Loading...
HomeMy WebLinkAboutC-7934-1 - 2020-2021 Playground ImprovementsCITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 F.ex newportbeachca.gov May 10, 2023 R.E. Schultz Construction Attn: Richard Schultz 1767 N. Batavia St. Orange, CA 92865 Subject: 2020 Playground Improvements — C-7934-1 Dear Mr. Schultz: On May 10, 2022, 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 May 11, 2022, Reference No. 2022000177113. The Surety for the contract is U.S. Specialty Insurance Company and the bond number is 1001130470. Enclosed is the Faithful Performance Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 1001130470 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 51199 , being at the rate of $18.57 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; furnishing and installing new play equipment and components 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, andU. S. Specialty Insurance Company , 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 Nine Thousand Nine Hundred Fifteen Dollars ($279,915.00) 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. 101130470 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 4th day of October 2021. R.E. Schultz Construction, Inc. Name of Contractor (Principal) Authorized SignatureTtle U.S. Specialty Insurance Company 6 f, U Name of Surety Authorized Agent Signature 801 S Figueroa St #700 Los -.Angeles, CA 90017 Address of Surety 310-649-0990 Telephone APPROVED AS TO FORM: CITY ATTOR EY' OFFICE Date:. to i�7z1 By: ronC. RAW iD•1-71•ti1 City Attorney 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 CAUFORNIA ALL-PURPO>66 ACKNOWLEp1iMEM CIVIL CODE § 1180 A notary public or gther offaer completing this calkate vwtfm ordy the identity of the individual who signed the document to which this certificate is attached, and rat the truttftm, acasacy, orvehidily of flat do=Twt. State of California ) County of,.__Oranue ) On October 19, 2021 befolem8 Lianne Nahina, Notary Public Date Here Insert Name and Title of the Officer Blake A. P: Of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(4) whose name(s) is/ap subscribed to the within instrument and acknowledged to me that he/ttpahWAV executed the same in hWUW** authorized capaoltyW, and that by his/Aif~ sigrutture" on the instrument the person f#i), or the entity upon behalf of which the persono 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 — Signature of Notary Public OF>hF IIANNE NAHINA y `m COMM. # 2314283 X W i X NOTARY PUBLIC-CALIFORNIA y fY ORANGE COUNTY 0 MY COMM. EXP. DEC 5, 2023 ace otary Sea A ve "�'� 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. Descripf n of Attached DoTmer�t Title or Type of Doeumer> o n 1001130470 Document , October 4, 2021 Number of Pages: Signer(s) Other Than Named Above: N/A, None Capacity(") Claimed by SWMJs) Signer's Name: Blake A. Pfister ❑ Corporate Officer — Titie(sy ❑ Partner — ❑ Limited ❑ General ❑ Individual. 0 Attorney in Fact O Trustee ❑ Guardian or Conservator 0 Other. S�gner Is Representing: _ U.S. Specialty insurance Company Signer's Name: ------ ----- ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 Nadonai Notary Association • www.NadonalNotary,org • 1-800-US NOTARY (1-800-878.8827) Rem #5907 Bond Nu. 1001130470 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 Califf)jnis County of 7 �i ^-,�'-- ) ss. On 10--IN-�-f 20 beforpme, Notary Public, personally appeared .c G et` G ; ,z who proved to me on the basis of satisfactory evidence to be the perso whose name��e- subscribed to the within instrument and acknowledged to me the/shelthey executed fhe same in('"er/M9eirauthorized capacityfjBej and that bi IhM1tlTeir signatures) on the instrument the person or the entity upon behalf of which the personXacted, 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. D. MINDIOLI WITNESS my hand and official seal. /'' " =_ Notary Public - California 33 Orange County G Commission.Expir' Mar 5, 2 Comm. Facpire5 Mar 5, 2025 Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verges 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 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. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) R.E. Schultz Construction, Inc. Page B-3 Ii' I ' ullil r TOK10 MARI NE HCC ql PIIQWIEuII ' OF ATTOR—N& AMERICAN ICQMVTR�IICt9litS �NDEMNY=ITY COMPAN�E�AS�T1N®NSS MPANY - - UNITED STATES S'URE�TY'COMPANY U.S. SPECIA12TYT11MRARCE-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 M aryland corporation .ani eclalt_Insurance Com an py these presents make, constitute_ p y.-_ Compan" Texas corpnn (collectively, the'Com "Companies") Id,o°,III I � _ end appol Ia Pf st of Mission Vie o, a{if I IT 11 III - ) II 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, =praw6dmgintheebond penalty does not gxceed II Five Mtlhoo- Dollars � �flolj�lltrA ). This Powefl'ofA orge)llshall expire lwithout further ac ron sa it 0r ? na�-ls g s Power of Attorranted MMerWOcb ority of the follolj l relsPlutI;ohs doptedIlly the Boards Mtt��ors fh i Be I!•=Resolved, that the President, any vIcl ¢,Prelsitlerlf, any Assistant Vice -President dWecNor arty Assistant Secretary shall be=and kumby 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 an"ll bones raggignizances, contracts, agreements or lackin dy and other conditional or obligatory undertakings, including any and all consents torth>rrele s�ined percentages aaW/dal. eMffi engineering and conlstructionlcon}r2lctsli 'anld any and all notices anrfdoeumen� _ - caocett orlemthating the Company'�alAgfLBet ndee and Wsuch instrumentsIso exeluted by anI so'Ch A'itorney-in-Fact slm� tb goon_ _ fhCompanassned by the Presldr�alntffenT_etf by the Corporate e'ciek ill, 11 III till II 1''' - Be it Resolved, that the signature of anyy�hodz�lre -officer and seal of the Company IielFetofore or hereafter affixed to any power o--�tMrney-arany 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. _IWWITNFSSS3E+liiEREOF The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed this rt 2M. AMERR TRAICTORSINQEMNITYCOMPANX= BONDTNC'rDM[FANY - jyt l �SU6ET`CI,Of11JPANY USuAPECI 1..�NOECEMWANY UNITE[ S1M�TpkG 0 yl jjl II p,blkG E56U(th, - .may M9 Ob CD E P Jy4 J (a State of Californiae6+ County of Los Angeles �,' FONN- s e '' y Daniel P. Aguilar, Vice President r o r B Ohl i 9}Z 4,F y W 11186 lc n-Y other officerlom Ws millyrfi a verifies only the tle�e(ititl� to fhel Ind1 'Vtdu01, who signed t1� ire o— Mhlch thi----c€�i rt=cate is attached mM"e�sitfrid/W9%ccuracy, or validlty oflthiat Doc in III I —r On this 1'tl day of June, 2018 before�rre Sonta O Carrejo, a notary public, Ipe�'sonally appea'red Daniel P. Aguilar VideePre3T ent ofi -- 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 mA4E oTy_ entity upon behalf 11whiclh (hlelipersoh al ted, executed the Instrument - - Muffid4MNALTY OF PEI2JIIURIY rIjIIdIeIIr Eiielllllawslof 111he State of Cal>fi�r�na35af ie ae rtt.;q paragraph is true-an�oflm WITNESS my hand and official seal. soNl.o raAc,o NMi Poll,. Wli f SMM49eleifonty r —• mmb l tl Eb99M Signature (seal) syc�mm r9Pl tlP n :on -I KtsLolasslstant Secretary meni�oftfrai o�ndemnity Comp IT Illy Company United Sietteeagem 961" n nsZU Specialty lnsur�ae�mpL=M certify that the apovie'Ia�Ind fiSFe°going isl�Itrue and correc}�opna P�wec _ f Attomeylli d ted by said Comq [ gRi iMi ll force and effect III f�rtff�PIrll�lp a, I)�l a reto�utions of the Boa e�'ir r set out in the Power of Attorney aremull force and effect. - In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this 4th dayof October 2021 ¢tei m�arNl II I IIHoiNb� KEes r ��vey �On�tt�E�S '� III ba III hpma I e�i y S �� _ P, — g I a ,P, 5 '�o ,-� 6 Kio Lo; As t Secrets Agency N0. 3074 ..,°a),Fofw"a ."TFoc�E*p a Secretary - HCCSMANPOAt16/201a �ysitlmh com/surety for more inform anon E,W PO Fc7rh.c Al mil'). July 15, 2022 R. E. Schultz Construction, Inc. Attn: Richard E. Schultz 1767 N. Batavia St. Orange, CA 92865 Subject: 2020 Playground Improvements-C-7934-1 Dear Mr. Schultz: On May 10, 2022, 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 May 11, 2022, Reference No. 2022000"1771 t3. The Surety for the bond is U.S. Specialty Insurance Company and the bond number is 1001130470. Enclosed is the Labor & Materials Payment Bond. Sincerely, Leilani L Brown, MM( City Clerk Enclosure. EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 1001. 1.30470 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; furnishing and installing new play equipment and components 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, t1.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 Nine Thousand Nine Hundred Fifteen Dollars ($279,915.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the surn 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 to give a right of action to them or their assigns in any suit brought upon this Bond, as R.E. Schultz Construction, Inc. Page A-1 Bond No. 1001130470 required by and in accordance with the provisions of Sections 9600 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 4th day of October , 20 21_ 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 ATTORyEY'S OFFICE Date: r Car n C. H20 City Attorney 47 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, Inc. r Page A-2 CALIPONNIA ALL-PURPOSE ACKNOWLSOGMNNT CML CODE f 1189 A notary public or ck#w officer conpWV this cerdffcete verities or* the iderdity of the trldvidual who signed the document to which this certiffcats to attached, and not fire truft*% ss, accuracy, or vak ty of that document State of California On October 19, 2021 beforerne Lianne Nahina, Notary Public Date Here Insert Name and Title of the Ofter personally appeared Blake A. Pfister of Signer(s) who Proved to me on the basis of satisfactory evidence to be the person((* whose names) Is/so subscribed to the within Instrument and acknowledged to me that he/MaefMfAy executed the same in or, capacftyW, and that by his/WO MBN sigrnature(Y) on the instrument the persmft this entity person(l) 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 LIANNE NANINA - Signature of Notary public E^""+. ' � CO MM. # 2314283 A ,M a NOTARY PUPLIC-CALIFORNIA y ORANGE CCUN rY N MYCOMM. EAR. jEC §, 2020 Place Notary Seel Above OPRON.4L Though thfs section 18 optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document, Deeoriplion of AtbWW Dommw7t Title or Type of Document: Bond 1001130470 Dpeunm7t pate: October 4, 2021 Number of Pages; Slgnsr(s) Other Than Named Above: N/A, None Coped"") Claimed by Sigewo) Signer's Name: Blake A. Pfister ® Corporate Officer — Title(s): 0 Partner -- n limited El General 9 Individual 121 Attorney In Fact C3 Trustee 0 Guardian or Conservator 0 Other Signer Is RepresenfJppqq n e c 1-5-IT y A Insurance 0bmpany Signer's Name: - ----- _ • Corporate Officer — Title(s): _ • Partner — ID Limited O General 0 Individual n Attorney in Fact CI Trustee 0 Guardian or Conservator • Other. _ Signer Is Representing; 02014 National Notary Association • www,NstionalNotary,org • 1-800-US NOTARY (1-800-876-6827) hem #5907 Rol. No. 1001130470 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. r�s WITNESS m hand and official seal. u Mi ,1ioi.A Nrt: iG sip. California y � ���z ngrtain(y s `rnnssion r) 235Q7�4 ..a / /y r. L�ptros MaF�$, 2025 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._� _.__ j ss. On 20 before me, Notary Public, personally appeared 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. bvr,_ Q �,,s„ _ „ ,_, WITNESS my hand and official seal. Signature D. MNDINA ry (seal) R.E. Schultz. Construction, Inc. Page A-3 TOKIOMARINE 've► H C C POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United Slates Surety Company, a M aryland 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 23rtl, 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 1 st day of June, 2018. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING OMPANY UNITED STATES, SURETX„COMPANY „µ&SPECIALT.Y INSURANCE COMPANY State of California «"'g�. P _ County of Los Angeles *. " By. t . , ,,, .. ,,,,•� ... �� .. 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. accuracv. or validity of that document On this 15t 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. xoaq'Ah rten. A,lypin (aunty [ Signature --- (seal) r<amm. upun Ao<il. ton 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 4th day of October , 2021 . CBond No,Seals 10011.30470 �[wqb ---- ,.; Agency No. 3074 -- ,,, ° Kio to, Assi Secretary , KCS'AANPOAo92018 visit tmhco,com/surety for more information Batch 13926750 Confirmation Page 1 of 4 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder IIIIIIIIIIIIII111111111111111111IIIIIII11111111111'111I11111111111I1111 NO FEE $ R 0 0 1 3 7 2 5 3 8 1 S - 2022000177113 11:28 am 05/11/22 227 RIM N7 2 1 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 August 24, 2021. Said Contract set forth certain improvements, as follows: 2020-2021 Playground Improvements - C-7934-1 Work on said Contract was completed, and was found to be cceptable on May 10, 2022, by the City Council. Title to said property is vested in the ner and the Surety for said Contract is U.S. Specialty Insurance Company. m City of Newport Beach f71:I:IIaWA1f47: I certify, under penalty of perjury, that the foregoing is true andlsorrect to the best of my knowledge Executed on N 'I )"r/! L at Newport Beach, California. BY City Clerk https:Hgs.sectire-recording.com/Batch/Confirmation/13926750 05/11 /2022 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 August 24, 2021. Said Contract set forth certain improvements, as follows: 2020-2021 Playground Improvements - C-7934-1 Work on said Contract was completed, and was found to be acceptable on May 10, 2022 by the City Council. Title to said property is vested in th O ner and the Surety for said Contract is U.S. Specialty Insurance Company. No City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and�rrect to the best of my knowledge. Executed on NV fl �� _, at Newport Beach, California. BY g �. City Clerk CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 81h day of July, 2021, at which time such bids shall be opened and read for 2020-2021 PLAYGROUND IMPROVEMENTS Contract No. 7934-1 $260,000 Engineer's Estimate Approved by „ James M. Houlihan 6�puty PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/porta1.cfm?CompanyID=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 and D-34" Installer of rubber surfacing shall possess a "D-12" (Synthetic Products/Rubber Surfacing) License 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 2020-2021 PLAYGROUND IMPROVEMENTS Contract No. 7934-1 TABLE OF CONTENTS NOTICEINVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................ 6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 18 INFORMATION REQUIRED OF BIDDER.....................................................................19 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS................................................................. Exhibit C PROPOSAL.............................................................................................................. PR -1 SPECIALPROVISIONS............................................................................................ SP -1 2 City of Newport Beach 2020-2021 PLAYGROUND IMPROVEMENTS Contract No. 7934-1 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 PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; 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, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 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 must 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 President, Sole Officer Contractor's License No. & Classification Authorized Sign itle 1000033385 DIR Registration Number & Expiration Date R.E. Schultz Construction, Inc. Bidder 5 7/7/2021 Date Bid Bond 11-327-384 City of New ort Beach 2020-2021 PLAYGROUND IMPROVEMENTS Contract No. 7934-1 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally heid and firmly bound to the City of Newport Beach, a charter city, in the principal sum of ten percent of the amount bid Dollars ($ 10 ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of 2020-2021 PLAYGROUND IMPROVEMENTS, Contract No. 7934-1 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 8th day of July 021. 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 Authorized Signature itle Authorized Agent Signature Blake A Pfister, Attorney—in—fact Print Name and Title {Notary acknowledgment of Principal & Surety,must be attached) E CAUFORNlA ALL-PURPOSE ACKNOWLEDGMENT CIVIL COVE § 1199 A notary pubic or cher officer completing this cfcate verities only the lde *ty of the Individual who signed the dorurrr mt to which tt►is cwVx*o Is attached, and not the WAhfi. new, acauacy, or vawgy of that document. State of Calitomia } County of } On July b, 2021 beforeme,_Lianne Nahina, Notary Public Date Here Insert Name and TWO of the Officer personally appeared Blake A. Pfister s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(4) whose naane(s) IsIAV subscribed to the within instrument and acknowledged to me that helftWlfty executed ft same in hk4W#fAIs*au#*r1zed capacttyft, and that by his/1t1NI fflWsignature* on the Instrument the person*, or the entity .upon beitatf of which the person* acted, executed the instrument. I certify urx#er PENALTY OF PERJURY udder the laws of the State of California UW 'the foregoing paragraph is true and correct. WITNESS my hand anti official seal. , LIANNE NAHINA C4 " '. COMM. # 231�ib X Signature ix. NOTARY FUBUC-CALIFORAk � Signature of Notary Public Y ORANGE COUNTY rV MY COMM, EXP. DEC 8, 4iI23 Place Notary Seal Above OPMNAL Though this section la optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Desoriptivrt of AUSched Document Tithe or Type of Document: Bid Bond 11-32 7--384 Document pate; July8 , 2021 Number of Pages: I Signer(s) Other Than Named Above: NIA None .. CaPuftyO") Claimed by SWOW(s) Signer's Name; Blake A. Pfister ® Corporate Officer Titles); -- * Partner _ 0 limited 0 General ® Individual IN Attomey In Fact ® Truster LJ Guardian or Conservator 0 Other: S€ ner is Representing: _ 0• S . S SI Company Signer's Name. ------- EJ ______® Corporate Officer -- Title(s): * Partner — CI limited ❑ General * Indiadual 0 Attorney In Fact ❑ Trustee O Guardian or Conservator 0 Other; Signer Is Representing: 13 In Ir 02014 National NOW Association • www,NationafNaLTy.org • 1-80Ll-US NOTARY {1-800-87"827 Item #5997 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, _undertakmt"rother instruments or contracts of suretyship to include riders, amendments, and consents of surety, fil_ ,,*� pg� rovidinhe Good penalty does not exceed . = =eve Mitliorr - - Dollars (-*$0W000Ja� ). This Power of Attorney shall expire without further actionan A rima 202 -T Iis Power of AttorneyJOA ranted under=and by -authority of the following resolutions adopted by the Boards oT Diredf6rs_of thWCanies: 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 andsn_the name of and on behalf of the Company, to execute, acknowledge and deliver, any-- and niand all bonds, recognizances, contracts ag�eememts=om ndsmnityland other conditional or obligatory undertakings, including any an"ll censenW� for the release OU retained percentages4nd&i fiWeift—tmat s n engineering and construction contracts, and any and all notices arsd-docurzrents canceling or terminating the Company s liability thereunder, a y such instruments so executed by any such Attorney -in -Fact shall tre bindin�pon the Company as if signed by the Preside f 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. I=N WITNE WHEREOF, The Companies have caused this instrument to be signed ridA%lr corp to seals to be hereto affixed, this - - 1 da 0f June, _2M. _ _ Sc Y - - - AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDfNG-bA1PANY _- UNITED STATE.S..SURETYlGOMPANY ..U,&SPECIAtTY49SURANCE COMPANY State of California -NIS .4� 11" �^ ya ' e � ' ` �, yfMip�jp W Z County of Los Angeles'>a} `, ��., sir 1 s t< By: I 02 .0 *,,.,1 * ,,,IN°" Daniel P. AguilarAce-Pre dent A Notary Public or other officer comWefing ibis c�i verifies only the identity of the individual who signed ffi&docMe" - - which this certificate is attached, dhd;not!h&ruthrulness. accuracv. or validityof that document On this 15' 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-ackhowledgazi_ to me that he executed the same in his authorized capacity n Adsthat 1zy is signature on the instrument the person, oMhWentity upon behalf of which the person acted, executed fhe ing(rum&L I certify under PENALTY OF PERJURY under the laws of the State of Cal is-thathe-foregoing paragraph is true and=correct. WITNESS my hand and official seal.. - --- aryuo.uane,o - NotaryPublic lei,s alifeenta oty m issim 0County Cammlttfon 0 21)9179 Signature - - (Se�1) MY comm. elpIrnApr 23, 3022 _ 1`; Kio Lo, Assistant Secretary American icontraffir"demnity Company; Texas Bonding Company Unitedd-Sues Surety - - _ - Company and U:S. Specialty Insurance Company,=do hereby certify that the above and foregoing is a true and correcteopy 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 $i<h -=day of=_ July 2021. _ - Corporate Seals 1. = a4�a1P�Cpggw�'a��alloffacco., 11-327-384 u Y 13 ncoawuno - . ±,�„t a[vr ]a.tap w, J�� a8 W y Agency No. 3074 C p c'o�N' Pq ��� `• ..• ' *?` s....•' Kio 1.0, Fssi taxft Secretary 9 Y i r.........:� „'' '"�44ni IFORR`pp"` 4,�FdF'iLo,P` ��biyryli innnit. HCC--SMANROA06l2098 - visit trrmhcc corn/surety for more information California All -Purpose Certificate of Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness; accuracy, or validity of that document. State of Califnia County of _---- �s-s. On D 7 - 6 before me, � ��ti� ■ �c+�►- G > personally appeared r -d E who proved to me on the basis of satisfactory evidence to be the person ) whose name i�ubscribed to the within instrument and acknowledged to me tha they executed the same in i erftrre7r authorized ca pac it*t!5s—) , and that byi4rerftheir s i g n atu ref6j o n the instrument the person(SKOr 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. �• r D. MINDIOLA Notary Pubtic - California Z; Orange County c�Commission R 2350774 My Comm. Expire: Mar 5, 2025 OPTIONAL INFORMATION AOholiyh Iho infosionticio ns rs r : ,';gwre' -try iut-, it r,>47'10 r",VOW it :::::dt.: it Iew.'O ') •F ::-.:ri?1ii)ar�t3i�f t:. (hiss e i:lfYi[Jvtda 1iJy r pert S3j4r, rr�IYllfq (7P'I ?i'!¢) F3 CloV elIVti�. Description of Attached Document The preceding Certificate of Acknowledgment is attached fq,a document titled/for the purpose of — `1 - 3,P-7- 3-" -- containing pages, and dated The signer(s) capacity or authority islare as: �/A Individual{s} ❑ Attorney-in-fact ❑ Corporate Officers) C] Guardian/Conservator D Partner - LimitedfGeneral ❑ Trustee(s) ❑ Other: representing; Method of Signer Identification - - . .............. ...... Proved to me on the basis of satisfactory evidence- ❑ form(s) of identification ❑ credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other ❑ Additional Signer I-] Signer(s) Thumbprints(s) City of Newport Beach 2020-2021 PLAYGROUND IMPROVEMENTS Contract No. 7934-1 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 pt President Sole Officer Authorized Sign /Title City of Newport Beach 2020-2021 PLAYGROUND IMPROVEMENTS Contract No. 7934-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name R.E. Schultz Construction, Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $150,000, provide the following information: No. 1 Project Name/Number 2019-2020 Playground Improvement Project Project Description Playground improvement Approximate Construction Dates: From 8/2020 To: 9/2020 Agency Name City of Newport Beach Contact Person Kathervne Cho Telephone (949) 644-3014 Original Contract Amount $2711621.5¢inal Contract Amount $ 276,471.50 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. 10 No. 2 Project Name/Number PW 19-29: Washington Park Playground Project Project Description Removal of existing playground equipment and surfacing and install new playground equipment and surfacing. Approximate Construction Dates: From 1/2020 To: 9/2020 Agency Name City of EI Segundo Contact Person Cheryl Ebert Telephone (310) 524-2321 Original Contract Amount $298,493.00Final Contract Amount $307,160.00 If final amount is different from original, please explain (change orders, extra work, etc.) Change Orders/Extra Work Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name/Number _Project No. 21101, Bid No. 1422-21 EI Rancho Verde Park and Liberty Park Project Description Remove existing fitness equipment and surfacing and install new equipment and surfacing. Approximate Construction Dates: From 5/2021 To: 6/2021 Agency Name City of Cerritos Contact Person Albert Arteaga Telephone (562) 916-1229 Original Contract Amount $182,709.7( final Contract Amount $ 208,738.20 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. 11 No. 4 Project Name/Number Specification No. 2020-006: Barnes Park Project Description Playground and fitness court improvements. Approximate Construction Dates: From 1/2021 To: 2/2021 Agency Name City of Monterey Park Contact Person Anthony, Bendezu Telephone (626) 476-6630 Original Contract Amount $267,025.0(Final Contract Amount $ 277,721.63 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. 6 Project Name/Number Contract No. 21 -CO -ES -745: Mathewson Park Project Description Playground Renovation Approximate Construction Dates: From 11/2020 To: 2/2021 Agency Name City of Coronado Contact Person Ruby Carr Telephone (619) 522-6507 Original Contract Amount $193,417.00Final Contract Amount $197,729.11 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. 12 No. 6 Project Name/Number CP20-0778-42 - Furnish & Install Playground Equipment @ 6 School Sites Project Description Furnish & Install Playground Equipment Approximate Construction Dates: From 5/2020 To: 12/2020 Agency Name San Diego Unified School District Contact Person Robert Jones Telephone (619) 301-0162 Original Contract Amount $955,263.00Final Contract Amount $ 955,263.00 If final amount is different from original, please explain (change orders, extra work, etc.) N/A 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. 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. R.E. Schultz Construction, Inc. i ent, Sole Officer Bidder Authorized Signat itle 13 No. 6 Project Name/Number CP20-0778-42 - Furnish & Install Playground Equipment @ 6 School Sites Project Description Furnish & Install Playground Equipment Approximate Construction Dates: From Agency Name San Diego Unified School District Contact Person Robert Jones To: Telephone (619) 301-0162 Original Contract Amount $955,263.00Final Contract Amount $ 955.263.00 If final amount is different from original, please explain (change orders, extra work, etc.) N/A 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. 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. President, Sole Officer Bidder Authorized Signature/Title 13 Richard E. Schultz P.O. Box 6, Silverado, CA 92676 P: 714-649-2627 F: 714-740-5049 E: ricl<@reschultzconstruction.com 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#: 1.000033385 Expiration Date: 06/30/2022 Tax ID##: 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 • Piayworld • Poligon, Porter Corp. Play & Park Structures • BigToys • GameTime • PowerScape • Primetime City of Newport Beach 2020-2021 PLAYGROUND IMPROVEMENTS Contract No. 7934-1 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of Orange ) Richard Schultz being first duly sworn, deposes and says that he or she is President, Sole Officer of R.E. Schultz Construction. Inc. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California th 'the foregoing is true and correct. R.E. Schultz Construction, Inc. '�" President Sole Officer Bidder Authorized Signat e/Title Subscribed and sworn to (or affirmed) before me on this 7th day of July .1 2021 ysatby- sat , proved to me on the basis of ce to be the person(s) who appeared before me. I certify under PENALT PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. [SEAL] * See Attached * 14 Public My Commiss JURAT 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 CalifoPree-2L-�� nia County of Subscribed and sworn to (or affirmed) before me on this 7 day of 20 -� 1 by i proved to me on the basis of satisfactory evidence to be the personKwho appeared before me. Signature (Seal) OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date Additional information cl. ,E,,LOe�Ff D. ..,,. W Notary Public - California s i - = Orange County p Commission " 2350274 _• My Comm. Expires Mar 5, 2025 r INSTRUCTIONS The wording of all Jurats completed in California after January 1, 2015 must be in the form as set forth within this Jurat. There are no exceptions. If a Jurat to be completed does not follow this form. the notary must correct the verbiage by using a jurat stamp containing the correct wording or attaching a separate jurat form such as this one with does contain the proper wording. in addition, the notary must require an oath or affirmation from the document signer regarding the truthfulness of the contents of the document. The document must be signed AFTER the oath or affirmation. If the document was previously signed. ft must be re-signed in front of the notary public during the jurat process. • State and county information must be the state and county where the document signer(s) personally appeared before the notary public. • Date of notarization must be the date the signer(s) personally appeared which must also be the same date the jurat process is completed. • Print the name(s) of the document signer(s) who personally appear at the time of notarization. • Signature of the notary public must match the signature on file with the office of the county clerk. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different jurat form. Additional information Is not required but could help to ensure this jurat is not misused or attached to a different document. Indicate title or type of attached document: number of pages and date. • Securely attach this document to the signed document with a staple. City of Newport Beach 2020-2021 PLAYGROUND IMPROVEMENTS Contract No. 7934-1 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 City of Newport Beach 2020-2021 PLAYGROUND IMPROVEMENTS Contract No. 7934-1 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 I he 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 2020 2019 2018 2017 2016 Total 2021 No. of contracts 45 105 96 150 1 125 110 631 Total dollar Amount of Contracts (in $4Mil $6 Mil $4Mil $3Mil $2.5Mil $2 Mil $21.5 Mil Thousands of $ No. of fatalities 0 0 0 0 0 0 0 No. of lost 0 0 0 0 Workday Cases 0 0 0 No. of lost workday cases involving o 0 0 0 0 0 0 permanent transfer to another job or termination of employment I he 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 Business Address: Business Tel. No.: State Contractor's License No. and Classification: Title R.E. Schultz Construction Inc. 1767 North Batavia Street Orange CA 92865 714-649-2627 #1007195 - A, B, C -61/D34 President, Sole Officer The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title President, Sole Officer Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 17 California All-Purpose Certificate of Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness: accuracy, or validity of that document. State of California County of S.S. _ On 67-61 ! 2T24 before me, personally appeared who proved to me on the basis of satisfactory evidence to be the person(,)Wwhose name�gf /ire subscribed to the within instrument and acknowledged to me that /&heAhey executed the same in tl Aexfth,&e r-authorized capacity(i,&<' and that by I�signature,O on the instrument the person(,ce)r,'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. D. MINDIOLA - ;' �= WITNESS my hand and official seal. _ = = Notary Public • California - Orange County if z - Commission # 2350274 - /� ✓ 411 L My Comm. 6cpires Mar 5, 2025 OPTIONAL INFORMATION Description of Attached Document The preceding Certificate of Acknow edgment is attached to a Method of Signer Identification document titled/for the purpose of proved to me on the basis of satisfactory evidence �' I '���G� `h Gt'C�•Gr)-L^ ;�-,!�,�%J'?ZL'-�.� - ❑ form(s) of identification [I credible witness(es) - containingpages, and dated _ Notarial event is detailed in notary journal on: - The signer(s) capacity or authority is/are as: Page# Entry# el Individual(s) ( Notary contact = I=1 Attorney-in-fact ❑ Corporate Officer(s) Other ]1 Additional Signer ❑ Signer(s) Thumbprints(s) 0 ❑ Guardian/Conservator = ❑ Partner - Limited/General ❑ Trustee(s) 0 Other: representing: City of Newport Beach 2020-2021 PLAYGROUND IMPROVEMENTS Contract No. 7934-1 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 Sin re 1 6/22/2021 W. City of Newport Beach 2020-2021 PLAYGROUND IMPROVEMENTS Contract No. 7934-1 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: R.E. Schultz Construction, Inc. Business Address: 1767 North Batavia Street, Orange, CA 92865 Telephone and Fax Number: 714-649-2627 / 714-740-5049 Fax California State Contractor's License No. and Class: #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 (Sole Officer) The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Richard Schultz, President (Sole Officer), PO Box 6, Silverado, CA 92676 (714) 350-4269 Corporation organized under the laws of the State of California 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: A All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: N/A For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; ►_1 Briefly summarize the parties' claims and defenses; N/A Have you ever had a contract terminated by the owner/agency? If so, explain. Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor co liance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / No 20 Are any claims or actions unresolved or outstanding? Yes /(No} If yes to any of the above, explain. (Attach additional sheets, if necessary) N/A Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. Richard Schultz (Print name of Owner or President of Corporation/Com any) --> R.E. Schultz Construction, Inc. Bidder Authorized Signature/Title— President, Sole Officer Title 7/7/2021 Date O before me, , Notary Public, personally appeared who proved to me on the basis of satisfactory ence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatur on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrum I certify under PENALTY OF PERK under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (SEAL) Notary Public in and for said State My Commission Expires: * See Attached * 21 California All-Purpose Certificate of Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Cali?g nia County s.s. On L) - 0 7 ->64k, before me, �J • / lrii� ��- 4k, � r t personally appeared ���� �' ��{z - who proved to me on the basis of satisfactory evidence to be the person(�whose namesa�/ - (Lace-subscribed to the within instrument and acknowledged to me thaChe-/shu(they executed the same inti /-het"fthutr authorized capacity0eg), and that byLi o/firer-/their signature�aj on the instrument the perso%s�, or the entity upon behalf of which the person(s.Kacted, 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. D, MINDIOLA (!-491;—��-R111`1:;My Notary Public - CaliforniaWITNESS my hand and official seal.Orange CountyCommission : 2350274 Comm. Expires char 5, 2025 OPTIONAL INFORMATION Description of Attached Document .. The preceding Certificate of Acknowledgment is attache to a Method of Signer Identification document titled/for the purpose ofa 1Proved to me on the basis of satisfactory evidence: ��— 7'j t(� J I form(s) of identification—j credible witness(es) t containing pages, and dated j Notarial event is detailed in notary journal on: = ( Page # Entry# The signer(s) capacity or authority islare as: Individual(,) Notary contact: Attorney-in-fact ` iJI Corporate Officer(s) 1.other J Additional Signer El Signer(s) Thumbprints(s) _ ❑ Guardian/Conservator ❑ Partner - Limited/General ❑ Trustee(s) ❑ Other: representing: - I - Addendum No. 1 C-7934-1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 2020-2021 PLAYGROUND IMPROVEMENTS PROJECT NO. 21P01 CONTRACT NO 7934-1 DATE: June 22, 2021 BY: TO: ALL PLANHOLDERS Page 1 of 6 The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. The Contractor's License Requirements have been revised to reflect updated license classifications. SPECIAL PROVISIONS 2-1 AWARD AND EXECUTION OF THE CONTRACT This section shall be revised to read as follows: At the time of the award and until completion of work, the Contractor shall possess a Class "A" license. "D-34" (prefabricated equipment) and "D-12" (synthetic products/rubber surfacing) license is required for installer of playground equipment and rubber surfacing, respectively. At the start of work and until completion, the Contractor and all Subcontractors shall possess a valid Business License issue by the City. "D-34" licensed playground equipment installer (Prime or Subcontractor) shall possess the following current certifications by relevant members of the project team assigned to City project, at time of bid: a) CPSI certified (Certified Playground Safety Inspector) b) LSI certified (Landscape Structures Incorporated) Addendum No. 1 C-7934-1 Page 2 of 6 If "D-34" license holder is a Subcontractor, Contractor MUST provide an additional Technical Ability and Experience References form (Using the attached form) listing out the Subcontractor's experience with public agency playground related projects in the past 2 years and in excess of $150,000. Additionally, Contractor MUST provide copies of certification (or D-34 Subcontractor's certification) as described in this section. BIDDER QUESTIONS Q1. Is the City entertaining substitutions/ match equals for the playground equipment? Al. Substitutions for the playground equipment shall not be accepted for this project. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. R.E. Schultz Construction, Inc. Bidder's Name (Please Print) 6/30/2021 Date President, Sole Officer Authorized Sigrialtdre & Title Addendum No. 1 C-7934-1 Page 3 of 6 City of Newport Beach 2020-2021 PLAYGROUND IMPROVEMENTS Contract No. 7934-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES (PER ADDENDUM NO. 9) Contractor must use this form for D-34 Subcontractors!!! Please print or type. Bidder's Name: R.E. Schultz construction, Inc. D-34 Subcontractor: self 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 $150,000, provide the following information: No. 1 Project Name/Number _ 2019-2020 Playground Improvement Project Project Description Playground improvement Approximate Construction Dates: From 8/2020 To: 9/2020 Agency Name City of Newport Beach Contact Person Katheryne Cho Telephone (941644-3014 Original Contract Amount $271.621.51Final Contract Amount $ 276,471.50 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. Addendum No. 1 C-7934-1 No. 2 Project Name/Number PW 19-29: Washington Park Playground Project Page 4 of 6 Project Description Removal of existing playground equipment and surfacing and install new playground equipment and surfacing. Approximate Construction Dates: From 1/2020 To: 9/2020 Agency Name City of EI Segundo Contact Person Cheryl Ebert Telephone (310) 524-2321 Original Contract Amount $298,493.00Final Contract Amount $307,160.00 If final amount is different from original, please explain (change orders, extra work, etc.) Change Orders/Extra Work Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. No. 3 Project Name/Number Project No. 21101, Bid No. 1422-21 EI Rancho Verde Park and Liberty Park Project Description Remove existing fitness equipment and surfacing and install new equipment and surfacing. Approximate Construction Dates: From 5/2021 To: 6/2021 Agency Name _ City of Cerritos Contact Person Albert Artea Telephone (562) 916-1229 Original Contract Amount $182,709.7CFinal Contract Amount $ 208,738.20 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. Addendum No. 1 C-7934-1 Page 5 of 6 No. 4 Project Name/Number Specification No. 2020-006: Barnes Park Project Description Playground and fitness court improvements. Approximate Construction Dates: From 1/2021 To: 2/2021 Agency Name City of Monterey Park Contact Person Anthony Bendezu Telephone (626)476-6630 Original Contract Amount $$67,O25.00Final Contract Amount $ 277,721.63 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. 6 Project Name/Number Contract No. 21 -CO -ES -745: Mathewson Park Project Description Playground Renovation Approximate Construction Dates: From 11/2020 To: 2/2021 Agency Name City of Coronado Contact Person Ruby Carr Telephone (619)522-6507 Original Contract Amount $193,417.00Final Contract Amount $ 197,729.11 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. Addendum No. 1 C-7934-1 Page 6 of 6 No. 6 Project Name/Number CP20-0778-42 - Furnish & Install Playground Equipment @ 6 School Sites Project Description Furnish & Install Playground Equipment Approximate Construction Dates: From 5/2020 To: 12/2020 Agency Name San Diego Unified School District Contact Person Robert Jones Telephone (619) 301-0162 Original Contract Amount $955.263.00Final Contract Amount $ 955,263.00 If final amount is different from original, please explain (change orders, extra work, etc.) N/A 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. k5l��V�Pesident Bidder Authorize itle M N O N O N O N W m 41 } N C O1 f0 U N N O O � V N O� r v ♦ • M N O N O N O N W m 41 } N C O1 f0 U N N d x U a�+ V} tU i eu D.. M cr 4- H N (-%•-")I Ln (-%•-")I wj +7J �r BMs C� I1.e ews to � � arra �rr d� �» 44) cu ' Oz .� diJ E VIm .-. wj tm= z LU Imu tftkll.- OOIP uj 4- 70 LAw aj < M. D � Io LL crm, ae U ti 06 r- 0 C\1 0 O C: 0 ro LU -7? Certificate of Amendment Of Articles of Incorporation The undersigned certify that: A0779521 FILED Secretary of Stat, Mate Of (Dahfornia JAN m a zoo �/ 1 CC. 1. They are the President and the Secretary, respectively, of RES ENTERPRISES, INC., a California corporation. 2. Article 1. of the Articles of incorporation of this corporation is amended to read as follows: The name of the coraration is R E 5chuitz 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: J Q.r'? 51 2,()) (' Richard Schultz, Presi nt Richard Schultz Secret y Senders Contact Information: Richard Schultz 2914 E. Katella Ave #102 Orange CA 92867 714-649-2627 Entity #C3779421 t t)OfOb trian1wript of �� U; t thv "Oreg009 y� orrginat rur,te and ro�roq SPY of h Cnitfumta ,rain �� �wstody of tho Y Mate's offic9, JAN 19 2016 Onto Ate;( PAPil-LA. Secretary of State Home UR I BOARD �. CONTFZAC'roFZS STATE LICENSE OAD tl OContractorfs License Detail for License # 1007195 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. !:SLb u�mnlainNlrclusan nrestrktud by ln•,v IUP 7124.61 If this unfity,auhjer t to Pahheenmplaintdieclnsrar elide on knk IIim di appe helov fw more information. Click here for a definition of c hdasaele arlions. : riy—iwuction related-11I.ilpme,vs.•ported to 01-0 are diu.raad lUP 71171.171. Arb..itreiiuns air 1v 11112d..i— rhe nnhacNr rails to —lily -,it',the vr,-. t D., to wnrkfoad,Ili— may he ralevdot;nfmm:niml thdt bac not pt h.!en elitandiit. Uie. b—d%l roi—dvahase. This license Is current and active. All information below should he reviewed. P A-GENRRALFNGINEF.RINr, r GGl/034-1'1?LFABRICAIEUEQIIIPMENI r B-GENF.RALBUILDING Data Current as Of 7/7/1,0213:36:27 PM 305?SP.S£ iafOi Tn':G^ R F SCHULIL CONS] RUCTION INC 1767.*4 BRfAVIA ST ORANGE, CA 92965 Rusmess Phone Number:(714) 6A9.2G21 Entity Corporation Issue Date 09/10/2015 Expire Date 0913012021 ..n S'at�,- 111assifif.3; DI' arxd rg 1nVo%viC.. Contractor's Bond this license filed a Conhadnr's Hrxu1 witl' ANERICANI CONTRACfDRS IND EMNII TY COMPANY. Bond Number: 10032.0462 Bond Amount: $15,000 Effective Date: 08/C8/20IG %iitrdclur's Bond History Bond of Qualifying Individual This license filed Bond of Qualifying Inci-TALIal number 100429683 forCHRIS LEE THOMAS in the amount o'$12,5110 witi AMERICAN C0t1TRACIORS INDEMNITYCOMIrAN,. Effective Data: 02/26/2019 The quatifyinp individual RICHARD EARL scimurZ certifiec ;hat he/shn owns 0 percent or more of the voting Aockimembershi p intowst of this Company; therefore, t. - Rund of Qualifying Individual is not required. Effective Date; 06/24/2016 BQI's Bond History This license has worker, compensatioi in-m—e with the STATE COMPENSATION INSURANCE I'IIND Policy Number:9274424 Effective Date: 04/14/2020 Expire Date: 04/14j2022 Ydo; kers' Compensation History I, Personnel listed on this license (current or diSMSOrulted) are listed on other er Iice,nsEs. Bac/. to fop of Use Fob- !,CC_Sslbil ty Copyright Co 2021 State of California Contractor Information Legal Entity Name R.E. SCHULTZ CONSTRUCTION, INC Legal Entity Type Corporation Status Active Registration Number 1000033385 Registration effective date 7/1/2021 Registration expiration date 6/30/2022 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 Workers Compensation Do you lease employees No through Professional Registration History Effective Date Expiration Date 5/25/2018 6/30/2019 5/17/2017 6/30/2018 5/3/2016 6/30/2017 12/29/2015 6/30/2016 7/1/2019 6/30/2021 7/1/2021 6/30/2022 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: State Compensation Insurance Fund Policy Number:9274424Inception date -4/13/2021 Expiration Date:4/13/2022 Home "A,CONTRACTORS STATE LICENSE BOARD OContractor's License Detail for License # 667261 DISCLAIMER: A license status check provides information taken from the CSLB license database, Before relying on this information, you should be aware of the following limitations. -SLA 'It iscitas— sr-ftiz:e, ay — [11W !: 1a " If this ercity —bjec::o uubs'e --p a— dis—sum r'ck a kk that w:;k a-sa, vel— c, --atma. .);ci ere for a -jef--- ( Gis—a0le,.—S. o —g— ....... qed ". CR3 are,., sc —ed !.&P rV:.. 1). • nrs—,vt 1 t- —all .11 C.1-tract—ari, r—iI -r rfermat7— that gas -E yet beer , t—d Data current as of 7;'8/2021 8:57:04 API ROBERTSON iWDUSTRIES INC 2111 '7t;.2711 ST SUITES TE.MPE, A, 8528. Ph—d.Nornbe,:6021 '07-6894 Entity Corpefrurton Issue Date 03/17/1993 Expire Date 03, 31j2023 This license IS current and active. All information below should be reviewed. ­YNTIfE71C Contractor's Bond This icense hied s -rn'rac':)r s ]oro with -Al AND S,RL F OF Bond Number: G�2('9;'s Bond Amount: 15,90(: Effective Date:1;';'1;'2'116 —ri-tctnr , 3—, H _tor 13 ond of Qualifying Individual This irerise filed 3ond of Qualryir, kidi .;dual number 106005924'or 01,1LLW IWIZ,aJAREZ ii me ;raounl of $12,500 with TR.A'YE-E IRS Effective Date: 1'.':;4'['113 r"s.i as r:a— -- Mt -� rcswar-,:�. h TRNVELERS -AS!jAi T-.,A'IC SURcTY Policy Numbe—[27j6()21-,89,0I,IG Effective Date: lib%f,1 Expire Data: A-rke,s Co"Pen- I, laersonnet ii.wted cr, !.his iicense tcorree-it jrJiSassr;c-ati,1% are 5swj ,n aihor;tc-,_n:;ei;. Copyright 2021 State of California Contractor Information Legal Entity Name ROBERTSON INDUSTRIES, INC. Legal Entity Type Corporation Status Active Registration Number 1000002700 Registration effective date 7/1/2021 Registration expiration date 6/30/2022 Mailing Address 2414 W 12TH ST, # 5 TEMPE 85281 AZ United St... Physical Address 2414 W 12TH ST, # 5 TEMPE 85281 AZ United St... Email Address Trade Name/DBA License Number(s) CSLB:667261 CS LB:667261 Legal Entity Information Corporation Number: Federal Employment Identification Number: President Name: RICHARD HAWLEY Vice President Name: TOM WHITTIER Treasurer Name: Secretary Name: CEO Name: Agent of Service Name: C T CORPORATION SYSTEM Agent of Service Mailing Address: 818 SEVENTH ST STE 930 LOS ANGELES 90017 CA United States of America Workers Compensation Do you lease employees No through Professional Employer Organization (PEO)?: Registration History Effective Date Expiration Date 5/3/2018 6/30/2019 5/8/2017 6/30/2018 5/26/2016 6/30/2017 6/1/2015 6/30/2016 11/12/2014 6/30/2015 7/1/2019 6/30/2020 7/1/2020 7/1/2021 6/30/2021 6/30/2022 Niease provide your current workers compensation insurance information below: PEO PEO PEO PEO Information Name Phone Email Insured by Carrier Policy Holder Name:ROBERTSON INDUSTRIES, INC.Insurance Carrier: TRAVELERS PROPERTY CASUALTY COMPANY OF AMERICAPolicy Number:9D900314 Inception date:7/31/2020Expiration Date:7/31/2021 2020-2021 PLAYGROUND IMPROVEMENTS CONTRACT NO. 7934-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 24th day of August, 2021 ("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 Street, Orange, California 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; furnishing and installing new play equipment and components 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: 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. 7934-1, 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 Nine Thousand Nine Hundred Fifteen Dollars ($279,915.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City, 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Richard E. 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 E. 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 conducting the Work are under the control of Contractor, except to the extent they are R.E. Schultz Construction, Inc. Page 3 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. 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 R.E. Schultz Construction, Inc. Page 4 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 1774-7981 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. 16. RESPONSIBILITY FOR DAMAGES OR INJURY 15.1 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 R.E. Schultz Construction, Inc. Page 5 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 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. R.E. Schultz Construction, Inc. Page 6 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 §§ 1050 et seq., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. R.E. Schultz Construction, Inc. page 7 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. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. R.E. Schultz Construction, Inc. Page 8 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 ATTO NEY'S OFFICE Date: 9 z ro n rp City Attar ey ATTEST: ! r M-421 Date: 1 f By:&&K, Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: < < -2-A By: o1,4 rad/Avery jayor CONTRACTOR: R.E. Schultz Construction, Inc., a California corporation Date: Signed in Counterpart By: Richard E. Schultz Chief Executive Officer/Secretary [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: By. �I #4ron *p w.u) . i, -City Attorney ATTEST: Date: By: Leilani 1. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Brad Avery Mayor CONTRACTOR: R.E. Schultz Construction, Inc., a California corporation Date: 10151 Xl By-- V� Richard E. Schultz Chief Executive Officer/Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithfui Performance Bond Exhibit C — Insurance Requirements R.E. Schultz Construction, Inc. Page 10 EXHIBIT A CITY OF NEWPORT BEACH BOND NO.1001130470 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; furnishing and installing new play equipment and components 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 Nine Thousand Nine Hundred Fifteen Dollars ($279,915.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for .any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attomeys' 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 to give a right of action to them or their assigns in any suit brought upon this Bond, as R.E. Schultz Construction, Inc. Page A-1 Bond No. 1001130470 required by and in accordance with the provisions of Sections 9509 of 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 . 4th day of October_, 20 21._ 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 ATTORNEN",S ATTORNEY",OFFICE Date: IPS By: - ar n C. HTPV Id ,Z7 Z/ Attorney Authorized Signatur tritle Authorized Agent Signature Blake A Pfister, Attorney-in-fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BF A TTA CHFD R.E. Schultz Construction, Inc. Page A-2 CAUFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or Vw officer corMlet[ng this wtitkate verffm only the der" of the €n*Wual who signed the document to which this a is attached, and not the WffA* lm, accuracy, or vatidty of that document. State of California ) County of Orange) On October 19, 2021 bBforeme, Lianne Nahina, Notary Public _ Date Here Insert Name and Title of the Officer personally appeared B l a ke. A. Pfister NNY1S1 of Signer(5) 1 who proved to me on the basis of satisfactory evidence to be the person(# whose name(s) wo subsedbed to the within instrument and acknowledged to me that he1fttfty executed the same in hMWW** authorized caPacityW, and that by him signat3urep on the instrument ttte pe►sanj , or the entity ,upon behalf of which ft pwscxn(o acted, executed the instrumeft I c e" under PENALTY OF PERJURY under the laws of the State of Ca lifomia that the fore ong paragraph Is true and correct, WITNESS my hand and official seal. Signature , Signature of Notary i; . blic T `''''��, LIANNE MINA COMM. # 2314283 ;Q w NOTARY PURLIC•CALIFORNIA N r ' • " ORANGE CC) UNry N "* MY COMM. EXP. DEC 5, 2073 PIWO Notary Sea! Above OMONAL Though this section 1s opdvnal, conrp19Wng this lr*rmsftn can deter alteration of tits document or fraudulent reattachment of V* form to en unintended document, Desralption of AftO" Doaurnen# Title or Type of Document: Bond 1001130470 Document Dais: October Number of Pages:— Signers) Other Than Named Above: A a n e Capacity(ibs) Clad by SWwrW Signer's Name: Blake A. Pfistgr Ll Corporate Officer — Title(s): 17J Partner — ❑ Limited ❑ General Individual 0 Attorney in Fact 0 Tnistm 0 Guardlan or Correervartor Other: Sigr�r Is Representi 1 pec a y nsurance mppaany 4, 2021 Signer's Name: ------- 0 ------ 0 Corporate Officer --- Title(s): 1:3 partner — ❑ Limited E3 General * Individual © Attorney in Fact ❑ Trustee ❑ Guardian or Conservator * Other: Signer is Repre; enting: - -- _ 02014 National Notary Association • www.NationafNotW,org • 1 -&X -US NOTARY (1-800-876-6827) item #5907 Bond No. 1001130470 ACKNOWLEDGMENT A notary public or other officer completing this certificate verities 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 24 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 helshelthey executed the same in hislherltheir authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(&), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Calif is County of On 1 -7-07 20 befo me, Notary Public, personally appeared M L proved to me on the basis of satisfactory evidence to be the person( whose name(g) ,islare subscribed to the within instrument and acknowledged to me thatthoshelthey executed the same in 6 slherltheir-authorized capacity(iei�), and that by 6.1slher/their-signatures(s)—on the instrument the person�,5), or the entity upon behalf of which the person(s'l 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, D. MINDIOLA r•" = WITNESS my hand and official seal. Notary Public - CaliforniaorangeCounty J + Commission ; 2350214 L-�My Comm. Expires Mar 5, 2425 Signature R.E. Schultz Construction, Inc. Page A-3 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 M aryland corporation and U.S. Specialty Insurance Company, a Texas co-rporatRion (collectively, the "Companies"), do by these presents make, constitute- and-appoint: onstituteand 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 00� ). This Power of Attorney shall expire without further action orn Aprll_23rd 2022, This Power of Attorney, is granted U tier anddW _authority of the following resolutions adopted by the Boards of Directors of -the Companles: - _Bert 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/oiAnal estimates -on -engineering and construction contracts, and any and all notices andAocumenta canceling or terminating the Company's liability thereunder, and 40"uch instruments so executed by any such Attorney -in -Fact shall be binding viRon the Company as if signed by the President aribld6led and effected= by the Corporate Secretary. - Be it Resolved, that the signature of any aathonzed officer and seal of the Company heretofore or hereafter affixed to any power d"ttorney 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 I 1'St day of June01-$. AMERICANCONTRACTORS INDEMNITY COMPANYEL TEXAS BIJQIN! - UNITED ST�t1Ti,A SURETY( C©_VPANY U6Sy,ZPECIAI�.j,�, U�AflCE State of California to�t�AG)Ogyh�s ,\0`VapO1N (2 CrO,,yY 5..... X49 ylifs4 h -..- rr •o hN01-4. F f q Mcolsdlwreo 1__xil uJ 1Z qYb a •$ e =8; acnr.aa sago ?- County of Los Angeles � 'moi t'y `. Y =�6„ '' s t ' y r - ,meg un„omaoo° 1";?ifOF6100 '.y.,, aF sylyp ” seals to be hereto affixed, this tPANY P_ -ANY tar✓�r .. Daniel P. Aguilar, Vice President A Notary Public: or other officer completing this certrficatazverifles only the identity of the individual who signed the document to „ -.which-this cetifdate is attached, and not the ftthfttlness=accuracy, or validity of that document On this list day of June, 2018, before—me, S6 O. Carrejo, a notary public, personally appeared Daniel P. Aguilar, Vice PreMdentoV 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 fiare&iw paragraph is true and :correct. WITNESS my hand and official seal. SONIA0'CARRE)O Notary Public •[alifornle j 1. Anpslrs Caunly f Commisslon / 22)9179 Signature (seal) q My Ca mm. Expliea AK 23, 2022 'I, KV Lc Assistant Secretary American Contractm- Andemnity Company, Texas Bonding Company, United States_ Surety_ _ Company and U.S. Specialty Insurance Compoft do Mfebycertify that the above and foregoing is a true and corredUfty o}4 Power of Attorney, executed by said Companies, -which is still in full force and effect; furthermore, the resolutions of the Boards of DlCectorS. set out in the Power of Attorney are to 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 4th day of October , 2021 ,1 ` Z9 orateESealS oa�tRR �aoW Ncco., t�sSul, r�! �r o ; GTOgm s -�' - 1001130470 w� �_ . Bond No °m� r� oP 4 N xRouaMuu Y. a - zw � Agency No. 3074 c� '•' �� °'q �T�'� z �'' * 5.... ` Kio Lo, AS_si secretary IIIIIII,1\I`\\N\`\``\ . HC13SMANPOA08/2018 visit tmhcocom/surety for more information EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 1001130470 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 5,199 , being at the rate of $18.5 7 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; furnishing and installing new play equipment and components 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 California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Hundred Seventy Nine Thousand Nine Hundred Fifteen Dollars ($279,915.00) 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. 101130470 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 bored 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 4th day of October 20 21 R.E. Schultz Construction, Inc. Name of Contractor (Principal) Au hor!zed Signature/Title U.S. Specialty Insurance Company Name of Surety Authorized Agent Signature 801 S Figueroa St #700 Los -Angeles, CA 90017 Address of Surety 0to] MT91MVWs C Telephone APPROVE© AS TO FORM: CITY ATTOR EY' OFFICE Date: /'' _� ?1-2-1 By: �. ron C, a xis �a.z� ti� City Attorney Blake A Pfister, Attorney-in-fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MOIST BE A TTA CHED R.E. Schultz Construction, Inc, Page B-2 CALIFORNIA ALL-PURPOSE ACKMOWLEDGMENT CMI. CODE § 1189 A notary pUNO or Officer WnVleft this eertificeite verifies orgy rile Iderrii y of the €ndhridual who sWed the docurnerd to which this cofficate is attached, and not #re butflful ww, accuracy, or vddity of that document. State of California j County of _ Q r a a e y On October 19, 2021 beforeme, Lianne Nahina, Notary Public Date Here 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(to whose name(s) islAW subscribed to the within instrument and acknowledged to me that he1aft*W*� executed the same in hMWft* authorized capacityW, and that by i1WWMOW sign a ep on the instrumerrt the person*), or the entity ,upon behalf of which 0* persoro acted, exerted the instrument.. 1 cer fy under PENALTY OF PERJURY under the Laws of the State of Cakfornia that the foregoing paragraph is true and Correct. W€TNESS my hand and official seal. Signature Signature of Notary Public LIANNE NAZA COMM. # 2314283 M a NOTARY MLIOCALIFORNIA M lz r ORANGE COUNTY y MY COMM. EXP. DEC 3, 2023 � Pla Ce OUVry ve 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. Din of Alizached Qor o n cdlt Title or Type of Document: o n d 1001130470 Document Date; October 4, 2021 Number of Pages: Sjgner(s) Other Than Named Above: N/A, None Cappaei"") CWWwd by SigneMsy Signers Name: Blake A. P f i s t e r 0 Corporate Officer — Thife(s):. n Partner -- Q Umited M General EJ Individual 0 Attorney in Fact * Trustee 0 Guardian or ConservaW Other: Sner Is Representing: _U . s S p e c i a l ty insurance Company Signer's Name: -------- ® Corporate Officer--- Title(s), 0 Partner — El Limited ❑ General 0 Individual U Attorney in Fact Ej Trustee CI Guardian or Conservator 0 Other: Signer Is Representing: -- 02014 National Notary Association o www.NationalNotary.org • 1-80LI US NOTARY (1-800-878-6827) item #59117 Bond No. 1001130470 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 Cali�fnia County of r- On )0. lq-,?�ZI 20 beforem_e, Notary Public, personally appeared : r who proved to me on the basis of satisfactory evidence to be the perso whose name �_ fare subscribed to the within instrument and acknowledged to me thalt'h0she/th-ey executed fhe same ir' hl�lber-ftheir-authorized capacity,(�W, and that by hislherltheir signatures* on the instrument the persona, or the entity upon behalf of which the persortW 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. 0. MINDIOLA WITNESS my hand and official seal, Notary Public • California Orange County ` Commission » 2350274 My Comm, Expires Mar 5. 2025 Signature (seal) R 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 15S. On 20 before me, Notary Public, personalty appeared 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 helshelthey executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person{s} acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) R.E. Schultz Construction, Inc. Page B-3 TOKIO MARI NE HCC POWER OF ATTORNEY— AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS gIRONDIN&GOMPANY 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 M aryland corporation and U.S. Specialty Insurance Company,a Texas corporation (collectively, the "Companies"), do by these presents make, constitute_ and appoint: Blak&APPfister 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, providflnggthe b=ond penalty does not exceed *****Five Million***** ___ Dollars This Power of Attorney shall expire without further action ~123rd 2022 Thos Power of Attorney is granted under andlbyEAffority of the following resolutions adopted by the Boards cf Dlredtors of the Companies: Be 2t 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 Aftorney(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 ofretained percentages andI final estimatft%nengineering and construction contracts, and any and all notices and documents- canceling or terminating the Company0abijity- thereunder, and any such instruments so executed by any such Attorney -in -Fact shal[_b binding upon the Company as if signed by the President and°se0lg3l1ndi effected by the Corporate Secretary. Be /t Resolved, that the signature of any authorized -officer and seal of the Company heretofore or hereafter affixed to any power of attorn"zany 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. JN -WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this A day of June 2018. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING OMPANY T SURE ('r© PANY "tJSurPEC1AL�d' UNITED Sj,4, � T�( a►11 I1�URA ANY ..__AC70 ``'DIM ins r NCE DDINP "o, 3?pipit.... Ad�ti pN.,.....�ppi, a'k ° 0,:.. '•..i `gyp;?. c, State of California Y a County of Los Angeles ''' "'= �'•.C4l IFONNft,," "'grE OF 4P`°`� k... Daniel P. Aguilar, Vice President A Notary Public_ or other officer comple_f ngWs cert/ficatewerifies only the identity of the individual who signed ft docu-r»ettt to which=thts certificate is attached and ndJ�--- he truthful uM"ccuracy 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 MWentity 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.. Not:;1AlkuC++nf� ilo Angeles County CQm Wlon 9 2219479 Signature (seal) My Lomm, EMplra Apr 22, 20ri .pitoAp } Kfo Lot Assistant Secretary American ContractorOndemnity Company, Texas Bonding Company, United States tarety= _ Company and U.SSpecialty Insuranc�pany, do hMtl* certify that the above and foregoing is a true and correct copy oft Power of Attorney, executed by said Companies, which is still iK-full force and effect; furthermore, the resolutions of the Boards of Directors; set out in the Power of Attorney are mfull force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this 4th dayofOctober 2021 N CorporatiSeafs o+1RPCTOR8Mh4OINro otiesokfr 9«ytirsw,5 Bond_ -No. 1001130470 4°k yy0` °�P: �o z /JJ a $ N Agency No. 3074 '' � '�•��•. •'�.�� Kio Lo, Assi Secretary HCCSMANPOA06/2018 Visit tmhce.corn/surety for more information EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, 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 (14) 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. Cit 's R ig ht to Revise Rgg uirements. 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 20380413, 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, ora 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 October 22, 2021 R.E. Schultz Construction, Inc. 1767 North Batavia Street Orange, CA 92855 City of Newport Beach Insurance Compliance PO Box 100085 - FV Duluth, GA 30096 Reference Number; 7534-1 This Account has moved from non»compliant to COMPLIANT status and currently in compliance for certificate of insurance requirements. As of the date above, your insurance meets City of Newport Beach insurance requirements. We appreciate your efforts and those of your insurance agent in working with our insurance representatives. Please call us at (951) 766-2285 if you have any questions. Sincerely, City of Newport Beach Compliant Notice [CA1] Vendor Name R E SchultZ Construction, Inc. Address 1767 N. Batavia Delivery Method Orange, California 92865 Bid Responsive United States Respondee Chris Thomas Respondee Title Project Manager Phone 714-649-2627 Email nicole@reschultzconstruction.com Vendor Type License # 1007195 CADIR Bid Format Electronic Submitted 07/08/2021 9:07 AM (PDT) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 260084 k0":;J)OIIC1oo Cul l 111 wi ll F.), Yel 1..,01lIII 1(:'lIl File Title File Name File Type BID SUBMITTAL C-7934-1.pdf BID SUBMITTAL C-7934-1.pdf Bid Submittal Bid Bond C-7934-1—RE SCHULTZ CONSTRUCTION, INC.pdf Bid Bond C-7934-1—RE SCHULTZ CONSTRUCTION, INC.pdf Bid Bond ;L.IL)c-:CSI Ill �:lt.;i:(ifS:; Showing 1 Subcontractor Name & Address Desc License Num Robertson Recreational Surfaces - l PIP Surfacing 667261 2412 W. 12 St Tempe, Arizona 85281 CADIR Amount Type 1000002700 $29,000.00 L.ifle 141nis Discount Terms No Discount Item - Item Code Type Item Description BASE BID 7934-1 (AWARD TO BE BASED ON LOWEST BASE BID) 1 Nlobili- ion 2 Remove and Dispose of Existing Play Equipment 3 Remove and Dispose of Existing 3.5 -Inch Thick Cushion Layer and 0.5- Inch Thick Colored Wear Course 4 Remove and Dispose Existing Playground Sand (12 -inches) 5 Place. Spread and Level City -Supplied Sand (18 -inches) 6 Furnish and Install Na, Playground Equipment and CoolToppers (Specialty Item) 7 Construct 3.5 -Inch Thick Cushion Layer. and 0.5 -Inch Thick Colored Wear Course (Specially Item) 8 Paint 2 -inch Contrasting Marking Stripe 9 Removal of Loi., Concrete Wall 10 Prepare and Paint Existing Handrails 11 Remove Existing Sod and Install 4-mch Thick Concrete Flat-rk 12 Furnish and Install Standard Concrete Table 13 Furnish and InstaIIADA Compliant Concrete Table 14 Provide As -Built Drawings (Fixed) 15 Reconstruct Existing Damaged 4 -inch Thick P.C.C. Playground Base 16 Off -Site Improvement (Allowance) ADDITIVE BID ITEM 7934-1 (AWARD TO BE BASED ON LOWEST BASE BID) 17 Procurement of Sand (18 -inches) (Additive Item) UOlvl OTY Unit Price Line Total Response Comment 5296.905.00 LS 1 510.000.00 570 000.00 Yes LS 1 $9,000.00 59,000.00 Yes SF 1500 52.00 53.000.00 Yes CY 81 540.00 53.240.00 Yes CY 125 530.00 53.750.00 Yes EA 1 5789.500.00 S189500.00 Yes SF 1515 521.00 531.815.00 Yes LS 1 54.200.00 54.200.00 Yes LS 1 56.000.00 56.000.00 Yes LS 1 53.500.00 53 500.00 Yes LS 1 59.800.00 59.800.00 Yes EA 1 52.300.00 52.300.00 Yes EA 1 $2,300.00 S2300.00 Yes EA 1 51,000.00 51.000.00 Yes SF 1500 55.00 57 500.00 Yes LS 1 510,000.00 510.000.00 Yes 520.000.00 CY 125 5160.00 520.000.00 Yes LII K: ItU'lII GLIhti0l�II:> Section Title Line Total BASE BID 7934-1 (AWARD TO BE BASED ON LOWEST BASE BID) 5296,905.00 ADDITIVE BID ITEM 7934-1 (AWARD TO BE BASED ON LOWEST BASE BID) $20,000.00 Grand Total $316.905.00 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 2020-2021 PLAYGROUND IMPROVEMENTS PROJECT NO. 21 P01 CONTRACT NO. 7934-1 PART 1 - GENERAL PROVISIONS FA SECTION 1—TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 1-2 TERMS AND DEFINITIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-3 SUBCONTRACTS 2-3.2 Self Performance 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 1 1 2 2 2 2 2 2 2 2 2 2 3 3 3 3 4 4 4 4 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 4 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 4 6-1.1 Construction Schedule 4 6-7 TIME OF COMPLETION 5 6-7.1 General 5 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 5 6-9 LIQUIDATED DAMAGES 6 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services 6 6 6 7-2 LABOR 7 7-2.2 Prevailing Wages 7 7-8 WORK SITE MAINTENANCE 7 7-8.4 Storage of Equipment and Materials 7 7-8.4.2 Storage in Public Streets 7 7-8.6 Water Pollution Control 7 7-8.6.2 Best Management Practices (BMPs) 7 7-10 SAFETY 8 7-10.3 Haul Routes 8 7-10.4 Safety 8 7-10.4.1 Work Site Safety 8 SECTION 9 - MEASUREMENT AND PAYMENT 8 9-2 LUMP SUM WORK 8 9-3 PAYMENT 8 9-3.1 General 8 9-3.2 Partial and Final Payment. 11 PART 2 - CONSTRUCTION MATERIALS 12 SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 12 201-1 PORTLAND CEMENT CONCRETE 12 201-1.1 Requirements 12 201-1.1.2 Concrete Specified by Class and Alternate Class 12 201-10 CONCRETE TABLES 12 201-10.1 Requirements 12 SECTION 203 — BITUMINOUS MATERIALS 12 203-16 RUBBERIZED PLAYGROUND SURFACES 12 203-16.1 General 12 203-16.2 Installation 13 203-16.3 Warranty 13 SECTION 214—TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 13 214-4 PAINT FOR STRIPING AND MARKINGS 13 214-4.1 General 13 SECTION 218 — DRAINAGE 13 218-1 DRAINAGE 13 218-1.1 General 13 SECTION 219 — PLAYGROUND EQUIPMENT 14 219-1 PLAYGROUND EQUIPMENT 14 219-1.1 General 14 219-1.2 Submittals 14 219-1.3 Warranty 14 SECTION 220 — PLAYGROUND SAND 15 220-1 PLAYGROUND SAND 15 220-1.1 General 15 PART 8 — LANDSCAPING AND IRRIGATION 15 SECTION 800 — LANDSCAPE MATERIALS 15 800-1 LANDSCAPE MATERIALS 15 800-1.5 Headers, Stakes and Ties 15 800-1.5.4 Root Barriers 15 SECTION 801 - INSTALLATION 15 801-1 GENERAL 15 APPENDIX A 17 PART 1— GENERAL 17 1.01 POURED IN PLACE PLAYGROUND SURFACING 17 1.02 PERFORMANCE REQUIREMENTS 17 PART 2 — PRODUCTS 18 2.01 PRODUCT SCOPE 18 2.02 CUSHION LAYER SECTION 19 2.03 WEAR COURSE 19 2.04 BINDER 20 PART 3 — MATERIALS 20 PART 4 - EXECUTION 21 4.01 SITE PREPARATION 21 4.02 INSTALLATION 21 APPENDIX 8 24 BONITA CREEK PARK RENDERINGS 24 APPENDIX C 25 COOLTOPPERS STRUCTURAL CALCULATIONS 25 APPENDIX D 26 LANDSCAPE STRUCTURES CONCRETE FOOTING STANDARDS 26 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 2020-2021 PLAYGROUND IMPROVEMENTS (BONITA CREEK PARK) PROJECT NO.21P01 CONTRACT NO. 7934-1 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-5267-S); (3) the City's Design Criteria and Standard Drawings for Public Works Construction, (2021 Edition); (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements. The City's Design Criteria and Standard Drawings for Public Works Construction are available at the following website: http://www.newportbeachca.gov/government/departments/public-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 — TERMS. DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of the award and until completion of work, the Contractor shall possess a Class "A" license with a "D-34" (prefabricated equipment). "D-12" (synthetic Page 1 of 26 products/rubber surfacing) license is 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 possess the following certifications by relevant members of the project team assigned to City project, at time of bid: a) CPSI certified (Certified Playground Safety Inspector) b) LSI certified (Landscape Structures Incorporated)" 2-3 SUBCONTRACTS 2-3.2 Self Performance The following items shall be designated as "Specialty Items": • Rubberized Playground Surface • Playground Equipment Installation 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; furnishing and installing new play equipment and components 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 Page 2 of 26 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profit: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. 3-3.2.3.2 Work by a Subcontractor Delete this section and replace with the following: When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be applied by the Subcontractor to the actual costs and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the total subcontracted cost may be added by the Contractor. To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. Page 3 of 26 SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the contractor has potholed and verified points of connection and related connection material requirements, and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sandblasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better at the contractor's expense. 5-2 PROTECTION In the event that an existing pull box, meter box or any other utility box is damaged by the Work and is not re -useable, the Contractor shall provide and install a new replacement pull box, meter box or any other utility box of identical type and size at no additional cost to the City. SECTION 6 - PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. 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 addition, Contractor shall prepare 2 -week look -ahead schedules on a bi-weekly basis with detailed daily activities. Page 4 of 26 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 90 consecutive working days (60 days for procurement and 30 days for construction) 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 16t (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11 th (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 Page 5 of 26 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. 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. Page 6of26 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 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. Page 7 of 26 7-10 SAFETY 7-10.3 Haul Routes Haul routes shall be submitted to the Engineer for review and approval. 7-10.4 Safety 7-10.4.1 Work Site Safety The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within 15 days after award of contract. 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 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, 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. Page 8 of 26 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; repairing the 4 - inch P.C.C. base 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 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 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 Dispose Existing Playground Sand: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing 12 -inches of existing sand in order to accommodate new City - provided sand per Contract Documents; and all other work items as required to complete the work in place. Item No. 5 Place, Spread and Level City -Supplied Sand: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for placing, spreading and leveling new City -supplied sand around the playground per the Contract Document. Sand layer shall reach the specified height as noted on the play equipment or a minimum of 18 -inches thick; and all other work items as required to complete the work in place. Item No. 6 Furnish and Install New Playground Equipment and CoolToppers (Specialty Item): 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, CoolToppers and footings, per Contract Documents, manufacturer's specifications and warranty requirements; providing manufacturer's warranty; and all other work necessary to complete the work in place. Play equipment shall not be stored on-site. Item No. 7 Construct 3.5 -Inch Thick Cushion Layer and 0.5 -Inch Thick Colored Wear Course (Specialty Item): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for installing 3.5 -inch thick cushion layer, including turndown at all exposed edges; installing 0.5 -inch thick colorized wear course or high density colorized wear course per Contract Documents; and all other work items as required to complete the work in place. Concrete base shall be installed by Public Works inspector prior to start of installation. 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 Paint 2 -inch Contrasting Marking Stripe: Work under this item shall include, but not be limited to, all costs necessary for painting a new 2 -inch contrasting Page 9 of 26 marking stripe along the low concrete wall perimeter and repainting the existing 2 -inch contrasting marking stripe on the steps and ramps; preparing all surfaces (pressure washing, sanding, grinding, etc.) to receive the improvements; and all other work items as required to complete the work in place. Paint shall be two (2) coats of Waterborne Traffic Line, Type 1 (Rapid Dry), yellow and with glass beads. Item No. 9 Removal of Low Concrete Wall: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing of a portion of wall; dry-saking new edge of wall; cutting and capping existing conduits and removing electrical components (e.g. wiring and metal cover); constructing concrete turn down per Contract Documents, and all other work items as required to complete the work in place. Cost of new rubber turn down shall be included in Payment Item No. 7. Item No. 10 Prepare and Paint Existing Handralls: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for preparing (pressure washing, sanding, grinding, filling, caulking, de -rusting, etc.) and painting all existing handrails within the playground footprint; and all other work items as required to complete the work in place. Contractor shall apply at least one coat of primer and two coats of new paint/coating. The cost of remedial work for "completed" areas that do not pass City inspection shall be borne by the Contractor. Item No. 11 Remove Existing Sod and Install 4 -inch Concrete Flatwork: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing sod, grading and compacting subgrade, constructing concrete flatwork per City Standard No. 180; installing 3/8 -inch expansion joint material, constructing contact joints with dowels and weakened plane joints per City Standard No. 108; installing root barrier, root pruning, and adjusting sprinkler heads, as necessary; restoring all existing improvements damaged by the work; and all other work items as required to complete the work in place. This bid item shall include the cost for protecting adjacent irrigation system and trees in-place and rerouting existing irrigation if in conflict with new improvements. Item No. 12 Furnish and Install Standard Concrete Table: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for procuring and installing one (1) standard QCP concrete table (Model No. QR-42FC with "Natural" finish color), per Contract Documents and manufacturer's specifications; providing manufacturer's warranty; and all other work items as required to complete the work in place. Concrete table shall be delivered to the Contractor's warehouse and stored. Contractor shall transport concrete table to the park for installation. Item No. 13 Furnish and Install ADA Compliant Concrete Table: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for procuring and installing one (1) ADA compliant concrete table (Model No. QR- 42FC3-ADA with "Natural" finish color), per Contract Documents and manufacturer's specifications; providing manufacturer's warranty; and all other work items as required to complete the work in place. Concrete table shall be delivered to the Contractor's Page 10 of 26 warehouse and stored. Contractor shall transport concrete table to the park for installation. Item No. 14 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 this pre- set amount is to emphasize to the Contractor the importance of as -built drawings. Item No. 15 Reconstruct Existing Damaged 4 -inch Thick P.C.C. Playground Base: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for possible reconstruction of the existing 4 -inch thick P.C.C. Base with thickened edge and doweling to the existing P.C.C. base per Contract Documents, prior to installing new wear course system. All work under this bid item requires prior written approval from the Engineer. Based upon contractor's findings during demolition, 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. Item No. 16 Off -Site Improvement (Allowance): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide improvements outside the scope of the plans as determined by the Engineer. The intent of this item is to provide for non -site related work in the park that may be required for project completion. A maximum amount of $10,000 is allowed for this bid item. 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. ADDITIVE BID ITEM: Item No. 17 Procurement of Sand: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to procure playground sand, per Contract Documents, if City -supplied sand is not available during the time of construction. All work under this additive bid item requires prior written approval from the Engineer. 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. Page 11 of 26 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. 201-10 CONCRETE TABLES 201-10.1 Requirements Concrete tables shall be manufactured by QCP (https://qcp-corp.com/). Tables types shall be: • Standard Concrete Table: QR-42FC with 'Natural' finish color • ADA Concrete Table: QR-42FC3-ADA with 'Natural' finish color SECTION 203 — BITUMINOUS MATERIALS 203-16 RUBBERIZED PLAYGROUND SURFACES 203-16.1 General The Contractor shall hire an experienced sub -contractor or have crews experienced in constructing a 3.5 -inch thick cushion layer, with a 0.5 -inch colorized playground wear surface, on a 4 -inch thick P.C.C. slab. The Contractor shall submit references for the sub -contractor's previous work involving the construction of rubberized play surfaces to the Engineer for approval. The flexible surface cushion layer shall consist of shredded styrene butadiene rubber (SBR) adhered with a 100 percent solids polyurethane binder. The colorized wear course shall be 0.5 -inch thick consisting of colorized Ethylene Propylene Diene Monomer (EPDM) particles or Thermal Plastic Vulcanized (TPV) granules with an Aliphatic Binder. The rubberized playground surface shall be "Poured -in-place playground surfacing" as manufactured by TotTurf or Engineer approved equal and available through: TotTu rf 16059 E. Foothill Blvd Page 12 of 26 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 214 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 214-4 PAINT FOR STRIPING AND MARKINGS 214-4.1 General Contrasting marking stripe shall be two (2) coats of Rapid Dry paint, Waterborne Traffic Line Type 1, yellow and with glass beads. SECTION 218 — DRAINAGE 218-1 DRAINAGE 218-1.1 General The Contractor shall locate existing drain lines and boxes in advance of Work. Contractor is responsible for protecting in place all drainage systems surrounding the work site. Page 13 of 26 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 Equipment Operations and Maintenance Manuals Standard warranty documentation Contractor shall obtain playground equipment submittals from: Coast Recreation, Inc. 3151 Airway Ave # A3, Costa Mesa, CA 92626 Phone: 714-619-0100 Attention: Gregg Rogers Cell: 949-633-1180 219-1.3 Warranty Landscape Structures Inc. ("Manufacturer") warrants that all play structures and/or equipment sold will conform in kind and in quality to the specifications manual for the products identified in the Acknowledgment of Order and will be free of defects in manufacturing and material. Manufacturer further warrants: 100 -Year Limited Warranty: On all PlayBooster® and PlayShaper® aluminum posts, stainless steel fasteners, clamps, beams and caps against structural failure due to corrosion/natural deterioration or manufacturing defects, and on PlayBooster steel posts against structural failure due to material or manufacturing defects. 3 -Year Limited Warranty: On all other parts, i.e.: Pulse® products, all swing seats and hangers, Mobius climber handholds, Wiggle Ladders, Chain Ladders and ProGuardTM Swing Chain, Track Ride trolleys and bumpers, all rocking equipment including Sway Fun® gliders, belting material, HealthBeat® resistance mechanism, Seesaws, etc., against failure due to corrosion/ natural deterioration or manufacturing defects. The Page 14 of 26 environment near a saltwater coast can be extremely corrosive. Some corrosion and/or deterioration is considered "normal wear" in this environment. Product installed within 500 yards (457 meters) of a saltwater shoreline will only be covered for half the period of the standard product warranty, up to a maximum of five years, for defects caused by corrosion. Products installed in direct contact with saltwater or that are subjected to salt spray are not covered by the standard warranty for any defects caused by corrosion. Contractor shall submit final warranty paperwork prior to release of retention payment. SECTION 220 — PLAYGROUND SAND 220-1 PLAYGROUND SAND 220-1.1 General Playground sand shall be supplied by the City. Otherwise, sand shall be silica sand #20W as provided by Oglebay Norton Industrial Sands, Inc. or approved equal. Contact: Mr. Brian Murrieta (949) 728-0195, ext. 216. Contractor shall submit a '/2 cu. ft. sample with sieve analysis for review and approval by Engineer prior to acquisition and delivery to site. PART 8 - LANDSCAPING AND IRRIGATION SECTION 800 — LANDSCAPE MATERIALS 800-1 LANDSCAPE MATERIALS 800-1.5 Headers, Stakes and Ties 800-1.5.4 Root Barriers Root barriers shall be 24 -inch deep and as provided by DeepRoot Corp. (800) 458- 7668, or approved equal. Installation shall be per manufacturer's specifications. SECTION 801 - INSTALLATION 801-1 GENERAL The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall be responsible for ensuring that no tree roots are pruned or cut that could compromise the stability of the tree. The Contractor shall arrange to meet with the City Arborist a minimum of five workdays prior to beginning the work. The Contractor shall describe the method of pruning and removing minor tree roots that may be encountered during construction. The City Arborist will decide at that time if a formal submittal is required for review by the City. Page 15 of 26 If the Contractor encounters large tree roots (2 -inch diameter and larger), he/she shall cease work at that location and immediately contact the City Arborist for inspection. Upon inspection, the City Arborist may require the Contractor to formally submit a plan for removing the large roots to the City for review. If required, the submittal shall adhere to the following guidelines. 1. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City Arborist. b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root -cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruninq a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.) b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre -approved by the City Arborist. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. Contractor shall protect adjacent existing trees per the City's Tree Protection Zone requirements. Page 16 of 26 APPENDIX 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 17 of 26 • 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 Handlinq: 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 18 of 26 (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 650A ±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 19 of 26 (h) High Density TPV shall be angular granules with a (Shore A) hardness of 65°A ±5 and particle size between .5-1.5mm. Binder shall be not less than 20 percent of total weight of rubber used in the wear surface, and shall provide 100 percent coating of the particles. (i) Thickness of wear course shall be a minimum 0.5 -inch. 0) The wear course shall be porous. 2.04 BINDER (a) No Toluene Oiphenel Isocyanate (TOI) shall be used. (b) No filler materials shall be used in urethane such as plasticizers and the catalyzing agent shall contain no heavy metals. (c) Weight of polyurethane shall be no less than 8.5 lbs./gal. and no more than 9.5 lbs./gal. (d) Manufacturer is permitted to modify the type of urethane required to match extreme weather conditions. Substitutions must be equal to or exceed VORAMER quality and be manufactured by Dow Chemical. PART 3 — MATERIALS (a) Wear Course - EPDM Granules: Manufacturer: NH Rubber Products and Rosehill Polymers As distributed by: Robertson Industries, Inc. - (800) 858-0519 Location Used: Playground Area (b) Wear Course- 1-4mm TPV Granules: Manufacturer: Rosehill Polymers As distributed by: Robertson Industries, Inc. - (800) 858-0519 Location Used: Playground Area (c) Wear Course- .5-1.5mm TPV Granules: Manufacturer: Rosehill Polymers As distributed by: Robertson Industries, Inc. - (800) 858-0519 Location Used: Playground Area (d) Cushion Layer - TotTurf Shredded SBR As distributed by: Robertson Industries, Inc. - (800) 858-0519 Location Used: Playground Area (e) Binder - VORAMER MR 1099- extreme heat and humidity conditions Manufacturer: Dow Chemical As distributed by: Robertson Industries, Inc. - (800) 858-0519 Page 20 of 26 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. 4.02 INSTALLATION Page 21 of 26 (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. (g) Protection: The synthetic safety surface shall be allowed to fully cure in accordance with Manufacturer's instructions. The surface shall be protected by Page 22 of 26 the Contractor from all traffic during the curing period of 48 hours or as instructed by the Engineer. Page 23 of 26 APPENDIX B BONITA CREEK PARK RENDERINGS Page 24 of 26 i;sw� � � � � k§ \ \� < ` \ � co ����/. ��� tj \ � � � � � � � � \� \� � \. � 6� }� : � � � � � � � \ APPENDIX C COOLTOPPERS STRUCTURAL CALCULATIONS Page 25 of 26 Larson Engineering, Inc. 3524 Labore Road White Bear Lake, MN 55110-5126 651.481.9120 Fax: 651.481.9201 www.larsonengr.com NE • • Bonita Creek Park Newport Beach, CA Structural Calculations CoolTopper Assemblies Post and Footing Analysis Calculation Release #1 Prepared for Landscape Structures Delano, MN /QR0FESS/0,9\ LU S5608 qT CTU ��P FOP CAtI���/ 03/24/2021 Larson Engineering, Inc. White Bear Lake, Minnesota Project Number 1121020 1.000 2021 Larson Engineering, Inc. All rights reserved. Larson Engineering, Inc. 3524 Labore Road White Bear Lake, MN 55110-5126 651.481.9120 Fax: 651.481.9201 www.larsonengr.com AM • Table of Contents Design Criteria............................................................ I to II Design Summary........................................................... III Product Plans.............................................................. IV to V Load Determination...................................................... LD 1 to LD2 Member Calculations.................................................... MCI to MC3 Technical Information................................................... TII Appendix................................................................... API to AP2 Larson Engineering, Inc. 3524 Labore Road White Bear Lake, MN 55110-5126 651.481.9120 Fax: 651.481.9201 www.larsonengr.com I; • 9 Desitan Criteria Project Information: Project: Bonita Creek Park — CoolTopper Assemblies Project Location: Newport Beach, CA Project Number: 11210201.000 Structural work scope presented in this calculation package is limited to the design of the 5" DIA. steel posts for the CoolToppers, as well as the associated concrete footings. Structural design is limited to wind and seismic loads only. Building Code Used For Design: California Building Code 2019 (IBC 2018) Load Criteria Wind Load per Specifications CBC 2019 (ASCE 7-16): Basic Wind Speed 95 mph (Ultimate Wind Speed) Building Exposure "C" Risk Category II 2. Seismic Criteria per CBC 2019 (ASCE 7-I6): SI)s = 1.108 SI)I = 0.593 Site Class D Risk Category 11 (no geotech report performed) Seismic Design Category D Structural calculations based on the Landscape Structures drawings (Drawing # 1139389-01-02) dated 03-02-2021. Structural Steel Steel pipes shall meet the requirements of ASTM A500 Grade B (FY = 42 ksi). 2. Steel members are designed per the "Steel Construction Manual", Fifteenth Edition. Bonita Creek Park — Cooll opper Assemblies Newport Beach, CA Concrete Cast -in-place concrete strength is assumed to be P, = 3000 psi, normal weight, and air entrained. Reinforcing Steel Soil Minimum Strength, Fy = 60 ksi. 3" minimum cover. The lateral soil bearing pressure (per CBC 2019, Table 1806A.2) is assumed to be p = 100psf/fit. 2. The soil bearing pressure (per CBC 2019, Table 1806A.2) is assumed to be a = 1500 psf. Disclaimers The structural conditions analyzed in this calculation package represent the most critical conditions found by Larson Engineering in the shop drawings and/or other design documents. Similar conditions shown on the shop drawings and/or other design documents have been reviewed and are acceptable by comparison to the analyzed components. The following calculation package represents Larson Engineering's interpretation of the design intent of the shop drawings and specifications. Larson Engineering is not responsible for verification of dimensions, material take -offs, installation and coordination with other building trades. If as built conditions differ from the conditions shown in this calculation package, Landscape Structures must bring these differences to the attention of Larson Engineering so that the as built conditions can be structurally verified. Live load testing has been performed by Landscape Structures and is not accounted for in this calculation package. 5 Larson 11210201.000 Desiun Summar CoolTopper: (4) Post Post: 5" DIA. X 0.120" THK. Steel Tube Footing: 60" L. X 60" W. X 48" DP. C.I.P. PAD Concrete Reinforcement: (9) #5 Bars, Each Way, Top and Bottom 5 Larson 111 11210201.000 Larson Engineering, Inc. 3524 Labore Road White Bear Lake, MN 55110-5100 651481.9120 Fax 651481.9201 www larsonengr.com SUBJECT Bonita Creek Park SHEET NO. IV Product Plans CoolTopper PROJECT NO. 11210201 BY: DJC DATE: 03/19/2021 COOLTOPPER (2-5 YEARS) PLAN --------------- - - I 169319 RECYCIFO / I 153076 WOOD -GRAIN 116746 i \ MINIIT LUMBER PANEL 32" STEP \ CLIMBER LADDER \ _ RAIN SOUND I1 65 WHFFI_ PANFI_ ( \ 42" n I @ GROUND \ I BRIDGE _ _ — TRANSFER POINT 123,331 3% DOUBLE --' _ 48 x 2d�� 6\ 1RANt_FSFFR I (1 II,, 40 MODULI` PB 2-5 YRS 136488 RECYCLED---- INTEGRATFD Cool. WOOD GRAIN - -- 1 IOPPER FULL SAIL 1 - IUMRFR PANI:I. ON POST 169318 MOIL-: 11 COU I1II OITOPPER FULL SAII IH 173564 OPTIGFAR PANEL WOOD PIANK \ IS NOT IPFMA CERTIFIFD ( - B GRADE WIGGI F I ADDER / I - _ F\ ---- 174863 S1 IOFWINOFR7_- i �s.> \'a------------------------------- COOLTOPPER (2-5 YEARS) PLAN Larson Engineering, Inc. 3524 Labore Road White Bear Lake, MN 55110-5100 651 481 9120 Fax: 651481 9201 www.1arsonengr.com 15 Larson SUBJECT Bonita Creek Park Product Plans CoolTopper SHEET NO v PROJECT NO, 11210201 BY DJC DATE 03/19/2021 COOLTOPPER (5-12 YEARS) PLAN / 152911 IFF- f RA.NSI LR TRANSFER \ POINTC MODUI F \ -r 24 130390 DOUBLE 172665Z SWOOSH SIIDF _OOF POLE W/RFCYCLEO WOOD -GRAIN HANDHOLDS 2 sir! 40 219509 I' GLOPLEX 152907 CLIMBLR OFCK IINK ` W/BARRIERS S LELEN PANELS ONI' SILP 169319 16951/ I 56 1 Gum WO -GRAIN 1 ` RLPOLL W/li'_CYCLEU LU 'N000 -GRAIN I IANDI IOLDS - d >I _ 16919 RFCYCI O I 207581 I' �� I 72 14 N' LUMDER PAtvwOOD-GRAICL ASCI•. ROCK i XYLOFUN PANEL I GRADE �Lj u 11466 42" CI1 I DGL 120818 AYSTRUCTURQ - J - 1'" �' (BELOW DECK / I I 120818 185195 P�YSIRUCIURL� �-- STAT BLLOW ULCK - ibG STACK CIIMBFR GRAIW I 222708 �— ( ) �1ANDt joros WHOOSHWINDLR - - - - -W/WOOD 56488 INTFGRATFU COO1 TOPPCR 'ULL SAIL , \ 60"OUR`! ON POST HOTC THE COOLTOPPER FULL SAIL IS NOT IPEMA CERTI�6 _ COOLTOPPER (5-12 YEARS) PLAN Larson Engineering, Inc. 3524 Labore Road White Bear Lake, MN 55110-5126 651.481.9120 Fax: 651.481.9201 www.larsonengr.com i■,O Load Determination Wind Loads Per 2019 CBC (ASCE 7-16): Per CBC section 1609.1.1, the following wind loads are determined per chapters 26 to 30 of ASCE 7 Risk Category II V Basic Wind Speed V:= 95. mph Basic Wind Speed ASCE 7-16 Fig. Wind Load Parameters 26.5-1A/B/C/D Kd := 0.85 Larsen SUBJECT: Bonita Creek Park SHEET NO. LD1 -1 15Load www,larsonengr.corn Determination Wind Loads PROJECT NO. BY DJC 11210201 DATE 3/19/2021 Wind Loads Per 2019 CBC (ASCE 7-16): Per CBC section 1609.1.1, the following wind loads are determined per chapters 26 to 30 of ASCE 7 Risk Category II V Basic Wind Speed V:= 95. mph Basic Wind Speed ASCE 7-16 Fig. Wind Load Parameters 26.5-1A/B/C/D Kd := 0.85 Directionality Factor ASCE 7-16 Table 26,6-1 —1 Exposure Category ASCE 7-16 Section 26.7 Krt := 1.0 Topographic Factor ASCE 7-16 Section 26.8.2 Open V Enclosure Classification ASCE 7-16 Section 26.12 G:= 0,85 Gust Factor ASCE 7-16 Section 26. 11.1 Velod Pressure Exposure Coeffident z:= 22ft Height Above Ground Level @ CoolTopper (5-12 Years PB) a = 9.5 Terrain Exposure Constant ASCE 7-16 Table 26.11-1 zg = 900 -ft Terrain Exposure Constant ASCE 7-16 Table 26.11-1 KZ = 0.92 Velocity Pressure Exposure ASCE 7-16 Table 26.10-1 Coefficient Velocity Pressure qZ := 0.00256• KZ• Krt• Kd• (V• mph 1)z • psf = 18.1• psf ASCE 7-16 Eq. 26.10-1 Force Cofficients Panel: @ CoolTopper (5-12 Years PB) s:= 421n Height of panel ASCE 7-16 Fig. 29.3-1 h := 1141n Height of panel from ground B:= 421n Width of panel s = 0.37 h B = 1 s Cf1 = 1.78 ASCE 7-16 Fig. 29.3-1 SUBJECT: Bonita Creek Park SHEET NO. LD1 -2 15 Larson Load Determination PROJECTNO. 11210201 www,larsonongrxarn Wind Loads BY DJC DATE 3/19/2021 Round Post: @ CoorTopper (5-12 Years PB) h2:= 14ft Height of structure ASCE 7-16 Fig. 29.4-1 D:= 51n Diameter of cross section D' := Oin Depth of protruding elements h2 — = 33.6 D Dqz 1.77 ft Psf Cf2 = 1.2 ASCE 7-16 Fig. 29.4-1 Canopy (Open Roof): @ CoorTopper (5-12 Years PB) 0:= 42 (Less than 45 deg angle) Clear Wind Flow v CNW,A = 1.18 ASCE 7-16 Fig. 27.3-5 CNW,B = —0.26 ASCE 7-16 Fig. 27.3-5 CNL.A = 0.78 ASCE 7-16 Fig. 27.3-5 CNL,B = —0.54 ASCE 7-16 Fig. 27.3-5 CNW := 1.18 Load Case A PW2 = 18.43•ps Governs CNS := 0.78 Pw3 = 16 ps Lateral Direction: Cf.lat :— sln(0•deg)ICNW — CNJ = 0.27 Uplift Direction: Cf•up :— cos(0•deg) (CNW + CNL) = 1.46 Wind Loads Panels: pwl :– max(l6psf,gz-G•Cfl) Ipw, = 27.39•ps Round Post: Pw2:– max(16psfiQz•G•Cf2) PW2 = 18.43•ps Canopy Lateral Wind Load: Pw3:= max(16psf, lgz•G.Cf.latl Pw3 = 16 ps Canopy Uplift Wind Load: pw4 := max(16psf, IQz•G•Cf.upl) IPW4 = 22.37 ps Siesmic Base Shear: R := 1.25 Non -building structure ASCE 7-16 Table 15.4-2 type: "Self supporting structure" Note: Increased by a factor of "1.5" per CS := 1.5tR = 1.33 ASCE 7-16 E 12. ASCE 7-16 11.4.8. q. 8-2 0.8•S1 Csmin�R\ =0.32 ASCE?-16 Eq. 15.4-2 Ie Ct := 0.02 x := 0.75 ASCE 7-16 Table 12.8-2 hn := 22ft Strucutral height hn x Ta Ct ( _ = 0.2 ASCE 7-16 Eq. 12.8-7 TL := 8 ASCE 7-16 Fig. 22-14 Laron SUBJECT: Bonita Creek Park SHEET NO. LD2-1 15Load www.farsonongr.com Determination PROJECT NO. 11210201 Seismic Loads BY DJC DATE 3/23/2021 Seismic Loads Per 2019 CBC (ASCE 7-16): Per CBC section 1613.1, the following seismic loads are determined per chapters 11, 12, 13, 15, 17, and 18 of ASCE 7 Risk Category; 11 u Note: As no geotech report was done, Site Site Class; D ASCE 7-16 Table 20.3-1 Class D (default) was used. Ie = 1 ASCE 7-16 Table 1.5-2 Ss := 1.385 ATC Seismic Deisgn Maps https://hazards.atcoundi.org/ S1:= 0.494 (Sheet AP2-1) Note: Use 1.2 per ASCE 7-16 11.4.4. Fa := 1.2 ASCE 7-16 Table 11.4-1 Fv := 1.8 ASCE 7-16 Table 11.4-2 SMS := Fa - SS = 1.66 ASCE 7-16 Eq. 11.4-1 SM1 := FV -S1 = 0.89 ASCE 7-16 Eq. 11.4-2 SDS := 3 SMS = 1.108 ASCE 7-16 Eq. 11.4-3 SDl = •SM1 = 0.593 ASCE 7-16 Eq. 11.4-4 3 Seismic Deisgn Category = "D" ASCE 7-16 Table 11.6-1 Siesmic Base Shear: R := 1.25 Non -building structure ASCE 7-16 Table 15.4-2 type: "Self supporting structure" Note: Increased by a factor of "1.5" per CS := 1.5tR = 1.33 ASCE 7-16 E 12. ASCE 7-16 11.4.8. q. 8-2 0.8•S1 Csmin�R\ =0.32 ASCE?-16 Eq. 15.4-2 Ie Ct := 0.02 x := 0.75 ASCE 7-16 Table 12.8-2 hn := 22ft Strucutral height hn x Ta Ct ( _ = 0.2 ASCE 7-16 Eq. 12.8-7 TL := 8 ASCE 7-16 Fig. 22-14 15 Larson www.larsonongr,com SUBJECT: Bonita Creek Park SHEET NO. LD2-2 Load Determination PROJECT NO. 11210201 Seismic Loads BY DJC DATE 3/23/2021 Csmax :_ SD1 if Ta < TL = 2.33 Ta- (TR SDITL otherwise Tat R 1 e minvalue if(Cs ? Csmin, "OK", "NG") _ "OK" maxvalue if(Cs < Csmax, "OK" , "NG") _ "OK" ASCE 7-16 Eq. 12.8-3 & 12.8-4 ASCE 7-16 Eq. 12,8-1 Larson Engineering, Inc. 3524 Labore Road White Bear Lake, MN 55110-5126 651.481.9120 Fax: 651.481.9201 www.larsonengr.com � m• Member Calculations 13 Larson www.larsonongr.com SUBJECT: Bonita Creek Park SHEET NO. MC1-1 Member Calculations PROJECT NO. 11210201 CoolToppers BY DJC DATE 3/22/2021 CoolToDDer Steel Post Analvsis: Wind Analysis: Wind I.oadin4: pwl := 27.39psf pwz := 18.43psf pw3 := 16psf pw4 := 22.37psf Wind load Area: Awl :_ (17ft + 51n) .( 17ft + 51n) = 303.34ftz Awz := 0.5 (17ft + 51n) • (7ft + 91n) = 67.49ft2 Awa := 421n•42in = 12.25ft2 Aw4 := 421n•421n = 12.25ft2 Aw5 := 51n.1021n = 3.54ft2 Wind Force: Fw1 := Pw4•Aw1 = 6.786. kip Fw2:= IJW3•Aw2 = 1.08•kip Fw3 := Pw1•Aw3 = 0.336•klp Fw4 := Pw1•Aw4 = 0.336. kip Fw5 := pw2•Aw5 = 0.065•kip Location: H wl :_ 121n+14ft+ 7'35ft = 211 -in H wz= 121n+721n+ 42in = 105. In Hwa := 121n + i2ft = 96• in Moment: nwl := 4 Mw1 :_ �Fwz Hw1� = 56.96• klp• in nwl nwz := 2 Mwz : (Fw3 + Fw4)Hwz = 35.23• kip• in nwz nw3 := 1 \Fw5 Hw3� Mw3 = 6.27 -kip -in nw3 MWtot := Mw1 + Mwz + Mw3 = 98.46• kip. In (Sheet LD1 -2) (CooiTopper, Uplift) (CooiTopper, lateral) (Panel) (Slide) (Post) (first 12" are buried) number of posts number of posts number of posts Seismic Analysis: Seismic Load: CS := 1.33 (Sheet LD2-2) V:= CSW Element Weiahts: Wl := Lar SUBJECT: Bonita Creek Park SHEET NO. MC1-2 15 1 � www,larsonengr.com Member Calculations CoolToppers PROJECT NO. BY DJC 11210201 DATE 3/22/2021 Seismic Analysis: Seismic Load: CS := 1.33 (Sheet LD2-2) V:= CSW Element Weiahts: Wl := 6371bf (Coorropper) W2:= 851bf (Panel) W3:= 1791bf (Slide) W4:= 801bf (Post) W5:= 1191bf (Square Deck) Seismic Force: VE1 = Cs•W1 = 0.847. kip VE2 := CS' W2 = 0.113• kip VE3 = Cs•W3 = 0.238•kip VE4 = CS' W4 = 0.106• kip VE5 = CS' W5 = 0.158•kip Location: (first 12" are buried) HE1 Hwl = 211 -In HE2 := Hw2 = 105. In 121n + 14ft HE3 2 = 90• in HE4 := 121n + 6ft = 84• In Moment: nEl ' 4 number of posts (VEl HE1) ME1 ,_ = 44.69•kip. In nEl nE2 := 2 number of posts [(VE2 + VE3/l HE2] ME2 _ = 18.43 -kip -in nE2 nE3 := 1 number of posts �VE4' HE3� ME3 := = 9.58. kip. in nE3 nE4 ' 4 number of posts VES HE4) ME4 ._ = 3.32• kip• in nE4 SUBJECT: Bonita Creek Park SHEET NO. MC1-3 15 Larson Member Calculations PROJECT NO. 11210201 www.larsonengr.com CoolToppers BY DJC DATE 3/22/2021 MEtot MEI + ME2 + ME3 + ME4 = 76.02• kip• In Wind and Seismic Moments (ASD): Wind: Mwa := 0.6•MWtot = 59.07•kip. in Seismic: MEa := 0.7•MEtot = 53.22 -kip -in Controlling Load = "Wind" Use for design checks M„ = 59.07•kip•in Reaction (ASID): FZ Fw3 + Fw4 RT:= 0.6 W + +).l = 0.402• kip rnwl nw2 nw3 Larn SUBJECT: Bonita Creek Park SHEET NO. NIC1-4 15Member Calculations PROJECT NO. 11210201 www.larsonongr.corn CoolToppers BY DJC DATE 3/22/2021 CoolTopper Steel Post Check: Steel Round Tube Section Properties: Tube size Fy := 42ksi Fu := 58ksi E := 29000. ksi Ir = 5.48•in4 dr = 5 -in Ar = 1.84-in2 Sr = 2.19• in t, = 0.12• in Jr = 10.96• in 2 dr Zr = 0.24ft•in rr:= = 2.5. in 2 Compact VS Slender MC 15th Ed. Table B4.1b): dr a1:_—=41.67 tr FB4.1b(a1) = "Compact" if X1 < 0.07 Y "Noncompact" otherwise "Slender" if X1 >_ 0.31F Y FB4.1b(>,1) _ "Compact" Flexural Steel Tube Moments (RISC 15th Ed. Sect. F8): Wv 12 1.67 Lb := 15ft Plastic Yield Moment: Mp := Fy Zr = 120.04 -kip -in LB Nominal Moment: F 0,33 E cr := d = 230. ksi r 4 Mn_FLB := Mp if FB4.1b(xi) _ "Compact' 0,021•E dr + F - Sr if FB4.lb(X1) = "Noncompact' tr Fcr-Sr if FB4.1b(Xi) = "Slender" Mn_FLB = 120.04 -kip -in min(Mp, Mn_FLB) MU Mn S2 = 72.kip. in = 0.82 Mn OK SUBJECT: Bonita Creek Park SHEET NO. MC2-1 15 Larson Member Calculations PROJECT NO. 11210201 www.larsonongr.com Footings BY DJC DATE 3/23/2021 Footing @ (4) Post CoolTopWr: @ PlayBooster Pad Footing: Dimensions: B:= 601n L:= 601n D:= 481n Loading: Mwi := (56.96kip-In).4 = 227.84 -kip -in (Sheet MC1-1) MW2 := (35.23kip•In) •2 = 70.46•kip. In (Sheet MC1-1) Mw3 := (6.27kip•in)•2 = 12.54 -kip -in (Sheet MC1-1) Mtot Mwl + Mw2 + Mw3 = 25.9• kip•ft W1:= 6371bf (Sheet MC1-2) W2:= 851bf (Sheet MC1-2) W3:= (0.5)•1791bf = 89.5•lbf (Sheet MC1-2) W4:= (4)•801bf = 320•lbf (Sheet MC1-2) W5:= 1191bf (Sheet MC1-2) Wtot:= W1+ W2+ W3+ W4+ W5 = 1.25. kip Analysis and Design: See Enercalc, Sheets MC3-1 through MC3-2 Uplift Check: Fw := 6.786kip (Sheet MC1-1) P,p := 0.6Fw = 4.07• kip Uplift (ASD) ^fconc 150pcf Concrete Unit Weight vftg := B. L D = 100 ft Footing Volume RRES = 0.6kconc-vftg) = 9. kip Uplift Resist Pip = 0.45 UPLIFTHOK RRES 15 Larson www.larsonongrxom SUBJECT: Bonita Creek Park SHEET NO. MC2-2 Member Calculations PROJECT NO. 11210201 Footings BY DJC DATE 3/23/2021 Post Embedment in Footina: Moment: Mo := 59.07kip• In d := B = 2.5. ft 2 Embedment Depth: Effective Width of Compression Block: RT := 0.402k1p Applied Lateral Load/Shear: h:= MO = 12.25ft °=12.25ft RT Shear Span/Moment Arm: Eccenticity: PCI 7th Ed. 6.8 Concrete Compressive Strength: Shear Capacity: PCI 7th Ed. Eq. 6-75 (modifed for plain concrete, conservative) (Sheet MC1-3) x:=D–In-45 in be := 5in (Post Diameter) (Sheet MC1-3) RT Vpost 0.6 = 670•ibf a:– h = 146.94•in e:– a +— = 169.44 in 2 fc := 3000psi 0.6.0.85•fc.bc x Vc,� :_ = 23651.3•Ibf 1 + 3.6. e x VPoS = 0.03 OK Vc 4 Project Title: Engineer: Project ID: Project Descr: General Footing KW -06006761 H Software copyright ENERC DESCRIPTION: CoolTopper Footing Number of Bars = 18.0 Code References # 5 Bars parallel to Z -Z Axis Calculations per ACI 318-14, IBC 2018, CBC 2019, ASCE 7-16 Number of Bars = Load Combinations Used : ASCE 7-16 Reinforcing Bar Size = # 5 j General Information t Direction Requiring Closer Separation Material Properties Soil Design Values fc : Concrete 28 day strength = 3.0 ksi Allowable Soil Bearing fy : Rebar Yield = 60.0 ksi Increase Bearing By Footing Weight Ec : Concrete Elastic Modulus = 3,122.0 ksi Soil Passive Resistance (for Sliding) Concrete Density = 145.0 pcf Soil/Concrete Friction Coeff. cp Values Flexure = 0.90 M-zz = Shear = 0.750 Increases based on footing Depth Analysis Settings Footing base depth below soil surface Min Steel % Bending Reinf. = Allow press. increase per foot of depth Min Allow % Temp Reinf. = 0.00180 when footing base is below Min. Overturning Safety Factor = 1.0 : 1 Min. Sliding Safety Factor = 1.0 : 1 Increases based on footing plan dimension Add Ftg Wt for Soil Pressure Yes Allowable pressure increase per foot of depth Use ftg wt for stability, moments & shears Yes when max. length or width is greater than Add Pedestal Wt for Soil Pressure No Use Pedestal wt for stability, mom & shear i No Dimensions Width parallel to X -X Axis = 5.0 ft Length parallel to Z -Z Axis = 5.0 ft Z Footing Thickness = 48.0 in Pedestal dimensions... px : parallel to X -X Axis = in pz : parallel to Z -Z Axis = in Height - in Rebar Centerline to Edge of Concrete... at Bottom of footing = 3.0 in x Sheet MC3-1 INC. 1983-2020, Build:12,20,8,24 1.50 ksf No = 250.0 pcf = 0.30 5.0 ft ksf ft = ksf ft x Reinforcing H Bars parallel to X -X Axis Number of Bars = 18.0 Reinforcing Bar Size = # 5 Bars parallel to Z -Z Axis Number of Bars = 18.0 Reinforcing Bar Size = # 5 j Bandwidth Distribution Check (ACI 15.4.4.2) t Direction Requiring Closer Separation k n/a # Bars required within zone n/a # Bars required on each side of zone n/a Applied Loads D Lr L P: Column Load = 1.250 OB : Overburden = M-xx = M-zz = V -x = V -z = S W 25.90 E H k ksf k -ft k -ft k k General Footing DESCRIPTION: CoolTopper Footing DESIGN SUMMARY Min. Ratio Item PASS 0.9853 Soil Bearing PASS nla Overturning - X -X PASS 1.786 Overturning - Z -Z PASS nla Sliding - X -X PASS nla Sliding - Z -Z PASS nla Uplift PASS 0.01471 Z Flexure (+X) PASS 0.01032 Z Flexure (-X) PASS 0.000992 X Flexure (+Z) PASS 0.000992 X Flexure (-Z) PASS nla 1 -way Shear (+X) PASS 0.0 1 -way Shear (-X) PASS nla 1 -way Shear (+Z) PASS nla 1 -way Shear (-Z) PASS nla 2 -way Punching Project Title: Engineer: Project ID: Project Descr: Sheet MC3-2 Software copyright ENERCALC, INC. 19832020, BU"d:12.20.8.24 Eingineering Inc. Design • Applied Capacity Governing Load Combination 1.478 ksf 1.50 ksf +D+0.60W+H about Z -Z axis 0.0 k -ft 0.0 k -ft No Overturning 15.540 k -ft 27.750 k -ft +0.60D+0.60W+0.60H 0.0 k 0.0 k No Sliding 0.0 k 0.0 k No Sliding 0.0 k 0.0 k No Uplift 3.244 k-ftlft 220.495 k-ftlft +0.90D+W+1.60H 2.275 k-ftlft 220.495 k-ftlft +1.20D+0.50Lr+L+W+1.60H 0.2188 k-ftlft 220.495 k-ftlft +1.40D+1.60H 0.2188 k-ftlft 220.495 k-ftlft +1.40D+1,60H 0.0 psi 82.158 psi nla 0.0 psi 0.0 psi nla 0.0 psi 82.158 psi nla 0.0 psi 82.158 psi nla 0.2852 psi 82,158 psi +0.90D+W+1.60H Larson Engineering, Inc. 3524 Labore Road White Bear Lake, MN 55110-5126 651.481.9120 Fax: 651.481.9201 www.larsonengr.com \■ a 0 `L Technical Information Overall Properties 1.839 inz Plastic Properties 5.478 in4 Depth 5.000 in Xpna -1.873 in Perimeter 15.707 in Ypna 1.135 in Weight 0.006 K/ft Zx 2.858 in3 Width 5.000 in Zy 2.858 in3 ShapeBuilder 10.00.0002 www.iesweb.com S Sheet TI1-1 LARSON ENGINEERING, INC. Daniel Carlson 5-DIAx0.120-THK STEEL.sbf Tuesday, June 25, 2019 9:07 AM Geometric Properties Area 1.839 inz Ix 5.478 in4 Ixy 0.000 in4 Iy 5.478 in4 Sx+ 2.191 in3 Sx- 2.191 in3 Sy+ 2.191 1n3 Sy- 2.191 in3 XC -1.873 in YC 1.135 in rx 1.726 in ry 1.726 in Principal Properties Il 5.478 in4 I2 5.478 in4 S1+ 2.191 in3 S1- 2.191 in3 S2+ 2.191 in3 S2- 2.191 in3 rl 1.726 in r2 1.726 in a 0.000 deg Torsion Properties Cw 0.000 in6 H 1.000 J 10,956 in4 XsC -1.873 in YSC 1.135 in ro 2.441 in B1 0.000 in Polar Properties Ip 10.956 10 rp 2.441 in Page 1 of 1 Larson Engineering, Inc. 3524 Labore Road White Bear Lake, MN 55110-5126 651.481.9120 Fax: 651.481.9201 www.larsonengr.com Appendix 3/19/2021 ATC Hazards by Location ATCHazards by Location Sheet AP1-1 Search Information Address: Newport Beach, CA, USA Coordinates: 33.6188829, -117.9298493 Elevation: 9 ft Timestamp: 2021-03-19T1 7:45:54.766Z Hazard Type: Wind ASCE 7-16 ASCE 7-10 MRI 10 -Year 66 mph MRI 10 -Year MRI 25 -Year 71 mph MRI 25 -Year MRI 50 -Year 76 mph MRI 50 -Year MRI 100 -Year 81 mph MRI 100 -Year Risk Category 1 89 mph Risk Category I Risk Category II 95 mph Risk Category II Risk Category III 102 mph Risk Category III-IV Risk Category IV 106 mph D ° ~ Riverside Sant;] t hFl;tnit-a o Long oeaL..9ft aheirrt tine a Ternecrtlt! Catalina Island ° Essential Fish Habitat... Cle Go CIC fire tnsicicr � Natior Map data ©2021 Google, INEGI ASCE 7-05 72 mph ASCE 7-05 Wind Speed 85 mph 79 mph 85 mph 91 mph 100 mph 110 mph 115 mph The results indicated here DO NOT reflect any state or local amendments to the values or any delineation lines made during the building code adoption process. Users should confirm any output obtained from this tool with the local Authority Having Jurisdiction before proceeding with design. Disclaimer Hazard loads are interpolated from data provided in ASCE 7 and rounded up to the nearest whole integer. Per ASCE 7, islands and coastal areas outside the last contour should use the last wind speed contour of the coastal area — in some cases, this website will extrapolate past the last wind speed contour and therefore, provide a wind speed that is slightly higher. NOTE: For queries near wind-borne debris region boundaries, the resulting determination is sensitive to rounding which may affect whether or not it is considered to be within a wind-borne debris region. Mountainous terrain, gorges, ocean promontories, and special wind regions shall be examined for unusual wind conditions. While the information presented on this website is believed to be correct, ATC and its sponsors and contributors assume no responsibility or liability for its accuracy. The material presented in the report should not be used or relied upon for any specific application without competent examination and verification of its accuracy, suitability and applicability by engineers or other licensed professionals. ATC does not intend that the use of this information replace the sound judgment of such competent professionals, having experience and knowledge in the field of practice, nor to substitute for the standard of care required of such professionals in interpreting and applying the results of the report provided by this website. Users of the information from this website assume all liability arising from such use. Use of the output of this website does not imply approval by the governing building code bodies responsible for building code approval and interpretation for the building site described by latitude/longitude location in the report. https:Hhazards.atcounci1.org/#/wind?lat=33.6188829&Ing=-117.9298493&address=Newport Beach%2C CA%2C USA 1/1 3/19/2021 ATC Hazards by Location ATC AP2-1 Hazards by Location Search Information Address: Newport Beach, CA, USA Coordinates: 33.6188829, -117.9298493 Elevation: 9 ft Timestamp: 2021-03-19T1 7:47:29.247Z Hazard Type: Seismic Reference ASCE7-16 Document: * null Risk Category: II Site Class: D -default Basic Parameters Name Value Description SS 1.385 MCER ground motion (period=0.2s) S1 0.494 MCER ground motion (period=1.Os) SMS 1.662 Site -modified spectral acceleration value SM1 * null Site -modified spectral acceleration value SDS 1.108 Numeric seismic design value at 0.2s SA SD1 * null Numeric seismic design value at 1.0s SA * See Section 11.4.8 1.2 Additional Information ° ~ Riverside Santa ASI rlly r v W k Lorre) Burr ..9 ft rtrr irn 0 inc. 91, ToIT1C.0 Ll 1 Catalina Island Essential Fish Habitat... Cle o iC (err jn icic? Natior Map data 02021 Google, INEGI Name Value Description SDC * null Seismic design category Fa 1.2 Site amplification factor at 0.2s Fv * null Site amplification factor at 1.Os CRS 0.906 Coefficient of risk (0.2s) CR1 0.919 Coefficient of risk (1.0s) PGA 0.606 MCEG peak ground acceleration FPGA 1.2 Site amplification factor at PGA PGAM 0.727 Site modified peak ground acceleration TL 8 Long -period transition period (s) SsRT 1.385 Probabilistic risk -targeted ground motion (0.2s) https://hazards.atcouncii.org/#/seismic?lat=33.6188829&ing=-117.9298493&address=Newport Beach%2C CA%2C USA 1/2 3/19/2021 ATC Hazards by Location SsUH 1.529 Factored uniform -hazard spectral acceleration (2% probability of exceedance in 50 years) SsD 2.607 Factored deterministic acceleration value (0.2s) S1 RT 0.494 Probabilistic risk -targeted ground motion (1.0s) S1 UH 0.538 Factored uniform -hazard spectral acceleration (2% probability of exceedance in 50 years) S1 D 0.826 Factored deterministic acceleration value (1.0s) PGAd 1.054 Factored deterministic acceleration value (PGA) * See Section 11.4.8 Sheet AP2-2 The results indicated here DO NOT reflect any state or local amendments to the values or any delineation lines made during the building code adoption process. Users should confirm any output obtained from this tool with the local Authority Having Jurisdiction before proceeding with design. Disclaimer Hazard loads are provided by the U.S. Geological Survey Seismic Design Web Services. While the information presented on this website is believed to be correct, ATC and its sponsors and contributors assume no responsibility or liability for its accuracy. The material presented in the report should not be used or relied upon for any specific application without competent examination and verification of its accuracy, suitability and applicability by engineers or other licensed professionals. ATC does not intend that the use of this information replace the sound judgment of such competent professionals, having experience and knowledge in the field of practice, nor to substitute for the standard of care required of such professionals in interpreting and applying the results of the report provided by this website. Users of the information from this website assume all liability arising from such use. Use of the output of this website does not imply approval by the governing building code bodies responsible for building code approval and interpretation for the building site described by latitude/longitude location in the report. https://hazards.atcouncil.org/#/seismic?lat=33.6188829&Ing=-117.9298493&address=Newport Beach%2C CA%2C USA 2/2 APPENDIX D LANDSCAPE STRUCTURES CONCRETE FOOTING STANDARDS Page 26 of 26 U Ul/1 landscape structures& NOTE: Surface mounting will not work in all \ applications. Consult Landscape Structures Inc. for your particular re- quirements. CD I to CO 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 1/4 Minus Crushed Rock NOTE: Sufficient protec- tive surfacing must cover hardware to satisfy fall height requirements. SAFETY NOTE Choose a protective surfacing material that has a Critical Height Value of at least the 'SO 14001 1 height of the Highest Accessible Part/Fall Height of the adjacent equipment, (Ref. ASTM `i. Certified F1487) 3-29-01 12194700 �;t/c 1 8" 200 /4,. 6 /2" 1 � 165 0 4 NOTE: �- n s Drill 3" deep hole using hammer drill and'/,"masonry bit. Tap anchors into concrete and secure with I/," standard hex nuts and I/," flat washers. 7® x 8" Square Steel or Aluminum Plate Continuously Welded to Upright Post DETAIL (4) t,/2° Z Standard Hex Nuts i �(4)1/2" Flat", Washers Upright (4),/2„ x 2 a/4,rt Post Expansion Anchors I �l �l Upright Post Concrete Surface PlayBoostero Concrete Specs, 601 7TH STREET SOUTH, DELANO, MINNESOTA 55328-8605 (763) 972-3391 1-888-LSI-INST (1-888-574-4678) FAX (763) 972-3185 9 2001 by Landscape Structures. All rights reserved. 1-30-97 Dociinicrit 1112194700 repl aces 111097 1000. Updated notes. Document #12194700 it& landscape structures• `1 Concrete / 4 Crushed Rock ---- A SAFETY NOTE Choose a prolective surfacing material that has a Critical Height Value of at least the ISO +1�oo+1 height of the Highest Accessible Parl7Fall 1 Height of the adjacent equipment. (Ref ASTM Certified (7487) 8-25-00 ,0970900 V II i 12" 300 Minimum 1.2 Cubic Feet of Concrete Required per Support. _o �CID M 00 *An Example: If you are using 12" of loose fill material, your concrete footing will be 22" deep. i PlayBooster Concrete Footings, Components 4 © 2000 by Landscape Structures. All rights reserved. 8-25-00 Document 413237300 replaces 1110970900. Added concrete footing note. Document #13237300 E E ^ O N I �1 V II i 12" 300 Minimum 1.2 Cubic Feet of Concrete Required per Support. _o �CID M 00 *An Example: If you are using 12" of loose fill material, your concrete footing will be 22" deep. i PlayBooster Concrete Footings, Components 4 © 2000 by Landscape Structures. All rights reserved. 8-25-00 Document 413237300 replaces 1110970900. Added concrete footing note. Document #13237300 J & 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. 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-T5 extruded tubing conforming to ASTM B-221. Posts shall have a 5" outside diameter with a .125" wall thickness. Finished Grade Sticker dhM ISO 14001 Part Number Label Example 1 LRCSOTSE T! `�L� IfI it Subgrade CONCRETE • 1.87 Cubic Feet per Footing. • 2000 PSI (Min.) • 3000 PSI (Min.) If Freezing Conditions Exist. Crushed Rock 14" Minimum -360 SAFETY NOTE Choose a protective surfacing material that has a Critical Height Value of at least the height of the Highest Accessible Part/Fall Height of the adjacent equipment. (Ref. ASTM F1487) 13871600 Number Indicates Post Length le -4 Post W/CRP PB 118, AL D8 t• Ua 5a.e Plot Ilbr:`l..--o apa o.n 8bnban "Ll, .- AX ll Ill Hit Due Dam: n1 oa. nu, Wcicell R,a ADD CAP PlayBooster° Concrete Footings, 5" Posts r r © 2020 by Landscape Structures. All rights reserved. F-40101807 Document N2793 1500 replaces 1125777600 Playlinoster cap now press fit tT C O Ia a in U) U (0 0 O t N M O = LL O rn IN V L*AnLExample: ing 12"aterial, footingep. Document #27931500 9/& landscape structures° PLAN VIEW/FOOTING LAYOUT 40" - 48" DeckMY 0 0 v 0 v r` N Typical 6 3/4" 28 1/2" 6 3/Q1- Concrete 171 _- — 7 171 Footing 24 DETAIL BHCS w/Pin DIRECT BURY w/ 3/g' Standard (2) Chains Hex Nuts Loose FIII Protective Surfacing o 0 Subgrade — ^ -- M c CD 0 (2) Supports a C"I Concrete � 121' �f 300 SAFETY NOTE Choose a protective surfacing material that has a Critical Height Value of at least the height of the Highest Accessible ParUFall Height of the adjacent equipment. (Ref. ASTM F1487.) 175427a PlayBooster(�'169318 Wood Wiggle • •40"-48"Deck Sheet 2 of 2 7TH STREET SOUTH, DELANO, MINNESOTA 55328-8605 888-574.4678 LSI Install Help 888-438-6574 LSI Direct 763-972-5200 Int. FAX (763) 972-3185 k& landscape structures SAFETY NOTE Choose a protective surfacing material that has a Critical Height Value of at least the height of the Highest Accessible ParUFall Height of the adjacent equipment. (Ref. ASTM F1487.) DETAIL 212928a STEP TO DECK (2) 3/8" x 7/8" BHCS w/Pin / w/ 3/e' SAE Flat Washers Post I' II .Deck .. i1 i Step (2) 3/e" Standard Hex Nuts w/ 3/8" SAE Flat Washers PLAN VIEW/FOOTING LAYOUTS 0 Oc') � N r Concrete 13'/2" l 14V2"k Footings 11343 362 6'-3" Min. Use Zone, Typical 72" Step Ladder NOTE: Dimensions Are From Center Of Post To Center Of Footer Step Ladder Unitary Protective Tile \ DETAIL SURFACE MOUNT Concrete Slab ' Crushed Rock (2)3/8" X 2 3/411 Expansion Anchors W/ 3/81' Standard Hex Nuts and 3/e" SAE Flat Washers 56" Step Ladder 40" Step Ladder DETAIL DIRECT BURY (2)1/8" SAE Flat 6•°aoo°° d Washers and 3/a" Standard Hex Nuts (2) 3/811 X 7/811_. BHCS w/Pin s Subgrade n Support 10" 250 Concrete NOTE: Sufficient protective Footings surfacing must cover hard- ware to satisfy fall height requirements. Loose Fill Protective Surfacing 13 1/2" 1 i 32" Step Ladder Step Ladder 811 ' 200 'F 2'"X50 ' N ��I" cn r cyi Locv N (o O co,co0 00«op O N� o vcca Ice)�0� E 0 = 0 J to E z 0 v -20 tin Crushed Rock PlayBoostet-0• • Step Ladders,Decks 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) 972-3185 @2019 by Landscape Structures. All rights reserved. Document . 9440• S & landscape structures° (2) 3/" Standard Hex Tuts w/ 3/e Flat Washers Mini Summit Climber ------- --- DETAIL SURFACE MOUNT (2) 1/t,"x 2 3/4.. u II I I Supp` Expansion �J ort Anchors - e a Concrete JI _ Slab ...... Crushed Rock ISO 14001 Concrete Footing Mini Summit Climber SAFETY NOTE Choose a prolective surfacing material that has a Critical Height Value of at least the height of the Highest Accessible Part/Fall Height of the adjacent equipment. (Ref. ASTM F1487.) PLAN VIEW 40"-48" M-1, DETAIL DIRECT BURY - - 153078a0 �I rn N - - - - J 21" 42" 530 DETAIL 111 VIII --11111 VIII --11111 II Illli lul LII 11111= 11111= VIII =VIII lull -lull VIII VIII VIII = -Y o Y 0 II VIII =11111 11111:.=11111 11111- VIII VIII VIII II' _ - Mini Summit _ IIII 11111=11111 VIII VIII 1111== -11111 VIII ;1111111111 _IIIIIIIIII 00 Climber ;'; / 4 o N O Subgrade a ° ao - E o = - Concrete E 'c (2) 3/ „ x 1 1/8 _' Support a ° - oN 0 LO BHCb w/Pin & 3/8' Flat Washers Support Crushed Rock 12" 305 P1layBoosterO 153076 Mini Summit Climber, 40" - 48" Deck Sheet 2 of 2 1 tt © 2005 by Landscape Structures All rights reserved. Document #15307800 kk landscape structures (2) 6/6"x 2 1/4, BHCS w/Pin - (2) J Sp, s1� - 40'/,6" Rail 1 (2) Spacer Tubes (2)3/8, x 3 1 /2" BHCS w/Pin w/ 3/6" Flat w h io M Typical PlayBooster (4) Offset Post Hanger -_ Clamp DETAIL 1 Assemblies HOOD ASSEMBLY 1 6/16" O.D. x 1 11/16" Rail icers as ers Expansion Anchors W/ 1/2" Flat Washers & 1/2" Standard Hex Nuts DETAIL 2 DECK CONNECTION Deck (4) 3/B' x'/6" BHCS w/Pin w/ (4) 3/6" Flat Washers \ Hood i i i .i 1 40"-48" Deck DETAIL 3 SUPPORT Top of Sliding de Surface (4)Rubber Bushings (4) 3/6" Flat (4)3/B' SAE Flat Washers Washers See (4) 3/611 x 1 1/4.. Key BHCS w/Pin Limited Thread Loose Fill ' Protective Surfacing DETAIL SURFACE MOUNT Crete a ll Crushed Rock SAFETY NOTE Choose a protective surfacing material that has a Critical Height Value of at least the height of the Highest Accessible Part/Fall Height of the adjacent equipment. (Ref. ASTM F1487.) 161080a HOOD - HANDLE DETAIL KEY: Deck Hgt, Dime 40" ............... A = 6"/ 150 48" ............... A = 11 "/ 280 40" ............... B = 36"/ 910 48" ............... B = 31 "/ 790 NOTE: Sufficient protec- tive surfacing must cover hardware to satisfy fall height requirements. A K Play!Booster,0 123331 Double • 1 601 7TH STREET SOUTH, DELANO, MINNESOTA 55328-8605 888-574.4678 LSI Install Help 888.438.6574 LSI Direct 763-972-5200 Int. FAX (763) 972-3185 o 00 Document #24808000 See liKey Subgrade C)f Support `N!�' Typical — Concrete Footing Crushed 12" Rock t 300 A K Play!Booster,0 123331 Double • 1 601 7TH STREET SOUTH, DELANO, MINNESOTA 55328-8605 888-574.4678 LSI Install Help 888.438.6574 LSI Direct 763-972-5200 Int. FAX (763) 972-3185 o 00 Document #24808000 k& landscape structures° SAFETY NOTE Choose a prolective surfacing material that has a Critical Height Value of at least the height of the Highest Accessible Part/Fall Height of the adjacent equipment. (Ref. ASTM F1487.) 128348b0 DETAIL DIRECT BURY / EXIT SECTION Top Of / Exit Section Sliding Surface 0 CO t.rusr ULl PLUCK 12" -- _ _ 3w - NOTE: 300- - - NOTE: Attach bolts in the center of the footer slots to allow for expansion and contraction. Snug bolts down only, do not overtighten! DETAIL DIRECT BURY / MID -SUPPORTS \z N - Mid -Support Loose Fill - upon the slide deck height Protective Concrete on slides above 48". The exit //Exit Surfacing height shall be 7" minimum. Sectionon . - Crushed — (2)3/8" Flat WashersA I' - 0 0 co 0)III —(2) Rubber Bushings (2) 3/8" Flat Washers (2) Rubber Bushings E Z3 0 0 (2) 3/g" Flat Washers 4 °'' ` r° �(2) 3/B' x 1 1/4" Subgrade vary if the protective sur - level. Do 0 0 BHCS w/Pin N LIDi facingis not not Limited Thread Concrete Bolts Footing ° ° °' -- Limited Thread Bolts °' Subgrade Crushed X 12° Concrete Sla -----` Rock 300 justing the exit height. _ Exit NOTE: Sufficient protective Footer surfacing must cover hard - ware to satisfy fall height w/'/2" Standard Crushed DETAIL Concrete SURFACE MOUNT / MID -SUPPORTS Footing 14" x 1 1/2. . Threaded Rod \ (2)'/2' x 2 3/4'. Q3 -® Expansion Anchors W/ '12" Flat Washers &'/2'` Standard Hex Nuts DETAIL SURFACE MOUNT / EXIT SECTION Mid -Support r -D — (2) 3/g' Flange Nuts w/Pin Leg Base Unitary Protective / Surfacing NOTE: Thickness of unitary protective surfacing depends ° ` ',i; ° ° �: . upon the slide deck height Concrete on slides above 48". The exit //Exit Slab height shall be 7" minimum. Sectionon . - Crushed Rock - 0 - ° Support - - - - - - (2) 3/8" Flat Washers (2) Rubber Bushings NOTE: Exit Heights may (2)3/e' Flat Washers vary if the protective sur - level. Do (2) 3/g' x 1 '/4" BHCS IN/Pin facingis not not ° ° °' -- Limited Thread Bolts °' put pressure/tension on the entrance section when ad- Concrete Sla -----` ° justing the exit height. NOTE: Sufficient protective Expansion , Anchors &'/Z'� Flat Washers surfacing must cover hard - ware to satisfy fall height w/'/2" Standard Crushed requirements. Hex Nuts Rock PlayBooster° 124863 SlideWinder2° Details Sheet 2of2 t r 1. © 2011 by Landscape Structures. All rights reserved. Document #24023600 a/& landscape structures (4) 3/e" Low Crown Cap Nuts W/3/Bl' SAE Flat Washers Age Appropriate Sign (2) DETAIL ) Signs DETAIL SIGN ATTACHMENT Small Border (4)3/e, x 1 '/e. BHCS w/Pin w/3/8" SAE Flat Washers ISO 14001 21325600 DETAIL SURFACE MOUNT (4)'/2" Standard Hex Nuts w/ '/2" Sign Post Flat Washers ----------- (4)1/z, x 2 3/," --------- - Expansion Anchors Concrete Compacted Gravel 12" Model 182503 - Landscape Structures Provided Welcome Sign Model 182504 - Welcome Sign WelcomeSigns • 601 7TH STREET SOUTH, DELANO, MINNESOTA 55328-8605 888-574-4678 LSI Install Help 88 C 2016 by Landscape Structures. All rights reserved. nt #22074200 st& landscape structuresm SAFETY NOTE Choose a protective surfacing material that has a Critical Height Value of at least the height of the Highest Accessible Part/Fall Height of the adjacent equipment. (Ref. ASTM F1487.) 172687a PLAN VIEW/FOOTING LAYOUT DETAIL DIRECT BURY Loop Pole mill Subgrade Concrete Crushed Rock Typical Concrete 640.... Footina t 640 0 co N LO 20" _ 32" - 72' 510 Deck N to Loop Pole 12" 300 PlayBoosterO 172665 Loop Pole, w/Recycled Wood GR. HHoIds Sheet 2 of 2 601 7TH STREET SOUTH, DELANO, MINNESOTA 55328-8605 888-574-4678 LSI Install Help 888-438-6574 LSI Direct 763-972-5200 Int. FAX (763) 972-3185 2015Document #21482500 DETAIL (2)'/2" x 2 3/"" SURFACE MOUNT - — Expansion Anchors w/'/2" Flat Washers &'/2" Standard Hex\ _ Nuts Loop Pole 1 n MoD, E Concrete n �o o L I a j NOTE: Sufficient protec- Crushed Rock tive surfacing must cover hardware to satisfy fall -- - - - height requirements. 12" 300 PlayBoosterO 172665 Loop Pole, w/Recycled Wood GR. HHoIds Sheet 2 of 2 601 7TH STREET SOUTH, DELANO, MINNESOTA 55328-8605 888-574-4678 LSI Install Help 888-438-6574 LSI Direct 763-972-5200 Int. FAX (763) 972-3185 2015Document #21482500 9/& landscape structures SAFETY NOTE Choose a protective surfacing material that has a Critical Heigh! Value of at least the ISO 14001 height of the Highest Accessible PartfFall Height of the adjacent equipment. (Ref. MnillCertllletl ASTM F1487.) DETAIL CONCRETE SLAB W/LOOSE FILL Post - Loose Fill Rock o Geotextile Cloth _ LooseCO Fill 00 to Crushed _ 1 o Rock Iii n ;li = In u o`Oo Subgrade T - W'"l lila Will 001(o v Concrete Crushed_ Rock 18" -i 460 DETAIL CONCRETE SLAIB W/POUR-IN PLACE Post - -I Rock 460 PlayBoosterO• 1 The Ascent T' Rock 601 7TH STREET SOUTH, DELANO, MINNESOTA 55328-8605 888-574-4678 LSI Install Help 888-438-6574 LSI D 2020 by Landscape Structures. All rights reserved. Document #27215700 ki"T landscape structures NOTE: Refer to the site plan drawing for proper orienta- tion. PLAN VIEW FOOTING LAYOUT RIGHT HAND STEP 40" Deck 1 -Step Section Section 2 -Step PLAN VIEW FOOTING LAYOUT LEFT HAND STEP 1 -Step 40" Deck Section I Typical / Concrete 3 3/ 193/ 225/„ oio vaz 95 Footing 95 492 575 DETAIL DETAIL SURFACE MOUNT SURFACE MOUNT DECK SUPPORT STEP SUPPORT (4) 3/ " Standard Hex Pouts w/ /eDeck Support 1 -Step Section ' I SAE Flat rl (2) 3/ " Standard A_�" Step Support Washers Hex Pouts w/ / " SAE Flat WasAer(4) 3/8' x 2 3/4"_Expansion (2) 3/ ° x 2 3/Anchors 4 ExpansionConcrete Ancho/, . NOTE: Sufficient protec- °Concrete Crushed tive surfacing must cover Rock hardware to satisfy fall - height requirements. Crushed Rock DETAIL DECK SUPPORT ATTACHMENT Deck L) 17- (2) 3/ 11 x 1/ ii BHC wAn Deck Support (2) 3/ " Low Crown Cap Pouts w/ 3/BSAE Flat Washers NOTE: Make sure 3/e' rod on support is under support strap on deck as shown. (4) Standard — Hex Nuts W/ 3/ " SAE Flat Was6rs SAFETY NOTE Choose a protective surfacing material that has a Critical Height Value of at least the height of the Highest Accessible ParVFall Height of the adjacent equipment. (Re(. ASTM F1487.) 204023a DETAIL STEP SUPPORT BURY DETAIL DECK SUPPORT BURY Deck Support /- Protective - 2 -Step Surfacing Subgrade00 Section M JIIIII CI _ M coo 00 a ao r _J\ _ ao `V LO Crushed � - Rock 14" 360 O � CD Typical / Concrete 3 3/ 193/ 225/„ oio vaz 95 Footing 95 492 575 DETAIL DETAIL SURFACE MOUNT SURFACE MOUNT DECK SUPPORT STEP SUPPORT (4) 3/ " Standard Hex Pouts w/ /eDeck Support 1 -Step Section ' I SAE Flat rl (2) 3/ " Standard A_�" Step Support Washers Hex Pouts w/ / " SAE Flat WasAer(4) 3/8' x 2 3/4"_Expansion (2) 3/ ° x 2 3/Anchors 4 ExpansionConcrete Ancho/, . NOTE: Sufficient protec- °Concrete Crushed tive surfacing must cover Rock hardware to satisfy fall - height requirements. Crushed Rock DETAIL DECK SUPPORT ATTACHMENT Deck L) 17- (2) 3/ 11 x 1/ ii BHC wAn Deck Support (2) 3/ " Low Crown Cap Pouts w/ 3/BSAE Flat Washers NOTE: Make sure 3/e' rod on support is under support strap on deck as shown. (4) Standard — Hex Nuts W/ 3/ " SAE Flat Was6rs SAFETY NOTE Choose a protective surfacing material that has a Critical Height Value of at least the height of the Highest Accessible ParVFall Height of the adjacent equipment. (Re(. ASTM F1487.) 204023a DETAIL STEP SUPPORT BURY DETAIL DECK SUPPORT BURY DETAIL STEP SUPPORT ATTACHMENT 0 1 -Step Section \ of Step (4) 3/B" x 1'/ " BHCS Support pport w/Pin w/ 3/B'PSAE Flat Washers - • • ° • • 11 1 • 601 7TH STREET SOUTH, DELANO, MINNESOTA 55328-8605 888-574-4678 LSI Install Help 888-438-6574 LSI Direct 763-972-5. 2014 Sheet 2 of 2 "11 Deck Support Loose Fill Protective Surfacing Subgrade00 JIIIII CI o a ao Concrete `V LO Crushed - Rock 14" 360 DETAIL STEP SUPPORT ATTACHMENT 0 1 -Step Section \ of Step (4) 3/B" x 1'/ " BHCS Support pport w/Pin w/ 3/B'PSAE Flat Washers - • • ° • • 11 1 • 601 7TH STREET SOUTH, DELANO, MINNESOTA 55328-8605 888-574-4678 LSI Install Help 888-438-6574 LSI Direct 763-972-5. 2014 Sheet 2 of 2 "11 SPI/I landscape structures• 17 '/e' Top Of 435 Hood l 1 03103 M 64" - 72" Deck PLAN VIEW/FOOTING LAYOUT Double Swoosh Slide 10 00 -r 64" - 72" o 0 DeckIr ' N iO ' - � - ao o - Typical Concrete Footing 84 5/16" - - _6'/1830 2142 18 1/,"/464 Minimum Use Zone SAFETY NOTE Choose a prolective surfacing material that has a Critical Height Value of at least the height of the Highest Accessible PartlFall Height of the adjacent equipment. (Ret. ASTM F1487.) 130401a0 ELEVATION Finished Grade Double Swoosh Slide DETAIL DETAIL SUPPORT ATTACHMENT o SURFACE MOUNT Top of `� (4),/2.. x 2 3/4..- - - -- Sliding Expansion Anchors W1 1/2" Flat Washers 'i -_ _ Support - Surface Slide - Y 2 0 & 1/Z' Standard Hex 4 (4) 3/e" Flat Washers T. o 0 0 Nuts (4) Rubber Bushings w (4)1/8" Flat Washers o 00 x1(4) 3/e. ,/4. ,� .... N a BHCS w/Pin Support Ln N Limited - Loose Fill 00 C Concrete —� ! n Thread Protective o Surfacing Lf') _M NOTE: Sufficient protective Subgrade / surfacing must cover hard- i• i'' I Crushed ware to satisfy fall hei ht y g Z) E E � �: - Mrn Rock requirements. T ical o Concrete ° � Lo Footing b' N NOTE: Prop the end of V the slide according to the proper deck height. 12' Crushed F 300 Rock PlayBooster° 130390 Double SwooshTM Slide, 64"-72" t t .t Sheet 2of2 © 2019 by Landscape Structures. All rights reserved. Document #26473700 9/& landscape structures SAFETY NOTE Choose a prolective surfacing material that has a Critical Height Value of at least the height of the Highest Accessible Part/Fall Height of the adjacent equipment. (Ref. ASTM F1487.) 172685a PLAN VIEW/FOOTING LAYOUT Typical - Concrete - —_ 640 Footing = o � M N to ------;- -- — -f --510 32" - 72„ Deck DETAIL DIRECT BURY Firepole ` 1 N Loose Fill Protective Surfacing I Subgrade Concrete Crushed Rock Firer I E 7 E �o 04 bLO DETAIL (2)'/2° x 2 3/4" SURFACE MOUNT Expansion Anchors W/ 1/z' Flat Washers & 1/2' Standard Hex \ Nuts Firepole " Concrete NOTE: Sufficient protective Crushed Rock surfacing must cover hard- ware to satisfy fall height requirements. PlayBooster"' 169317 Firepole,w/Recycled Wood Grain Molds Sheet 2 of 2 601 7TH STREET SOUTH, DELANO, MINNESOTA 55328-8605 888.574-4678 LSI Install Help 888-438-6574 LSI Direct 763-972-5200 Int. FAX (763) 972-3185 P2015 Document 11 n ° o 12„ _ 300 Firer I E 7 E �o 04 bLO DETAIL (2)'/2° x 2 3/4" SURFACE MOUNT Expansion Anchors W/ 1/z' Flat Washers & 1/2' Standard Hex \ Nuts Firepole " Concrete NOTE: Sufficient protective Crushed Rock surfacing must cover hard- ware to satisfy fall height requirements. PlayBooster"' 169317 Firepole,w/Recycled Wood Grain Molds Sheet 2 of 2 601 7TH STREET SOUTH, DELANO, MINNESOTA 55328-8605 888.574-4678 LSI Install Help 888-438-6574 LSI Direct 763-972-5200 Int. FAX (763) 972-3185 P2015 Document 11 SAFETY NOTE dhm Choose a protective surfacing material that has a Critical Height Value of at least the height of the Highest Accessible Part/Fall ISO 14001 Height of the adjacent equipment. (Ref. cerllned ASTM F1487.) landscape structures® DETAIL DIRECT BURY Top Of \ Surface Exit Section X co 00 (2) Supports "—" Exit Q " Footer Loose Fill Loose Fill Protective Protective Surfacing Surfacing a" Subgrade I: E o E ,� CO M 9 ub rade 00 _ S� _o � c E;— ON Concrete Footing O N I v Concrete Footing Crushed Crushed Rock 12" Rock La NOTE: Exit Heights may (300) (300) vary if the protective surfacing is not level. Do DETAIL not put pressure/tension SURFACE MOUNT on the entrance section when adjusting the exit \ height. Top Of Exit Section Sliding \ Surface (6) 1/2" x 2 3/4" Expansion (2) Supports Ni— Anchors & 1/2" Flat Washer o N Footer w/ 1/2" Standard Hex Nuts 4 Unitary Protective Surfacing Unitary Protective Surfacin Concrete a Slab <x Crushed j < Rock` x'Xc. NOTE: Sufficient . NOTE: Thickness of protective surfacing •�.�%�3'''' unitary protective sur- must cover hardware facing depends upon to satisfy fall height the slide deck height. requirements. On slides above 48". The exit height shall be 7" minimum. PlayBoosterO 222708 WhooshWinderTM, 72" Deck Sheet 6of7 e��ra n ren i gni asca�rssr © 2017 by Landscape Structures. All rights reserved. 9/1/t landscape structures• (4) BHCS LTHD /,e x 1 "/,e SST w/ Washer Flush D-Cut'/,fi' m DETAIL BACK TO BACK TEE CLAMPS 1/4" x 5/6" Drive Rivet DETAIL TEE CLAMP POSITION (2)Tee Clamps/Beam (A 5' Half (4)1/4" X 5/6' Drive Rivets / �. /Clamps NOTE: Use inside holes for (4) %,6 BHCS w/Pin limited thread w/D-Washer %,6 Nylok Nut w/D-Washer SAFETY NOTE Choose a protective surfacing material That has a Critical Height Value of at least the height of the Highest Accessible ParUFall ISO 14001 Height of the adjacent equipment. (Ref. Certl,lee ASTM F1487.) 167729a (4)'/16' Nylok Nut with D -Washer (2) Tee Clamps NOTE: Drill '/4" hole through tee and arch for 1/4" X 5/11" drive rivet when installing back to back tee clamps. Part Number Label Example DETAIL CONCRETE FOOTING 10 Loose Fill Protective 1 Surfacing I I .Ili �. Subgrade ill II III lllll'I CONCRETE • 1.87 Cubic Feet per Footing. - • 2000 PSI (Min.) • 3000 PSI (Min.) If Freezing Conditions Exist. 3/4" Minus/ Crushed Rock 14" Min. 360 Number Indicates Post Length Swings 221292/221293 Arch Swing Frame Sheet 2of2 October 22, 2021 R,E. Schultz Construction, Inc. 1767 North Batavia Street Orange, CA 92865 City of Newport Beach Insurance Compliance PO Box 100085 - FV Duluth, GA 30096 Reference Number: 7934-1 This Account has moved from non-compliant to COMPLIANT status and currently in compliance for certificate of insurance requirements. As of the date above, your insurance meets City of Newport Beach insurance requirements. We appreciate your efforts and those of your insurance agent in working with our insurance representatives. Please call us at (951 ) 766-2285 if you have any questions. Sincerely, City of Newport Beach Compliant Notice [CA1 ] CITY OF PROTECT IN PLACE. COSTA MESA m POWER POLE Q SCO SANITARY SEWER CLEANOUT VICTORIA ST ASPHALT CONCRETE OSMH SANITARY SEWER MANHOLE DIP: o�. m Q! FIRE HYDRANT VCP VITRIFIED CLAY PIPE WM DESIGNED KC RWV RESILIENT WEDGE VALVE PLACE ALL NEARBY IRRIGATION LINES AND TREES. REROUTE IRRIGATION IF IN CONFLICT WITH NEW WATER METER BOX &SERVICE -� -F GM GAS METER 17TH ST ED TABLE AREA. MJ MECHANICAL JOINT --�- VALVE 15TH ST COLOR LEGEND AND DETAILS, HEREON. RUBBER TURNDOWN TO SAND, PER DETAILS ON SHEET 5. NTS NOT TO SCALE INSTALL NEW PLAY EQUIPMENT PER MANUFACTURER'S SPECIFICATIONS AND CONTRACT DOCUMENTS. POWER POLE ANCHOR RT.RING PA c/F/c oU6-A v VICINITY MAP NOT TO SCALE JOHN WAYNE 1� AIRPORT i CITY OF IRVINE 1�i`11VERSiZY VE DR CP213 F y vzll- SYMBOL LEGEND O PROTECT IN PLACE. ABBREVIATIONS — POWER POLE Q SCO SANITARY SEWER CLEANOUT AC ASPHALT CONCRETE OSMH SANITARY SEWER MANHOLE DIP: DUCTILE IRON PIPE REMOVE EXISTING WEAR COURSE AND CUSHION LAYER, INCLUDING TURNDOWN. FIRE HYDRANT VCP VITRIFIED CLAY PIPE WM DESIGNED KC RWV RESILIENT WEDGE VALVE PLACE ALL NEARBY IRRIGATION LINES AND TREES. REROUTE IRRIGATION IF IN CONFLICT WITH NEW WATER METER BOX &SERVICE CHECKED DATE GM GAS METER FE FLANGED END TABLE AREA. MJ MECHANICAL JOINT --�- VALVE COLOR LEGEND AND DETAILS, HEREON. RUBBER TURNDOWN TO SAND, PER DETAILS ON SHEET 5. NTS NOT TO SCALE INSTALL NEW PLAY EQUIPMENT PER MANUFACTURER'S SPECIFICATIONS AND CONTRACT DOCUMENTS. POWER POLE ANCHOR RT.RING TIGHT PLAY EQUIPMENT BY LANDSCAPE STRUCTURES CONTACT: COAST RECREATION, GREGG ROGERS MONUMENT STL STEEL -x -x -x- FENCE ABAND ABANDONED PER DETAILS. BLOCKWALL IP&T IRON PIPE AND TAG 4 -INCH THICK REGULAR GRAY CONCRETE FLAT WORK PER CITY STANDARD DRAWING NO. MON MONUMENT 180. CONCRETE CONTACT JOINTS AND DOWELING OF NEW CONCRETE TO EXISTING CONCRETE SHALL TREE BE PER CITY STANDARD DRAWING NO. 108. CATV CABLE TV }3 SHRUBBERY (MODEL NO. QR-42FC3-ADA WITH NATURAL FINISH COLOR). DWY DRIVEWAY FURNISH AND INSTALL NEW CONCRETE TABLE (STANDARD). PRODUCT. SHALL BE MANUFACTURED BY ASPHALT PAVEMENT CO' CLEANOUT (SEWER) QCP (MODEL NO. QR-.42FC WITH NATURAL FINISH COLOR). BRICKWALK ARV AIR RELIEF VALVE REMOVE PORTION OF EXISTING CONCRETE WALL. DRY SAK . THE EDGE OF THE REMAINING WALL TO B/APPR BACK OF ALLEY APPROACH PROVIDE A UNIFORM FINISH. CONTRACTOR TO CUT AND CAP EXISTING ELECTRICAL CONDUIT AND CONCRETE REMOVE UNNECESSARY APPURTENANCES. CONSTRUCT CONCRETE AND RUBBER TURNDOWN TO SAND, EV ELECTRICAL VALVE PER DETAILS ON SHEET 5. BUILDING 10 REMOVE RUST AND PAINT EXISTING HAND RAILS TO MATCH EXISTING. swm SIDEWALK EXISTING CONSTRUCTION WWF WELDED WIRE FABRIC — - - PROPERTY LINE MLCCSP MORTAR LINED CEMENT COATED PLACE, SPREAD, AND LEVEL CITY -SUPPLIED SAND PER CONTRACT DOCUMENTS. SAND LAYER SHALL STEEL PIPE REACH THE SPECIFIED HEIGHT AS NOTED ON THE PLAY EQUIPMENT OR A MINIMUM OF 18 INCHES NEW CONSTRUCTION THICK. RCSCP REINFORCED CONCRETE STEEL CYLINDER PIPE --- _ CENTERLINE C) 4"A.C. CORING INFORMATION - ---S _- -- SEWER LINE MCWD MESA CONSOLIDATED WATER DISTRICT -----W----- WATER LINE - - _G _ - - GAS LINE 16 E POWER LINE T TELEPHONE LINE —CATV CABLEVISION LINE SP SPRINKLER SYSTEM STREET LIGHT -� SIGN GARAGE OPENING WINDOW SPRINKLER CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG SOUTHERN CALIFORNIA GAS COMPANY (800)-427-2200 (800)-427-2200 SOUTHERN CALIFORNIA EDISON COMPANY (800)-611-1911 (800)-611-1911 AT&T 611 611 CITY OF NEWPORT BEACH PUBLIC WORKS (949)-6443311 (949)--644-3717 ORANGE COUNTY SANITATION DISTRICT (714)-962-2411 TIME WARNER CABLE 714)•-338-w-2060 (714)---388-2000 UNDERGROUND SERVICE ALERT 800)--422--4133 (800)-422-4133 MESA CONSOLIDATED WATER DISTRICT (949)-574-1000 (949)-631-1200 -.,,-w-`PAR"lrlMEN I "t-4 " W""R CONTRACT NO. 7934-1 rl APPROVED: / —DIRECTOR OF PUBLIC APPROVED: R.C.E. NO. 47961 4 4 w Lu fo0 W G��p lP 1 y 0 cQ��E wN �p caRg6 Mp � S ° SALUD LL q e� F a x BONITA CREEK PARII DATE: �J DATE: zn 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. W 0 THE DRAWINGS BUT CALLED FOR IN THE SPECIFICATIONS, ANY WORK NOT INDICATED N OR VICE -VERSA, SHALL BE FURNISHED AND PERFORMED AS THOUGH SPECIFICALLY INDICATED AND CALLED FOR IN 80TH. 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. CURI llqSTRUCTlvi*i iNuTES TITLE SHEET ❑2 BONITA CREEK PARK DEMO/CONSTRUCTION PLANS 0 BONITA CREEK PARK - PLAY EQUIPMENT ® COOLTOPPER FOOTING DESIGN �5 DETAILS O PROTECT IN PLACE. REMOVE EXISTING PLAY EQUIPMENT AND APPURTENANCES.. CONTRACTOR SHALL RETURN ALL PLAY C-7934-1 PANELS TO THE RECREATION AND SENIOR SERVICES DEPARTMENT (BRASON ALEXANDER REVIEWED BY: TITLE SHEET io� 949-644-3150). ALL OTHER ,COMPONENTS SHALL BE DISPOSED OF BY CONTRACTOR. TOM SANDE R, P.E. ASSISTANT CITY ENGINEER O REMOVE EXISTING WEAR COURSE AND CUSHION LAYER, INCLUDING TURNDOWN. PLAYGROUND IMPROVEMENTS RECREATION AND SENIOR SERVICES O REMOVE EXISTING SOD AND PREPARE FOR NEW 4 -INCH THICK CONCRETE FLATWORK. PROTECT IN DESIGNED KC DRAWN KC CITY OF NEWPORT BEACH P— 7— PLACE ALL NEARBY IRRIGATION LINES AND TREES. REROUTE IRRIGATION IF IN CONFLICT WITH NEW PUBLIC WORKS DEPARTMENT SHEET OF 5 CHECKED DATE IMPROVEMENT. ADJUST EXISTING SPRINKLER HEADS AS NECESSARY TO PREVENT SPRAYING NEW NEW PT in .mN gn9i TABLE AREA. QCONSTRUCT 3.5 -INCH THICK CUSHION LAYER AND 0.5 -INCH THICK WEAR COURSE PER MATERIAL AND COLOR LEGEND AND DETAILS, HEREON. RUBBER TURNDOWN TO SAND, PER DETAILS ON SHEET 5. O INSTALL NEW PLAY EQUIPMENT PER MANUFACTURER'S SPECIFICATIONS AND CONTRACT DOCUMENTS. PLAY EQUIPMENT BY LANDSCAPE STRUCTURES CONTACT: COAST RECREATION, GREGG ROGERS (949-633-T-1180), SEE SHEET 3. REPAIR DAMAGED AREAS TO MATCH ADJACENT EXISTING SURFACE PER DETAILS. OCONSTRUCT 4 -INCH THICK REGULAR GRAY CONCRETE FLAT WORK PER CITY STANDARD DRAWING NO. 180. CONCRETE CONTACT JOINTS AND DOWELING OF NEW CONCRETE TO EXISTING CONCRETE SHALL a BE PER CITY STANDARD DRAWING NO. 108. : FURNISH AND INSTALL NEW CONCRETE TABLE (ADA). PRODUCT SHALL BE MANUFACTURED BY QCP E (MODEL NO. QR-42FC3-ADA WITH NATURAL FINISH COLOR). O FURNISH AND INSTALL NEW CONCRETE TABLE (STANDARD). PRODUCT. SHALL BE MANUFACTURED BY QCP (MODEL NO. QR-.42FC WITH NATURAL FINISH COLOR). O REMOVE PORTION OF EXISTING CONCRETE WALL. DRY SAK . THE EDGE OF THE REMAINING WALL TO PROVIDE A UNIFORM FINISH. CONTRACTOR TO CUT AND CAP EXISTING ELECTRICAL CONDUIT AND REMOVE UNNECESSARY APPURTENANCES. CONSTRUCT CONCRETE AND RUBBER TURNDOWN TO SAND, PER DETAILS ON SHEET 5. 10 REMOVE RUST AND PAINT EXISTING HAND RAILS TO MATCH EXISTING. 11 REMOVE AND DISPOSE 12 -INCHES OF EXISTING SAND. 12 PLACE, SPREAD, AND LEVEL CITY -SUPPLIED SAND PER CONTRACT DOCUMENTS. SAND LAYER SHALL REACH THE SPECIFIED HEIGHT AS NOTED ON THE PLAY EQUIPMENT OR A MINIMUM OF 18 INCHES Y THICK. 13 INSTALL ROOT BARRIER. SEE SPECIFICATIONS FOR DETAILS. 1 `I INSTALL 3/8 -INCH EXPANSION JOINT MATERIAL PER CITY STANDARD NO. 180. 15 PAINT 2 -INCH CONTRASTING MARKING STRIPE ON EXISTING LOW -WALL. PAINT SHALL BE WATERBORNE TRAFFIC LINE, TYPE I (RAPID DRY), YELLOW, AND WITH GLASS BEADS. 16 RECONSTRUCT EXISTING DAMAGED 4 -INCH THICK CONCRETE, AS DIRECTED BY ENGINEER. { TITLE SHEET ❑2 BONITA CREEK PARK DEMO/CONSTRUCTION PLANS 0 BONITA CREEK PARK - PLAY EQUIPMENT ® COOLTOPPER FOOTING DESIGN �5 DETAILS C-7934-1 APPROVAL RECOMMENDED BY: REVIEWED BY: TITLE SHEET io� 2020-2021 TOM SANDE R, P.E. ASSISTANT CITY ENGINEER LAURA DETWEILER J' DIRECTOR DATE 7t -,le- I y, -2-4oa-i PLAYGROUND IMPROVEMENTS RECREATION AND SENIOR SERVICES DESIGNED KC DRAWN KC CITY OF NEWPORT BEACH P— 7— lPEPARTMENT DATE J PUBLIC WORKS DEPARTMENT SHEET OF 5 CHECKED DATE PT in .mN gn9i ---------------- 12 P O r \ I I I N2,180 SF TOTAL 15 O \ \ III I I I HID GB 4 I I I I I I —13 SF I I —22 SF \ /� 14 V n 4 GB V-22 SF —13 SF 5 1,515 SF TOTAL (INCLUDES —255 SF TURNDOWN) \/ ✓ 5 12 MATERIAL AND COLOR LEGEND GB STANDARD WEAR COURSE GREEN 60%, BLACK 40% HD HIGH DENSITY THERMAL PLASTIC VULCANIZED WEAR COURSE * NOTE TO CONTRACTOR: CONTRACTOR SUBDRAIN LOCATIONS/DEPTHS PRIOR TO OF PLAY EQUIPMENT FOOTINGS, TYPICAL. 15 0 7 P (E) TREE TREE PROTECTION a ZONE PER SHEET 5 —465 SF a (E) TREE Q; PTREE PROTECTION _ ZONE PER rk SHEET 5 BONITA CREEK PARK CONSTRUCTION PLAN SCALE 1" = 10' (E) LIGHTS (E) SUBDRAIN* (E) LOW WALLS <P TYP. SHALL VER FY INSTALLATION (E) LOW WALLS ( P TYP. 2,180 SF TOTAL - - ------- - -- -- ---------------- - 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. O REMOVE EXISTING WEAR COURSE AND CUSHION LAYER, INCLUDING TURNDOWN. O REMOVE EXISTING SOD AND PREPARE FOR NEW 4—INCH CONCRETE FLATWORK. PROTECT IN PLACE ALL NEARBY IRRIGATION LINES AND TREES. REROUTE IRRIGATION IF IN CONFLICT WITH NEW IMPROVEMENT. ADJUST EXISTING SPRINKLER HEADS AS NECESSARY TO PREVENT SPRAYING NEW NEW TABLE AREA. O CONSTRUCT 3.5—INCH THICK CUSHION LAYER AND 0.5—INCH THICK WEAR COURSE PER MATERIAL AND COLOR LEGEND AND DETAILS, HEREON. RUBBER TURNDOWN TO SAND, PER DETAILS ON SHEET 5. 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), SEE SHEET 3. REPAIR DAMAGED AREAS TO MATCH ADJACENT EXISTING SURFACE PER DETAILS. d 4 d a O CONSTRUCT 4—INCH THICK REGULAR GRAY CONCRETE FLAT WORK PER CITY STANDARD DRAWING NO. 180. CONCRETE CONTACT JOINTS AND DOWELING OF NEW CONCRETE TO EXISTING CONCRETE SHALL BE PER CITY STANDARD DRAWING NO. 108. O FURNISH AND INSTALL NEW CONCRETE TABLE (ADA). PRODUCT SHALL BE MANUFACTURED BY QCP (MODEL NO. QR-42FC3—ADA WITH NATURAL FINISH COLOR). O FURNISH AND INSTALL NEW CONCRETE TABLE (STANDARD). PRODUCT SHALL BE MANUFACTURED BY O QCP (MODEL NO. QR-42FC WITH NATURAL FINISH COLOR). REMOVE PORTION OF EXISTING CONCRETE WALL. DRY SAK THE EDGE OF THE REMAINING WALL TO PROVIDE A UNIFORM FINISH. CONTRACTOR TO CUT AND CAP EXISTING ELECTRICAL CONDUIT AND REMOVE UNNECESSARY APPURTENANCES. CONSTRUCT CONCRETE AND RUBBER TURNDOWN TO SAND, PER DETAILS ON SHEET 5. 10 REMOVE RUST AND PAINT EXISTING HAND RAILS TO MATCH EXISTING. 11 REMOVE AND DISPOSE 12—INCHES OF EXISTING SAND. 12 PLACE, SPREAD, AND LEVEL CITY—SUPPLIED SAND PER CONTRACT DOCUMENTS. SAND LAYER SHALL REACH THE SPECIFIED HEIGHT AS NOTED ON THE PLAY EQUIPMENT OR A MINIMUM OF 18 INCHES THICK. 13 INSTALL ROOT BARRIER. SEE SPECIFICATIONS FOR DETAILS. 14 INSTALL 3/8—INCH EXPANSION JOINT MATERIAL PER CITY STANDARD NO 180. 15 PAINT 2—INCH CONTRASTING MARKING STRIPE ON EXISTING LOW—WALL. PAINT SHALL BE WATERBORNE TRAFFIC LINE, TYPE I (RAPID DRY), YELLOW, AND WITH GLASS BEADS. 16 RECONSTRUCT EXISTING DAMAGED 4—INCH THICK CONCRETE, AS DIRECTED BY ENGINEER. P ) (E) RAMP AND HANDRAIL -' --- ---- ---- I I I -- - I l l i III ' P (E) STEPS AND HANDRAIL I I ` I I i�l I I I I I - 9 Ii - --- -- Q LOW WALL; -------\ -------------- --- - - +--- - --- - --- AND LIGHT I � H P (E) TREE --- 'r: � —1,500 SF TOTAL --------- ' a r (INCLUDES —240 SF -� TURNDOWN) 1 1 � I� 3 P 11 ;y —2,180 SF TOTAL _�� (E) IRRIGATION LINES P (E) TREE (E) LOW (E) LIGHTS WALL, TYP. BONITA CREEK PARK DEMOLITION PLAN SCALE 1" = 10' DATE I BY DESCRIPTION REVISIONS REVIEWED BY: TOM SANDEFUR, P.E. ASSISTANT CITY ENGINEER DATE APP'D. DESIGNED DRAWN KC KC CHECKED DATE PT 10 JUN 2021 m C-7934-1 w BONITA CREEK PARK DEMO / CONSTRUCTION PLANS CITY OF NEWPORT BEACH P -5267-S PUBLIC WORKS DEPARTMENT SHEET 2 OF 5 57'-611 25 ACE TOTAL ELEVATED PLAY COMPONENTS 6 45'-6" PlayBooster®--------------------- — —= = --------------------------------- — 7 -- (2-5 years) Max Fall Height: 51 inches --- 169319 1 -111362 ' i ` \ 1---- 2-5 YEARS i TALK TUBE 40' TUBING KIT i � TRANSFER J POINT i i L 172665 I 1 LOOP POLE W/RECYCLED WOOD -GRAIN HANDHOLDS 0 L ------------------- 152911 LEFT TRANSFER / i MODULE �-1$Z50-3------ Q // ` WELCOME SIGN / 1301 / (LSI PROVIDED) TALK TUBE 5 12 YEARS 0=0 I 4 j 219509 RECYCLED TOTAL GEOPLEX ' REQUIRED 3 153076 WOOD -GRAIN 116246 REQUIRED 2 DECK LINK DIFFERENT TYPES OF GROUND LEVEL COMPONENTS MINI SUMMIT LUMBER PANEL 32" STEP product certification, visit wwwJpema.orq 8" RISE KICKPLATE THIS PLAY AREA & PLAY EQUIPMENT IS CLIMBER 173566 LADDER ` (T.K.P.1) QTY. ( 1) ASSUMING AN ACCESSIBLE PROTECTIVE 169319 KALEIDOSPIN __ CYCLED 169317 _ WO -GRAIN 11 65 PANEL UTILIZED IN THE FINAL DESIGN. PLEASE VERIFY ALL LUMa PANEL WOOD -GRAIN 0-4 6"/8" RISE KICKPLATE HANDHOLDS HAS A CRITICAL T-IGHT VALUE TO MEET TH- MAXIMUM FALL HEIGHT FOR THE EQUIPMEN- (REF. 42" R @ GRADE PERFORMANCE SPECIFICA ION FOR PLAY�ROUNO EQUIPMENT FOR -JUBLIC USE, SECTION 8 CURRENT 207581 II THE ASCENT - 2 (K.P.1) QTY. ( ) j ROCK ACCESSIBLE/PROTECTIVE SURFACING TO BE A COMBINATION OF UNITARY AND BRI GE77 DESIGNED BY: CBA TRANSFER LANDSCAPE STRUCTURES, INC. � 00 11466 42" CH I POINT B DGE /%-;'= 1 1 39389-01 -01 120818 Date Previous Drawing # AYSTRUCTUR I 123331 (BELOW DECK), I _ 120818 184354 �I DOUBLE SEAT 4 (BELOW DECK) LEFT SLIDE - 6 I TRANSFER 40 MODULE 1 PB 2-5 YRS i I 169319 136488 RECYCLED INTEGRATED COOL WOOD-GRAIN TOPPER FULL SAIL LUMBER PANEL 60"BURY ON POST 173564 169318 111363 � NOTE: THE COOLTOPPER FULL SAIL Ll OPTIGEAR PANEL WOOD PLANK TALKTUBE IS NOT IPEMA CERTIFIED @ GRADE WIGGLE LADDER DIRECT BURY 6"/8" RISE KICKPLATE ---_ (K.P.1) QTY. ( - - - - ----- I 124863 SLIDEWINDER2 ' --"" ' --------------------------------------------------------------------------- 182503 - -� WELCOME SIGN ¢ (LSI PROVIDED) 1 -111362 ' i ` \ 1---- 2-5 YEARS i TALK TUBE 40' TUBING KIT i � TRANSFER J POINT i i L 172665 I 1 LOOP POLE W/RECYCLED WOOD -GRAIN HANDHOLDS 0 L ------------------- 152911 LEFT TRANSFER / i MODULE �-1$Z50-3------ Q // ` WELCOME SIGN / 1301 / (LSI PROVIDED) TALK TUBE 5 12 YEARS 0=0 I 130390 DIRECTIBURY DOUBLE I Ji SWOOSH SLIDE - - - - � Ib 1 I I I FULL BL I I W/TEND I I i I I 221292 j 5" ARCH SWING FULL BL W/TENDEI / 8' BEA 1 I I I I 169319 RECYCLED WOOD -GRAIN LUMBER PANEL `� 115253 � I -;------J 136488 \\ INTEGRATED COOL TOPPER FULL SAIL � 60"BURY ON POST TE: THE COOLTOPPER FULL SAIL IS NOT IPEMA CERTIFIED I-111812 HEADFORM SET ----_------- 8" RISE KICKPLATE (T. K.P.1) QTY. ( I ) TOTAL 4 j 219509 REQUIRED 0 TOTAL GEOPLEX 4 REQUIRED 3 CLIMBER 152907 3 REQUIRED 2 DECK LINK DIFFERENT TYPES OF GROUND LEVEL COMPONENTS 3 W/BARRIERS & 1 I .OG STACK CLI BER i I product certification, visit wwwJpema.orq STEEL END PANELS THIS PLAY AREA & PLAY EQUIPMENT IS I HAND LDS i I � I � I ONE STEP PlayBooster® I I (5-12 years) ASSUMING AN ACCESSIBLE PROTECTIVE 169319 I __ CYCLED 169317 _ WO -GRAIN FIREPOLE W/RECYCLED UTILIZED IN THE FINAL DESIGN. PLEASE VERIFY ALL LUMa PANEL WOOD -GRAIN 0-4 SHOULD NOT FACE THE POT AFTERNOON SFF. HANDHOLDS HAS A CRITICAL T-IGHT VALUE TO MEET TH- MAXIMUM FALL HEIGHT FOR THE EQUIPMEN- (REF. I PERFORMANCE SPECIFICA ION FOR PLAY�ROUNO EQUIPMENT FOR -JUBLIC USE, SECTION 8 CURRENT 207581 II THE ASCENT - 2 IT MUST BE -ILEO OR SLOP -D 1/8" TO 1/4" PER ROCK ACCESSIBLE/PROTECTIVE SURFACING TO BE A COMBINATION OF UNITARY AND LOOSE FILL MATERIALS. DESIGNED BY: CBA COPYRIGHT: 4/30/21 LANDSCAPE STRUCTURES, INC. � 00 11466 42" CH I B DGE /%-;'= 1 1 39389-01 -01 120818 Date Previous Drawing # AYSTRUCTUR I SEAT (BELOW DECK), I 120818 PLAYSTRUCTURE SEAT � 222708 (BELOW DECK) WHOOSHWINDER 130390 DIRECTIBURY DOUBLE I Ji SWOOSH SLIDE - - - - � Ib 1 I I I FULL BL I I W/TEND I I i I I 221292 j 5" ARCH SWING FULL BL W/TENDEI / 8' BEA 1 I I I I 169319 RECYCLED WOOD -GRAIN LUMBER PANEL `� 115253 � I -;------J 136488 \\ INTEGRATED COOL TOPPER FULL SAIL � 60"BURY ON POST TE: THE COOLTOPPER FULL SAIL IS NOT IPEMA CERTIFIED I-111812 HEADFORM SET ----_------- 8" RISE KICKPLATE (T. K.P.1) QTY. ( I ) TOTAL ELEVATED COMPONENTS ACC ESSIB LE BY RAMP 0 REQUIRED 0 TOTAL ELEVATED COMPONENTS ACCESSIBLE BY TRANSFER 4 REQUIRED 3 TOTAL ACCESSIBLE GROUND LEVEL COMPONENTS SHOWN 3 REQUIRED 2 TOTAL DIFFERENT TYPES OF GROUND LEVEL COMPONENTS 3 REQUIRED 3 BONITA CREEK PARK - PLAY EQUIPMENT NOT TO SCALE HOLE PANEL I PLAY COMPONENTS 8 (BELOW DECK) I ELEVATED COMPONENTS ACCESSIBLE BY RAMP 0 (I 11 ELEVATED COMPONENTS ACCESSIBLE BY TRANSFER 5 221293 ACCESSIBLE 5" ARCH SWING TOTAL ADDITIONAL BAY li I 183193 ' these campcnents conform to the 1 I .OG STACK CLI BER i I product certification, visit wwwJpema.orq --- --------- ------------- r -i- WJWOOD- AIN � THIS PLAY AREA & PLAY EQUIPMENT IS I HAND LDS i I � I � I UNLESS OTHERWISE NOTED ON PLAN. PlayBooster® I I (5-12 years) ASSUMING AN ACCESSIBLE PROTECTIVE Max Fall Height: 96 inches WITHIN THE ENTIRE USE ZONE. 57'-6" (E) ACCESS RAMP I I 138 CET SEAT JFF CHAINS HEIGHT 138 CET SEAT JFF CHAINS HEIGHT 174018 BELT SEAT W/TENDERTUFFCHAINS 8' BEAM HEIGHT 174018 BELT SEAT W/TENDERTUFFCHAINS 8' BEAM HEIGHT STAIRS Bonita Creek Park Newport Beach, CA ACCE>OF ROUTRA AREA OF ACCESS BLE/PROTECTIVE SURFACING (POURED -IN-PLACE SUGGESTED) 1 'Z-4 SQ.� AREA OF LOOSE FILL PROTECTIVE SURFACING (SAND PROPOSED) 2162 SQ. FT. TOTAL ELEVATED PLAY COMPONENTS 8 TOTAL ELEVATED COMPONENTS ACCESSIBLE BY RAMP 0 TOTAL ELEVATED COMPONENTS ACCESSIBLE BY TRANSFER 5 TOTAL ACCESSIBLE GROUND LEVEL COMPONENTS SHOWN 3 TOTAL DIFFERENT TYPES OF GROUND LEVEL COMPONENTS 3 Coast Recreation, Inc. Gregg Rogers 512 ACF REQUIRED 0 REQUIRED 4 REQUIRED 3 REQUIRED 3 SYSTEM TYPE: PlayBooster DRAWING #: 1139389-01-03 DATE I BY I DESCRIPTION REVISIONS A& landscape structures° p& PLgy� CE T IED a 39yG�q o DeP�o2 �/RERS p`'S The play compon�--s i—nt "ied c - this plo- ere IPEMA certFied. (finless model ii-n5er is preceded with *; The use and layout of these campcnents conform to the requirements of ASTM F1437. To veri"y product certification, visit wwwJpema.orq THIS PLAY AREA & PLAY EQUIPMENT IS DESIGNED FOR AGES 212 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 CONCEDTUAL PLAN WAS BASED ON INFORMATION AVAILABLE TO US, PRIOR TO CONSTRUCTION, DETAILED SIT- INFORMATION INCLUDING SITE DIMENSIONS, TOPOGRAPHY-XISTINC UTILITIES, SOIL CONDI-IONS, AND DRAINAGE SCLUTIONS SHOULD BE OBTAINED, -VALUATED, & UTILIZED IN THE FINAL DESIGN. PLEASE VERIFY ALL DIMENSICNS OF PLAY AREA, SIZE, ORIENTATION, AND LOCATION OF ALL EXISTING UTILITIES, EQUIPM-NT, AND SITE FLRNISHINGS PRIOR TO ORDERING. SLIDES SHOULD NOT FACE THE POT AFTERNOON SFF. CHOOSE A PROTECTIVE SURFACING MATERIAL THA HAS A CRITICAL T-IGHT VALUE TO MEET TH- MAXIMUM FALL HEIGHT FOR THE EQUIPMEN- (REF. ASTM F1487 STANDARD CONSUMER SAFETY PERFORMANCE SPECIFICA ION FOR PLAY�ROUNO EQUIPMENT FOR -JUBLIC USE, SECTION 8 CURRENT REVISION). THE SUBSLRFACE MUST BE WELL DRAIN -D. IF THE SOIL EOES NOT ERAIN NATURALLY IT MUST BE -ILEO OR SLOP -D 1/8" TO 1/4" PER FOOT TO A S ORM S-WER OR A "FRENG H DRAIN". ACCESSIBLE/PROTECTIVE SURFACING TO BE A COMBINATION OF UNITARY AND LOOSE FILL MATERIALS. DESIGNED BY: CBA COPYRIGHT: 4/30/21 LANDSCAPE STRUCTURES, INC. 701 7`'r STR-ET SOU -H - :).C. BOX 198 DELANO, MINNESOTA 55328 PJ: "-JA0-328-0035 FAX: 1-763-972-6091 CR /%-;'= 1 1 39389-01 -01 Date Previous Drawing # Initials E�� ISO 14001:2015 REVIEWED BY: TOM SANDEFUR, P.E. ASSISTANT CITY ENGINEER DATE APP'D. DESIGNED DRAWN KC KC CHECKED DATE PT 10 JUN 2021 Certified C-7934-1 BON ITA CREEK PARK PLAY EQUIPMENT CITY OF NEWPORT BEACH P -5267-S PUBLIC WORKS DEPARTMENT SHEET 3 OF 5 E CT 1,7 C7 Structural Notes Work Scope T CD NOTES TO CONTRACTOR: * THS SHEET SHALL NOT BE USED TO REFERENCE PLAY EQUIPMENT COMPONENTS. SEE SHEET 3. F NAL FINSH N G SURFACE SHALL BE PER SHEET 2 Structural work scope presented in this drawing is limited to the design of the 5" DIA. steel posts AND SAND BELOW FOOTNG SHALE BE COMPACTED TO 95%• toLn z'� � _ _0 2i XM for the CoolToppers, as well as the associated concrete footings. Structural design is limited to wind +� M LL CM I J o 4] >� D ir ' and seismic loads only. 152911 r m LEFT :210 v J TRANSFER TRANSFER f \ POINT U MODULE ESS1o� SCyG�CFy r CV C10 8 ---- 03/24/2029 LO Building Building Code Used For Design / I L 24 130390 , DOUBLE ❑ 172665 (10 32 2019 California Building Code (2019 CSC} U I LOOP POLE W/RECYCLED 169319 1 WOOD -GRAIN L HANDHOLDS RECYCLED J J 1 153076 WOOD -GRAIN 116246 1 \ Load Criteria ------ I MINI SUMMIT LUMBER PANEL 32" STEP r 40 219509 I CLIMBER 173566 LADDER I 1. Wind Load per Specifications 2019 CBC (ASCE 7-I6):' GEOPLEX I KALEIDOSPIN Basic Wind Speed 95 mph (Ultimate Wind Speed) "C" I42" 152907 11 65 PANEL A ®GRADE 1 , BuildingExposure 1 DECK LINK BRIDGE J TRANSFER Risk Category II f 1 PAINT 1 , 2. Seismic Criteria per 2019 CSC (ASCE 7-16): 1 S100 ! ONE STEP 3 2 ` 184354 So, = 1.108 S,, =0.593 123331I DOUBLEI I 4g 24 0Site FT I Class D SLIDE I l 1 FIREPOLE W/RECYCLED O J 1 1 TRANSFER MODULE Risk Category II WOOD -GRAIN `. 1 � 1 I P8 2-5YRS (no geotech report performed) Seismic Design Category D } Id?i -� 169319 7 1 1 J 1 RECYCLED 3. Structural calculations based on Landscape Structures drawing (Drawing 4 1139389-01-02) dated l 136488 I I 1 169319 2 PANEL 1 l 03-02-2021. INTEGRATED COOL I I ROCK RECYCLED S100 WOOD -GRAIN ' 1 TOPPER FULL SAIL I LUMBER PANEL 1 HOLE PANEL 60"BURY ON POST I 173564 �. 169318 j J Structural Steel NOTE: THE COOLTOPPER FULL SAIL I LH OPTIGEAR PANEL WOOD PLANK IS NOT IPEMA CERTIFIED I @ GRADE WIGGLE LADDER 1 1. Steel pipes shall meet the requirements of ASTM A500 Grade B (Fy = 42 ksi). \ 1 42" CH J DOEtl LH 1 i 12 818 � Y55EAT TRUCTUR • 2. Steel members are designed per the "Steel Construction Manual" Fifteenth Edition. � — I 124863 (BELOW DECK ` 120818I I SLIDEWINDER2 PLAYSTRUCTURf _ � G STACK CLIMBER SEAT W/WOOD-GRAIN 1 222708 (BELOW DECK) HANDHOLDS ' Concrete , ------------------------------------ ' WHOQSHWINDER-------------------------------- C-- 1 136488 INTEGRATED COOL 1. Cast -in-place, and existing concrete strength is assumed to be f'c = 3040 psi, normal weight, TOPPER FULL SAIL 60"BURY ON POST minimum. NOTE: THE COOLTOPPER FULL SAIL ' — — N112. r , Concrete designed per ACI 318-14. Z Reinforcing Steel 1. Minimum Strength, Fy = 60 ksi. 2. 3" minimum cover. Soil 1. The lateral soil bearing pressure is assumed to be p W 100 psflft. 2. The soil bearing pressure is assumed to be 6 = 1500 psf. COOLTOPPER 2-5 YEARS PLAN T.S. 17'-5' *Shade and other Play Structure Elements (By others) i 4 a y 4 5 4 Y DIA. x 0.120" THK. Steel Post **Loose Fill Protective { Surfacing . ti2 Subgrade Concrete (9) #5 Bars, Each Way, Top and Bottom SECTION N.T.S. BONITA CREEK PARK - COOLTOPPER FOOTING NOT TO SCALE 0. .y- • . ,..s IIII m t IIIII �:' 1 ❑ Lil +�k 111 Tr Clear Wel Arained Crushed *** - BO" Sq. Stone and Sand (By Others) COOLTOPPER (5-12 YEARS) PLAN N.T.S. T CD NOTES TO CONTRACTOR: * THS SHEET SHALL NOT BE USED TO REFERENCE PLAY EQUIPMENT COMPONENTS. SEE SHEET 3. F NAL FINSH N G SURFACE SHALL BE PER SHEET 2 WEEEDRA NED CRUSHED STONE AND SAND BELOW FOOTNG SHALE BE COMPACTED TO 95%• toLn z'� � _ _0 2i XM Q +� M LL CM I J o 4] >� D ir ' 152911 r m LEFT :210 v J TRANSFER TRANSFER \ POINT U MODULE ESS1o� SCyG�CFy r CV C10 8 Lo 03/24/2029 LO v L 24 130390 , DOUBLE ❑ 172665 (10 32 SWOOSH SLIDE U I LOOP POLE W/RECYCLED 1 1 WOOD -GRAIN L HANDHOLDS J J ------ ------ r_ -V 7­4 ------------�-- r 40 219509 I GEOPLEX CLIMBER 152907 1 DECK LINK J l W/BARRIERS & } STEEL END PANELS 1 S100 ! ONE STEP ` I 169319 56 I 169317 CYCLEDWO -GRN l 1 FIREPOLE W/RECYCLED LIM11 PANEL WOOD -GRAIN 1 I �4 1— HANDHOLDS } Id?i 169319 7 1 1 RECYCLED 1 72 2 PANEL THEE ASCENT ASC I LUMBER ROCK 115253 +` 1V HOLE PANEL \ (BELOW DECK) J 11466 1 42" CH J DOEtl i 12 818 � Y55EAT TRUCTUR � (BELOW DECK ` 120818I 183193 1 PLAYSTRUCTURf _ � G STACK CLIMBER SEAT W/WOOD-GRAIN 1 222708 (BELOW DECK) HANDHOLDS ' ' WHOQSHWINDER-------------------------------- C-- 1 136488 INTEGRATED COOL TOPPER FULL SAIL 60"BURY ON POST NOTE: THE COOLTOPPER FULL SAIL IS NOT IPEMA CERTI5�1� — — r � COOLTOPPER (5-12 YEARS) PLAN N.T.S. 2021 Larson Engineering, Inc. All rights reserved. REVIEWED BY: T CD NOTES TO CONTRACTOR: * THS SHEET SHALL NOT BE USED TO REFERENCE PLAY EQUIPMENT COMPONENTS. SEE SHEET 3. F NAL FINSH N G SURFACE SHALL BE PER SHEET 2 WEEEDRA NED CRUSHED STONE AND SAND BELOW FOOTNG SHALE BE COMPACTED TO 95%• 2021 Larson Engineering, Inc. All rights reserved. REVIEWED BY: No. Date T CD Project#: 11210201 Drawn by: DJC Checked by: KTS CM CD CO U toLn z'� � _ _0 2i XM Q +� M LL CM Y/J J o 4] LCD D ir 0 J CO r m � W :210 v m MW Z 4 U Op?,oF ESS1o� SCyG�CFy CV S5608 }' Lo 03/24/2029 LO v L C +� C ❑.. = ❑ (10 U L J No. Date Description Project#: 11210201 Drawn by: DJC Checked by: KTS CM S100 U � � Qy N Q rymv� W L L CL v m � Z 4 U Op?,oF ESS1o� SCyG�CFy LU S5608 rn CTURP� �F- 9 OFCAUIF 03/24/2029 No. Date Description Project#: 11210201 Drawn by: DJC Checked by: KTS Sheet Title: Foundation Plan S100 TOM SANDEFUR, P.E. ASSISTANT CITY ENGINEER DATE DATE BY DESCRIPTION APP'D. DESIGNED DRAWN KC KC REVISIONS CHECKED DATE PT 10 JUN 2021 C-7934-1 BON ITA CREEK PARK COOLTOPPER FOOTING CITY OF NEWPORT BEACH P -5267-S PUBLIC WORKS DEPARTMENT SHEET 4 OF 5 so 1E u iCT J Cn 0 NEW OR EXISTING BASE 5" WEAR COURSE EW OR EXISTING POST STIMNIURJAPERED AT NMN SHION LAYER �XISTI�G UB— ASE OR POST FOUNDATION DETAIL A - POST EDGE INSTALLATION N.T.S 5" WEAR COURSE 4 4 4 4" P.C.C. BASE OR BASE TO MATCH EXISTING 3.5" CUSHION LAYER 5.5"- Z4 .5"- DETAIL D - FLUSH MOUNT CONSTRUCTION TO EXISTING CURB/S I DWALK/WALL N.T.S EX. CONCRETE CURB EDGE MIN. LAP LENGTH 12" DETAIL B - POUR IN PLACE SEAM LAP CONSTRUCTION L- 4" P.C.C. N.T.S X0.5" WEAR COURSE CUSHION LAYER 5.5" 4 4 4 4 44 9 c 4 < L44 COURSE BASE EXISTING ` 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 N.T.S CONCRETE MOW CURB 0.25" RADIUS TYP. 0.5" WEAR COURSE � c 4 4 4 4' r 4 4N " P.C.C. BASE 3.5" CUSHION LAYER 18" TURNDOWN WITH 1" X 2" KEYWAY 17" DETAIL C - TURNDOWN TO SAND N.T.S 0.5" MIN NEW SAND F EWPO F4 Public Works Departm / Municipal Operations Division II v Q' II I � LIF0%. Tree Protection Zone (TPZ) The Tree Protection Zone (TPZ) is the area around a tree or group of trees in which no grading or construction activity may occur. Listed below are minimal specifications for the TPZ at general construction sites. However, the Parks and Trees Superintendent or Urban Forester may add additional specifications for the TPZ depending upon the species, condition of the tree, site conditions, and development activities that may further impact the health of the tree. 1. The distance of the TPZ from the trunk of the protected tree will be 3 times trunk diameter, I _ measured at 4 1/2 feet above grade - diameter breast height (DBH). If this distance is larger than the City A; right-of-way, generally only the area in the right-of- way will be fenced. o Example: 36" DBH x 3=108" or 9' * I 2. Once the TPZ has been established, no construction activity, storage of materials, dumping or parking is c allowed within this area. Fencing materials (chain I 3 foot DBH� I link, wire mesh or snow fencing) will be used to A I 9 feet Diameter Fence enclose TPZ. The material must be sturdy to withstand the construction period and discourage construction entry. A passageway will be left in the U 0 fence to allow access for tree monitoring and maintenance activities. 3. Prior to the installation of the fence, a water basin with site soil or two levels of sand bags around the tree will be established to retain water. The basin will be filled with water, minimally once per week. The basin is inside the fence. 4. Placement of 2" to 4" of course organic mulch will be applied over the entire TPZ. The goal is to protect the tree and under no circumstances will the TPZ be disturbed or violated without authorization from the City of Newport Beach. If you have any questions or require additional assistance, please contact Kevin Pekar, Parks & Trees Superintendent at (949) 644-3197 or email kpekar(a�,newportbeachca.gov. We appreciate your cooperation. Appreciatively, City of Newport Beach II II DATE BY DESCRIPTION REVISIONS REVIEWED BY: TOM SANDEFUR, P.E. ASSISTANT CITY ENGINEER DATE APP'D. DESIGNED DRAWN KC KC CHECKED DATE PT 10 JUN 2021 so 1E u �CT M C-7934-1 BON ITA CREEK PARK F DETAILS Cn Q) co CITY OF NEWPORT BEACH P-5267-!51 r.• r.• r. Ir r.• r.• r.• �XISTI�G UB— ASE OR POST FOUNDATION DETAIL A - POST EDGE INSTALLATION N.T.S 5" WEAR COURSE 4 4 4 4" P.C.C. BASE OR BASE TO MATCH EXISTING 3.5" CUSHION LAYER 5.5"- Z4 .5"- DETAIL D - FLUSH MOUNT CONSTRUCTION TO EXISTING CURB/S I DWALK/WALL N.T.S EX. CONCRETE CURB EDGE MIN. LAP LENGTH 12" DETAIL B - POUR IN PLACE SEAM LAP CONSTRUCTION L- 4" P.C.C. N.T.S X0.5" WEAR COURSE CUSHION LAYER 5.5" 4 4 4 4 44 9 c 4 < L44 COURSE BASE EXISTING ` 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 N.T.S CONCRETE MOW CURB 0.25" RADIUS TYP. 0.5" WEAR COURSE � c 4 4 4 4' r 4 4N " P.C.C. BASE 3.5" CUSHION LAYER 18" TURNDOWN WITH 1" X 2" KEYWAY 17" DETAIL C - TURNDOWN TO SAND N.T.S 0.5" MIN NEW SAND F EWPO F4 Public Works Departm / Municipal Operations Division II v Q' II I � LIF0%. Tree Protection Zone (TPZ) The Tree Protection Zone (TPZ) is the area around a tree or group of trees in which no grading or construction activity may occur. Listed below are minimal specifications for the TPZ at general construction sites. However, the Parks and Trees Superintendent or Urban Forester may add additional specifications for the TPZ depending upon the species, condition of the tree, site conditions, and development activities that may further impact the health of the tree. 1. The distance of the TPZ from the trunk of the protected tree will be 3 times trunk diameter, I _ measured at 4 1/2 feet above grade - diameter breast height (DBH). If this distance is larger than the City A; right-of-way, generally only the area in the right-of- way will be fenced. o Example: 36" DBH x 3=108" or 9' * I 2. Once the TPZ has been established, no construction activity, storage of materials, dumping or parking is c allowed within this area. Fencing materials (chain I 3 foot DBH� I link, wire mesh or snow fencing) will be used to A I 9 feet Diameter Fence enclose TPZ. The material must be sturdy to withstand the construction period and discourage construction entry. A passageway will be left in the U 0 fence to allow access for tree monitoring and maintenance activities. 3. Prior to the installation of the fence, a water basin with site soil or two levels of sand bags around the tree will be established to retain water. The basin will be filled with water, minimally once per week. The basin is inside the fence. 4. Placement of 2" to 4" of course organic mulch will be applied over the entire TPZ. The goal is to protect the tree and under no circumstances will the TPZ be disturbed or violated without authorization from the City of Newport Beach. If you have any questions or require additional assistance, please contact Kevin Pekar, Parks & Trees Superintendent at (949) 644-3197 or email kpekar(a�,newportbeachca.gov. We appreciate your cooperation. Appreciatively, City of Newport Beach II II DATE BY DESCRIPTION REVISIONS REVIEWED BY: TOM SANDEFUR, P.E. ASSISTANT CITY ENGINEER DATE APP'D. DESIGNED DRAWN KC KC CHECKED DATE PT 10 JUN 2021 so 1E u �CT M C-7934-1 BON ITA CREEK PARK F DETAILS Cn Q) co CITY OF NEWPORT BEACH P-5267-!51 PUBLIC WORKS DEPARTMENT SHEET 5 of