Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2023-11-14 - AGENDA REPORTS - P4026 CONST CONTR
Agenda Item: 10 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR 14) CITY MANAGER APPROVAL: ' DATE: November 14, 2023 SUBJECT: ANNUAL PLAYGROUND RENOVATION, BOUQUET CANYON PARK PLAYGROUND RENOVATION P4026-DESIGN AND CONSTRUCTION CONTRACT DEPARTMENT: Neighborhood Services PRESENTER: Susan Nelson RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for Bouquet Canyon Park Playground Renovation, P4026. 2. Approve the use of a "piggyback" purchase of playground equipment from GameTime through Omnia Partners contract 92017001134 in an amount not to exceed $393,204. 3. Award a contract to RE Shultz Construction, Inc., for installation in the amount of $547,300 and authorize a contingency in the amount of $54,730 for a total contract amount not to exceed $602,030. 4. Find Bouquet Canyon Park Playground Renovation, P4026, exempt from review under the California Environmental Quality Act (CEQA) pursuant to Article 19 Section 15303. 5. Authorize the City Manager or designee to execute all contracts and associated documents, subject to City Attorney approval. BACKGROUND The Bouquet Canyon Park Playground Renovation project is intended to replace the existing playground equipment at Bouquet Canyon Park and enhance access within the play area. The current equipment, which was installed in 1996, consists of a 2 to 5-year-old area, a 5 tol2-year- old area, and a swing structure. The playground has endured significant wear and tear, and finding replacement parts has become increasingly challenging. The new playground will feature Page 1 Packet Pg. 47 brand-new play equipment with inclusive elements, a shade structure over the play areas, rubberized pour -in -place safety surfacing throughout, and access improvements adjacent to the play area. This project supports the Santa Clarita 2025 Strategic Plan of Building and Creating Community and Sustaining Public Infrastructure. The funding for this project was approved with the Fiscal Year 2022-23 annual budget submittal. In an effort to increase community engagement and gather input on the playground's design, staff held a public outreach campaign via Survey Monkey. The survey was advertised through the City of Santa Clarita's (City) social media platforms and on -site signage allowing community members to share their thoughts on the playground's design. Feedback was incorporated into the final design (attached). On July 11, 1995, the City Council approved "piggyback" purchasing. This process allows the City to place orders against a competitively awarded public agency contract. The Omnia Partners contract with GameTime was competitively solicited through a nationwide bid process, was awarded in July 2017, and is valid through June 2026. Through the piggyback approach, the City can take advantage of the Omnia Partners procurement process and purchase the playground equipment from GameTime. An invitation for a bid to complete the installation of the playground equipment was published on the City's e-procurement platform, BidNet, on September 13, 2023. Ten firms downloaded the bid specifications, and one bid was submitted to the City and opened by purchasing on October 12, 2023. The results of the bid are shown below: Company Location Bid Amount RE Schultz Construction, Inc. Orange, CA $547,300 Staff recommends awarding the construction contract to RE Schultz Construction, Inc., the lowest responsive and responsible bidder. RE Schultz Construction, Inc., possesses a valid Class A State Contractor's License, is a certified installer of GameTime equipment, and is in good standing with the Contractors State License Board. Moreover, the bid has been reviewed for accuracy and conformance to the contract documents and was found to be complete. Bouquet Canyon Park Playground Renovation, P4026 is not subject to CEQA review pursuant to Article 19 Section 15303, which exempts from CEQA review projects that are exempt under Class 1 and Class 3. Class 1 excludes the operation, repair, maintenance, permitting, leasing, licensing, or minor alteration of an existing private structure involving no -use expansion. Class 3 exemptions consist of the construction and location of limited numbers of new, small facilities or structures; installation of small new equipment and facilities in small structures; and the conversion of existing small structures from one use to another. This project meets the criteria for this exemption because there are no changes in use or size. ALTERNATIVE ACTION Other actions as determined by City Council. Page 2 Packet Pg. 48 FISCAL IMPACT Adequate funds were appropriated as part of the Fiscal Year 2023-24 budget in expenditure account P4026601-516101 to support the recommended contract and related administrative and miscellaneous costs for this project. ATTACHMENTS Bouquet Canyon Park - Playground Renovation Bouquet Design Bouquet Map Exhibit A Bid Documents (available in the City Clerk's Reading File) Page 3 Packet Pg. 49 Proposal for 10.a City of Santa Clarita Prepared by GREAT WESTERN 08-30-2023 Job # 108164-01 Bouquet Canyon Park - Playground Renovation Option 7 GameTime� n PL CORE coro.,�r 435-760-5103 1 www.gwpark.com Packet Pg. 50 0EMONSiR4'11" PIP Area 7956 SF rP m aa� r rr LU ,PL YcatE, Q —jw— MWI7 px. a O "up oG � m za. >, c,s r a 1 u Q M N _ N N j _O co mix C 9�6' ss 'TAF K a' fJM X0ainr�i® '� a� 1 fIW„ T ,lam IR ` � I IOSF- r Ili 9M,I l O`` 9 U a z O m 139'-3" r C N E ,s m s s —4— V co r r Q IM PORTANT. Soft resilient surfacing jDa n B S 0 City of Santa Clarita Total Elevated Play Components RE FTh um Area Required: should be laced in the use zones of all y y SALES REP p 9 0 0 1 Total Elevated Play Components Accessible B Ram - Required - - equi t, ass ecifed for each t fBouquet Canyon Park TYLER KYR OPOULOS y p y p q pmen p ype o - equipment, and at depths to meet the : Santa Clarita, CA 435-760-5103 Total Elevated Components Accessible By Transfer ,1 Required 4,1 critical fall heights as specified by the U S 0/2023 drawing can beRe resentative TYLER@GWPARK.COM Total Accessible Ground Level Components Shown ,2 Required 2,6 consumer Product Safety CommissionGREAT WESTERN P led only when in ing Name: a c c a E n r c, ASTM standard F 1487 and Canadian Great Western Recreation Total Different Types Of Ground Level Components 5,8 Required 2,3 18" x 24" format Standard CAN/CSA-Z-614 164-01-0 t7 Pket Pg. 51 GameTime C/O Great Western Recreation P.O. Box 680121 Cciamem le Fort Payne, AL 35967 Office:435-245-5055 Fax:435-245-5057 � A CORE fl—p-.v www.gwpark.com 09/ 10.a Quote # 108164-01-08 Bouquet Canyon Park - Playground Renovation Option 7 City of Santa Clarita Attn: Juan Martinez 21750 Bouquet Canyon Rc Santa Clarita, CA 91350 Phone:661-290-2229 uuantity Part 0 1 1 1 1 1 1 2 1 1 1 1 RDU RDU 5178 5179 14927 14927 7054 6143 90857 90858 91595 COLUMNS Description GameTime - 2-5 Playground Equipment - Reference Drawing #108164-01-Opt6 GameTime - 5-12 Playground Structure - Reference Drawing #108164-01-Opt6 GameTime - Swings GameTime - Welcome Sign (2-5) GameTime - Welcome Sign (5-12) GameTime - NDS Play On Sign Package GameTime - NDS Play On Sign Package GameTime - 8'Hi Ribbon Wall GameTime - Whirlwind Seat Straight (F/S) GameTime - 33' SKY RUN ZIP TRACK W/ ZIP SEAT GameTime - 33'SKY RUN ZIP TRACK ADD W/ ZERO G GameTime - Composer Superior International - COLUMNS FOR CUSTOM SAIL SHADE- (2) COLUMNS: 10" SCH 40 @ 15' HT + 6" RECESS TO BASE PLATE. (3) COLUMNS: 12.75" OD HSS - 1 @ 16' HT + 6" RECESS TO BASE PLATE. 1 @ 17' HT + 6" RECESS TO BASE PLATE. 1 @ 20' HT + 6" RECESS TO BASE PLATE. (1) COLUMN: 14" OD HSS @ 21' HT+ 6" RECESS TO BASE PLATE. (3) COLUMNS: 16" OD HSS - 1 @ 19' HT + 6" RECESS TO BASE PLATE. - 2 @ 24' HT + 6" RECESS TO BASE PLATE. FRAME COLOR: TBD Page 1 of 4 Ship to Zip 91350 Unit Price Amount M is $168,724.00 $168,724.00 $13,599.00 $13,599.00 $713.00 $713.00 $713.00 $713.00 $12,808.00 $12,808.00 $936.00 $1,872.00 $17,775.00 $17,775.00 $13,978.00 $13,978.00 $7,650.00 $7,650.00 $86,842.00 $86,842.00 OMNIAc.i ca r r Q F' A R T Packet Pg. 52 GameTime C/O Great Western Recreation P.O. Box 680121 Cciamem le Fort Payne, AL 35967 Office:435-245-5055 Fax:435-245-5057 � A CORE fl—p-�v www.gwpark.com 09/ 10.a Quote # 108164-01-08 Bouquet Canyon Park - Playground Renovation Option 7 Quantity Part # w —1 i Description W-1— -9 , - Unit Price Amount 1 CANOPIES Superior International - CANOPIES FOR CUSTOM SAIL SHADE- $40,258.00 $40,258.00 (1) TRIANGULAR CANOPY TO FIT AN OPENING APPROXIMATELY 38' X 43' X 55' WITH QUICK TENSION AND RELEASE MECHANISMS, CABLES, & CLAMPS. (1) TRIANGULAR CANOPY TO FIT AN OPENING APPROXIMATELY 29' X 55' X 56' WITH QUICK TENSION AND RELEASE MECHANISMS, CABLES, & CLAMPS. (1) TRIANGULAR CANOPY TO FIT AN OPENING APPROXIMATELY 39' X 43' X 50.5' WITH QUICK TENSION AND RELEASE MECHANISMS, CABLES, & CLAMPS. (1) TRIANGULAR CANOPY TO FIT AN OPENING APPROXIMATELY 39' X 45' X 50.5' WITH QUICK TENSION AND RELEASE MECHANISMS, CABLES, & CLAMPS. (1) TRIANGULAR CANOPY TO FIT AN OPENING APPROXIMATELY 39' X 41' X 42' WITH QUICK TENSION AND RELEASE MECHANISMS, CABLES, & CLAMPS. (1) TRIANGULAR CANOPY TO FIT AN OPENING APPROXIMATELY 29' X 41' X 53' WITH QUICK TENSION AND RELEASE MECHANISMS, CABLES, & CLAMPS. (1) TRIANGULAR CANOPY TO FIT AN OPENING APPROXIMATELY 33' X 34' X 53' WITH QUICK TENSION AND RELEASE MECHANISMS, CABLES, & CLAMPS. (1) TRIANGULAR CANOPY TO FIT AN OPENING APPROXIMATELY 34' X 45' X 46' WITH QUICK TENSION AND RELEASE MECHANISMS, CABLES, & CLAMPS. FABRIC COLOR: TBD 1 ENGINEERING Superior International - ENGINEERING $1,734.00 $1,734.00 1 ABT Superior International - ANCHOR HARDWARE AND TEMPLATES $200.00 $200.00 Contract: OMNIA #2017001134 Sub Total $427,762.00 Discount ($87,498.41) Freight $20,615.00 Tax $32,325.04 Page 2 of 4 OMNIAc.i ca r a F' A R T IV Packet Pg. 53 GameTime C/O Great Western Recreation 09/ 10.a P.O. Box 680121 Quote # Cciamem le Fort Payne, AL 35967 108164-01-08 Office:435-245-5055 Fax:435-245-5057 � A CORE fl—p-�v www.gwpark.com � O O L Bouquet Canyon Park - Playground Renovation Option 7 Comments Your Sales Rep is Tyler Kyriopoulos. Please reach out to Tyler at 436-760-6103 if you should have any questions regarding this quote. Due to the volatility of freight costs, the freight pricing is subject to change at the time of order. Pricing is subject to change. Request updated pricing when purchasing from quotes more than 30 days old. Shipping to Site: Bouquet Canyon Park 28127 Wellston Dr Santa Clarita, CA 91350 'Freight charges are based on listed zip code and are subject to change if shipping information changes. 'Deposit may be required. Customer is responsible for offloading. Installation not included. City of Santa Clarita OMNIA Contract #4001584 Remit Payment to: GameTime P.O. Box 680121 Fort Payne, AL 35968 Taxes: All applicable taxes will be added at time of invoicing unless otherwise included or a tax-exempt certificate is provided. If sales tax exempt, you must provide a copy of certificate to be considered exempt. Prices: FOB Factory. Orders: All orders shall be in writing by purchase order, contract, or similar document made out to PlayCore Wisconsin Inc., dba GameTime. Standard GameTime equipment orders over $100,000 may require a deposit of 25°% at the time of order and an additional 25°% at or before order ships Standard orders with equipment, installation and surfacing are requested to be split billed. Equipment, Taxes & Freight as noted above Installation and Surfacing billed as completed and Due Upon Receipt. Terms: Cash With Order Discount (CWO): Orders for GameTime equipment paid in full at time of order via check, Electronic Funds Transfer (ACH or wire) are eligible for a three percent (3%) cash with order discount. Payment via credit card: If you elect to pay by credit card, GameTime charges a 2.50% processing fee that is assessed on the amount of your payment. This fee is shown as a separate line item and included in the total amount charged to your credit card. You have the option to pay by check, ACH or Wire without any additional fees. Credit terms are Net 30 days, subject to approval by the GameTime Credit Manager. A completed credit application must be submitted and approved prior to the order being received. Please allow at minimum 2 days for the credit review process. GameTime may also require: Completed Project Information Sheet (if applicable) Copies of Payment and Performance Bonds (if applicable) A 1.5°% per month finance charge will be imposed on all past due invoices. Retainage not accepted. Orders under $5,000 require payment with order. OMNIA Page 3 of 4 F' A R T Packet Pg. 54 GameTime C/O Great Western Recreation P.O. Box 680121 Cciamem le Fort Payne, AL 35967 Office:435-245-5055 Fax:435-245-5057 � A CORE fl—p-�v www.gwpark.com 09/ 10.a Quote # 108164-01-08 Bouquet Canyon Park - Playground Renovation Option 7 SUPPLY ONLY: • All items are quoted supply only. • Installation services are not included. • Customer is responsible for coordinating delivery, receipt, unloading, and inventory equipment. • Missing or damaged equipment must be reported within 60 days of delivery. ACCEPTANCE OF QUOTATION: Acceptance of this proposal indicates your agreement to the terms and conditions stated herein. Purchase Amount: $393,203.63 Date: Signature Please fill out this ORDER FORM, this is required to process the order. Page 4 of 4 OMNIAa P A R T Packet Pg. 55 10.a THE TIMELINE Once your order is received, it is sent to the company headquarters in Fort Payne, Alabama You will receive a confirmation letter, confirming your order and the projected delivery date. If you have included installation in your order, an installer will also contact you before the order ships to confirm the details regarding site preparation requirements surfacing type and depth underground utility locations coordination with other trades accessibility to the site for delivery/installation Your order will ship via common carrier 24-45 days after its acceptance into the GameTime system. Depending on how far from Fort Payne, Alabama you are located, the order should arrive in 3-10 days after shipment. Your freight carrier will contact you 24 hours in advance of the delivery. You will need 2-4 people to help you unload. Heavier items like the Mega Rock® might require additional helpers. Your equipment will arrive in large consolidated boxes. You may want to break them open on the truck and unload piece by piece for easier handing. Be sure to locate the box labeled "Installation Instructions Inside" and set it aside. You will also want to make sure you have a secure location to store all your equipment until the installation day. Your driver will give you a bill of lading, documenting the number of boxes, as well as a listing of component number of the parts that you should have received. Before signing the receipt, you'll want to inventory the shipment and note any missing items on the bill of lading before the driver leaves. g a m et i m e. co m GameTime° 800.235.2440 •P�, �aRE ..wm Packet Pg. 56 .ro 040 10.a I t —7-- PROMOTING YOUTH PHYSICAL ACTIVITY THROUGH ACTIVE PLAY The purpose of Play On! is to promote physical activity and fun through the use of thoughtfully designed outdoor play environments and creative playground learning activities. The Play On! program provides educators and recreation professionals evidence -based best design practices to promote health and wellness — maximizing the value and potential of school and community playgrounds. PlayCore is proud to partner with physical activity experts, SHAPE America, to provide a valid solution for intentionally increasing physical activity on playgrounds through six key elements of play to promote fitness. Play On! can be used to enhance recess, physical education, before/after school programs, special events, camps, and other programming efforts that focus on combating sedentary lifestyles and childhood obesity. The Play On! curriculum contains 125 activities for grades PreK-5 that align with national physical education standards. The program includes assessment tools, equipment lists, playground funding opportunities, send -home family resources, and design best practices. Play On! can become a vital component in efforts to strengthen, educate, and build healthier communities through play and recreation. EVIDENCE -BASED DESIGN Your project thoughtfully meets the following design best practices: Incorporates six key elements of play that promote your physical activity— balancing, brachiating, climbing, spinning, sliding, and swinging. Provides a developmentally appropriate progression of skill opportunities through beginning, intermediate, and advanced playground activities. 4 T•\ I, } I PHYSICAL ACTT NATIONAL DEMONSTRATION SITE BENEFITS High -quality play environments have a critical role in promoting community health. Research indicates that when evidence -based design principles are implemented within the built environment, positive outcomes occur. Your National Demonstration Site ensures that your community maximizes the value ofyour investment. RECOGNITION & ADVOCACY Complementary signage installed at your site to create awareness, recognize your leadership, and gather visitor feedback. Welcome Kit with National Demonstration Site project of excellence award. Marketing Tool Kit with digital tools and tips to help promote your site to the public and encourage data collection engagement with visitors. Recognition on the National Demonstration Site Map, an online resource to help others find high -quality play and recreation destinations in their community. DATA COLLECTION & OUTCOMES SHARING Signage on site includes a QR Code directing visitorsto share their experiences. O M I a La Three site -specific reports provided by CORE Data Service Lab 5 The overall design encourages movement and moderate to aggregate local and site -collected data to demonstrate the m vigorous levels of activity. impact, engagement, and park user sentiments. Each report alignswith the 7 indicators of Community Vitality to provide Playground programming utilizing your Complementary Play a holistic view of the health and wellness outcomesyou site On! curriculum can further encourages active play! The program contributes to the community. t includes 125 playground activities for PreK-5th grade. v M r r Q g a m et i m e. co m GaMOTIMO 800.23S.2440 "L.'Packet Pg. 57 Fabric Connection t5 EW 1 ' O.C. TOP & BOTTOI �VARI ES� Footer Detail FOUNDATION NOTE: ALL FOUNDATION SIZES ARE ESTIMATIONS ONLY ACTUAL SIZING SHOULD BE DETERMINED BY A LOCALLY QUALIFIED STRUCTURAL ENGINEER PRIOR TO INSTALLATION. Column & Footing Schedule Column ID Column Size Est. Footing Size Cl 12.75"ODHSS 7.8'X 7.8'X 3.0' C2 16"ODHSS 12.0'X12.0'X3.0' C3 12.75"ODHSS 6.5'X 6.5'X 3.0' C4 16"ODHSS 12.0'X12.0'X3.0' C5 16"ODHSS 10.9'X 10.9'X 3.0' C6 10" Sch. 40 1 5.2' X 5.2' X 3.0' C7 10" Sch. 40 6.8' X 6.8' X 3.0' C8 12.75"ODHSS 9.0'X 9.0'X 3.0' C9 14"ODHSS 14.0'X 14.0'X 3.0' C10 N/A N/A SHADE BY SU PEaroa PEcaEA Ti ONAL Paoo U CrS 0 These drawings are for reference only and should not be used PROJECT NAME DATE DRAWN BY as construction details. They show the general character and BOUQUEST CANYON 8/24/2023 JSJ rough dimensions of the structural features. Superior Recreation Products is not responsible for deviation of final shade dimensions. All final dimensions must be verified in the QUOTE TITLE SCALE SHEET field by the customer. Exact spans, fasteners, materials, and Ch QUO0269379 Proposal Not to Scale 1 Of 1 foundations can be determined by a license engineer coon request. Packet Pg. 58 Ic tF, T� oil V- 7., 0 roll "liv, .10 :1 L6L�--- A STRONG FOUNDATION IN PLAY FOR OVER 50 YEARS P.(435�245-5055 I F;435245-5057 Tyler@gwpark.com -MmIL 1C. 1� Now ci Packet Pg. 597 mosommomma— � a Ufa _ ,r a MEW NIIIIIIII NOR lkl toll ............ y t + 1 I. A STRONG FOUNDATION IN PLAY FOR OVER 50 YEARS P. (435) 245.5055 d F: 435 245-5457 Tylewtgwpark.cvm L V fC nn Q Packet Pg. 60 r • ' � 3v� � ` �r � r �� _ y Y�, � �t � � �i • r �►srP r +k�y71'. � 'lee •"yf� �S$. Y! Vf_i �ia ( i y �t Q NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, California SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS 1. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Purchasing Agent. Questions and requests for modification of these terms must be negotiated and approved prior to bid submission and are at the full discretion of the City. 2. You should check with your Insurance advisors to verify compliance and determine if additional coverage or limits may be needed to adequately insure your obligations under this agreement. These are the minimum required and do not in any way represent or imply that such coverage is sufficient to adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements shall not in any way act to reduce coverage that is broader or includes higher limits than those required. The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. 3. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. I. INDEMNIFICATION: City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. 11. INSURANCE CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law, The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment .of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liability Insurance During the entire term of this Agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the Agreement and any extension thereof in the amount indicated above or the following minimum limits: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Products/Completed Operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must include work performed "by or on behalf' of the CONTRACTOR. Policy shall contain no language that would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the CONTRACTOR. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as willfully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below; The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance'penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coverage Insurance {Services involvins real propertv only) CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. Pollution Liabilitv and/or Asbestos Pollution Liabilitv and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liabilitv (if Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000] combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. Primary and Additional Insured All of such insurance shall be primary and shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Purchasing Agent shall be submitted to the CITY prior to execution of this Agreement on behalf of the CITY. Requirements Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this Agreement, CITY may cancel the Agreement immediately with no penalty. Should CONTRACTOR'S insurance required by this Agreement be canceled at any point prior to expiration of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Purchasing Agent, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Purchasing Agent. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR'S activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature: v Date: 10/12/23 Printed Name: Richard Schultz, President (Sole Officer) REFERENCES Bid #PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1. San Diego Unified School District: 4100 Normal Street San Diego, CA 92103 Name and Address of Owner / Agency Jim LeBeau: 858-361-7503 Name and Telephone Number of Person Familiar with Project $894,205.00 Furnish &_Install Shade Shelters 8/2021 Contract Amount Type of Work Date Completed 2. County of San Diego: 5560 Overland Ave. Suite 270 San Diego, CA 92123 Name and Address of Owner/ Agency Stephanie Ka lin: 858-401-0417 Name and Telephone Number of Person Familiar with Project $875,492.73 Park Renovation 2/2023 Contract Amount Type of Work Date Completed 3. Azusa Unified School District: 546 S Citrus Avenue, Azusa, CA 91702 Name and Address of Owner/ Agency Brian Allen: 626-732-4345 Name and Telephone Number of Person Familiar with Project $916,812.00 Playground Renovation at Multi School Sites 9/2023 Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder intends to procure insurance bonds: U.S. Specialty Insurance Co.: 801 S Figueroa St. #700, Los Angeles CA 90017 / 310-649-0990 The Bond Connection: 27201_Puerta Real #300, Mission Viejo, CA 92691 / Blake Pfister:_949-248-1543 PROPOSAL FORM Bid #PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, California TO THE CITY OF SANTA CLARITA, AS CITY: In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration, In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: R.E. Schultz Construction, Inc. Company Address: 1767 North Batavia Street Orange, CA 92865 Phone: 714-649-2627 Email: nicole@reschultzconstruction.com By: Richard Schultz Print Name President, Sole fficer Title: Signature: Date: 10/12/23 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares 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. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE 'BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. NON -COLLUSION AFFIDAVIT Bid ##PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ] COUNTY OF LOS ANGELES 1 Richard Schultz being first duly sworn deposes and says that he/she is the President, Sole Officer (sole owner, a partner, president, etc.) of R.E. Schultz Construction, Inc. the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, orto any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Bidder: 77 Signature Title President, Sole Officer California All -Purpose Certificate of Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Crd-y S.S. Dn before me, personally appeared / Ul ett4. who proved to me on the basis of satisfactory evidence to be the persoi whose name( @'la.rii—i-subscribed to the within instrument and acknowledged to me that "k&shr--/th1 y-executed the same in (f�isMerltheir authorized capacity(ies), and that by &is7h-6rlt their signatures -)'on the instrument the person(' or the entity upon behalf of which the person(sfacted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. W ITNESS my hand and official seal. OPTIONAL INFORMATION Description of Attached Document The preceding Certificate of Acknowledgment is attached to a �v1 1 document title ,!Mort he purpose of ;!'t r c ntaining pages, and dated The signer(s) capacity or authority is/are as: n' Individuali Attorney -in -fact Corporate Officer(s) GuardianlConservator 0 Partner - Limited/General Trustee(s) D other: representing: D. MINDIOLA Notary Public - California `_- Orange County > Commission _ 235427� 6 - My Comm. Expires tear 5. 2025 Method of Signer Identification Proved to me on the basis of satisfactory evidence: r], form(s) of identification [] credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other Additional Signer—.11 Signer(s) Thumbprints(s) r—, t. PROPOSAL FORM Bid #PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, California TO THE CITY OF SANTA CLARITA, AS CITY: In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration, In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: R.E. Schultz Construction, Inc. Company Address: 1767 North Batavia Street Orange, CA 92865 Phone: 714-649-2627 Email: nicole@reschultzconstruction.com By: Richard Schultz Print Name President, Sole fficer Title: Signature: Date: 10/12/23 NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, California SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS 1. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Purchasing Agent. Questions and requests for modification of these terms must be negotiated and approved prior to bid submission and are at the full discretion of the City. 2. You should check with your Insurance advisors to verify compliance and determine if additional coverage or limits may be needed to adequately insure your obligations under this agreement. These are the minimum required and do not in any way represent or imply that such coverage is sufficient to adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements shall not in any way act to reduce coverage that is broader or includes higher limits than those required. The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. 3. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. I. INDEMNIFICATION: City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. 11. INSURANCE CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law, The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment .of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liability Insurance During the entire term of this Agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the Agreement and any extension thereof in the amount indicated above or the following minimum limits: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Products/Completed Operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must include work performed "by or on behalf' of the CONTRACTOR. Policy shall contain no language that would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the CONTRACTOR. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as willfully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below; The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance'penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coverage Insurance {Services involvins real propertv only) CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. Pollution Liabilitv and/or Asbestos Pollution Liabilitv and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liabilitv (if Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000] combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. Primary and Additional Insured All of such insurance shall be primary and shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Purchasing Agent shall be submitted to the CITY prior to execution of this Agreement on behalf of the CITY. Requirements Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this Agreement, CITY may cancel the Agreement immediately with no penalty. Should CONTRACTOR'S insurance required by this Agreement be canceled at any point prior to expiration of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Purchasing Agent, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Purchasing Agent. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR'S activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature: v Date: 10/12/23 Printed Name: Richard Schultz, President (Sole Officer) BID SCHEDULE Bid #PROS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, California Fill out this form completely and submit with the bid response. Line item pricing must be entered on BidNet. In the event any mathematical discrepancies are found, please refer to Section B, Bid Instructions. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices in this Bid Schedule constant throughout the duration of the project up to the last contract working day. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL NO. 1 Mobilization/Demobilization 1 LS $ 35,000.00 $35,000.00 2 Construction Fence 675 LF $ $ 4.00 2,700.00 Demo and dispose of play equipment, safety 3. surfacing, and concrete 1 LS $ 20,000.00 $ 20,000.00 4 Tree removal 1 EA $ 3,500.00 $ 3,500.00 5 Sand Removal/disposal 1 LS $ 14,500.00 $ 14,50a.00 6 Concrete flatwork installation 1 LS $ $ 64,Q00.00 64,000.00 7 Play equipment installation 1 LS $ 108,000.00 $ 108,000.00 8 Shade sails installation 1 LS $ 110,000.00 $ 110,000.00 9 ti Safety surfacing system installation 7900 SF $ $ 24.00 189,600.00 TOTAL. BASF BID AMOUNT. $ 547,300.00 TOTAL BASE BID AMOUNT IN WORDS: Five Hundred and Fortv Seven Thousand Three Hundred Dollars. BIDDER'S INFORMATION AND CERTIFICATION Bid #PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, CA Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the Subcontractor Designations form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. Bidder's Name: R.E. Schultz Construction, Inc. Business Address: 1767 North Batavia Street, Orange, CA 92865 Telephone No.: 714-649-2627 State CONTRACTOR's License No. & Class: 1007195 - A, B, C-61/D34, C-61/D12 Exp. 9/30/25 DIR No.: 1000033385 Original Date: 12/29/15 Expiration Date: 6/30/24 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: Richard Schultz, President (Sole Officer) The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture areas follows: A All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 12th day ofOctobe20 23 . BIDDER: Signature Richard Schultz, President (Sole Officer) Name and Title of Signatory R.E. Schultz Construction, Inc. Legal Name of Bidder 1767 North Batavia Street, Orange, CA 92865 Address 714-649-2627 32-0465469 Telephone Number Federal Tax I.D. No. BIDDER'S QUESTIONNAIRE Bid #PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, California 1. Submitted by: Richard Schultz Telephone: 714-649-2627 Principal Office Address: 1767 North Batavia Street, Orange, CA 92865 2. Type of Firm: ❑ C Corporation ® S Corporation ❑ Individual/Sole Proprietor or Single —Member LLC ❑ Partnership ❑ Limited Liability Company "C" C-Corp ❑ Limited Liability Company "S" S-Corp ❑ Limited Liability Company "P" Partnership ❑ Other 3a. If a corporation, answer these questions: Date of Incorporation: 4/21/2015 State of Incorporation: California President's Name: Richard Schultz Vice -President's Name: Richard Schultz Secretary or Clerk's Name: Richard Schultz Treasurer's Name: Richard Schultz 3b. If a partnership, answer these questions: N/A Date of organization: State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. BIDDER'S QUESTIONNAIRE (cont'd) Bid ##PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, California 4. Name of person holding CONTRACTOR's license: Richard Schultz A, B, C-61/ 34, License number: 1007195 Class:C-61 D12 Expiration Date: 9/30/25 D.I.R. Registration # 1000033385 5. CONTRACTOR's Representative: Richard Schultz Title: President, Sole Officer Alternate: Title: 6. List the major construction projects your organization has in progress as of this date: A. Owner: San Diego Unified School District Project Location: (4) School Sites Type of Project: Removal and re lacement of play equipment and surfacing. B. Owner: Citv of Monterey Park Project Location:. Various Locations Type of Project: Playground replacements. C. Owner: Anaheim Elementary School District Project Location: (3) School Sites. _ Type of Project: PlaVground equipment upgrade. BIDDER PRE -QUALIFICATION QUESTIONNAIRE Bid #PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, California In accordance with the California Public Contract Code Section 20101, the City of Santa Clarita will review this completed bidder's pre -qualification questionnaire immediately following bid closing, starting with the apparent low bidder. If the apparent low bidder answers in the negative OR does not meet the requirements outlined in this questionnaire, the City will find the apparent low bidder unresponsive, and will move on to the next apparent low bidder, and so and so forth. 1. In the past five years has any claim against your firm concerning your firm's work on a construction project been filed in court or arbitration? Yes ❑ No If "yes," an separate signed sheets of paper identify the claim(s) by providing the project name, date of the claim, name of the claimant, a brief description of the nature of the claim, the court in which the case was filed and a brief description of the status of the claim (pending or, if resolved, a brief description of the resolution). 2. In the past five years has your firm made any claim against a project owner concerning work on a project or payment for a contract and filed that claim in court or arbitration? Yes ❑ No IN If "yes," on separate signed sheets of paper identify the claim by providing the project name, date of the claim, name of the entity (or entities) against whom the claim was filed, a brief description of the nature of the claim, the court in which the case was filed and a brief description of the status of the claim (pending, or if resolved, a brief description of the resolution). 3. Has CAL OSHA (or Fed/OSHA) cited and assessed penalties against your firm for any "serious," "willful" or "repeat" violations of its safety or health regulations in the past five years? NOTE: If you have filed an appeal of a citation, and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal, you need not include information about it, Yes ❑ No 0 If "yes," attached a separate signed page describing the citations, including information about the dates of the citations, the nature of the violation, the project on which the citation(s) was or were issued, and the amount of penalty paid, if any. If the citation was appealed to the Occupational Safety and Health Appeals Board and a decision has been issued, state the case number and the date of the decision. 4. List your firm's Experience Modification Rate (EMR) (California workers' compensation insurance) for each of the past three premium years: NOTE: An Experience Modification Rate is issued to your firm annually by your workers' compensation insurance carrier. Current year: 1.02 Previous year: 1.04 Year prior to previous year: 1.05 If your EMR for any of these three years is or was 1.00 or higher you may, if you wish, attach a letter of explanation. P see attached. 5. Indicate your firm's capacity to complete this project based on any present commitments to other projects, whether that be pre -construction, post -construction, or ongoing construction. In other words, is your firm capable of performing or complying with the required delivery or performance schedules, considering all existing commercial and governmental business commitments? Please elaborate on separate signed sheets of paper. See,atta bed. 6. Does your firm have the adequate financial capabilities including bonding capacity (up to $12,000,000) to perform the contract in question, together with all other pending work, or have the ability to obtain adequate financial resources in a timely manner? Please elaborate on separate signed sheets of paper, and provide confirmation letter from Surety. 'See attached Bondability Letter 7. Does your firm have a valid California Class B or A Contractors License? Yes IN] No ❑ 8. Has your firm completed a minimum of two projects valued at $12,000,000+? Please elaborate on separate signed sheets of paper. See Attadhed 9. Has your firm successfully constructed a fully enclosed multi -use sports complex? Please elaborate on separate signed sheets of paper. See ate. 10. Does your firm have insurance coverage of the following type and limits? Mease see attached. • $5MM per Occurrence (General Liability or Excess) • $10MM annual General Aggregate (General Liability or Excess) • Workers' Comp (statutory limits) CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors priorto the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files. R.E. Schultz Construction, Inc. BIDDER Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). DESIGNATION OF SUBCONTRACTORS Bid # PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service In excess of Y. of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor Great Western Recreation DIR Registration No,* 1000015526 Dollar Value of Work $157,528.80 Location and Place of Business P.O. Box 680121 Fort Payne, AL 35967 Bid Schedule Item No's: Line item #9 Description of Work Poured in Place Surfacing License No. CSL13#855664 Exp. Date: / / 3/31/2025 Phone ( ) (435)245-5055 Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( } Subcontractor DIR Registration No,* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( } NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Sectlon 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. REFERENCES Bid #PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1. San Diego Unified School District: 4100 Normal Street San Diego, CA 92103 Name and Address of Owner / Agency Jim LeBeau: 858-361-7503 Name and Telephone Number of Person Familiar with Project $894,205.00 Furnish &_Install Shade Shelters 8/2021 Contract Amount Type of Work Date Completed 2. County of San Diego: 5560 Overland Ave. Suite 270 San Diego, CA 92123 Name and Address of Owner/ Agency Stephanie Ka lin: 858-401-0417 Name and Telephone Number of Person Familiar with Project $875,492.73 Park Renovation 2/2023 Contract Amount Type of Work Date Completed 3. Azusa Unified School District: 546 S Citrus Avenue, Azusa, CA 91702 Name and Address of Owner/ Agency Brian Allen: 626-732-4345 Name and Telephone Number of Person Familiar with Project $916,812.00 Playground Renovation at Multi School Sites 9/2023 Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder intends to procure insurance bonds: U.S. Specialty Insurance Co.: 801 S Figueroa St. #700, Los Angeles CA 90017 / 310-649-0990 The Bond Connection: 27201_Puerta Real #300, Mission Viejo, CA 92691 / Blake Pfister:_949-248-1543 PROPOSAL GUARANTEE BID BOND NO. 11-327-556 Bid #PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that R.E. Schultz Construction, Inc. , as BIDDER, and U.S. Specialty Insurance Company as SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of ten percent of the amount bid in dollars ( 10%), which is ten percent (10%) of the total amount bid by BIDDER to CITY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this 12th Day of October , 2023. CONTRACTOR: Name and Title of Signatory Signature R.E. Schultz Construction, Inc. 1 Legal Name of Bidder 1767 N Batavia Street, Orange, CA 92865 Bidder Address y q 714-649-2627 Telephone Number Federal Tax I.D. No. SURETY*: U.S. Specialty Insurance Company A Name 800-486-669S suretyclaimsinguiry@tmhcc.com. Phone Number and Email 801 South Figueroa Street #700, Los Angeles, CA 90017 Address *Provide BIDDER and SURETY name, phone number, email, and the name, title, address, and phone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Contractor and Surety signatures_ must be notarized prior to submittal. CALlFORNIA ALL41URPOSE ACKNOWLEDGMENT CML CODE § 1189 A notary public or Sher officer =p1e" this mate verifies only the be" of the wdiuidtiai who signed the doamient to which ft ate is ad#ached, and not the truft* ess, ao ►racy, or validity of #mot domment. Mate of California ) Countyof , Oran On October 9, 2023 beforeme, Lianne Nahina, Notary Public Date Here Insert Name and Title of the Officer Blake A. Pfister Name(s) of Slgrw(s) , who proved to me on the basis of satisfactory evidence to be the person(* whose name(s) is/sp subscribed to ft within instrument and acknowledged to me that heINOWA r executed the same in her auftwtwd capacityOW, and that by his/1Mi WM s%pudure(6) on the instrument the personal), or the entity _upon beW of which the person* aMd, executed the instrument. LIAZZ NAHINA a •� COMM, #r: 2314283 X is a NOTARY PUBLIC-CALIFOi % � a ORANGE COUNTY to MY COMM, EXP. DEC 5, 2023 I certify under PENALTY OF PERJURY under the taws of the State of California that the foregoing paragraph is true and correct, WITNESS my hand and official seal, Signartu , Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Din of Attached Dootnn Tate or Type of Document: Bid Bond 1 1- 3 2 7- 5 5 b Document Dom, October 12 e 2 0 2 3 Number of Pages: Signer(s) Other Than Named Above: N / A , N o n e C ►i ) Clabried by Signer(s) Signer's Name: Blake A. Pfister 0 Corporate Officer — Title(s): 0 Partner — D Limited 0 General 0 indivOual . 0 Attorney in Pact El Trustee M Guardian or Conservator D Other: Signer Is Representing: U . S„- -,Spc_ i_ a 1 t y Insurance CoUau Signer's Nam, - - -- - - - 11 Corporate Officer — Title(s), 0 Partner — D Limited Cl General i3 Individual C7 Attorney in Fact * Trustee 0 Guardian or Conservator * Other: Signer Is Representing: C2014 National Notary Association • www.NatiDnalNotary,org • 1-800-US NOTARY (1-800-876-6827) item, #5907 fat of Calito mil County of Los ' -A nge s° I certify under PENALTY OF .. . ..... .. 'nd and WC17NESS rnyf�i Signature Adtistd'ht"' C;rnpany an P, 'of Attorney, ex 6buteffll set out in the Power of Daniel P. Aguilar, Vice President ERJURY unde.r.thelaws-of the State of California that the foregoing paragraph is true and correct MANPOA021202' . .. . .. ..... 'brn y t for or "ro in on, 0 1 an California All -Purpose Certificate of Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Caiirrnia S.S. County of � On 16 - �-` before me, personally appeared 1 tf who proved to me on the basis of satisfactory evidence to be the personwhose name( Ware subscribed to the within instrument and acknowledged to me that 69_a' tf ley executed the same in i their authorized capacity), and that W-hw e`r/fh-eif signature( on the instrument the person, sj, or the entity upon behalf of which the person(Sfacted, executed the instrument. l certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. E>Ur o. MlNalota ~fie �_... i, , Notary Public - Cahfcrnia WITNESS my hand and official seal. _� z Orange County Commission = 235C2.74 My Comm- Expires �lar G_ 2025 Y OPTIONAL INFORMATION Description of Attached Document The preceding Certificate of Acknowledgment is t9ched to a document titled/for the purpos� of -) r Gt containing pages, and dated Thee� signer(s) capacity or authority is/are as: YIndividual(s) [ Attorney -in -fact 0 Corporate Officer(s) n Guardian/Conservator D Partner -Limited/General i—1 Trustee{s) 01 Other: representing: Method of Signer Identification Proved to me on the basis of satisfactory evidence: j_'; form(s) of identification FJ credible witness(es) Notarial event is detailed In notary journal on: Page # Entry # Notary contact: Other t_-- Additional Signer Ei Signer(s) Thumbprints(s) h NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares 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. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE 'BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. NON -COLLUSION AFFIDAVIT Bid ##PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ] COUNTY OF LOS ANGELES 1 Richard Schultz being first duly sworn deposes and says that he/she is the President, Sole Officer (sole owner, a partner, president, etc.) of R.E. Schultz Construction, Inc. the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, orto any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Bidder: 77 Signature Title President, Sole Officer California All -Purpose Certificate of Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Crd-y S.S. Dn before me, personally appeared / Ul ett4. who proved to me on the basis of satisfactory evidence to be the persoi whose name( @'la.rii—i-subscribed to the within instrument and acknowledged to me that "k&shr--/th1 y-executed the same in (f�isMerltheir authorized capacity(ies), and that by &is7h-6rlt their signatures -)'on the instrument the person(' or the entity upon behalf of which the person(sfacted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. W ITNESS my hand and official seal. OPTIONAL INFORMATION Description of Attached Document The preceding Certificate of Acknowledgment is attached to a �v1 1 document title ,!Mort he purpose of ;!'t r c ntaining pages, and dated The signer(s) capacity or authority is/are as: n' Individuali Attorney -in -fact Corporate Officer(s) GuardianlConservator 0 Partner - Limited/General Trustee(s) D other: representing: D. MINDIOLA Notary Public - California `_- Orange County > Commission _ 235427� 6 - My Comm. Expires tear 5. 2025 Method of Signer Identification Proved to me on the basis of satisfactory evidence: r], form(s) of identification [] credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other Additional Signer—.11 Signer(s) Thumbprints(s) r—, t. SNNTA o y 'd t r OLhQF�. /b [IfCfMBEF l� Addendum No. 1 BID # PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City of Santa Clarita, California Addendum No. 1 September 26, 2023 This addendum must be acknowledged via BidNef and should be included with the bid response. There was a non -mandatory, pre -bid meeting on September 26, 2023 beginning at 11:00 AM (PT). The meeting was located at 28127 Wellston Dr, Santa Clarita, CA 91350. Attending Staff: • Juan Martinez— Project Manager, Neighborhood Services • Mariela Delgado — Buyer, Administrative Services • Alyssa Herrera — PTS Office Clerk, Administrative Services • Cesar Alvarez — Mail Clerk, Administrative Services • Annette Guzman —Administrative Analyst, Public Works Attending Vendors: • UBD Inc. • R.E. Schultz Construction Inc. The following questions were asked and answered: Q1) Will all of the existing playground equipment and sand need to be removed by the contractor? Al) Yes, there is also concrete removal needed. Q2) When is the anticipated start date of the project? A2) November 2023. Q3) Can we place storage containers in the parking lot? A3) Yes, that is acceptable. Q4) Does the City have a preference on any specific design for the pour in place? A4) A 50/50 color mix. The following was reviewed: • Project scope of work • Bidding Guidelines • Labor Compliance • Job Walk BID # PPOS-23-24-P4026 4� 5XNTA Cj 4 t OFF I6 6ECEM'�Ek END OF ADDENDUM Addendum No. 1 September 26, 2023 This addendum st be acknowledged via E3idNet and should be included with the response. 1" Richard Schultz, President (Sole Officer) 10/11/23 Contractor's ReprSikkative Date R.E. Schultz Construction. Inc. Company Name BI b # PP05-23-24-P4026 S&NTev'a City of Santa Clarita Pre -Bid Meeting Sign -In Sheet September 26, 2023 at 11:00 AM (PT) BID# PPOS-23-24-P2406 Bouquet Canyon Park Playground Installation Bid Closing: October 12,2023 BEFORE 1100 AM (PT) Questions Due by October 05,2023 BEFORE 11:00 AM (PT) I hereby waive, release, and hold harmless from any liability or claims for damages for personal injury, including negligence, as well as from claims for property damage which may arise in connection with the above -named activity, against the supervisors, the City of Santa Clarita, and its elected and appointed officials, agents, and employees. My signature below indicates that I have read, understand, and agree to all of the above. Company First & Last Name t Print earl ignature Contact Information Or Business Card Provided (write yes) 4 %-5) .I 5 'rt schuftz Ito*fmructvan, IeFZD`ieral Engineering rontracturs Lic. 91037195 Oln # 10=033395 Offl ,*: (1141 649-2627 • Fnx: 17141 740 5049 rontnctW rtschultzconstructlon.com www, remchuftzconotructlon -cum also MmhaO04 ,n5tr uct ion, 1 General Engineering Enntrar-tars Lic. #1007195 EMIR Rating Statement In 2020, an employee violated company policy and procedures resulting in him reinjuring his back for which was an undisclosed injury sustained prior to employment with R.E. Schultz Construction, Inc. As a result, our EMR Rating for 2021, 2022, 2023 were rated higher than 1.00. Richard Schultz President, Sole Officer R.E. Schultz Construction, Inc. 1767 N. Batavia St., Orange, CA 92865 1714.649.2627 1714.740.5049 1 www.reschultzconstruction.com vusSchui .ruction D�15 1�z r1 General Engineering C' Contractors Lir-. #1007195 Firm's Work Capacity With consideration of our pre -construction, post -construction, or ongoing construction projects, R.E. Schultz Construction, Inc. is capable of performing or complying with the required delivery or performance schedules of this project. R��; Richard Schultz President, Sole Officer R.E. Schultz Construction, Inc. 1767 N. Batavia St., Orange, CA 92865 1714.649.2627 1714.740.5049 1 www.reschultzconstruction.com TOICIO NtARIN E HCC September 25, 2023 R.E. Schultz Construction, Inc. 1767 N Batavia Orange, CA 92865 RE: Bond Capacity Letter 1 Bondability Certification To Whom It May Concern, Toklo Marine HCC 1 MacArthur Place, Suite 550 Santa Ana, CA Q707 Tokio Marine HCC - Surety Group is a leading provider of surety bonds; comprised of American Contractors Indemnity Company and U.S. Specialty, Insurance Company. Our underwriting companies are rated AA- (Very Strong) by Standard & Poor's and A++ (Superior)'by A.M. Best Company. Both American Contractors Indemnity Company and U.S. Specialty Insurance Company are approved underwriting surety companies per the most current U.S. Treasury Department listed Circular 570 and complies with the provisions of the California Code of Civil Procedure, Section 995.600. For many years, R.E. Schultz Construction, Inc. has been a highly regarded and valued client of both American Contractors Indemnity Company and U.S. Specialty Insurance Company. We understand that you.are considering them for future projects. Although we have not set a maximum single bond or aggregate limit, we will consider our client for payment and performance bonds of $3,000,000 single limit within a $6,000,000 aggregate program. We continue to be confident in our client's ability to perform and we recommend them for your favorable consideration. Our experience with our client has been excellent. Please be advised that execution of all final bonds is subject to review and acceptance of the final contract terms, conditions, and financing by our client and Tokio Marine HCC - Surety Group at the time of each request. This letter does not guarantee the execution of any final bonds. The information contained herein is furnished as a matter of courtesy for your confidential use and is merely an expression of opinion as of the date of this letter. If you have any questions please do not hesitate to contact me at 949-248-1643. Sincerely, Blake A Pfister, Attorney -in -fact On Behalf of American Contractors Indemnity Company and U.S. Specialty Insurance Company cc: Paul Dito A member of the Toklo Marine HCC group of companies CAUF4IICM ACKNOWLEDONOW CMIL CODE 61189 A notary pA& or oMw mq*ft this cafficM veffn orgy the Waft of the WMdual who dyW the dmmnent to rrhfvh tits asr#k ate b d*W and not #te tuM*WA MmmW, or Vddgy of tlrat ftnr mt: Stato of California ) County of Qraage _ OnSeeptember 25,202.3 oMm@, Lianne Nahina, Notary Public Date Hem lmrert Abm and 77of the Officer p * appeared Blake A. Pfister of Sot who proved to me on the bads of satWadtwyr evidenos to be the person(I# whose name(s) Is/ap sobsmibed to the whhin instrument and adOwMedged to me that hW*xg t' owuied'the same in �' � . a� by hi�M`� on the lr�shurtmentthe �(f g. or the en* Capon behaalf of wig the perwn($ aded, oweL ted the InstrurnwL LIANNE NAHINA I oertlly under PITY OF PERJURY wxeft laws ti COMM, # 2314283 M of the Stye of Califomia #0 foregoing MOM* M)TARY PD6i.ICrCAi.1FOW is true and correct, ORANGE Cdt1NTY WITNESS nay harm and off sue, INY COAINC. f R CEC 5, 2M S nature Signoov of Notary Pubric PAm Nofty Abow OPTIOAHL 77vugh this sea bn to optional, compWng this information can dew atteretion of the document or fraudulent reattachment of this farm to an unintended document Oww"W of AftadW Dort TM 4 Type of Dodumle Bond Letter Dow e2tember 25, 2023 Number of Pages: 1 Sigma*) Other Than Named Above: N/A, None Capad4$W) CMmW byftnerN Sig;WsNanw,Blake A. Pfister * corporate ofter -- TM*y. * Psi — 0 Limited 0 General * Individual, IN Attorney In Fact Li ThAfte, 0 GuwdWn or Conservator 0 Other. Signer c is Representing, ri - c . ,-r_. ty insurance Company ® Corporate Officer --» Tkle(s): M Partner — ® Limited 0 General CI Ir dh4duel 0 Attorney in Fact © Thwee, CI Guardian or Wwavator 0 Other: S19ner Is Representing: 02014 Natlonal Notary Assodadm • www.NoOmWNotwy.org • 1 -SOD-US NOTARY (1-OW-87W27) Item #5W TOKIO MARINE HCC POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That, U.S. SPECIALTY INSURANCE COMPANY (the "Company'), a corporation duty organized and existing under the laws of the state of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and -appoint, Blake A. Pfister Its true and lawful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver bond number None, Bond Letter only issued In the course of its business and to bind the Company thereby, I an amount not to exceed Six Million and 001100 Dollars $6,000,000.00 ). Said appointment is made under and by authority of the following resolutions of the Board of Directors of U. S. Specialty Insurance Company: 'Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling orterminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be It Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached! Adopted by unanimous written consent in lieu of meeting on September 1 St, 2011. The Attorney -in -Fact named above may be an agent or a broker of the Company. The granting of this Power of Attorney is specific to this bond and does not indicate whether the Attorney -in -Fact is or is not an appointed agent of the Company. IN WITNESS WHEREOF, U.S. Specialty Insurance Company has caused its seal to be affixed hereto and executed by its Senior Vice President on this 1811i day of April, 2022. a•'„`'losur,`�`n, State of California U.S. SPECIALTY I SURANCE COMPANY a= County of Los Angeles SS: s = By: ..., Adam S. Pessi , Senior Vice President A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validitv of that document. On this 181" day of April, 2022, before me, Sonia O. Carrejo, a notary public, personally appeared Adam S. Pessin, Senior Vice President of U.S. Specialty Insurance Company, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I cdrtify under PENALTY OF PERJURY under the laws of the State of CALIFORNIA that the foregoing paragraph is true and correct. WITNESS my hand and official seal. , sansac- - mmary Public • [land a., LmAmpl"Cowry .S. ignatu re famMh, 4,N279r710 (seal) Comm. EKplrosApr 33, 20=6 - I, Kio Lo, Assistant Secretary of U.S. Specialty Insurance Company, do hereby certify that the Power of Attorney and the resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that neither the said Power of Attorney nor the resolution have been revoked and they are now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this 25th day of ",\USUH�fu11,rrr/ Bond No. Agency No, None, Bond Letter Only 3074 s Visit tmhcc.com/surety for moro Information September 2023 Klo Lo, Assis : Secretary HQG8=P0AU SSlc04/2 b22 oc� tru�twn GQr'� General Engineering Eontrar-tors Lic. #1007195 Completion of Proiects R.E. Schultz Construction, Inc. has completed numerous projects identical to the scope of this project and valued at $12,000,000.00+ in the past 30 years of business as a subcontractor. Richard Schultz President, Sole Officer R.E. Schultz Construction, Inc. 1767 N. Batavia St., Orange, CA 92865 1714.649.2627 1714.740.5049 1 www.reschultzconstruction.com a o Mcchagoa tructran General Engineering CantraE:tnrs Lir. #11107195 Completion of Multi -Use Sports Complex Protects R.E. Schultz Construction, Inc. has completed numerous projects identical to the scope of this project and larger in the past 30 years of business. Reference: Tyler Kyriopoulos Principal Partner/Playologist Great Western Recreation 435-760-5103 c 435-245-5055 o 805-512-7156 f Richard Schultz President, Sole Officer R.E. Schultz Construction, Inc. 1767 N, Batavia St., Orange, CA 92865 1714.649.2627 1714.740.5049 1 www.reschultzconstruction.com A`CORD® CERTIFICATE OF LIABILITY INSURANCE TE DAD81211202N3 YI THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER NAME CT Carol Knox, Monica Avelar or Kory Butler PHONE (714) 744-3300 arc No): (714) 744-6537 KGIB, INC. EAIL DDRE , Carol@kgibinc.com, Monica@kgibinc,com, Kory@kgibinc.com KNOX GENERAL INSURANCE BROKERS INSURERS AFFORDING COVERAGE NAIC # 226 SOUTH GLASSELL STREET INSURER A: SCOTTSDALE INSURANCE COMPANY 41297 ORANGE CA 92866 INSURED INSURER B : CLEAR BLUE SPECIALITY INSURANCE COMPAN 28860 INSURER C : R.E. SCHULTZ CONSTRUCTION, INC INSURER D : 1767 N BATAVIA STREET INSURER EI 1 INSURER F : ORANGE CA 92865 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MMIDDfYYYYI POLICY EXP fMM/DDffi=1 LIMITS A X COMMERCIAL GENERALLIABILITY CLAIMS -MADE N-1 OCCUR BCS2000828 08116I2023 08116/2024 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES Eaoccurrrrerce $ 100,000 MED EXP (Any oneperson) $ EXCLUDED PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO LOG OTHER GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMPIOP AGO $ 2,000,000 $ B AUTOMOBILE X LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY BW02-STR-2300180-00 06119/2023 06119/2024 COMBINED SINGLE LIMIT Ea accident $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Peraccldent $ A X UMBRELLA LIAR EXCESS LIAR X OCCUR CLAIMS -MADE XLS2002647 08/16/2023 08/1612024 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 BED RETENTION $ Over General Liability $ & Work Comp WORKERS COMPENSATION AND EMPLOYERS'LIABILITY YIN ANY PROPRIETORIPARTNERlEXECUTIVE OFFICERIMEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA --N/A-- PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) "FOR INFORMATIONAL PURPOSE ONLY** R,E, SCHULTZ CONSTRUCTION, INC 1767 N. BATAVIA STREET ORANGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE CA 92865-4103 @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD A0179521 -77 Certificate of Amendment Of Articles of Incorporation The undersigned certify that: FILED Secretary of State State of Californie J/W 07 2016 Qi 1 cc, 1. They are the President and the Secretary, respectively, of RES ENTERPRISES, INC., a California corporation. 2. Article]. of the Articles of Incorporation of this corporation is amended to read as follows: Th Apfije of the r oration is: ,E: - h " ari tf�uckir�ri iric; 3. The foregoing amendment of Articles of Incorporation has been duly approved by the board of directors. 4. The corporation has issued no shares. We further declare under penalty of perjury under the laws of the State of California that the matters set forth in this certificate are true and correct of our own knowledge. DATE:.') '1 "� .20J (' Senders Contact Information: Richard Schultz 2914 E. Katella Ave #102 Orange CA 92867 714-649-2627 Entity #C3779421 Home ��,. CONTRACTORS STATE LICENSE BOARD U ZI 0 QContractor's License Detail for License # 1007195 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B&P ?- 24.5) If this entity is subject to public complaint disclosure dick on link that will appear below for more information. Click here for a definition of disclosable actions. F Only construction related civil judgments reported to CSLB are disclosed (9&F 7a71_17j. > Arbitrations are not listed unless the contractor faits to comply with the terms.. Due to workload, there maybe relevant information that has not yet been entered into the board's license database. Data current as of 10/12/2023 10:01:40 AM R E SCHULTZ CONSTRUCTION INC 1767 N BATAVIA STREET ORANGE, CA 92865 Business Phone NumberJ714) 649-2627 Entity Corporation Issue Date 09/10/2015 Expire Date 0913012025 This license is current and active. All information below should be reviewed. A- GENERAL ENGINEERING r C-61J D34 - PREEABRICA'LLD EC�UIPMENT B-GENERAL BUILDING C 61LD12_SYNTHETIC PRODUCTS Contractor's Bond This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bond Number: 100320462 ..�____`________—______ Bond Amount. $25,000 Effective Date: Ol/01/2023 Contractor's Bond History Bond of Qualifying individual ► This license filed Bond of Qualifying Individual number 100731718 for CHRIS LEE THOMAS in the amount of $25,000 with A_ MER_ICAN_ CONTRACTORS INDEMNITY COMPANY. Effective Date: 03/07/2023 BQI's Bond History ► The qualifying individual RICHARD EARL SCHULTZ certified that he/she owns 10 percent or more of the voting stock/membership interest of this company; therefore, the Bond of Qualifying Individual is not required. Effective Date:06/24/2016 BQ)'s Band History This license has workers compensation insurance with the INSURANCE COMPANY OF THE WEST Polity Number:W5D506512001 Effective Date: 04/14/2022 Expire Date: 04/14/2024 Workers' Compensation Histo_yr ► Personnel listed on this license (current or disassociated) are listed on other licenses. -opyright © 2023 State of California 10112123, 10:02 AM cad!r.my.salesforce-sites.com/ContractorSearch/PrintRegDetails :ontractor Information Legal Entity Name R.E. SCHULTZ CONSTRUCTION, INC Legal Entity Type Corporation Status Active Registration Number 1000033385 Registration effective date 7/1/2022 Registration expiration date 6/30/2024 Mailing Address 1767 N. BATAVIA ST ORANGE 92865 CA United Physical Address 1767 N. BATAVIA ST. ORANGE 92865 CA United Email Address Trade Name/DBA R.E. SCHULTZ CONSTRUCTION, INC License Number(s) CSLB:1007195 CSLB:755160 _egaE Entity Information Corporation Number: Federal Employment Identification Number: President Name: Richard Schultz Vice President Name: Treasurer Name: Secretary Name: CEO Name: Registration History Effective Date Expiration Date 5/25/2018 6/30/201 5/17/2017 6/30/201� 5/312016 6/301201 12/29/2015 6/30/201� 711/2019 6/30/202 7/1/2021 6/30/2022 7/1/2022 6/30/202 Agent of Service Name: Richard Schultz Agent of Service Mailing Address: 1767 N Batavia St Orange 92865 CA United States of America Workers Compensation Do you lease employees No through Professional https:llcadir.my.salesforce-sites.comlContractorSearch/PrintRegDetails 112 )112123, 10:02 AM Employer Organization (PEO)?: Please provide your current workers compensation insurance information below: PEO PEO InformationName cadir.my.salesforce-sites.com/ContractorSearch/PrintRegDetails PEO PEO Phone Email Insured by Carrier Policy Holder Name:R E SCHULTZ CONSTRUCTION, INC.Insurance Carrier: Insurace Company Of The WestPolicy Number:WSD5065120-OOInception date:411412022 Expiration Date:4/14/2023 https:llcadInmy.salosforce-sites,comlContractorSearchlPrintRegDetails 212 is vtecreation and Park Associa*s1t, U0 Let it be known that RICHARD S CHULTZ has met the requirements of the standards set forth by the National Certification Board and is hereby granted certification as a 4PCertified Playground Safety Inspector CHAIRPERSON NRPA PAESIDENP AND CEO April 19, 2021 DATE CERTIFIED 51153-0524 UNIFICATION NUMSEA May 01, 2024 EXPIRATION DATE CERTIFICATE OFACHIEVEMENT Awarded to: Rick Schultz Has completed the RECREATION INSTALLATION SPECIALIST CERTIFICATION COURSE This certificate of achievement is valid for the above individual who has successfully passed the required training as set by the National Playground Contractors Association, Inc. 2022-1272 Certificate Number DISC \� NPCAI Recreiiion lr. catlation specialist CERTIFICATION NATIONAL PLAYGROUND CONTRACTORS ASSOCIATION INc. 12/31 /2024 ���� 12/31 /2021 Expiration Date Edward Miller, Jr., NPCAI Chairman Issue Date CERTIFICATE A PLAYCORE Company CHIEVEMENT THIS CERTIFICATE IS PROUDLY PRESENTED TO R.E. Schultz Construction, Inc. Has successfully completed a course in techniques and procedures required for proper installation of GameTime playground Equipment In recognition of the successful completion of this training and in acknowledgement for a certified installer, R.E. Schultz Construction, Inc. is hereby designated OFFICIAL CERTIFIED INSTALLER By receipt of this designation, R.E. Schultz Construction, Inc. agrees to install GameTime playground equipment in accordance with GameTime specifications and installation instructions This Designation is effective from February 2, 2023 to February 1, 2025 Within the territorial boundaries of Great Western Recreation In witness whereof, we have affixed our signature this 2"d day of February 2023 MiKe mcwiiiiams Vice President of Customer Service Spencer Cheak Group President DESIGNATION OF SUBCONTRACTORS Bid # PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service In excess of Y. of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor Great Western Recreation DIR Registration No,* 1000015526 Dollar Value of Work $157,528.80 Location and Place of Business P.O. Box 680121 Fort Payne, AL 35967 Bid Schedule Item No's: Line item #9 Description of Work Poured in Place Surfacing License No. CSL13#855664 Exp. Date: / / 3/31/2025 Phone ( ) (435)245-5055 Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( } Subcontractor DIR Registration No,* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( } NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Sectlon 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors priorto the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files. R.E. Schultz Construction, Inc. BIDDER Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). BID SCHEDULE Bid #PROS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, California Fill out this form completely and submit with the bid response. Line item pricing must be entered on BidNet. In the event any mathematical discrepancies are found, please refer to Section B, Bid Instructions. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices in this Bid Schedule constant throughout the duration of the project up to the last contract working day. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL NO. 1 Mobilization/Demobilization 1 LS $ 35,000.00 $35,000.00 2 Construction Fence 675 LF $ $ 4.00 2,700.00 Demo and dispose of play equipment, safety 3. surfacing, and concrete 1 LS $ 20,000.00 $ 20,000.00 4 Tree removal 1 EA $ 3,500.00 $ 3,500.00 5 Sand Removal/disposal 1 LS $ 14,500.00 $ 14,50a.00 6 Concrete flatwork installation 1 LS $ $ 64,Q00.00 64,000.00 7 Play equipment installation 1 LS $ 108,000.00 $ 108,000.00 8 Shade sails installation 1 LS $ 110,000.00 $ 110,000.00 9 ti Safety surfacing system installation 7900 SF $ $ 24.00 189,600.00 TOTAL. BASF BID AMOUNT. $ 547,300.00 TOTAL BASE BID AMOUNT IN WORDS: Five Hundred and Fortv Seven Thousand Three Hundred Dollars. BIDDER'S QUESTIONNAIRE Bid #PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, California 1. Submitted by: Richard Schultz Telephone: 714-649-2627 Principal Office Address: 1767 North Batavia Street, Orange, CA 92865 2. Type of Firm: ❑ C Corporation ® S Corporation ❑ Individual/Sole Proprietor or Single —Member LLC ❑ Partnership ❑ Limited Liability Company "C" C-Corp ❑ Limited Liability Company "S" S-Corp ❑ Limited Liability Company "P" Partnership ❑ Other 3a. If a corporation, answer these questions: Date of Incorporation: 4/21/2015 State of Incorporation: California President's Name: Richard Schultz Vice -President's Name: Richard Schultz Secretary or Clerk's Name: Richard Schultz Treasurer's Name: Richard Schultz 3b. If a partnership, answer these questions: N/A Date of organization: State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. BIDDER'S QUESTIONNAIRE (cont'd) Bid ##PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, California 4. Name of person holding CONTRACTOR's license: Richard Schultz A, B, C-61/ 34, License number: 1007195 Class:C-61 D12 Expiration Date: 9/30/25 D.I.R. Registration # 1000033385 5. CONTRACTOR's Representative: Richard Schultz Title: President, Sole Officer Alternate: Title: 6. List the major construction projects your organization has in progress as of this date: A. Owner: San Diego Unified School District Project Location: (4) School Sites Type of Project: Removal and re lacement of play equipment and surfacing. B. Owner: Citv of Monterey Park Project Location:. Various Locations Type of Project: Playground replacements. C. Owner: Anaheim Elementary School District Project Location: (3) School Sites. _ Type of Project: PlaVground equipment upgrade. BIDDER PRE -QUALIFICATION QUESTIONNAIRE Bid #PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, California In accordance with the California Public Contract Code Section 20101, the City of Santa Clarita will review this completed bidder's pre -qualification questionnaire immediately following bid closing, starting with the apparent low bidder. If the apparent low bidder answers in the negative OR does not meet the requirements outlined in this questionnaire, the City will find the apparent low bidder unresponsive, and will move on to the next apparent low bidder, and so and so forth. 1. In the past five years has any claim against your firm concerning your firm's work on a construction project been filed in court or arbitration? Yes ❑ No If "yes," an separate signed sheets of paper identify the claim(s) by providing the project name, date of the claim, name of the claimant, a brief description of the nature of the claim, the court in which the case was filed and a brief description of the status of the claim (pending or, if resolved, a brief description of the resolution). 2. In the past five years has your firm made any claim against a project owner concerning work on a project or payment for a contract and filed that claim in court or arbitration? Yes ❑ No IN If "yes," on separate signed sheets of paper identify the claim by providing the project name, date of the claim, name of the entity (or entities) against whom the claim was filed, a brief description of the nature of the claim, the court in which the case was filed and a brief description of the status of the claim (pending, or if resolved, a brief description of the resolution). 3. Has CAL OSHA (or Fed/OSHA) cited and assessed penalties against your firm for any "serious," "willful" or "repeat" violations of its safety or health regulations in the past five years? NOTE: If you have filed an appeal of a citation, and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal, you need not include information about it, Yes ❑ No 0 If "yes," attached a separate signed page describing the citations, including information about the dates of the citations, the nature of the violation, the project on which the citation(s) was or were issued, and the amount of penalty paid, if any. If the citation was appealed to the Occupational Safety and Health Appeals Board and a decision has been issued, state the case number and the date of the decision. 4. List your firm's Experience Modification Rate (EMR) (California workers' compensation insurance) for each of the past three premium years: NOTE: An Experience Modification Rate is issued to your firm annually by your workers' compensation insurance carrier. Current year: 1.02 Previous year: 1.04 Year prior to previous year: 1.05 If your EMR for any of these three years is or was 1.00 or higher you may, if you wish, attach a letter of explanation. P see attached. 5. Indicate your firm's capacity to complete this project based on any present commitments to other projects, whether that be pre -construction, post -construction, or ongoing construction. In other words, is your firm capable of performing or complying with the required delivery or performance schedules, considering all existing commercial and governmental business commitments? Please elaborate on separate signed sheets of paper. See,atta bed. 6. Does your firm have the adequate financial capabilities including bonding capacity (up to $12,000,000) to perform the contract in question, together with all other pending work, or have the ability to obtain adequate financial resources in a timely manner? Please elaborate on separate signed sheets of paper, and provide confirmation letter from Surety. 'See attached Bondability Letter 7. Does your firm have a valid California Class B or A Contractors License? Yes IN] No ❑ 8. Has your firm completed a minimum of two projects valued at $12,000,000+? Please elaborate on separate signed sheets of paper. See Attadhed 9. Has your firm successfully constructed a fully enclosed multi -use sports complex? Please elaborate on separate signed sheets of paper. See ate. 10. Does your firm have insurance coverage of the following type and limits? Mease see attached. • $5MM per Occurrence (General Liability or Excess) • $10MM annual General Aggregate (General Liability or Excess) • Workers' Comp (statutory limits) BIDDER'S INFORMATION AND CERTIFICATION Bid #PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, CA Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the Subcontractor Designations form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. Bidder's Name: R.E. Schultz Construction, Inc. Business Address: 1767 North Batavia Street, Orange, CA 92865 Telephone No.: 714-649-2627 State CONTRACTOR's License No. & Class: 1007195 - A, B, C-61/D34, C-61/D12 Exp. 9/30/25 DIR No.: 1000033385 Original Date: 12/29/15 Expiration Date: 6/30/24 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: Richard Schultz, President (Sole Officer) The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture areas follows: A All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 12th day ofOctobe20 23 . BIDDER: Signature Richard Schultz, President (Sole Officer) Name and Title of Signatory R.E. Schultz Construction, Inc. Legal Name of Bidder 1767 North Batavia Street, Orange, CA 92865 Address 714-649-2627 32-0465469 Telephone Number Federal Tax I.D. No. PROPOSAL GUARANTEE BID BOND NO. 11-327-556 Bid #PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City Project No. P4026 City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that R.E. Schultz Construction, Inc. , as BIDDER, and U.S. Specialty Insurance Company as SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of ten percent of the amount bid in dollars ( 10%), which is ten percent (10%) of the total amount bid by BIDDER to CITY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this 12th Day of October , 2023. CONTRACTOR: Name and Title of Signatory Signature R.E. Schultz Construction, Inc. 1 Legal Name of Bidder 1767 N Batavia Street, Orange, CA 92865 Bidder Address y q 714-649-2627 Telephone Number Federal Tax I.D. No. SURETY*: U.S. Specialty Insurance Company A Name 800-486-669S suretyclaimsinguiry@tmhcc.com. Phone Number and Email 801 South Figueroa Street #700, Los Angeles, CA 90017 Address *Provide BIDDER and SURETY name, phone number, email, and the name, title, address, and phone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Contractor and Surety signatures_ must be notarized prior to submittal. CALlFORNIA ALL41URPOSE ACKNOWLEDGMENT CML CODE § 1189 A notary public or Sher officer =p1e" this mate verifies only the be" of the wdiuidtiai who signed the doamient to which ft ate is ad#ached, and not the truft* ess, ao ►racy, or validity of #mot domment. Mate of California ) Countyof , Oran On October 9, 2023 beforeme, Lianne Nahina, Notary Public Date Here Insert Name and Title of the Officer Blake A. Pfister Name(s) of Slgrw(s) , who proved to me on the basis of satisfactory evidence to be the person(* whose name(s) is/sp subscribed to ft within instrument and acknowledged to me that heINOWA r executed the same in her auftwtwd capacityOW, and that by his/1Mi WM s%pudure(6) on the instrument the personal), or the entity _upon beW of which the person* aMd, executed the instrument. LIAZZ NAHINA a •� COMM, #r: 2314283 X is a NOTARY PUBLIC-CALIFOi % � a ORANGE COUNTY to MY COMM, EXP. DEC 5, 2023 I certify under PENALTY OF PERJURY under the taws of the State of California that the foregoing paragraph is true and correct, WITNESS my hand and official seal, Signartu , Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Din of Attached Dootnn Tate or Type of Document: Bid Bond 1 1- 3 2 7- 5 5 b Document Dom, October 12 e 2 0 2 3 Number of Pages: Signer(s) Other Than Named Above: N / A , N o n e C ►i ) Clabried by Signer(s) Signer's Name: Blake A. Pfister 0 Corporate Officer — Title(s): 0 Partner — D Limited 0 General 0 indivOual . 0 Attorney in Pact El Trustee M Guardian or Conservator D Other: Signer Is Representing: U . S„- -,Spc_ i_ a 1 t y Insurance CoUau Signer's Nam, - - -- - - - 11 Corporate Officer — Title(s), 0 Partner — D Limited Cl General i3 Individual C7 Attorney in Fact * Trustee 0 Guardian or Conservator * Other: Signer Is Representing: C2014 National Notary Association • www.NatiDnalNotary,org • 1-800-US NOTARY (1-800-876-6827) item, #5907 fat of Calito mil County of Los ' -A nge s° I certify under PENALTY OF .. . ..... .. 'nd and WC17NESS rnyf�i Signature Adtistd'ht"' C;rnpany an P, 'of Attorney, ex 6buteffll set out in the Power of Daniel P. Aguilar, Vice President ERJURY unde.r.thelaws-of the State of California that the foregoing paragraph is true and correct MANPOA021202' . .. . .. ..... 'brn y t for or "ro in on, 0 1 an California All -Purpose Certificate of Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Caiirrnia S.S. County of � On 16 - �-` before me, personally appeared 1 tf who proved to me on the basis of satisfactory evidence to be the personwhose name( Ware subscribed to the within instrument and acknowledged to me that 69_a' tf ley executed the same in i their authorized capacity), and that W-hw e`r/fh-eif signature( on the instrument the person, sj, or the entity upon behalf of which the person(Sfacted, executed the instrument. l certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. E>Ur o. MlNalota ~fie �_... i, , Notary Public - Cahfcrnia WITNESS my hand and official seal. _� z Orange County Commission = 235C2.74 My Comm- Expires �lar G_ 2025 Y OPTIONAL INFORMATION Description of Attached Document The preceding Certificate of Acknowledgment is t9ched to a document titled/for the purpos� of -) r Gt containing pages, and dated Thee� signer(s) capacity or authority is/are as: YIndividual(s) [ Attorney -in -fact 0 Corporate Officer(s) n Guardian/Conservator D Partner -Limited/General i—1 Trustee{s) 01 Other: representing: Method of Signer Identification Proved to me on the basis of satisfactory evidence: j_'; form(s) of identification FJ credible witness(es) Notarial event is detailed In notary journal on: Page # Entry # Notary contact: Other t_-- Additional Signer Ei Signer(s) Thumbprints(s) h SNNTA o y 'd t r OLhQF�. /b [IfCfMBEF l� Addendum No. 1 BID # PPOS-23-24-P4026 Bouquet Canyon Park Playground Installation City of Santa Clarita, California Addendum No. 1 September 26, 2023 This addendum must be acknowledged via BidNef and should be included with the bid response. There was a non -mandatory, pre -bid meeting on September 26, 2023 beginning at 11:00 AM (PT). The meeting was located at 28127 Wellston Dr, Santa Clarita, CA 91350. Attending Staff: • Juan Martinez— Project Manager, Neighborhood Services • Mariela Delgado — Buyer, Administrative Services • Alyssa Herrera — PTS Office Clerk, Administrative Services • Cesar Alvarez — Mail Clerk, Administrative Services • Annette Guzman —Administrative Analyst, Public Works Attending Vendors: • UBD Inc. • R.E. Schultz Construction Inc. The following questions were asked and answered: Q1) Will all of the existing playground equipment and sand need to be removed by the contractor? Al) Yes, there is also concrete removal needed. Q2) When is the anticipated start date of the project? A2) November 2023. Q3) Can we place storage containers in the parking lot? A3) Yes, that is acceptable. Q4) Does the City have a preference on any specific design for the pour in place? A4) A 50/50 color mix. The following was reviewed: • Project scope of work • Bidding Guidelines • Labor Compliance • Job Walk BID # PPOS-23-24-P4026 4� 5XNTA Cj 4 t OFF I6 6ECEM'�Ek END OF ADDENDUM Addendum No. 1 September 26, 2023 This addendum st be acknowledged via E3idNet and should be included with the response. 1" Richard Schultz, President (Sole Officer) 10/11/23 Contractor's ReprSikkative Date R.E. Schultz Construction. Inc. Company Name BI b # PP05-23-24-P4026 S&NTev'a City of Santa Clarita Pre -Bid Meeting Sign -In Sheet September 26, 2023 at 11:00 AM (PT) BID# PPOS-23-24-P2406 Bouquet Canyon Park Playground Installation Bid Closing: October 12,2023 BEFORE 1100 AM (PT) Questions Due by October 05,2023 BEFORE 11:00 AM (PT) I hereby waive, release, and hold harmless from any liability or claims for damages for personal injury, including negligence, as well as from claims for property damage which may arise in connection with the above -named activity, against the supervisors, the City of Santa Clarita, and its elected and appointed officials, agents, and employees. My signature below indicates that I have read, understand, and agree to all of the above. Company First & Last Name t Print earl ignature Contact Information Or Business Card Provided (write yes) 4 %-5) .I 5 'rt schuftz Ito*fmructvan, IeFZD`ieral Engineering rontracturs Lic. 91037195 Oln # 10=033395 Offl ,*: (1141 649-2627 • Fnx: 17141 740 5049 rontnctW rtschultzconstructlon.com www, remchuftzconotructlon -cum