Loading...
HomeMy WebLinkAboutC-8716-1 - 2021-2022 Playground ImprovementsCITY Or NEWPORT BrAEI# 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039FAx newportbeachca.gov August 22, 2023 R.E. Schultz Construction Attn: Richard Schultz 1767 North Batavia Street Orange, CA 92865 Subject: 2021-2022 Playground Improvements - C-8716-1 Dear Mr. Schultz: On June 13, 2023, the City Council of Newport Beach accepted the work for the subject project and authorized the City Cleric 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 June 14, 2023, Reference No. 2023000140892. The Surety for the bond is U.S. Specialty Insurance Company and the bond number is 1001188791. Enclosed is the Labor & Materials Payment Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure EXHIBIT A CITY OF NEWPORT BEACH BOND NO.1001188791 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: 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, 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 Three Hundred Thirty Thousand Seven Hundred Ninety Dollars ($330,790.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, .or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as 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. 1001188791 required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 21s' day of July , 2022 . 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 800-486-6695 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date:25/ ibAL By: j &t 6e� ron C. Harp J)P,& �aa City Attorney 8 Authonze ign t re/Title r/ Authorized Ag6nt &gnature Blake A. Pfister Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED R.E. Schultz Construction, Inc Page A-2 Y A notary public or Af oor cmple" this certificate verifies only the kbn* of the individual who dgnsd the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) Countyof Qraae ) On July 21,2022 beforeme, Lianne Nahina, Notary Public Date Here Insert Name and 7700 of the Officer of Signer($) who proved to me on the basis of satisfactory evidence to be the person(go whose name($) Woo subscribed to the within Instmment and acknowledged to me that he/*MWAW executed the same in hb/**Oy* authorised capachy*A), and that by hit signature(6) on the instrument the person(Itjf or the entity upon behaff of which the person(6) soled, executed the InsbumenL aw 10f u t.IANNE NAHINA N COMM. # 2314283 ;0 N NOTARY PUOLIC•CALIFORNIA 20 p: ORANGE COUNTY w °^U MY COMM, EXP. DEC 6, 2023 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 ls]seal, �/ Signatur 41� — `I' Signature of Alofyuy Public Place Notary Seal Above OMOIYAL Though this section Is optional, completing this infonnafton can deter alteration of the document or fraudulent reattachment of this form to an unintended document. of Attached Document Title or Type of Document; Bond 1001188791 Document pate; July 21, 2022 Number of Pages: Signer(s) Other Than Named Above: N/A, None Capacityp") Claimed by Signer(s) Signer'SName: Blake A. Pfister 0 Corporate Officer — Tftle(s): C1 Partner — n Limited 13 General D Individual . 3 Attorney in Fact Trustee 0 Guardian or Conservator Q Other: St nor Is Representing: U. S. S p e c i l I t y Insurance Company SignWsName. _------- ® Corporate Officer — Title(s): * Partner — ® Limited Cl General * Individual 0 Attorney In Fact * Trustee; 0 Guardian or Conservator * Other: Signer Is Representing: n:r a :.. 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 } ss. On 20 before me, Notary Public, personally appeared see Surety's attached acknowledgment who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. see Surety's attached acknowledgment Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) R.E. Schultz Construction, Inc Page A-3 TOK (OMAR(N E Ric, CI - - ==POWERbts IMRNV � - _� AMERICAN-CQNTRAiiTORS INDITYCOM EMNPANY �� 1tR§ BONDINGMPANY -- UNITED STATES SURETY COMPANY O.S. SPECIALTY INSURANCE COMPANY- KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation and U S. §pecialty Insurance Company a Texas corporation (collectively, the "Companies" ), do by these presents make, constitute and appoint:,,,. Blake A. Pfister of NAssion Viejo; California !i its true and lawful Afforney(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 mclude_riders, amendments, and consents of surety, pr(&06 the bond penalW doea noteaid " `£F&Mill!on*** Dollars OOO,OD0.00*** ), This POwEr 4f Attomey-shall expire Am- t further action-o January 31at 2ff24-Thrs R�wero�Attomey Is _�rantdcllhder' and by authority cfthe foltowing resolutions adopted 6y heBoardRIF 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 toappoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and onbehalf of the Company subject to the following provisions, maybe as if -AMERI UNITE f California and in the name of and on behalf of the Company, to execute; acknowledge and deliver;.any j ndemnity and other conditional or obligatory undertakings, lnclUdipg any;Iand all consents !mates on engineering and construction contracts, and any and all noticesand'documents :r, and any such (nstr 'ments so executed by any such Attorney -in -Fact shall be binding upon effected by the Corporate Secretary, ' - ;r and seal of the Company heretofore or hereafter affixed to any power of attorney or any attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding g to which it is attached ZX - — _ - sed this iri* ment-to be Signed Ind their corparatd%eafs 6 h(Ataffixed, this50 =_ )IRS "INDEM M COMPANY, TEXAS BONDING COMPANY - ! Y COMPANY U.S. SPECIALTY: INSURANCE COMPANY `♦ n 9 1 � spc�ss Prf a�.sxvrnawy,M� , By 4�fp�5u * Daniel PO f; A uila , Vice President * � �Mq l„fYln � ryu, nnAP' ertificate venires only the identity of the individual who signed the document to `ulness, accuracy, or validity of that document In I :411^fr— - I--^• "­ua,^ „— ' ll " eared "Daniel P A uilar Vice fffimerlErtne person, or the entityS)pon beFiaff of which the per~;9n aefarT, execd-tad the i I certify under PENALTY OF PERJURY underthe laws of the, State of California that th DS III� WITNESS my hand and offi I seal. taury FuCrt4iunrm; 4e0 Anyal�s G my fii4r�r:r0i QL �°T�'tk:>rona;z;`"�unnr Signature I, Kio Lo, Aw Company and of Attorney, e) set -out in=the F InWitness=W full force and effect; furthermor Bona y app_ g , States Surety Company _and U_S: Specialty wn'whose nameli subsdrilred fo the within =- ipacity, a6ihat bymrs aiynature on the istrumen- _ - � - :�-fooregoing paragraph is true and correct. r Bonding Company, United States Surety sgoing is a true and correct copy of a Power , the resolutions of the Boards of Directors, _ ��{ day of mpanles�t Lo�Ange[es, Calftornia'this ry*lilu m Un„ 6�O U CYO ��*OINc h d` S0 �� Vn[O Corporate Seals, d�iM Ryys a' of c v *tE¢ 7pr as of h v 1001188791 yin Q, oyk ca s8� agt Bond No. Y IYm3Y4 b£3 *5 Y �__, Kio Lo, Assi Secr to AgenC 0: 3074 �a ZJVBan Pa a�q?eor �� � �w ry .. */9npM� �, x, a\ 4lnvnum HCCSMANPOA09/2021 Visit tmhec.com/surety for more information f, l 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 Califoo ima County of S.S. ) On Qd' ' Ga.%� before me, Ao` G�°� /t/a7o� ✓ " "`` Numaot Notary M,b:ic, Title personally appeared r( R Noma of Signer Name of Signer (21 who proved to me on the basis of satisfactory evidence to be the person(6hose name( Dare -subscribed to the within instrument and acknowledged to me that&sh,&/they executed the same in heiier-/their authorized capacity(iez), and that bye/hePLtfteir signature(on the instrument the person(sXor the entity upon behalf of which the person(Wacted, executed the instrument. I certify under PENALTY OF PERJURY under the taws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature o€Notaryr Public OPTIONAL INFORMATION 0, MINDIOLA * Notary Public - California Z r Orange County Commission # 2350274 0'« "11 My Comm. Expires Mar 5, 2025 Althwrrlh the infornration In this .section is riot tvquirod by low, it could provont fraudtrlent rornoval and reattachment of fhrs acknowtedgmenf to an unauthorized docurnont and raay prover rasePul to pol sons retying on the eftachod document. Description of Attached Document The preceding Certificate of Acknowled men is attache documenttit�urpose f containing pages, and dated The signer(s) capacity or authority is/are as: 54 Individual(s) 12 Attorney -in -fact Et Corporate Officer(s) 0 Guardian/Conservator D - Partner - Limited/General El Trustee(s) 0 Other: representing: 1511a(nl aamurojol Pe,von(s)EiktvrAyu;5i4,mfn'zeprosen(nn Method of Signer Identification Proved to me on the basis of satisfactory evidence. 0 form(s) of identification EJ credible witnesses) Notarial event Is detailed in notary journal on: Page#, Entry# Notary contact: f] Additional Signer L] Signer(s) Thumbprints(s) El i') 2009-2015 Notery Learning Center- All rights Roserved Yom can purchase copies of this forty) from our web site at ww TneNOYarys6r�re morn 6/14/23, 12:12 PM Batch 15865153 Confirmation 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 IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII NO FEE *$ R 0 0 1 4 4 0 3 7 9 9 8 202300014089212:09 pm 06/14123 318 503A N12 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 July 12, 2022. Said Contract set forth certain improvements, as follows: FY 2021-2022 Playground Improvements - C-8716-1 Work on said Contract was completed, and was found to be acceptable on June 13, 2023, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is U.S. Specialty Insurance Company. m City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on ��une- �y a oar at Newport Beach, California. jj�% �`JVPORT BY /�i�2t R City Clerk O n �P cg41F0R� https://gs.secure-recording.com/Batch/Confirmation/15865153 1/6 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 July 12, 2022. Said Contract set forth certain improvements, as follows: FY 2021-2022 Playground Improvements - C-8716-1 Work on said Contract was completed, and was found to be acceptable on June 13, 2023, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is U.S. Specialty Insurance Company_ M City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on J UAy- 1 y1; Q®D , at Newport Beach, California. BY Z ` kea� PORT LdLy,. � City Clerk O y f) �a CgCI f ORS CITY OF NEWPORT BEACH ;c 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 18t' day of May, 2022, at which time such bids shall be opened and read for 2021-2022 PLAYGROUND IMPROVEMENTS PROJECT NO. 22P01 CONTRACT NO. 8716-1 $315,450 Engineer's Estimate Approved by James M. Houlihan Deputy PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanylD=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" ("D-34" & D-12" Required Additionally for installer of playground equipment / rubber surfacing) For further information, call Kathryne Cho, Project Manager at (949) 644-3014 City of Newport Beach 2021-2022 PLAYGROUND IMPROVEMENTS PROJECT NO. 22P01 CONTRACT NO. 8716-1 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................ 6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 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 SPECIAL PROVISIONS............................................................................................ SP-1 E City of Newport Beach 2021-2022 PLAYGROUND IMPROVEMENTS PROJECT NO. 22P01 CONTRACT NO. 8716-1 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, 2"d Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 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. 3 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, 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 of 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 (416) 703-4.774, 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 of 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: 4 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 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, So!e Officer Contractor's License No. & Classification Authorize Si ag�ture/Ti ( 1000033385 DIR Registration Number & Expiration Date R.E. Schultz Construction, Inc. Bidder 5 5/18/22 Date BOND NO. 11-327-429 City of Newport Beach 2021-2022 PLAYGROUND IMPROVEMENTS PROJECT NO. 22P01 CONTRACT NO. 8716-1 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of the Amount Bid In Dollars ( 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of 2021-2022 Playground Improvements, Contract No. 8716-1 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 181h day 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 800-486-6695 Telephone Authorifed Agent Signature Blake A. Pfister, Attorney -in -Fact (Notary acknowledgment of Principal & Surety must be attached) 0 CALIFORNIA ALL P`1RPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 ------------ A notary public or qOw officer canplsiing this certificate verifm only the iderrtity of the oxlividuai who signed the doc tmwnt to ~ this certificate Is attached, and not the truff t ww, accuracy, or validity of that document. State of California ) County of Q L a n g e ) On May 3, 2022 beforeme, Lianne Nahina, Notary Public , Date Here Insert Name and Title of the Officer fly appeared Blake A. Pfister Names) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(4) whose name(s) is/AV subscribed to the within instrument and acknowledged to me that he/� executed the same in h"iltgJl W authorized capacity, and that by hLsAMiMR,MMff sigrahrre(6) on the Instrument the persw*, or the entity upon behalf of which the perrson($) acted, executed the instrument. I certify under PENALTY OF PERJURY under the Laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 5�%,OF LIANNE NAHINA Signature a COMM. # 2314283 Signature of Notary Public s '0 NOTARY PUBLIC-CALIFORNIA X g =Y ORANGE COUNTY N MY COMM. EXP. DEC 6, 2023 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Desar"on of At whed Doc.un wnt Tile or Type of Document; Bid Bond 11- 3 2 7 - 4 2 9 Document Date. May 18 , 2022 Number of Pages: Signer(s) Other Than Named Above: N / A , N o n e Capaackyo") Claimed by SI9ner(rs) Signer's Narne: Blake A. Pfister_ ® Corporate Officer — Title(s): ® Partner — 0 Limited ® General 9 Individual . ® Attorney in Fact 0 Trustee 0 Guardian or Conservator ® Other: Siglner Is Representing: U. S. S p e c i a l t y nsurance Company Signer's Name: ------- ® Corporate Officer — Title(s): ® Partner — ® Limited 0 General ® Individual 0 Attorney in Fact ® Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: 02014 National Notary Association ' www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 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 %614"J L } ss. On 20 befQQ,,re me, Notary Public, personally appeared CX �. i- who proved to me on the basis of satisfactory evidence to be the p onW'whose name subscribed to the within instrument and acknowledged to me that etii~hey executed the same in I hreir authorized capacity(K, and that by6si-ter/theist signatures(oron the instrument the person(s<-or the entity upon behalf of which the person(al 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. A. Signature Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language D. MINDIOLA y Notary Public - California ^� c Orange County i� Commission ; 2250274 My Comm. Expires Mar 5. 2025 (seal) OPTIONAL INFORMATION Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity(ies) claimed by Signer(s): Trustee Power of Attorney CEO / CFO / COO President / Vice -President / Secretary / Treasurer Other: Other Information: ACKNOWLEDGMENT 7 Thumbprint of Signer ❑ Check here if no thumbprint or fingerprint is available. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature 3 (seal) TOKIOMARINE '`� H C C POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: Blake A. Pfister of Mission Viejo, California its true and lawful Attorneys) -in -fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed *****Five Million***** Dollars ( ***$5,000,000.00*** ). This Power of Attorney shall expire without further action on January 31s', 2024. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 23rd day of September, 2021. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY ``O,SNACi0A9 %Y s .....................:C State of California _?'' ;: = y o•' gyp'. Ki BER�r 2�x fw0 i �=Yl j2�_Wi �'•,,`f3=N - County of Los Angeles =:`.... ^r= s ' tt ''•p ' Daniel P. Aguilar, Vice President A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document On this 23rd day of September, 2021, before me, D. Littlefield, a notary public, personally appeared Daniel P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. D. I,I-RLEFIEI,D +►�j WITNESS my han�anddoffiifi •Iseal. Notary Public - Caltfomin R Limja� Las Angeles CountyCommission # 2320307Signature (seal) yCpmm.Expfres Wn3S,2024 I, Kio Lo, Assistant Secretary J 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 18th day of May , 2022 uuuumq„, ,,,uu , uwmuro,,, ,oao�opCT Corporate Seals 11— 3 2 7 — 4 2 9 �o�`" R�iy�s golyON..•.NC•b0 ` ` p�?"SUgFr�n� �`O�Y Bond No. _<r ,...... ` �Y• OCORI Mito Xi 1Z Rpi - ?�,( 66Pr.xi two l�r=Wii \J/) `n^` (`�/ +Zc°Wi � ib`-�; !�' V ;.'9�x a �`i .'3 - �� •?'t, Agency No. 3074 ,,���•....••N�; s`' - '• P '` Klo L Assl Secretary F .,' o a ,i, �FOR" ", gf�OF 7Gt ` uuaima`„`�•` .........•''c"`��, �2,rnnunna„oo�` r ,nnw�uon, HCCSMANPOA09/2021 visit tmhcc.com/surety for more information City of Newport Beach 2021-2022 PLAYGROUND IMPROVEMENTS PROJECT NO. 22P01 CONTRACT NO. 8716-1 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. �- President, Sole _Oi`fi.cer Bidder Authorized Si naturel e 0 City of Newport Beach 2021-2022 PLAYGROUND IMPROVEMENTS PROJECT NO. 22P01 CONTRACT NO. 8716-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formlll 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) for playground related projects only in the past 2 years in excess of $250,000, 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 049) 644-3014 Original Contract Amount $271,621.5(Final 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. 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 El Segundo Contact Person Cheryl Ebert Telephone (319 524-2321 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 _ 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 $2. 7,025.00Final 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, 11 No. 4 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 $955,263.0(hnal Contract Amount $ 955,263.00 If final amount is different from original, please explain (change orders, extra work, etc.) NA 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. 5 Project Name/Number Shipwreck Park Project Description Park Renovation. Approximate Construction Dates: From 8/2021 To: 2/2022 Agency Name City of Dana Point Contact Person Scott Fisher Telephone (760) 814-7226 Original Contract Amount $363,056.42Final Contract Amount $ 363,056.42 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 12 No. 6 Project Name/Number Villa Monserate Neighborhood Park ADA upgra es, including demolition, shade structure, play area structures and safety Project Description surfacing, site furnishings, drinking fountain, paving, sidewalk, planting, reestablishment of irrigation system impacted by proposed improvements, drainage, and other park amenities. Approximate Construction Dates: From 6/2020 To: 5/2021 Agency Name City of San Diego Contact Person Fadi Zako Telephone (858) 654-4455 Original Contract Amount $�83,429.171`inal Contract Amount $ 883,429.17 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 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 Co tractor's current financial conditions. 1 R.E. Schultz Construction, Inc. t" President, Sole Officer Bidder Authorized) ignat re/Title 13 City of Newport Beach 2021-2022 PLAYGROUND IMPROVEMENTS PROJECT NO. 22P01 CONTRACT NO. 8716-1 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 Cali or i that the foregoing is true and correct. R.E. Schultz Construction, Inc. {G'"C�=i, President, Sole Officer Bidder Authorized S§igp re/Title Subscribed and sworn to (or affirmed) before me on this loth day of May 12022 by , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. [SEAL] 14 Notary Public My Commission Expires: JURA 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 Subscribed and sworn to (or affirmed) before me on this f`; day of 20 by proved to me on the basis of satisfactory evidence to be the person(w� who appeared before me. Signature OPTIONAL INFORMATION D. MINDIOLA W� Notary Public • California Z s Orange County > Commission ,-350274 My Comm. Expires Mar 5, 2025 (Seal) 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 DESCRIPTION OF THE ATTACHED DOCUMENT ;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 / r art/1 '� C• L ? Cl L- _ 'r ? �' signed. it must be re -signed in front of the notary public during the jurat process. (Title or description of attached document.) (Title or description of attached document continued) Number of Pages Document Date Additional information • 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 2021-2022 PLAYGROUND IMPROVEMENTS PROJECT NO. 22P01 CONTRACT NO. 8716-1 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 FiguercLa #700-Los Ang-eles, CA 90017 (310) 649-0990 15 City of Newport Beach 2021-2022 PLAYGROUND IMPROVEMENTS PROJECT NO. 22P01 CONTRACT NO. 8716-1 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 Current Record Record Record Record Record Year of for for for for for Record 2021 2020 2019 2018 , 2017 Total 2022 No. of contracts 30 83 105 96 150 125 589 Total dollar Amount of Contracts (in $2.5 Mil $7 Mil $6 Mil $4 Mil $3 Mil $2.5 Mil $25 Mil Thousands of $ No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases o 0 0 1 0 0 1 No. of lost workday cases involving permanent transfer to 0 0 0 0 0 0 0 another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 Legal Business Name of Bidder R_E. s,h ,Itn one r tion Inc. Business Address: 1767 North Batavia Street Orange CA 92865 Business Tel. No.: 714-649-2627 State Contractor's License No. and Classification: #1007195 - A, B, C-61/D34 Title President, Sole Officer The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title President, Sole Officer Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title 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 S.S. County of On G f� % ^ - before me: A .. h/k-`tLc personally appeared L. J who proved to me on the basis of satisfactory evidence to be the person whose name) 6waf--e-subscribed to the within instrument and acknowledged to me that K�fstfiefthey executed the same in tt s er eir authorized capaci°y(� and that by 0/-herfthetr signature(o) 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. OPTIONAL INFORMA .T ION Description of Attached Document The preceding Certificate of Acknowledgment is aitached to a rG�li6 document titled/for the purpose of on�g �page a The signer(s) capacity or authority is/are as: Jndividual(s) Attorney -in -fact Corporate Officers) .-j Guardian/Conservator i Partner - Limited!General i-i Trustee(s) _l Other: representing: D. MINDIOLA y • � Notary Public •California a Y = Orange County Commission t 2350274 My Comm. Expires Mar 5. 2025 Method of Signer Identification i 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 # i Notary contact: Other I1 Additional Signer ❑ Signer(s) Thumbprints(s) 11 City of Newport Beach 2021-2022 PLAYGROUND IMPROVEMENTS PROJECT NO. 22P01 CONTRACT NO. 8716-1 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 ,,Sioature 1 5/11/22 liN City of Newport Beach 2021-2022 PLAYGROUND IMPROVEMENTS PROJECT NO. 22P01 CONTRACT NO. 8716-1 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: 9/30/2023 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; N/A Briefly summarize the parties' claims and defenses; N/A Have you ever had a contract terminated by the owner/agency? If so, explain. No. Have you ever failed to complete a project? If so, explain. No. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor com liance (i.e. failure to pay No prevailing wage, falsifying certified payrolls, etc.)? Yes / 20 Are any claims or actions unresolved or outstanding? Yes I. No ) If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non -responsive. R.E. Schultz Construction, Inc. Bidder Rirharri SrhidtZ (Print name of Owner or President of Corporation Co pany) President Sole Officer Authorized Signature ite President, Sole Officer Title 5/10/22 Date On before me, , Notary Public, personally appeared , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed io the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Public in and for said State My Commission Expires: 21 (SEAL) 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 Calif,/�nia County of �`/%�t -- --- s.s. On before re me. personally appeared who proved to me on the basis of satisfactory evidence to be the person(s—(whose names (4/are subscribed to the within instrument and acknowledged to me that&/5"-"they executed the same in t s-/har/f�r`authorized capacity(je�, and that by ri�9herAF eir signature(�on the instrument the person(sror the entity upon behalf of which the persons-r'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 a„'a Notary Public •California WITNESS m hand and official seal. y Orange County Commission a 2350274 my Comm. Expires Mar 5, 2025 OPTIC)NAL iNFORAAATION Description of Attached Document The preceding Certificate of Acknowle�ment is adacheq io a document titled/for he purpose of lA r ,, containing pages, and dated The signer(s) capacity or authority is/are as: e Individual(s) Attorney -in -fact Corporate Officer(s) { GuardianlConserretor Partner - Limited/General Trustee(s) Other: representing: Method of Signer Identification i i Proved to me on the basis of satisfactory evidence: i f i form(s) of identification credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact. Other _ Additional Signer !-j Signer(s) Thumbprints(s) C a� O V c , O � N � V V � '�I i r TW,• • to v c 0 76 U u N N 0 Q U) D Co N M Z O C 0 7 O Ln i V) 0 U C V) N 7 UC) p N Q U C N J I N = O Lai LU u �:• LULLI_ (L 0 �' _ N Z :D lJ - v✓ ice' _ N LU J L L N I O N Richard E. Schultz P.O. Box 6, Silverado, CA 92676 P: 714-649-2627 F: 714-740-5049 E: rick@reschultzconstruction.com I am a general engineering contractor specializing in park restoration and playground installation with over 28 years of experience in both public works and the private sector. With the following qualifications: • Licensed in good standing in the State of California. • Subject to Prevailing Wage criteria as established by the State of California DIR. • Insurance/bonding at minimum level of $1,500,000. • Ability to post payment and performance bonds if selected for work projects over $25,000. • Current registration with DIR per SB854 General Engineering Contractor - Class A, B, & C61/D34 License #: 1007195 Expiration Date: 9/30/2023 DIR#: 1000033385 Expiration Date:06/30/2022 Tax I D #: 32-0465469 Employees: 20 CPSI (Certified Playground Safety Inspector) NPCAI (Certificate of Playground Contractor Qualification) NPCAI (Certificate of Achievement for Recreation Installation Specialist Certification Course) Certified Playground Installer for: • Landscape Structures • Playworld • Poligon, Porter Corp. • Play & Park Structures • BigToys • GameTime • PowerScape • Primetime CJ Certificate of Amendment Of Articles of incorporation The undersigned certify that: AU79521 FILED secretary of State State of California JAN tl 7 2016 Qi 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 corporation is' R E Schultz Construction Inc 3. The foregoing amendment of Articles of Incorporation has been duly approved by the board of directors. 4. The corporation has issued no shares. We further declare under penalty of perjury under the laws of the State of California that the matters set forth in this certificate are true and correct of our own knowledge. DATE: J(i fl 5; .2 of Richard Schultz, Presi nt Richard SchulKSecret Senders Contact Information: Richard Schultz 2914 E. Katella Ave #102 Orange CA 92867 714-649-2627 Entity #C3779421 r tronecrbfp of ry tt�t the �'eging `+ i3 a full, true end c'�' � �","rre P�(s) or i d in t,to Cush of (he &ttra Cutthtrnta l4 I'll of Stag of t JAN 19 2016 x� Ovt A{EX Secretary of State CONTRACTORS STATE LICENSE BOARD CVnnfr3Ctr`fns- I rnnr+L 1l1071 (1C IILi I J irensiniGGtal� iVl UI�C::IIJC ""' I IJU/ I JJ DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information. you should he aware of the following limitation;. '.c..;n'c-...:a::..-e... .•a�,e'=.c...a_,- .'as'.:. ;e.:,.ee. �_a•.;'s 'c_ .. Issue D'at.� ...- `_:<Prr�: Dutc Ail in rcnitatinn uel<>rv,hrt�id u�":,ie4te�J �nnd �Jumh"r: 3ou�Amount. .. affective D�tc: '� r _ Yond or QualiSymg lrttlividuai =ffecvve Duie i, .. r. -. 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 7/1/2021 6/30/2021 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 FundPolicy Number:9274424Inception date:4/14/2021 Expiration Date:4/14/2022 2021-2022 PLAYGROUND IMPROVEMENTS CONTRACT NO. 8716-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 12th day of July, 2022 ("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 North Batavia Street, Orange, CA 92865, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: 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 (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 8716-1, 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 Three Hundred Thirty Thousand Seven Hundred Ninety Dollars ($330,790.00). 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 Schultz to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to R.E. Schultz Construction, Inc Page 2 City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Director of Public Works City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Richard Schultz R.E. Schultz Construction, Inc 1767 North Batavia Street Orange, CA 92865 8. INDEPENDENT CONTRACTOR R.E. Schultz Construction, Inc Page 3 City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. R.E. Schultz Construction, Inc Page 4 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. R.E. Schultz Construction, Inc Page 5 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be R.E. Schultz Construction, Inc Page 6 retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seg., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seg., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. R.E. Schultz Construction, Inc Page 7 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controllinq Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. R.E. Schultz Construction, Inc Page 8 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] R.E. Schultz Construction, Inc Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: Z11 I/Zz By: A r n C. Harp titi CftyAftomey 0�- ATTEST: Date: A, CITY OF NEWPORT BEACH, a California municipal corporation n.a+^ CONTRACTOR: R.E. Schultz Construction, Inc, a California corporation Date: 7/21/2022 &"t'r By. q� Leilani I. Brown Richard E. Schu Chief Executive Officer t/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 EXHIBIT A CITY OF NEWPORT BEACH BOND NO.1001188791 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. 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, 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 Three Hundred Thirty Thousand Seven Hundred Ninety Dollars ($330,790.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as 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. 1001188791 required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 21s' day of July 12022 . 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 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Dater By:.> ron C. Harp City Attorney g Authorize ig Z6t)re/Title Authorized Apnt tignature Blake A. Pfister, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED R.E. Schultz Construction, Inc Page A-2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CML CODE § 1109 A notary public or ow officer carripleting this cer#ficate vertfIes only the identity of the individual who signed the document to which this ate is attached, and not the tru#ftum, acmrdw, or vak ty of that document. State of California ) County of Q r a n a e ) On July 21 , 2022 ,Date beforeM@, Lianne Nahina, Notary Public Here Insert Name and Title of the Officer poly appeared Blake A. Pfister Name(s) of Signers) , who proved to me on the basis of satisfactory evidence to be the person(* whose name(s) is/AV subscribed to the within instrument and acknowledged to me that he/00WO/ executed the same in h6ift* ► authorized ityl , and #tact by his4*0111411V signature(6) on the instrument the person*, or the entity _upon behalf of which the person($) acted, executed the instrument. ���oF 1Hf t.IANNE NAHINk N COMM. # 2314283 A W ai o NOTARY PUKIC•CALIFORNIA N ORANGE COUNTY MY COMM. EXP, DEC 5, 2023 I caVy under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS NESS my hand and official seal. Si9 natur `�_Zw nk-�4 - Signature of Notary public Place Notary Seal Above OPTIONAL Though this section Is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Damon of Attar Docutymd Trtte or Type of Document, Bond 1001188791 Document DaW: July 21, 2022 Number of Pages: Signer's) Other Than Named Above: N/A, None C Y(l") Chlnnned by s) Signer's Name: Blake A. Pfister 0 Corporate Officer — Title(s): _ 0 Partner @ 0 Limited 0 General 0 Individual 0 Attorney in Fact 0 Trustee C) Guardian or Conseirvator 0 Other: _ Signer Is Representing: U. ,� . Specialty Insurance Company Signer's Name: - - - - - - - 0 Corporate Officer -- Title(s): 0 Partner — 0 Limited 0 General 0 Individual 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876.6827) Item #5907 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 Califomia County of } ss. On , 20 before me, Notary Public, personally appeared see Surety's attached acknowledgment , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. see Surety's attached acknowledgment 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 t 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. WITNESS my hand and official seal. Signature (seal) R.E. Schultz Construction, Inc Page A-3 • TOKIOMARINE H C C POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: Blake A. Pfister of Mission Viejo, California its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, - - _- providing the bond penalty does not exceed *****Five Million***** Dollars ( ***$5,000,000.00*** ). This Power of Attorney shall expire without further action on January 315t, 2024. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 23rd day of September, 2021. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY CiORSj.. 900NU INVCn '': o:`•:�ES,$URFT`, ,.`lV \ns'wuq a�ii. State of California ,� ye P no yQ° 4 fry 9r w z W r1 y" a z By: -- - -? County of Los Angeles A, _ D $ t ".•�At IF RR\h.... .i.'ylC .....-.^:�P,..`� .. .. p OFY4 *" :" Daniel P. Aguilar, Vice President A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document On this 23rd day of September, 2021, before me, D. Littlefield, a notary public, personally appeared Daniel P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted', executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Q• 617TLEFIEt D WITNESS my hand and offs ' I seal. l Notary Public _ calffomia� Loa Angeles Caunry _ COatmission k 2320307 Signature (seal) MYCOmm.Expires Jan 31,2024 I, Kio Lo, Assistant Secretary op 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, 21 s t day of havehereuntoset my hrand affixed the seals of said Companies at Los Angeles, California this y =__ Corporate Seals 1001188791 Bond No. Agency No. 3074 +°iPACTORsr'4 e\vN �,N`o::, .'S'SUq'• +oaulnsurppn�r. -- ooQ�• = wcoxroa+tto ;'- 'a� scor. u.fsso is -'c°1: __w: C :�= PIN Kio Lo, Assi Secretary ry visit tmhcc.com/surety for more information HCCSMANPOA09/2021 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 Califon nia County of ��� S.S. On d �' ` i� �.� before me, f " ` l ��G✓4--� ��f 714Lr personally appeared who proved to me on the basis of satisfactory evidence to be the person(?whose nameV Ls af"ubscribed to the within instrument and acknowledged to me that64shehhey executed the same in ht&efAlieir authorized capacity(ip,$), and that byg4 e4t4eir signature( on the instrument the person(sKor 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. 7 OPTIONAL INFORMATION 0, TH D. MINDIOLA Notary Public -California Z Orange County Commission # 2350274 My Comm. Expires Mar 5, 2025 Aftftocr h, t.t,G: rt ft,3rnm.ttmtt rr< tha section is r?< -_:nt katiduient this ,ii£1K37CSY>fi€:i:;i! 7?7£?f7t to at, 1.11"authoriZe(I documeotaod mav prove ttseft,1/ f<F I)et:S#":Yt3 r(?1k3r?q f)IF lilt:' Description of Attached Document The preceding Certificate of AcknowleUden is attached to a document titled/for the purpose f_�_ Idd-p containing pages, and dated The signer(s) capacity or authority is/are as: Individuals) (� Attorney -in -fact L Corporate Officer(s) 1 tfiri�'1 C) Guardian/Conservator El Partner - Limited/General El Trustee(s) ll Other: representing: i Method of Signer Identification Proved to me on the basis of satisfactory evidence: 0 form(s) of identification iJ credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other [] Additional Signer L] Signer(s) Thumbprints(s) Dl €Zi0[a3'`y €„fir]rrliri t,c;r€teC - All }Ztgt3tS ReSf3rV A YL}.i ;;%t€'"t €)u'f;t'kciSfi COt`i£'> '?f 1l il:. t }r},� r(13';'I i)CI;' vJf','b ;;'i£3 tit 44;.' ..'? v,)ic.''y'�: +i:i:,r:'E EXHIBIT B CITY OF NEWPORT BEACH BOND NO.1001188791 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 5,962 , being at the rate of $ 18.02 per 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: 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, 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 Three Hundred Thirty Thousand Seven Hundred Ninety Dollars ($330,790.00) 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. 1001188791 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 21St day of July 12022 . R.E. Schultz Construction, Inc. (eS� � 09-��Name of Contractor (Principal) Authoriz -Sig- ature/Title U.S. Specialty Insurance Company Name of Surety 801 S Figueroa St #700 Los Angeles, CA 90017 Address of Surety 800-486-6695 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By: -�Harp o-pp}G as City Attorney r Authorized Agent Signature Blake A. Pfister, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED R.E. Schultz Construction, Inc Page B-2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary pubic or ow ofter completiN this certificate vas only its Identity of the trxllvidual who signed the document to ~ this cerfif ele is attaciried, and not the truthfufrim, accuracy, or validity of that document. State of California ) County of O r a n g e ) On July 21, 2022 beforerne, Lianne Nahina, Notary Public Date Here Insert Name and Title of the Officer fly appeared Blake A. Pfister Name(s) of Signer(.) , who proved to me on the basis of satisfactory evidence to be the person(4) whose name(s) is/&* Subscribed to the within instrument and acknowledged to me that he/*&V*%y executed the same in his* M*Y* authorized capacity , and that by hisi/WOMW signakwe(d) on the instrument the persono), or the entity upon behalf of which the person($) acted, executed the instrument. I certifyr 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, ����OF )yf LIANNE NAHINA N j �+� COMM. # 2314283 / w m o NOTARY PUKIC•CALIFORNA 74 Signat a ORANGE COUNTY Signature of Notary Public MY COMM. EXP. DEC 512023 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Desorip mAfAftechedDoamned 1001188791 July 21, 2022 Title or Type of Document: oDocument Date: Number of Pages: — Signer(s) Other Than Named Above: N/A, None C Pbs) Claimed by SWnf(s) Signer's Name: Blake A. Pfister 0 Corporate Officer — Tftle(s): 0 Partner — 0 Limited 0 General 0 Individual 0 Attorney in fact 0 Trustee 0 Guardian or Conservator 0 Other, _ Signer Is Representing: U. S. S p e c i a l t x Insurance Company Signer's Name:------- 0 Corporate Officer -- Ttle(s): 0 Partner — 0 Limited 0 General 0 Individual 0 Attorney in Fact * Trustee 0 Guardian or Conservator ® Other: Signer Is Representing: 02014 National Notary Association , www.NationafNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On , 20 before me, Notary Public, personally appeared see Surety's attached acknowledgment , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. see Surety's attached acknowledgment Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, , Notary Public, personally appeared , 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 capaciity(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 ,. r►' TOKIOMARINE t 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, 1'exas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: Blake A. Pfister of Mission Viejo, California its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed *****Five Million***** Dollars ( ***$5,000,000.00*** ). This Power of Attorney shall expire without further action on January 31s', 2024. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 23rd day of September, 2021. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY tgncrogs",, .ow'�k C,,., . `S Suq , oo;,i;1�nsu:;;?o State of California .-- wwxeox„so ='nf n o (gip i �-'N� 0 + sress ,wa . � r ,'a=zu'.j y. a _ V (� ♦ if�� t"' _` Count of Los Angeles =d:. € `- _ • _" = B ••I,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 validitv of that document On this 23rd day of September, 2021, before me, D. Littlefield, a notary public, personally appeared Daniel P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to -be -the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. }+.....ter.= D. Wl'TLEFIE4D WITNESS my hand and offi i I seal. _ Notary Public - California las Angeles County —� - Commission # 2320307 My Comm. Expifes Jan 31, 2024 Signature (seal) I, Kio Lo, Assistant Secretary o 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 21st day of July 2021cr _ Corporate Seals ,`o�t0.....•.syo ; ,y�c,o ry�'� ,, „P1E5.suRFy,, , aiv,t_ 1001188791 Bond No. =r "z Ali sue„ srr rs.,ero o w � r c y� 7 • 's ' -4 Agency No. 3074 '� Cq "^•^'h ' �r'" ..... Ny` Kio L , Assi Secretary ., CiFOR; ao°'!Hrf OK SE�'o` ...i... •' 0 HCCSMANPOA09/2021 visit tmhcc.com/surety for more information California All -Purpose Certificate of Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Calif nia County of to s.s. On 0k-fD --�'t+3�- personally appeared j F before me, `� �� �� 7' `r.1�- t, who proved to me on the basis of satisfactory evidence to be the person e— ,whose name f*a.r--subscribed to the within instrument and acknowledged to me that tofstre�ttTey executed e same in t6N}erf4he4-authorized capacity(iga), and that by�ii sfhertthfeir signature(p� on the instrument the person(sX, or the entity upon behalf of which the person(44cted, 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. & - "j_�: - :i tnt7ttl e ofNo try iihiic OPTIONAL INFORMATION D. MINDIOLA Notary Public • California Z t` Orange County g 41;,y Commission 2350274 My Comm. Expires Mar 5. 2025 z>r-a A lP ,tiq t the toforr "Ahi m it this ""rotor is ti.. _. . _ ,- of h'ntidullent nE.,rno-v,,W and rea4fac 3tr , ;' to an omatit?It)Yt7ed d' "ond tnav t..t:,tt.i: fo oer'sors renhv my on Um- ,;£?c t,?.:,,)!. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a do ument titled/for the purpose of �tkl ro - 6 containing pages, and dated The signer(s) capacity or authority is/are as: Individual(s) C Attorney -in -fact E 1 Corporate Officer(s) Tite D Guardian/Conservator t._i Partner - Limited/General 0 Trustee(s) El 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) �i IJitEciiy i 011.if 1'n,Y U '-"Itr_o - All H.Thts :"Rese'rvecl y 'al`t rimt llaso' .( f t of tit,;, farm ''Foryi otv wee -ip£' at 'xV4.•t;,.' r:!>Nota:*,:,, t:l e .,:sm 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 (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten R.E. Schultz Construction, Inc Page C-2 (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be R.E. Schultz Construction, Inc Page C-3 entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self -insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self -insured retention, the self -insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self -insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. R.E. Schultz Construction, Inc Page C-4 K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. R.E. Schultz Construction, Inc Page C-5 City of Newport Beach 2021-2022 PLAYGROUND IMPROVEMENTS PROJECT NO. 22P01 CONTRACT NO. 8716-1 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Councilmembers: The undersigned declares that the Contractor has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 8716-1 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: 5/18/22 Date 714-649-2627 / 714-740-5049 Bidder's Telephone and Fax Numbers 1007195: A, B, C-61/D34 Bidder's License No(s). and Classification(s) 1000033385 DIR Registration Number R.E. Schultz Construction Inc. Bidder et� President, Sole Officer Bidder's Authorized.Si nature and Title 1767 North Batavia Street, Orange, CA 92865 Bidder's Address Bidder's email address: nicole@reschultzconstruction.com PR-1 Vendor Name RF Scrniltz Consu6ciior,Inc Address ' 767 N. Be Lava mange, Cailfot-�.a 92865 United States Respondee Chris Thomas Respondee Title PrcrectManage! Phone 7146492b27 Email rlico e��resclhultzconstruction corn Vendor Type License # 1007195 CADIR Bid Format Electronic Submitted 05/18i2022 938 AAA (PDT) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 292229 File Title File Name BID SURD/11T T AL C-87- 6-IRE SCHULTZ CONS' RUCTION_pd`i BID SUBtd1I7T AL C 87- 6-i_RE SCHULT7 CONSTRUCTION.pof BIDDERS BOND C 87 16-1_RE SCHULTZ CONS—RUCT'ON pdf BIDDER'S BOND 0-8716-1_RE SCHULTZ CONSTRUCT ON )df File Type General Attachent aid Bond Sho�.,wng 1 Subcontractor Name & Address Desc SpectraTurf PIP Sa*etv S55 S. Promenade Ave =103 Surfacing Corona, Caifomia 92379 License Num 354429 CADIR Amount Type 0000026i 5 S45,6; 3 00 CADIR Discount Terms `;c D�ccart Item # Item Code Type Item Description BASE BID: AWARD TO BE BASED ON LOWEST BASE BID 1 Mobilization 2 Remove and Dispose of Existing Play Equipment 3 Remove and Dispose Existing 3.5-Inch Cushion Layer and 0.5-Inch Wear Course 4 Remove and Dispose of Existing Concrete Subbase Layer 5 Remove Existing Playground Sand and Save For Reuse 6 Remove and Dispose of Existing Drinking Fountain 7 Place, Spread and Level City -Supplied Sand at West Newport Park 8 Furnish and install New Playground Equipment and CoolToppers (Specialty Item) 9 Construct 4-Inch Thick P.C.C. Base Layer 10 Construct 3.5-Inch Thick Cushion Layer and 0.5-Inch Thick Colored Wear Course (Specialty Item) 11 Install New Drinking Fountain (Specialty Item) 12 Remove and Replace Concrete Sidewalk Panels 13 Provide As -Built Drawings 14 Off -Site Improvement (Allowance) ADDITIVE BID ITEM: AWARD TO BE BASED ON LOWEST BASE BID 15 Procurement of Sand UOM CITY Unit Price Line Total Response Comment S326.790.00 LS 1 S13,500.00 S13,500.00 Yes LS 1 S7,500.00 S7,500.00 Yes SF 2550 $2.00 S5,100.00 Yes SF 1400 S2.50 $3,500.00 Yes CY 35 S40.00 $1,400.00 Yes LS 1 S800.00 S800.00 Yes CY 75 $40.00 S3,000.00 Yes LS 1 S215,000.00 $215,000.00 Yes SF 650 S8.00 S5,200.00 Yes SF 2300 S21.30 $48,990.00 Yes LS 1 S7,800.00 S7,800.00 Yes SF 250 S16.00 $4,000.00 Yes LS 1 $1,000.00 S1,000.00 Yes ALLOW 1 S10,000.00 S10,000.00 Yes s4,000.00 CY 40 S100.00 S4,000.00 Yes Section Title Line Total BASE BID: AWARD TO BE BASED ON LOWEST BASE BID $326,790.00 ADDITIVE BID ITEM: AWARD TO BE BASED ON LOWEST BASE BID $4,000.00 Grand Total $330,790.00 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 2021-2022 PLAYGROUND IMPROVEMENTS PROJECT NO. 22P01 CONTRACT NO 8761-1 DATE: May 11, 2022 BY: TO: ALL PLANHOLDERS AND BIDDE City Engineer The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. The Plans and Bidding Quantities have changed to reflect the increased rubber surface amount to account for the turndown at all exposed edges. PLANS SHEET 5 OF 6 This sheet shall be revised as follows. - Rubber surface totals shall be increased to 1200 SF for West Newport Park at Orange Street and 900 SF for West Newport park at Tennis Courts to include rubber surface amount required to construct turndown per Detail C on Sheet 6. BIDDING QUANTITIES BID ITEM NO. 10 This quantity shall be revised as follows: "Construct 3.5-Inch Thick Cushion Layer and 0 5 Inch Thick Colored Wear Course (Specialty Item)" requires 2.300 SF. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 2021-2022 PLAYGROUND IMPROVEMENTS PROJECT NO. 22P01 CONTRACT NO. 8716-1 PART 1 - GENERAL PROVISIONS 1 SECTION 1— TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 1-2 TERMS AND DEFINITIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-3 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 3 3 3 3 3 3 3 4 4 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 5 6-7 TIME OF COMPLETION 5 6-7.1 General 5 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 6 6-9 LIQUIDATED DAMAGES 6 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services 7 7 7 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 8 7-8.6.2 Best Management Practices (BMPs) 8 7-8.6.4 Dewatering 8 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 9 9-2 LUMP SUM WORK 9 9-3 PAYMENT 9 9-3.1 General 9 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 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 219 — PLAYGROUND EQUIPMENT 13 219-1 PLAYGROUND EQUIPMENT 13 219-1.1 General 13 219-1.2 Submittals 13 219-1.3 Warranty 14 SECTION 220 — PLAYGROUND SAND 14 220-1 PLAYGROUND SAND 14 220-1.1 General 14 PARTS - LANDSCAPING AND IRRIGATION 14 SECTION 800 — LANDSCAPE MATERIALS 14 800-1 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 PARK RENDERINGS 24 WEST NEWPORT AT ORANGE STREET 24 WEST NEWPORT AT TENNIS COURTS 24 APPENDIX C 25 COOLTOPPERS STRUCTURAL CALCULATIONS FOR WEST NEWPORT PARK AT TENNIS COURTS 25 APPENDIX D 26 COOLTOPPER FOOTING DETAIL FOR BIDDING PURPOSES ONLY 26 APPENDIX E 27 LANDSCAPE STRUCTURES CONCRETE FOOTING STANDARDS FOR WEST NEWPORT PARK AT ORANGE STREET 27 APPENDIX F 28 LANDSCAPE STRUCTURES CONCRETE FOOTING STANDARDS FOR WEST NEWPORT PARK AT TENNIS COURTS 28 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 2021-2022 PLAYGROUND IMPROVEMENTS PROJECT NO. 22P01 CONTRACT NO. 8716-1 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-5268-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 Page 1 of 28 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) If there is a conflict or discrepancy, City CPSI representative's determination shall control. 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. 2-3 SUBCONTRACTS 2-3.2 Self Performance The following items shall be designated as "Specialty Items": • Rubberized Playground Surface • Playground Equipment Installation • New Drinking Fountain 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 Page 2 of 28 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 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 Page 3 of 28 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48-hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 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 Page 4 of 28 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. 6-7 TIME OF COMPLETION 6-7.1 General After the provision of a material and equipment procurement schedule, the Engineer shall issue a Notice to Procure. The time allotted during the Notice to Procure shall be granted for shop drawing preparation, permit approval, equipment manufacture and delivery. The City currently estimates the Notice to Procure time to be 80 working days. The Notice to Proceed will be issued at the expiration of the Notice to Procure. The Contractor shall complete all work under the Contract within 45 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Normal working hours are limited to 8:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., outside of the working hours. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Page 5 of 28 Contractor shall pay for supplemental inspection costs of $207 per hour when such time periods are approved. The following days are designated City holidays and are non -working days: 1. January 1 st (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 st (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full-size set of plans to the Engineer. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be on the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES For each consecutive calendar day after the time specified under the approved schedule as part of the Notice to Procure in Section 6-7.1, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500.00. For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work after the issuance of the Notice to Proceed, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000.00. Page 6 of 28 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. 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 Page 7 of 28 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. 7-8.6.4 Dewatering Delete this section and replace with the following: Contractor shall be responsible for all dewatering that may be required during installation of CoolTopper footings at both sites. 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 Page 8 of 28 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: BASE BID: 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 Contract Documents. 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 and components; and all other work items as required to complete the work in place. Page 9 of 28 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 of Existing Concrete Subbase Layer: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing concrete subbase layer per the Contract Documents; and all other work items as required to complete the work in place. Item No. 5 Remove Existing Playground Sand and Save For Reuse: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing, cleaning, and saving for reuse existing sand per the Contract Documents; and all other work items as required to complete the work in place. Item No. 6 Remove and Dispose of Existing Drinking Fountain: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing of the existing drinking fountain per the Contract Documents; and all other work items as required to complete the work in place. Item No. 7 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 and existing sand saved for reuse per Item No. 5 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. 8 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, and any dewatering necessary 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. 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. 9 Construct 4-Inch Thick P.C.C. Base Layer: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for installing 4-inch thick P.C.C. base, with thickened edge and doweling to the existing P.C.C. base, including turndown at all exposed edges per Contract Documents; and all other work items as required to complete the work in place. Concrete base shall be inspected by Public Works inspector prior to start of installation. Page 10 of 28 Item No. 10 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. Item No. 11 Install New Drinking Fountain (Specialty Item): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for installing new Elkay Outdoor EZH2O Bottle Filling Station Bi-Level Pedestal with Pet Station Non -Filtered Non -Refrigerated Model No. LK4420BFl UDB per the Contract Documents; and all other work items as required to complete the work in place. Item No. 12 Remove and Replace Concrete Sidewalk Panels: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing cracked concrete sidewalk panels and disposing by City approved licensed Franchise Commercial Solid Waste Haulers, and replacing with new concrete sidewalk panels; and all other work items as required to complete the work in place. Item No. 13 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. 14 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. 15 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. Page 11 of 28 From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. PART 2 - CONSTRUCTION MATERIALS SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Portland cement concrete shall be Class 560-C-3250 unless shown otherwise on the plans. SECTION 203 — BITUMINOUS MATERIALS 203-16 RUBBERIZED PLAYGROUND SURFACES 203-16.1 General The Contractor shall hire an experienced sub -contractor or have crews experienced in constructing a 3.5-inch thick cushion layer, with a 0.5-inch colorized playground wear surface, on a 4-inch thick P.C.C. slab. The Contractor shall submit references for the sub -contractor's previous work involving the construction of rubberized play surfaces to the Engineer for approval. The flexible surface cushion layer shall consist of shredded styrene butadiene rubber (SBR) adhered with a 100 percent solids polyurethane binder. The colorized wear course shall be 0.5-inch thick consisting of colorized Ethylene Propylene Diene Monomer (EPDM) particles or Thermal Plastic Vulcanized (TPV) granules with an Aliphatic Binder. The rubberized playground surface shall be "Poured -in -place playground surfacing" as manufactured by TotTurf or Engineer approved equal and available through: TotTurf 16059 E. Foothill Blvd Irwindale CA, 91706 Phone: (800) 858-0519 So. Cal Dist: Vince Brantley Phone: (714) 904-8219 Page 12 of 28 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 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 Page 13 of 28 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 FunO gliders, belting material, HealthBeat@ resistance mechanism, Seesaws, etc., against failure due to corrosion/ natural deterioration or manufacturing defects. The environment near a saltwater coast can be extremely corrosive. Some corrosion and/or deterioration is considered "normal wear" in this environment. Product installed within 500 yards (457 meters) of a saltwater shoreline will only be covered for half the period of the standard product warranty, up to a maximum of five years, for defects caused by corrosion. Products installed in direct contact with saltwater or that are subjected to salt spray are not covered by the standard warranty for any defects caused by corrosion. Contractor shall submit final warranty paperwork prior to release of retention payment. SECTION 220 — PLAYGROUND SAND 220-1 PLAYGROUND SAND 220-1.1 General Playground sand shall be supplied by the City. Otherwise, sand shall be silica sand #20W as provided by Oglebay Norton Industrial Sands, Inc. or approved equal. Contact: Mr. Brian Murrieta (949) 728-0195, ext. 216. Contractor shall submit a '/2 cu. ft. sample with sieve analysis for review and approval by Engineer prior to acquisition and delivery to site. PART 8 - LANDSCAPING AND IRRIGATION SECTION 800 — LANDSCAPE MATERIALS Page 14 of 28 800-1 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. 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 Page 15 of 28 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 28 APPENDIX A PART 1 — GENERAL 1.01 POURED IN PLACE PLAYGROUND SURFACING Poured in place rubber playground surfacing shall consist of a polyurethane binder mixed with 100% recycled, shredded tire buffings which will make up the cushion layer. The cushion layer is capped with EPDM rubber granules mixed with a polyurethane binder creating the wear course; or with TPV granules mixed with an aliphatic binder. Surfaces shall comply with ADA and CPSC guidelines as well as ASTM Standards. 1.02 PERFORMANCE REQUIREMENTS Area Safety: Poured in place within playground equipment use zones shall meet or exceed the performance requirements of the CPSC, ADA, and Fall Height Test ASTM F 1292-18. The surface must yield both a peak deceleration of no more than 200 G-max and a Head Injury Criteria (HIC) value of no more than 1,000 for a head -first fall from the highest accessible portion of play equipment being installed as shown on drawings. Accessibility: Children's outdoor play areas shall be in compliance with the Uniform Federal Accessibility Standards (UFAS) FED-STD-795 and the Architectural and Engineer Instructions (9AE1) Design Criteria. The requirements of the Americans with Disabilities Act Accessibility Guidelines (ADAAG) 28 CFR Part 36 that provide equal or greater accessibility than the requirements of UFAS must also be met in children's outdoor play areas. Poured in place surfaces intended to serve as accessible paths of travel for persons with disabilities shall be firm, stable and slip resistant, and shall meet the requirements of ASTM F 1951-14 and ASTM F 1292-18. Poured in place surfaces shall be manufactured and installed by trained and experienced installers. Submittals: The following shall be submitted for rubber surfacing for playgrounds: One original hard copy of the submittal package will be provided. Manufacturer's descriptive data and installation instructions. Manufacturer's details showing depths of wear course and sub -base materials, anchoring systems and edge details. Page 17 of 28 • Upon request, a listing of comparable installations where products similar to those proposed for use have been installed and have been in service for a minimum period of three years. This list shall include owner, address of installation, date of installation, contact person, and phone number. • Upon request, 4-inch by 6-inch samples of the proposed material for this project. IPEMA certification shall be mandatory. Delivery, Storage and Handling: Materials and equipment shall be delivered and stored in accordance with the manufacturer's recommendations. Proiect 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 28 (c) The type of safety surfacing shall be a poured -in -place system and shall be indicated on the drawings. 2.02 CUSHION LAYER SECTION (a) Impact Attenuating Cushion Layer: Cushion Layer consists of shredded styrene butadiene rubber (SBR) adhered with a 100 percent solids polyurethane binder to form a resilient porous material. (b) Strands of SBR may vary from 0.5 mm - 2.0 mm in thickness by 3.0 mm - 20 mm in length. (c) Foam or rubber granules are not to be permitted in cushion layer. (d) Binder shall be between 10-14 percent of the total weight of the material, and shall provide 100 percent coating of the particles. (e) The cushion layer shall be compatible with the wear course and must meet requirements herein for impact attenuation. 2.03 WEAR COURSE (a) Wear Course shall consist of Ethylene Propylene Diene Monomer (EPDM) with polyurethane binder formulated to produce an even, uniform, seamless surface up to 2000 square feet. (b) Wear Course shall consist of Thermal Plastic Vulcanized (TPV) granules with an aliphatic binder formulated to produce an even, uniform, seamless surface up to 2000 square feet. (c) Wear Course shall consist of High Density Thermal Plastic Vulcanized (TPV) granules with an aliphatic binder formulated to produce an even, uniform, seamless surface up to 2000 square feet (d) EPDM shall be peroxide cured with an EPDM content of 26 percent and shall include a Processing aid to prevent hardness with 26% poly content to maintain dynamic testing characteristics, weatherization and UV stability. (e) ASTM D2240 (Shore A) hardness of 55-65, not less than 26 percent rubber hydrocarbons. (f) Size of EPDM rubber particles shall be 1-4 mm across. Binder shall be not less than 20 percent of total weight of rubber used in the wear surface, and shall provide 100 percent coating of the particles. (g) TPV shall be angular granules with a (Shore A) hardness of 65°A ±5 and particle size between 1-4mm. Binder shall be not less than 20 percent of total weight of rubber used in the wear surface, and shall provide 100 percent coating of the particles. Page 19 of 28 (h) High Density TPV shall be angular granules with a (Shore A) hardness of 650A ±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 28 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 28 (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 28 the Contractor from all traffic during the curing period of 48 hours or as instructed by the Engineer. END Page 23 of 28 APPENDIX B PARK RENDERINGS WEST NEWPORT AT ORANGE STREET WEST NEWPORT AT TENNIS COURTS Page 24 of 28 - � • � < �............. as l'I�i ��;I1 r (tIIIl��.I 1 �PIIi I!/I, I TiF I 1 u 1;� + I 1 II .I I li•!I II+ I 1"If ICI 11��) I I#yr` �''11�i z;T y i901 �.a e i _ a r-- _ Cr 1!I III 1 _ � 11� 11 I I 1 1h 1 II tRl Ln 4- _. O U c c � o 1 N � L (6 M i a yJ L s � Z >Lr) v� am `— D a oN L_. t 1 7, V V 7 J APPENDIX C COOLTOPPERS STRUCTURAL CALCULATIONS FOR WEST NEWPORT PARK AT TENNIS COURTS Page 25 of 28 Larson Engineering, Inc. 3524 Labore Road White Bear Lake, MN 55110-5126 651.481.9120 Fax. 651.481.9201 www.larsonengr.com �: aIIIIIII West Newport Park — Tennis Courts Newport Beach, CA Structural Calculations CoolTopper Assemblies Post and Footing Analysis Calculation Release #1 Prepared for Landscape Structures Delano, MN /pyOFESs/oSC CO Ny\ &— r'j m e S 5608 CTU�P �P OF CALF 03/03/2022 Larson Engineering, Inc. White Bear Lake, Minnesota Project Number 11220069.000 © 2022 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 4M m,Mw • , 'ME Table of Contents Design Criteria............................................................ I to II Design Summary........................................................... III ProductPlans.............................................................. IV Load Determination...................................................... LD 1 to LD2 Member Calculations.................................................... MCI to MC2 Technical Information ................................................... TII Appendix................................................................... AP to AP2 Larson Engineering, Inc. 3524 Labore Road White Bear Lake, MN 55110-5126 651.481.9120 Fax: 651.481.9201 www.larsonengr.com ,91E■\ am Design Criteria Project Information: Project: West Newport Park — Tennis Courts — CoolTopper Assemblies Project Location: Newport Beach, CA Project Number: 11220069.000 Structural work scope presented in this calculation package is limited to the design of the 5" DIA. steel post for the CoolTopper, as well as the associated concrete footing. Structural design is limited to wind and seismic loads only. Building Code Used For Design: 2019 California Building Code (2018 IBC) Load Criteria Wind Load Criteria per 2019 CBC (ASCE 7-16): Basic Wind Speed 95 mph (Ultimate Wind Speed) Building Exposure "D" Risk Category lI 2. Seismic Load Criteria per 2019 CBC (ASCE 7-16): SDs = 1.114 SDI = 0.631 (no geotech report provided) Site Class D Risk Category II Seismic Design Category D Structural calculations based on the Landscape Structures drawings (Drawings # 1156787-01-04) dated 01/19/2021. 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. West Newport Park — Tennis Courts — CoolTopper Assemblies Newport Beach, CA Concrete Cast -in -place concrete strength is assumed to be 17, = 3500 psi, normal weight, and air entrained. 2. Concrete designed per ACI 318-14. Soil The lateral soil bearing pressure (per 2019 CBC, Table 1806A.2) is assumed to be p = 100psf/ft. 2. The soil bearing pressure (per 2019 CBC, Table 1806A.2) is assumed to be 6 = 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. 2. 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. II Larson 11220069.000 Design Summary CoolTopper: Single Post Post: 5" DIA. X 0.179" THK. Steel Tube Footing: 26" DIA. X 70" DP. C.I.P. PIER 15 Larson 1II 11220069.000 Larson Engineering, Inc. 3524 Labore Road White Bear Lake. MN 55110-5100 651 ,481 9120 Fax 651 481 9201 www larsonengr com SUBJECT West Newport Park Product Plans PlayBooster w/ CoolTopper SHEET NO IV PROJECT NO. 11220069 BY DJC DATE- 03/01/2022 PLAYBOOSTER PLAN N.T.S. I Larson Engineering, Inc. 3524 Labore Road White Bear Lake, MN 55110-5126 651.481.9120 Fax 651.481.9201 www larsonengr.com j '91M 0 ELI m um l: Load Determination Larson SUBJECT: West Newport Park SHEET NO: LD1 - 1 Load Determination PROJECT NO. 11220069 www.larsonengr.com Wind Loads BY: DJC DATE: 03/01/2022 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 Cateoorv: II I ASCE 7-16 Table 1.5-1 V.=95• mph Basic Wind Speed ASCE 7-16 Fig. 26.5-1A/B/ C/D Wind Load Parameters: Ke:=1.00 Ground Elevation Factor ASCE 7-16 Table 26.9-1 Kd:=0.85 Directionality Factor ASCE 7-16 Table 26.6-1 D Exposure Category ASCE 7-16 Section 26.7 K,:=1.0 Topographic Factor ASCE 7-16 Section 26.8.2 Open I Enclosure Classification ASCE 7-16 Section 26.12 G:= 0.85 Gust Factor ASCE 7-16 Section 26.11.1 Velocity Pressure Exposure Coefficient: Height Above Ground Level z:=19 ft o=11.5 Terrain Exposure Constant ASCE 7-16 Table 26.11-1 z9= 700 ft Terrain Exposure Constant ASCE 7-16 Table 26.11-1 KZ=1.07 Velocity Pressure Exposure ASCE 7-16 Table 26.10-1 Coefficient Velocity Pressure: 2 q,:= 0.00256 • KZ• Krt• K,. Ke • ( V. mph-') • psf= 21.1 psf ASCE 7-16 Eq. 26.10-1 Force Coefficients: Panel: (at Driver Panel) 5:=42 • in Height of panel ASCE 7-16 Fig. 29.3-1 h:=11.5 ft Height of panel from ground 8:=42 • in Width of panel s = 0.3 h B=1 s Cf1= 1.8 ASCE 7-16 Fig. 29.3-1 Larson SUBJECT: West Newport Park SHEET NO: LD1 - 2 Load Determination PROJECT NO: 11220069 www.larsonengr.com Wind Loads BY: DJC DATE: 03/01/2022 Round Post: (at CoolTopper) h2:=184 • in Height of structure D:= 5 • in Diameter of cross section D':=0 • in Depth of protruding elements h2 —= 36.8 D D 9Z = 1.91 ft psf Cf2= 1.2 Canopy (Open Roof): (at CoolTopper) 0:= 32 Obstructed Wind Flow CNW.A = —0.67 CNW.6= —0.23 CNL.A= —0.67 CNL.B= —1.05 CNW:= —0.23 CNL := —1.05 Canopy Lateral Direction: Char:= sin (0. deg) • (C w CNc) =0.43 Canopy Uplift Direction: Cf,:= cos (0. deg) • (CNW+ CNL) _ —1.09 ASCE 7-16 Fig. 29.4-1 ASCE 7-16 Fig. 29.4-1 (Less than 45 deg angle) ASCE 7-16 Fig. 27.3-5 ASCE 7-16 Fig. 27.3-5 ASCE 7-16 Fig. 27.3-5 ASCE 7-16 Fig. 27.3-5 Load Case B Governs Larson SUBJECT: West Newport Park SHEET NO: LD1 - 3 Load Determination PROJECT NO: 11220069 www.larsonengr.com Wind Loads BY: DJC DATE: 03/01/2022 Wind Loads: Panels: p,1:= max (16 • psf, qZ- G. Cf1) Round Post: pw2:= max (16 • psf, qz. G. Cf2) Canopy Lateral Wind Load: I pw3:= max (16 • psf, I qz. G. Cfiaq) Canopy Uplift Wind Load: pw4:= max (16 • psf, I qz. G- Cf pl ) pwl = 32.23 psf pw2= 21.5 psf pw3=16 psf pw4=19.45 psf Larson SUBJECT: West Newport Park SHEET NO: LD2 - 1 Load Determination PROJECT NO: 11220069 www.larsonengr.com Seismic Loads BY: DJC DATE: 03/01/2022 Seismic Loads Per 2019 CBC (ASCE ZmW: 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: II ASCE 7-16 Table 1.5-1 Seismic Parameters: Note: As no geotech report was Site Class: D ASCE 7-16 Table 20.3-1 done, Site Class D (default) was used. Ie-1 ASCE 7-16 Table 1.5-2 5S:=1.392 ATC Seismic Design Maps Note: If SI> 0.2, proceed according hazards.atcouncil.org to ASCE 7-16 Section 11.4.8. 51:=0.498 (Sheet AP2-1) Note: Use 1.2 (minimum) per ASCE Fa:=1.2 ASCE 7-16 Table 11.4-1 7-16 11.4.4. F,,:=1.9 ASCE 7-16 Table 11.4-2 SMS:= Fa • S5= 1.67 ASCE 7-16 Eq. 11.4-1 5M1:= F • 51= 0.95 ASCE 7-16 Eq. 11.4-2 SoS:= 3 . 5M5=1.114 ASCE 7-16 Eq. 11.4-3 So1:= 3 . Sj=0.631 ASCE 7-16 Eq. 11.4-4 Seismic Design Category="D" ASCE 7-16 Table 11.6-1 Seismic Base Shear: R:= 1.25 Non -building structure ASCE 7-16 Table 15.4-2 type: "Self supporting structure" Ct:= 0.02 x:= 0.75 ASCE 7-16 Table 12.8-2 h,,:=19 • ft Structural Height h X Td:= Cr• nft / = 0.18 ASCE 7-16 Eq. 12.8-7 T= Td=0.18 Ts:= SD1 = 0.57 ASCE 7-16 11.4.6 SOS T:=8 ASCE 7-16 Fig. 22-14 Larson SUBJECT: West Newport Park Load Determination www.larsonengr.com Seismic Loads SDS Cslz.a.z:= R =0.89 ( Ie ) Csmaxl = S01D1 l = 2.77 Ta- \ jel SDI • TL Csmarz:= l = 121.87 Taz \ e Csmax'= if Ta < Ti = 2.77 Csmaxl else Csmaxz Csmini := 0.03 0.8 • SI Csminz= R = 0.32 ( Ie ) Csmin:= if 5I>0.6 =0.03 Csminz else Csminl Note: Per ASCE 7-16 11.4.8, as Cs:= site -specific ground motion procedure was not performed. if T< 1.5 • Ts = 0.89 Cs.Iz.a.z else if TL> T> 1.5 • Ts 1.5 • Csmaxl else if T> TL 1.5 • Csmaxz minvaiue:= If (CS> Csmin, "OK", "NG„) =„ OK„ Max,aiue`= If (CS< Csm, "OK" "NG") ='OK' Cs= 0.89 V:=Cs• W SHEET NO: LD2 - 2 PROJECT NO: 11220069 BY: DJC DATE: 03/01/2022 ASCE 7-16 Eq. 12.8-2 ASCE 7-16 Eq. 12.8-3 ASCE 7-16 Eq. 12.8-4 ASCE 7-16 12.8.1.1 ASCE 7-16 15.4.1 ASCE 7-16 Eq. 15.4-2 ASCE 7-16 15.4.1 ASCE 7-16 11.4.8, Exception 2 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 NE • Member Calculations Larson SUBJECT: West Newport Park Member Calculations www.larsonengr.com CoolTopoer Steel Post roolTorsner Steel Post Analysis: Wind Analysis: Wind Loading: (Sheet LD1-3) pw1:= 32.23 • psf pw2:= 21.5 • psf pw3:=16 • psf pw4:=19.45 • psf Awl:=12 tt• 12 fit=144 ftZ Aw2:=(12•ft. 6 tj•0.5=36 fYz Aw3:= 42 • in • 42 • M=12.25 ftz Aw4:=42 • in - 42 . in=12.25 tt� Aw5:= 5 • in • 184 • in= 6.39 ftz Wind Force: Fw1:= pw4 • Awl = 2.801 kip Fw2:= pw3 • Aw2= 0.576 kip Fw3:= pw1 • Aw3= 0.395 kip Location: (first 12" are buried) SHEET NO: MO - 1 PROJECT NO: 11220069 BY: DJC DATE: 03/01/2022 Hw1:=12 • in+ 96 in+ 88 in+ 1 .44 in= 210.67 in 3 Hw2:=12 • in+ 96 in+ 1 . 42 M=129 in 2 Hw3:= 12 • in+ 96 in 2 88 in =104 in Moment: Number of Posts, nw1:=1 Number of Posts, nw2:=4 Number of Posts, nw3:=1 Mwtor= Mwl+ Mw2+ Mw3=161.1 kip. in (Coo(Topper, Uplift Surface) (CoolTopper, Lateral Surface) (Panel) (Slide) (Post) Fw4:= pw1 • Aw4= 0.395 kip Fws:= pw2. Aw5= 0.137 kip Mw1:= (Fwz Hwl/=121.34 kip- in nw1 Mw2:= ((Fw3+ Fwq) Hwz) = 25.47 kip• in nw2 Mw3:= (Fws Hw3) =14.29 kip• in nw3 Larson SUBJECT: West Newport Park SHEET NO: MCl - 2 Member Calculations PROJECT NO: 11220069 www.larsonengr.com CoorFopper Steel Post BY: DJC DATE: 03/01/2022 Seismic Analysis: Seismic Load: (Sheet LD2-2) CS:= 0.89 V..= CS• W Element Weiohts: W1:=145 • ibf W2:= 283 • ibf W3:= 253 • ibf W4:= 204 • ibf W5:=118•ibf Seismic Force: VE1:= Cs. Wi = 0.129 kip VE2:=CS• W2=0.252 kip VE3:= CS • W3 = 0.225 kip VE4:= CS • W4= 0.182 kip VE5:= CS • W5= 0.105 kip Location: (first 12" are buried) HE1:= Hw1= 210.67 in HE2:= Hw2=129 in H 12 • in+ 96 in+ 88 in+ 44 in =120 in E3:= 2 HE4:=12 • in+ 96 M=108 in Mmn: Number of Posts, nE1:=1 Number of Posts, nE2:= 2 Number of Posts, nE3:= 1 Number of Posts, nE4:=2 (CoorTopper) (WhooshWinder) (Post) (Dot -to -Dot) (Square Deck) VE1 HE1) ME1:= = 27.19 kip • in nE1 VEz• HEz) ME2:= =16.25 kip • in nE2 V©- HE3) ME3:= = 27.02 kip • in nE3 VE4 HE4) ME4:= = 9.8 kip• in nE4 Larson SUBJECT• West Newport Park SHEET NO: MC1 - 3 Member Calculations PROJECT NO: 11220069 www.larsonengr.com CoorFol2per Steel Post BY: DIC DATE: 03/01/2022 Number of Posts nEs'= 4 ME.r= (VEs. HE4) =2 84 kip • in nEs MErot:= ME,+ MEz+ ME3+ ME4+ MEs= 8 3.0 9 kip• in Wind and Seismic Moments SDI: Wind: MWd:= 0.6 • Mwrar= 96.66 kip in Seismic: MEd:= 0.7 • ME,,= 58.16 kip• in Controlling Load="Wind" Use for design checks M = 96.66 kip • in Reaction (ASD): RT:=0.6.�FWz+ Fw3+Fw4+ F`"s1-0.546 kip nH,i nw2 nw3 Larson SUBJECT: West Newport Park SHEET NO: MC1 - 4 Member Calculations PROJECT NO: 11220069 www.larsonengr.com CoolTopper Steel Post BY: DJC DATE: 03/01/2022 124miK6711TEN Tube size: 5.0 x 0.179 Fy:= 42 • ksi F, = 58 • ksi E:= 29000 • ksi I,= 7.89 in4 d,= 5 in A,= 2.71 in S,= 3.15 in' t,= 0.18 in J,=15.77 in' Z,=0.35 tt•in2 d, r,:= = 2.5 in 2 d r = 27.93 t, FB4.16 (A1):= if Al < 0.07 . E Fy "Compact" 11 else "Noncompact" if A1>0.31• E Fy "Slender" FB4.16(A1) ="Compact" Flexural Steel Tube Moments (AISC 15th Ed Sect FB): Plastic Yield Moment: MP:= Fy. Z,=174.76 kip. in LB Nominal Moment: F •= cr'— = 343 ksi 0' d E r t, Mn FLB:= if FB<r.16(A,) ="Compact" MP if F,,, 1b (A1) _ "Noncompact" 0.021•E+F •S d, y r tr if FB4Ib (,41) _ "Slender" II Fc,. S, Mn FLB=174.76 kip- in rein (MP, Mn FLB Mn:= n =105 kip- in 52:=1.67 Lb:=19 t`t M„ AN — = 0.92 Mn Larson SUBJECT: West Newport Park SHEET NO: MC2 - 1 Member Calculations PROJECT NO: 11220069 www.larsonengr.com CoolTopper Pier Footings BY: DJC DATE: 03/02/2022 Footing at Single Post CoolTopper: Non -Constrained Footing: Reaction and Moment: (Sheet MCI-3) RT:= 0.546 • kip M,,:= 96.66 • kip• in h:= M ,=177.03 in RT Design: Assumed depth: d:=70 • in Allowable lat. soil bearing: plat:=100 • psf tt Height: h=177.03 in Footing Diameter: b:= 26 • in Lateral Bearing: 51:= 3 • d• 2 •!plat= 388.89 p5f R Area: A:= 2.34 • S b = 1.52 ft 1 1 �69.05 2Required Depth: d,:=0.5•A• 1+A1+4.36• h=in Uplift Check: F,,:= 2.801 • kip (Sheet MC1-1) P„p:= 0.6 • FH,=1.68 kip Uplift (ASD) Reinforced Concrete: 150 pcf yconc:=140 • pcf Concrete Unit Weight Plain Concrete: 140 pcf z vttg:= n- • d= 21.51 ft3 Footing Volume M RRE5:= 0.6 • (yconc• vft9) =1.81 kip Uplift Resist P"P = 0.93 aK RRE5 Designed Footina: 26" DIA. X 70" DP. C.I.P. PIER Larson www.larsonengr.com M V N i R, X X, R 2 1 � — b --- p SUBJECT: West Newport Park SHEET NO: MC2 - 2 Member Calculations PROJECT NO: 11220069 CoolTopper Pier Footings BY: DJC DATE: 03/02/2022 Post Embedment in Footing: Embedment Depth: Effective Width of Compression Block Applied Lateral Load/Shear Shear Span/Moment Arm: Eccentricity: PCI 7th Ed. 6.8 Concrete Compressive Strength Shear Capacity: PCI 7th Ed. Eq. 6-75 (modified for plain concrete) Flexure in Footing: Applied Moment/Flexure: Concrete Modification Factor Footing Section Modulus: Flexural Strength at Tension Face: ACI 318-14, Eq. 14.5.2.1a Flexural Strength at Compression Face: ACI 318-14, Eq. 14.5.2.1b Governing Flexural Strength x:= d-10 • in= 60 in b,:= 5 • in (Post Diameter) RT V°OSr:= 0.6 _ 910 /bf a:= h=177.03 in e:= a+ X = 207.03 in 2 f,:= 3500 • psi 0.6.0.85•f`•b`•x V�0:— =39897.25 ibf 1 + 3.6 • e x VPosr = 0.02 Q(( V,, m M,t9:= O.lMi6 =161.1 kip• in A:=1.0 4 4 b —b,3 1723.16 _ 32•b M 01:=0.6•(5•�•(C•psi"')•5,,,) M 01= 305.83 kip • in M O2:-0.6•(0.85•f,•S,,,) M 0z=3075.84 kip. in M O:= min (M 01 . M 02) = 305.83 kip. in Mft9 = 0.53 AW M 0 Larson Engineering, Inc. 3524 Labore Road White Bear Lake, MN 55110-5126 651.481.9120 Fax: 651.481.9201 www.larsonengr.com A116� • Technical Information x Overall Properties Plastic Properties Depth 5.000 in Xpna -1.873 in Perimeter 15.707 in Ypna 1.135 in Weight 0.009 K/ft Zx 4.161 in3 Width 5.000 in Zy 4.161 in3 AI ShapeBuilder 10.00.0002 E www.iesweb.com S Sheet TI1-1 LARSON ENGINEERING, INC. Daniel Carlson 5-DIAx0.179-THK STEEL.sbf Tuesday, December 17, 2019 3:19 PM Geometric Properties Area 2.711 inz Ix 7.885 in4 Ixy 0.000 in4 Iy 7.885 in4 Sx+ 3.154 in3 Sx- 3.154 in3 Sy+ 3.154 in3 Sy- 3.154 in3 Xc -1.873 in Yc 1.135 in rx 1.706 in ry 1.706 in Principal Properties Il 7.885 in4 I2 7.885 in4 S1+ 3.154 in3 sl- 3.154 in3 S2+ 3.154 in3 S2- 3.154 in3 rl 1.706 in r2 1.706 in 0 0.000 deg Torsion Properties Cw 0.000 in6 H 1.000 1 15.769 in4 Xsc -1.873 in Ysc 1.135 in ro 2.412 in Bl 0.000 in Polar Properties Ip 15.769 in4 rp 2.412 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 j�\ • Appendix 3/l/22, 1:49 PM ATC Hazards by Location ATCHazards by Location Sheet AP1-1 Search Information Address: 5700 Seashore Dr, Newport Beach, CA 92663, USA Coordinates: 33.6243692,-117.946384 Elevation: 9 ft Timestamp: 2022-03-01 T19:49:30.463Z Hazard Type: Wind ASCE 7-16 ASCE 7-10 MRI 10-Year 66 mph MRI 10-Year o ° J Riverside Santa 'dorica = a Long Bea-.? ft iaheim §� vine It 0 Temecula Map data ©2022 Google, INEGI ASCE 7-05 72 mph ASCE 7-05 Wind Speed MRI25-Year 71 mph MRI25-Year 79 mph MRI 50-Year 76 mph MRI50-Year 85 mph MRI100-Year 81 mph MRI100-Year 91 mph Risk Category 1 89 mph Risk Category 1 100 mph Risk Category II 95 mph Risk Category II 110 mph Risk Category III 102 mph Risk Category III -IV 115 mph Risk Category IV 106 mph 85 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://hazards.atcouncii.org/#/wind?lat=33.6243692&ing=-117.946384&address=5700 Seashore Dr%2C Newport Beach%2C CA 92663%2C USA 1/1 3/l/22, 1:50 PM ATC Hazards by Location 1 Sheet AP2-1 Hazards by Location Search Information Address: 5700 Seashore Dr, Newport Beach, CA 92663, USA Coordinates: 33.6243692,-117.946384 Elevation: 9 ft Timestamp: 2022-03-01 T19:50:34.673Z Hazard Type: Seismic Reference ASCE7-16 Document: Risk Category: II Site Class: D-default Basic Parameters Name Value Description SS 1.392 MCER ground motion (period=0.2s) S1 0.498 MCER ground motion (period=l .Os) SMS 1.67 Site -modified spectral acceleration value SM1 * null Site -modified spectral acceleration value SDS 1.114 Numeric seismic design value at 0.2s SA SD1 * null Numeric seismic design value at 1.0s SA * See Section 11.4.8 Additional Information O ° Riverside Santa Morica rj Long Bea-.9 ft raheim � tine 1 Temecula c Map data ©2022 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 1.0s CRS 0.906 Coefficient of risk (0.2s) CR1 0.918 Coefficient of risk (1.0s) PGA 0.608 MCEG peak ground acceleration FPGA 1.2 Site amplification factor at PGA PGAM 0.73 Site modified peak ground acceleration TL 8 Long -period transition period (s) https:ghazards.atcouncil.org/#/seismic?lat=33.6243692&ing=-117.946384&address=5700 Seashore Dr%2C Newport Beach%2C CA 92663%2C USA WA 3/l/22, 1:50 PM ATC Hazards by Location SsRT 1.392 Probabilistic risk -targeted ground motion (0.2s) SsUH 1.537 Factored uniform -hazard spectral acceleration (2% probability of exceedance in 50 years) SsD 2.598 Factored deterministic acceleration value (0.2s) S1RT 0.498 Probabilistic risk -targeted ground motion (1.0s) S1 UH 0.542 Factored uniform -hazard spectral acceleration (2% probability of exceedance in 50 years) S1 D 0.827 Factored deterministic acceleration value (1.0s) PGAd 1.052 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.atcouncii.org/#/seismic?lat=33.6243692&ing=-l17.946384&address=5700 Seashore Dr%2C Newport Beach%2C CA 92663%2C USA 2/2 APPENDIX D COOLTOPPER FOOTING DETAIL FOR BIDDING PURPOSES ONLY Page 26 of 28 APPENDIX E LANDSCAPE STRUCTURES CONCRETE FOOTING STANDARDS FOR WEST NEWPORT PARK AT ORANGE STREET Page 27 of 28 9/1, landscape structuresm PLAN/FOOTING LAYOUT 16" Deck cm. 26 CERTIFIED Typical 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. Certified ASTM F1487.) 3' BHCS SAE Flat '/ " Standard r 9/8' SAE Flat = Io v rD M 00 —7� 11 PlayBooster"I,71 Transfer •Sheet 31 of 601 7TH STREET SOUTH, DELANO, MINNESOTA 55328-8605 888.574-4678 LSI Install Help 888-438-6574 LSI Direct 763-972-6200 Int. FAX (763) 972-3185 2004 by Landscape Structures. All rights reserved. Document #27764600 SAFETY NOTE Choose a protective surfacing material that has a Cntical Height Value of at least the 'SD 14��1 height of the Highest Accessible Part/Fall � H eight of the adjacent equipment. iRef. ASTM F1487.) landscape �ll certitled 13319300 structures i Popsit al PlayBooster \� PLAN VIEW/ FOOTING LAYOUT Hood Assy.- See Detail 48"-56" _— Deck �o o- rno co r \ o r> M N " LOM - 8 g/4 222- J ' 48"-56" Deck Connection - Deck See Detail 0) g 3/4„ LO 'ITTypical -- 222 0, N Concrete Footing 0 o rn r N 11 " 20' _ 11 "_F c 280 510 280 0 a> o E M E M .0 Wave Slide DETAIL \ MID -SUPPORTS Mid -Support Mid -Support Loose Fill Protective y Surfacing — See C Protective \- Key Surfacing - = o Typical �i� Concrete Support Connection Footing -See Detail 12" Crushed 300 Rock PlayBooster° 123336 Double Wave Slide, 48"-56" Sheet 34of61 rt11**49 © 2004 by Landscape Structures. All rights reserved. DOCUrI"lent #27764600 S & landscape structuresm DETAIL HOOD ASSEMBLY (2)5/ „ x 2 1/4„ (2) 1 '/16" O.D. x 1 11/16" Rail BHdS w/Pin Spacers SAFETY NOTE Choose a protective surfacing material that has a Critical Height Value of at least the height of the Highest Accessible Part/Fall '� 1400i Height of the adjacent equipment. (Ref. Cerullad ASTM F1487.) 161085a Typical _ PlayBooster Post (4) Typical Offset - - Hanger Clamp To of Assemblies Clamp o, — --- i ,1 Hood 40'/16" Rail Cl) ih ; C Top of eck-- (2) Spacer (2)'/ " x 3 1/Tubes 2" BHC w/Pin w/ 3/ " Flat Washers DETAIL DECK CONNECTION (4) 3/ " x'/e' BHCS w/Pin w/'/8' Flat Washers i i i i i Deck HOOD - HANDLE DETAIL DETAIL SUPPORT (4) Rubber Bushings (4) 3/ " SAE Flat Waat siers Washers Loose Fill (4) 1/8' x 1 1/4" Protective BHCS w/Pin Surfacing Limited Thread Subgrade� Support Q Concrete 0 0l' KEY: Deck Hgt. Dimension 48" A = 4 1/ "/108 56" A = 111'/280 48" B = 37 3/ "/959 56" B = 31 'd90 48" C = 37"/940 56" C = 30"/760 12" Top of Sliding Surface See A Key See Key Crushed Rock 12 PlayBooster"i • DoubleSlide, 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 2004 by Landscape Structures. All rights reserved. Document #27764600 kh landscape structuresv DETAIL CLAMP ATTACHMENT Post %"x2'X" - BHCS w/Pin %" x 1 w/Pin w/ W SAE Flat Washer Entrance Section 40 1/16 Typical O se Rail Hanger Clamp Spacer Tube Assembly DETAIL DECK ATTACHMENT Exit Support 264338 )ine Slide per 266289 Alpine Slide Lower 264335 \ DETAIL SLIDE SECTIONS ATTACHMENT SAFETY NOTE Choose a protective surfacing material that Criticalhas a Height Value of at height of theHighest Aleast Accessible ParvFall ISO 14001 Height of the adjacent equipment. (Ref. t I I ASTM F1487.) Certified Alpine Slide Upper 264337 Mid Support 264339 Slide Hood 131987 II �I � II of j l l I I I I I I j l I I Li DETAIL CLAMP ATTACHMENT Typical Offset anger Clamp ssembly %"x3'h" BHCS w/ Pin w/ aat BHCS w/Pin Spacer Tu e SAE Flat w/ %" SAE Washer Flat Washer BeachComberTM Structure Sheet37of61 .. ... .. . .... . . . . . 0 2020 by Landscape Structures. All rights reserved. Document #27764600 11v& landscape structurese SAFETY NOTE Choose a protective surfacing material that Criticalhas a Height Value of at he ght of theleast Highest Accessible Part/Fall ISO 14001 Height of the adjacent equipment. (Ref. INAMEMAIII11:1111111 1 IRIASTM F1487.) Certified DETAIL TYP. SUPPORT ATTACHMENT W x 1 'W Limited Supports Thread BHCS w/ Pin w/ %" O.D. x %' Bushing DETAIL DIRECT BURY BeachComber 601 7TH STREET SOUTH, DELANO. MINNESOTA 55328-8606 888.574-4678 LSI Install Help 888-438-6574 LSI Direct 763-972.5200 Int. FAX (763) 972-3185 Q 2020 by Landscape Structures. All rights reserved. Document #27764600 ISO 14001 landscape rawairrNMI structures DETAIL SPRING LEG ATTACHMENT (8) g/an x 1 t/e„ (2) Spring /Assemblies BHCS w/Pin w/'/ " SAE Flat Wasbers - Loose Fill (8)1/ " Standard Hex ��Protective uts w/'/3- SAE Surfacing -_ Flat (2) Spring - Washers Legs Subgrade ---- (2) Spring Legs Concrete Crushed i Rock Wobble Pod (2) Spring Play Safe Assemblies Label Warning Label mow', SAFETY NOTE Choose a protective surfacing material that has a Critical Height Value of at least the height of the Highest Accessible PafVFall Height of the adjacent equipment. (Ref. ASTM F1487.) 18462900 DETAIL DIRECT BURY (2) Spring Assemblies �3"/80 ' `Min. I O M cOo = O O 18" Min. 460 24" J 8—(8) 3/B1. x 7/ BHCS w/Oin w/ 3/ " SAE Flat Washers 18" Min. 460 Evos° Kids In Motion 156452 Wobble Pod° Bouncer Sheet 52 of 61 601 7TH STREET 50UTH, DELANO, MINNESOTA 55328-8605 888-574-4678 LSI Install Help 888-438-6674 LSI Direct 763-972-5200 Int. FAX (763) 972-3185 2004 Document •460/ kk landscape structures,, 30" _ i 16" i i i 121 Play Safe Label (3) 3/ 1- X 7/g' BHCb w/Pin w/ 3/ " Flat Wasbers ------------- 24" _, A rrotective Surfacing DETAIL DISC ATTACHMENT 120710 8" Height (Shown) Support 158997 10" Height 120711 16" Height 158998 20" Height 120712 24" Height 120713 30" Height SAFETY NOTE Choose a protective surfacing material that has a Critical Height Value of at least the height of the Highest Accessible Part/Fall 'S0 001 Height of the adjacent equipment. (Ref. Certified ASTM F1487.) 18381300 DETAIL DIRECT BURY —rti� Support E - O E M 000 C O 0 O Label Concrete Crushed Rock 12" 300 PLAN VIEW/FOOTING LAYOUT (Layout Varies - See Your Plan) 30„ O N i i 16" 24' v m a th 8- - , i\ Q 11 14"-24" 360-610 Climbers• • Climbers 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 2004 by Landscape Structures. All rights reserved. Document #27764600 A rrotective Surfacing DETAIL DISC ATTACHMENT 120710 8" Height (Shown) Support 158997 10" Height 120711 16" Height 158998 20" Height 120712 24" Height 120713 30" Height SAFETY NOTE Choose a protective surfacing material that has a Critical Height Value of at least the height of the Highest Accessible Part/Fall 'S0 001 Height of the adjacent equipment. (Ref. Certified ASTM F1487.) 18381300 DETAIL DIRECT BURY —rti� Support E - O E M 000 C O 0 O Label Concrete Crushed Rock 12" 300 PLAN VIEW/FOOTING LAYOUT (Layout Varies - See Your Plan) 30„ O N i i 16" 24' v m a th 8- - , i\ Q 11 14"-24" 360-610 Climbers• • Climbers 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 2004 by Landscape Structures. All rights reserved. Document #27764600 kk landscape structures PLAN VIEW/FOOTING LAYOUT r> 00 Typical Concrete co Footings _ 1 oLn v u) n) — — --,.A" -.---- — 42" M 1070 w Minimum Use Zone 3 (2) Detail Tee Clamp E m 0 O a F2 E 0 li (2)Arches 11A" CERTIFIED 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.) KEY Seat Tyne Dimension "A" Belt 16'-0" (4,88 m) Flat 16'-0" (4,88 m) Full Bucket 12'-0" (3,66 m) Half Bucket 16'-0" (4,88 m) Molded Bucket 16'-0" (4,88 m) Molded Bucket/Harness 16'-0" (4,88 m) Infant Full Bucket N/A 3� 1�60 Back To Back Swing Beam (4) Typical X 6 Double Clevis w/ 3/," 4 `✓ x 1 1/4" BHCS \ Beam 0 w/Pin Limited Thread Bolts (4)Typical Swing W V Hanger) " 1 l�) Clamp V W Assemblies a r (4)TenderTuff W Coated Chains or ProGuard Coated (2) Belt Chains Also 1 Y' Seats f W Available I ' w/Bolt Link Connections 16/406 Min. When In Use J1 I Finished Grade 1 r' t , (4) Labels NOTE: Model numbers are for swing frames only, order swing seats with chains separately. Protective Surfacing Model #221293 Additional Bay Swings 221292/221293 Arch Swing Frame Sheet 1 of 2 1 by Landscape Structures. All S & landscape structures (4) BHCS LTHD %s x 1 'Yio SST w/ Washer Flush DETAIL BACK TO BACK TEE CLAMPS '/4" x s/e' Drive Rivet DETAIL TEE CLAMP POSITION x Drive / Drivee Rivets i (2)Arches (2)Tee Clamps/Beam (4) 5' Half Clamps NOTE: Use inside holes for (4) Via BHCS w/Pin limited thread w/D-Washer''/,e Nylok Nut w/D-Washer SAFETY NOTE dhm Choose a protective surfacing material that has a Critical Height Value of at least the ISO 14001 height of the Highest Accessible Part/Fall Height of the adjacent equipment. (Ref. Cal ASTM F1487.) (4) 7/,s' Nylok Nut with D-Washer NOTE: Drill '/4" hole - through tee and arch for x s/8" drive rivet when installing back to back tee clamps. VVV r (2) Tee Clamps Part Number Label Example DETAIL CONCRETE FOOTING Finish Grade Sticker Loose Fill Protective Surfacing �_. U J- CCO � -i E co o' N =' m Subgrade — m m 00 r> ILL M O � CONCRETEblu • 1.87 Cubic Feet per Footing. — �" o • 2000 PSI (Min.) v • 3000 PSI (Min.) If Freezing o Conditions Exist. o 14" Min. 1/4" Minus 360 Crushed Rock Sw i„AS 221292/221293 Arch Swing Frame Number Indicates Post Length Sheet 2 of 2 ocument 9/& landscape structures" DETAIL SIGN ATTACHMENT (4) 3/8" Low Crown Cap Nuts w/8/8" SAE Flat Washers Age Appropriate Sign DETAIL (2) #8 x 1/2" (2) Borders BHCS Torx ) Signs Small Border (4)1/," x 1 1/8„ BHCS w/Pin w/8/8" SAE Flat Washers ISO 14001 MCFEff3m, DETAIL SURFACE MOUNT (4)'/2" Standard -� Hex Nuts w/'/2" Sign Post Flat Washe�-A ----- ----- (4),/2" x 2 3/," ---- Expansion Anchors Concrete ° LI Compacted Gravel Model 182503 - Landscape Structures Provided Welcome Sign Model 182504 - Welcome Sign Signs11'elcome Sigfl 601 7TH STREET SOUTH, DELANO, MINNESOTA 55328-8605 888-574-4678 LSI Install Help 8& @ 2016 by Landscape Structures. All rights reserved. 12" 305 nt 21325600 00 APPENDIX F LANDSCAPE STRUCTURES CONCRETE FOOTING STANDARDS FOR WEST NEWPORT PARK AT TENNIS COURTS Page 28 of 28 A& landscape structures° Loose Fill - Protective Surfacing Subgradt Concrete Crushed R, 12 300 SAFETY NOTE Choose a protective surfacing material that - , has a Critical Height Value of at least the ISO/ ooi Haight of the Highest Accessible Part/Fall 1 'f� , I I - -.;,he adjac2rt equipmer+.t Ref.AS':4f Certified 8-25-00 10970900 mponent Support Minimum 1.2 Cubic Feet of Concrete Required per Support. *An Example: If you are using 12" of loose fill material, your concrete footing will be 22" deep. PlayBoostery Concrete Footings, Components tr-WrTirlm, 4 Oe 2000 by Landscape Structures. All rights reserved. 8.25 00 Document 4I3237300.epiaces #10970900•Added concrete footing note. DOcument #1 3237300 a/& landscape structures° Post Specifications: Post length shall vary depending upon the intended use and shall be a minimum of42" 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" O.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 CONCRETE a • 1.87 Cubic Feet per Footing. • 2000 PSI (Min.) • 3000 PSI (Min.) If Freezing Conditions Exist. Crushed Rock 1.2 ISO 14001 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 Part Number Label Example Number Indicates Post Length r— t0/89a FOSi WfOAP Pa /101 At 08 i e�?= vv am vw wm: z3.cv ie. xmt: � I viol rim: noviis'te-mE-"m °i" Nan ban Nb:Amo lent A% Sen fib, : tn] im�xOr \\ Mil Ouc Oele: YnnOn x xer WCleall: Flow: Btb.em.mt xi mui10 ' i_ ADD CAP i 14- T c ca LL t o p a .(D 1 _ ca m to O U 7 ',ILL m E Oi� _ O IC m o ''C) o C14 CD r; Q 0 0 ch • f •ROME, T-+•r etifl • PlayBooster° Concrete Footings, v Posts a1 c 0 ,Q CL N n .Y CO U O to O (0It; 0 O L d tT M:LL O= ffl O tT V * An Example: If you are using 12" of loose fill material, your concrete footing will be 22" deep. 0 2020 by Landscape Structures. All rights reserved. Eco 00 10 1807 Document 9127931500 replaces 025777600 PlayBooster cap now press fit Document #27931500 SAFETY NOTE Choose a protective surfacing material that has a Critical Height Value of at least the height of the Highest Accessible Part/FallISO 14001 Height of the adjacent equipment. (Ref. CertHletl A& In ASTM P1487.t landscape 213040 structures DETAIL PLAN VIEW/ FOOTING LAYOUT (4)'/a"x'/a" PANEL ATTACHMENT BHCS w/Pin w/ %„ SAE Flat Washers Post (4) a/," x'/e° / (2) 5" Half BHCS w/Pin �r Clamps `o Table Panel w/ 3/a" SAE Flat Washers a, - �(4) 3/a" Tee -Nuts (2) Access Clamps \ Concrete \ Footing 2" 51 NOTE: The large radius on the access clamp a needs to face down, as shown. (4) 3/a' Flange (2) 3/a" x 1 t/," Nuts w/Pin Typical (23 Flat Head Cap )aange Screws Table End Panel PlayBooster Nut / " Fl s /Pin \ Post \ o Table Panel Top of Cil (2) 3/8.. x 1 ,/2,CIal o Flat Head Cap Screws Table End _— \r-- N LO Panel vv (2) Table Top NOTE: Brackets This Panel is used under Protective 40" or higher decks. Surfacing (2) 3/a' x 1/all BHCS w/Pin DETAIL DETAIL DIRECT BURY FOOTING SURFACE MOUNT (4) 3/a" Low Crown (2) 3/g" Standard Hex Cap Nuts Loose Fill Nuts w/ 3/," SAE Flat Protective Washers Surfacing 3 \ - Support — (2) 3 /a x 2 /^ Surface Mount Expansion �' o ---- Support Leg o Anchors SubgradeZ - m 00 Support o o Concrete Ni tf') Concrete Compacted — NOTE: Sufficient protec- Gravel tive surfacing must cover Footing - - hardware to satisfy fall 12" Compacted height requirements. 3W Gravel PlayBooster° 130565 Table Panel r, O 2015 by Landscape Structures. All rights reserved. Document #21304000 S & landsccpe structures Warning Label (4) t/21 x 2 1/4" Flat Head Cap Screws (2) Spring/Wedge Assemblies a Spring Bottom Plate SAFETY NOTE Choose a protective surfacing material that has a Critical Height Value of at least the 'S00 0 lFCertifleod height of the Highest Accessible Part/Fall 1Height of the adjacent equipment. (Ref. ASTM F1487.) 24927700 Double Bobble Rider Play Safe Label (2) Seats (8) 3/8, x Ya„ BHCS w/Pin & 14" Flat Washers (4)1/2" Flat Washers @k\(4)'/2" Hex Patch Nuts (4) 1/2" Hex Jam Nuts S \(4)'/2' Hex Jam Nuts \ (4) 1/2" Hex Patch Nuts (4) 1/2" Flat Washers I I I e I I � I tx2 Flat H Ca I Flat Head Cap Screws PLAN VIEW 38 '1/1e„ Kids In Motion•4075 Bobble Rider, Double Sheet of 601 7TH STREET SOUTH, DELANO, MINNESOTA 55328-8605 888-674-4678 LSI Install Help 888-438-6574 LSI Direct 763-972-5200 Int. FAX (763) 972-3185 o 2012 by Landscape Structures. All rights reserved. Document #24927700 Stk landscape structures° (2) Sr Assei Loos PrOtE SurfE Subgra< Footer Concret DETAIL DIRECT BURY BASE LEG ATTACHMENT 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.) 164077a Crushed ck • Minimum • " 10 Kids In Motion 164075 Bobble Rider', Double Sheet 2 of 2 601 7TH STREET SOUTH, DELANO, MINNESOTA 55328-8606 888-574-4678 LSI Install Help 888-438-6574 LSI Direct 763-972-5200 Int. FAX (763) 972-3186 Oc 2012 by Landscape Structures. All rights reserved. Document #24927700 S & dscape structures" oI nu 111owionnTIur_ i evnT Max. 32" Deck SAFETY NOTE Choose a protective surfacing material that dhm has a Critical Height Value of at least the height of the Highest Accessible Part/Fall ISO 14001 Height of the adjacent equipment. (Ref. Certllletl ASTM F1487.) 14735500 DETAIL LADDER ATTACHMENT 3" Steel Half Clamp (4) 3/ " x 1 1/8' Post BHCb w/Pin \ X 47" „ -Typical 1190 Concrete Footing 0, m 11�-4�I cD O Cl N O N 0 N = m 0 0 3 o See Support N a ° O ' Attachment Nc 0(). p Detail �i< p, U vi ; t Un o'Q DETAIL SUPPORT ATTACHMENT (2) 3/e, x 2 ,/Z' Ladder, Threaded (4) 3/@"� Standard �� Ladder Hex IVUtS w/ 3/8'i (4) 3/ "Flange SAE Flat Washers e Nuts w/Pin - DETAIL Hand -� SURFACE MOUNT (2)'/z ar \ Standard Hex Nut Support Flat Washer (2) '/z„ x 2 3/4„ - - - Expansion Anchor a a a a >. Y' Concrete; Crushed NOTE: Sufficient protective Rock surfacing must cover hard- ware to satisfy fall height requirements. Max. 32" Deck Protective Surfacing DETAIL DIRECT BURY Support /K� Loose Fill Protective Surfacing I_! a Subgrade o_ Concrete Crushed Rock 12" PlayBoosteill�'• 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 2004b D• _1 - 11 S & landscape structurev Top Of_ Clamp Cl) rn Top 0�1 Deck (4) 1/8" x'/8" BHCS w/Pin w/'/8" Flat Washers Double Swoosh Slide HOOD - HANDLE DETAIL SAFETY NOTE Choose a protective surfacing material that has a Cntical Height Value of at least the 'SO 14001 height of the Highest Accessible Part/Fall Height of the adjacent equipment. (Ref. ASTM F1487.) Certlflad 13268000 Typical PlayBooster -- Post (2) Typical Offset Hanger Clamp Assemblies DETAIL HOOD ASSEMBLY Post \ Hood 401/1e" Rail DETAIL DECK CONNECTION �' I ---- --t- - Deck Slid, (4)'/e" x'/8" BHCS w/Pin w/ (4) 3/8" Flat Washers II ProtectiveSurfacing PlayBooster"11 130390 Double Slide,Sheet601 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 Oc 2019Document #26473700 S & landscape structures" 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.) 130401a0 17 ' /8" Top Of 435 Hnnrl i coW M!I0) 64" - 72" ! Deck ------ PLAN VIEW/FOOTING LAYOUT Double Swoosh Slide _ OD I - �!oo N 64" - 72" o 0 Deck - N to 0 r 00 Typical Concrete Footing 1 84 5/,fi' 6'/1830 2142 18'/4"/464 Minimum Use Zone DETAIL SURFACE MOUNT 4) ,/2" x 2 1/4 Expansion Anchors w/'/2" Flat Washers �6 Support & '/2" Standard Hex Nuts I 7— 7 a a 'a 11 a a 7- 1, d d , Wa' - ° a - °d Concrete Crushed Rock PlavBoosterO NOTE: Sufficient protective surfacing must cover hard- ware to satisfy fall height t • • • ELEVATION Double Swoosh Slide ------ Finished Grade -------- DETAIL , SUPPORT ATTACHMENT o Top of _ Sliding Surface Slide ----- �a) � (4) s/a" Flat Washers 0 0 (4) Rubber Bushings C w (4) 3/8' Flat Washers m o 00 (4) s/en x 1 ,/4 Support N N = o BHCS w/Pin � v Limited Loose Fill Thread Protective o LO Surfacing Q 1 Subgrade —� —_ o requiremen s. Typical S o �I Concrete a Footing a I NOTE: Prop the end of the slide according to the proper deck height. 12" _ Crushed / 300 Rock 130390 Double Swoosh" Slide, 64"-72" Sheet 2 of 2 12019 by Landscape Structures. All rights reserved. Document 726473 kk landscape structures (2)Typical Offset Ha DETAIL Clampr - Assemblies (2) 5/8" x 2 1/4" BHCS w/Pin Rail (2) Spacers 96"Deck DETAIL Entrance Section Deck - (4) 3/8" x 7/8" BHCS w/Pin w/ 3/8" Flat Washers -- 15 1/4— Straight Section Elbow_ Section (RH) 3/8" x 1 11/16 BHCS w/Pin w/ 3/8" Flat Washer Model #For EN 226811 Mid-Suppo SAFETY NOTE Choose a protective surfacing material that has a Critical Height Value of at least the ISO 14001 height of the Highest Accessible Part/Fall Height of the adjacent equipment. (Ref F1 ASTM F1487.) Certlilad Typical PlayBooster Post Entrance Section DETAIL I Upper Support (2) 1/4" x 3/8" Drive Rivets Upper Support #221940(Shown) Upper Support EN #226928 Support yy WhooshWinder Section NOTE: 21" min- imum clearance from slide in- side sidewall to supports. Lower Protective Support Surfacing Exit Section : • • i • • • • • . - 601 7TH STREET SOUTH, DELANO, MINNESI M 5532t )5 888-574-4678 LSI Install Help 888-438-6574 LSI Direct 763-972-5200 Int. FAX (763) 972-3185 r• by Landscape Structures. All rights reserved, Document #26199700 kk 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 IS0 i4001 Height of the adjacent equipment. (Ref. Certified ASTM F1487.) DETAIL DIRECT BURY Top Sliding Exit Section Surface M� 0 N X N Q Exit Footer Q Loose Fill Protective Surfacing NOTE: Exit Heights may vary if the protective surfacing is not level. Do not put pressure/tension on the entrance section when adjusting the exit height. (3) Supports I, Loose Fill Protective Surfacing Subgrade EI E o MSubgrade a. M °° (0 E, ao o cIo Na a Concrete a b'v , Footing I a o a o I Concrete e a FOOtIn a a Crushed Typical Concrete Footing i _ 9 Crushed 12" Rock (300) PLAN VIEW/FOOTING LAYOUT 66 1 /2" (1689) 81 3/8" 73" 12" (300) NI� t t N co Deck _ cfl 0 52 1/4" (1327) f i .•• • • • • 111111 I'll • • - • 5A4 7TIJ CTCICCT CnI - MCI AKI .IIIMMCC(1TA CC'2752-QIZAC RAR_97A_AC.7R I CI Warn ARA.A3R-A47A I CI Kirart 793.Q72.99nn Int. FAX 1713,31 g72.318.r © 2019 by Landscape Structures. All rights reserved. kk landscape structures PLAN VIEW/FOOTING LAYOUT „A., r1 00 SAFETY NOTE 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. Caruftea ASTM F1487.) 18448000 KEY Seat Type Dimension "A" Belt 16'-0" (4,88 m) Flat 16'-0" (4,88 m) Full Bucket 12'-0" (3,66 m) Half Bucket 16'-0" (4,88 m) Molded Bucket 16'-0" (4,88 m) Molded Bucket/Harness 13'-0" (3,96 m) Infant Full Bucket N/A Back To Back Swing Beam i Minimum Use Zone (2) Detail Tee Clamp 0 0 Q 9 E 0 LL Beam (4)Typical Swing Hanger Clamp V Assemblies (4)TenderTuff W Coated Chains or ProGuard Coated Chains Also Available al jDouble (4) Typical Clevis w/ 3/g" q X 1 '/4" BHCS q w/Pin Limited r1 Thread Bolts (2) Belt Seats w/Bolt Link Connections (2)Arches 16"/406 Min. When In Use ill A7 1 Finished Grade t r ' 1 , (4) Labels NOTE: Model numbers are for swing frames only, order swing seats with chains separately. Protective Surfacing Model #221293 Additional Bay Swings 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 - Do••1 9/& landscape structures° (4) BHCS LTHD '/,s x 1 "/,e SST w/ Washer Flush D DETAIL BACK TO BACK TEE CLAMPS 1 • 11 CERTIFIED 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.) (4)'/,fi' Nylok Nut with D-Washer NOTE: Drill '/4" hole \\ through tee and arch for x 5/8" drive rivet \ when installing back I to back tee clamps. �i Y (2) Tee Clamps Part Number Label Example 1/4" X 8/g' Drive Rivet DETAIL TEE CLAMP POSITION (2)Tee Clamps/Beam (4),/4, X'/8„ Drive Rivets / o. I (2)Arches NOTE: Use inside holes for (4) '/,6 BHCS w/Pin limited thread w/D-Washer'%6 Nylok Nut w/D-Washer DETAIL CONCRETE FOOTING Finish Grade Sticker \ (4) 5' Half Clamps Loose Fill J Protective E 0 Q Surfacing 0;t N ra 'd CO Subgrade — sl c '.o CONCRETE • 1.87 Cubic Feet per Footing. • 2000 PSI (Min.) • 3000 PSI (Min.) If Freezing Conditions Exist. '/4" Minus Crushed Rock l o v j0o0 co O N In N a IU ty C o 'I� IO �Ilo 14" Min. 360 167729a Number Indicates Post Length Swings 221292/221293 Arch Swing Frame 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 0 2016 by Landscape Structures. All rights reserved. Document •11 S & landscape structures, (4) 3/8" Low Crown Cap Nuts w/3/8" SAE Flat Washers Large' Border Age Appropriate Sign I DETAIL SIGN ATTACHMENT (2) Signs 0 Sign Post 127 0) 0 IS014001 In Cert Hl. 21325600 Small Border (4) 3/8" x 1 '/," BHCS w/Pin w/3/8" SAE Flat Washers DETAIL SURFACE MOUNT (4)1/2" Standard------, Hex Nuts w/'/2" Sign Post Flat Washers --------- ------------ (4) '12" x 2 3/4"- Expansion Anchors a a a a Concrete .I Compacted Gravel Warning Sign DETAIL Sign \ Post \ a 1 (2) #8 x'/2" (2) Borders BHCS Torx O Signs Model 182503 - Landscape Structures Provided Welcome Sign Model 182504 - Welcome Sign DETAIL DIRECT BURY FOOTING Finished Sign Post Grade Subgrade M 00 a CD N to a � . Concrete a Footing Signs14- • • 601 7TH STREET SOUTH, DELANO, MINNESOTA 55328-8606 888-574-4678 LSI Install Help 88 O� 2016 by Landscape Structures. All rights reserved, 12" nt #22074200 City of Newport Beach F �«WPpRT Insurance Compliance u�i PO Box 100085 - FV Duluth, GA 30096 August 5, 2022 R.E. Schultz Construction, Inc. 1767 North Batavia Street Orange, CA 92865 Reference Number: 8716-1 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]