Loading...
HomeMy WebLinkAboutPark Specialties; 2003-03-20; PKS02-05DOC # 2004-0256553 I=- Q Recording requested by: NQR 23:. 2004 8~42 CIrC CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad Carlsbad CA 92008 rnICI& REm SElN DIEGO COUHTY MMIRDER'S OFFICE GREGORY J. SHITH, CWY RECORDER 1200 Carlsbad Village Drive FEES: 0.00 Space above for Recorder's use NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work of improvement on the property hereinafter described was completed on October 27, 2003. 6. The name of the contractor, if any, for such work of improvement is Park Specialties 7. The property on which said work of improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Contract No. PKS02-05 Playground Equipment Upgrades at Various Park Sites 8. The street address of said property is: 3235 Eureka Place, Carlsbad, California 92008 Pi0 Pic0 and Chestnut, Carlsbad, California 92008 Pueblo Street & Rana Court, Carlsbad, California 92009 3420 Camino de 10s Coche, Carlsbad, California 92009 2997 Glasgow Drive, Carlsbad, California 92008 Kelly Drive @ Park Drive, California 92008 Carlsbad Blvd @ Cannon, California 92008 6600 Hidden Valley Road, California 92008 Pub I i c'W o'r ks Director VERIFICATION OF CITY CLERK I, the undersigned say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad CA 92008; the City Council of said City on ,2004 accepted the above work as completed and ordered that a Notice of Completion be filed. March 23rd I declare under penalty of perjury that the foregoing is true and correct. Executed on March 24th , 2004 at Carlsbad, California uorraine JWood, M. City Clerk la r- *- CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SUPPLEMENTAL PROVISIONS FOR PLAYGROUND EQUIPMENT UPGRADES AT VARIOUS PARK SITES CONTRACT NO. PKS02-05 September 11,2000 a Revised 9/11/00 Contract No. PKS02-05 Page 1 of 61 Pages _.- - Item TABLE OF CONTENTS Paae Notice Inviting Bids ........................................................................................................................ 4 Contractor‘s Proposal .................................................................................................................... 8 Bid Security Form .......................................................................................................................... 14 Bidder‘s Bond To Accompany Proposal ....................................................................................... 15 Guide For Completing the “Designation Of Subcontractor and Amount Of Subcontractor’s Bid Items” and “Designation of Owner OperatodLessor and Amount Of Owner Operator/Lessor Work” Forms .......................................................................................................................... 17 Designation Of Subcontractor and Amount Of Subcontractor‘s Bid Items ................................. 19 Designation Of Owner Operator/Lessor and Amount Of Owner Operator/Lessor Work ............ 20 Bidder’s Statement Of Financial Responsibility ............................................................................ 21 Bidder‘s Statement Of Technical Ability And Experience ............................................................. 22 Bidder‘s Certificate Of Insurance For General Liability. Employers’ Liability. Automotive - Liability And Workers’ Compensation .......................................................................................... 23 Bidder’s Statement Of Re Debarment .......................................................................................... 24 Bidder’s Disclosure Of Discipline Record ......................................................................... 25 27 Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid .............................. Contract Public Works ................................................................................................................... 28 Labor And Materials Bond ............................................................................................................. 34 Faithful Performance/Warranty Bond ........................................................................................... 36 Optional Escrow Agreement For Surety Deposits In Lieu Of Retention ....................................... 38 SUPPLEMENTAL PROVISIONS Part 1 Section 1 1-1 1-2 1-3 Section 2 . 2-3 2-4 General Provisions Terms. Definitions Abbreviations And Symbols Terms ................................................................................................................... 41 Definitions ............................................................................................................. 41 Abbreviations ........................................................................................................ 42 Scope And Control Of The Work Subcontracts ........................................................................................................ 43 Contract Bonds ..................................................................................................... 43 @ Revised 9/11/00 Contract No . PKS02-05 Page 2 of 61 Pages . 2-5 2-1 0 Section 3 3-2 3-3 3-4 3-5 Section 4 4-1 4-2 Section 5 5-1 5-4 5-6 Section 6 6- 1 6-2 6-6 6-7 6-8 6-9 . Section 7 7-3 7-4 7-5 7-7 7-8 7-1 0 7-1 3 Section 9 9-1 9-3 Plans And Specifications ...................................................................................... Authority Of Board And Engineer ......................................................................... Changes In Work Changes Initiated by the Agency ......................................................................... Extra Work ............................................................................................................ Disputed Work ...................................................................................................... Changed Conditions ............................................................................................. Control Of Materials Materials And Workmanship ................................................................................ Materials Transportation. Handling and Storage .................................................. Utilities Location ................................................................................................................ Relocation ............................................................................................................. Cooperation .......................................................................................................... Prosecution. Progress And Acceptance Of The Work Construction Schedule And Commencement Of Work ........................................ Prosecution Of Work ............................................................................................ Delays And Extensions Of Time .......................................................................... Time of Completion .............................................................................................. Completion And Acceptance ................................................................................ Liquidated Damages ............................................................................................ Responsibilities Of The Contractor Liability Insurance ................................................................................................. Workers' Compensation Insurance ...................................................................... Permits ................................................................................................................. Cooperation and Collateral Work ......................................................................... Laws To Be Observed .......................................................................................... Project Site Maintenance ..................................................................................... Public Convenience And Safety ........................................................................... Measurement and Payment Measurement Of Quantities For Unit Price Work ................................................. Payment ................................................................................................................ _- Revised 9/11/00 Contract No . PKS02-05 Page 3 of 61 Pages 44 45 46 46 47 47 50 51 51 51 52 52 55 56 56 56 57 57 57 57 57 57 58 58 59 59 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 4:OO p.m. on June 4,2002, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: install new playground equipment and rubberized surfacing at various park sites. CONTRACT NO. PKS02-05 PLAYGROUND EQUIPMENT UPGRADES AT VARIOUS PARK SITES This bid and the terms of the Contract Documents and Supplemental Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. The work shall be performed in strict conformity with the plans and specifications as approved by the City Council of the City of Carlsbad on file with the General Services Department. The specifications for the work conform to Americans with Disabilities Act Accessibility Guidelines (ADAAG), the California Code of Regulations Title 22, Division 4, Chapter 22 and to the requirements of American Society for Testing and Materials (ASTM) F1487. The City of Carlsbad encourages the participation of minority and women-owned businesses. 1- The playground equipment manufacturer used for this project is Landscape Structure, Inc and the playbound poured-in-place resilient rubber surfacing is Surface America. The supplier for said equipment and rubberized surfacing material is Coast Recreation, Inc., 2082 S.E. Bristol, Suite #204, Newport Beach, CA 92660. No substitutions or equals are allowed for this project. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder’s security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (1 0) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263)’ appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The documents which comprise the Bidder’s proposal and that must be completed and properly executed including notarization where indicated are: e Revised 911 1/00 Contract No. PKS02-05 Page 4 of 61 Pages 1. /- 2. 3. 4. 5. 6. 7. t Contractor's Proposal Bidder's Bond Non-Collusion Affidavit Designation of Subcontractors and Amount of Subcontractor Bid Designation of Owner Operator/Lessors & Amount of Owner OperatorRessor Work Bidder's Statement of Financial Responsibility Bidder's Statement of Technical Ability and Experience 8. Acknowledgement of Addendum(a) 9. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 10.Bidder' s Statement Re Debarment 11 .Bidder's Disclosure Of Discipline Record 12.Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $291,000. - Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: C-61-D34, C-61 -D12. If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. I- Sets of plans, supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-731 4, for a non-refundable fee of $20.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers r" @ Revised 9/11/00 Contract No. PKS02-05 Page 5 of 61 Pages employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A mandatory pre-bid meeting and tour of the project sites will be held at 405 Oak Avenue, Carlsbad, California on Thursday, May 16,2002 at 1:00 p.m. All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000). 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($1 0,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($1 0,000,000). These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the Supplemental Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:V 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. I I e Revised 9/11/00 Contract No. PKS02-05 Page 6 of 61 Pages Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2002-105, adopted on the 9Ih day of April, 2002. Revised 911 1/00 Contract No. PKS02-05 Page 7 of 61 Pages CITY OF CARLSBAD CONTRACT NO. PKS02-05 PLAYGROUND EQUIPMENT UPGRADES AT VARIOUS PARK SITES CONTRACTOR’S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, Supplemental Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. PKS02-05 in accordance with the Plans, Specifications, Supplemental Provisions and addenda thereto and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: SCHEDULE “Ayy PLAYGROUND EQUIPMENT Item - No. DescriDtion Approx. Quantity Unit and Unit - Price Holidav Park A-1 #12880-2 Playshaper playstructure 1 $ 13,264.83 A-2 #100048A 2” Arch tot swing 4 1 $ 2,130.dO A-3 #123517C Stationary cycler 1 A-4 #lo01 05A Age appropriate sign 2- 1 $ 350.00 A-5 #111297A Sand & water panel 1 $ place $ 960.00 5 years 830.00 A-6 #125059A Spring platform 1 $ 1,145.00 A-7 #123517B Stationary cycler; ADA 1 $ 660.00 A-8 Installation of play equipment LS $ 5,ldO.OO Laguna Riviera Park playstructure A-9 #12863-2 PlayBooster 1 $ 14,782.87 A-10 #122837F Single post swing 6 1 $ 2,292.00 place whelt seats - Total $ 13,264.83 $ 2,100.00 $ 960.00 $ 350.00 $ 830.00 $ 1,145.00 $ 660.00 $ 5,100.00 $ 19,782.87 $ 2,292.00 Revised 9/11/00 Contract No. PKS02-05 Page 8 of 61 Pages Approx. Item Quantity Unit - No. DescriDtion and Unit - Price A-1 1 #lo01 06A Age appropriate sign 5- 1 $ 350.00 Laguna Riviera Park 12 years A-1 2 Installation of play equipment LS $ 5,845.00 Total $ 350. d0 -- I $ 5,845.00 $ 11,795.43 Calavera Park A-1 3 #8802A1-3 Playshaper playstructu re 1 $ 11,795.43 A-14 #8802A2-3 Access image panel 1 $ 390.00 $ 390.00 A-1 5 #lo01 05A Age appropriate sign 2- 1 $ 350.00 5 years $ 350.00 LS $ 3,350.00 $ 3,350.00 22,4U3.97 A-1 6 Install play equipment La Costa Canvon Park A-1 7 #13397-2 PlayBoooster playstructure 1 22,403.97 A-1 8 #124795H Swing 6 place w/4 belt 1 $ 2,555.00 & 2 full bucket seat@) 12 years 350.00 A-1 9 #lo01 06A Age appropriate sign 5- 1 $ $ 2,555.00 $ 350.00 A-20 Install play equipment LS $ 6,670.00 $ 6,670.00 $ 1,855.78 Cannon Park #8136-REV4 Three (3) posts; a A-21 1 $ 1,855.78 Tic-Tac-Toe and driver panel 650.00 1 $ 6,314.15 LS $ $ 650.00 $ 6,314.15 A-22 Install play equipment Kruaer House A-23 #12295-1 Playshaper playstructu re $ 716.00 A-24 #117692 Toddler Swing w/2 half 1 bucket seats $ 716.00 LS $ 1,850.00 1 $ 13,447.78 $ 1,850.00 $ 13,447.78 A-25 Install play equipment A-26 #13396-2 Playshaper Staaecoach Park playstructure 5,428.30 A-27 #til8086 Covered wagon 1 $ A-28 #lo01 6B Spring rider Horse w/d.b. 1 A-29 1001 238 Spring rider Rhino-din0 1 $ $ 575.00 leg w1d.b. leg 590.00 5,428.00 $ $ 575.00 $ 590.00 ..I Revised 9/11/00 Contract No. PKS02-05 Page 9 of 61 Pages rc- c Approx. Item Quantity Unit No. Description and Unit Price - Total - - Staaecoach Park 5 years $ 350.W $ 350.00 A-30 #lo01 05A Age appropriate sign 2- 1 A-31 Install play equipment Ls $ 5,370.00 $ 5,370.00 Total amount of bid in words for Schedule “A: One Hundred Thirty Seven Thousand, Seven hundred Forty Dollars and Fifty One Cents _- Total amount of bid in numbers for Schedule “A”: $ 137,740.51 SC H E D U LE “6” R U B B ERIZED SU R FACING c e--- - Approximate Item Quantity Unit - No. Description and Unit - Price Total B-1 PlayBound Poured-in-Place 8,535SQ $ 7-15 $ 61,025.25 resilient rubber surfacing: 50/50 mix color and black for the top EPDM coating: 3 thick 8-2 Installation of surfacing $ 23,475.00 $ 23,475.W LS B-3 Installation of concrete base LS $ 19,205.00 $ lY,2c)5.00 that surfacing adheres to Total amount of bid in words for Schedule ‘$B1’: One Hundred Three Thousand, Seven hundred Five Dollars and Twenty Five Cents 103,705.25 ..-- Total amount of bid in numbers for Schedule “B: $ SCHEDULE “C” REMOVING AND DISPOSING EXISTING EQUIPMENT -- Approximate Item Quantity Unit No. Description and Unit - Price Total - - C-1 Remove and dispose of LS $ 20,000.00 $ 20,000.00 -- existing equipment at Holiday, Kruger House, Laguna Riviera, Stagecoach Parks. - La Costa Canyon and Twenty Thousand Dollars and Zero Cents Total amount of bid in words for Schedule “C“: - Revised 9/11/00 Contract No. PKS02-05 Page 10 of 61 Pages c- I 1. r’ Total amount of bid in numbers for Schedule “C”: $ 2o~oOo.ooDATE <. Total amount of bid in words includin Schedule “A, “B and “C”: Two Hundred Sixty One Thousand, Four Hundred Forty B ive Dollars and Seventy Six Cents Total amount of bid in numbers including Schedule “A”, “B and “C”: $ 261’ 445* 76 The basis of award will be the sum of Schedule “A”, “B” and “C” unless bids for Schedule “C” are rejected, in which case the basis of award will be Schedule “A and “B only. Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No@). 1-7 [h’ave been received anere included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number ,> , classification ~~c-61 -n - 13 i>-34 which expires on , and that this statement is true and correct and has the legal effect of an affidavit. 2-28-03 A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City 5 7028.1 5(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code 5 20104. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is Bond Cashier‘s Check) for ten percent (1 0%) of the amount bid. (Cash, Certified Check, Bond or The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. @ Revised 9/11/00 Contract No. PKS02-05 Page 11 of 61 Pages .-- I- _.- c .-.- -- a The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: Name under which business is conducted Park Signature (given and surname) of proprietor b&LW P.O. Box 891833 Temecula, CA 92589-1833 Place of Business (Street and Number) City and State (4) ZipCode IF A PARTNERSHIP, SIGN HERE: Telephone No. (800) 399-8484 (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business (Street and Number) City and State (4) ZipCode Telephone No. IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted (Signature) (Title) Impress Corporate Seal here Ifs Revised 911 1/00 Contract No. PKS02-05 Page 12 of 61 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT /"- r .- State of California I 0 / County of I r7 d*AG+F,&L A&c, Name and Title of Officer (e 9'. "Jane Doe, Not& Publics) On personally appeared 9 Name(s) of Signer@) Place Notary Seal Above 0 personally known to me yproved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in his/her/their authorized capacity(ies), and that by hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS / my hanmofficial seal. Signature of Notary Public OPTlONA L Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Docu Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: G Individual 0 Corporate Officer - Title(s): 0 Partner - 0 Limited General 0 Attorney in Fact Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: 0 1997 National Notary Association 9350 De Soto Ave., P.O. Box 2402 Chatsworlh, CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827 License Detail California Home piGI kd Page 1 of 2 Wednesday, October 16,2002 Description GENERAL BUILDING CONTRACTOR PREFABRICATED EQUIPMENT Contractor License # 702962 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be aware of the following limitations: CSLB is prohibited by law from disclosing complaints until they are referred for Per B&P 7071.1 7, only construction related civil judgments known to the CSLB Arbitrations are not listed unless the contractor fails to comply with the terms of Due to workload, there may be relevant information that has not yet been entered legal action. are disclosed. the arbitration. onto the Board's license data base. Extract Date: 10/16/2002 * * * Business Information * * * PARK SPECIALTIES P 0 BOX 891833 TEMECULA, CA 92592 Business Phone Number: (800) 399-8484 Entity: Sole Ownership Issue Date: 02/23/1995 Expire Date: 02/28/2003 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * IF12 IlSYNTHETlC PRODUCTS * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number S1017697 in the amount of $7,500 with the bonding company 101 16/2002 License Detail Page 2 of 2 SURETY COMPANY OF THE PACIFIC. Effective Date: 03/01/2002 __ Contractor's Bonding His&ay * * * Workers Compensation Information * * * This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number: 046-0007891 Effective Date: 01/01/1999 Expire Date: 01/01/2003 Workers Compensation History Personnel List Lice-e-N um ber Re-qu-es Contractor Name Request Personnel Name Request Salesperson Request Salesperson Name Request 0 2002 State of California. Gray Davis, Governor. Conditions of Use Privacy Policy 101 16/2002 Personnel List Page 1 of 1 California Home Wednesday, October 16,2002 Personnel List CALIFORNIA CONTRACTORS STATE LICENSE BOARD Contractor License # 702962 Click on the person’s name to see a more detailed page of information on that person. Name Association Disassociation Class More Date Date Class Title 02/23/1995 DE RIEUX, ROBERT SOLE FRANCIS OWNER B More -- License Nu-m-ber-Request Contractor Name Request Personnel Name Request Salesperson Request Salesperson Name Request 0 2002 State of California. Gray Davis, Governor. Conditions of Use Privacy Policy http://www2.cslb.ca.gov/CSLBLIBRARY/Personnel+List.asp?LicNum=7O2962 1 O/ 1 6/2002 (3) Incorporated under the laws of the State of (4) Place of Business (Street and Number) City and State < (5) ZipCode Telephone No. c NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE AITACHED c- List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: /- a Revised 9/11/00 Contract No. PKS02-05 Page 13 of 61 Pages BID SECURITY FORM (Check to Accompany Bid) CONTRACT NO. PKS02-05 PLAYGROUND EQUIPMENT UPGRADES AT VARIOUS PARK SITES (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of dollars ($ )l this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (1 0%) of the total amount of the bid.) @ Revised 911 1/00 Contract No. PKS02-05 Page 14 of 61 Pages BIDDER’S BOND TO ACCOMPANY PROPOSAL CONTRACT NO. PKS02-OS PLAYGROUND EQUIPMENT UPGRADES AT VARIOUS PARK SITES KNOW ALLPERSONS BY THESE PRESENTS: That we, Park Specialties , as Principal, and Gulf Insurance Company 1 as Surety are held and firmly bound unto the City of Carlsbad. California, in an amount as follows: (must be at least ten percent (10%) of the bid amaunt)lOz Of Bid h~ount for which payment, well and truly made, we bind ourseIves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: Playground Equipment Upgrades at Various Park Sites - Contract No PKS02-05 in the City of Cadsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the Clty Council of the City of Carlsbad, being duly notified of said award, then this obligation shall became null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. ... I . .. ... ... .., .- ... . .. I .. ... ..I ... ... .-. ... ... ... ... a .. ... ... ... ... . -. ... ... e Revised 911 1/00 Contract No. PKS02-05 Page 15 of 61 Pages In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. - Executed by PRINCIPAL this 3rd dayof June 12aL.d PRINCIPAL: Park Specialties Executed by SURETY this 3rd 0y: (print name here) (Titlcand Organization of Signatory) day (na of June ,2002. SURETY: Gulf Insurance Company 110 West "A" Street, Ste, 1805 (nams of Surety) Sa Diego, CA 92101 (address of Surety) m €M (800) 708-0589 BY (sign here) (print name here) (title and organization of signatory) Melanie Anderson (printed name of Attorney-in-ca) I (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) . .. (President or vice-president end secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney -- By: Deputy City Attorney Revised 911 1/00 Contract No. PKS02-05 /c CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT c P State of California I / L,L,uz-,;, /&a U Name and Titlg of Officer (69, "Jane Doe. Not& Public") On '&4zee , before me, personally appeared &d ,&ud C @<A& Name($ of Signer@) 0 personally known to me proved to me on the basis of satisfactory tvidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in hidherltheir authorized capacity(ies), and that by hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Place Notary Seal Above Signature of Notary Public OF TlONA L Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Do Title or Type of Document: Document Date: Number of Pages: Signer@) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: Individual O Corporate Officer - Title@): I I 0 Partner - 0 Limited 0 General 0 Attorney in Fact Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: u 0 1997 National Notary Association 9350 De Soto Ave., P.O. Box 2402 - Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827 STATE OF CALIFORNIA ] COUNTY OF SAN DIEGO } )ss June 3, 2002 , before me, F. Griffin, personally appeared Melanie Anderson personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hishedtheir authorized capacity(ies), and that by hishedtheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature ,- (THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK) GULF INSURANCE COMPANY HARTFORD, CONNECTICUT POWER OF ATTORNEY e- ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED ON BLUE SAFETY PAPER WITH TEAL INK. KNOW ALL MEN BY THESE PRESENTS: That the Gulf Insurance Company, a corporation duly organizea under the laws of the State of Connecticut, having its principal office in the city of Irving, Texas, pursuant to the following resolution, adopted by the Finance & Executive Committee of the Board of Directors of the said Company on the 10th day of August, 1993, to wit: "RESOLVED, that the President, Executive Vice President or any Senior Vice President of the Company shall have authority to make, execute and deliver a Power of Attorney constituting as Attorney-in-Fact, such persons, firms, or corporations as may be selected from time to time; and any such Attorney-in-Fact may be removed an3 the authority granted him revoked by the President, or any Executive Vice President, or any Senior Vice President, or by the Board of Directors or by the Finance and Executive Committee of the Board of Directors. RESOLVED, that nothing in this Power of Attorney shall be construed as a grant of authority to the attorney(s)-in-fact to sign, execute, acknowledge, deliver or otherwise issue a policy or policies of insurance on behalf of Gulf Insurance Company. RESOLVED, that the signature of the President, Executive Vice President or any Senior Vice President, and the Seal of the Company may be affixed to any such Power of Attorney or any certificate relating thereto by facsimile, and any such powers so executed and certified by facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond and documents relating to such bonds to which they are attached." Gulf Insurance Company does hereby make, constitute and appoint Melanie Anderson its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver -:I its behalf, as surety, any and all bonds and undertakings of suretyship, and to bind Gulf Insurance Company thereby as fully and to the same extent as if iy bonds, undertakings and documents relating to such bonds and/or undertakings were signed by the duly authorized officer of the Gulf Insurance Company and all the acts of said attorney(s)-in-fact, pursuant to the authority herein given, are hereby ratified and confirmed. The obligation of the Company shall not exceed five million (5,000,000) dollars IN WITNESS WHEREOF, the Gulf Insurance Company has caused these presents to be signed by any officer of the Company and its Corporate Seal to be hereto affixed. GULF INSURANCE COMPANY & P.%-LAL - Lawrence P. Miniter Executive Vice President STATE OF NEWYORK COUNTY OF NEW YORK - On this 1st dav of October, AD 2001, before me came Lawrence P. Miniter, known to me personally who being by me duly sworn, did depose and say: that he resides in-the County of Bergen, State of New Jersey; that he is Ihe Executive Vice President of the Gulf Insurance Company, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instruments is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name, thereto by like order. .- AN&E MAHABIR-BEGAZO Notary Public, State of New York No. 01MA6019988 Qualified in Kings County Commission Expires February 16,2003 STATE OF NEW YORK COUNTY OF NEW YORK - I, the undersigned, Senior Vice President of the Gulf Insurance Company, a Connecticut Corporation, DO HEREBY CERTIFY that the foregoing and attached Dated the 3rd day of June ,20 02 George Biancardi Senior Vice President . OWER OF ATTORNEY remains in full force. Signed and Sealed at the City of NewYork. Company Profile Page 1 of 2 - Company Profile GULF INSURANCE COMPANY 125 BROAD STREET, 8TH FLOOR NEW YORK, NY 10004 800-360-8399 Agent for Service of Process JEW KEPRIOS, C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 90017 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: 222 17 NAIC Group #: 3321 Date authorized in California: December 07, 1942 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: CONNECTICUT California Company ID #: 0938-1 Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY DISABILITY FIRE LIABILITY MARINE MISCELLANEOUS 10/16/2002 Company Profile PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION _- Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - September 24,2002 12:31 PM Copyright Q California Department of Insurance Disclaimer Page 2 of 2 10/16/2002 .- A GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS" AND "DESIGNATION OF OWNER OPERATOWLESSOR AND AOUNT OF OWNER OPERATOWLESSOR WORK" FORR S REFERENCES Prior to preparation of the following Subcontractor and Owner Operator/Lessor disclosure forms Bidders are urged to review the definitions in section 1-2 of the SSPWC and of the Supplemental Provisions to this Contract especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Subcontractor" and "Work" and the definitions in section 1 -2 of the Supplemental Provisions especially "Own Organization" and "Owner Operator/Lessor." Bidders are further urged to review sections 2-3 SUBCONTRACTS of the SSPWC and section 2-3.1 of these Supplemental Provisions. CAUTIONS These forms will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or owner operator/lessors or otherwise to be performed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor or Owner OperatodLessor who the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor or Owner Operator/Lessor licensed as a contractor by the State of California who the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater. Said name@) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. _- Bidder shall use separate disclosure forms for each Subcontractor or Owner OperatodLessor of manpower and equipment that it proposes to use to complete the Work. Additional copies of the forms must be attached if required to accommodate the Contractor's decision to use more than one Subcontractor or Owner Operator/Lessor. All items of information must be completely filled out. These forms must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. Neither the amount, in dollars, of work performed by the Bidder's own forces (as Contractor) nor the Bidder's overhead and profit for subcontracted items of the work is included to compute the percentage of the work performed by Subcontractors or Owner OperatordLessors. When the Bidder proposes that any bid item will installed by a Subcontractor or Owner OperatodLessor the amount, in dollars, of the bid item installed by each Subcontractor or Owner Operator/ Lessor must be entered under the columns "Amount of Subcontracted Bid Item Including Subcontractor's Overhead & Profit" or 'I Amount of Owner Operator/Lessor Bid Item Including Owner Operator/Lessor's Overhead & Profit 'I unless the dollar amount of all work performed by any Subcontractor or Owner OperatodLessor is less than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater. If a Subcontractor or Owner Operator/Lessor installs or constructs any portion of a bid item the entire amount of the Contract Unit Price, less the Bidder's overhead and profit, shall be multiplied by the Quantity of the bid item that the Subcontractor or Owner OperatodLessor installs to compute the amount of work so installed. - a Revised 9/11/00 Contract No. PKS02-05 Page 17 of 61 Pages - Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor, the Subcontractor, or the Owner Operator/Lessor, as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor or Owner OperatodLessor installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor or Owner OperatodLessor installing said item. The item number from the "CONTRACTOR'S PROPOSAL" (Bid Sheets) shall be entered in the "Bid Item No." column. When a Subcontractor or Owner Operator/Lessor has a Carlsbad business license the number must be entered on the form. If the Subcontractor does not have a valid business license enter "NONE" in the appropriate space. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. When the Bidder proposes using a subcontractor or owner operator/Lessor to construct or install less than 100 percent of a bid item the Bidder shall attach an explanation sheet to the designation of subcontractor or designation of Owner Operator/Lessor forms as applicable. The explanation sheet shall be provided by the Contractor to clearly apprise the Agency of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. I Determination of the subcontract and Owner Operator/Lessor amounts for purposes of award of the contract shall determined by the City Council in conformance with the provisions of the contract documents and the Supplemental Provisions. The decision of the City Council shall be final. Revised 9/11/00 Contract No. PKS02-05 Page 18 of 61 Pages I z . .- .- . c DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID ITEMS CONTRACT NO. PKS02-05 PLAYGROUND EQUIPMENT UPGRADES AT VARIOUS PARK SITES The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 41 00 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder’s total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. None Will Be Used Full Company Name of Subcontractor: Subcontractor’s Location of Business Street Address - City State Zip *Subcontractor’s Telephone Number including Area Code: ( 1 - *Subcontractor’s California State Contractors License No. and Classification: *Subcontractor’s Carlsbad Business License No.: .c - - SUBCONTRACTOR’S BID ITEMS* Explanation: Column 1 - Bid Item No. from the bid proposal, pages FUA through N/A, inclusive. Column 2 - The dollar amount of the item to be performed by the Subcontractor. Column 3 - The dollar amount of the item to be performed by Contractoh own forces. Column 4 - The dollar amount of the Contractor‘s overhead and profit for work done by both the Contractor’s and the Subcontractor’s forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages NIA through MA, inclusive. Page of pages of this Subcontractor Designation form * Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the portions of the information preceded by an asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the ‘Notice Inviting Bids.” a Revised 9/11/00 Contract No. PKS02-05 Page 19 of 61 Pages DESIGNATION OF OWNER OPERATOWLESSOR AND AMOUNT OF OWNER OPERATOR/LESSOR WORK CONTRACT NO. PKS02-05 PLAYGROUND EQUIPMENT UPGRADES AT VARIOUS PARK SITES The Bidder certifies that it has used the sub-bid of the following listed Owner Operator/Lessor in preparing this bid for the Work and that the listed Owner OperatodLessor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 41 00 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional Owner Operator/Lessor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the Owner OperatodLessors listed work will be made except upon the prior approval of the Agency. Full Owner Operator/Lessor Name: Owner Operator/Lessor Location of Business Street Address City State Zip ,A. *Owner Operator/Lessor Telephone Number including Area Code: ( \ - .- *Owner Operator/Lessor City of Carlsbad Business License No.: - OWNER OPERATOWLESSOR WORK ITEMS ExDlanatlon: Column 1 - Bid Item No. from the bid proposal, pages N/A through N/A, inclusive. Column 2 - The dollar amount of the item to be performed by the Owner Operator/Lessor. Column 3 - The dollar amount of the item to be performed by Contractor's own forces. Column 4 - The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and the Owner OperatodLessor's forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages N/A through N/A, inclusive. Page of pages of this Owner Operator/Lessor form * Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the portions of the information preceded by an asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." ?@ Revised 9/11/00 Contract No. PKS02-05 Page 20 of 61 Pages I BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) CONTRACT NO. PKS02-05 PLAYGROUND EQUIPMENT UPGRADES AT VARIOUS PARK SITES Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. .---. _- @ Revised 9/11/00 Contract No. PKS02-05 Page 21 of 61 Pages SENT BY: SWENSON ADVISORS LLP; - 909 876 1456; SEP- 19-02 I1 :40; PAGE 2 Park Speciirlties Balance Sheet December 31.2001 ..I ASSETS Cumiv assets: Cash Accounts receivable, ner Costs and cutimattd earnings in cxccw of billings on uncompleted contracts Total current ass& f 5,167 290,202 36,014 33 1,383 property and equipment, nct 135,379 Total aqsets $ 4Mi.7fi2 LIABILlTlES AND PRUPRTETOR'S CAPITAL - Current liabilities: ACCOUTILS payable Accrued liwbihrics Billings in excess of costs and estimated earnings on uncompleted contracts Line of credit Current portion lmg-term debt Total curtent liabilities $ 18,888 99,284 10,141 1534 1 35409 1 182,645 93,519 Proprietor's Capiral 190.598 Total liabilities and proprietor's; capittil !S 466,762 See accompanying notes and accountants' report. -2- BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) CONTRACT NO. PKS02-05 PLAYGROUND EQUIPMENT UPGRADES AT VARIOUS PARK SITES The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will - enable the City to judge hidher responsibility, experience and skill. An attachment can be used. Date Contract Name and Address Completed of the Employer 2000 Capistrano USD 9-00 Manhattan USD 9-01 I Communitv Action Rancho 2000 - 2002 City of Cucamonga 1997-2002 Goleta USD Name and Phone No. of Person Type of to Contract 1 Work Installation of Suppl:; & Install Installation of Vivian Welcome Plav EauiDment Peter Algrim Plav EauiDment Mike Culbertson Play Eauiument Amount of Con tract 237.000. 100,000. 26,943. All of bhese jobs included ibstallation of Resilibnt Rubber Surfacibg -- fs Revised 9/11/00 Contract No. PKS02-05 Page 22 of 61 Pages PARK SPECIALTIES PARK AND PLAYGROUND PROFESSIONALS CA LIC #702962 B D-34 D-12 C-61 HI LIC #E21853 C03B C25 References Peter Algrim 3l0546-6018~l Manhattan Beach Unified School District I230 Rosecran5 Ave. #400 Manhattan Beach, CA 90266 Mike Culbert5on 605 964-8857 The Community Action Commission of Santa Barbara County 568 I Hollister Avenue, Goleta, CA 93 I 17-3475 John Gonzales 909 477-2730 ~4 I I9 ”- City of Rancho Cucamonga I0500 CIVIC Center Drive Rancho Cucamonga, CA 9 I730 Dave Alkema 7 I4 754-5300 City of Costa Mesa P.O. Box 1200 Costa Mesa, CA 92628- I 200 June Andemon 562 866-977 I ~2506 City of Lakewood Public Work Department 5050 N. Clark Avenue Lakewood, CA 907 I2 Jay Sullivan 805 68 I - I230 ~2 IO Goleta Unified School District 40 I N. Fairview Ave. Goleta, CA 93 I I3 P. 0. BOX 891833 TEMECULA, CA. 92589-1833 800 399-8484 I (760) 728-1 101 FAX (760) 728-1 177 - BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) PLAYGROUND EQUIPMENT UPGRADES AT VARIOUS PARK SITES - CONTRACT NO. PKS02-05 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: Comprehensive General Liability Automobile Liability Workers Compensation c Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. -_ All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids, the Standard Specifications for Public Works Construction and the Supplemental Provisions for this project for each insurance company that the Contractor proposes. 2) Cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. @ Revised 9/11/00 Contract No. PKS02-05 Page 23 of 61 Pages t I I I I t1/1zw mu11 03: 05 9096993879 c K I 6 KECK INsuR/wcE .. PAGE 83 I .. .. . . ;. :._ . - ... .. .. : . . . . ~ ..., EMPLOYERS NONOWNERSHIP LlABlLlW We agree with you that the insurance provided under the Bodily lniury ond Prvperty Drmge Cowrages 01 he Policy lor your Inrurod auto opplms to any non.ownO0 auto used in your business. by any ot your employees, subjecl KI 1W tollwing pt'ovisions; Innuredo. The "insured" provisions under the Bodily lnjwy end Properly Damafio Coveregee epply tu the insurance prnuirled by ais endorsernenl axcept lhat none of the fdlnwing i5 an insured whh rrupect to a non-owned owo: 8. thwowner 01 a nonouned auto and my wont or employee d thiil owner. b. an ereculive olficer of yours v6h respect Lo an aulo owned by him a' a member 01 his tiousohokl. Whdn used in this Rndoreemenc, 'non-ownod auto. meens M muto which is not owned by you, registered in your nome, hired by you, or used under contract iri your behalf. Excl~~io~. The insurance provided by this endorvaement does nor apply tu bodily injury or plopey damage arising out ot the ownership. mointenence or use ot any non-ownoa ate used in the condiict ot any patnership or joint venture 01 whch YOU am a partner of member and which is nol shown as the named inrured in the Declarations. Other Inrunncc. The insursnce provldd by this endnraement is excess over my other valid and cnllsctible insurance wbthw viifwry. ttxces~ or contingent. All aher parte of Mhic policy remdn unchanged. Fonn No. 1890 (1 I-88) FE8,14'2003 15:58 - HIRE0 AUTO COVERAGE We egree with you 1t1m lh9 insutsnce providad irnrler Part I - LlrMllty ta Others seclibn 01 yotrr Commnrcid Vehicle Policy i3 modified 8s follows: 1. 7. 3. 4. 5. The dofiniron of your lnrurrd out0 lrdudos hired suto~. Such iribvranco a160 appliea to: a. You, as renlee of such auto, in the same manner as If you wre the owner, and b. each of Ihe following. as Insureds: (i) rhe owner of such om, (ii) any le3see of whom you are a sub-lessee, (ii) any agent or employes of 8uch owner or lessoo, Write such aula is being used in your busiiiess or by you for personal or pleasure purposes. When us(nl iri thiu urrlorswrieni, "hhed auto" iiiaaiiy a11 auto which is not owned by yw, royislwad in pur name, or borrowed from your ernploymas and which is obfained under a short-tam renM agreement not IO exmod thirty (30) days. The insurance provided by this endorsemenl is excess over eny Other vslid and collectible insurance whether pimary, excess or oonliwnl. "Coot ot Hire" is the total amount paid by you tor ihc hire of aulomobilos indudinp ch3rgcs br EI?NECS portormed by molor carricrs of property or passenger& which are subpcl le the compulsory requirements of any rriutor carrisr law or regdarion. Tho premium for his hired auto cuvorayo is bared on cost of hlre, arid iv arubjwl to a iriiriiriiurri cod of hlro a9 laud bulow. Wc may oudi thn cost ol hire end bill for additional prcrnilsn for up tn three years iRer tho policy inception. .. ~- Sehsdulo of Hired Auto Premium, BllPD Liability Coverage Rete por $100 Cost of Hirv Minimum Cost of Hire Minimum P'remlum Estinated Cost of Hire ktimud Premium I. ~ . -.. . . ._ . . . Form No. 1891 (1 1-94) CVMT0603971617L18912 .. - Motor Vshiobs (OMV), ig of Propef?y Permit Atl(Catibrnia mnpensgtign Insurance.) mnienm to mn from the date of the ubr Vehicles.' Motor Carrier Pmil B .- -..-------A I Feb-24-03 0l:OZP STATE C OM PE N6 AT ION P.02 P.Q. BOX 420807. SAN FRANCISCO, CA.94142-0807 IN s U--R AN c E .I 046-03 UNIT 0007R9I POLICY NUMBER. 1 - I -,OQ FL6RI)ARY 5, 2003- . .I C€:RTIFEATE EXPIRES: ,, '\ I- CITY OF CCIRLSRCID .... , :, 1835 FARADAY AVE ... CARLSFIFID. ca 9200r1-7314 JflD: #22329 CCIGIJNR ttl\rIERA . , .. L This is lo cerlify lhal we hava issued a valid Workers' Campensation irrsurance policy in 8 torin hpprovecl by the Calitornia ~nsuriirrce Cornrnir;r,i&cr tu It it employer named t~r~uw rmle polpa parrod indlcaled This policy tS 001 StJbjCCf lo c:3iict!llallon by the Fund exctlpl upon 6h days' advance wrilteil r\olice to the ernployer We wil\ nlso give you X(IN dsys' atlvance notice shoiild this policy be CanCf?llOd prior to ils normal explratlnn. 30 This csrtittcate 01 iiisurance is not an insurance policy nnd does no1 amend, extend or allel the coverage allorded by [he POIICteS IifWti tlf?feitl Notwithstancring any requiremerrl, term. or condition of any contract or othef document with ronpecl to which this certiticatn of insurance may be issued or may pcrtain. the insiirancc! afforded by lhc policie> deSLribed hereiri ib sublecl to nll the lerms. ewliisiorrs tmU conditions of such pol~cic?~ - ....... .. ..__,. -.<.,. ....... ,,. .C - :, ,,.as. I. ...... .. , E MPL OYF R .. , . _.. ...... -... ,. .. ,. ... ... " .__. ... ,._.-. - - .... .. .... Feb-24-03 01:OZP P.03 STATE P.O. BOX 420807, SAN FRANCISCO. CA 941~~ew COMP.NFA'TlO)lc 8NSURANCE FUN 0 CERTIFICATE OF WORKERS' COMPENSATION INSURANCE FLHffUARf 5. ZOO$ I " CLfY OF CARLSBAD 1635 FCIRFIDAY CIVE CARI,.SRFID cn 920~8-7314 ow,, POCIGV VLJMRFR: CERTIFICATE EXPlHtS ' . I_ 'I tiis IS In ccrlily Ilia\ we have issued a valid Workers' Compensation insurance policy in a foim npproved by (he Calitornin Insurance Coiniili3Siontv lo (lie employer rimed below for ltidp6Il Thio policy is not subject 10 cancellalioi~ by thc Furtcl except irpoii 16n days' advance written nnficc to 11% emyloynr. We will dlso givc you XBN d?ys' advance notice shl',uld this policy be cancellod prior to its normal expiration. I tits Certiticelc uf insiiranm IS riot an insurance policy and dots riol amend, cxtend.o( alter the coverege atforded by llie policies tisled herein. Nblwlllelanding ariy .requirFmerit: lerm, or conlli(ioi1 of any contract or other dot;umeiir, with rnspecl 10 which lhib Certificate bf iiisuranCe may be issijed or may pertoin. the insutance nfforded by thn policies &scribed hbieiii I$ whjnct tu all Ihe terms, exclusions and coridllions 01 such policies. pcrlod indicated. ' $8 3 0 .. . : - ... EPlPI.OYER'<: I l4BJl 11Y 1 LMTT INCLUDING DEFEME COSTS: ~1,000,000 PL(I OCCURRENCE. ENDOHSEMCNI a2063 EN1 1'ILED CERflf ICATE HOLDERS'NatlCt EFFEC I rvE Ol/O1/30 I!; 4TTACHED TO AND FOHVS 4 PART OF THIS POLXCY. . ... ..... .............. .......... ..,-... ... ..-.., ._. .. .".._ ..... ....-. - ...... ...- . .* , ' +. .L r- ROBERT FRANCIS DERIEUX DBA FJnftk SPEClnLTIES P 0 oox 89183:s TEMCULA CA 92389 - ........ .. ,. .A,' ,' 3/f Feb-24-03 01:03P , P.04 - STATE P 0 ROX 470807, SAN FRANCISCO. CA 94142-0807 C 0 M P E NS r@ON (NSURANCE FUN D CERTIFICATE OF WORKERS COMPENSATION INSURANCE 046- 03 UNJ r ooomn POLICY NOMBtH: 1 - 1 - 04 F E BRUARY 5, 700;5 CERTIFICATE EXPIHES' son: n22351 LA COSTA . ,. L T(.ris is IC) certify the1 we h8vc issued a valid Workers' Compnnsnlioil insurnncs policy in a form approvcd by Ilre (hlilnrnia Insurance Cdmnlissionor 10 (lie empliryer named below for the pol This policy is not siihjsct to r;anccllation by the Fund ercopl upon k% days' advance wtitten mIicc Iothe employer. We will also give yoti X6N days' advance notice should this policy be caricelled prior to its t>ofil.rnI nrpirbtion. ThlcJ ccrlifcalc 01 irisurarwc 1% nor an insufancc policy and docs no1 N?-iend. extertd o(.aRoi the coverage Worded by Ihe policies listcd harein. Notwilhskmding any :requirement, Ierm. or condition 01 any contracl of other docuiriei.it with respect 10. which this cerlifi'catc! of insurance may be. issued or may pertein, the insurance affordad by the policies ijcr,c:ribed herciin IS SuhlCcl to at1 the terms, exclusions and I;ord!tions of such policies. pcrlod indiraved. 58 30 EflPLfjYTR'S CIF\BILlIY LIMI1 INCLUDING DEFENSE COSTS: ~1,000,000 PER OCCURRENCE. ENDORSENEN1 W2065 ENTI'TLFD CERT IFTCAIE HOLDERS 'NOT ICE EFFECT IVf' oi/oi/o3 15 A!.rncHEO TO AND FORIIS A P~~RT OF rHIs POLICY. -- , . .. . .. , ,, . - . _.. .._ .. , . . .. , - , . . - , ..... . . . ..- ... - . . .,-- . . .._ . . .. . , . ._ . . . LMI'I OYFR !- ROBERT' FRAEIC IS DERIEUX f' 0 DOX 891833 e DBA PARK SPECYALTIES - TErnLcuLA cn 92589 48 I Feb-24-03 Olt03P P.05 - P.O. BOX 420807. SAN FRANCISCO, CA '3dI42-0807 .. ... .. COMPENSATIO STATq INSURANCE Fu'N.0 CERTIFICATE OF WORKERS' COMPENSATION INSURANCE 046-03 UN) I' OOO7t3Yi POLGY NUhAfjER: FtRRUARY 5, i'003 CCnTlFlCATE EXPIRES: -04 ..... I" CkTY QF CARLSHdD 1633 fhRCIDAY AVE .~, ..--\ - .. 8: #22332 CANNON CriWL.SUAD' cu 92oeu-7314 ' , .... ,I.> I- I This is tu cerlily that wc; hove 'ISSued a valid Workers' Compcnsatbn ifbsurance policy 11) Y form approved by isle California rllis policy is not subject IO cancallalior'\ by the Fimd except upon rcik days' ddvarice written riolice lu the employer, We will alw give yo11 XKN days' advance notice should this policy be cancollad priur to its normnl expiration This carlific$te of inwranti is no1 an insurance policy and does not amand. extend or alter the covorngc afforded by thn policic?s I;stob harelri. Notwithstandiirg any .rcquirern$iNv, torm, or cundition at ally contract or ollrer documenl will'i respect 10, which thia cnrlilicale of insurence may be. issued or rnny perhill, the instbrarice efforrkd by the policicr. der.cribed herein IS subje1ec;l to all the lerrris. ercli.bsronu,and conditions ut such pnlicics. Insurance Cnnimisstoner In thc employer narncd helow 'br lke pol' . poriad irrdicaled. _- ffx 3 0 c PR 1. :ti DE "I EnPl DYER'S I IAHlLITY LINlT JhCt.UDING DFFENSE COSTS: 91 .OOO,OoO PER OCCl)HRENC€. LNDORSLRENI tt2OeS CNTITLED rERTIb IChTE HOCDERS'NOl ICE kt iFCTIVk 01/01/03 I!; blTACHFb TO AND FORMS CI PART OF THIS POLICY. ._ ... ..... .. ................. ...... ..... -. __. - ..... ...... ... 1's .... .... . __. ,- .... ...A. .... .~ ' ' ' -" - . - .. - ROBERT FRANC16 DERIEUX P,D BOX CYIB33 TEMECULII CA 92589 DBA PARk SPECIhLIIES I Feb-24-03 01 : 03P P.06 P.O. BOX 420607. SAN FRANCISCO, CA 941424807 CERTIFICATF. OF WORKERS' COMPENSATION INSURANCE 04$-.02i lINl T 0007W 1 POLIGY NUMBER: - Gtc\T&TICATE EXPIHtG, I- CITY OF CARLSBAD 1635 #@RADC\Y AVE ChRLSIAb C~C Y208R-7314 JOB: It73533 KRUGER .. .. 1 ... I'his is to certify that we trave issiltd a valid Workers' Compensation rr1sut'ana(: policy in a tom approwd by the California lnwmce Commissioner tn the sirrployer narrred bel~w'fbilha pbl' This policy IS no1 subleCI 10 cnncellalion hy the Fund exccpt upoii 6h days' advancc written notice to tne emplnycr. Wr! will also givt: you XKN thys' advance notice should this policy be cancelled priw to its norrrjal eupiration This ccrtitiCalc ot. inaurancc is no\ an insurance policy Bird does nul amend, extertd or altar the coverage atlorded by the policies \isteeLI he1eln Nolwlllstandirly any !nquirem?nl! terrrr. or condition ,PI .any Contract or other document ,. w!th rcspect tu which this certificate of insurjnce may be. issuod or rfuy pertain. the msurance afforded by tha pohci$s . . dnscribed hsroin is slihjact 10 all the tmrms. e~(Gl\isipn-, and conditions 01 such policins. p'eriod itldicatod. ' !M 30 ... , 5, EMPl OYL'R' , I ..# P D BOX ~YIB~ ROBERT FRANCIS DERIEUX DBFI PARI( SPEClbLTIfS lEHECULA Cfi 92589 - , ... .I , , ,. '. ,.^ , Feb-24-03 01:03P P.07 I STATE PO BOX 470807. SAN FRANCISCO. CA 94142-0801 COMPENSATION I NSiJ RA NG E Fu N t) CERTIFICATE OF WORKERS' COMPENSATION INSURANCE 046- 03 bN1 T 300 /Of? i POLICY NUMBEP CERTIF IL'AIL CXPlRFg ' " I- O4 I tiis IS lo ccrtity IhdI we hnvc iqsuerl tc val10 Workers' Cornpensnliori iilsurance policy in n forrii approved Iiy thc C,iIiti~rI~i;~ II\~I,II'~I~c~ CorrirnisSionor to the employer narned below tor the pol' This pollcy IS nnt sllbjecl lo CailCnllntlorr by the rllnd except upon Wc will also givc you XEN days' advance nnticn should ll'iis policy hc corrcelled prior to irr, normal exvcralion. period indicated, days' advirrrce wf,dten noticrt to (he erripluyer, !H 30 Tliis certifiemte ul insurance is ljo1 an insurance policy and does not arncnd. cxterid or alter tho coverage alfor,Ued by IIW policins Iisled hnrniri. Nolwithstandlrrg any requircrrieril. lerrn, or condition of any c~~ntfi~~t or other doclirncnt with rqspecl (0, which ltiis certilicate bl rnsurancc! rrisy be ts%.iod or rnay pertain. tho. insuruwe allorded hy tha p(~l1clt.5 dc?scriborJ hryc?ir\ is "Jihlrtct to all me terms. exclusions and cnnclkions of such policies. .. ,. .. ." _. - ..- .. -.. ..._ " .... , -. . . .. Feb-24-03 01:04P - STATE C 0 M PE N SA TI ON P.0. BOX 420807. SAN FRANCISCO, CA 941420807 INSURCNCE FU'N D CERTIFICATE Of WORKERS' COMPENSATION INSURANCE FEBRUARY !i, 2093 r ClTV DF CARLSBC\D 1635 FARADAY QVF CAR1 SDUD 1% 92089 "'314 JOB: am35 HOLIDAY P6RK , L This IS to cwtiiy Ihit we havo issiicd n valid Workers' ComDensntiori irisurarice policy iri a (ofin approved by the Cnliforrliu Irisursncc Cocirrig~ioner to ?he employer narned below lor !ne polij& pcriod m&c;Mt?cI. This policy is not subiect io c:nrrcellalhn by the Furid erc~ept'&wi % day-,' nrlvilrrce written notice to the employel. We will also give you XKN days' ddvancr: notice should this policy bc c:sncelled prior to its normal expiratlon. I .. 20 Thts c~rtiticnle of iiyiirr~nce is not an insuraiice policy and doei not amend. cxterld of alter the cuverage atforded by tIW policios Iisled horsin. Notwithstanding any ,requirenleilt,, terrri. of conditio!) pf any contract or other documant with rospeci to..whicb lhis csrtitkale of innurbiice may bc. issued, or rrray pertain. ,the irisuranco allOfderJ bv the POllCiOs describeti Ilerein is subleci io a11 lhe ierrn.5, eyr.lusio~~s and condllions nl such policic?s. EMPLOYER'S LIARILITY I,JMIT INCLUDING DEf&NSE COSTS: ~1,000,000 PER OCCURRENCE. fNDORSUlCbt1 #206S CNTI I LED 'CERTIFICATT HOLDERS'NOTJCE EFTECTIVF 01/01/03 IS AlTACHED TO CIND FORPIS CI PhRT OF THIS POLICY. .- . .. . , .. - ~ - , . , . . .. - . .. . . . .-. , ..... . . ' :' '. - :. . , . ... - - I .'. . . . -. . .. , .. . . . , . .. . - .. EM PC OY F R I .- _- ROBERT FRANCIS DERIEUX DBA PARK SPFClALllES b 0 BOX 091833 TEflECULA CA 92589 . '. ,. ... I _- BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) CONTRACT NO. PKS02-05 PLAYGROUND EQUIPMENT UPGRADES AT VARIOUS PARK SITES 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? 2) If yes, what was/were the name(s) of the agency(ies) and what wadwere the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debar- ments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: Park Specialties (name of Contractor) r (sign here) (print namehitle) rGZ,.iw Page of pages of this Re Debarment form Q Revised 9/11/00 Contract No. PKS02-05 Page 24 of 61 Pages .-- -- I -- e I BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) CONTRACT NO. PKS02-05 PLAYGROUND EQUIPMENT UPGRADES AT VARIOUS PARK SITES Contractors are required by law to be licensed and regulated by the Contractors’ State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors’ State License board, P.O. Box 26000, Sacramento, California 95826. Have you ever had your contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period? X no Has the suspension or revocation of your contractors license ever been stayed? Have any subcontractors that you propose to perform any portion of the Work ever had their contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period? K no Has the suspension or revocation of the license of any subcontractor’s that you propose to perform any portion of the Work ever been stayed? X Yes no If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefor. (If needed attach additional sheets to provide full disclosure.) Page of pages of this Disclosure of Discipline form Revised 911 1/00 Contract No. PKS02-05 Page 25 of 61 Pages - L BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) CONTRACT NO. PKS02-05 PLAYGROUND EQUIPMENT UPGRADES AT VARIOUS PARK SITES 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. .--- (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Park Specialties By: (sign here) (print namehitie) Page of pages of this Disclosure of Discipline form Revised 9/11/00 Contract No. PKS02-05 Page 26 of 61 Pages c ?- .- I- - - NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMllTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 CONTRACT NO. PKS02-05 PLAYGROUND EQUIPMENT UPGRADES AT VARIOUS PARK SITES State of California 1 Coun~of San Diego ) ) ss. , being first duly sworn, deposes Robert DeKieux (Name of Bidder) and says that he or she is Owner (Title) park Specialties of (Name of Firm) c 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 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 that the foregoing is true and correct and that this affidavit was executed on the 19th day Of September ,20 02 . - Signature of Bidder Subscribed and sworn to before me on the 19th day of Sep-er ,20n:,. - -. - .- )& Signature of Notary @ Revised 9/11/00 Contract No. PKS02-05 Page 27 of 61 Pages May 23,2002 ADDENDUM NO. I RE: PLAYGROUND EQUIPMENT UPGRADES AT VARIOUS PARK SITES, Contract No. PKS02-05 Please include the attached addendum in the Notice to BiddedRequest for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. RUTH FLETCHER Purchasing Officer RF:jlk Attach m en 1: I ACKNOWLEDGE RECEIPT OF ADDENDUM NQ. 2 UT Bidder's Signature 1635 Faraday Avenue - Carlsbad, CA 92008-7314 (760) 602-2460 - FAX (760) 602-8556 @ 6- 3-02; 2:07~t~l;C1 ry of C8r lsbad :1 760 602 8556 # 1/ 2 - City of Carlsbad June 3,2002 ADDENDUM NO. 2 RE: PLAYGROUND EQUIPMENT UPGRADES AT VARIOUS PARK SITES, CONTRACT NO. PKSO2.05 Please indude the attached addendum in the Notice to Biddermequest for Bids yw have for the above project. The new bid due date is now June 25,2002. The time remains at 400 PM. This addendum-receipt acknowledged-rnust be attached to your Request for Bid when your bid is submitted. RUTH FLETCHER Purchasing Offioer RF:M Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 1635 Faraday Avenue Carlsbad. CA 92008-7314 (760) 602-2460 FAX (760) 602-8556 @ - City of Carlsbad June 19,2002 ADDENDUM NO. 3 RE: PLAYGROUND EQUIPMENT UPGRADES - PKS02-5 Please include the attached addendum in the Notice to BidderlRequest for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. RUTH FLETCHER Purchasing Officer RF:jlk Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 3 Bidder's Signature 1635 Faraday Avenue Carlsbad, CA 92008-731 4 - (760) 602-2460 FAX (760) 602-8556 @ I b City of Carlsbad July 23,2002 ADDENDUM NO. 4 RE: PLAYGROUND EQUIPMENT UPGRADES, PROJECT NO. PKSO2-05 Please inc!ude the attached addendum in the Notice to BlddedRequest for Bids you have for the above project. Please note change in due date for the above-mentioned bid, New date for bid openinn is: AUGUST 28,2002 Time remains the same: 4:OO p.m. - This addendum--receipt acknowledged--must be included to your bid when your bid is submitted. n RUTH FLETCHER Purchasing Officer RF:jlk I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 4 Bidder's Signature 1635 Faraday Avenue Carlsbad, CA 92008-7314 (760) 602-2460 FAX (760) 602-8556 @ - ~- - City of Carlsbad August 26,2002 ADDENDUM NO. 5 RE: PLAYGROUND EQUIPMENT UPGRADES, PROJECT NO. PKS02-05 Please include the attached addendum in the Notice to BiddedRequest for Bids you have for the above project. Please note change in-due date for the above-mentioned bid. New date for bid opening is: SEPTEMBER 19,2002 Time remains the same: 4:OO p.m. - Please Note: Addendum No. 6 is to follow which will include a notice of a new scheduled pre-bid meeting date and additional specifications for this project. This addendum--receipt acknowledged--must be included to your bid when your bid is submitted. RUTHFLETCHER Purchasing Officer RF:jlk I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 5 1635' Faraday Avenue - Carlsbad, CA 92008-7314 - (760) 602-2460 - FAX (760) 602-8556 @ ~ ~~ - City of Carlsbad August 27,2002 ADDENDUM NO. 6 RE: PLAYGROUND EQUIPMENT UPGRADES, PROJECT NO. PKS02-05 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged-must be included to your bid when your bid is submitted. RUTH FLETCHER Purchasing Officer RF:jlk I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 6 3zL3T,.rnQ CY- Bidder's Signature 1635 Faraday Avenue Carlsbad, CA 92008-7314 (760) 602-2460 - FAX (760) 602-8556 @ - City of Carlsbad September 13,2002 ADDENDUM NO. 7 RE: PLAYGROUND EQUIPMENT UPGRADES AT VARIOUS PARK SITES, CONTRACT NO. PKS02-05 Please include the attached addendum in the Notice to BiddedRequest for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. - -RUTH FLETCHER Purchasing Officer RF:jlk Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 7 14 c Bidder's Signature 1635 Faraday Avenue Carlsbad, CA 92008-7314 - (760) 602-2460 FAX (760) 602-8556 @ CONTRACT PUBLIC WORKS This agreement is made this - afiday of flB@~ , 20 03, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and whose principal place of business is City and Contractor agree as follows: 1. for: 05; SPECIFICATIONS DATED MARCH 10,2002. Description of Work. Contractor shall perform all work specified in the Contract documents PLAYGROUND EQUIPMENT UPGRADES AT VARIOUS PARK SITES - CONTRACT NO. PKS02- (hereinafter called "project") 2. equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation of Owner Operator/Lessors, Bidder's Statements of Financial Responsibility, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Supplemental Provisions, addendum@) to said Plans and Specifications and Supplemental Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for Public Works Construction (SSPWC) 1997 Edition, and the 1998 and 1999 supplements thereto, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Supplemental Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working c day of each month. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be @ Revised 9/11/00 Contract No. PKS02-05 Page 28 of 61 Pages done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. I 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 251 17 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. c 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of ,per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The I e Revised 911 1/00 Contract No. PKS02-05 Page 29 of 61 Pages expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. L Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in Resolution No. 91 -403. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. ,-- c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. L b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. fsI Revised 911 1/00 Contract No. PKS02-05 Page 30 of 61 Pages c. to the City, its officials, employees or volunteers. Any failure to comply with reporting provisions of the policies shall not affect coverage provided -- d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days' prior written notice has been given to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by the City Council in Resolution No. 91 -403. .- (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 201 04) which are incorporated by reference. A copy of Article 1.5 is included in the Supplemental Provisions I section. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 201 04.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. - Revised 9/11/00 Contract No. PKS02-05 Page 31 of 61 Pages - (8) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontrac- tor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. Tn init %n init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1 , commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 1 Revised 911 1/00 Contract No. PKS02-05 Page 32 of 61 Pages 16. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) n CONTRACTOR: ?&tK 5mci *LT\f4 (namb of Contractor) By: (sign here) ATTEST: (print name and title) \ -2b L eh-i->*LZ\Ld$ cFLcmK By: (sign here) c (print name and title) President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL City Attorney By: .-- a Revised 9/11/00 Contract No. PKS02-05 Page 33 of 61 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego } SS. On MRrrh 18 7nn1 , before me, personally appeared Robert DeRieux Date ’ Narne(s) of Signer(?.) personally known to me proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hislhedtheir authorized capacity(ies), and that by hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. uFs C Place Notary Seal Above Signature of Notary Publid OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: City of Carlsbad contract #PKS02-05 Document Date: 12-1 9-02 Number of Pages: 61 Signer(s) Other Than Named Above: m Capacity(ies) Claimed by Signer Signer’s Name: Robert DeRieux a Individual 0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Park Specialties - 0 1997 National Notary Association 9350 De Sot0 Ave , PO Box 2402 Chatswolth, CA 91313-2402 Prod No 5907 Reorder Call Toll-Free 1-600-876-6827 Bond No. B34233277 Predum: Included in Performance Bond LASOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2002-328 , adopted November 12, 2002 , has awarded to Park Specialties (hereinafter designated as the 'Principal'), a Contract for: PLAYGROUND EQUIPMENT UPGRADES AT VARIOUS PARK SITES - CONTRACT NO. PKSO2-05 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Prinoipal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon 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, Park Specialties 9 as Principal, (hereinafter designated as the "Contractor'), and Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of Hundred Sixty One Thousand Four Hundred Forty Five and 76/100 Dollars ($ 2619445.76 One hundred percent (100%) of the total estimated amount payable under said contrad by the City of Carlsbad under the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000) or, Fifty percent (50%) of the total estimated amount payable under said contract by the City of Carlsbad under the terms of the contract when the total amount payable is not less than five mlllion dollars ($5,000,000) and does not exceed ten million dollars ($1 0,000,000) or, Twenty-five percent (25%) of the total estimated amount payable under said contract by the City Of Carlsbed under the terms of the contract if the contract exceeds ten million dollars ($1 0,000,000) and for which payment well and truly to be made we bind ourselves, our heirs, exeoutors and administrators, succ~ssors, or assigns, jointly and severally, firmly by these presents. ), said sum being an amount equal to: THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or hidher subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the periormance 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 contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to such work and labor that the Surety will pay for the same, not to exceed the sum specified in the bond, and, also, in case suit is brought upon the bond, costs and rea8onabie expenses and fees, including reasonable attorney's fees, to be fixed by the court, a9 required by the provlsions of section 3248 of the California Civil Code. This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Tie 15 of Part 4 of Division 3 of the Civil Code (commencing with section 3082). Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this Executed by SURETY this 17th day dayoi December ,20K. of December ,20L. CONTRACTOR: SUREW: Park Specialties Gulf Insurance Company (name of Contractor name of Surety) (address of Surety) 110 West '*A** & treet, Ste. 1805 San Diego, CA 92101 By: 2fJou.t 3 f .$u (800) 708-0589 (print name here) ' By: (tit18 and organization of signatory) -__y Melanie Anderson By: (sign here) (printed name of AItorney-in-F&ct) (attach corporate resolution showing current power (print name here) of attohey) (title and organization of signatory) (Proper notarial acknowledgment of 8X8CIdiOn by CONTRACTOR and SURW must be attached.) (President or vice-president and secretary or assistant sscrebry must sign for corporations. If only one Officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under Corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney STATE OF CALIFOW ) COUNTY OF SAN DIEGO ] On December 17 9 2002 I before me, F. Griffin, personally appeared Melanie Anderson personally known to me (or 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 the instrument the instrument. in hiskerltheir authorized capacity(ies), and that by hskedtheir signature(s) on person(s), or the entity upon behalf of which the person(s) acted, executed the WITNESS A my hand and official seal. ‘r Signature 3. &- .............................................................................. (THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK) .. # GULF INSURANCE COMPANY HARTFORD, CONNECTICUT - POWER OF ATTORNEY ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED ON BLUE SAFETY PAPER WITH TEAL INK. KNOW ALL MEN BY THESE PRESENTS: That the Gulf Insurance Company, a corporation duly organizea under the laws of the State of Connecticut, having its principal office in the city of Irving, Texas, pursuant to the following resolution, adopted by the Finance & Executive Committee of the Board of Directors of the said Company on the 10th day of August, 1993, to wit: “RESOLVED, that the President, Executive Vice President or any Senior Vice President of the Company shall have authority to make, execute and deliver a Power of Attorney constituting as Attorney-in-Fact, such persons, firms, or corporations as may be selected from time to time; and any such Attorney-in-Fact may be removed and the authority granted him revoked by the President, or any Executive Vice President, or any Senior Vice President, or by the Board of Directors or by the Finance and Executive Committee of the Board of Directors. RESOLVED, that nothing in this Power of Attorney shall be construed as a grant of authority to the attorney(s)-in-fact to sign, execute, acknowledge, deliver or otherwise issue a policy or policies of insurance on behalf of Gulf Insurance Company. RESOLVED, that the signature of the President, Executive Vice President or any Senior Vice President, and the Seal of the Company may be affixed to any such Power of Attorney or any certificate relating thereto by facsimile, and any such powers so executed and certified by facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond and documents relating to such bonds to which they are attached.” Gulf Insurance Company does hereby make, constitute and appoint Melanie Anderson its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf, as surety, any and all bonds and undertakings of suretyship, and to bind Gulf Insurance Company thereby as fully and to the same extent as if any bonds, undertakings and documents relating to such bonds and/or undertakings were signed by the duly authorized officer of the Gulf Insurance Company and all the acts of said attorney(s)-in-fact, pursuant to the authority herein given, are hereby ratified and confirmed. The obligation of the Company shall not exceed five million (5,000,000) dollars IN WITNESS WHEREOF, the Gulf Insurance Company has caused these presents to be signed by any officer of the Company and its Corporate Seal to On this 1st day of October, AD 2001, before me came Lawrence P. Miniter, known to me personally who being by me duly sworn, did depose and say: that he resides in the County of Bergen, State 01 New Jersey; that he is the Executive Vice President of the Gulf Insurance Company, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instruments is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name, thereto by like order. STATE OF NEW YORK COUNTY OF NEWYORK ANGZE MAHABIR-BEGAZO Notary Public, State of New York No. 01MA6019988 Qualified in Kings County Commission Expires February 16,2003 STATE OF NEW YORK COUNTY OF NEWYORK I, the undersigned, Senior Vice President of POWER OF ATTORNEY remains in full force. Signed and Sealed at the City of NewYork. the Gull Insurance Company, a Connecticut ANEW MAHABIR-BEGAZO- Notary Public, State of New York No. 01MA6019988 Qualified in Kings County Commission Expires February 16,2003 Corporation, DO HEREBY CERTIFY that the loregoing and attached Dated the 17th day of December ,20 O2 George Biancardi Senior Vice President State of California 1 County of San Diego 1 )ss on Dec. 19, 2002 , before me, Colceerr Bmve€Z, personally appeared Rob-, personally known to me (or proved to me on the basis of satiskctory evidence) to be the persow whose name& is/= subscribed to the within instnunent and acknowledged to me that he&eAhey executed the same in hislketHkeir i~~tho~ized capacity@), and that by hkkdtkw ‘ signature@ on the instrument the persono, or the entity upon behalf of which the personp acted, executed the instnrme nt. witness my hand and o&id sed. (THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK) Bond No. B34233277 Premium: $4,922.00 FAITHFUL PERFORMANCEWARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution , has awarded to No. 2002-328 , adopted November 12, 2002 , (hereinafter Park Specialties designated as the "Principal'), a Contract for: PLAYGROUND EQUIPMENT UPGRADES AT VARIOUS PARK SITES .. CONTRACT NO. PKS02-05 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the Clty Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, Park Specialties , as Principal, (hereinafter designated as the 'Contractor"), and Gulf Insurance company , as Surety, are held and firmly bound unto the City of Carlsbad, - Two Eundred Sixty One Thousand Four in the sum of Hundred Forty Five and 76 bojars 1 0 ($ 26 1 445 - 76 ), said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, 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 presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carisbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. , In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 1s * CONTRACTOR: Park Specialties (name of Contractor) (sign here) (print name here) dmw _. (Title and Organization of Signatory) By: (sign here) (print name here) Executed by SUR€TY this 17th day of 02 8 20-. December SURETY: Gulf Insurance Company (name of Surety) 110 West "A" Street, Ste. 1805 San Diego, CA 92101 (address of Surety) (800) 708-0589 (telephone number of Surety) Melanie Anderson - (printed name of Attomey-in-Fad) (Attach corporate resolution showing current power of attorney.) (Title and Organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R, BALL City Attorney STATE OF CALIFORNIA ] COUNTY OF SAN DEGO ) )ss On December 17 Y 2002 before me, F. Griffin, personally appeared Melanie Anderson personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) idare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature \ W .............................................................................. ,- (THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK) . .. .& GULF INSURANCE COMPANY HARTFORD, CONNECTICUT POWER OF ATTORNEY ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED ON BLUE SAFETY PAPER WITH TEAL INK. KNOW ALL MEN BY THESE PRESENTS: That the Gulf Insurance Company, a corporation duly organizea under the laws of the State of Connecticut, having its principal office in the city of Irving, Texas, pursuant to the following resolution, adopted by the Finance & Executive Committee of the Board of Directors of the said Company on the 10th day of August, 1993, to wit: "RESOLVED, that the President, Executive Vice President or any Senior Vice President of the Company shall have authority to make, execute and deliver a Power of Attorney constituting as Attorney-in-Fact, such persons, firms, or corporations as may be selected from time to time; and any such Attorney-in-Fact may be removed and the authority granted him revoked by the President, or any Executive Vice President, or any Senior Vice President, or by the Board of Directors or by the Finance and Executive Committee of the Board of Directors. RESOLVED, that nothing in this Power of Attorney shall be construed as a grant of authority to the attorney(s)-in-fact to sign, execute, acknowledge, deliver or otherwise issue a policy or policies of insurance on behalf of Gulf Insurance Company. RESOLVED, that the signature of the President, Executive Vice President or any Senior Vice President, and the Seal of the Company may be affixed to any such Power of Attorney or any certificate relating thereto by facsimile, and any such powers so executed and certified by facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond and documents relating to such bonds to which they are attached." Gulf Insurance Company does hereby make, constitute and appoint Melanie Anderson its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf, as surety, any and all bonds and undertakings of suretyship, and to bind Gulf Insurance Company thereby as fully and to the same extent as if any bonds, undertakings and documents relating to such bonds and/or undertakings were signed by the duly authorized officer of the Gulf Insurance Company and all the acts of said attorney(s)-in-fact, pursuant to the authority herein given, are hereby ratified and confirmed. The obligation of the Company shall not exceed five million (5,000,000) dollars '- IN WITNESS WHEREOF, the Gull Insurance Company has caused these presents to be signed by any officer 01 the Company and its Corporate Seal to be hereto affixed STATE OF NEW YORK COUNTY OF NEW YORK GULF INSURANCE COMPANY A Lawrence P. Miniter Executive Vice President W On this 1st day of October, AD 2001, before me came Lawrence P. Miniter, known to me personally who being by me duly sworn, did depose and say: that he resides in the County of Bergen, State of New Jersey; that he is the Executive Vice President of the Gull Insurance Company, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instruments is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name, thereto by like order. < OETA47 No. 01MA6019988 I, the undersigned, Senior Vice President of the Gulf Insurance Company, a Connecticut Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in lull force. Dated the 17th day of December ,20 02 Signed and Sealed at the City of New York. George Biancardi Senior Vice President .- State of California 1 )ss county of san Diego 1 On Dec. 19, 2002 , before me, Colleen Buswell, personally appeared rt IbRiellY , personally known to me (or proved to me on the his of satisfixtory evidence) to be the person@) whose name@) is/= subscribed to the within instrument and acknowledged to me that hekWtheyexecuted the same in hiskdtheir authorized capacity(@, d kt by hidwkhx ' signature($) on the instrument the person(h, or the entity upon behalf of which the person@ acted, executed the instrument. Witness my w and officia~ sed. 7 signature La-,/d d>L&( Notary Public - Cdleen Boswell (THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK) OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for PLAYGROUND EQUIPMENT UPGRADES AT VARIOUS PARK SITES - CONTRACT NO. PKS02-05 in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the contractor, the City shall make payments of the retention earnings directly to the escrow agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the escrow agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the , and shall designate the Contractor as the beneficial owner. _c 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the escrow agent, the escrow agent shall hold them for the benefit of the contractor until such time as the escrow created under this contract is terminated. The contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the escrow agent directly. 4. The contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account -_ Revised 911 1/00 Contract No. PKS02-05 Page 38 of 61 Pages -- only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifymg that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title Name For Contractor: For Escrow Agent: Signature Address Title Name Signature Address Title Name Signature Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. Revised 9/11/00 Contract No. PKS02-05 Page 39 of 61 Pages -.- IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: For Contractor: For Escrow Agent: Title Name Signature Address Title Name Signature Address Title Name Signature Address ,- e Revised 9/11/00 Contract No. PKS02-05 Page 40 of 61 Pages L SUPPLEMENTAL PROVISIONS FOR PLAYGROUND EQUIPMENT UPGRADES AT VARIOUS PARK SITES CONTRACT NO. PKS02-05 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 1, GENERAL PROVISIONS SECTION 1 -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS Add the following section: 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. I Add the following section: 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. Add the following section: 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. Add the following section: 1-1.4 Perform.' The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. - 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Agency - the City of Carlsbad, California. @ Revised 9/11/00 Contract No. PKS02-05 Page 41 of 61 Pages L City Council - the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or hidher approved representative. Dispute Board - persons designated by the City Manager to hear and advise the City Manager on claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute resolution. Engineer - the Public Works Director of the City of Carlsbad or hidher approved representative. The Engineer is the third level of appeal for informal dispute resolution. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 ”own organization” means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor‘s Own Organization and will not be included for the purpose of compliance with section 2-3.1 of the Standard Specifications and these Supplemental Provisions. A Owner Operator/Lessor - Any person who provides equipment or tools with an operator provided who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility. Principal Inspector - The Senior Inspector’s immediate supervisor and second level of appeal for informal dispute resolution. Project Inspector - the Engineer’s designated representative for inspection, contract administration and first level for informal dispute resolution. Project Manager - the Public Works Manager/General Services of the City of Carlsbad or hidher approved representative. Senior Inspector -the Project Inspector’s immediate supervisor and first level of appeal for informal dispute resolution. 1-3 ABBREVIATIONS 1-3.2 Common Usage, add the following: Abbreviation Word or Words Apts ........................................ Apartment and Apartments Bldg ........................................ Building band Buildings CMWD ................................... Carlsbad Municipal Water District CSSD ..................................... Carlsbad Supplemental Standard Drawings cfs .......................................... Cubic Feet per Second Comm .................................... Commercial DR .......................................... Dimension Ratio E ............................................ Electric G ............................................ Gas _- Revised 9/11/00 Contract No. PKS02-05 Page 42 of 61 Pages _I gal .......................................... Gallon and Gallons Gar ......................................... Garage and Garages GNV ....................................... Ground Not Visible gpm ........................................ gallons per minute IE ........................................... invert Elevation LCW D .................................... Leucadia County Water District MSL ....................................... Mean Sea Level (see Regional Standard Drawing M-12) MTBM .................................... Microtunneling Boring Machine NCTD ..................................... North County Transit Distrct OHE ....................................... Overhead Electric OMWD ................................... Olivenhain Municipal Water District ROW ...................................... Right-of-way S ............................................ Sewer or Slope, as applicable SDNR .................................... San Diego Northern Railway SDRSD .................................. San Diego Regional Standard Drawing SFM ....................................... Sewer Force Main T ............................................. Telephone UE .......................................... Underground Electric W ........................................... Water, Wider or Width, as applicable VWD ...................................... Vallecitos Water District SECTION 2 -- SCOPE AND CONTROL OF THE WORK - 2-3 SUBCONTRACTS. 2-3.1 General, add the following: Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or to deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor’s own organization. The City Council shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the City Council and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: is listed in the latest version of U.S. Department of Treasury Circular 570,”. Delete, Who Modify paragraphs three and four to read: The Contractor shall provide a faithful perform- ance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in the amount of 100 percent of the contract price. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000). 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($1 0,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($1 0,000,000). Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. _I Revised 9/11/00 Contra& No. PKS02-05 Page 43 of 61 Pages - The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1 ) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. instrument entitling or authorizing the person who executed the bond to do so. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General, add the following: The specifications for the work conform to Americans with Disabilities Act Accessibility Guidelines (ADAAG), the California Code of Regulations Title 22, Division 4, Chapter 22 and to the requirements of American Society for Testing and Materials (ASTM) F1487. The construction plans are International Play Equipment Manufacturers Association (IPEMA) certified and consist of seven (7) sets. The first set is designated as Landscape Structure, Inc. Drawing No. 12880-2 (Holiday Park) and consists of two (2) sheets. The second set is designated as Landscape Structure, Inc. Drawing No. 12863-2 (Laguna Riviera Park) and consists of two (2) sheets. The third set is designated as Landscape Structure, Inc. Drawing No. 8802-3 (Calavera Park) and consists of two (2) sheets. The fourth set is designated as Landscape Structure, Inc. Drawing No. 13397-2 (La Costa Canyon Park) and consist of two (2) sheets. The fifth set is designated as Landscape Structure, Inc. Drawing No. 8136-4 (Cannon Park) and consist of two (2) sheets. The sixth set is designated as Landscape Structure, Inc. Drawing No. 13395-1 (Kruger House) and consist of two (2) sets. The seventh set is designated as Landscape Structure, Inc. Drawing No. 13396-2 (Stagecoach Park) and consist of two (2) sets. 1 2-5.2 Precedence of Contract Documents, modify as follows: If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Supplemental Provisions. 3) Plans. 4) Standard Specifications for Public Works Construction. 5) Reference Specifications. 6) Manufacturer's Installation Recommendations. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 6) above. Detailed plans and plan views shall have precedence over general plans. @ Revised 9/11/00 Contract No. PKS02-05 Page 44 of 61 Pages .- 2-5.3.3 Submittals, add the following: Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of transmittal shall contain the following: - Project title and Agency contract number. Number of complete sets. Contractor's certification statement. Specification section number(s) pertaining to material submitted for review. Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) Description of the contents of the submittal. Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." Date: Company Name: Add the following: 2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by section 2-5.4 shall be included in the various bid items and no additional payment will be made therefor. 2-10 AUTHORITY OF BOARD AND ENGINEER. Add the following section: 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. Add the following section: 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, .- Revised 9/11/00 Contract No. PKS02-05 Page 45 of 61 Pages - but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor’s staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor’s ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. SECTION 3 -- CHANGES IN WORK 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrease in quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjustment of contract unit price for such items will be limited to that portion of the change in excess of 25 percent of the original quantity listed in the Contractor’s bid proposal for this contract. Adjustments in excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work. 3-3 EXTRA WORK. _- 3-3.2.2 ( c ) Tool and Equipment Rental, Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, “Labor Surcharge and Equipment Rental Rates” published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. second paragraph, modify as follows: 3-3.2.3 Markup, Delete sections 3-3.2.3 (a) and (b) and replace with the following: (a) and shall constitute the markup for all overhead and profits: 1) Labor ................................... 20 2) Materials ............................. 15 3) Equipment Rental ................... 15 4) Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. Work by Contractor. The following percentages shall be added to the Contractor’s costs (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in section 3-3.2.3(a) shall be applied to the Subcontractor‘s actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. -^ 3-3.3 Daily Reports by Contractor, add the following after the second sentence: Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. e Revised 911 1/00 Contract No. PKS02-05 Page 46 of 61 Pages r- 3-4 CHANGED CONDITIONS. Delete the second sentence of paragraph three, delete paragraph five (5), and add the following: The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor’s failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-1 2655. “The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code sections 12650-1 2655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City’s proposed final estimate in order for it to be further considered.” - By: Title: Date: Company Name: The Contractor’s estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim ’ subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. Add the following: The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: rc Revised 9/11/00 Contract No. PKS02-05 Page 47 of 61 Pages - 1. 2. 3. 4. 5. Project Inspector Senior Inspector Principal Inspector Public Works Director City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 201 04) which is set forth below: c ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(l) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(l) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. - Revised 911 1/00 Contract No. PKS02-05 Page 48 of 61 Pages - (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency’s written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency’s written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency’s written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency’s response or within 15 days of the local agency’s failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. I 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141 .lo) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 11 41.1 1 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no a Revised 9/11/00 Contract No. PKS02-05 Page 49 of 61 Pages -1 event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 11 41 .lo) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney’s fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.3.1 General, add the following: The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. - 4-1.4 Test of Materials, sentence of the first paragraph. delete the phrase, “and a reasonable amount of retesting”, from the third add the following: Except as specified in these Supplemental Provisions, the Agency will bear the cost of testing of locally produced materials andlor on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor’s expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. _& a Revised 911 1/00 Contract No. PKS02-05 Page 50 of 61 Pages n- 4-1.6 Trade names or Equals, add the following: There will be no substituted items allowed for this contract. All materials must be Landscape Structure, Inc. products and Surface America items. Add the following section: 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency’s boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor’s responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. _- SECTION 5 -- UTILITIES 5-1 LOCATION. Delete the first paragraph and substitute the following: The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. 5-4 RELOCATION. Add the following: In conformance with section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer’s approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor’s convenience and no additional compensation will be allowed therefor or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. - a Revised 9/11/00 Contract No. PKS02-05 Page 51 of 61 Pages 5-6 COOPERATION. Add the following: If the City rejects Schedule “C” of the Contractor’s Proposal, the City will remove the existing playground equipment at Holiday Park, Kruger House, Laguna Riviera, La Costa Canyon and Stagecoach Parks. Contractor shall coordinate with City for removal of equipment. SECTION 6 -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete section 6-1 and substitute the following: Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within 30 calendar days after receipt of the ”Notice to Proceed”. Add the following section: 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor’s management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor’s responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per section 6-4. No separate payment will be made for the Contractor’s attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. Add the following section: 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media. - Add the following section: 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor’s plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity’s description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. Add the following section: 6-1.2.6 Float. to whatever party or contingency first exhausts it. Float or slack time within the schedule is available without charge or compensation Add the following section: 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. - supplied materials, equipment, or services, which may impact any activity’s construction shall be e Revised 9/11/00 Contract No. PKS02-05 Page 52 of 61 Pages Add the following section: 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per section 6-4. Add the following section: 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor’s plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of section 6-1. The Engineer may choose to accept the Contractor’s proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency’s acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. Add the following section: 6-1.2.10 Engineer’s Review. The Construction Schedule is subject to the review of the Engineer. The Engineer’s determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer’s determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. _-. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per sections 6-1.2.1 0.1 through 6-1.2.1 0.3. Add the following section: 6-1.2.1 0.1 “Accepted.” Notice to Proceed, and will receive payment for the schedule in accordance with section 6-1.8.1. The Contractor may proceed with the project work upon issuance of the Add the following section: 6-1.2.1 0.2 “Accepted with Comments.” The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per section 6-1.8.1. Add the following section: 6-1.2.1 0.3 “Not Accepted.” The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked “Accepted” or “Accepted with Comments” by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked “Accepted” by the Engineer. - a Revised 9/11/00 Contract No. PKS02-05 Page 53 of 61 Pages .---. Add the following section: 6-1.3 Preparation of Schedule Updates and Revisions. The contractor shall meet with the Engineer during the last week of each month to agree upon each activity‘s schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media per the submittal requirements of section 2-5.3 and will include each item and element of sections 6-1.2 through 6- 1.2.9 and 6-1.3.1 through 6-1.3.7. Add the following section: 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. Add the following section: 6-1.3.2 Activity Percent Complete. Contractor shall report the percentage determined by the Engineer as complete for the activity. For each activity underway at the end of the month, the Add the following section: 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. Add the following section: 6-1.3.5 Change Orders, Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor’s change orders. - Add the following section: 6-1. 4 Engineer’s Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per sections 6- 1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked “Accepted with Comments” or “Not Accepted” by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked “Not Accepted”. Add the following section: 6-1.4.1 “Accepted.” for the schedule in accordance with section 6-1.8.2. The Contractor may proceed with the project work, and will receive payment Add the following section: 6-1.4.2 “Accepted with Comments.” The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per section 6-1.8.2. Add the following section: 6-1.4.3 “Not Accepted.” The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be .- Revised 911 1/00 Contract No. PKS02-05 Page 54 of 61 Pages - considered as having defaulted the contract under the provisions of section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked “Accepted” by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor’s responsibility. Add the following section: 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent “Accepted” Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the “Accepted” schedule. Add the following section: 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule wit1 be submitted per the submittal requirements of section 2-5.3 and per the schedule review and acceptance requirements of section 6-1, including but not limited to the acceptance and payment provisions. As used in this subsection “substantially different” means a time variance greater than 5 percent of the number of days of duration for the project. Add the following section: 6-1. 7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor’s Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1. 4 Engineer’s Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per section ,- 9-3.2. Add the following section: 6-1.1 Measurement And Payment Of Construction Schedule. The Contractor’s preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefor. 6-2 PROSECUTION OF WORK. Add the following section: 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary.to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes installing new playground equipment and rubberized surfacing at various park sites. Q Revised 9/11/00 Contract No. PKS02-05 Page 55 of 61 Pages 6-2.3 Project Meetings. The Engineer will establish the time and location of bi-weekly Project Meetings. Each Project Meeting shall be attended by the Contractor’s Representative. The Project Representative shall be the individual determined under section 7-6, ‘The Contractor’s Representative”, SSPWC. No separate payment for attendance of the Contractor, the Contractor’s Representative or any other employee or subcontractor or subcontractor’s employee at these meetings will be made. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Report. Modify as follows: The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefor. 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within 60 working days after the starting date specified in the Notice to Proceed. - 6-7.2 Working Day. Add the following: Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:OO a.m. and 4:OO p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in hidher sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following: The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer’s judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board’s acceptance of the Work the Engineer will cause a “Notice of Completion” to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. Delete the first sentence of the third paragraph and substitute the following two sentences: All work shall be warranted for one (1) year after recordation of the “Notice of Completion” and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. I Revised 9/11/00 Contract No. PKS02-05 Page 56 of 61 Pages 6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentence of the second paragraph and add the following: For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of FIVE HUNDRED Dollars ($500.00). Execution of the Contract shall constitute agreement by the Agency and Contractor that $500.00 per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. SECTION 7 -- RESPONSIBILITIES of the CONTRACTOR 7-3 LIABILITY INSURANCE. Modify as follows: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. 7-4 WORKERS' COMPENSATION INSURANCE. _- Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Delete the first sentence and add the following four sentences: Except as specified herein the agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, resource agency and building permits necessary to perform work for this contract on Agency property, in streets, highways (except State highway right-of-way), railways or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefor. 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. - 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein Revised 9/11/00 Contract No. PKS02-05 Page 57 of 61 Pages shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in hidher sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 7-8.5 Temporary Light, Power and Water. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefor. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. Add the following: 7-8.6 Water Pollution Control. The Contractor shall comply with all requirements of the storm water pollution and monitoring plan prepared for this project in accordance with the California State Water Resources Control Board order number 92-08-DWQ, NPDES General Permit number CAS000002 and the 'Water Discharge Requirement for Discharges of Storm Water Runoff Associated with Construction Activity" ..Add the following Add the following section: 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. _- 7-10 PUBLIC CONVENIENCE AND SAFETY. Add the following section: 7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. \ @ Revised 9/11/00 Contract No. PKS02-05 Page 58 of 61 Pages c SECTION 9 -- MEASUREMENT and PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1.4 Units of Measurement, modify as follows: the U.S. Standard Measures. The system of measure for this contract shall be 9-3 PAYMENT. 9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the “Notice of Completion” 9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following: Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of the Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor’s information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.01 0 of the Code of Civil Procedure. - Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the @ Revised 911 1/00 Contract No. PKS02-05 Page 59 of 61 Pages - Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in the written statement required in subsection 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in subsection 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. - Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under subsection 3-5, Disputed Work, for those claims remaining in dispute. Add the following section: 9-3.3.1 Delivered Materials, into the will not be included in the progress estimate. The cost of materials and equipment delivered but not incorporated Add the following section: 9-3.4.1 Mobilization and Preparatory Work. be included in the various items of work and no other payment will be made. Payment for mobilization and preparatory Work will .- # Revised 9/11/00 Contract No. PKS02-05 Page 60 of 61 Pages t i ! I I I I I I I I I I I I I I _- Holiday Park Material Specifications Quote: 12880-2 3/11/2002 General Specifications: Material: All materials shall be structurally sound and suitable for safe play. Durability shall be ensured on all steel parts by the use of time-tested coatings such as zinc plating, zinc-nickel plating, powdercoating, TenderTuff-coating, etc. Colors shall be specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). All primary fasteners shall include a locking patch type material that will meet the minimum torque requirements of IFI-125. Manufacturer to provide special tools for pinned hex fasteners. TenderTuff-Coating: All metal components to be TenderTuff-coated shall be thoroughly cleaned in a hot phosphatizing pressure washer, then primed with a clear acrylic thermosetting solution. Primed parts shall be preheated prior to dipping in U.V. stabilized, liquid poly vinyl chloride, then salt cured at approximately 400 degrees. The finished coating shall be approximately .080" +/- .020" thick at an 85 durometer hardness and have a matte finish. Four standard colors are available. Polyester Powdercoating: All metal components to be powdercoated shall be free of excess weld and spatter. Parts shall be thoroughly cleaned in a 6-Stage Pretreatment system with a hot phosphatizing bath and a non-chrome seal for corrosion resistance, then thoroughly dried. Powdercoating shall be electrostatically applied and oven cured at 350 degrees. Average thickness: ,004". Super Durable TGIC polyester powder shall be specially formulated for optimum U.V. stability and glossiness and shall meet or exceed ASTM Standards for: Adhesion (D-3359B) Hardness (D-3363) Impact (D-2794) Salt Spray resistance (B- 117) Paint Line shall employ a "checkered" adhesion test daily. Fifteen standard colors are available. Decks: All Tenderdecks shall be of modular design and have 5/16" diameter holes on the standing surface. There shall be (4) slots in each face to accommodate face mounting of components. Tenderdecks shall be manufactured from a single piece of low carbon 12 GA (.l05") sheet steel conforming to ASTM specification A-569. The sheet shall be perforated then flanged formed and reinforced as necessary to ensure structural integrity. The unit shall then be TenderTuff-coated brown only. Tenderdecks shall be designed so that all sides are flush with the outside edge of the supporting posts. Page I of 10 Rotationally Molded Poly Parts: These parts shall be molded using prime compounded linear low- density polyethylene with a tensile strength of 2500 psi per ASTM D638 and with color and UV- stabilizing additives. Wall thickness varies by product from .187" 13/16") to ,312'' (916"). Four standard colors are available. Permalene Parts: These parts shall be manufactured from 3/4" thick high-density polyethylene that has been specially formulated for optimum U.V. stability and color retention. Products shall meet or exceed density of .933 G/cc per ASTM D1505, tensile strength of 2400 PSI per ASTM D638. Five standard solid colors are available. Some Permalene parts are available in a two-color product with (2) .070" thick exterior layers over a .610 interior core of a contrasting color. Eight standard two-color options are available. Footings: Unless otherwise specified, the bury on all footings shall be 34" below Finished Grade (FG) on all in-ground play eventdposts. Other types of anchoring are available upon request. ,PS) General Specifications: Posts: 2 3/8" square aluminum posts shall have a minimum wall thickness of .125" and be extruded of 6061-T6 aluminum alloy and have rounded corners and ribbed faces for maximum safety. A cast aluminum top cap shall be installed at the factory with stainless steel knurled spacers and aluminum drive rivets. Flanges for panels and deck supports shall be extruded of 6061-T6 aluminum alloy and slide into slots extruded in posts. Flanges and deck supports shall be attached in the factory with stainless steel knurled spacers and aluminum drive rivets. All direct bury posts shall have a "finished grade marker" positioned on the post identifying the 34" bury line and the top of the required surfacing. A molded low-density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the post to increase the footing area. Posts shall have a post number sticker for installation purposes. All surface mount posts shall be continuously welded to a 1/4" x 6" square 6061-T6 aluminum surface mount plate and allow for 2" of protective surfacing. Posts shall be powdercoated to a specified color. Aluminum Post Mechanical Properties: Yield Strength (min): 35,000 PSI Tensile Strength (min): 38,000 PSI % Elongation in 2 inches: 10 Modulus of Elasticity: 10 x 106 PSI Arch Posts: Arch posts shall have the same shape as the posts and be extruded from 6063-T4 aluminum alloy. Roof support flanges shall be of the same shape and material as the panel flanges. Arch shall be formed in a 180 degree arc on a 21" center line radius. Arches shall be secured to standard length posts with solid aluminum sleeves that are tapped to receive (16) 3/8" x 38" hex- pin cap screws per arch. Arch posts shall be powdercoated to a specified color. Posts: 2 3/8" square aluminum posts shall have a minimum wall thickness of .125" and be extruded of 6061-T6 aluminum alloy and have rounded comers and ribbed faces for maximum safety. A cast aluminum top cap shall be installed at the factory with stainless steel knurled '- 'Y) General Specifications: Page 2 of 10 spacers and aluminum drive rivets. Flanges for panels and deck supports shall be extruded of 6061-T6 aluminum alloy and slide into slots extruded in posts. Flanges & deck supports shall be attached in the factory with stainless steel knurled spacers and aluminum drive rivets. All direct bury posts shall have a "finished grade marker" positioned on the post identifying the 34" bury line and the top of the required surfacing. A molded low-density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the post to increase the footing area. Posts shall have a post number sticker for installation purposes. All surface mount posts shall be continuously welded to a 1/4" x 6" square 6061-T6 aluminum surface mount plate and allow for 2" of protective surfacing. Posts shall be powdercoated to a specified color. Aluminum Post Mechanical Properties: Yield Strength (min): 35,000 PSI Tensile Strength (min): 38,000 PSI % Elongation in 2 inches: 10 Modulas of Elasticity: 10 x 106 PSI Arch Posts: Arch posts shall have the same shape as the posts and be extruded from 6063-T4 aluminum alloy. Roof support flanges shall be of the same shape and material as the panel flanges. Arch shall be formed in a 180 degree arc on a 21" centerline radius. Arches shall be secured to standard length posts with solid aluminum sleeves that are tapped to receive (16) 318" x 518'' standard fasteners per arch. Arch posts shall be powdercoated to a specified color. - 1113976 - Posts For Decks 74"/8" Deck Post: See Playshaper (PS) General Specifications. 111397H - Posts For Decks 69"/Ground Level Post: See PlayShaper (PS) General Specifications. 111396A - Posts For Roofs 145"/SpvroSlide Post: See Playshaper (PS) General Specifications. 111396C - Posts For Roofs 129"/40" Deck Post: See Playshaper (PS) General Specifications. 134973A - Transfer Module, Brown Deck Onlv To 32" Deck, Curved, Left or Right SteD .. Page 3 of 10 Deck: Railings: Infill Panel: Step Sections/Top Step Section: Deck Support: Fasteners: -1 21948A - Kick Plate 8" Rise Kick Plate: Fasteners: Flange formed from 12 GA (.105") sheet steel conforming to ASTM A569. Standing surface is perforated with 5/16" diameter holes and measures 29" per (2) sides. Finish: TenderTuff, brown in color. Weldment comprised of formed 1 118" O.D. x 11 GA (.120") steel tubing with 203 or 303 stainless steel threaded inserts. Finish: TenderTuff, color specified. Solid color panel measures 7 5/8" wide x 30" high, color specified. Formed from 12 GA (. 105") sheet steel conforming to ASTM A569. Standing surface is 24 318" wide x 14" deep and is perforated with 5/16" diameter holes. Finish: TenderTuff, brown in color. Weldment comprised of 3 1/2" O.D. RS-20 (.125") galvanized steel tubing and 3/8" O.D. x 5" long CRS rod. Finish: Powdercoat, brown in color. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Fabricated from 11 GA (.120") HR flat steel. Finish: TenderTuff, brown in color. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 121949A - Kick Plate 8" Rise, 90* Tri-Deck Kick Plate: Fabricated from 11 GA (.120") HR flat steel. Finish: TenderTuff, brown in color. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 117495A - Triangular Tenderdeck, Brown Onlv Triangular Deck: Fasteners: x Flange formed from 12 GA (.lO5") sheet steel conforming to ASTM A569. Standing surface is perforated with 5/16" diameter holes. Deck face has (4) slotted holes for face mounting components. The finished size of two of the three sides measures 2 5/8" x 39 1/4" on the face of the deck and the other side measures 2 98" x 55 1/2". Finish: TenderTuff, brown in color. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Page 4 of 10 .- 11811OA - Sauare POI~ Roof wbeo Panels* Poly Roof: Roof Logo: Rotationally molded from U.V. stabilized linear low density polyethylene, color specified. Two color roof logo measures 41" wide x 5 1/8" high, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Roof Sleeve: Cast from 319 almag. Finish: Powdercoat, color specified. 111288A - Driver Panel, (1") Learning Wall Panels Permalene Panel: Two color panel measures 39 1/2" wide x 30 3/4" high, color specified. Hub: Solid color permalene, color specified. Wheel: .I Wheel Bracket: 12" diameter cast 3 19.1 aluminum alloy. Shaft-303 stainless steel. Finish: TenderTuff, color specified. Weldment comprised of formed 3/16" plate and 5/8" O.D. shaft. Finish: Powdercoat, color Specified. Steering Wheel Cap: Aluminum alloy 6061-T6. Finish: Powdercoat, white in color. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 127685A - Learning Wall Panels Image Panel, (10"). 176 Plav Blocks Permalene Panel: Solid color panel measures 39 1/2" wide x 30 3/4" high, color specified. Rod Cover: Pivot Blocks : Steel Rod: Fasteners: Solid color permalene, color specified. U.V. stabilized high-density polyethylene, tan on one side and brown on the other. 1/2" diameter CRS zinc plated rod. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). _.- I 11297A - Sand and Water Panel, Ground Level Onlv, Tan Dish Oniv Permalene Panel: Solid color panel measures 39 1/2" wide x 30 3/4" high, color specified. Page 5 of 10 Tray: support Leg: Fasteners: Rotationally molded from U.V. stabilized linear low density polyethylene, tan in color. Weldment comprised of 2.375" O.D. RS-20 (.095" - ,105") galvanized steel tubing and 1/4" x 2 1/2" x 9" flat plate. Finish: Powdercoat, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 122033C - StwroSlides 56" Deck Slide, Hood & Barriers: Rotationally molded from U.V. stabilized linear low-density polyethylene, color specified. Entrance Deck: Center Column: - darrier Plates: Exit Support: Handbar: Rail: Fasteners: Flange formed from 12 GA (.105") sheet steel conforming to ASTM A569. Standing surface is perforated with 5/16" diameter holes and measures 32 1/4" wide x 36 27/32" long. Finish: TenderTuff, brown in color. Fabricated from 3.500' O.D. RS-20 (. 120" - .130") galvanized steel tubing. Finish: Powdercoat, color specified. Fabricated from 1/4" x 1 1/2" zinc plated HR flat steel. Finish: Powdercoat, color specified. Weldment comprised of 2.375" O.D. RS-20 (.095" - .105") galvanized steel tubing and 1/4" x 3" x 11 3/4" mounting plate. Finish: Powdercoat, color specified. Formed from 7/8" O.D. x 11 GA (. 120") black steel tubing. Finish: TenderTuff, brown in color. 1 1/8" O.D. 6061-T6 aluminum extrusion with 5/16" walls. Finish: Powdercoat, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installationlspecifications). 111348A - Arch Bridge. 42" Low. Brown Deck Only Bridge Deck: Fabricated from 12 GA (.105") sheet steel conforming to ASTM A569. Standing surface is perforated with 5/16" diameter holes. Finish: TenderTuff, brown in color. Panels: Solid color panel measures 41" wide x 35 11/16" high, color specified. Attachment Bracket: Fabricated from 1/8" x 1 1/4" x 2" 6061-T6 aluminum angle. Finish: Powdercoat, color specified. Fasteners: - Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Page 6 of 10 c 123292A - Block Climber. Attached 32" Deck Double Block: Fabricated from 14 GA (.075") "0 steel sheet with 3" tall x 6" long cutouts. Blocks measure 8" high and 12 1/2" square. (2) blocks are welded to each other to make Double Blocks. Finish: TenderTuff, blue, red, brown or tan in color. Ground Gusset: Fabricated from 10 GA (.135") HRPO steel sheet. Finish: Powdercoat, blue, red or tan in color. support: Kick Plate: Fasteners: Weldment comprised of 1.900" O.D. RS-20 (.W" - .loot') galvanized steel tubing and 10 GA (.135") HRPO steel sheet. Finish: Powdercoat, blue, red or tan in color. Fabricated from 12 GA (.l05") HRPO steel sheet with 3" tall x 6" long cutouts. Finish: TenderTuff, red or tan in color. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Permalene Panel: Solid color panel measures 39 1/2" wide x 30 3/4" high, color specified. c 73284B - Wieele Ladders 40" Deck Chain: 4/0 Chain zinc plated. Finish: TenderTuff, color specified. Rail: Fabricated from 13/16" diameter x 27 15/16" long CRS solid bar stock with both ends tapped 318". Finish: TenderTuff, color specified. support: Fabricated from 1.315" O.D. RS-20 (.080" - .090") galvanized steel tubing. Handhold Panel: Solid color permalene with 3/4" x 1 1/8" handholds, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 125059A - Accessible SprinF Platform, Brown Onlv, w/Hand Hold, Tan Onlv Spring Platform: Handhold: Spring: c Spring Clamp: Flange formed from 12 GA (.lOS') sheet steel conforming to ASTM A569. Standing surface is perforated with 1 5/16" diameter holes and measures 40" square. Finish: TenderTuff, brown in color. Weldment comprised of 1.125" O.D. x 11 GA (.120") steel tubing and 1/4" x 1 1/2" x 3 5/8" flat plate. Finish: Powdercoat, tan in color. Fabricated from 5 5/8" diameter 13/16" tempered alloy steel coil, with cast aluminum wedges A356 alloy placed in each end of spring. Finish: Powdercoat, color specified. Formed from 3/8" HRPO flat steel. Finish: Powdercoat, brown in color. Page 7 of 10 Base Plate: Leg (DB): Fasteners: Fabricated from 1/4" x 10" HRPO flat plate. Finish: Powdercoat, brown in color. Weldment comprised of 3 1/2" O.D. RS-20 (.120 - .130) galvanized steel tubing and 1/4" x 10" diameter HRF'O zinc plated steel mounting plates. Primary fasteners shall be socketed and pinned tarnperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation/specifications). 123517B - Stationarv Cvcler Handles only. Alum posts Cycle Bar: Axle: Bearings: --Dost: Handles: Offset Hanger Clamp Assembly: Fasteners: Weldment comprised of formed 1.029" O.D. RS-20 (.070" - .080") galvanized steel tubing and 1 In" O.D. x 11/32" wall steel tubing. Finish: Powdercoat, color specified. Fabricated from .750" diameter 304 CD stainless steel bar. Oil impregnated bronze. See PlayBooster (PB) General Specifications. Two color permalene, color specified. Cast aluminum. Finish: Powdercoat, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 123517C - Stationarv Cvcler Pedals and Handles, Alum posts Post: See PlayBooster (PB) General Specifications. Cycle Bar: Weldment comprised of formed 1.029'' O.D. RS-20 (.070" - .080) galvanized steel tubing and 1 1/2" O.D. x 11/32" wall steel tubing. Finish: Powdercoat, color specified. Handles: Two color permalene, color specified. Pedals: Two color permalene, color specified. Axle: Fabricated from .750 diameter 304 CD stainless steel bar. Bearings: Oil impregnated bronze. -. Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. asteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Page 8 of 10 100048A - 2" Arch Swing, 2 Place w/Coated Chain Arches: Swing Beam: Full Bucket Seat: Fabricated from formed 2.375" O.D. RS-40 (.130" - .140") galvanized steel tubing. Finish: Powdercoat, color specified. Fabricated from 2.375" O.D. RS-40 (.130" - .140") galvanized steel tubing. Finish: Powdercoat, color specified. Made of U.V. stabilized high-quality black rubber encapsulating a 24 GA (.024") stainless steel reinforcement plate. Handles cast from 356-T6 aluminum alloy with a 60 durometer black neoprene grip placed over handles. Handles attach to seat with (3) 1/4" x 1 5/16" long stainless steel rivets. The full bucket measures 9" deep x 10 1/2" wide. Chain: Steel 4/0 straight link chain, 670 Ib. working load limit. Finish: TenderTuff, color specified. Swing Hanger: Made from galvanized malleable iron hanger with oil impregnated bearings. .-Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879. 111578A - Additional 2 Place Bav Arches: Swing Beam: Full Bucket Seat: Chain: Swing Hanger: Fasteners: Fabricated from formed 2.375" O.D. RS-40 (. 130" - .140) galvanized steel tubing. Finish: Powdercoat, color specified. Fabricated from 2.375" O.D. RS-40 (. 130 - .140") galvanized steel tubing. Finish: Powdercoat, color specified. Made of U.V. stabilized high-quality black rubber encapsulating a 24 GA (.024") stainless steel reinforcement plate. Handles cast from 356-T6 aluminum alloy with a 60 durometer black neoprene grip placed over handles. Handles attach to seat with (3) 1/4" x 1 5/16" long stainless steel rivets. The full bucket measures 9" deep x 10 1/2" wide. Steel 4/0 straight link chain, 670 Ib. working load limit. Finish: TenderTuff, color specified. Made from galvanized malleable iron hanger with oil impregnated bearings. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiordspecifications). '-30105A - Ape Appromiate Sign, (2-Color Permalene), w/PlavShaDer Posts, 2 -- 5 Years Sign Panel: Two color panel measures 19-1/2" wide x 27-3/4" high, color specified. Page 9 of 10 Post: Fasteners: Warranty: See Playshaper (PS) General Specifications. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). We Can Offer the Best Warranty in the Industry Because We Don't cut Corners on Quality Landscape Structures Inc. warrants that all Playstructures andor equipment sold will conform in kind and quality to the specifications set forth in the specifications manual for the products identified in the Acknowledgement of Order and will be free of defects in manufacturing and material. As a further indication of our quality, Landscape Structures provides: 100-Year Limited Warranty for all aluminum posts, clamps, beams and caps, against structural failure due to corrosiodnatural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. I 15-Year Limited Warranty for all plastic and steel components, including Tufff imbersTM, against structural failure due to corrosiodnatural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. TenderTuffR-coating against structural failure due to natural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. TuffI'urfR against material or manufacturing defects when properly installed. This warranty does not include any cosmetic issues or wear and tear from normal use. 3-Year Limited Warranty for all other parts, ie: CableCoreTM Products, Swing seats and hangers; Track ride trolleys and bumpers; all rocking equipment, etc. against failure due to corrosiodnatural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. The warranty stated above is valid only if the Playstructures and/or equipment are erected in conformance with Landscape Structures' installation instructions and maintained according to the maintenance procedures furnished by Landscape Structures Inc. For a full text of the warranty, contact your local sales representative. Page 10 of 10 i r------- I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I L-------, Laguna Riviera Park Material Specifications Quote: 12863-2 3/11/2002 General Specifications: Material: All materials shall be structurally sound and suitable for safe play. Durability shall be ensured on all steel parts by the use of time-tested coatings such as zinc plating, zinc-nickel plating, powdercoating, TenderTuff-coating, etc. Colors shall be specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation/specifications). All primary fasteners shall include a locking patch type material that will meet the minimum torque requirements of IFI-125. Manufacturer to provide special tools for pinned hex fasteners. .- I- TenderTuff-Coating: All metal components to be TenderTuff-coated shall be thoroughly cleaned in a hot phosphatizing pressure washer, then primed with a clear acrylic thermosetting solution. Primed parts shall be preheated prior to dipping in U.V. stabilized, liquid poly vinyl chloride, then salt cured at approximately 400 degrees. The finished coating shall be approximately .OW +/- .020' thick at an 85 durometer hardness and have a matte finish. Four standard colors are available. Polyester Powdercoating: All metal components to be powdercoated shall be free of excess weld and spatter. Parts shall be thoroughly cleaned in a 6-Stage Pretreatment system with a hot phosphatizing bath and a non-chrome seal for corrosion resistance, then thoroughly dried. Powdercoating shall be electrostatically applied and oven cured at 350 degrees. Average thickness: .004". Super Durable TGIC polyester powder shall be specially formulated for optimum U.V. stability and glossiness and shall meet or exceed ASTM Standards for: Adhesion (D-3359B) Hardness (D-3363) Impact (D-2794) Salt Spray resistance (B-117) Paint Line shall employ a "checkered" adhesion test daily. Fifteen standard colors are available. Decks: All Tenderdecks shall be of modular design and have 5/16" diameter holes on the standing surface. There shall be (4) slots in each face to accommodate face mounting of components. Tenderdecks shall be manufactured from a single piece of low carbon 12 GA (.lOS") sheet steel conforming to ASTM specification A-569. The sheet shall be perforated then flanged formed and reinforced as necessary to ensure structural integrity. The unit shall then be TenderTuff-coated brown only. Tenderdecks shall be designed so that all sides are flush with the outside edge of the supporting posts. Page 1 of 12 Rotationally Molded Poly Parts: These parts shall be molded using prime compounded linear low- density polyethylene with a tensile strength of 2500 psi per ASTM D638 and with color and UV- stabilizing additives. Wall thickness varies by product from .187" (3/16") to .3 12" (5/16"). Four standard colors are available. Permalene Parts: These parts shall be manufactured from 3/4" thick high-density polyethylene that has been specially formulated for optimum U.V. stability and color retention. Products shall meet or exceed density of .933 G/cc per ASTM D1505, tensile strength of 2400 PSI per ASTM D638. Five standard solid colors are available. Some Permalene parts are available in a two-color product with (2) .070" thick exterior layers over a .610 interior core of a contrasting color. Eight standard two-color options are available. Footings: Unless otherwise specified, the bury on all footings shall be 34" below Finished Grade (FG) on all in-ground play eventdposts. Other types of anchoring are available upon request. (PB) General Specifications: Posts: Post length shall vary depending upon the intended use and shall be a minimum of 42" above the deck height. All posts shall be powdercoated to specified color. All posts shall have a "finished grade marker" positioned on the post identifying the 34" bury line required for correct installation and the top of the loose fill protective surfacing. Top caps for posts shall be aluminum die cast from 369.1 alloy and powdercoated to match the post color. All caps shall be factory installed and secured in place with (3) self sealing rivets. A molded low-density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the post to increase the footing area. Steel Posts: All steel PlayBooster posts are manufactured from 5" 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. Steel Post Mechanical Properties: Yield Strength (min): 50,000 PSI Tensile Strength (min): 55,000 PSI % Elongation in 2 inches: 25 Modulus of Elasticity: 29.5 x 106 PSI Aluminum Posts: All aluminum PlayBooster posts are manufactured from 6005T5 extruded tubing conforming to ASTM B-221. Posts shall have a 5" outside diameter with a .125" wall thickness. . "- Aluminum Post Mechanical Properties: Yield Strength (min): 35,000 PSI Tensile Strength (rnin): 38,000 PSI % Elongation in 2 inches: 10 Modulus of Elasticity: 10 x 106 PSI Page 2 of 12 Arch Posts: Aluminum arch posts shall be manufactured from 6005-T5 alloy. The arch shall be formed to a 21" center line radius to complement the 42" center to center module. The arch shall be of one continuous piece construction. There shall be no welds or additional pieces mechanically fastened to manufacture the arch. Each arch shall be designed to provide a minimum of 90 1/2" clear span from the deck to the inside of the arch at the radius peak. Arches shall be powdercoated to a specified color. Clamps: All clamps, unless otherwise noted, shall be die cast using a 369.1 aluminum alloy and have the following mechanical properties: Ultimate Tensile: 47,000 PSI Yield Strength: 28,000 PSI Elongation: 7% in 2 inches Shear Strength: 29,000 PSI Endurance Limit: 20,000 PSI Each functional clamp assembly shall have an appropriate number of half clamps and shall be fastened to mating parts with (2) 318" x 1 1/8" hex-pin cap screws (SST) and (2) stainless steel (SST) recessed "T" nuts. A 1/4" aluminum drive rivet w/stainless steel pin is used to insure a secure fit to the post. PlayBooster clamps have three functional applications and shall be named as follows: 1.) Offset hanger clamp assembly. 2.) Deck hanger clamp assembly.. 3.) Hanger clamp assembly. (PB) General Specifications: Posts: Post length shall vary depending upon the intended use and shall be a minimum of 42" above the deck height. All posts shall be powdercoated to specified color. All posts shall have a "finished grade marker" positioned on the post identifying the 34" bury line required for correct installation and the top of the loose fill protective surfacing. Top caps for posts shall be aluminum die cast from 369.1 alloy and powdercoated to match the post color. All caps shall be factory installed and secured in place with (3) self sealing rivets. A molded low density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the post to increase the footing area. Steel Posts: All steel PlayBooster posts are manufactured from 5" 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. Steel Post Mechanical Properties: Yield Strength (min): 50,000 PSI Tensile Strength (min): 55,000 PSI % Elongation in 2 inches: 25 Modulas of Elasticity: 29.5 x 106 PSI Aluminum Posts: All aluminum PlayBooster posts are manufactured from 6061-T6 extruded tubing conforming to ASTM B-221 and QQ-A-200/8. Posts shall have a 5" outside diameter with a .125" wall thickness. Aluminum Post Mechanical Properties: Yield Strength (min): 35,000 PSI Tensile Strength (min): 38,000 PSI % Elongation in 2 inches: 10 Modulas of Elasticity: 10 x 106 PSI Page 3 of 12 Arch Posts: Aluminum arch posts shall be manufactured from 6061-T6 alloy. The arch shall be formed to a 21" centerline radius to complement the 42" center to center module. The arch shall be of one continuous piece construction. There shall be no welds or additional pieces mechanically fastened to manufacture the arch. Each arch shall be designed to provide a minimum of 82 1/2" clear span from the deck to the inside of the arch at the radius peak. Arches shall be powdercoated to a specified color. Clamps: All clamps, unless otherwise noted, shall be die cast using a 369.1 aluminum alloy and have the following mechanical properties: Ultimate Tensile: 47,000 PSI Yield Strength: 28,000 PSI Elongation: 7% in 2 inches Shear Strength: 29,000 PSI Endurance Limit: 20,000 PSI Each functional clamp assembly shall have an appropriate number of half clamps and shall be fastened to mating parts with (2) 318" x 1 1/8" hex-pin cap screws (SST) and (2) zindnickel plated carbon steel recessed "T" nuts. A 114'' aluminum drive rivet w/stainless steel pin is used to insure a secure fit to the post. PlayBooster clamps have three functional applications and shall be named as follows: 1.) Offset hanger clamp assembly. 2.) Deck hanger clamp assembly. 3.) Hanger clamp assembly. '' PlayOdyssey General Specifications: Structural Frame: Post length of the double laddedcentral column shall vary depending upon the deck height and shall be flush with the bottom of a deck infill or a minimum of 46" 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 60" bury line required for correct installation and the top of the loose fill protective surfacing. Post caps shall be aluminum die cast from 369.1 alloy and powdercoated to match the post color. All caps shall be factory installed and secured in place with (3) self sealing rivets. A molded low-density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the ladder posts to increase the footing area. Ladders are bolted together below grade to act as a single column for installation purposes. The deck support weldmentdarms are comprised of 5/16" (.312") steel conforming to 1010 steel per ASTM A635 and welded to a 52" steel post. Arms are secured to each ladder post with (4) 98" x 1 1/2" hex-pin cap screws thru (2) 1/4" flanges. Steel Posts: All steel PlayOdyssey 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. Steel Post Mechanical Properties: Yield Strength (min): 50,000 PSI Tensile Strength (min): 55,000 PSI % Elongation in 2 inches: 25 Modulus of Elasticity: 29.5 x 106 PSI Optional Aluminum Roof Posts: All formed aluminum PlayOdyssey roof posts are manufactured from 6005-T5 extruded tubing conforming to ASTM B-221. Posts shall have a 5" outside diameter Page 4 of 12 with a .125" wall thickness. Post sleeve shall have 4.675" outside diameter with a .150 wall thickness. Post cap shall be aluminum die cast from 369.1 alloy and powdercoated to match the post color. All caps shall be factory installed and secured in place with (3) self sealing rivets. Aluminum Post Mechanical Properties: Yield Strength (min): 35,000PSI Tensile Strength (min): 38,000 PSI 9% Elongation in 2 inches: 10 Modulus of Elasticity: 10 x 106 PSI Clamps: All clamps, unless otherwise noted, shall be die cast using a 369.1 aluminum alloy and have the following mechanical properties: Ultimate Tensile: 47,000 PSI Yield Strength: 28,000 PSI Elongation: 7% in 2 inches Shear Strength: 29,000 PSI Endurance Limit: 20,000 PSI Each PlayOdyssey offset hanger clamp shall have an appropriate number of half clamps and shall be fastened to mating parts with (2) 3/8" x 1 1/8" hex-pin cap screws (SST) and (2) stainless steel (SST) recessed "T" nuts. A 114" aluminum drive rivet w/stainless steel pin is used to insure a secure fit to the post. - 111404C - Posts For Decks 132"/56" Deck Post: See PlayBooster (PB) General Specifications. 111404E - Posts For Decks 116"/40" Deck Post: See PlayBooster (PB) General Specifications. 111404F - Posts For Decks 108"/32" Deck Post: See PlayBooster (PB) General Specifications. 111403B - Posts For Roofs 174"/64" Deck Post: See PlayBooster (PB) General Specifications. 130567A - Hex Shiwle Roof _- 3x Shingle Roof Section: Rotationally molded from U.V. stabilized linear low density polyethylene, color specified. Page 5 of 12 Roof Sleeve: Cast from 319 almag. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 111240B - Balconv Deck w/Wheel, Brown Tenderdeck Only Deck: Barrier: Wheel: Straight edge flange formed from 12 GA (.105") sheet steel conforming to ASTM A569. Curved edge roll formed from 11 GA (.120") sheet steel conforming to ASTM A569. Standing surface is perforated with 5/16" diameter holes perforated. The finished size measures 2 5/8" x 34" (straight edge) x 17" radius (curved edge). Finish: Tendertuff, brown in color. Weldment comprised of 98" solid steel vertical rails, 1 1/8" O.D. steel horizontal rails with 203 or 303 stainless steel welded inserts with 98" internal threads. Finish: TenderTuff, color specified. 12" diameter cast 3 19.1 aluminum alloy. Shaft-303 stainless steel. Finish: TenderTuff, color specified. -Vheel Clamp: Formed from 3/16" x 2" HRPO zinc-plated. Finish: Powdercoat, color specified. Wheel Bracket: Weldment comprised of formed 3/16" plate and 5/8" O.D. shaft. Finish: Powdercoat, color specified. Steering Wheel Cap: Aluminum alloy 6061-T6. Finish: Powdercoat, white in color. Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 123320C - Transfer Modules, Brown Deck Only To 32" Deck, Curved, Left or Right Step Deck: Railings: Flange formed from 12 GA (.105") sheet steel conforming to ASTM A569. Standing surface is perforated with 5/16" diameter holes and measures 29" per (2) sides. Finish: TenderTuff, brown in color. Weldment comprised of formed 1 1/8" O.D. x 11 GA (.120") steel tubing with 203 or 303 stainless steel 5/8" threaded inserts. Finish: TenderTuff, color specified. Step SectiondTop Step Section: Formed from 12 GA (.l05") sheet steel conforming to ASTM A569. Surface is perforated with 5/16" diameter holes. Finish: Tendeffuff, brown in color. -_ Deck Support: Weldment comprised of 3 1/2" O.D. RS-20 (.125") galvanized steel tubing and 3/8" O.D. x 5" long CRS rod. Finish: Powdercoat, brown in color. Page 6 of 12 -.-- Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiordspecifications). Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. 111232A - Hexagon Tenderdeck, Brown Oniv Hex Deck: Flange formed from 12 GA (.105") sheet steel conforming to ASTM A569. Standing surface is perforated with 5/16" diameter holes. Deck face has (4) slotted holes for face mounting components. The finished size measures 2 5/8" x 36 3/4" per each of the six sides for an overall dimension of 77 5/8" face to face. Finish: TenderTuff, brown in color. Deck Brace: Fabricated from 318" x 1 314" x 28 1/2" long zinc plated steel. strap. Deck Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. Fasteners: -x Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 111231A - Trianmrlar Tenderdeck. Brown Only Triangular Deck: Flange formed from 12 GA (.105") sheet steel conforming to ASTM A569. Standing surface is perforated with 5/16" diameter holes. Deck face has (4) slotted holes for face mounting components. The finished size measures 2 5/8" x 37 3/4". Finish: TenderTuff, brown in color. Deck Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 1248633 - SiideWinder2 64" Deck Slide Sections: Rotationally molded from U.V. stabilized linear low density polyethylene, color specified. Rail: 1 1/8" O.D. 6061-T6 aluminum extrusion with 5/16" walls. Finish: Powdercoat, color specified. Mid-Support: Support Base (SM): .- .tit Footer: Weldment comprised of 1.900" O.D. RS-20 (.090" - .loo") galvanized steel tubing and 3/16" x 1 1/4" zinc plated steel strap. Finish: Powdercoat, color specified. Weldment comprised of 1.660" O.D. RS-20 (.085" - .095") galvanized steel tubing and 1/4" x 3" x 8" mounting plate. Finish: Powdercoat, color specified. Weldment comprised of 2.375" O.D. RS-20 (.095" - .l05") galvanized steel tubing and 114'' x 3" x 7 1/2" mounting plate. Finish: Powdercoat, color specified. Page 7 of 12 i Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installationlspecifications). Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. 130390A - Double Poly Slides Double Swoosh Slide, 64" - 72" Deck Slide: Rotationally molded from U.V. stabilized linear low density polyethylene, color specified. Hood: Rail: Rail Spacer: support: - steners: Rotationally molded from U.V. stabilized linear low density polyethylene, color specified. Extruded from 1.125" O.D. x .312" W. 6061-T6 aluminum. Finish: Powdercoat, color specified. Fabricated from 1.3125" O.D. x 16 GA (.065") steel tubing. Finish: Powdercoat, color specified. Weldment comprised of 2.375" O.D. RS-20 (.095" - .105") galvanized steel tubing and 1/4" x 3" mounting plate. Finish: Powdercoat, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation/specifications). Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. 119290A - Clatterbridge, 123" wmandrails For 24" -- 48" Decks, Brown Planks Only Plank: Fabricated from 11 GA (.120') HRPO plate with 5/16" diameter perforated holes and threaded stainless steel inserts, plank measures 9 1/2" wide x 42 5/8" long. Finish: TenderTuff, brown in color. Attachment Bracket: Weldment comprised of 7 GA (. 1 80) HRPO steel, 1/4" HRPO steel support tabs and threaded stainless steel inserts. Finish: TenderTuff, brown in color. Bushing : Oil impregnated bronze. Fasteners: Handrail : "'df Clamp: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation/specifications). Weldment comprised of 1.900" O.D. RS-20 (.090" - .loo") galvanized steel tubing beam, 1.315" O.D. RS-20 (.080" - .090") and 1/4" x 1 314" steel half clamps. Finish: Powdercoat, color specified. Cast aluminum. Finish: Powdercoat, color specified. Page 8 of 12 ?"- 123292A - Block Climber, Attached 32" Deck Double Block: Ground Gusset: support: Kick Plate: Fasteners: Handhold Panel: Affset Hanger Clamp Assembly: opacer Tube: Fabricated from 14 GA (.075") HRPO steel sheet with 3" tall x 6" long cutouts. Blocks measure 8" high and 12 1/2" square. (2) blocks are welded to each other to make Double Blocks. Finish: TenderTuff, blue, red, brown or tan in color. Fabricated from 10 GA (.135") HRPO steel sheet. Finish: Powdercoat, blue, red or tan in color. Weldment comprised of 1.900" O.D. RS-20 (.W" - .lW) galvanized steel tubing and 10 GA (.135") HRPO steel sheet. Finish: Powdercoat, blue, red or tan in color. Fabricated from 12 GA (.105") HRPO steel sheet with 3" tall x 6" long cutouts. Finish: TenderTuff, red or tan in color. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installationlspecifications). Solid color permalene with 3/4" x 1 118" handholds, color specified. Cast aluminum. Finish: Powdercoat, color specified. Made from 6061-T6 aluminum 7/8" O.D. x 1 11/16". Finish: Powdercoat, color specified. 122570C - Ciiff Climber 64" Deck Climber Plank: Flange formed from 11 GA (.120") sheet steel conforming to ASTM A569. Standing surface is perforated with 5/16" diameter holes. Finish: TenderTuff, brown in color. Climber Bracket: Fabricated from formed 3/16" x 2" HR flat steel. Finish: Powdercoat, brown in color. Climber StepsPanels: Solid color permalene, color specified. Chain: 4/0 Chain zinc plated. Finish: TenderTuff, brown in color. Footer: Fasteners: Upper Bracket: Weldfnent comprised of 1.660" O.D. RS-20 (.085" - .095") galvanized steel tubing and 3/16" x 2" HR flat steel. Finish: Powdercoat, brown in color. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Weldment comprised of formed 1.660 O.D. RS-20 (.085" - .095") galvanized steel tubing and 1/4" x 1 3/4" wide steel half clamps. Finish: Powdercoat, color specified. Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. - 122913B - Snake Climber 64"-72" Deck Page 9 of 12 .- Climber: support: Weldment comprised of 1.660" O.D. RS-40 (.111" - .121") galvanized steel tubing, and 1.315" O.D. RS-20 (.080" - .090) galvanized steel tubing. Finish: Powdercoat, color specified. Formed from 1.660" O.D. RS-40 (.111" - ,121") galvanized steel tubing. Finish: Powdercoat, color specified. Handhold Panel: Solid color permalene with 3/4" x 1 1/8" handholds, color specified. Spacer Tube: Made from 6061-T6 aluminum 7/8" O.D. x 1 11/16". Finish: Powdercoat, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiordspecifications). Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. 123824A - Triple Ring Fling 24" or 32" Deck to Ground --qing Swing Out: Fabricated and formed from 1.125" O.D. x 11 GA (.120") black tubing. Finish: TenderTuff, color specified. Beam: Fasteners: Weldment comprised of 2.875" O.D. RS-40 (.160" - .170") galvanized steel tubing, 1.250. diameter grade 304 stainless steel shaft and cast 535 aluminum magnesium attachment brackets. Finish: Powdercoat, color Specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation/specifications). Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat color specified. 111357A - Chinning Bar, (1) Aluminum Post Rail: Fasteners: Weldment comprised of 1.125" O.D. x 11 GA (.120) steel tubing with 203 or 303 stainless steel 5/8" threaded inserts. Finish: TenderTuff, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiordspecifications). Post: See PlayBooster (PB) General Specifications. Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. rc- ~5375B - Deck to Deck Steps w/Barrier, 3 steps Page 10 of 12 Step SectionsRop Step Section: Formed from 12 GA (.lOS") sheet steel conforming to ASTM A569. Surface is perforated with 1/4" diameter holes. Finish: TenderTuff, brown in color. Barrier: Fasteners: Weldment comprised of 5/8" solid steel vertical rails and 1 1/8" O.D. x 11 GA (.120) steel horizontal rails top and bottom. Measures 45" wide x 40" high. Finish: TenderTuff, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. 120902A - Handholdneg Lift, TenderTuff Coated Brown Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). --Half Clamp: Cast aluminum. Finish: Powdercoat, color specified. Hand Hold: Weldment comprised of formed 7/8" O.D. x 11 GA (. 120") and 1/4" x 1 3/4" steel half clamps. Finish: TenderTuff, brown in color. 122837F - Sinde Post Swings. 8' High Beam 6 Place, Coated Chain Post: See PlayBooster (PB) General Specifications. Beam: Weldment comprised of 2.375" O.D. RS-40 (.130" - ,140") galvanized steel tubing, 3" wide zinc- plated steel clamps and 1 1/4" housings whronze bushings. Finish: Powdercoat, color specified. Half Clamp: Cast aluminum. Finish: Powdercoat, color specified. Chain: Steel 410 straight link chain, 670 Ib. working load limit. Finish: TenderTuff, color specified. Belt Seat: Fasteners: Molded from W stabilized black EPDM rubber encapsulating a weldment comprised of a 22 GA (.029") spring stainless steel sheet and (4) .lo5 thick stainless steel washers. The belt seat elliptical shape measures 7" wide x 26" long x .700" thick. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 100055A - Full Bucket Seat, Order Chain SeDarately - ull Bucket Seat: Made of U.V. stabilized high-quality black rubber encapsulating a 24 GA (.024") stainless steel reinforcement plate. Handles cast from 356-T6 aluminum alloy with a 60 durometer black Page 11 of 12 /,- Sign Panel: Post: Fasteners: Warranty: neoprene grip placed over handles. Handles attach to seat with (3) 1/4" x 1 5/16" long stainless steel rivets. The full bucket measures 9" deep x 10 1/2" wide. 100106A - Ape ADRrODriate Sign, (%Color Permalene) w/PlavShaDer Posts, 5 -- 12 Years Two color panel measures 19-1/2" wide x 27-314'' high, color specified. See Playshaper (PS) General Specifications. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installationlspecifications). We Can Offer the Best Warranty in the Industry Because We Don't cut Corners on Quality I 100-Year Landscape Structures Inc. warrants that all Playstructures andor equipment sold will conform in kind and quality to the specifications set forth in the specifications manual for the products identified in the Acknowledgement of Order and will be free of defects in manufacturing and material. As a further indication of our quality, Landscape Structures provides: imited V. nanty for all aluminum posts, clamps, beams and caps, against structural failure due to corrosionlnatural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. 15-Year Limited Warranty for all plastic and steel components, including Tufff imbersTM, against structural failure due to corrosionlnatural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. TenderTuffR-coating against structural failure due to natural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. TuffI'urfR against material or manufacturing defects when properly installed. This warranty does not include any cosmetic issues or wear and tear from normal use. 3-Year Limited Warranty for all other parts, ie: CableCoreTM Products, Swing seats and hangers; Track ride trolleys and bumpers; all rocking equipment, etc. against failure due to corrosionlnatural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. The warranty stated above is valid only if the Playstructures andor equipment are erected in conformance with Landscape Structures' installation instructions and maintained according to the maintenance procedures furnished by Landscape Structures Inc. For a full text of the warranty, contact your local sales representative. Page 12 of 12 fil PI iI I-hmrnrnl I 0 'I .. -_J. 0 Y - 1. Calavera Park Material Specifications Quote: 8802A1-3 31 10/2002 General Specifications: Material: All materials shall be structurally sound and suitable for safe play. Durability shall be ensured on all steel parts by the use of time-tested coatings such as zinc plating, zinc-nickel plating, powdercoating, TenderTuff-coating, etc. Colors shall be specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). All primary fasteners shall include a locking patch type material that will meet the minimum torque requirements of FI-125. Manufacturer to provide special tools for pinned hex fasteners. TenderTuff-Coating: All metal components to be TenderTuff-coated shall be thoroughly cleaned in a hot phosphatizing pressure washer, then primed with a clear acrylic thermosetting solution. Primed parts shall be preheated prior to dipping in U.V. stabilized, liquid poly vinyl chloride, then salt cured at approximately 400 degrees. The finished coating shall be approximately .080" +/- .020" thick at an 85 durometer hardness and have a matte finish. Four standard colors are available. Polyester Powdercoating: All metal components to be powdercoated shall be free of excess weld and spatter. Parts shall be thoroughly cleaned in a 6-Stage Pretreatment system with a hot phosphatizing bath and a non-chrome seal for corrosion resistance, then thoroughly dried. Powdercoating shall be electrostatically applied and oven cured at 350 degrees. Average thickness: .004". Super Durable TGIC polyester powder shall be specially formulated for optimum U.V. stability and glossiness and shall meet or exceed ASTM Standards for: Adhesion (D-3359B) Hardness (D-3363) Impact (D-2794) Salt Spray resistance (B-117) Paint Line shall employ a "checkered" adhesion test daily. Fifteen standard colors are available. Decks: All Tenderdecks shall be of modular design and have 5/16" diameter holes on the standing surface. There shall be (4) slots in each face to accommodate face mounting of components. Tenderdecks shall be manufactured from a single piece of low carbon 12 GA (.105") sheet steel conforming to ASTM specification A-569. The sheet shall be perforated then flanged formed and reinforced as necessary to ensure structural integrity. The unit shall then be Tendefluff-coated brown only. Tenderdecks shall be designed so that all sides are flush with the outside edge of the supporting posts. Page 1 of 8 ,- Rotationally Molded Poly Parts: These parts shall be molded using prime compounded linear low- density polyethylene with a tensile strength of 2500 psi per ASTM D638 and with color and W- stabilizing additives. Wall thickness varies by product from .187" (3/16") to .3 12" (5/16"). Four standard colors are available. Permalene Parts: These parts shall be manufactured from 3/4" thick high-density polyethylene that has been specially formulated for optimum U.V. stability and color retention. Products shall meet or exceed density of .933 G/cc per ASTM D1505, tensile strength of 2400 PSI per AS'W D638. Five standard solid colors are available. Some Permalene parts are available in a two-color product with (2) .070" thick exterior layers over a .610" interior core of a contrasting color. Eight standard two-color options are available. Footings: Unless otherwise specified, the bury on all footings shall be 34" below Finished Grade (FG) on all in-ground play events/posts. Other types of anchoring are available upon request. ,r'S) General Specifications: Posts: 2 3/8" square aluminum posts shall have a minimum wall thickness of .125" and be extruded of 6061-T6 aluminum alloy and have rounded corners and ribbed faces for maximum safety. A cast aluminum top cap shall be installed at the factory with stainless steel knurled spacers and aluminum drive rivets. Flanges for panels and deck supports shall be extruded of 6061-T6 aluminum alloy and slide into slots extruded in posts. Flanges and deck supports shall be attached in the factory with stainless steel knurled spacers and aluminum drive rivets. All direct bury posts shall have a "finished grade marker" positioned on the post identifying the 34" bury line and the top of the required surfacing. A molded low-density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the post to increase the footing area. Posts shall have a post number sticker for installation purposes. All surface mount posts shall be continuously welded to a 1/4" x 6" square 6061-T6 aluminum surface mount plate and allow for 2" of protective surfacing. Posts shall be powdercoated to a specified color. Aluminum Post Mechanical Properties: Yield Strength (min): 35,000 PSI Tensile Strength (min): 38,000 PSI 8 Elongation in 2 inches: 10 Modulus of Elasticity: 10 x 106 PSI Arch Posts: Arch posts shall have the same shape as the posts and be extruded from 6063-T4 aluminum alloy. Roof support flanges shall be of the same shape and material as the panel flanges. Arch shall be formed in a 180 degree arc on a 21" center line radius. Arches shall be secured to standard length posts with solid aluminum sleeves that are tapped to receive (16) 3/8" x 5/8" hex- pin cap screws per arch. Arch posts shall be powdercoated to a specified color. -S) General Specifications: Posts: 2 3/8" square aluminum posts shall have a minimum wall thickness of. 125" and be extruded of 6061-T6 aluminum alloy and have rounded comers and ribbed faces for maximum safety. A cast aluminum top cap shall be installed at the factory with stainless steel knurled Page 2 of 8 .... spacers and aluminum drive rivets. Flanges for panels and deck supports shall be extruded of 6061-T6 aluminum alloy and slide into slots extruded in posts. Flanges & deck supports shall be attached in the factory with stainless steel knurled spacers and aluminum drive rivets. All direct bury posts shall have a "finished grade marker" positioned on the post identifying the 34" bury line and the top of the required surfacing. A molded low-density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the post to increase the footing area. Posts shall have a post number sticker for installation purposes. All surface mount posts shall be continuously welded to a 1/4" x 6" square 6061-T6 aluminum surface mount plate and allow for 2" of protective surfacing. Posts shall be powdercoated to a specified color. Aluminum Post Mechanical Properties: Yield Strength (min): 35,000 PSI Tensile Strength (min): 38,000 PSI % Elongation in 2 inches: 10 Modulas of Elasticity: 10 x 106 PSI Arch Posts: Arch posts shall have the same shape as the posts and be extruded from 6063-T4 aluminum alloy. Roof support flanges shall be of the same shape and material as the panel flanges. Arch shall be formed in a 180 degree arc on a 21" centerline radius. Arches shall be secured to standard length posts with solid aluminum sleeves that are tapped to receive (16) 3/8" x 5/8" standard fasteners per arch. Arch posts shall be powdercoated to a specified color. .- ,11397B - Posts For Decks 114"/48" DecMSlideWinder Off 40" Deck Post: See Playshaper (PS) General Specifications. 111397C - Posts For Decks 106"/40" DecWSlideWinder Off 32" Deck Post: See Playshaper (PS) General Specifications. 111396B - Posts For Roofs 137"/48" Deck Post: See Playshaper (PS) General Specifications. 134973B - Transfer Module, Brown Deck Onlv To 40" Deck, Curved, Left or Rirht SteD Deck: Railings: ..--. Infill Panel: Flange formed from 12 GA (.105") sheet steel conforming to ASTM A569. Standing surface is perforated with 5/16" diameter holes and measures 29" per (2) sides. Finish: TenderTuff, brown in color. Weldment comprised of formed 1 1/8" O.D. x 11 GA (.120") steel tubing with 203 or 303 stainless steel threaded inserts. Finish: TenderTuff, color specified. Solid color panel measures 7 5/8" wide x 30" high, color specified. Page 3 of 8 Step Sectionsflop Step Section: Formed from 12 GA (.105") sheet steel conforming to ASTM A569. Standing surface is 24 3/8" wide x 14" deep and is perforated with 5/16" diameter holes. Finish: TenderTuff, brown in color. Deck Support: Fasteners: Weldment comprised of 3 1/2" O.D. RS-20 (.125") galvanized steel tubing and 3/8" O.D. x 5" long CRS rod. Finish: Powdercoat, brown in color. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 121948A - Kick Plate 8" Rise Kick Plate: Fabricated from 11 GA (.120") HR flat steel. Finish: TenderTuff, brown in color. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatioxdspecifications). - 1237A - Sauare Tenderdeck. Brown Only Square Deck: Flange formed from 12 GA (.105") sheet steel conforming to ASTM A569. Standing surface is perforated with 5/16" diameter holes. Deck face has (4) slotted holes for face mounting components. The finished size measures 2 5/8" x 44 3/8" x 44 3/8". Finish: TenderTuff, brown in color. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 129816A - Sauare Polv Roofs Sauare Peak Tile Roof, whgo Panels* Square Tile Roof: Rotationally molded from U.V. stabilized linear low density polyethylene. Roof measures 53 112" x 55 314" x 34 3/8" high, color specified. Roof Logo: Two color roof logo measures 41" wide x 5 1/8" high, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Roof Sleeve: Cast from 319 almag. Finish: Powdercoat, color specified. -"9.7684A - LearninP Wall Panels Match 4 Panel, (10"). (2-Color Permalene) Permalene Panel: Two color panel measures 39 112" wide x 30 314" high, color specified. Page 4 of 8 Rod Cover: Pivot Blocks: Aluminum Rod: Fasteners: Solid color permalene, color Specified. U.V. stabilized high-density polyethylene, tan on one side and brown on the other. 112" x 18 3/16" aluminum rod. Finish: Powdercoat, tan in color. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiordspecifications). 113211A - Chimes Panel Permalene Panel: Solid color panel measures 39 1/2" wide x 30 3/4" high, color specified. Chimes: Fabricated from 6063-T832 aluminum. Finish: Anodized per Mil - A - 8625 type 2, class 1. Fasteners: /--- Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 111291A - Store Panel, Ground Level Onlv Permalene Panel: Solid color panel measures 39 1/2" wide x 30 3/4" high, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installationhpecifications). 117946A - Wire Barriers Short (Sa.. Corner and Extension Decks) Barrier: Weldment comprised of 5/8" solid steel vertical rails, 1 1/8" O.D. steel horizontal rails with 203 or 303 stainless steel welded inserts with 5/8" internal threads, and 1/4" diameter wire. Barrier measures 39 1/2" wide x 30 3/4" high. Finish: TenderTuff, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 123336A - Double Wave Polv Slide 48" - 56" Deck Slide: -ATood: Rail: Rotationally molded from U.V. stabilized linear low density polyethylene, color specified. Rotationally molded from U.V. stabilized linear low density polyethylene, color specified. Extruded from 1.125" O.D. x .312" W. 6061-T6 aluminum. Finish: Powdercoat, color specified. Page 5 of 8 Rail Spacer: Fabricated from 1.3125" O.D. x 16 GA (.065") steel tubing. Finish: Powdercoat, color specified. Mid-Support: Weldment comprised of 1.660" O.D. RS-20 (.085" - ,095") galvanized steel tubing and 1/4" x 3" zinc plated flat steel. Finish: Powdercoat, color specified. Exit Support: Weldment comprised of 2.375" O.D. RS-20 (.095" - .l05") galvanized steel tubing and 1/4" x 3" mounting plate. Finish: Powdercoat, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Offset Bolt Bracket: Cast from 535 almag. Finish: Powdercoat, color specified. 111364A - LOOD Ladder, 40" Or 48" Deck Loop Ladder: Weldment comprised of 1.125" O.D. x 11 GA (.120") black steel tubing. Finish: TenderTuff, color specified. e- indhold Panel: Solid color permalene with 3/4" x l 1/8" handholds, color specified. Fasteners : Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 118099A - Wire Crawl Tunnel Tunnel: Formed from 3/16" diameter wire. Finish: TenderTuff, color specified. Tunnel Brace: Solid color permalene, color specified. Permalene Panel: Solid color panel measures 39 1/2" wide x 30 3/4" high, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). I 123284B - Wiggle Ladders 40" Deck Chain: 4/0 Chain zinc plated. Finish: TenderTuff, color specified. Rail: c .ppOrt: Fabricated from 13/16" diameter x 27 15/16" long CRS solid bar stock with both ends tapped 318". Finish: TenderTuff, color specified. Fabricated from 1.3 15" O.D. RS-20 (.080" - .090") galvanized steel tubing. Page 6 of 8 .- Handhold Panel: Fasteners: Solid color permalene with 3/4" x 1 1/8" handholds, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 115201B - Learning Wall Components Post For 1" Panel Height Post: See Playshaper (PS) General Specifications. 111297A - Sand and Water Panel, Ground Level Onlv, Tan Dish Onlv Permalene Panel: Solid color panel measures 39 1/2" wide x 30 3/4" high, color specified. Tray: support Leg: . -- Rotationally molded from U.V. stabilized linear low density polyethylene, tan in color. Weldment comprised of 2.375" O.D. RS-20 (.095" - .lOS") galvanized steel tubing and 114" x 2 1/2" x 9" flat plate. Finish: Powdercoat, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 100105A - Ape ARRrORriate Sign, (2-Color Permalene), w/PlavShaRer Posts, 2 -- 5 Years Sign Panel: Two color panel measures 19-1/2" wide x 27-3/4" high, color specified. Post: See PlayShaper (PS) General Specifications. Fasteners: Warranty: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). We Can Offer the Best Warranty in the Industry Because We Don't cut Corners on Quality Landscape Structures Inc. warrants that all Playstructures andfor equipment sold will conform in kind and quality to the specifications set forth in the specifications manual for the products identified in the Acknowledgement of Order and will be free of defects in manufacturing and material. As a further indication of our quality, Landscape Structures provides: 100-Year Limited Warranty for all aluminum posts, clamps, beams and caps, against structural failure due to corrosiodnatural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. ..- Page 7 of 8 15-Year Limited Warranty for all plastic and steel components, including Tufff imbersTM, against structural failure due to corrosiodnatural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. TenderTuffR-coating against structural failure due to natural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. TuffThrfR against material or manufacturing defects when properly installed. This warranty does not include any cosmetic issues or wear and tear from normal use. 3-Year Limited Warranty for all other parts, ie: CabieCoreTM Products, Swing seats and hangers; Track ride trolleys and bumpers; all rocking equipment, etc. against failure due to corrosiodnatural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. -r- The warranty stated above is valid only if the Playstructures and/or equipment are erected in conformance with Landscape Structures' installation instructions and maintained according to the maintenance procedures furnished by Landscape Structures Inc. For a full text of the warranty, contact your local sales representative. Page 8 of 8 Calavera Park Material Specifications Quote: 8802A2-3 3/ 10/2002 General Specifications: Material: All materials shall be structurally sound and suitable for safe play. Durability shall be ensured on all steel parts by the use of time-tested coatings such as zinc plating, zinc-nickel plating, powdercoating, TenderTuff-coating, etc. Colors shall be specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). All primary fasteners shall include a locking patch type material that will meet the minimum torque requirements of IFI-125. Manufacturer to provide special tools for pinned hex fasteners. TenderTuff-Coating: All metal components to be TenderTuff-coated shall be thoroughly cleaned in a hot phosphatizing pressure washer, then primed with a clear acrylic thermosetting solution. Primed parts shall be preheated prior to dipping in U.V. stabilized, liquid poly vinyl chloride, then salt cured at approximately 400 degrees. The finished coating shall be approximately .080" +/- .020" thick at an 85 durometer hardness and have a matte finish. Four standard colors are available. Polyester Powdercoating: All metal components to be powdercoated shall be free of excess weld and spatter. Parts shall be thoroughly cleaned in a 6-Stage Pretreatment system with a hot phosphatizing bath and a non-chrome seal for corrosion resistance, then thoroughly dried. Powdercoating shall be electrostatically applied and oven cured at 350 degrees. Average thickness: .004". Super Durable TGIC polyester powder shall be specially formulated for optimum U.V. stability and glossiness and shall meet or exceed ASTM Standards for: Adhesion (D-3359B) Hardness (D-3363) Impact (D-2794) Salt Spray resistance (B-117) Paint Line shall employ a "checkered" adhesion test daily. Fifteen standard colors are available. Decks: All Tenderdecks shall be of modular design and have 5/16" diameter holes on the standing surface. There shall be (4) slots in each face to accommodate face mounting of components. Tenderdecks shall be manufactured from a single piece of low carbon 12 GA (.l05") sheet steel conforming to ASTM specification A-569. The sheet shall be perforated then flanged formed and reinforced as necessary to ensure structural integrity. The unit shall then be TenderTuff-coated brown only. Tenderdecks shall be designed so that all sides are flush with the outside edge of the supporting posts. Page 1 of 6 Rotationally Molded Poly Parts: These parts shall be molded using prime compounded linear low- density polyethylene with a tensile strength of 2500 psi per ASTM D638 and with color and W- stabilizing additives. Wall thickness varies by product from .187" (3/16") to .312" (316"). Four standard colors are available. Permalene Parts: These parts shall be manufactured from 3/4" thick high-density polyethylene that has been specially formulated for optimum U.V. stability and color retention. Products shall meet or exceed density of .933 G/cc per ASTM D1505, tensile strength of 2400 PSI per ASTM D638. Five standard solid colors are available. Some Permalene parts are available in a two-color product with (2) .070" thick exterior layers over a .610" interior core of a contrasting color. Eight standard two-color options are available. Footings: Unless otherwise specified, the bury on all footings shall be 34" below Finished Grade (FG) on all in-ground play events/posts. Other types of anchoring are available upon request. {PB) General Specifications: Posts: Post length shall vary depending upon the intended use and shall be a minimum of 42" above the deck height. All posts shall be powdercoated to specified color. All posts shall have a "finished grade marker" positioned on the post identifying the 34" bury line required for correct installation and the top of the loose fill protective surfacing. Top caps for posts shall be aluminum die cast from 369.1 alloy and powdercoated to match the post color. All caps shall be factory installed and secured in place with (3) self sealing rivets. A molded low-density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the post to increase the footing area. Steel Posts: All steel PlayBooster posts are manufactured from 5" 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. Steel Post Mechanical Properties: Yield Strength (min): 50,000 PSI Tensile Strength (min): 55,000 PSI % Elongation in 2 inches: 25 Modulus of Elasticity: 29.5 x 106 PSI Aluminum Posts: All aluminum PlayBooster posts are manufactured from 6005-T5 extruded tubing conforming to ASTM B-221. Posts shall have a 5" outside diameter with a .125" wall thickness. Aluminum Post Mechanical Properties: Yield Strength (min): 35,000 PSI Tensile Strength (min): 38,000 PSI % Elongation in 2 inches: 10 Modulus of Elasticity: 10 x 106 PSI Page 2 of 6 Arch Posts: Aluminum arch posts shall be manufactured from 6005-T5 alloy. The arch shall be formed to a 21" center line radius to complement the 42" center to center module. The arch shall be of one continuous piece construction. There shall be no welds or additional pieces mechanically fastened to manufacture the arch. Each arch shall be designed to provide a minimum of 90 112" clear span from the deck to the inside of the arch at the radius peak. Arches shall be powdercoated to a specified color. Clamps: All clamps, unless otherwise noted, shall be die cast using a 369.1 aluminum alloy and have the following mechanical properties: Ultimate Tensile: 47,000 PSI Yield Strength: 28,000 PSI Elongation: 7% in 2 inches Shear Strength: 29,000 PSI Endurance Limit: 20,000 PSI Each functional clamp assembly shall have an appropriate number of half clamps and shall be fastened to mating parts with (2) 3/8" x 1 1/8" hex-pin cap screws (SST) and (2) stainless steel (SST) recessed "T" nuts. A 1/4" aluminum drive rivet w/stainless steel pin is used to insure a secure fit to the post. PlayBooster clamps have three functional applications and shall be named as follows: -1 1 .) Offset hanger clamp assembly. 2.) Deck hanger clamp assembly. 3.) Hanger clamp assembly. (PB) General Specifications: Posts: Post length shall vary depending upon the intended use and shall be a minimum of 42" above the deck height. All posts shall be powdercoated to specified color. All posts shall have a "finished grade marker" positioned on the post identifying the 34" bury line required for correct installation and the top of the loose fill protective surfacing. Top caps for posts shall be aluminum die cast from 369.1 alloy and powdercoated to match the post color. All caps shall be factory installed and secured in place with (3) self sealing rivets. A molded low density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the post to increase the footing area. Steel Posts: All steel PlayBooster posts are manufactured from 5" 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. Steel Post Mechanical Properties: Yield Strength (min): 50,000 PSI Tensile Strength (min): 55,000 PSI % Elongation in 2 inches: 25 Modulas of Elasticity: 29.5 x 106 PSI Aluminum Posts: All aluminum PlayBooster posts are manufactured from 6061-T6 extruded tubing conforming to ASTM B-221 and QQ-A-200/8. Posts shall have a 5" outside diameter with a .125" wall thickness. .- Aluminum Post Mechanical Properties: Yield Strength (min): 35,000 PSI Tensile Strength (rnin): 38,000 PSI % Elongation in 2 inches: 10 Modulas of Elasticity: 10 x 106 PSI Page 3 of 6 Arch Posts: Aluminum arch posts shall be manufactured from 6061-T6 alloy. The arch shall be formed to a 21" centerline radius to complement the 42" center to center module. The arch shall be of one continuous piece construction. There shall be no welds or additional pieces mechanically fastened to manufacture the arch. Each arch shall be designed to provide a minimum of 82 1/2" clear span from the deck to the inside of the arch at the radius peak. Arches shall be powdercoated to a specified color. Clamps: All clamps, unless otherwise noted, shall be die cast using a 369.1 aluminum alloy and have the following mechanical properties: Ultimate Tensile: 47,000 PSI Yield Strength: 28,000 PSI Elongation: 7% in 2 inches Shear Strength: 29,000 PSI Endurance Limit: 20,000 PSI Each functional clamp assembly shall have an appropriate number of half clamps and shall be fastened to mating parts with (2) 3/8" x 1 1/8" hex-pin cap screws (SST) and (2) zinchickel plated carbon steel recessed "T" nuts. A 1/4" aluminum drive rivet w/stainless steel pin is used to insure a secure fit to the post. PlayBooster clamps have three functional applications and shall be named as follows: 1.) Offset hanger clamp assembly. 2.) Deck hanger clamp assembly. 3.) Hanger clamp assembly. PlayOdyssey General Specifications: Structural Frame: Post length of the double laddedcentral column shall vary depending upon the deck height and shall be flush with the bottom of a deck infill or a minimum of 46" 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 60" bury line required for correct installation and the top of the loose fill protective surfacing. Post caps shall be aluminum die cast from 369.1 alloy and powdercoated to match the post color. All caps shall be factory installed and secured in place with (3) self sealing rivets. A molded low-density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the ladder posts to increase the footing area. Ladders are bolted together below grade to act as a single column for installation purposes. The deck support weldmentdarms are comprised of 5/16" (.312") steel conforming to 1010 steel per ASTM A635 and welded to a 52" steel post. Arms are secured to each ladder post with (4) 5/8" x 1 1/2" hex-pin cap screws thru (2) 1/4" flanges. Steel Posts: All steel PlayOdyssey 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. Steel Post Mechanical Properties: Yield Strength (min): 50,000 PSI Tensile Strength (min): 55,000 PSI % Elongation in 2 inches: 25 Modulus of Elasticity: 29.5 x 106 PSI _- Optional Aluminum Roof Posts: All formed aluminum PlayOdyssey roof posts are manufactured from 6005-T5 extruded tubing conforming to ASTM B-221. Posts shall have a 5" outside diameter Page 4 of 6 with a .125" wall thickness. Post sleeve shall have 4.675" outside diameter with a .150" wall thickness. Post cap shall be aluminum die cast from 369.1 alloy and powdercoated to match the post color. All caps shall be factory installed and secured in place with (3) self sealing rivets. Aluminum Post Mechanical Properties: Yield Strength (min): 35,000 PSI Tensile Strength (min): 38,000 PSI % Elongation in 2 inches: 10 Modulus of Elasticity: 10 x 106 PSI Clamps: All clamps, unless otherwise noted, shall be die cast using a 369.1 aluminum alloy and have the following mechanical properties: Ultimate Tensile: 47,000 PSI Yield Strength: 28,000 PSI Elongation: 7% in 2 inches Shear Strength: 29,000 PSI Endurance Limit: 20,000 PSI Each PlayOdyssey offset hanger clamp shall have an appropriate number of half clamps and shall be fastened to mating parts with (2) 3/8" x 1 1/8" hex-pin cap screws (SST) and (2) stainless steel (SST) recessed "T" nuts. A 114" aluminum drive rivet w/stainless steel pin is used to insure a secure fit to the post. _- ,29043A - Imape Panel, Half-Si Image Panel: Solid color panel measures 34 1/4" wide x 13" high, color specified. Pivot Blocks: U.V. stabilized high-density polyethylene, tan on one side and brown on the other. Frame: Weldment comprised of 1/4" steel. Finish: Powdercoat, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Half Clamp: Cast aluminum. Finish: Powdercoat, color specified. Warranty: We Can Offer the Best Warranty in the Industry Because We Don't cut Corners on Quality Landscape Structures Inc. warrants that all Playstructures and/or equipment sold will conform in kind and quality to the specifications set forth in the specifications manual for the products identified in the Acknowledgement of Order and will be free of defects in manufacturing and material. As a further indication of our quality, Landscape Structures provides: 100-Year Limited Warranty for all aluminum posts, clamps, beams and caps, against structural failure due to corrosiodnatural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. _- Page 5 of 6 .- i 15-Year Limited Warranty for all plastic and steel components, including TuffTimbersTM, against structural failure due to corrosiodnatural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. TenderTufTR-coating against structural failure due to natural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. TufflhrfR against material or manufacturing defects when properly installed. This warranty does not include any cosmetic issues or wear and tear from normal use. 3-Year Limited Warranty for all other parts, ie: CableCoreTM Products, Swing seats and hangers; Track ride trolleys and bumpers; all rocking equipment, etc. against failure due to corrosiodnatural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. The warranty stated above is valid only if the Playstructures and/or equipment are erected in conformance with Landscape Structures' installation instructions and maintained according to the maintenance procedures furnished by Landscape Structures Inc. For a full text of the warranty, contact your local sales representative. Page 6 of 6 Pcn cn 0 D m I La Costa Canyon Park Material Specifications Quote: 13397-2 3/10/2002 General Specifications: Material: All materials shall be structurally sound and suitable for safe play. Durability shall be ensured on all steel parts by the use of time-tested coatings such as zinc plating, zinc-nickel plating, powdercoating, TenderTuff-coating, etc. Colors shall be specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation/specifications). All primary fasteners shall include a locking patch type material that will meet the minimum torque requirements of IFI-125. Manufacturer to provide special tools for pinned hex fasteners. .- TenderTuff-Coating: All metal components to be TenderTuff-coated shall be thoroughly cleaned in a hot phosphatizing pressure washer, then primed with a clear acrylic thermosetting solution. Primed parts shall be preheated prior to dipping in U.V. stabilized, liquid poly vinyl chloride, then salt cured at approximately 400 degrees. The finished coating shall be approximately .080" +/- .020" thick at an 85 durometer hardness and have a matte finish. Four standard colors are available. Polyester Powdercoating: All metal components to be powdercoated shall be free of excess weld and spatter. Parts shall be thoroughly cleaned in a 6-Stage Pretreatment system with a hot phosphatizing bath and a non-chrome seal for corrosion resistance, then thoroughly dried. Powdercoating shall be electrostatically applied and oven cured at 350 degrees. Average thickness: .004". Super Durable TGIC polyester powder shall be specially formulated for optimum U.V. stability and glossiness and shall meet or exceed ASTM Standards for: Adhesion (D-3359B) Hardness (D-3363) Impact (D-2794) Salt Spray resistance (€3-1 17) Paint Line shall employ a "checkered" adhesion test daily. Fifteen standard colors are available. Decks: All Tenderdecks shall be of modular design and have 5/16" diameter holes on the standing surface. There shall be (4) slots in each face to accommodate face mounting of components. Tenderdecks shall be manufactured from a single piece of low carbon 12 GA (.105") sheet steel conforming to ASTM specification A-569. The sheet shall be perforated then flanged formed and reinforced as necessary to ensure structural integrity. The unit shall then be TenderTuff-coated brown only. Tenderdecks shall be designed so that all sides are flush with the outside edge of the supporting posts. Page 1 of 16 Rotationally Molded Poly Parts: These parts shall be molded using prime compounded linear low- density polyethylene with a tensile strength of 2500 psi per ASTM D638 and with color and UV- stabilizing additives. Wall thickness varies by product from .187" (3/16") to .3 12" (5/16"). Four standard colors are available. Permalene Parts: These parts shall be manufactured from 3/4" thick high-density polyethylene that has been specially formulated for optimum U.V. stability and color retention. Products shall meet or exceed density of .933 G/cc per ASTM D1505, tensile strength of 2400 PSI per ASTM D638. Five standard solid colors are available. Some Permalene parts are available in a two-color product with (2) .070" thick exterior layers over a ,610'' interior core of a contrasting color. Eight standard two-color options are available. Footings: Unless otherwise specified, the bury on all footings shall be 34" below Finished Grade (FG) on all in-ground play eventdposts. Other types of anchoring are available upon request. JB) General Specifications: Posts: Post length shall vary depending upon the intended use and shall be a minimum of 42" above the deck height. All posts shall be powdercoated to specified color. All posts shall have a "finished grade marker" positioned on the post identifying the 34" bury line required for correct installation and the top of the loose fill protective surfacing. Top caps for posts shall be aluminum die cast from 369.1 alloy and powdercoated to match the post color. All caps shall be factory installed and secured in place with (3) self sealing rivets. A molded low-density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the post to increase the footing area. Steel Posts: All steel PlayBooster posts are manufactured from 5" 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. Steel Post Mechanical Properties: Yield Strength (min): 50,000 PSI Tensile Strength (min): 55,000 PSI % Elongation in 2 inches: 25 Modulus of Elasticity: 29.5 x 106 PSI Aluminum Posts: All aluminum PlayBooster posts are manufactured from 6005T5 extruded tubing conforming to ASTM B-221. Posts shall have a 5" outside diameter with a .125" wall thickness. Aluminum Post Mechanical Properties: Yield Strength (min): 35,000 PSI Tensile Strength (min): 38,000 PSI Q Elongation in 2 inches: 10 Modulus of Elasticity: 10 x 106 PSI Page 2 of 16 .- Arch Posts: Aluminum arch posts shall be manufactured from 6005-T5 alloy. The arch shall be formed to a 21" center line radius to complement the 42" center to center module. The arch shall be of one continuous piece construction. There shall be no welds or additional pieces mechanically fastened to manufacture the arch. Each arch shall be designed to provide a minimum of 90 112" clear span from the deck to the inside of the arch at the radius peak. Arches shall be powdercoated to a specified color. Clamps: All clamps, unless otherwise noted, shall be die cast using a 369.1 aluminum alloy and have'the following mechanical properties: Ultimate Tensile: 47,000 PSI Yield Strength: 28,000 PSI Elongation: 7% in 2 inches Shear Strength: 29,000 PSI Endurance Limit: 20,000 PSI Each functional clamp assembly shall have an appropriate number of half clamps and shall be fastened to mating parts with (2) 3/8" x 1 1/8" hex-pin cap screws (SST) and (2) stainless steel (SST) recessed "T" nuts. A 1/4" aluminum drive rivet whtainless steel pin is used to insure a secure fit to the post. PlayBooster clamps have three functional applications and shall be named as follows: - 1.) Offset hanger clamp assembly. 2.) Deck hanger clamp assembly. 3.) Hanger clamp assembly. (PB) General Specifications: Posts: Post length shall vary depending upon the intended use and shall be a minimum of 42" above the deck height. All posts shall be powdercoated to specified color. All posts shall have a "finished grade marker" positioned on the post identifying the 34" bury line required for correct installation and the top of the loose fill protective surfacing. Top caps for posts shall be aluminum die cast from 369.1 alloy and powdercoated to match the post color. All caps shall be factory installed and secured in place with (3) self sealing rivets. A molded low density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the post to increase the footing area. Steel Posts: All steel PlayBooster posts are manufactured from 5" 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. Steel Post Mechanical Properties: Yield Strength (min): 50,000 PSI Tensile Strength (min): 55,000 PSI 8 Elongation in 2 inches: 25 Modulas of Elasticity: 29.5 x 106 PSI Aluminum Posts: All aluminum PlayBooster posts are manufactured from 6061-T6 extruded tubing conforming to ASTM B-221 and QQ-A-200/8. Posts shall have a 5" outside diameter with a .125" wall thickness. Aluminum Post Mechanical Properties: Yield Strength (min): 35,000 PSI Tensile Strength (min): 38,000 PSI % Elongation in 2 inches: 10 Modulas of Elasticity: 10 x 106 PSI Page 3 of 16 Arch Posts: Aluminum arch posts shall be manufactured from 6061-T6 alloy. The arch shall be formed to a 21" centerline radius to complement the 42" center to center module. The arch shall be of one continuous piece construction. There shall be no welds or additional pieces mechanically fastened to manufacture the arch. Each arch shall be designed to provide a minimum of 82 1/2" clear span from the deck to the inside of the arch at the radius peak. Arches shall be powdercoated to a specified color. Clamps: All clamps, unless otherwise noted, shall be die cast using a 369.1 aluminum alloy and have the following mechanical properties: Ultimate Tensile: 47,000 PSI Yield Strength: 28,000 PSI Elongation: 7% in 2 inches Shear Strength: 29,000 PSI Endurance Limit: 20,000 PSI Each functional clamp assembly shall have an appropriate number of half clamps and shall be fastened to mating parts with (2) 3/8" x 1 1/8" hex-pin cap screws (SST) and (2) zinchickel plated carbon steel recessed "T" nuts. A 1/4" aluminum drive rivet w/stainless steel pin is used to insure a secure fit to the post. PlayBooster clamps have three functional applications and shall be named as follows: .- 1.) Offset hanger clamp assembly. 2.) Deck hanger clamp assembly. 3.) Hanger clamp assembly. PlayOdyssey General Specifications: Structural Frame: Post length of the double laddedcentral column shall vary depending upon the deck height and shall be flush with the bottom of a deck infill or a minimum of 46" 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 60" bury line required for correct installation and the top of the loose fill protective surfacing. Post caps shall be aluminum die cast from 369.1 alloy and powdercoated to match the post color. All caps shall be factory installed and secured in place with (3) self sealing rivets. A molded low-density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the ladder posts to increase the footing area. Ladders are bolted together below grade to act as a single column for installation purposes. The deck support weldments/arms are comprised of 5/16" (.312") steel conforming to 1010 steel per ASTM A635 and welded to a 52" steel post. Arms are secured to each ladder post with (4) 5/8" x 1 1/2" hex-pin cap screws thru (2) 1/4" flanges. Steel Posts: All steel PlayOdyssey 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. Steel Post Mechanical Properties: Yield Strength (min): 50,000 PSI Tensile Strength (min): 55,000 PSI % Elongation in 2 inches: 25 Modulus of Elasticity: 29.5 x 106 PSI Optional Aluminum Roof Posts: All formed aluminum PlayOdyssey roof posts are manufactured from 6005-T5 extruded tubing conforming to ASTM B-221. Posts shall have a 5" outside diameter Page 4 of 16 with a .125" wall thickness. Post sleeve shall have 4.675" outside diameter with a .150' wall thickness. Post cap shall be aluminum die cast from 369.1 alloy and powdercoated to match the post color. All caps shall be factory installed and secured in place with (3) self sealing rivets. Aluminum Post Mechanical Properties: Yield Strength (min): 35,000 PSI Tensile Strength (min): 38,000 PSI % Elongation in 2 inches: 10 Modulus of Elasticity: 10 x 106 PSI Clamps: All clamps, unless otherwise noted, shall be die cast using a 369.1 aluminum alloy and have the following mechanical properties: Ultimate Tensile: 47,000 PSI Yield Strength: 28,000 PSI Elongation: 7% in 2 inches Shear Strength: 29,000 PSI Endurance Limit: 20,000 PSI Each PlayOdyssey offset hanger clamp shall have an appropriate number of half clamps and shall be fastened to mating parts with (2) 3/8" x 1 1/8" hex-pin cap screws (SST) and (2) stainless steel (SST) recessed "T" nuts. A 1/4" aluminum drive rivet w/stainless steel pin is used to insure a secure fit to the post. c ~11404A - Posts For Decks 148"/72" Deck Post: See PlayBooster (PB) General Specifications. 111404C - Posts For Decks 132"/56" Deck Post: See PlayBooster (PB) General Specifications. 111404E - Posts For Decks 116"/40" Deck Post: See PlayBooster (PB) General Specifications. 1114046 - Posts For Decks 100V24" Deck Post: See PlayBooster (PB) General Specifications. 111404H - Posts For Decks 92"/16" Deck L >st: See PlayBooster (PB) General Specifications. Page 5 of 16 111403D - Posts For Roofs 158"/48" Deck Post: See PlayBooster (PB) General Specifications. 130567A - Hex Shinple Roof Hex Shingle Roof Section: Roof Sleeve: Rotationally molded from U.V. stabilized linear low density polyethylene, color specified. Cast from 3 19 almag. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 136905C - Transfer Modules, Brown Deck Onlv To 48" Deck, Curved, Right or Left Stee I :ck: Flange formed from 12 GA (.l05") sheet steel conforming to ASTM A569. Standing surface is perforated with 5/16" diameter holes and measures 29" per (2) sides. Finish: TenderTuff, brown in color. Railings: Weldment comprised of formed 1 1/8" O.D. x 11 GA (.120") steel tubing with 203 or 303 stainless steel 5/8" threaded inserts. Finish: TenderTuff, color specified. Step SectionsRop Step Section: Formed from 12 GA (.l05") sheet steel conforming to ASTM A569. Standing surface is 24 3/8" wide x 14" deep and is perforated with 5/16" diameter holes. Finish: TenderTuff, brown in color. Deck Support: Weldment comprised of 3 1/2" O.D. RS-20 (.125") galvanized steel tubing and 3/8" O.D. x 5" long CRS rod. Finish: Powdercoat, brown in color. Spacer: Made from 6061-T6 aluminum 1 1/8" O.D. x 5/8". Finish: Powdercoat, color specified. Infill Panel: Solid color permalene panel measures 6" wide x 37" high, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. 111232A - Hexagon Tenderdeck, Brown Onlv .- -2x Deck: Flange formed from 12 GA (.105") sheet steel conforming to ASTM A569. Standing surface is perforated with 5/16" diameter holes. Deck face has (4) slotted holes for face mounting Page 6 of 16 components. The finished size measures 2 5/8" x 36 314" per each of the six sides for an overall dimension of 77 5/8" face to face. Finish: TenderTuff, brown in color. Deck Brace: Fabricated from 3/8" x 1 3/4" x 28 1/2" long zinc plated steel strap. Deck Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. Fasteners: . Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 121948A - Kick Plate 8" Rise Kick Plate: Fabricated from 11 GA (.120") HR flat steel. Finish: TenderTuff, brown in color. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiordspecifications). .- '1948B - Kick Plate 16" Rise Kick Plate: Fabricated from 11 GA (. 120") HR flat steel. Finish: TenderTuff, brown in color. Fasteners : Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiordspecifications). 121949A - Kick Plate 8" Rise, 90* Tri-Deck Kick Plate: Fabricated from 11 GA (.120") HR flat steel. Finish: TenderTuff, brown in color. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiordspecifications). 111228A - Sauare Tenderdeck, Brown Only Square Deck: Flange formed from 12 GA (.105") sheet steel conforming to ASTM A569. Standing surface is perforated with 5/16" diameter holes. Deck face has (4) slotted holes for face mounting components. The finished size measures 2 5/8" x 47" x 47". Finish: TenderTuff, brown in color. Deck Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiordspecifications). Page 7 of 16 111229A - Sauare Tenderdeck. Extension. Brown Onlv Square Deck Extension: Flange formed from 12 GA (.lO5") sheet steel conforming to ASTM A569. Standing surface is perforated with 5/16" diameter holes. Deck face has (4) slotted holes for face mounting components. The finished size measures 2 518" x 42" x 47". Finish: TenderTuff, brown in color. Deck Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 112471A - Transfer Modules, Brown Deck Onlv Transfer Ste~, Brown Only Step: -Fasteners: Formed from 12 GA (.lost') sheet steel conforming to ASTM A569. Finish: TenderTuff, brown in color. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 111231A - Triangular Tenderdeck, Brown Onlv Triangular Deck: Flange formed from 12 GA (.105") sheet steel conforming to ASTM A569. Standing surface is perforated with 5/16" diameter holes. Deck face has (4) slotted holes for face mounting components. The finished size measures 2 518" x 37 3/4". Finish: TenderTuff, brown in color. Deck Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. Fasteners: 122197A - 9WTri-Deck Triangular Deck: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Flange formed from 12 GA (.lOS") sheet steel conforming to ASTM A569. Standing surface is perforated with 5/16" diameter holes. Deck face has (4) slotted holes for face mounting components. The finished size measures 2 5/8" x 37 3/4". Finish: TenderTuff, brown in color. Deck Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. Fasteners: -. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Page 8 of 16 .* 120901A - Grab Bar, TenderTuff Coated Brown Fasteners: Grab Bar: Half Clamp: 111275A - Handloop Assemblv Handloop: Fasteners: .- dffset Hanger Clamp Assembly: 115228A - Driver Panel Permalene Panel: Hub: Wheel: Wheel Bracket: Steering Wheel Cap: Angled Panel Bracket: Spacer Tube: Fasteners: .- .'fset Hanger Clamp Assembly: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation/specifications). Weldment comprised of formed 7/8" O.D. x 11 GA (.120") and 1/4" x 1 3/4" steel half clamps. Finish: Powdercoat, brown in color and then TenderTuff, brown in color. Cast aluminum. Finish: Powdercoat, color specified. Weldment comprised of 1.125" O.D. 11 GA (. 120") steel tubing with 203 or 303 stainless steel inserts, with 5/8" internal thread. Finish: Tendertuff, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Cast aluminum. Finish: Powdercoat, color specified. Two color panel measures 35 5/8" wide x 41" high, color specified. Solid color permalene, color specified. 12" diameter cast 3 19.1 aluminum alloy. Shaft-303 stainless steel. Finish: TenderTuff, color specified. Weldment comprised of formed 3/16" plate and 5/8" O.D. shaft. Finish: Powdercoat, color specified. Aluminum alloy 6061-T6. Finish: Powdercoat, white in color. Weldment comprised of .190" thick 5052 aluminum formed angle with (2) 6061-T6 aluminum threaded tubes 1 1/8" O.D. x 1 1/2" long. Finish: Powdercoat, color specified. Made from 6061-T6 aluminum 7/8" O.D. x 1 11/16". Finish: Powdercoat, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Cast aluminum. Finish: Powdercoat, color specified. Page 9 of 16 115231A - Tic-Tac-Toe Panel, Yellow Discs Onlv Permalene Panel: Solid color panel measures 35 5/8" wide x 41" high, color specified. Tic Tac Toe Blocks: Rotationally molded from U.V. stabilized linear low density polyethylene, tan in color with brown molded-in symbols. Tic Tac Toe Bracket: Formed from .125" thick 5052 aluminum. Finish: Powdercoat, color specified. Shafts: Fabricated from 1/2" diameter stainless steel with ends tapped 5/16" 18UNC-2B. Angled Panel Bracket: Weldment comprised of. 190" thick 5052 aluminum formed angle with (2) 6061-T6 aluminum threaded tubes 1 1/8" O.D. x 1 1/2" long. Finish: Powdercoat, color specified. Spacer Tube: Made from 6061-T6 aluminum 7/8" O.D. x 1 11/16". Finish: Powdercoat, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation/specifications). ,.-- jffset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. 115227A - ZooPanel Permalene Panel: Solid color panel measures 35 5/8" wide x 41" high, color specified. Angled Panel Bracket: Weldment comprised of. 190 thick 5052 aluminum formed angle with (2) 6061-T6 aluminum threaded tubes 1 1/8" O.D. x 1 1/2" long. Finish: Powdercoat, color specified. Spacer Tube: Made from 6061-T6 aluminum 7/8" O.D. x 1 11/16". Finish: Powdercoat, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installationkpecifications). Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. 123331B - Double Polv Slide 40"- 48" Deck Slide: Rotationally molded from U.V. stabilized linear low density polyethylene, color specified. Hood: Rotationally molded from U.V. stabilized linear low density polyethylene, color specified. Rail Spacer: - ail: Fabricated from 1.3125" O.D. x 16 GA (.065") steel tubing. Finish: Powdercoat, color specified. Extruded from 1.125" O.D. x .312" W. 6061-T6 aluminum. Finish: Powdercoat, color specified. Page 10 of 16 ,- Exit Support: Fasteners: Weldment comprised of 2.375" O.D. RS-20 (.095" - .105") galvanized steel tubing and 1/4" x 3" mounting plate. Finish: Powdercoat, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation/specifications). offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. 123336A - Double Wave Poly Slide 48" - 56" Deck Slide: Rotationally molded from U.V. stabilized linear low density polyethylene, color specified. Hood: Rail: Rotationally molded from U.V. stabilized linear low density polyethylene, color specified. Extruded from 1.125" O.D. x .312" W. 6061-T6 aluminum. Finish: Powdercoat, color specified. Rail Spacer: Fabricated from 1.3125" O.D. x 16 GA (.065") steel tubing. Finish: Powdercoat, color specified. --Mid-Support: Exit Support: Fasteners: Weldment comprised of 1.660" O.D. RS-20 (.085" - .0!35") galvanized steel tubing and 114" x 3" zinc plated flat steel. Finish: Powdercoat, color specified. Weldment comprised of 2.375" O.D. RS-20 (.095" - .lO5") galvanized steel tubing and 1/4" x 3" mounting plate. Finish: Powdercoat, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. 1248633 - Sidewinder2 72" Deck Slide Sections: Rotationally molded from U.V. stabilized linear low density polyethylene, color specified. Rail: 1 1/8" O.D. 6061-T6 aluminum extrusion with 5/16" walls. Finish: Powdercoat, color specified. Mid-Support: Support Base (SM): Exit Footer: _- isteners: Weldment comprised of 1.900'' O.D. RS-20 (.090" - .loo") galvanized steel tubing and 3/16" x 1 1/4" zinc plated steel strap. Finish: Powdercoat, color specified. Weldment comprised of 1.660" O.D. RS-20 (.085" - .095") galvanized steel tubing and 114" x 3" x 8" mounting plate. Finish: Powdercoat, color specified. Weldment comprised of 2.375" O.D. RS-20 (.095" - ,105'') galvanized steel tubing and 1/4" x 3" x 7 1/2" mounting plate. Finish: Powdercoat, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation/specifications). Page 1 1 of 16 .- Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. 123283C - Chain Ladders 64"-72" Deck Ladder: Support (DB): Fabricated from 7/8" O.D. 18 GA (.048") zinc plated tubing, crimped and formed around 410 plated chain. Finish: TenderTuff, color specified. Weldment comprised of 1.900'' O.D. RS-20 (.WO - .lOO") galvanized steel tubing and 11 GA (.120") x 4" x 30 zinc plated steel strap. Finish: Powdercoat, brown in color. Handhold Panel: Solid color permalene with 3/4" x I 1/8" handholds, color specified. Spacer Tube: Made from 6061-T6 aluminum 7/8" O.D. x 1 11/16". Finish: Powdercoat, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). L ffset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. 116247A - Permalene Panel Vertical Ladders, Deck To Deck Or Deck To Ground 24" Deck Difference HandholdPanelNertical Ladder: Solid color permalene, color specified. Spacer Tube: Made from 6061-T6 aluminum 7/8" O.D. x 1 11/16". Finish: Powdercoat, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. 123284C - Wiggle Ladders 48" Deck Chain: 4/0 Chain zinc plated. Finish: TenderTuff, color specified. Rail: Fabricated from 13/16" diameter x 27 15/16" long CRS solid bar stock with both ends tapped 3/8". Finish: Tendeff uff, color Specified. support: Fabricated from 1.315" O.D. RS-20 (.080" - .090") galvanized steel tubing. Handhold Panel: _L nteners: Solid color permalene with 3/4" x 1 1/8" handholds, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Page 12 of 16 .- Spacer Tube: Made from 6061-T6 aluminum 7/8" O.D. x 1 11/16". Finish: Powdercoat, color specified. Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. 111353A - Track Ride, 123". No SUDDO& w/ (2) Crossovers, Max. 16" Decks Beam: Extruded from 6061-T6 aluminum alloy. Finish: Powdercoat, color specified. Trolley Assembly: Fasteners: Steel body with a 7/8" O.D. x .120" W steel tubing handle assembly. Four urethane roller skate wheels and tivar guide block. Completely assembled. Steel Body Finish: TenderTuff, brown in color. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Half Clamp: Cast aluminum. Finish: Powdercoat, color specified. x -11357A - Chinninp Bar, (1) Aluminum Post Rail: Weldment comprised of 1.125" O.D. x 11 GA (.120") steel tubing with 203 or 303 stainless steel 518'' threaded inserts. Finish: TenderTuff, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation/specifications). Post: See PlayBooster (PB) General Specifications. Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. 115375B - Deck to Deck Stem wmarrier, 3 stem Step Sections/Top Step Section: Barrier: Fasteners: _I. Offset Hanger Clamp Assembly: Formed from 12 GA (.105") sheet steel conforming to ASTM A569. Surface is perforated with 1/4" diameter holes. Finish: TenderTuff, brown in color. Weldment comprised of 98" solid steel vertical rails and 1 1/8" O.D. x 11 GA (. 120") steel horizontal rails top and bottom. Measures 45" wide x 40" high. Finish: TenderTuff, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation/specifications). Cast aluminum. Finish: Powdercoat, color specified. Page 13 of 16 123393B - Firemle 48" - 56" Deck Firepole: Formed from 1.900" O.D. (.W" - .loo'') galvanized steel tubing. Finish: Powdercoat, color specified. Formed Overhead Rail: Formed from 1.315" O.D. RS-20 (.OS0 - .090) galvanized steel tubing. Finish: Powdercoat, color specified. Handhold Panel: Solid color permalene with 3/4" x 1 1/8" handholds, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Offset Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. 120902A - Handholdhe Lift, TenderTuff Coated Brown c steners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Half Clamp: Cast aluminum. Finish: Powdercoat, color specified. Hand Hold: Weldment comprised of formed 7/8" O.D. x 11 GA (.120) and 1/4" x 1 3/4" steel half clamps. Finish: TenderTuff, brown in color. 124795H - 5000 Series Belt Swings 8' High Beam, 4 Place, T-Tuff Chain. Powdercoated Beam: Legs: Swing Hanger: Yoke Clamps: Fabricated from 2.375" O.D. RS-40 (. 130" - .140") galvanized steel tubing. Finish: Powdercoat, color specified. Fabricated from formed 2.375" O.D. RS-40 (.130" - .140") galvanized steel tubing. Optional - Finish: Powdercoat, color specified. Made from galvanized malleable iron hanger with oil impregnated bearings. Cast from 535.2 almag. Finish: Powdercoat, color specified. Chain Spacer: Made from white nylon measuring .080" x .785" O.D.. Chain: Steel 4/0 straight link chain, 670 Ib. working load limit. Finish: TenderTuff, color specified. delt Seat: Molded from W stabilized black EPDM rubber encapsulating a weldment comprised of a 22 GA (.029") spring stainless steel sheet and (4) .I05 thick stainless steel washers. The belt seat elliptical shape measures 7" wide x 26" long x .700" thick. Page 14 of 16 Bolt Link: Drop forged carbon steel, heat treated and zinc plated. Double Clevis: Made from drop forged carbon steel, heat treated and zinc plated. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 120818A - Plavstructure Seat (Not Shown) Seat: Fasteners: Flange formed from 11 GA (.120) sheet steel. Seating surface is perforated with 5/16" diameter holes. Finish: TenderTuff, brown in color. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Deck Hanger Clamp Assembly: Cast aluminum. Finish: Powdercoat, color specified. <.- -30055A - Full Bucket Seat, Order Chain Separately Full Bucket Seat: Made of U.V. stabilized high-quality black rubber encapsulating a 24 GA (.024") stainless steel reinforcement plate. Handles cast from 356-T6 aluminum alloy with a 60 durometer black neoprene grip placed over handles. Handles attach to seat with (3) 1/4" x 1 5/16" long stainless steel rivets. The full bucket measures 9" deep x 10 1/2" wide. 100106A - Ape Appropriate Sign, (2-Color Pennalene) w/PlavShaper Posts, 5 -- 12 Years Sign Panel: Post: Two color panel measures 19-1/2" wide x 27-3/4" high, color specified. See Playshaper (PS) General Specifications. Fasteners: Warranty: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). We Can Offer the Best Warranty in the Industry Because We Don't cut Comers on Quality Landscape Structures Inc. warrants that all Playstructures and/or equipment sold will conform in kind and quality to the specifications set forth in the specifications manual for the products identified in the Acknowledgement of Order and will be free of defects in manufacturing and material. As a further indication of our quality, Landscape Structures provides: Page 15 of 16 c 100-Year Limited Warranty for all aluminum posts, clamps, beams and caps, against structural failure due to corrosiodnatural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. 15-Year Limited Warranty for all plastic and steel components, including Tufff imbersTM, against structural failure due to corrosiodnatural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. TenderTuffR-coating against structural failure due to natural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. TuffhrfR against material or manufacturing defects when properly installed. This warranty does not include any cosmetic issues or wear and tear from normal use. 3-Year Limited Warranty for all other parts, ie: CableCoreTM Products, Swing seats and hangers; Track ride trolleys and bumpers; all rocking equipment, etc. against failure due to corrosiodnatural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. ,- The warranty stated above is valid only if the Playstructures andor equipment are erected in conformance with Landscape Structures' installation instructions and maintained according to the maintenance procedures furnished by Landscape Structures Inc. For a full text of the warranty, contact your local sales representative. Page 16 of 16 I Cannon Park Material Specifications Quote: 8 136A2-4 3/ 1 1 /2002 General Specifications: Material: All materials shall be structurally sound and suitable for safe play. Durability shall be ensured on all steel parts by the use of time-tested coatings such as zinc plating, zinc-nickel plating, powdercoating, TenderTuff-coating, etc. Colors shall be specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). All primary fasteners shall include a locking patch type material that will meet the minimum torque requirements of IFI-125. Manufacturer to provide special tools for pinned hex fasteners. TenderTuff-Coating: All metal components to be TenderTuff-coated shall be thoroughly cleaned in a hot phosphatizing pressure washer, then primed with a clear acrylic thermosetting solution. Primed parts shall be preheated prior to dipping in U.V. stabilized, liquid poly vinyl chloride, then salt cured at approximately 400 degrees. The finished coating shall be approximately .080' +/- .020" thick at an 85 durometer hardness and have a matte finish. Four standard colors are available. Polyester Powdercoating: All metal components to be powdercoated shall be free of excess weld and spatter. Parts shall be thoroughly cleaned in a 6-Stage Pretreatment system with a hot phosphatizing bath and a non-chrome seal for corrosion resistance, then thoroughly dried. Powdercoating shall be electrostatically applied and oven cured at 350 degrees. Average thickness: .004". Super Durable TGIC polyester powder shall be specially formulated for optimum U.V. stability and glossiness and shall meet or exceed ASTM Standards for: Adhesion (D-3359B) Hardness (D-3363) Impact (D-2794) Salt Spray resistance (B-117) Paint Line shall employ a "checkered" adhesion test daily. Fifteen standard colors are available. Decks: All Tenderdecks shall be of modular design and have 5/16" diameter holes on the standing surface. There shall be (4) slots in each face to accommodate face mounting of components. Tenderdecks shall be manufactured from a single piece of low carbon 12 GA (.105") sheet steel conforming to ASTM specification A-569. The sheet shall be perforated then flanged formed and reinforced as necessary to ensure structural integrity. The unit shall then be TenderTuff-coated brown only. Tenderdecks shall be designed so that all sides are flush with the outside edge of the supporting posts. Page 1 of 6 c I Rotationally Molded Poly Parts: These parts shall be molded using prime compounded linear low- density polyethylene with a tensile strength of 2500 psi per ASTM D638 and with color and UV- stabilizing additives. Wall thickness varies by product from .187" (3/16") to .3 12" (5/16"). Four standard colors are available. Permalene Parts: These parts shall be manufactured from 314'' thick high-density polyethylene that has been specially formulated for optimum U.V. stability and color retention. Products shall meet or exceed density of .933 G/cc per ASTM D1505, tensile strength of 2400 PSI per ASTM D638. Five standard solid colors are available. Some Permalene parts are available in a two-color product with (2) .070" thick exterior layers over a .610" interior core of a contrasting color. Eight standard two-color options are available. Footings: Unless otherwise specified, the bury on all footings shall be 34" below Finished Grade (FG) on all in-ground play eventdposts. Other types of anchoring are available upon request. . . B) General Specifications: Posts: Post length shall vary depending upon the intended use and shall be a minimum of 42" above the deck height. All posts shall be powdercoated to specified color. All posts shall have a "finished grade marker" positioned on the post identifying the 34" bury line required for correct installation and the top of the loose fill protective surfacing. Top caps for posts shall be aluminum die cast from 369.1 alloy and powdercoated to match the post color. All caps shall be factory installed and secured in place with (3) self sealing rivets. A molded low-density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the post to increase the footing area. Steel Posts: All steel PlayBooster posts are manufactured from 5" 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. Steel Post Mechanical Properties: Yield Strength (min): 50,000 PSI Tensile Strength (min): 55,000 PSI % Elongation in 2 inches: 25 Modulus of Elasticity: 29.5 x 106 PSI Aluminum Posts: All aluminum PlayBooster posts are manufactured from 6005-T5 extruded tubing conforming to ASTM B-221. Posts shall have a 5" outside diameter with a .125" wall thickness. Aluminum Post Mechanical Properties: Yield Strength (min): 35,000 PSI Tensile Strength (min): 38,000 PSI % Elongation in 2 inches: 10 Modulus of Elasticity: 10 x 106 PSI Page 2 of 6 Arch Posts: Aluminum arch posts shall be manufactured from 6005-T5 alloy. The arch shall be formed to a 21" center line radius to complement the 42" center to center module. The arch shall be of one continuous piece construction. There shall be no welds or additional pieces mechanically fastened to manufacture the arch. Each arch shall be designed to provide a minimum of 90 1/2" clear span from the deck to the inside of the arch at the radius peak. Arches shall be powdercoated to a specified color. Clamps: All clamps, unless otherwise noted, shall be die cast using a 369.1 aluminum alloy and have the following mechanical properties: Ultimate Tensile: 47,000 PSI Yield Strength: 28,000 PSI Elongation: 7% in 2 inches Shear Strength: 29,000 PSI Endurance Limit: 20,000 PSI Each functional clamp assembly shall have an appropriate number of half clamps and shall be fastened to mating parts with (2) 3/8" x 1 1/8" hex-pin cap screws (SST) and (2) stainless steel (SST) recessed "T" nuts. A 1/4" aluminum drive rivet wktainless steel pin is used to insure a secure fit to the post. PlayBooster clamps have three functional applications and shall be named as follows: - 1 .) Offset hanger clamp assembly. 2.) Deck hanger clamp assembly. 3.) Hanger clamp assembly. (PB) General Specifications: Posts: Post length shall vary depending upon the intended use and shall be a minimum of 42" above the deck height. All posts shall be powdercoated to specified color. All posts shall have a "finished grade marker" positioned on the post identifying the 34" bury line required for correct installation and the top of the loose fill protective surfacing. Top caps for posts shall be aluminum die cast from 369.1 alloy and powdercoated to match the post color. All caps shall be factory installed and secured in place with (3) self sealing rivets. A molded low density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the post to increase the footing area. Steel Posts: All steel PlayBooster posts are manufactured from 5" 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. Steel Post Mechanical Properties: Yield Strength (min): 50,000 PSI Tensile Strength (min): 55,000 PSI % Elongation in 2 inches: 25 Modulas of Elasticity: 29.5 x 106 PSI Aluminum Posts: All aluminum PlayBooster posts are manufactured from 6061-T6 extruded tubing conforming to ASTM B-221 and QQ-A-20018. Posts shall have a 5" outside diameter with a .125" wall thickness. Aluminum Post Mechanical Properties: Yield Strength (min): 35,000 PSI Tensile Strength (min): 38,000 PSI % Elongation in 2 inches: 10 Modulas of Elasticity: 10 x 106 PSI Page 3 of 6 Arch Posts: Aluminum arch posts shall be manufactured from 6061-T6 alloy. The arch shall be formed to a 21" centerline radius to complement the 42" center to center module. The arch shall be of one continuous piece construction. There shall be no welds or additional pieces mechanically fastened to manufacture the arch. Each arch shall be designed to provide a minimum of 82 1/2" clear span from the deck to the inside of the arch at the radius peak. Arches shall be powdercoated to a specified color. Clamps: All clamps, unless otherwise noted, shall be die cast using a 369.1 aluminum alloy and have the following mechanical properties: Ultimate Tensile: 47,000 PSI Yield Strength: 28,000 PSI Elongation: 7% in 2 inches Shear Strength: 29,000 PSI Endurance Limit: 20,000 PSI Each functional clamp assembly shall have an appropriate number of half clamps and shall be fastened to mating parts with (2) 318" x 1 1/8" hex-pin cap screws (SST) and (2) zinchickel plated carbon steel recessed "T" nuts. A 1/4" aluminum drive rivet wlstainless steel pin is used to insure a secure fit to the post. PlayBooster clamps have three functional applications and shall be named as follows: 1 .) Offset hanger clamp assembly. 2.) Deck hanger clamp assembly. 3.) Hanger clamp assembly. PlayOdyssey General Specifications: Structural Frame: Post length of the double laddedcentral column shall vary depending upon the deck height and shall be flush with the bottom of a deck infill or a minimum of 46" 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 60" bury line required for correct installation and the top of the loose fill protective surfacing. Post caps shall be aluminum die cast from 369.1 alloy and powdercoated to match the post color. All caps shall be factory installed and secured in place with (3) self sealing rivets. A molded low-density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the ladder posts to increase the footing area. Ladders are bolted together below grade to act as a single column for installation purposes. The deck support weldmentdarms are comprised of 5/16" (.312") steel conforming to 1010 steel per ASTM A635 and welded to a 52" steel post. Arms are secured to each ladder post with (4) 518" x 1 1/2" hex-pin cap screws thru (2) 1/4" flanges. Steel Posts: All steel PlayOdyssey 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. Steel Post Mechanical Properties: Yield Strength (min): 50,000 PSI Tensile Strength (min): 55,000 PSI % Elongation in 2 inches: 25 Modulus of Elasticity: 29.5 x 106 PSI Optional Aluminum Roof Posts: All formed aluminum PlayOdyssey roof posts are manufactured from 6005-T5 extruded tubing conforming to ASTM B-221. Posts shall have a 5" outside diameter Page 4 of 6 with a .125" wall thickness. Post sleeve shall have 4.675" outside diameter with a .150" wall thickness. Post cap shall be aluminum die cast from 369.1 alloy and powdercoated to match the post color. All caps shall be factory installed and secured in place with (3) self sealing rivets. Aluminum Post Mechanical Properties: Yield Strength (min): 35,000 PSI Tensile Strength (min): 38,000 PSI % Elongation in 2 inches: 10 Modulus of Elasticity: 10 x 106 PSI Clamps: All clamps, unless otherwise noted, shall be die cast using a 369.1 aluminum alloy and have the following mechanical properties: Ultimate Tensile: 47,000 PSI Yield Strength: 28,000 PSI Elongation: 7% in 2 inches Shear Strength: 29,000 PSI Endurance Limit: 20,000 PSI Each PlayOdyssey offset hanger clamp shall have an appropriate number of half clamps and shall be fastened to mating parts with (2) 3/8" x 1 1/8" hex-pin cap screws (SST) and (2) stainless steel (SST) recessed "T" nuts. A 1/4" aluminum drive rivet w/stainless steel pin is used to insure a secure fit to the post. - 1114045 - Posts For Decks 76"/Ground Level Post: See PlayBooster (PB) General Specifications. Warranty: We Can Offer the Best Warranty in the Industry Because We Don't cut Corners on Quality Landscape Structures Inc. warrants that all Playstructures and/or equipment sold will conform in kind and quality to the specifications set forth in the specifications manual for the products identified in the Acknowledgement of Order and will be free of defects in manufacturing and material. As a further indication of our quality, Landscape Structures provides: 100-Year Limited Warranty for all aluminum posts, clamps, beams and caps, against structural failure due to corrosiordnatural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. 15-Year Limited Warranty for all plastic and steel components, including Tufff imbersTM, against structural failure due to corrosionhatural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. TenderTuffR-coating against structural failure due to natural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. .- TuffTurfR against material or manufacturing defects when properly installed. This warranty does not include any cosmetic issues or wear and tear from normal use. Page 5 of 6 3-Year Limited Warranty for all other parts, ie: CableCoreTM Products, Swing seats and hangers; Track ride trolleys and bumpers; all rocking equipment, etc. against failure due to corrosionlnatural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. The warranty stated above is valid only if the Playstructures andor equipment are erected in conformance with Landscape Structures' installation instructions and maintained according to the maintenance procedures furnished by Landscape Structures Inc. For a full text of the warranty, contact your local sales representative. Page 6 of 6 -- N 0 4. I 01 N ’.? I I I I I I I I I I I I L- .. . 1 I I n L\ 1 .. I I I _1 /-- / 7 / \ / \ / \ I ---- '\ Kruger House Material Specifications Quote: 13395-1 3/11/2002 General Specifications: Material: All materials shall be structurally sound and suitable for safe play. Durability shall be ensured on all steel parts by the use of time-tested coatings such as zinc plating, zinc-nickel plating, powdercoating, TenderTuff-coating, etc. Colors shall be specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). All primary fasteners shall include a locking patch type material that will meet the minimum torque requirements of IFI-125. Manufacturer to provide special tools for pinned hex fasteners. TenderTuff-Coating: All metal components to be TenderTuff-coated shall be thoroughly cleaned in a hot phosphatizing pressure washer, then primed with a clear acrylic thermosetting solution. Primed parts shall be preheated prior to dipping in U.V. stabilized, liquid poly vinyl chloride, then salt cured at approximately 400 degrees. The finished coating shall be approximately .080" +/- .020" thick at an 85 durometer hardness and have a matte finish. Four standard colors are available. Polyester Powdercoating: All metal components to be powdercoated shall be free of excess weld and spatter. Parts shall be thoroughly cleaned in a 6-Stage Pretreatment system with a hot phosphatizing bath and a non-chrome seal for corrosion resistance, then thoroughly dried. Powdercoating shall be electrostatically applied and oven cured at 350 degrees. Average thickness: .004". Super Durable TGIC polyester powder shall be specially formulated for optimum U.V. stability and glossiness and shall meet or exceed ASTM Standards for: Adhesion (D-3 359B) Hardness (D-3363) Impact (D-2794) Salt Spray resistance (B-117) Paint Line shall employ a "checkered" adhesion test daily. Fifteen standard colors are available. Decks: All Tenderdecks shall be of modular design and have 5/16" diameter holes on the standing surface. There shall be (4) slots in each face to accommodate face mounting of components. Tenderdecks shall be manufactured from a single piece of low carbon 12 GA (.l05") sheet steel conforming to ASTM specification A-569. The sheet shall be perforated then flanged formed and reinforced as necessary to ensure structural integrity. The unit shall then be TenderTuff-coated brown only. Tenderdecks shall be designed so that all sides are flush with the outside edge of the supporting posts. Page 1 of 6 Rotationally Molded Poly Parts: These parts shall be molded using prime compounded linear low- density polyethylene with a tensile strength of 2500 psi per ASTM D638 and with color and UV- stabilizing additives. Wall thickness varies by product from .187" (3/16") to .312" (5/16"). Four standard colors are available. Permalene Parts: These parts shall be manufactured from 3/4" thick high-density polyethylene that has been specially formulated for optimum U.V. stability and color retention. Products shall meet or exceed density of .933 G/cc per ASTM D1505, tensile strength of 2400 PSI per ASTM D638. Five standard solid colors are available. Some Permalene parts are available in a two-color product with (2) .070" thick exterior layers over a .610" interior core of a contrasting color. Eight standard two-color options are available. Footings: Unless otherwise specified, the bury on all footings shall be 34" below Finished Grade (FG) on all in-ground play events/posts. Other types of anchoring are available upon request. _- (PS) General Specifications: Posts: 2 3/8" square aluminum posts shall have a minimum wall thickness of .125" and be extruded of 6061-T6 aluminum alloy and have rounded corners and ribbed faces for maximum safety. A cast aluminum top cap shall be installed at the factory with stainless steel knurled spacers and aluminum drive rivets. Flanges for panels and deck supports shall be extruded of 6061-T6 aluminum alloy and slide into slots extruded in posts. Flanges and deck supports shall be attached in the factory with stainless steel knurled spacers and aluminum drive rivets. All direct bury posts shall have a "finished grade marker" positioned on the post identifying the 34" bury line and the top of the required surfacing. A molded low-density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the post to increase the footing area. Posts shall have a post number sticker for installation purposes. All surface mount posts shall be continuously welded to a 1/4" x 6" square 6061-T6 aluminum surface mount plate and allow for 2" of protective surfacing. Posts shall be powdercoated to a specified color. Aluminum Post Mechanical Properties: Yield Strength (min): 35,000 PSI Tensile Strength (min): 38,000 PSI % Elongation in 2 inches: 10 Modulus of Elasticity: 10 x 106 PSI Arch Posts: Arch posts shall have the same shape as the posts and be extruded from 6063-T4 aluminum alloy. Roof support flanges shall be of the same shape and material as the panel flanges. Arch shall be formed in a 180 degree arc on a 21" center line radius. Arches shall be secured to standard length posts with solid aluminum sleeves that are tapped to receive (16) 3/8" x 5/8" hex- pin cap screws per arch. Arch posts shall be powdercoated to a specified color. --S) General Specifications: Posts: 2 3/8" square aluminum posts shall have a minimum wall thickness of .125" and be extruded of 6061-T6 aluminum alloy and have rounded corners and ribbed faces for maximum safety. A cast aluminum top cap shall be installed at the factory with stainless steel knurled Page 2 of 6 .- spacers and aluminum drive rivets. Flanges for panels and deck supports shall be extruded of 6061-T6 aluminum alloy and slide into slots extruded in posts. Flanges & deck supports shall be attached in the factory with stainless steel knurled spacers and aluminum drive rivets. All direct bury posts shall have a "finished grade marker" positioned on the post identifying the 34" bury line and the top of the required surfacing. A molded low-density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the post to increase the footing area. Posts shall have a post number sticker for installation purposes. All surface mount posts shall be continuously welded to a 1/4" x 6" square 6061-T6 aluminum surface mount plate and allow for 2" of protective surfacing. Posts shall be powdercoated to a specified color. Aluminum Post Mechanical Properties: Yield Strength (min): 35,000 PSI Tensile Strength (min): 38,OOOPSI % Elongation in 2 inches: 10 Modulas of Elasticity: 10 x 106 PSI Arch Posts: Arch posts shall have the same shape as the posts and be extruded from 6063-T4 aluminum alloy. Roof support flanges shall be of the same shape and material as the panel flanges. Arch shall be formed in a 180 degree arc on a 21" centerline radius. Arches shall be secured to standard length posts with solid aluminum sleeves that are tapped to receive (16) 3/8" x 5/8" standard fasteners per arch. Arch posts shall be powdercoated to a specified color. _- J1397B - Posts For Decks 114"/48" DecWSlideWinder Off 40" Deck Post: See PlayShaper (PS) General Specifications. 111397C - Posts For Decks 106"/40" DecWSlideWinder Off 32" Deck Post: See PlayShaper (PS) General Specifications. 134973B - Transfer Module, Brown Deck Only To 40" Deck, Curved. Left or Right Ster, Deck: Railings: Infill Panel: Step SectiondTop Step Section: ---- xk Support: Flange formed from 12 GA (.105") sheet steel conforming to ASTM A569. Standing surface is perforated with 5/16" diameter holes and measures 29" per (2) sides. Finish: TenderTuff, brown in color. Weldment comprised of formed 1 1/8" O.D. x 11 GA (.120") steel tubing with 203 or 303 stainless steel threaded inserts. Finish: TenderTuff, color specified. Solid color panel measures 7 98" wide x 30" high, color specified. Formed from 12 GA (.105") sheet steel conforming to ASTM A569. Standing surface is 24 3/8" wide x 14" deep and is perforated with 5/16" diameter holes. Finish: TenderTuff, brown in color. Weldment comprised of 3 1/2" O.D. RS-20 (.125") galvanized steel tubing and 3/8" O.D. x 5" long CRS rod. Finish: Powdercoat, brown in color. Page 3 of 6 c Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installationlspecifications). 111237A - Sauare Tenderdeck. Brown Only Square Deck: Fasteners: Range formed from 12 GA (.105") sheet steel conforming to ASTM A569. Standing surface is perforated with 5/16" diameter holes. Deck face has (4) slotted holes for face mounting components. The finished size measures 2 5/8" x 44 318" x 44 318". Finish: TenderTuff, brown in color. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installationlspecifications). 111239A - Sauare Tenderdeck Extension, Brown Only .-Square Deck Extension: Flange formed from 12 GA (.105") sheet steel conforming to ASTM A569. Standing surface is perforated with 5/16" diameter holes. Deck face has (4) slotted holes for face mounting components. The finished size measures 2 5/8" x 42" x 44 3/8". Finish: TenderTuff, brown in color. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installationlspecifications). 111288A - Driver Panel, (1") Learning Wall Panels Permalene Panel: Hub: Two color panel measures 39 1/2" wide x 30 3/4" high, color specified. Solid color permalene, color specified. Wheel: Wheel Bracket: 12" diameter cast 3 19.1 aluminum alloy. Shaft-303 stainless steel. Finish: TenderTuff, color specified. Weldment comprised of formed 3/16" plate and 38" O.D. shaft. Finish: Powdercoat, color specified. Steering Wheel Cap: Aluminum alloy 6061-T6. Finish: Powdercoat, white in color. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installationlspecifications). 117946A - Wire Barriers Short (Sa., Corner and Extension Decks) Page 4 of 6 Barrier: Fasteners: Weldment comprised of 5/8" solid steel vertical rails, 1 1/8" O.D. steel horizontal rails with 203 or 303 stainless steel welded inserts with 5/8" internal threads, and 1/4" diameter wire. Barrier measures 39 1/2" wide x 30 3/4" high. Finish: TenderTuff, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 132155B - Double Polv Slides 40"-48" Deck Slide: Rotationally molded from U.V. stabilized linear low density polyethylene, color specified. Hood: Rotationally molded from U.V. stabilized linear low density polyethylene, color specified. Rail: Extruded from 1.125" O.D. x .312" W. 6061-T6 aluminum. Finish: Powdercoat, color specified. Rail Spacer: -6xit Support: Fabricated from 1.3125" O.D. x 16 GA (.065") steel tubing. Finish: Powdercoat, color specified. Weldment comprised of 2.375" O.D. RS-20 (.095" - .lOS') galvanized steel tubing and 114'' x 3" mounting plate. Finish: Powdercoat, color specified. Offset Bolt Bracket: Cast from 535 almag. Finish: Powdercoat, color Specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 111364A - Loor, Ladder, 40" Or 48" Deck Loop Ladder: Weldment comprised of 1.125" O.D. x 11 GA (.120) black steel tubing. Finish: TenderTuff, color specified. Handhold Panel: Solid color permalene with 3/4" x 1 1/8" handholds, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Warranty: We Can Offer the Best Warranty in the Industry Because We Don't cut Comers on Quality .- Landscape Structures Inc. warrants that all Playstructures and/or equipment sold will conform in kind and quality to the specifications set forth in the specifications manual for the products identified in the Acknowledgement of Order and will be free of defects in manufacturing and material. As a further indication of our quality, Landscape Structures provides: Page 5 of 6 100-Year Limited Warranty for all aluminum posts, clamps, beams and caps, against structural failure due to corrosiodnatural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. 15-Year Limited Warranty for all plastic and steel components, including Tufff imbersTM, against structural failure due to corrosiodnatural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. TenderTuffR-coating against structural failure due to natural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. TuffTurfR against material or manufacturing defects when properly installed. This warranty does not include any cosmetic issues or wear and tear from normal use. 3-Year Limited Warranty for all other parts, ie: CableCoreTM Products, Swing seats and hangers; Track ride trolleys and bumpers; all rocking equipment, etc. against failure due to corrosiodnatural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. rc The warranty stated above is valid only if the Playstructures and/or equipment are erected in conformance with Landscape Structures' installation instructions and maintained according to the maintenance procedures furnished by Landscape Structures Inc. For a full text of the warranty, contact your local sales representative. Page 6 of 6 PI 4 IC- .- Stagecoach Park Material Specifications Quote: 13396-2 3/ 10/2002 General Specifications: Material: All materials shall be structurally sound and suitable for safe play. Durability shall be ensured on all steel parts by the use of time-tested coatings such as zinc plating, zinc-nickel plating, powdercoating, TenderTuff-coating, etc. Colors shall be specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). All primary fasteners shall include a locking patch type material that will meet the minimum torque requirements of IFI- 125. Manufacturer to provide special tools for pinned hex fasteners. TenderTuff-Coating: All metal components to be TenderTuff-coated shall be thoroughly cleaned in a hot phosphatizing pressure washer, then primed with a clear acrylic thermosetting solution. Primed parts shall be preheated prior to dipping in U.V. stabilized, liquid poly vinyl chloride, then salt cured at approximately 400 degrees. The finished coating shall be approximately .080" +/- .020" thick at an 85 durometer hardness and have a matte finish. Four standard colors are available. Polyester Powdercoating: All metal components to be powdercoated shall be free of excess weld and spatter. Parts shall be thoroughly cleaned in a 6-Stage Pretreatment system with a hot phosphatizing bath and a non-chrome seal for corrosion resistance, then thoroughly dried. Powdercoating shall be electrostatically applied and oven cured at 350 degrees. Average thickness: .OM". Super Durable TGIC polyester powder shall be specially formulated for optimum U.V. stability and glossiness and shall meet or exceed ASTM Standards for: Adhesion (D-3359B) Hardness (D-3363) Impact (D-2794) Salt Spray resistance (B-117) Paint Line shall employ a "checkered" adhesion test daily. Fifteen standard colors are available. Decks: All Tenderdecks shall be of modular design and have 5/16" diameter holes on the standing surface. There shall be (4) slots in each face to accommodate face mounting of components. Tenderdecks shall be manufactured from a single piece of low carbon 12 GA (.lO5") sheet steel conforming to ASTM specification A-569. The sheet shall be perforated then flanged formed and reinforced as necessary to ensure structural integrity. The unit shall then be TenderTuff-coated brown only. Tenderdecks shall be designed so that all sides are flush with the outside edge of the supporting posts. Page 1 of 8 -_ Rotationally Molded Poly Parts: These parts shall be molded using prime compounded linear low- density polyethylene with a tensile strength of 2500 psi per ASTM D638 and with color and UV- stabilizing additives. Wall thickness varies by product from .187" (3/16") to .312" (5/16"). Four standard colors are available. Permalene Parts: These parts shall be manufactured from 3/4" thick high-density polyethylene that has been specially formulated for optimum U.V. stability and color retention. Products shall meet or exceed density of .933 G/cc per ASTM D1505, tensile strength of 2400 PSI per ASTM D638. Five standard solid colors are available. Some Permalene parts are available in a two-color product with (2) .070" thick exterior layers over a .610" interior core of a contrasting color. Eight standard two-color options are available. Footings: Unless otherwise specified, the bury on all footings shall be 34" below Finished Grade (FG) on all in-ground play eventdposts. Other types of anchoring are available upon request. (PS) General Specifications: Posts: 2 3/8" square aluminum posts shall have a minimum wall thickness of .125" and be extruded of 6061-T6 aluminum alloy and have rounded corners and ribbed faces for maximum safety. A cast aluminum top cap shall be installed at the factory with stainless steel knurled spacers and aluminum drive rivets. Flanges for panels and deck supports shall be extruded of 6061-T6 aluminum alloy and slide into slots extruded in posts. Flanges and deck supports shall be attached in the factory with stainless steel knurled spacers and aluminum drive rivets. All direct bury posts shall have a "finished grade marker" positioned on the post identifying the 34" bury line and the top of the required surfacing. A molded low-density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the post to increase the footing area. Posts shall have a post number sticker for installation purposes. All surface mount posts shall be continuously welded to a 1/4" x 6" square 6061-T6 aluminum surface mount plate and allow for 2" of protective surfacing. Posts shall be powdercoated to a specified color. Aluminum Post Mechanical Properties: Yield Strength (min): 35,000 PSI Tensile Strength (min): 38,000 PSI % Elongation in 2 inches: 10 Modulus of Elasticity: 10 x 106 PSI Arch Posts: Arch posts shall have the same shape as the posts and be extruded from 6063-T4 aluminum alloy. Roof support flanges shall be of the same shape and material as the panel flanges. Arch shall be formed in a 180 degree arc on a 21" center line radius. Arches shall be secured to standard length posts with solid aluminum sleeves that are tapped to receive (16) 3/8" x 5/8" hex- pin cap screws per arch. Arch posts shall be powdercoated to a specified color. -"S) General Specifications: Posts: 2 3/8" square aluminum posts shall have a minimum wall thickness of .125" and be extruded of 6061-T6 aluminum alloy and have rounded corners and ribbed faces for maximum safety. A cast aluminum top cap shall be installed at the factory with stainless steel knurled Page 2 of 8 spacers and aluminum drive rivets. Flanges for panels and deck supports shall be extruded of 6061-T6 aluminum alloy and slide into slots extruded in posts. Flanges & deck supports shall be attached in the factory with stainless steel knurled spacers and aluminum drive rivets. All direct bury posts shall have a "finished grade marker" positioned on the post identifying the 34" bury line and the top of the required surfacing. A molded low-density polyethylene cap, with drain holes, shall be pressed onto the bottom end of the post to increase the footing area. Posts shall have a post number sticker for installation purposes. All surface mount posts shall be continuously welded to a 1/4" x 6" square 6061-T6 aluminum surface mount plate and allow for 2" of protective surfacing. Posts shall be powdercoated to a specified color. . Aluminum Post Mechanical Properties: Yield Strength (min): 35,000 PSI Tensile Strength (min): 38,000 PSI % Elongation in 2 inches: 10 Modulas of Elasticity: 10 x 106 PSI Arch Posts: Arch posts shall have the same shape as the posts and be extruded from 6063-T4 aluminum alloy. Roof support flanges shall be of the same shape and material as the panel flanges. Arch shall be formed in a 180 degree arc on a 21" centerline radius. Arches shall be secured to standard length posts with solid aluminum sleeves that are tapped to receive (16) 3/8" x 5/8" standard fasteners per arch. Arch posts shall be powdercoated to a specified color. - ~11397D - Posts For Decks 98"/32" Deck Post: See Playshaper (PS) General Specifications. 111396B - Posts For Roofs 137"/48" Deck Post: See Playshaper (PS) General Specifications. 134973A - Transfer Module, Brown Deck Only To 32" Deck, Curved, Left or Right SteD Deck: Railings: Infill Panel: Step SectionsRop Step Section: - cck Support: Flange formed from 12 GA (.105") sheet steel conforming to ASTM A569. Standing surface is perforated with 5/16" diameter holes and measures 29" per (2) sides. Finish: TenderTuff, brown in color. Weldment comprised of formed 1 1/8" O.D. x 11 GA (.120) steel tubing with 203 or 303 stainless steel threaded inserts. Finish: TenderTuff, color specified. Solid color panel measures 7 5/8" wide x 30" high, color specified. Formed from 12 GA (.105") sheet steel conforming to ASTM A569. Standing surface is 24 3/8" wide x 14" deep and is perforated with 5/16" diameter holes. Finish: TenderTuff, brown in color. Weldment comprised of 3 1/2" O.D. RS-20 (.125") galvanized steel tubing and 3/8" O.D. x 5" long CRS rod. Finish: Powdercoat, brown in color. Page 3 of 8 Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 121948A - Kick Plate 8" Rise Kick Plate: Fabricated from 11 GA (.120") HR flat steel. Finish: TenderTuff, brown in color. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 111237A - Sauare Tenderdeck, Brown Only Square Deck: .- r'asteners: Flange formed from 12 GA (.105") sheet steel conforming to ASTM A569. Standing surface is perforated with 5/16" diameter holes. Deck face has (4) slotted holes for face mounting components. The finished size measures 2 5/8" x 44 3/8" x 44 3/8". Finish: TenderTuff, brown in color. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 111239A - Sauare Tenderdeck Extension, Brown Only Square Deck Extension: Flange formed from 12 GA (.105") sheet steel conforming to ASTM A569. Standing surface is perforated with 5/16" diameter holes. Deck face has (4) slotted holes for face mounting components. The finished size measures 2 5/8" x 42" x 44 3/8". Finish: TenderTuff, brown in color. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 118110A - Sauare Polv Roof whpo Panels* Poly Roof: Rotationally molded from U.V. stabilized linear low density polyethylene, color specified. Roof Logo: Two color roof logo measures 41" wide x 5 1/8" high, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Roof Sleeve: Cast from 3 19 almag. Finish: Powdercoat, color specified. Page 4 of 8 1171478 - GearPanel Permaiene Panel: Two color panel measures 39 1/2" wide x 30 3/4" high, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation/specifications). 111387A - Slant Entrance Panel, Ground Level Onlv Permalene Panel: Solid color panel measures 39 1/2" wide x 30 3/4" high, color specified. Slant Entrance: Rotationally molded from U.V. stabilized linear low density polyethylene, color specified. support: --Fasteners: Weldment comprised of 1.900" O.D. RS-20 (.090' - .loo") galvanized steel tubing and 1/4" x 4" HRS flat plate. Finish: Powdercoat, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 111281A - Slant Window Panel Permalene Panel: Slant Window Section: Window: .177" thick clear polycarbonate. Solid color panel measures 39 1/2" wide x 30 3/4" high, color specified. Rotationally molded from U.V. stabilized linear low density polyethylene, color specified. Braces: Fasteners: Solid color, to match panel. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 113211A - Chimes Panel Permalene Panel: Chimes: Solid color panel measures 39 1/2" wide x 30 3/4" high, color specified. Fabricated from 6063-T832 aluminum. Finish: Anodized per Mil - A - 8625 type 2, class 1. Fasteners: L. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). Page 5 of 8 117946A - Wire Barriers Short (SP., Corner and Extension Decks) Barrier: Fasteners: Weldment comprised of 5/8" solid steel vertical rails, 1 1/8" O.D. steel horizontal rails with 203 or 303 stainless steel welded inserts with 5/8" internal threads, and 1/4" diameter wire. Barrier measures 39 112" wide x 30 3/4" high. Finish: TenderTuff, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiordspecifications). 123339A - Curved Polv Slide 40" Deck Slide: Rotationally molded from U.V. stabilized linear low density polyethylene, color specified. Permalene Panel: Solid color panel measures 39 1/2" wide x 30 3/4" high, color specified. Mid-Support: _- :it Footer: Fasteners: Weldment comprised of 1.315" O.D. RS-20 (.080" - .090") and 1/4" x 1 112" x 6" mounting plate. Finish: Powdercoat, color specified. Weldment comprised of 2.375" O.D. RS-20 (.095" - .l05") galvanized steel tubing and 1/4" x 3" mounting plate. Finish: Powdercoat, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 123336A - Double Wave Polv Slide 48" - 56" Deck Slide: Rotationally molded from U.V. stabilized linear low density polyethylene, color specified. Hood: Rotationally molded from U.V. stabilized linear low density polyethylene, color specified. Rail: Extruded from 1.125" O.D. x .312" W. 6061-T6 aluminum. Finish: Powdercoat, color specified. Rail Spacer: Fabricated from 1.3125" O.D. x 16 GA (.065") steel tubing. Finish: Powdercoat, color specified. Mid-Support: Exit Support: Fasteners: Weldment comprised of 1.660" O.D. RS-20 (.085" - .095") galvanized steel tubing and 114" x 3" zinc plated flat steel. Finish: Powdercoat, color specified. Weldment comprised of 2.375" O.D. RS-20 (.095" - .105") galvanized steel tubing and 1/4" x 3" mounting plate. Finish: Powdercoat, color specified. Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiordspecifications). Offset Bolt Bracket: Cast from 535 almag. Finish: Powdercoat, color specified. Page 6 of 8 111364A - Loop Ladder, 40" Or 48" Deck Loop Ladder: Weldment comprised of 1.125" O.D. x 11 GA (.l20") black steel tubing. Finish: TenderTuff, color specified. Handhold Panel: Solid color permalene with 3/4" x 1 1/8" handholds, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 123284A - Wieele Ladders 32" Deck Chain: 410 Chain zinc plated. Finish: TenderTuff, color specified. Rail: A .pport: Fabricated from 13/16" diameter x 27 15/16" long CRS solid bar stock with both ends tapped 3/8". Finish: TenderTuff, color specified. Fabricated from 1.315" O.D. RS-20 (.OSO" - .090") galvanized steel tubing. Handhold Panel: Solid color permalene with 3/4" x 1 1/8" handholds, color specified. Fasteners: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). 100105A - Ape Appropriate Sign, (2-Color Permalene), w/PlavShaper Posts, 2 -- 5 Years Sign Panel: Post: Two color panel measures 19-1/2" wide x 27-3/4" high, color specified. See Playshaper (PS) General Specifications. Fasteners: Warranty: Primary fasteners shall be socketed and pinned tamperproof in design, stainless steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installatiodspecifications). We Can Offer the Best Warranty in the Industry Because We Don't cut Comers on Quality Landscape Structures Inc. warrants that all Playstructures and/or equipment sold will conform in kind and quality to the specifications set forth in the specifications manual for the products identified in the Acknowledgement of Order and will be free of defects in manufacturing and material. As a further indication of our quality, Landscape Structures provides: Page 7 of 8 100-Year Limited Warranty for all aluminum posts, clamps, beam and caps, against structural failure due to corrosiodnatural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. 15-Year Limited Warranty for all plastic and steel components, including Tufff imbersTM, against structural failure due to corrosiodnatural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. TenderTuffR-coating against structural failure due to natural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. TumurfR against material or manufacturing defects when properly installed. This warranty does not include any cosmetic issues or wear and tear from normal use. 3-Year Limited Warranty for all other parts, ie: CableCoreTM Products, Swing seats and hangers; Track ride trolleys and bumpers; all rocking equipment, etc. against failure due to corrosiodnatural deterioration or manufacturing defects. This warranty does not include any cosmetic issues or wear and tear from normal use. L The warranty stated above is valid only if the Playstructures and/or equipment are erected in conformance with Landscape Structures' installation instructions and maintained according to the maintenance procedures furnished by Landscape Structures Inc. For a full text of the warranty, contact your local sales representative. Page 8 of 8