a yl ti 17 0.5" MIN " P.C.C. BASE DETAIL C — TURNDOWN TO SAND N.T.S / DETAIL (2)Signs SURFACE MOUNT (4)1/2" Standard Hex Nuts W/ 1/2' Sign Post Top 01 post Flat Washers Age Appropriate --------- - ----------- Sign --a (4)1/2" x 2 3/4" Expansion Anchors a,;:. a,,.,, _ n Concrete ' M - Compacted ;o III Gravel Warning Sign DETAIL DIRECT BURY FOOTING Finished ..Sign Post Grade DETAIL Post lli III Subgrade 'll Illi, Mm co (2) #8 x'/z" (2) Borders BHCS Torx t Concrete a < Footing O Signs ' 12" 305 Model 182503 - Landscape Structures Provided Welcome Sign Model 182504 - Welcome Sign Signs Welcome Sign 601 7TH STREET SOUTH, DELANO, MINNESOTA 55328-8605 888-574-4678 LS1 Install Help 881 LS1 Dimct 763-972-5200 Int. FAX (763) 972-3185 ®2016 by Land,cape Structures. All rights reserved Document #22074200 DATE I BY DESCRIPTION REVISIONS REVIEWED BY: TOM SANDEFUR, P.E. ASSISTANT CITY ENGINEER DATE APP'D. DESIGNED DRAWN KC KC CHECKED DATE PT 13 FEB 2020 C-7737-1 NEWPORT SHORES, MARINERS, AND BOB HENRY PARK DETAILS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT P -5266—S IRMEk& ISO 14001 landscape 8 C—IfIld 21325600 structures DETAIL SIGN ATTACHMENT Small Border (4) 3/e' Low Crown Cap Nut*SjignPost w/3/8' SAE Flat Washers (4)3/a"x11/8BHCS w/Pin LarBordew/3/e' SAE Flat Washers / DETAIL (2)Signs SURFACE MOUNT (4)1/2" Standard Hex Nuts W/ 1/2' Sign Post Top 01 post Flat Washers Age Appropriate --------- - ----------- Sign --a (4)1/2" x 2 3/4" Expansion Anchors a,;:. a,,.,, _ n Concrete ' M - Compacted ;o III Gravel Warning Sign DETAIL DIRECT BURY FOOTING Finished ..Sign Post Grade DETAIL Post lli III Subgrade 'll Illi, Mm co (2) #8 x'/z" (2) Borders BHCS Torx t Concrete a < Footing O Signs ' 12" 305 Model 182503 - Landscape Structures Provided Welcome Sign Model 182504 - Welcome Sign Signs Welcome Sign 601 7TH STREET SOUTH, DELANO, MINNESOTA 55328-8605 888-574-4678 LS1 Install Help 881 LS1 Dimct 763-972-5200 Int. FAX (763) 972-3185 ®2016 by Land,cape Structures. All rights reserved Document #22074200 DATE I BY DESCRIPTION REVISIONS REVIEWED BY: TOM SANDEFUR, P.E. ASSISTANT CITY ENGINEER DATE APP'D. DESIGNED DRAWN KC KC CHECKED DATE PT 13 FEB 2020 C-7737-1 NEWPORT SHORES, MARINERS, AND BOB HENRY PARK DETAILS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT P -5266—S SHEET 7 OF 8 ■m In In M I 0 landscape structures® SAFETY NOTE Choose li Protective surfacing material I has a Critical Height Value e si least mthe height of the Highest Acceof PaNFall ISO 14001 Height of the adjacent equipment. (Ref. C•rtlll•tl ASTM F1487.) 14912100 /" Playbooster NOTE: Maximum post eerk Deck Posts height above deck is NOTE: Remove fabric 96".when wind speeds are x Protective expected to exceed 90 Surfacing mph and snow loads are expected to exceed 5 psf. PLAN VIEW/FOOTING LAYOUT DETAIL Post Concrete Footing DIRECT BURY ---------------- -� g Post Loose Fill ,.77 Protective Z, N N ^ Surfacing vo oN \m �i m m ED N � N Concrete ------------------- - 42" 60" S°. 1070 1520 60" PlayBoostelI4 1 6488 CoolToppers®, Full Sail Sheet 1 of landscape structures® Post Specifications: Post length shall vary depending upon the intended use and shall be a minimum of 42" above the deck height. All posts shall be powdercoated to specified color. All posts shall have a "finished grade marker' positioned on the post identifying the 34" bury line (or 44" bury line for posts for 96" decks) required for correct installation and the top of the loose fill protective sur- facing. Top caps for posts shall be aluminum die cast from 369.1 alloy and powdercoated to match the post color. All caps shall be factory installed and secured in place with (3) self sealing rivets. A molded low density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the post to increase the footing area. Steel Posts: All steel PlayBooster posts are manufactured from 5" 0. D. tubing with a wall thickness of .120" and shall be galvanized after rolling and shall have both the I.D.and the cut ends sprayed with a corrosion resistant coating. Aluminum Posts: All aluminum PlayBooster posts are manufac- tured from 6005 J5 extruded tubing conforming to ASTM B-221. Posts shall have a 5" outside diameter with a.1 25" wall thickness. Finished Sticker III=III= �IIIIIIIIII Subgrade III -III= CONCRETE • 1.87 Cubic Feet per Footing. = /' a t' 2" Clear (min.) h R k SAFETY NOTE Choose a Protective surfacing material that has a Critical Height Value of al least the height of the Highest Accessible Par4'Fall ISO 14001 Height of the adjacent equipment. (Ref. ASTM F1487) �IIMI 13871600 Part Number Label Example Number Indicates Post Length as ADD cAP p C L a z �m 0 so m 9 0 a has a Critical Height Value of at least the CABLE TO TAB ATTACHMENT height of the Highest Accessible PaWFall *An Example: Heigh) of the adjacent equipment. (Ref. 14" Minimum ABTM F1487.) —III_.2 IIII�,I mQ to mo Frame your concrete footing 0 0 d a m o E `o L `o= ,Document E LL m 0 Post _ C E = N Subgrade H 2 ' o Ern ohm a 11 (4) 3/a, Flange c = a N C a (4) 3/a, x,/a, Footing BHCS w/Pin w/ 3/a' SAE Flat (18) 3/a Crus ed oco Choose a pSAFlETYNOTE rotecivrfarJn material that SAFETYNOTE Choose moictive sudacin material that ap g has a Critical Height Value of at least the CABLE TO TAB ATTACHMENT height of the Highest Accessible PaWFall *An Example: Heigh) of the adjacent equipment. (Ref. 14" Minimum ABTM F1487.) If you are using 12" of loose fill material, 140�"a° 3� Frame your concrete footing landscape so• C•rtl/I•tl 14614400 will be 22" deep. - Loose Fill PlayBooster° Concrete Footings, 5" Posts rAll ,Document 92019 by Lendscapa so-ucm,ea. r ghts reserved. I'll- n1_ e ..... ..... -... A,l #25777600 structures® "x DETAIL 1 BHCS w/Pin HOOD ASSEMBLY HCS _ (2) Typical Offset Hanger Clamp Assemblies To of 40 7/16" Rail Cis Single Slide Hood iv ;(2) Spacer ;Tubes m M Deck -- --�* ToPo1Ir-Decl' � � I Typical PlayBooster \ Post DETAIL 3 (2)3/8"x7/8"BHCSw/Pin SUPPORT w/ 3/8" Flat Washers DETAIL 2 DECK CONNECTION Top of Sliding Slide Surface 3ushings 4E Flat (2 N ' BHCS w/ (read Bolts !�� 2 VIII ,de ' crate c 'Port X a 3/8" FlatSee Key shers Loose Fill as B Key =„ (860) I Bottom Of Support When Attaching Slide To A 48" Deck Crushed 12" Rock (300) PlayBooster° 123337 Single Slide, 40"-48" Sheet 2of2 2016 by Landscape Str" ..... r An nghls reserved. , Document #22000100 SAFETY NOTE Choose ri Pal Heigh surfacing material that has a Critical Height Value si le least the height of Highest Accessible PAST l 9 9 ISO 14001 Hei htof thead'acent u ant Ref.AS7M 1 9 1 eq iPm ( Cerli'ed F19871 landscape 8-25-00 structures® 10970900 Typical Component Support YP P PP Loose Fill Protective Surfacing —ISI—ISI IIIIIIIII IIIIIIIII —III— 4 4 —III— IIIIIIIII IIIIIIIII 0 Subgrade 4 , c O Concrete 2" Clear (min.) o Crushed Rock *An Example: If you are using 12" of 12" loose fill material, your 300 concrete footing will be 22" deep. Minimum 1.2 Cubic Feet of Concrete Required per Support. PlayBooster` Concrete Footings, Components 4 ^s 2000 by Landscape St a u,ba All r ghts reserved- 12i oo D-,,,1-,1 "., . 1 1lou111 A,ld1.: ,a,. Document #13237300 PLAYBOOSTER FOOTING DETAILS NOT TO SCALE Choose a pSAFlETYNOTE rotecivrfarJn material that SAFETYNOTE Choose moictive sudacin material that ap g has a Critical Height Value of at least the CABLE TO TAB ATTACHMENT height of the Highest Accessible PaWFall has a Critical Height Value of at least the 9 Heigh) of the adjacent equipment. (Ref. 116=111111911111 c•r1111•d ABTM F1487.) hei the Highest Accessible ll 9 9 140�"a° — Frame hof Height of the adjacent equipment Ref. (R 9 1( landscape so• C•rtl/I•tl 14614400 ASTM F1487.) - Loose Fill landscape 177868a structures® "x DETAIL 1 BHCS w/Pin HOOD ASSEMBLY HCS _ (2) Typical Offset Hanger Clamp Assemblies To of 40 7/16" Rail Cis Single Slide Hood iv ;(2) Spacer ;Tubes m M Deck -- --�* ToPo1Ir-Decl' � � I Typical PlayBooster \ Post DETAIL 3 (2)3/8"x7/8"BHCSw/Pin SUPPORT w/ 3/8" Flat Washers DETAIL 2 DECK CONNECTION Top of Sliding Slide Surface 3ushings 4E Flat (2 N ' BHCS w/ (read Bolts !�� 2 VIII ,de ' crate c 'Port X a 3/8" FlatSee Key shers Loose Fill as B Key =„ (860) I Bottom Of Support When Attaching Slide To A 48" Deck Crushed 12" Rock (300) PlayBooster° 123337 Single Slide, 40"-48" Sheet 2of2 2016 by Landscape Str" ..... r An nghls reserved. , Document #22000100 SAFETY NOTE Choose ri Pal Heigh surfacing material that has a Critical Height Value si le least the height of Highest Accessible PAST l 9 9 ISO 14001 Hei htof thead'acent u ant Ref.AS7M 1 9 1 eq iPm ( Cerli'ed F19871 landscape 8-25-00 structures® 10970900 Typical Component Support YP P PP Loose Fill Protective Surfacing —ISI—ISI IIIIIIIII IIIIIIIII —III— 4 4 —III— IIIIIIIII IIIIIIIII 0 Subgrade 4 , c O Concrete 2" Clear (min.) o Crushed Rock *An Example: If you are using 12" of 12" loose fill material, your 300 concrete footing will be 22" deep. Minimum 1.2 Cubic Feet of Concrete Required per Support. PlayBooster` Concrete Footings, Components 4 ^s 2000 by Landscape St a u,ba All r ghts reserved- 12i oo D-,,,1-,1 "., . 1 1lou111 A,ld1.: ,a,. Document #13237300 PLAYBOOSTER FOOTING DETAILS NOT TO SCALE DETAIL Choose a pSAFlETYNOTE rotecivrfarJn material that DETAIL has a Critical Height Value of at least the CABLE TO TAB ATTACHMENT height of the Highest Accessible PaWFall DIRECT BURY Heigh) of the adjacent equipment. (Ref. 116=111111911111 c•r1111•d ABTM F1487.) landscape structures® 140�"a° DETAIL Top 01 -panel DETAIL A& CABLE TO TAB ATTACHMENT a height of the Highest Accessible P.WFall ISO 14001 Height of the adjacent equipment. (Ref. ASTM F1487.) DIRECT BURY LW 115014001 116=111111911111 c•r1111•d Spider Web 14814600 PLAN VIEW/ — Frame FOOTING LAYOUT landscape so• C•rtl/I•tl 14614400 380 - Loose Fill Deck V � '. Protective Post < Surfacing Handhold Subgrade H Pa Panels { j a 11 (4) 3/a, Flange c = Cponcrete .,'- N (4) 3/a, x,/a, Footing BHCS w/Pin w/ 3/a' SAE Flat (18) 3/a Firepole Washers BHCSw/Pin 2" Clear (min.) Limited Thread Panels (18) Na" O x Na" rus ed TOP ef Long Bushing Rock o„ PlayBooster° 234095 Spider Web Climber Sheet 2of2 2013 by Landscape svnmu,es. rAn hghl •reeerved. Document #23595200 --- Top 01 -panel SAFETY NOTE Choose a rolective sudacin material that has Critical Height Value met least the A& a height of the Highest Accessible P.WFall ISO 14001 Height of the adjacent equipment. (Ref. ASTM F1487.) landscape LW 115014001 116=111111911111 c•r1111•d structures® 14814600 PLAN VIEW/ 15'Max le hei ht of the Highest Accessible ParUFall 9 9 Hei it of the adjacent a ui merit. Ref. g 1 q p ( ASTM F1487.) FOOTING LAYOUT landscape so• C•rtl/I•tl 14614400 380 c7aa,?o acL, Typical Deck V � PlayBooster ------ Post TOP of " Handhold ^ Pa Panels { j v Corkscrew --- Top 01 -panel SAFETY NOTE Choose rotAFE s disi,ingNOTmaterial that Top of has a Critical Height Value of at least the ' ,��// V — LW 115014001 Clamp landscape ASTM F1487. c•run•tl ) 1857640 0 15'Max le hei ht of the Highest Accessible ParUFall 9 9 Hei it of the adjacent a ui merit. Ref. g 1 q p ( ASTM F1487.) landscape C•rtl/I•tl 14614400 380 r M V � M TOP of " spy - - Deck 1 1 Typical ----- 11 (4) 3/a, Flange 'INutsw/Pin = "�`•. (4) 3/a, x,/a, BHCS w/Pin w/ 3/a' SAE Flat Firepole Washers (2) Handhold Typical Concrete 21" Footing 530 DETAIL HANDHOLD PANEL ATTACHMENT (2) 3/a, Flange Nuts w/Pin (2) %" x 41/,' (2) Typical Threaded Offset Rods Post Hanger (2) Spacer Clamp Tubes Assemblies (2) Handhold Panels Corkscrew D E TA I L (2) /, x23/; SURFACE MOUNT Expansion Anchors w/ 1/2' Corkscrew Flat Washers & I/,' --- - -- Standard Hex Nuts NOTE: Sufficient protec ' Concrete tive surfacing must cover hardware to satisfy fall height requirements. DETAIL Crushed Rock DIRECT BURY Loose Fill Protective Surfacing - - r.- — Subgrade o E m Protective Surfacing Corkscrew Concrete o N 0 Corkscrew 2" Clear (min.) Crushed Rock 12" 72" Deck Height Shown 300 PlayBooster° 148432 Corkscrews, 32"-72" Decks ©2004 by Landscape S•iuctures. r All rights reserved. Document #14814600 landscape structures® NOTE: ° Surface mounting will not work in all applications. Consult Landscape Structures Inc. for your particular re- quirements. N CONCRETE SLAB SPECS • Base under slab to be 4" - 6" of sand over a stable subgrade. • Depth of concrete slab to be 4" - 6" with a wire mesh support. • Minimum of 7 days curing time full cure after 30 days. • Surface of concrete to be trowled smooth and acid etched. • Concrete: 3000 PSI (Min) 30 Days 3500 PSI 3/4 Minus Crushed Rock nose SAFETY NOTE has a protective surfacing material that ��/� /�/�In has a Critical Height Value of at least the ISO 14001 H ightofthe adacent equipmenighl of the Highest t.(Ref. STM le P.WF.11 F1487) ce,H 3-29-01 12194700 200 614 3/a' x 8" Square Steel or Aluminum Plate Continuously Welded to Upright Post 0 DETAIL (4)v,' / Standard �f--y� Hex Nuts (4)'/2' Flat Washers (4) 1/3" x 2 3/4n Expansion Anchors I NOTE: Sufficient protec- tive surfacing must cover hardware to satisfy fall height requirements. Upright "I Post Concrete Surface 77<7 14 d4 d 4 a- 4 4 1 4_ ,a NOTE: d d _4 d d d Drill 3" deep hole using hammer drill and 1/2'masonry bit. Tap anchors into concrete and secure with 1/2" standard hex nuts and 1/2' flat washers. PlayBooster" Concrete • Specs, Surface Mount p m2001by Landscape Structures' All aghts,eserved. 1-30.97 •Uo ,,or0121947W replaces0109710W.Updated.,,.• Document #12194700 5 landscape structures® SAFETY NOTE Choose a prolective surfacing material that has a Critical Height Value of at least the height of the Highest Accessible Pa t?Fall Height of the adjacent equipment. (Ref. ASTM F1487.) 130401a0 ELEVATION 171/0, Top Hood i--1 n rm 0)Hood 64" - 72" Deck !7 = PLAN VIEW/FOOTING LAYOUT Double Swoosh Slide qo Double Swoosh Slide 64" - 72" o 0 Deck `v (+, � N Typical Concrete Footing 845/ " 671830 _ _: ____ Finished Grade________ 2142 181/4"/464 Minimum Use Zone DETAIL DETAIL SUPPORT ATTACHMENT p SURFACE MOUNT Top of 2 (4)1/2' x 2 3/4" - Slidinan Expansion Anchors Slide ------ Surface Y Y w/ 1/2' Flat Washers Support v q, & 1/2' Standard Hex (4) 3/8' Flat Washers 0 0 Nuts _ (4) Rubber Bushings -________-- ____________ 9 /8" Flat Was...� (4) hers o o aa (4)1/."x1'/`" ;, 0 BCSw/Pin ,. Support a C Limited Loose Fill Concrete �� u Thread Protective N Surfacing M NOTE: Sufficient protective Subgrade—=�IIII 1 surfacing must cover hard- III III E o Crushed ware to satisfy fall height oa Rock requirements. Typical o o n Concrete 2" Clear min. cot ngF. N NOTE: Prop the end of 9 the slide according to the proper deck height. 12" Crushed 300 Rock PlayBooster° 130390 Double Swoosh" Slide, 64rr-7211 Sheet 2of2 ©2019b LadsoaeSn•cmree. Anr hts•eeerved. Document #26473700 Y P 9 DATE I BY DESCRIPTION REVISIONS structures® Typical PlayBooster Mainstructure (4)1/ x 2 ,/ " Posts / gHC3S w/Pin PLAN/FOOTING LAYOUT (4) Typical Hanger Clamp Assemblies TO Deck OF - o A _ o (2) Handloops N n j Typical cop 26" F. 16" Deck Of 0, w" T0, Transfer Step (4) 3/ " x 11/ " BHCS w/Pin (4) 3/ " SAE Flat Washers w/ 3/e' SAE hat Washers w/ 3/8 Standard Hex Nuts DIRECT BURY SURFACE MOUNT (4) 3/a' x 11/ "BHCS Step w/Pin w/ 3/e "SAE Flat Washers & 3/ " Standard Hex Nuts w/ 9/s" SAE Flat Loose Fill e 3 3 Protective Washers (2) /a' x 2 / " Expansion Step Anchors and 3/ " SAE Flat Surfacing Washers w/ 3 ay Standard Mounting Plate Hex Nuts (4) 3/p" x 11/a' BHCS w/Pin w/ 3/ " SAE Flat Washers & ® —3/a" Slandard Hex Nuts w/ 3/9 — SAE Flat Washers = I I Concrete Subgrade��lll °IIIIII o box Slab c Crushed Support A NOTE: Sufficient protective surfacing Rock a N must cover hardware to satisfy fall �� Concrete height requirements. 2 Clear Crushed Rock �8" PlayBooster 185852 Transfer Step, w/Handloopszoo 02012by Landscape Structures. Ainghtsresarved. Document #18576400 SAFETY NOTE Choose rotAFE s disi,ingNOTmaterial that SAFETY NOTE Choose rolective surfacin material that ap g has a Critical Height Value of at least the ' ,��// V — LW 115014001 height of the Highest Accessible Part/Fall Hei ht of the adjacent equipment. Ref. 9 1 � landscape ASTM F1487. c•run•tl ) 1857640 0 structures® Typical PlayBooster Mainstructure (4)1/ x 2 ,/ " Posts / gHC3S w/Pin PLAN/FOOTING LAYOUT (4) Typical Hanger Clamp Assemblies TO Deck OF - o A _ o (2) Handloops N n j Typical cop 26" F. 16" Deck Of 0, w" T0, Transfer Step (4) 3/ " x 11/ " BHCS w/Pin (4) 3/ " SAE Flat Washers w/ 3/e' SAE hat Washers w/ 3/8 Standard Hex Nuts DIRECT BURY SURFACE MOUNT (4) 3/a' x 11/ "BHCS Step w/Pin w/ 3/e "SAE Flat Washers & 3/ " Standard Hex Nuts w/ 9/s" SAE Flat Loose Fill e 3 3 Protective Washers (2) /a' x 2 / " Expansion Step Anchors and 3/ " SAE Flat Surfacing Washers w/ 3 ay Standard Mounting Plate Hex Nuts (4) 3/p" x 11/a' BHCS w/Pin w/ 3/ " SAE Flat Washers & ® —3/a" Slandard Hex Nuts w/ 3/9 — SAE Flat Washers = I I Concrete Subgrade��lll °IIIIII o box Slab c Crushed Support A NOTE: Sufficient protective surfacing Rock a N must cover hardware to satisfy fall �� Concrete height requirements. 2 Clear Crushed Rock �8" PlayBooster 185852 Transfer Step, w/Handloopszoo 02012by Landscape Structures. Ainghtsresarved. Document #18576400 REVIEWED BY: TOM SANDEFUR, P.E. ASSISTANT CITY ENGINEER DATE APP'D. DESIGNED DRAWN KC KC CHECKED DATE PT 13 FEB 2020 C-7737-1 NEWPORT SHORES, MARINERS, AND BOB HENRY PARK PLAYBOOSTER FOOTING DETAILS CITY OF NEWPORT BEACH P -5266-S PUBLIC WORKS DEPARTMENT SHEET 8 OF 8 � to �CT no ■n ■u ■n SAFETY NOTE Choose rolective surfacin material that ap g I has a CriticaltHeight Value of least the 9 ISO 14001 le hei ht of the Highest Accessible ParUFall 9 9 Hei it of the adjacent a ui merit. Ref. g 1 q p ( ASTM F1487.) landscape C•rtl/I•tl 14614400 structures® PLAN VIEW/ FOOTING LAYOUT spy Deck 7 7ea�a' Typical ----- PlayBooster = Post Firepole N (2) Handhold Panels TOP ef Typical panel p Concrete Top of > Footing Clamp 15"p(ax DETAIL HANDHOLD PANEL ATTACHMENT _ (2) 3/8" Flange ' ao n Nuts w/Pin rn (2) 3/a' x 41/2' (2) Typical Threaded Rods Offset Hanger (2) Spacer Post Clamp Tubes Assemblies -Top of .L �__-- (2)Handhold peck -.� Panels Firepole 1 I DETAIL 1 (4)3/a'Flange (2) 1/2' x 2 3/q, ; Expansion SURFACE MOUNT Nuts w/Pin Anchors w/ 1/2' Flat Washers &'/z" Firepole (4) 3/a" x 7/e" ; � ; � Standard Hex Nuts - ------- BHCS w/Pin w/ 3/a' SAE Flat Washers NOTE: Sufficient protective surfacing Concrete must cover hardware to satisfy fall height requirements. DETAIL Crushed Rock DIRECT BURY Loose Fill s x x ,, Protective i Surfacing - P ., ' c _- Subgrade o Concrete Protective - (Ni Firepole p Firepole - 10 Surfacing 2" Clear (min.) Deck Height Shown 12" Rock ed Crush72" PlayBoostere rAn 148426 Firepoles, 32"-72" Decks @2004 by Landscape Stmct,,ee. rghts reae,"ed. Document #14814400 REVIEWED BY: TOM SANDEFUR, P.E. ASSISTANT CITY ENGINEER DATE APP'D. DESIGNED DRAWN KC KC CHECKED DATE PT 13 FEB 2020 C-7737-1 NEWPORT SHORES, MARINERS, AND BOB HENRY PARK PLAYBOOSTER FOOTING DETAILS CITY OF NEWPORT BEACH P -5266-S PUBLIC WORKS DEPARTMENT SHEET 8 OF 8 � to �CT no ■n ■u ■n