Loading...
HomeMy Public PortalAbout2023-09-05-Lynwood_Agenda_Regular1.CALL TO ORDER 2.CERTIFICATION OF AGENDA POSTING BY CITY CLERK 3.ROLL CALL OF COUNCIL MEMBERS 4.PLEDGE OF ALLEGIANCE 5.INVOCATION This Agenda contains a brief general description of each item to be considered. Copies of the Staff reports or other written documentation relating to each item of business referred to on the Agenda are on file in the Office of the City Clerk and are available for public inspection. Any person who has a question concerning any of the agenda items may call the City Manager at (310) 603-0220, ext. 200. Procedures for Addressing the Council IN ORDER TO EXPEDITE CITY COUNCIL BUSINESS, WE ASK THAT ALL PERSONS WISHING TO ADDRESS THE COUNCIL SUBMIT YOUR COMMENTS IN ADVANCE TO CITYCLERK@LYNWOODCA.GOV OR FILL OUT A FORM PROVIDED AT THE PODIUM, AND TO TURN IT IN TO THE CITY CLERK PRIOR TO THE START OF THE MEETING. FAILURE TO FILL OUT SUCH A FORM WILL PROHIBIT YOU FROM ADDRESSING THE COUNCIL IN THE ABSENCE OF THE UNANIMOUS CONSENT OF THE COUNCIL. AGENDA City Council Regular Meeting TO BE HELD ON September 5, 2023 COUNCIL CHAMBERS - 11350 BULLIS ROAD. LYNWOOD, CA 90262 OR WEB CONFERENCE VIA ZOOM - TO PARTICIPATE VIA ZOOM OR BY TELEPHONE: 1-669- 900-9128 OR 1-253-215-8782 MEETING ID: 835 2029 8238 Duly Posted on 9/2/23 By MQ 6:00 PM Oscar Flores, Mayor Rita Soto, Mayor Pro Tem Gabriela Camacho, Council Member Juan Munoz-Guevara, Council Member Jose Luis Solache, Council Member City Council Regular Meeting 1 6.PRESENTATIONS/PROCLAMATIONS 7.CONSENT CALENDAR 7.1 APPROVAL OF THE WARRANT REGISTER 7.2 RESIDENTIAL PERMIT PARKING DISTRICT FOR 4500/4600/4700 ARLINGTON AVENUE Update on Law Enforcement Issues City Council Members Reporting on Meetings Attended (Gov. Code Section 53232.3 (D)). City Video(s) Emergency Preparedness Month Proclamation PUBLIC ORAL COMMUNICATIONS (Regarding Agenda Items Only) NON-AGENDA PUBLIC ORAL COMMUNICATIONS THIS PORTION PROVIDES AN OPPORTUNITY FOR THE PUBLIC TO ADDRESS THE COUNCIL ON ITEMS WITHIN THE JURISDICTION OF THE COUNCIL AND NOT LISTED ON THE AGENDA. IF AN ITEM IS NOT ON THE AGENDA, THERE SHOULD BE NO SUBSTANTIAL DISCUSSION OF THE ISSUE BY THE COUNCIL, BUT COUNCIL MAY REFER THE MATTER TO STAFF OR SCHEDULE SUBSTANTIVE DISCUSSION FOR A FUTURE MEETING. (The Ralph M. Brown Act, Government Code Section 54954.2 (a).) ALL MATTERS LISTED UNDER THE CONSENT CALENDAR WILL BE ACTED UPON BY ONE MOTION AFFIRMING THE ACTION RECOMMENDED ON THE AGENDA. THERE WILL BE NO SEPARATE DISCUSSION ON THESE ITEMS PRIOR TO VOTING UNLESS MEMBERS OF THE COUNCIL OR STAFF REQUEST SPECIFIC ITEMS TO BE REMOVED FROM THE CONSENT CALENDAR FOR SEPARATE ACTION. Comments: City of Lynwood warrant register dated September 5, 2023 for FY 2023-2024. (FIN) Recommendation: Staff respectfully recommends that the City Council of the City of Lynwood Approve the warrant register dated September o5 2023 for FY 2023-2024 Comments: Community Development Staff is following the process for the establishment of a Residential Permit Parking District per section 7-29 of the Lynwood municipal code. Staff has worked with the Lynwood residents to take in their request to create a voluntary parking program that will enable the residents to establish a residential parking district with restrictions more restrictive than the city's standard parking regulations. (CD) Recommendation: Staff recommends that the City Council review and adopt the attached resolution entitled: “A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD City Council Regular Meeting 2 7.3 A RESOLUTION APPROVING AN AMENDED PROFESSIONAL SERVICES AGREEMENT WITH KILEY & ASSOCIATES, LLC, TO PROVIDE FEDERAL LEGISLATIVE ADVOCACY SERVICES TO THE CITY 7.4 A RESOLUTION APPROVING AN AMENDED PROFESSIONAL SERVICES AGREEMENT WITH LEGISLATIVE ADVOCACY GROUP TO PROVIDE LEGISLATIVE SERVICES TO THE CITY ESTABLISHING RESIDENTIAL PERMIT PARKING DISTRICT, Lynwood RPPD – 4500/4600/4700 BLOCK OF ARLINGTON AVENUE”. Comments: The City is seeking to amend the agreement with Kiley & Associates to provide federal legislative advocacy services for the City. Staff is recommending Kiley & Associates based upon the professional experience of the firm, the strategic location of the firm in Washington, D.C., and the familiarity of the firm with the City of Lynwood. The cost proposal from Kiley & Associates includes an annual not-to-exceed consideration of $60,000.00 with a monthly rate of $5,000.00. Locally, Kiley & Associates also provides federal legislative advocacy services to the cities of South Gate and Carson. Recommendation: Staff recommends that the City Council approve an amended contract services agreement with Kiley & Associates, LLC, for Federal Legislative Advocacy Services; and authorize the City Manager sign a three-year agreement on behalf of the City of Lynwood on a form approved by the City Attorney. Comments: The City continues to be in need of the professional services of Legislative Advocacy Group as an independent contractor to provide legislative services to the City. Legislative Advocacy Group, is fully qualified to perform such services by virtue of its long tenure with the City. Because of this and the experience, training, education and expertise of its principals and employees, the City would like to extend the agreement. Recommendation: Staff recommends that the City Council approve an amended contract services agreement with Legislative Advocacy Group for Lobbying Services; and authorize the City Manager sign an agreement on behalf of the City of Lynwood on a form approved by the City Council Regular Meeting 3 7.5 PROJECT ACCEPTANCE OF THE SLURRY SEAL PHASE 2, FY 2022-2023 PROJECT (CIP 4011.68.125) 7.6 REQUEST FOR FUNDING AND ACCEPTANCE FOR THE BURKE HAM PARK PLAYGROUND CIP PROJECT City Attorney. Comments: The City of Lynwood has completed phase 2 of the 4-phase project. The project consists of street rehabilitation and street improvements along seventeen (17) street segments. Staff awarded a contract to Pavement Coatings Co. for the Slurry Seal Phase 2 Project. Pavement Coatings Co. has completed the project and staff recommends City Council to accept the "Slurry Seal Phase 2, FY 2022-2023 Project (CIP 4011.68.125)" Recommendation: Staff recommends that the City Council adopt the attached resolution entitled: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD ACCEPTING THE SLURRY SEAL PHASE 2 FY 2022-2023 PROJECT (CIP 4011.68.125) AS COMPLETE; AUTHORIZING THE FILING OF THE NOTICE OF COMPLETION WITH THE LOS ANGELES COUNTY RECORDER’S OFFICE AND THE RELEASE OF THE 5% RETENTION 35 DAYS AFTER THE ACCEPTANCE. Comments: The Burke Ham Park Playground Project consisted of new playground improvements and new park improvements. The project began on February 2021 but was delayed due to the contractor ’s delays and performance issues. The project was taken over by the contractor ’s insurance company “Surety” and the replacement contractor TBH construction. The project has been complete. However, due to issues related to transferring the contract and the project not being carried forward, remaining balances owed can not be paid. Staff is requesting City Council to approve additional funding to finish paying the remaining balances and accept the Burke Ham Park Playground Project. Recommendation: Staff recommends that the City Council adopt the attached resolution entitled: “A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD APPROVING A REQUEST FOR FUNDING FOR THE BURKE HAM PARK PLAYGROUND FOR PROJECT CLOSEOUT AND ACCEPTING THE PROJECT AS COMPLETE; AUTHORIZING THE FILING OF THE NOTICE OF COMPLETION WITH THE LOS ANGELES COUNTY RECORDER’S OFFICE AND THE RELEASE OF THE 5% RETENTION 35 DAYS AFTER THE ACCEPTANCE”. City Council Regular Meeting 4 7.7 APPROVING AN AMENDMENT TO THE JOINT POWERS AGREEMENT WITH THE LOS ANGELES REGIONAL AGENCY 8.NEW/OLD BUSINESS 8.1 AWARD OF CONTRACT TO GRINDLINE SKATEPARKS, INC. FOR THE DESIGN BUILD SERVICES FOR YVONNE BURKE – JOHN D. HAM PARK SKATE PARK AND APPROVAL TRANSFER OF FUNDS FROM CIP PROJECT NO. 4011.68.129 IN THE AMOUNT OF $350,000 8.2 AWARD OF CONTRACT TO DOMINGUEZ GENERAL ENGINEERING, INC. FOR THE WATER MAIN REPLACEMENT PROJECT FOR FY 2024 CALIFORNIA AVENUE, FERNWOOD AVENUE, AND SANTA FE AVENUE - PROJECT 4011.68.134 Comments: The City is currently a member of the Los Angeles Regional Agency, a consortium of eighteen cities in Southern California that combine efforts to meet waste reduction mandates set by State Assembly Bill 939. New legislation related to organic waste reduction laws requires that the City's existing Joint Powers agreement be amended and updated. Staff is requesting that City Council approve the updated agreement. Recommendation: Staff recommends that the City Council adopt the attached resolution entitled: “A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD APPROVING AN AMENDMENT TO THE JOINT POWERS AGREEMENT WITH THE LOS ANGELES REGIONAL AGENCY ”. Comments: Staff has published an advertisement for a Request for Proposals for Design Build Services for the Yvonne Burke-John D. Ham Park Skate Park Project. Staff has received three proposals and reviewed each proposal on a "Qualifications Based Selection" basis. After reviewing the proposals and performing an interview staff recommends that Grindline Skateparks be awarded the Design-Build contract for the Skate Park Project. Recommendation: Staff recommends that the City Council adopt the attached resolution entitled: “A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD AWARDING A CONTRACT TO GRINDLINE SKATEPARKS, INC. FOR THE DESIGN BUILD SERVICES FOR THE YVONNE BURKE – JOHN D. HAM PARK SKATE PARK; AUTHORIZING THE CITY MANAGER TO APPROVE AGREEMENT AMENDMENTS RELATED TO THE PROJECT, AUTHORIZING THE MAYOR TO EXECUTE THE AGREEMENT AND APPROVING THE TRANSFER OF FUNDS FROM CIP PROJECT NO. 4011.68.129 TO CIP PROJECT NO. 4011.67.854 IN THE AMOUNT OF $350,000.” Comments: City Council Regular Meeting 5 8.3 EMERGENCY MANAGEMENT PROGRAM ASSESSMENT AND IMPLEMENTATION PLAN 8.4 AWARD OF CONTRACT TO BRIGHTVIEW LANDSCAPE DEVELOPMENT FOR THE DESIGN BUILD SERVICES of THE LYNWOOD PARK – MEGA PARK PLAYGROUND PHASE 1 PROJECT (CIP PROJECT NO. 4011.68.109) Water Main Replacement Project for FY 2024 will improve the water delivery system as recommended from the analysis from the Water Master Plan Study completed in 2020. (PW) Recommendation: Staff recommends that the City Council adopt the attached resolution entitled: “A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD AWARDING A CONTRACT TO DOMINGUEZ GENERAL ENGINEERING, INC. FOR THE WATER MAIN REPLACEMENT PROJECT FOR FY 2024 CALIFORNIA AVENUE, FERNWOOD AVENUE, AND SANTA FE AVENUE - PROJECT 4011.68.134; AUTHORIZING THE CITY MANAGER TO APPROVE AGREEMENT AMENDMENTS RELATED TO THE PROJECT AND AUTHORIZING THE MAYOR TO EXECUTE THE AGREEMENT.” Comments: Assessment of the City's Emergency Management program and recommended actions for rebuilding the program. Recommendation: Staff recommends that the City Council of the City of Lynwood approve a resolution to approve the Emergency Management Program Assessment and Implementation Plan. Comments: Staff has published an advertisement for a Request for Proposals for Design Build Services for the Lynwood Park Mega Park Playground Phase 1 Project. Staff has received three proposals and reviewed each proposal on a "Qualifications Based Selection" basis. After reviewing the proposals and performing an interview staff recommends that Brightview Landscape be awarded the Design-Build contract for the Mega Park Phase 1 Project. Recommendation: Staff recommends that the City Council adopt the attached resolution entitled: “A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD AWARDING A CONTRACT TO BRIGHTVIEW LANDSCAPE DEVELOPMENT FOR DESIGN BUILD SERVICES FOR THE LYNWOOD PARK – MEGA PARK PLAYGROUND PHASE 1 PROJECT; AUTHORIZING THE CITY MANAGER TO APPROVE AGREEMENT City Council Regular Meeting 6 9.CITY COUNCIL ORAL AND WRITTEN COMMUNICATION 10.STAFF ORAL COMMENTS AMENDMENTS RELATED TO THE PROJECT AND AUTHORIZING THE MAYOR TO EXECUTE THE AGREEMENT.” ADJOURNMENT THE NEXT REGULAR MEETING WILL BE HELD ON SEPTEMBER 19, 2023 AT 6:00 P.M. IN THE COUNCIL CHAMBERS OF THE CITY HALL ANNEX, 11350 BULLIS ROAD, CITY OF LYNWOOD, CALIFORNIA. City Council Regular Meeting 7 AGENDA STAFF REPORT DATE:September 5, 2023 TO:Honorable Mayor and Members of the City Council APPROVED BY:Ernie Hernandez, City Manager PREPARED BY:Harry Wong, Director of Finance & Administration Mohammad Islam, Accounting Technician SUBJECT:APPROVAL OF THE WARRANT REGISTER WARRANT RUN 09052023.pdf CC WARRANT RESOLUTION 09-05-2023.pdf Agenda Item # 7.1. Recommendation: Staff respectfully recommends that the City Council of the City of Lynwood Approve the warrant register dated September o5 2023 for FY 2023-2024 Background: N/A Discussion and Analysis: N/A Fiscal Impact: FY 2023-2024 Coordinated With: City Manager City Attorney ATTACHMENTS: Description City Council City Council Regular Meeting 8 apCkHist Void Check Listing Page: 1 08/28/2023 10:42AM City of Lynwood Bank code: apbank Void Check# Date Vendor ClearNoid Date Reason-Void/Reissue Inv. Date Amount Paid Check Total 208047 06/29/2023 013924 ELVIRA BURKS 08/17/2023 Stale dated 208511 06/20/2023 150.00 150.00 208093 07/18/2023 013738 AMAZON CAPITAL 08/17/2023 Wrong invoice 208535 07/01/2023 198.02 08/17/2023 16KT-7DAN-7H6N 06/22/2023 92 .58 08/17/2023 1GDX-1TXH-Q74C 06/26/2023 28.56 08/17/2023 I FFW-4FT 4-3H67 06/28/2023 26 .22 345.38 208096 07/18/2023 011094 AM-TEC TOTAL 08/17/2023 Wrong amt 208514-208515 06/14/2023 162.00 08/17/2023 629907 06/27/2023 65 .85 08/17/2023 629908 06/27/2023 65 .85 08/17/2023 629910 06/27/2023 21 .95 315.65 208402 07/27/2023 011831 CLEANING SERVICES 08/17/2023 Lost in mail 208512 07/13/2023 1,175.00 1,175.00 208411 08/01/2023 013288 SPECTRUM 08/23/2023 Lost in mail 208527 07/16/2023 235 .97 235.97 208412 08/01/2023 013288 SPECTRUM 08/23/2023 Lost in mail 208528 07/15/2023 188.93 188.93 208413 08/01/2023 013288 SPECTRUM 08/23/2023 Lost in mail 208529 07/16/2023 150.02 150.02 apbank Total: 2,560.95 7 checks in this report Total Checks: 2,560.95 Page : 1 9 vchlist 08/15/2023 11:23:32AM Prepaid Check List City of Lynwood Bank code : Voucher 208499 208500 208501 208502 208503 208504 208505 208506 208507 208508 apbank Date Vendor 8/10/2023 011188 INSURANCE COMPANY, THE LINCOLN 8/10/2023 000486 LIBERTY UTILITIES 8/10/2023 013972 MENDEZ, CINDY 8/10/2023 007551 AFSCME DISTRICT COUNCIL 36 8/10/2023 013747 AMERIFLEX 8/10/2023 013463 CITY EMPLOYEES ASSOCIATES , LLC Invoice 4575163524 200006750273-8/2/23 200006750281-8/2/23 200006750299-8/2/23 8-18-23 Ben154630 Ben155056 Ben154634 Ben155060 Ben154632 Ben155058 8/10/2023 013730 INSURANCE COMPANY, COLONIAL LIFE Ben154626 8/10/2023 010048 LEGAL SHIELD 8/10/2023 013084 LE, JESSICA Ben155052 Ben154636 Ben155062 Ben155299 8/10/2023 0019B7 DISTRICT OF SOUTHERN CALIF ., WATER JUNE 30 20023 Page : 2 PO# Description/Account Amount LTD PREMIUM 8/2023 4,618 .16 Total: 4,618.16 WATER SERVICES 18B.01 WATER SERVICES 49.27 WATER SERVICES 49.27 Total : 286.55 COMMUNITY ACTIVITY EXPENSE 4,300.00 Total : 4,300.00 ASSOCIATION DUES: PAYMENT 1,681 .80 ASSOCIATION DUES : PAYMENT 1,693.00 Total : 3,374.80 HEALTH FSA PRE-TAX : PAYMENT 727 .09 HEALTH FSA PRE-TAX: PAYMENT 727 .09 Total : 1,454.18 MGMT. ASSOCIATION DUES : 200 .00 MGMT. ASSOCIATION DUES: 200.00 Total : 400.00 ACCIDENT PRETAX : PAYMENT 2,394.97 ACCIDENT PRETAX: PAYMENT 2,384 .23 Total : 4,779.20 LEGAL SHIELD : PAYMENT 49 .B4 LEGAL SHIELD : PAYMENT 49 .84 Total: 99.68 JESSICA HERRERA : PAYMENT 293 .00 Total : 293.00 PROF & CONTRACTUAL SERVICE 157,174.62 Total: 157,174.62 Page : 2 10 vchlist 08/15/2023 11 :23:32AM Bank code: apbank Voucher Date Vendor Prepaid Check List City of Lynwood Invoice 208509 8/14/2023 009298 PRINTING MUL TISERVICES, GALAVIZ'S 284 208510 8/14/2023 000163 SOUTHERN CALIFORNIA EDISON 12 Vouchers for bank code: 12 Vouchers in this report apbank 000163-081 02023 PO# Description/Account ------- PRINTING SERVICES Total : LIGHT & POWER SERVICE Total: Bank total: Total vouchers : Page: 3 Amount 325 .24 325.24 66,743.16 66,743.16 243,848.59 243,848.59 Page : 3 11 vchlist Prepaid-Check List Page: 4 08/28/2023 8:15:45AM City of Lynwood Bank code: apbank Voucher Date Vendor Invoice PO# Description/Account Amount 208511 8/17/2023 013924 BURKS, ELVIRA 70753236 REFUND 150 .00 TOTAL : 150.00 208512 8/17/2023 ·011831 VAL TOR COMMERCIAL, CLEANING SERVICES 464 OPERATING EXPENSE 1,175.00 TOTAL : 1,175.00 208516 8/21/2023 007782 CAMACHO, GABRIELA 007782-091023 PER DIEM 185.00 TOTAL : 185.00 208517 8/21/2023 000955 CENTRAL BASIN MUNICIPAL WATER LYN-JUL23 06-010040 PROF & CONTRACTUAL SERVICES 2,216.48 TOTAL : 2,216.48 208518 8/21/2023 001987 DISTRICT OF SOUTHERN CALIF., WATER REP CBWM23-077 PROF & CONTRACTUAL SERVICES 7,311.41 TOTAL : 7,311.41 208519 8/21/2023 008668 SOLACHE , JOSE LUIS 008668-091023 PER DIEM 185 .00 TOTAL : 185.00 208520 8/21/2023 012692 SOTO, RITA 012692-091023 PER DIEM 185.00 TOTAL : 185.00 208521 8/21/2023 013619 TOYOTAFINANCIALSERVICES 001 7362931 01-001722 AUTO EXPENSE 777.65 TOTAL : 777.65 208524 8/22/2023 013973 ENTERPRISE FM TRUST FBN4788171 06-010052 AUTO EXPENSE 9,134 .10 TOTAL : 9,134.10 208525 8/22/2023 000003 FIRST CHOICE SERVICES 811290 01-001791 OFFICE SUPPLIES 401.49 TOTAL : 401.49 208526 8/22/2023 011963 WEXBANK 91129078 06-009989 AUTO EXPENSE 13,660.95 TOTAL : 13,660.95 208535 8/24/2023 013738 AMAZON CAPITAL SERVICES INC 1 DCN-GXX6-QLX3 12-000435 OPERATING SUPPLIES 198.02 1GDX-1TXH-Q74C 12-000435 OPERATING SUPPLIES 28.56 IFFW-4FT 4-3H67 12-000435 OPERATING SUPPLIES 26 .22 Page 4 12 vchlist 08/28/2023 Bank code : Voucher 208535 208536 8:15:45AM apbank Date Vendor 8/24/2023 013738 013738 AMAZON CAPITAL SERVICES INC Prepaid-Check List City of Lynwood Invoice (Continued) 8/24/2023 013985 BOGGUS, RODNEY 625701833 13 Vouchers for bank code : apbank 13 Vouchers in this report PO# Description/Account Total : REFUND Total : Bank total : Total vouchers : Page: 5 Amount 252.80 108.00 108.00 35,742.88 35,742.88 Page 5 13 vchlist 08/28/2023 Bank code: Voucher 208513 208514 208515 208522 208523 208527 208528 8:17:41AM apbank Date 8/17/2023 8/21/2023 8/21/2023 8/2212023 8/22/2023 8/23/2023 8/23/2023 Vendor 006399 AT&T 011094 AM-TEC TOTAL SECURITY, INC. 011094 AM-TECTOTALSECURITY, INC. 000163 SOUTHERN CALIFORNIA EDISON 000164 THE GAS co_ 013288 SPECTRUM 013288 SPECTRUM Prepaid-Check List City of Lynwood Invoice 000020269260 000020291906 000020318998 000020320211 000020352370 000020355603 000020355605 000020355606 000020355608 000020355612 000020355616 000020355722 000020355723 000020355793 629735 629909 629907 629908 629910 000163-08212023 00016408172023 0543478071623 0603173071523 Page: 6 PO# DescrlptionlAccount Amount TELEPHONE SERVICE 1,230.39 TELEPHONE SERVICE 101.49 TELEPHONE SERVICE 774 .38 TELEPHONE SERVICE 202 .73 TELEPHONE SERVICE 25 .16 TELEPHONE SERVICE 105.03 TELEPHONE SERVICE 27.42 TELEPHONE SERVICE 333.07 TELEPHONE SERVICE 77.61 TELEPHONE SERVICE 105 .03 TELEPHONE SERVICE 27.42 TELEPHONE SERVICE 53 .30 TELEPHONE SERVICE 53 .30 TELEPHONE SERVICE 53 .30 Total : 3,169.63 ALARM SYSTEMS 165.24 ALARM SYSTEMS -65.85 Total: 99.39 06-009615 ALARM SYSTEMS -65.85 06-009615 ALARM SYSTEMS 65.85 06-009615 ALARM SYSTEMS 22 .39 Total : 22.39 LIGHT & POWER SERVICE 38,991 .85 Total : 38,991.85 GAS SERVICES 2,390.51 Total: 2,390.51 INTERNET SERVICES 235 .97 Total : 235.97 INTERNET SERVICES 188.93 Total : 188.93 Page : 6 14 vchlist 0B/2B/2023 Bank code : Voucher 208529 208530 208531 208532 208533 208534 B:17:41AM apbank Date Vendor 8/23/2023 013288 SPECTRUM 8/23/2023 001330 CANON FINANCIAL SERVICES, INC . 8/23/2023 013945 LEE, JULIAN 8/23/2023 013719 POPESCU, ELIZABETH 8/23/2023 008424 SIDDELL, STEPHANIE 8/23/2023 002386 T-MOBILE USA, INC 13 Vouchers for bank code : apbank 13 Vouchers in this report Prepaid-check List City of Lynwood Invoice 0031912071623 30855789 30855790 31020153 31020154 013945-082923 013719-083023 851 983463843-072123 PO# Description/Account INTERNET SERVICES Total : COPIER LEASE PAYMENT COPIER LEASE PAYMENT COPIER LEASE PAYMENT COPIER LEASE PAYMENT Total : PER DIEM Total : PER DIEM Total : COMMUNITY ACTIVITY EXPENSE Total : UTILITY EXPENSE Total: Bank total: Total vouchers : Page : 7 Amount 150.02 150.02 321 .75 770 .16 321 .75 759 .67 2,173.33 280.00 280.00 260.00 260.00 150.00 150.00 386.42 386.42 48,498.44 48,498.44 Page : 7 15 vchlist Check List Page: 8 08/28/2023 10:16:19AM City of Lynwood Bank code : apbank Voucher Date Vendor Invoice PO# Description/Account Amount 208537 9/5/2023 013977 ALATORRE, JESUS 001903-0046 C&D REFUNDABLE DEPOSIT 1,817 .00 Total : 1,817.00 208538 9/5/2023 001994 ALIN'S PARTY SUPPLY CO. 523624 COMMUNITY ACTIVITY EXPENSE 164.34 526464 COMMUNITY ACTIVITY EXPENSE 106 .55 Total : 270.89 208539 9/5/2023 003312 AMERICAN RENTALS 535647 06-009968 SUPPLIES AND EQUIPMENT 661 .35 Total : 661.35 208540 9/5/2023 013882 ANTHEM SPORTS 375242 08-005187 SPORTS PROGRAM SUPPLIES 2,316.93 376116 08-005187 SPORTS PROGRAM SUPPLIES 772.27 Total: 3,089.20 208541 9/5/2023 001500 ASSOCIATION OF GOVERNMENTS, SCAG FY24 0106 MEMBERSHIP DUES FY 2023-24 8,177.00 Total : 8,177.00 208542 9/5/2023 013988 BETANCOURT, ALMA 002561-0010 REFUNDABLE DEPOSIT 250.00 Total: 250.00 208543 9/5/2023 004986 BIOMETRICS4ALL, INC COLYN0110 PROF & CONTRACTUAL SERVICES 12.00 Total: 12.00 208544 9/5/2023 000884 BLUE DIAMOND MATERIALS 3291275 06-009995 OPERATING SUPPLIES 221.10 Total : 221.10 208545 9/5/2023 013589 BNS FLEET SERVICE INC 23049 06-009996 AUTO EXPENSE 190.00 23085 06-009996 AUTO EXPENSE 1,628.70 23091 06-009996 AUTO EXPENSE 397.58 23104 06-009996 AUTO EXPENSE 190.00 23190 06-009996 AUTO EXPENSE 219 .80 23307 06-009996 AUTO EXPENSE 475.00 23341 06-009996 AUTO EXPENSE 1,011 .32 Total: 4,112.40 208546 9/5/2023 012044 C&S CONSTRUCTION 2 11-002261 PROF & CONTRACTUAL SERVICES 25,074 .00 Page : 8 16 vchlist Check List Page : 9 08/28/2023 10:16:19AM City of Lynwood Bank code: apbank Voucher Date Vendor Invoice PO# Description/Account Amount 208546 9/5/2023 012044 012044 C&S CONSTRUCTION (Continued) Total: 25,074.00 208547 9/5/2023 000032 CAL ADDISON 703952 06-010041 AUTO EXPENSE 45.00 703953 06-010041 AUTO EXPENSE 395.00 703956 06-010041 AUTO EXPENSE 160.00 703957 06-010041 AUTO EXPENSE 160.00 703959 06-010041 AUTO EXPENSE 180.00 703960 06-010041 AUTO EXPENSE 140.00 703961 06-010041 AUTO EXPENSE 205 .00 703963 06-010041 AUTO EXPENSE 380.00 703965 06-010041 AUTO EXPENSE 230.00 703967 06-010041 AUTO EXPENSE 230 .00 703968 06-010041 AUTO EXPENSE 550 .00 703969 06-010041 AUTO EXPENSE 260 .00 703970 06-010041 AUTO EXPENSE 140.00 703972 06-010041 AUTO EXPENSE 435.00 703973 06-010041 AUTO EXPENSE 360.00 703974 06-010041 AUTO EXPENSE 140 .00 703975 06-010041 AUTO EXPENSE 285.00 703977 06-010041 AUTO EXPENSE 160.00 703978 06-010041 AUTO EXPENSE 140.00 703980 06-010041 AUTO EXPENSE 280.00 Total : 4,875.00 208548 9/5/2023 007782 CAMACHO, GABRIELA 007782-093023 ELECTRONIC/MEDI-AUTO EXPENSE 500 .00 TOTAL: 500.00 208549 9/5/2023 001330 CANON FINANCIAL SERVICES, INC. 30855791 PROF & CONTRACTUAL SERVICES 262.81 TOTAL: 262.81 208550 9/5/2023 012555 CASAMAR GROUP ,LLC 13348-F PROF & CONTRACTUAL SERVICES 166.25 TOTAL: 166.25 208551 9/5/2023 006573 CENTRAL FORD AUTOMOTIVE, INC. 23877 06-010042 AUTO EXPENSE 104.55 32855 06-010042 AUTO EXPENSE 133.16 33103 06-010042 AUTO EXPENSE 137 .53 Total : 375.24 Page : 9 17 vchlist Check List Page: 10 08/28/2023 10:16:19AM City of Lynwood Bank code : apbank Voucher Date Vendor Invoice PO# Description/Account Amount 208552 9/5/2023 009302 CHESSER, CHRISTINE 20866235 COMMUNITY ACTIVITY EXPENSE 250.00 20884484 COMMUNITY ACTIVITY EXPENSE 250 .00 TOTAL: 500.00 208553 9/5/2023 000702 CINTAS DOCUMENT MANAGEMENT 8406369865 05-001968 PROF & CONTRACTUAL SERVICES 870.98 TOTAL : 870.98 208554 9/5/2023 004168 CINTAS FIRE PROTECTION 5169538048 FIRST AID SUPPLIES 78 .21 TOTAL: 78.21 208555 9/5/2023 004523 CITY OF LOS ANGELES 48H-50-3811-24-008 2023-24 LARA MEMBERSHIP FEE 17,672.69 TOTAL: 17,672.69 208556 9/5/2023 006775 CMTA 200004607 CCMT CERTIFICATION RENEWAL 75 .00 TOTAL : 75.00 208557 9/5/2023 012280 COASTAL CARBONIC 1577511-00 OPERATING SUPPLIES 299.81 TOTAL : 299.81 208558 9/5/2023 007129 CODE PUBLISHING COMPANY , INC . GC00121302 PROF & CONTRACTUAL SERVICES 1,015 .00 TOTAL: 1,015.00 208559 9/5/2023 013063 CONTINUING EDUCATION OF THE, BAR 11123044 OFFICE SUPPLIES 555.36 TOTAL : 555.36 208560 9/5/2023 010754 COOL IMAGE WATER , DBA/ AMERICAN 1893 03-000450 PROF & CONTRACTUAL SERVICES 29 .00 1925 03-000450 PROF & CONTRACTUAL SERVICES 29 .00 1926 11-002257 PROF & CONTRACTUAL SERVICES 152.25 1942 08-005185 PROF & CONTRACTUAL SERVICES 150.73 1955 03-000450 PROF & CONTRACTUAL SERVICES 33 .96 1956 11 -002257 PROF & CONTRACTUAL SERVICES 264 .06 1957 01-001800 PROF & CONTRACTUAL SERVICES 134 .86 1960 08-005185 PROF & CONTRACTUAL SERVICES 106.46 1961 08-005185 PROF & CONTRACTUAL SERVICES 7.25 1963 08-005185 PROF & CONTRACTUAL SERVICES 138 .52 1964 06-009970 PROF & CONTRACTUAL SERVICES 528.46 Total : 1,574.55 Page : 10 18 vchlist Check List Page: 11 08/28/2023 10:16:19AM City of Lynwood Bank code : apbank Voucher Date Vendor Invoice PO# Description/Account Amount 208561 9/5/2023 001306 CORELOGIC SOLUTIONS, LLC . 30677196 PROF & CONTRACTUAL SERVICES 273.18 Total : 273.18 208562 9/5/2023 000305 CULLIGAN 1326812 06-009971 PROF & CONTRACTUAL SERVICES 81 .52 Total: 81.52 208563 9/5/2023 000138 DAILY JOURNAL CORPORATION 83644642 03-000453 PUBLICATION SERVICES 195.00 83680663 03-000453 PUBLICATION SERVICES 269 .93 83680959 03-000453 PUBLICATION SERVICES 120.00 83716616 11-002258 PUBLICATION SERVICES 260 .00 Total : 844.93 208564 9/5/2023 011246 EFAX CORPORATE 4586829 VOICE AND DATA SERVICES 159.50 Total: 159.50 208565 9/5/2023 013973 ENTERPRISE FM TRUST FBN4810968 06-010052 AUTO EXPENSE 20,311.82 TOTAL: 20,311.82 208566 9/5/2023 010489 ENVIROTEK CORPORATION C-3389 06-009998 PROF & CONTRACTUAL SERVICES 2,993.86 TOTAL : 2,993.86 208567 9/5/2023 013881 FAGEN FRIEDMAN & FULFROST LLP 212703-1 05-001967 PROF & CONTRACTUAL SERVICES 4,720.94 TOTAL : 4,720.94 208568 9/5/2023 001087 FANTASY FLOWERS AND GIFTS 3974 08-005192 COMMUNITY ACTIVITY EXPENSE 71 .66 3980 08-005192 COMMUNITY ACTIVITY EXPENSE 82.69 3991 08-005192 COMMUNITY ACTIVITY EXPENSE 203 .96 TOTAL: 358.31 208569 9/5/2023 003334 FED EX 8-220-34490 COURIER SERVICES 12 .21 8-228-57478 COURIER SERVICES 8.74 TOTAL: 20.95 208570 9/5/2023 013981 GOLUMBIC, DAVID 002541-0107 EVENT REFUNDABLE DEPOSIT 100.00 TOTAL : 100.00 208571 9/5/2023 013702 GOOD GUARD SECURITY INC 1785 06-009973 PROF & CONTRACTUAL SERVICES 5,154 .94 2055 06-009973 PROF & CONTRACTUAL SERVICES 5,618.59 -- Page : 11 19 vchlist Check List Page: 12 08/28/2023 10:16:19AM City of Lynwood Bank code: apbank Voucher Date Vendor Invoice PO# Description/Account Amount 208571 9/5/2023 013702 GOOD GUARD SECURITY INC (Continued) 2127 08-005190 PROF & CONTRACTUAL SERVICES 4,533 .00 2128 08-005190 PROF & CONTRACTUAL SERVICES 151.10 2276 08-005190 PROF & CONTRACTUAL SERVICES 302 .20 2277 08-005190 PROF & CONTRACTUAL SERVICES 151.10 2278 08-005190 PROF & CONTRACTUAL SERVICES 423.08 2279 08-005190 PROF & CONTRACTUAL SERVICES 151 .10 2417 08-005190 PROF & CONTRACTUAL SERVICES 226.65 2493 08-005190 PROF & CONTRACTUAL SERVICES 226.65 2494 08-005190 PROF & CONTRACTUAL SERVICES 151.10 Total: 17,089.51 208572 9/5/2023 001510 GRAINGER, INC . 9810000399 06-010008 OPERATING SUPPLIES 154.40 9811651612 06-010008 OPERATING SUPPLIES 185 .28 Total: 339.68 208573 9/5/2023 013986 GREEN, TASHIE 002553-0020 REFUNDABLE DEPOSIT-EVENT 100.00 Total: 100.00 208574 9/5/2023 000993 GRM INFORMATION MANAGEMENT 0483757-0483771 01-001801 PROF & CONTRACTUAL SERVICES 867.55 0485737 PROF & CONTRACTUAL SERVICES 159.02 Total : 1,026.57 208575 9/5/2023 008611 GWMA HTU-23-37 MEMBERSHIP 692.63 Total: 692.63 208576 9/5/2023 003338 HILLYARD-LOS ANGELES 605204326 06-010002 OPERATING SUPPLIES 1,052.09 6052052768 06-010002 OPERATING SUPPLIES 1,597.24 Total: 2,649.33 208577 9/5/2023 001681 HUMAN SERVICES ASSOCIATION 073123246 08-005195 PROF & CONTRACTUAL SERVICES 1,717 .50 Total : 1,717.50 208578 9/5/2023 000676 IDEAL LIGHTING SUPPLY, INC. 123963 06-009974 OPERATING SUPPLIES 705.60 Total: 705.60 208579 9/5/2023 008254 JCL TRAFFIC SERVICES 120654 06-010010 PROF & CONTRACTUAL SERVICES 374.85 Page : 12 20 vchlist Check List Page: 13 08/28/2023 10:16:19AM City of Lynwood Bank code : apbank Voucher Date Vendor Invoice PO# Description/Account Amount 208579 9/5/2023 008254 008254 JCL TRAFFIC SERVICES (Continued) Total: 374.85 208580 9/5/2023 013980 JIMENEZ , JESSE 700124248 REFUND-CITATION DISMISSED 64.00 Total ; 64.00 208581 9/5/2023 013978 KAISER, ALEXIS 002442-0018 PROF & CONTRACTUAL SERVICES 1,432.67 Total : 1,432.67 208582 9/5/2023 000001 KING FENCE , INC 48043 11 -002260 PROF & CONTRACTUAL SERVICES 459 .00 48364 08-005193 PROF & CONTRACTUAL SERVICES 42 .50 Total : 501.50 208583 9/5/2023 002694 L.A. CO . FIRE DEPARTMENT IN0433495 PROF & CONTRACTUAL SERVICES 2,069.00 IN0434144 PROF & CONTRACTUAL SERVICES 454 .00 IN0434145 PROF & CONTRACTUAL SERVICES 454.00 IN0434146 PROF & CONTRACTUAL SERVICES 620.00 IN0434147 PROF & CONTRACTUAL SERVICES 454.00 IN0434148 PROF & CONTRACTUAL SERVICES 454.00 IN0434236 PROF & CONTRACTUAL SERVICES 454 .00 Total : 4,959.00 208584 9/5/2023 003331 L.A. COUNTY SHERIFF DEPT. 240045EC 01-001804 LAW ENFORCEMENT SERVICES 1,049,944.77 240046EC 01-001793 LAW ENFORCEMENT SERVICES 22,789.60 Total: 1,072,734.37 208585 9/5/2023 000450 LIEBERT CASSIDY WHITMORE 242301 MEMBERSHIP DUES 4,000.00 Total : 4,000.00 208586 9/5/2023 002761 MARCO POWER EQUIPMENT 41212123 06-010012 SUPPLIES, REPAIRS, MACHINERY 84.00 41212124 06-010012 SUPPLIES, REPAIRS, MACHINERY 62.00 Total: 146.00 208587 9/5/2023 013979 MARTINEZ, OSCAR 01042606 REFUND-OVERPAYMENT 505.41 Total: 505.41 208588 9/5/2023 003069 MEDCO SUPPLY CO . IN96639611 OFFICE SUPPLIES 154 .66 Total: 154.66 Page : 13 21 vchlist Check List Page: 14 08/28/2023 10:16:19AM City of Lynwood Bank code: apbank Voucher Date Vendor Invoice PO# Description/Account Amount 208589 9/5/2023 013175 MEDRANO, GUSTAVO 013175-071823 REIMBURSEMENT 29.73 Total: 29.73 208590 9/5/2023 013448 MENDOZA TRUCK REPAIR 00486 06-010035 AUTO EXPENSE 758.81 00493 06-010035 AUTO EXPENSE 88.20 00494 06-010035 AUTO EXPENSE 230.00 00508 06-010035 AUTO EXPENSE 219.80 TOTAL: 1,296.81 208591 9/5/2023 013983 MENDOZA, AROLDO 002394-0054 REFUNDABLE DEPOSIT 100.00 TOTAL: 100.00 206592 9/5/2023 013373 MENJIVAR, MIGUEL 013373-081823 PER DIEM 325.00 TOTAL: 325.00 208593 9/5/2023 013504 MINER, LTD 5310608329 06-010013 AUTO EXPENSE 788.16 5310610003 06-010013 AUTO EXPENSE 2,241.05 5310611138 06-010013 AUTO EXPENSE 413.72 Total: 3,442.93 208594 9/5/2023 008782 MSJ ACCESS INC 91070902 06-009966 PROF & CONTRACTUAL SERVICES 535.58 91070954 06-009966 PROF & CONTRACTUAL SERVICES 2,058.66 91070983 06-009966 PROF & CONTRACTUAL SERVICES 1,116.40 91071015 06-009966 PROF & CONTRACTUAL SERVICES 232.00 Total: 3,942.64 208595 9/5/2023 007207 MUNI TEMPS 130228 03-000452 PROF & CONTRACTUAL SERVICES 3,160.00 130235 03-000452 PROF & CONTRACTUAL SERVICES 1,580.00 130236 03-000452 PROF & CONTRACTUAL SERVICES 3,160.00 130245 03-000452 PROF & CONTRACTUAL SERVICES 3,160 .00 130246 03-000452 PROF & CONTRACTUAL SERVICES 3,160 .00 130256 03-000452 PROF & CONTRACTUAL SERVICES 6,320.00 Total: 20,540.00 208596 9/5/2023 013721 MUNOZ-GUEVARA, JUAN 013 721-092223 PER DIEM 241.50 013 721-093023 ELECTRONIC/MEDI-AUTO EXPENSE 500 .00 Total: 741.50 Page : 14 22 vchlist Check List Page: 15 08/28/2023 10:16:19AM City of Lynwood Bank code : apbank Voucher Date Vendor Invoice PO# Description/Account Amount 208597 9/5/2023 013976 MURILLO, ROBERTO 001973-0061 C&D REFUNDABLE DEPOSIT 6,540.00 Total : 6,540.00 208598 9/5/2023 000475 NATIONWIDE ENVIRONMENTAL SVCS . 33192 06-010054 PROF & CONTRACTUAL SERVICES 2,970.50 33324 06-010048 PROF & CONTRACTUAL SERVICES 54,284 .78 33325 06-010054 PROF & CONTRACTUAL SERVICES 2,970 .50 33326 06-010021 PROF & CONTRACTUAL SERVICES 55,811.70 33389 06-010048 PROF & CONTRACTUAL SERVICES 54,284 .78 33390 06-010054 PROF & CONTRACTUAL SERVICES 2 ,970 .50 33416 06-010048 PROF & CONTRACTUAL SERVICES 7,373.75 Total: 180,666.51 208599 9/5/2023 013987 NORMAN , KYLEE 002581-0024 REFUNDABLE DEPOSIT 200 .00 Total : 200.00 208600 9/5/2023 011922 NORTH STAR LAND CARE 1601-578 06-010046 PROF & CONTRACTUAL SERVICES 39,255.00 1601-583 06-010046 PROF & CONTRACTUAL SERVICES 20,520.00 1601-584 06-010046 PROF & CONTRACTUAL SERVICES 22,320.00 Total : 82,095.00 208601 9/5/2023 000078 ODP BUSINESS SOLUTIONS ,LLC 321379396001 03-000451 OFFICE SUPPLIES 261 .69 324436336001 03-000451 OFFICE SUPPLIES 649.00 324695748001 03-000451 OFFICE SUPPLIES 523.38 325340148001 06-010003 OFFICE SUPPLIES 75.40 Total : 1,509.47 208602 9/5/2023 013552 ODP BUSINESS SOLUTIONS,LLC 323233276001 01-001797 OFFICE & OPERATING SUPPLIES 117.70 327027950001 01-001797 OFFICE & OPERATING SUPPLIES 181 .18 Total : 298.88 208603 9/5/2023 006730 P2S ENGINEERING, INC . SIN035122 06-009527 PROF & CONTRACTUAL SERVICES 373 .00 SIN037152 06-009527 PROF & CONTRACTUAL SERVICES 105.50 Total : 478.50 208604 9/5/2023 012548 PARKING COMPANY OF AMERICA INVM0017878 06-010023 PROF & CONTRACTUAL SERVICES 91,185.99 Total : 91,185.99 208605 9/5/2023 013970 PINS ADVANTAGE 2561 MONTHLY SUBSCRIPTION 137.50 Page : 15 23 vchlist Check List Page: 16 08/28/2023 10:16:19AM City of Lynwood Bank code : apbank Voucher Date Vendor Invoice PO# Description/Account Amount 208605 9/5/2023 013970 013970 PINS ADVANTAGE (Continued) Total : 137.50 208606 9/5/2023 007243 PUBLIC WORKS, LOS ANGELES COUNTY RE-PW-23081400830 LABOR & EQUIPMENT CHARGES 1,587.71 Total: 1,587.71 208607 9/5/2023 001142 QUILL CORPORATION 34087875 OFFICE SUPPLIES 629 .14 Total : 629.14 208608 9/5/2023 001057 RAMIREZ, JUAN E. 230629 03-000454 PROF & CONTRACTUAL SERVICES 1,200 .00 230731 03-000454 PROF & CONTRACTUAL SERVICES 1,120 .00 Total : 2,320.00 208609 9/5/2023 013975 ROEL, ARMANDO 002050-0130 C&D REFUNDABLE DEPOSIT 3,280.00 Total : 3,280.00 208610 9/5/2023 008036 RUBIO'S TIRE SHOP 2019 06-010037 AUTO EXPENSE 15 .00 2020 06-010037 AUTO EXPENSE 15.00 2021 06-010037 AUTO EXPENSE 15 .00 2022 06-010037 AUTO EXPENSE 15.00 2023 06-010037 AUTO EXPENSE 15 .00 2024 06 -010037 AUTO EXPENSE 271 .52 2025 06-010037 AUTO EXPENSE 15.00 2026 06-010037 AUTO EXPENSE 15 .00 2027 06-010037 AUTO EXPENSE 20 .00 2028 06-010037 AUTO EXPENSE 20 .00 2029 06 -010037 AUTO EXPENSE 20.00 2030 06-010037 AUTO EXPENSE 20 .00 2031 06-010037 AUTO EXPENSE 228.45 Total: 684.97 208611 9/5/2023 013982 SAYLES, SHAE 002550-0046 REFUNDABLE DEPOSIT 200 .00 Total : 200.00 208612 9/5/2023 008668 SOLACHE, JOSE LUIS 008668-092223 PER DIEM 172 .50 008668-093023 ELECTRONIC/MEDI-AUTO EXPENSE 500 .00 Total: 672.50 208613 9/5/2023 012692 SOTO, RITA 012692-092223 PER DIEM 241 .50 Page : 16 24 vchlist Check List Page: 17 08/28/2023 10:16:19AM City of Lynwood Bank code : apbank Voucher Date Vendor Invoice PO# Description/Account Amount 208613 9/5/2023 012692 SOTO, RITA (Continued) 012692-093023 ELECTRONIC/MEDI-AUTO EXPENSE 500.00 Total: 741.50 208614 9/5/2023 013974 SOUTHERN CALIFORNIA, CLEAN POWER COL-0723 06-010055 PROF & CONTRACTUAL SERVICES 10,000 .00 Total : 10,000.00 208615 9/5/2023 007696 STN SOLUTIONS, INC. 6852 PROF & CONTRACTUAL SERVICES 2,243 .00 Total : 2,243.00 208616 9/5/2023 002938 TAJ OFFICE SUPPLY 03934 06-009984 OFFICE & OPERATING SUPPLIES 137 .76 3910 06-009984 OFFICE & OPERATING SUPPLIES 410 .13 Total: 547.89 208617 9/5/2023 013215 THE HOME DEPOT PRO SUPPLY WORK 758182869 06-009967 OFFICE & OPERATING SUPPLIES 286 .58 758684245 06-009967 OFFICE & OPERATING SUPPLIES 616 .00 760154245 06-009967 OFFICE & OPERATING SUPPLIES 44.53 760411884 06-009967 OFFICE & OPERATING SUPPLIES 61 .21 760900118 06-009967 OFFICE & OPERATING SUPPLIES 151 .23 Total: 1,159.55 208618 9/5/2023 010066 TRI-WEST MECHANICAL, INC . TWM12013 06-010061 MAINTENANCE SERVICES 1,050 .00 TWM12014 06-010061 MAINTENANCE SERVICES 706.25 TWM12015 06-010061 MAINTENANCE SERVICES 781 .25 TWM12016 06-010061 MAINTENANCE SERVICES 743.75 TWM12017 06-010061 MAINTENANCE SERVICES 7,110 .00 TWM12049 06-010061 MAINTENANCE SERVICES 643.75 TWM12050 06-010061 MAINTENANCE SERVICES 733.75 TWM12066 06-010061 MAINTENANCE SERVICES 4,615 .00 TWM12067 06-010061 MAINTENANCE SERVICES 1,790.00 Total : 18,173.75 208619 9/5/2023 013487 TRUSAIC CINV-030473 05-001965 OFFICE & OPERATING SUPPLIES 515.00 CINV-031140 05-001965 OFFICE & OPERATING SUPPLIES 515.00 Total : 1,030.00 208620 9/5/2023 007742 ULINE, INC. 166908104 06-009986 OFFICE SUPPLIES 320.91 Page: 17 25 vchlist Check List Page: 18 08/28/2023 10:16:19AM City of Lynwood Bank code: apbank Voucher Date Vendor Invoice PO# Description/Account Amount 208620 9/5/2023 007742 007742 ULINE, INC . (Continued) Total : 320.91 208621 9/5/2023 009742 UNI FIRST CORPORATION 2190034932 06-010029 UNIFORM SERVICE AND SUPPLIES 134 .76 2190034933 06-010029 UNIFORM SERVICE AND SUPPLIES 59 .92 2190034934 06-010029 UNIFORM SERVICE AND SUPPLIES 110.43 2190034935 06-010029 UNIFORM SERVICE AND SUPPLIES 117 .58 2190034936 06-010029 UNIFORM SERVICE AND SUPPLIES 97.70 2190038314 06-010029 UNIFORM SERVICE AND SUPPLIES 112.37 2190038315 06-010029 UNIFORM SERVICE AND SUPPLIES 68 .08 2190038316 06-010029 UNIFORM SERVICE AND SUPPLIES 125 .73 2190038317 06-010029 UNIFORM SERVICE AND SUPPLIES 133.84 2190038318 06-010029 UNIFORM SERVICE AND SUPPLIES 111.03 2190041661 06-010029 UNIFORM SERVICE AND SUPPLIES 110 .26 2190041662 06-010029 UNIFORM SERVICE AND SUPPLIES 66.02 2190041663 06-010029 UNIFORM SERVICE AND SUPPLIES 125 .73 2190041664 06-010029 UNIFORM SERVICE AND SUPPLIES 136 .82 2190041665 06-010029 UNIFORM SERVICE AND SUPPLIES 111.03 Total : 1,621.30 208622 9/5/2023 008483 V V & G CONSTRUCTION 423-5-207 11-002262 PROF & CONTRACTUAL SERVICES 37,399 .50 423-5-207 : 1 11 -002262 PROF & CONTRACTUAL SERVICES 1,629 .00 423-5-207:2 11-002262 PROF & CONTRACTUAL SERVICES 4,336 .50 Total: 43,365.00 208623 9/5/2023 002912 WATERLINE TECHNOLOGIES,INC 5639477 06-010016 OPERATING SUPPLIES 842 .75 5639478 06-010016 OPERATING SUPPLIES 481.57 5639481 06-010016 OPERATING SUPPLIES 376 .23 5639483 06-010016 OPERATING SUPPLIES 421 .38 5646144 06-010016 OPERATING SUPPLIES 894 .02 5646145 06-010016 OPERATING SUPPLIES 809.68 5646146 06-010016 OPERATING SUPPLIES 421 .71 5647129 06-010016 OPERATING SUPPLIES 910 .89 5647131 06-010016 OPERATING SUPPLIES 455.44 5648392 06-010016 OPERATING SUPPLIES 910 .89 5648393 06-010016 OPERATING SUPPLIES 556 .65 5648394 06-010016 OPERATING SUPPLIES 337 .37 Page : 18 26 vchlist 08/28/2023 10:16:19AM Bank code: apbank Check List City of Lynwood Voucher Date Vendor Invoice PO# Description/Account 208623 208624 9/5/2023 002912 002912 WATERLINE TECHNOLOGIES,INC 9/5/2023 000477 WEBSTER'S BEE REMOVAL SERVICES 2160 88 Vouchers for bank code : 88 Vouchers in this report apbank (Continued) 06-009988 Total: PROF & CONTRACTUAL SERVICES Total: Bank total: Total vouchers : Page: 19 Amount 7,418.58 235.00 235.00 1,701,325.39 1,701,325.39 Page : 19 27 RESOLUTION NO. 2023.XXX Warrant Registers Dated 09-05-2023 PASSED, APPROVED and ADOPTED this 05th day of September_, 2023. Oscar Flores, Mayor ATTEST: __________________________ Maria Quiňonez, Ernie Hernandez, City Clerk City Manager APPROVED AS TO FORM: APPROVED AS TO CONTENT: ________ Noel Tapia, Harry Wong, City Attorney Director of Finance and Administration 28 STATE OF CALIFORNIA ) ) § COUNTY OF LOS ANGELES ) I, Maria Quinonez, the undersigned, City Clerk of the City of Lynwood, do hereby certify that the foregoing Resolution was passed and adopted by the City Council of the City of Lynwood at a meeting held on the 05th day of September, 2023. AYES: COUNCIL MEMBERS FLORES, SANTANA, SOTO, MAYOR PRO TEM SOLACHE AND MAYOR CASANOVA NOES: NONE ABSENT: NONE ABSTAIN: NONE ________________________ Maria Quiňonez, City Clerk STATE OF CALIFORNIA ) ) § COUNTY OF LOS ANGELES ) I, Maria Quinonez, the undersigned, City Clerk of the City of Lynwood, and the Clerk of the City Council of said City, do hereby certify that the above foregoing is a full, true and correct copy of Resolution No. 2023.XXX on file in my office and that said Resolution was adopted on the date and by the vote therein stated. Dated this _05th day of September, 2023. ___________________________ Maria Quiňonez, City Clerk 29 AGENDA STAFF REPORT DATE:September 5, 2023 TO:Honorable Mayor and Members of the City Council APPROVED BY:Ernie Hernandez, City Manager PREPARED BY:Gabriel Linares, Director of Community Development SUBJECT:RESIDENTIAL PERMIT PARKING DISTRICT FOR 4500/4600/4700 ARLINGTON AVENUE Agenda Item # 7.2. Recommendation: Staff recommends that the City Council review and adopt the attached resolution entitled: “A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD ESTABLISHING RESIDENTIAL PERMIT PARKING DISTRICT, Lynwood RPPD – 4500/4600/4700 BLOCK OF ARLINGTON AVENUE”. Background: Staff has received a petition from the respective blocks for the establishment of a Residential Permit Parking District (RPPD) in accordance with LMC 7-29 to help combat the issues of non-resident vehicles occupying the parking surplus within their neighborhoods street of Arlington Avenue. The success of the businesses (auto repair) on the corner of Atlantic Ave and Arlington Ave have forced patron to spill over to the residential neighborhood in search of available parking. There is also an apartment complex at 4115 Arlington Ave that has experienced an increase in the number of vehicles for their tenants and guest. Since there is not sufficient on-site parking to serve the apartments guest and tenants, the vehicles spill over into the neighborhoods street for parking needs. See exhibit A for aerial view of district area. A public hearing was conducted on July 27, 2023 by the Public Safety / Traffic and Parking Commission as mandated per code, resulting in an approved recommendation by the Commission for the establishment of proposed parking district. Discussion and Analysis: The proponents of the proposed parking district submitted an application and petition that City Council City Council Regular Meeting 30 meet all of the requirements set forth in LMC 7-29.6. for example the proponent successfully gathered signatures from the residents within the proposed areas, meeting the minimum (50%) plus one support rate (20 out of 36, equating a 55%) in favor of designation of a Residential Permit Parking District. The proposed Residential Permit Parking District shall have the following characteristics: 1. The boundaries shall include the 4500, 4600, 4700 blocks of Arlington Avenue as shown in exhibit A. 2. Enforcement option of 7 days a week, 24 hours a day coverage, except holidays. 3. Each single family property shall be granted a maximum of three (3) parking permits per household. 4. Multi-family properties may apply for one (1) parking permit per household. 5. Each parking permit shall cost twenty-five ($25) annually. 6. Households may purchase single day visitor parking permits for one ($1) per day or ten ($10) for fourteen day visitor parking permits. 7. The parking permits will be effective after the sign installation by the City approximately 2 months from approval provided all procedural requirements have been satisfied. 8. The Parking District will be identified with an orange color designation parking permit. If the City Council adopts a resolution establishing the proposed parking district, parking permits in a number representing at least fifty percent (50%) of the addresses in a given block, or fifteen (15) permits, whichever is less, must be issued in each block within the parking district before signs will be installed designating the parking district. (LMC 7-29.6(h.) Permits obtained cannot be used until signs are installed in the proposed parking district. If the minimum number of permits is not obtained within sixty (60) days after the City Council passes a resolution establishing the proposed parking district, the proposed parking district may be terminated by resolution of the City Council. If the City Council approves the new parking district, staff will start coordination efforts with Public Works to order and install the appropriate signs provided compliance with LMC 7- 29.6(h) has been met. Community Development will coordinate with the parking permit vendor on the design of specific parking district. Community Development will make the parking district permits available on-line for the residents soon after the formal council establishment of the parking district. Enforcement will begin after the residents are formally notified of the establishment of the district and the required signs are installed. Staff anticipates a (1) one to - (2) two months establishment period after council approvals. PAYMYCITE.com will be updated with district specific permits and residents will be able to purchase their residential parking permits online. We have a potential of 120 annual parking permits being issued for the parking district. With a cost of $25 per permit there will be a potential $3,000 revenue increase to the parking revenue account. Code Enforcement Staff will also conduct the required inspections, within all proposed districts to ensure that all parking facilities within each participating property are being utilized for its City Council City Council Regular Meeting 31 arlington ave parking distirct Exhibit A.docx Resolution - Arlington_Avenue_Parking_District (final).docx intended purpose and that no participating property has inoperable vehicles on-site. Fiscal Impact: The Parking permit Revenue account will experience a annual revenue increase of approximately $3,000 due to parking permit issued. A funding source will be identified for the procurement of the required signage and for the parking permits. The expected cost for signs is $450 and Public Works department will install the signs. Cost will be covered by the existing 23/24 Public Works budget. Coordinated With: City Attorney has reviewed resolution and approved as to form. Public Safety, Traffic and Parking Commission has recommended approval and that item be moved for Council consideration. ATTACHMENTS: Description City Council City Council Regular Meeting 32 Exhibit A 4500/4600/4700 Arlington Block, between Atlantic Ave and Gibson Ave-The brown parcels depict multi-family lots, red parcels are commercial lots and yellow are single family lots. Length of Arlington Ave affected by businesses and apartment complex parking overflow. 33 RESOLUTION NO. _______________ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD ESTABLISHING RESIDENTIAL PERMIT PARKING DISTRICT, LYNWOOD RPPD ARLINGTON– 4500/4600/4700 BLOCK OF ARLINGTON AVENUE WHEREAS, Section 7-29 of the Lynwood Municipal Code authorizes the City Council to, by resolution, designate any streets, or portions thereof, as “Residential Permit Parking Only” streets; and WHEREAS, Section 7-29 of the Lynwood Municipal Code sets forth a process to create a Residential Permit Parking District and establishing a process enabling individual streets within the identified District boundary to request implementation of permit parking; and WHEREAS, representatives of each identified community have met with the Public Safety Department, and efforts to identify and implement solutions to the parking other than permit parking have been determined to be ineffective to resolve or improve the parking availability for residents, so that no solution other the permit parking appears to be feasible; and WHEREAS, due to parking congestion on the streets herein set forth, the City Council hereby finds and determines that the parking of vehicles should be limited to persons possessing permits; and WHEREAS, the proponents of the proposed parking district submitted an application and petition that meet all of the requirements set forth in LMC 7-29.6; and WHEREAS, a public hearing was conducted on July 27, 2023 by the Public Safety/Traffic and Parking Commission as mandated LMC 7-29.6(e), resulting in an approved recommendation by the Commission for the establishment of proposed parking district; and WHEREAS, the establishment of “Permit Parking Only” areas is necessary to enhance the public health, safety, and welfare of the residents of the area, the users of the public streets and the public at large. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES HEREBY FIND, PROCLAIM, ORDER AND RESOLVE AS FOLLOWS: Section 1.The City Council of the City of Lynwood hereby finds and declares that the foregoing recitals are true and correct, and incorporates them herein as findings and as a substantive part of this Resolution. 34 Section 2.That the Lynwood RPPD Arlington Avenue parking district is hereby established. That the parking of vehicles shall be limited to those persons possessing a properly displayed valid parking permit along the streets of: 1. 4500/4600/4700 block of Arlington Avenue, Nothing contained in this resolution shall be construed to authorize the parking or stopping where such parking or stopping is otherwise prohibited or to prohibit parking as it may otherwise be permitted by the California Vehicle Code or the Lynwood Municipal Code. Section 3.That the Lynwood RPPD Arlington Avenue parking district shall have the following characteristics: 1. The boundaries shall include the 4500, 4600, 4700 blocks of Arlington Avenue as shown in Exhibit A. 2. The proponents of the proposed residential permit district elected the enforcement option of 7 days a week, 24 hours a day coverage, except holidays. 3. Each single-family property shall be granted a maximum of three (3) parking permits per household. 4. Multi-family properties may apply for one (1) parking permit per household. 5. Each parking permit shall cost twenty-five ($25) annually. 6. Households may purchase single day visitor parking permits for one ($1) dollar per day or ten ($10) dollars for fourteen-day visitor parking permits. 7. The parking permits will be effective after the sign installation by the City approximately 2 months from approval provided all procedural requirements have been satisfied. 8. The Parking District will be identified with an orange color designation parking permit. Section 4.The City Council authorizes the City Manager to take all necessary steps consistent with LMC 7-29 to effectuate the establishment of the Lynwood RPPD Arlington Avenue parking district. Section 5.Authorize the Mayor to execute the Resolution for and on behalf of the City of Lynwood. Section 6.This Resolution shall take effect immediately upon its adoption. Section 7.The City Clerk shall certify as to the adoption of this City Council Resolution. 35 PASSED, APPROVED AND ADOPTED this 5th day of September, 2023 __________________________ Oscar Flores, Mayor ATTEST: _____________________________________________________ Maria Quinonez, City Clerk Ernie Hernandez, City Manager Approved As To Form:Approved As To Content: _____________________________________________________ Noel Tapia, City Attorney Gabriel Linares, Director of Development Services Department 36 STATE OF CALIFORNIA ) ) § COUNTY OF LOS ANGELES ) I, the undersigned, City Clerk of the City of Lynwood, do hereby certify that the above and foregoing Resolution was duly adopted by the City Council of the City of Lynwood at its regular meeting held in the City Hall of said City on the 5th day of September 2023, and passed by the following vote: AYES: NOES: ABSTAIN: ABSENT: ___________________________ Maria Quinonez, City Clerk 37 AGENDA STAFF REPORT DATE:September 5, 2023 TO:Honorable Mayor and Members of the City Council APPROVED BY: PREPARED BY:Shanell Shipe, Assistant to the City Manager SUBJECT:A RESOLUTION APPROVING AN AMENDED PROFESSIONAL SERVICES AGREEMENT WITH KILEY & ASSOCIATES, LLC, TO PROVIDE FEDERAL LEGISLATIVE ADVOCACY SERVICES TO THE CITY Agenda Item # 7.3. Recommendation: Staff recommends that the City Council approve an amended contract services agreement with Kiley & Associates, LLC, for Federal Legislative Advocacy Services; and authorize the City Manager sign a three-year agreement on behalf of the City of Lynwood on a form approved by the City Attorney. Background: As part of the ongoing adjustments and responses to the COVID-19 epidemic, many public sector organizations are seeking to contract with lobbyist firms with specific federal associations and experience. As the monies related to the COVID-19 epidemic are primarily federal orders and/or initiatives, federal lobbyist representation is provided for City Council discussion and consideration. The City is seeking to amend the current agreement with Kiley & Associates to provide federal legislative advocacy services for the City. Staff is recommending Kiley & Associates based upon the professional experience of the firm, the strategic location of the firm in Washington, D.C., and the familiarity of the firm with the City of Lynwood. The cost proposal from Kiley & Associates includes an annual not-to-exceed consideration of $60,000.00 with a monthly rate City Council City Council Regular Meeting 38 of $5,000.00. Locally, Kiley & Associates also provides federal legislative advocacy services to the cities of South Gate and Carson. Discussion and Analysis: Kiley & Associates collaborates with local governments to help develop their federal legislative priorities. A partnership would include: • Raising Lynwood’s profile with the California Congressional delegation, federal agencies, Congress and the Biden Administration. • Working to protect Lynwood’s interests by changing laws or federal regulations. • Coordinating with the dedicated day-to-day point of contact on identifying and refining Lynwood’s top project and policy priorities for their federal agenda (i.e. securing federal and state money for transit projects, roadway expansion, street repairs, tourism and policymaking etc.). • Targeting key allies and influential lawmakers, Congressional committees and Executive branch policy makers. • Developing a federal grants strategy and regularly updating Lynwood on federal grant opportunities and issues that are pertinent to the City’s legislative priorities. • Representing the City of Lynwood at Congressional and Executive Branch meetings and hearings. • Engaging Lynwood elected officials and staff with key Washington, D.C. organizations including the United States Conference of Mayors and the National League of Cities. • Coordinating an annual trip for Lynwood elected officials and staff to Washington, D.C. to meet with the Congressional delegation, White House officials and key staff in the federal agencies. • Coordinating briefings by the City of Lynwood elected officials to Congressional staff and federal agency decision makers. • Helping with issues that have a federal nexus, which include providing comments on federal regulations, connecting local officials to federal agency professionals and providing our expertise on federal grant programs, grant applications and other legislative and agency opportunities. Examples of Recent and Ongoing Kiley & Associates Performance for the cities of Carson and South Gate - • Provided the Mayor and City Council guidance and counsel on various matters related to COVID19, including updates on federal policy and federal grant opportunities. • Organized a Federal Small Business Administration virtual meeting to educate Carson business owners on the Paycheck Protection Program. • Coordinated meetings between Carson Council members, the FAA, and the Long Beach Airport regarding noise complaints from residents. • Facilitated meetings with FEMA and the U.S. Treasury to ensure Carson was receiving their fair share of the of municipal funding from the American Rescue Plan. • Renewed the City’s relationship with United States Senator Dianne Feinstein and helped the City Council City Council Regular Meeting 39 Kiley_Associates_Reso_2023.docx First Amendment - Kiley Associates Agreement.doc City apply for earmarks with her office. • Helped Carson secure earmarks for transit programs that Congresswoman Barragán will be submitting for Congressional approval. • Worked with the Federal Communications Commission to promote the Emergency Broadband Benefit to Carson residents, which provides families $50 per month towards broadband services. • At the request of the City, approached the U.S. Postal Service in Washington, D.C. to investigate long running postal problems within the City of Carson to improve mail service for residents. • Worked with the City to explore renewable energy opportunities, including EV charging throughout Carson and solar power at City Hall and other City owned buildings. • Developed federal funding and policy agenda for the Mayor, Council and City department heads. Created federal government agendas and provided outreach and funding opportunities. • Provided the City with relevant hearing schedules and grant announcements. Organized meetings with federal officials for the City and residents COVID-19 Funeral Assistance program providing thousands of dollars for families in the City who lost a loved one. • Provided the City with Congressional and White House updates detailing legislative action. • Started dialogue for the City with Union Pacific Railroad regarding trash and homelessness on the rail line that was being neglected. • Worked with the City to secure earmarks for $1.5 million in road improvements to Garfield Avenue, of which Congresswoman Barragán will be submitting to the House Committee on Transportation and Infrastructure for approval. Fiscal Impact: The cost proposal as provided by Kiley & Associates includes an annual not-to-exceed consideration of $60,000.00 and a $5,000.00 monthly rate for federal legislative advocacy services. These costs are included in the Approved 2023-2024 Citywide budget. Coordinated With: Finance Department City Attorney's Office ATTACHMENTS: Description City Council City Council Regular Meeting 40 RESOLUTION NO. _____ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD APPROVING AN AMENDED PROFESSIONAL SERVICES AGREEMENT WITH KILEY & ASSOCIATES, LLC TO PROVIDE FEDERAL LEGISLATIVE SERVICES TO THE CITY WHEREAS, Kiley & Associates, LLC collaborates with local governments to help develop their federal legislative priorities; and WHEREAS, the Parties entered into an agreement for federal legislative advocacy services for the City of Lynwood on August 17, 2021 (hereinafter “Master Agreement”). WHEREAS, The City and Consultant desire to amend the Master Agreement with an effective date of July 1, 2023 as set forth herein; and WHEREAS, Kiley & Associates, LLC has provided professional lobbying services to other cities such as South Gate and Carson; and WHEREAS, the City desires to retain the services of Kiley & Associates, LLC as an independent contractor to provide legislative services to the City as set forth in the attached exhibit “A” Scope of Services; and WHEREAS, Kiley & Associates, LLC represents that it is fully qualified to perform such services by virtue of its experience and the training, education and expertise of its principals and employees. WHEREAS, the agreement will cover the period starting July 1, 2023 and end June 30, 2026. NOW, THEREFORE THE CITY COUNCIL OF THE CITY OF LYNWOOD, CALIFORNIA DOES HEREBY FIND, DETERMINE, ORDER AND RESOLVE AS FOLLOWS: Section 1. The City Council of the City of Lynwood hereby finds and declares that the foregoing recitals are true and correct, and incorporates them herein as findings and as a substantive part of this Resolution. Section 2.That the Lynwood City Council authorizes the Mayor to execute an agreement with Kiley & Associates, LLC to provide professional federal legislative services to the City approved as to form by the City Attorney. Section 3.That this resolution shall take effect immediately upon its adoption. Section 4.The City Clerk shall certify as to the adoption of this City Council Resolution. PASSED, APPROVED, AND ADOPTED THIS 5th day of September 2023. 41 _____________________________________ Oscar Flores Mayor ATTEST: Maria Quinonez, City Clerk APPROVED AS TO FORM:APPROVED AS TO CONTENT: ________________________________________________________ Noel A. Tapia,Ernie Hernandez, City Attorney City Manager 42 1 FIRST AMENDMENT TO THE KILEY & ASSOCIATES PROFESSIONAL SERVICES AGREEMENT This First Amendment (“Amendment”) to the agreement for federal legislative advocacy consulting services for the City of Lynwood, is entered into on September 5, 2023, by and between the CITY OF LYNWOOD, a California municipal corporation (“City”), and Kiley & Associates, LLC (“Consultant”). City and Consultant are sometimes individually referred to herein as a “Party,” and jointly as “Parties.” RECITALS A.The Parties entered into an agreement for federal legislative advocacy consulting services for the City of Lynwood on August 17, 2021 (hereinafter “Master Agreement”). B.The City and Consultant desire to amend the Master Agreement with an effective date of July 1, 2023 as set forth herein; and NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the Parties agree as follows: Section 1.Term The following shall govern the term of the Master Agreement: The Master Agreement shall terminate on June 30, 2026 (the “Termination Date”), unless earlier terminated as provided in the Master Agreement. Section 2.Incorporation of Agreement Except as expressly amended herein, all of the terms and conditions of the Master Agreement shall remain in full force and effect and are ratified by each Party. The Master Agreement, and this First Amendment contain the entire Contract of the Parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. The Parties agree that if any provisions of this Amendment conflict with the Master Agreement, then the provisions of this First Amendment shall prevail. If any portion of this First Amendment is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. Section 3.Corporate Authority The persons executing this First Amendment on behalf of the Parties hereto warrant that (i) such Party is duly organized and existing, (ii) they are duly authorized to execute and deliver this First Amendent on behalf of said Party, (iii) by so executing this First Amendment, such Party is formally bound to the provisions of this First Amendment, and (iv) the entering into this First Amendment does not violate any provision of any other agreement to which said Party is bound. 43 2 IN WITNESS WHEREOF, the Parties enter into this First Amendment effective July 1, 2023. CITY OF LYNWOOD KILEY & ASSOCIATES, LLC (“CITY”) (“CONSULTANT”) ____________________________ ____________________________ Oscar Flores Gregory T. Kiley Mayor Date: ___________Date: ___________ ATTEST: By:______________________________ Maria Quinonez, City Clerk APPROVED AS TO FORM: By:______________________________ Noel Tapia, City Attorney 44 AGENDA STAFF REPORT DATE:September 5, 2023 TO:Honorable Mayor and Members of the City Council APPROVED BY: PREPARED BY:Shanell Shipe, Assistant to the City Manager SUBJECT:A RESOLUTION APPROVING AN AMENDED PROFESSIONAL SERVICES AGREEMENT WITH LEGISLATIVE ADVOCACY GROUP TO PROVIDE LEGISLATIVE SERVICES TO THE CITY Agenda Item # 7.4. Recommendation: Staff recommends that the City Council approve an amended contract services agreement with Legislative Advocacy Group for Lobbying Services; and authorize the City Manager sign an agreement on behalf of the City of Lynwood on a form approved by the City Attorney. Background: Legislative Advocacy Group ("LAG") is the City's contract lobbyist firm which represents the City at the State, regional, and local levels in order to promote and advance the legislative goals and interests of the City and has been providing such services to the City of Lynwood since 2005. The City continues to be in need of the professional services of Legislative Advocacy Group as an independent contractor to provide legislative services to the City. Legislative Advocacy Group, is fully qualified to perform such services by virtue of its long tenure with the City. Because of this and the experience, training, education and expertise of its principals and employees, the City would like to extend the Agreement establishing a new termination date of December 31, 2024. Discussion and Analysis: The attached Professional Services Agreement is for specific legislative services to be performed by LAG, as desired by the City, include those listed in Exhibit A of the attached Professional Services Agreement. The list is not all-inclusive and may be changed at any time as authorized by the City Council or its Designee. Fiscal Impact: The cost for legislative services is $5,000.00 per month exclusive of any expenses incurred by City Council City Council Regular Meeting 45 Third Amendment Legislative_Advocacy_Group_Consulting_Agreement.doc Resolution - LAG Third Amendment.doc Legislative Advocacy Group to be paid from the General Fund. Specific legal services will be billed at time and materials. Coordinated With: Finance Department City Attorney ATTACHMENTS: Description City Council City Council Regular Meeting 46 1 THIRD AMENDMENT TO THE H. FRANCISCO LEAL dba LEGISLATIVE ADVOCACY GROUP PROFESSIONAL SERVICES AGREEMENT This Third Amendment (“Third Amendment”) to the agreement for legislative advocacy consulting services for the City of Lynwood, is entered into as of September 5, 2023, by and between the CITY OF LYNWOOD, a California municipal corporation (“City”), and H. FRANCISCO LEAL dba LEGISLATIVE ADVOCACY GROUP (“Consultant”). City and Consultant are sometimes individually referred to herein as a “Party,” and jointly as “Parties.” RECITALS A.The Parties entered into an agreement for legislative advocacy consulting services for the City of Lynwood on November 1, 2019 (hereinafter “Master Agreement”). B.The Parties subsequently amended the Master Agreement. The First Amendment was approved on November 16, 2021; and C.The Second Amendment was approved on December 20, 2022 with an effective date of December 20,2022. D.The City and Consultant desire to amend the Master Agreement a third time as set forth herein; and NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the Parties agree as follows: Section 1.Term The following shall govern the term of the Master Agreement: The Master Agreement shall terminate on December 31, 2024 (the “Termination Date”), unless earlier terminated as provided in the Master Agreement. Section 2.Incorporation of Agreement Except as expressly amended herein, all of the terms and conditions of the Master Agreement shall remain in full force and effect and are ratified by each Party. The Master Agreement, the First Amendment, the Second Amendment and this Third Amendment contain the entire Contract of the Parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. The Parties agree that if any provisions of this Third Amendment conflict with the Master Agreement, the First Amendment, or the Second Amendment, then the provisions of this Third Amendment shall prevail. If any portion of this Third Amendment is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. Section 3.Corporate Authority 47 2 The persons executing this Third Amendment on behalf of the Parties hereto warrant that (i) such Party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Third Amendent on behalf of said Party, (iii) by so executing this Third Amendment, such Party is formally bound to the provisions of this Third Amendment, and (iv) the entering into this Third Amendment does not violate any provision of any other agreement to which said Party is bound. IN WITNESS WHEREOF, the Parties enter into this Third Amendment effective immediately. CITY OF LYNWOOD H. Francisco Leal dba Legislative Advocacy Group (“CITY”) (“CONSULTANT”) ____________________________ ____________________________ Oscar Flores H. Francisco Leal Mayor Date: ___________Date: ___________ ATTEST: By:______________________________ Maria Quinonez, City Clerk APPROVED AS TO FORM: By:______________________________ Noel Tapia, City Attorney 48 RESOLUTION NO. __________ A RESOLUTION OF THE CTY COUNCIL OF THE CITY OF LYNWOOD APPROVING A THIRD AMENDMENT TO THE H. FRANCISCO LEAL dba LEGISLATIVE ADVOCACY GROUP PROFESSIONAL SERVICES AGREEMENT WHEREAS, the City continues to be in need of the professional services of Legislative Advocacy Group as an independent contractor to provide legislative services to the City; and WHEREAS, the Parties entered into an agreement for legislative advocacy consulting services for the City of Lynwood on November 1, 2019 (hereinafter “Master Agreement”). WHEREAS, the Parties subsequently amended the Master Agreement. The First Amendment was approved on November 16, 2021; and WHEREAS, The Second Amendment was approved on December 20, 2022 with an effective date of December 20,2022. WHEREAS, The City and Consultant desire to amend the Master Agreement a third time as set forth herein; and WHEREAS, Legislative Advocacy Group is fully qualified to perform such services due to its long tenure with the City, and the experience, training, education and expertise of its principals and employees. Because of this, the City Manager would like to extend the agreement.; and WHEREAS, the agreement will cover the period starting December 31, 2023 and end December 31, 2024. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES HEREBY RESOLVE AND DETERMINE AS FOLLOWS: Section 1. The City Council of the City of Lynwood hereby finds and declares that the foregoing recitals are true and correct, and incorporates them herein as findings and as a substantive part of this Resolution. Section 2.That the City Council of the City of Lynwood approves and authorizes the Mayor to execute the Third Amendment to the H. Francisco Leal dba Legislative Advocacy Group’s professional services agreement to provide professional legislative services to the City for an amount equal to $5,000 per month. 49 2 Section 3.Authorize the Mayor to execute the Resolution for and on behalf of the City of Lynwood. Section 4.This Resolution shall go into effect immediately upon its effective date. Section 5.The City Clerk shall certify as to the adoption of this City Council Resolution. PASSED, APPROVED and ADOPTED this _____day of _______, 2023. _________________________ Oscar Flores Mayor ATTEST: ________________________ _________________________ Maria Quinonez Ernie Hernandez, City Manager City Clerk APPROVED AS TO FORM: ______________________ Noel Tapia City Attorney 50 AGENDA STAFF REPORT DATE:September 5, 2023 TO:Honorable Mayor and Members of the City Council APPROVED BY:Ernie Hernandez, City Manager PREPARED BY:Julian Lee, Director of Public Works SUBJECT:PROJECT ACCEPTANCE OF THE SLURRY SEAL PHASE 2, FY 2022- 2023 PROJECT (CIP 4011.68.125) Agenda Item # 7.5. Recommendation: Staff recommends that the City Council adopt the attached resolution entitled: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD ACCEPTING THE SLURRY SEAL PHASE 2 FY 2022-2023 PROJECT (CIP 4011.68.125) AS COMPLETE; AUTHORIZING THE FILING OF THE NOTICE OF COMPLETION WITH THE LOS ANGELES COUNTY RECORDER’S OFFICE AND THE RELEASE OF THE 5% RETENTION 35 DAYS AFTER THE ACCEPTANCE. Background: As part of the 5-year CIP plan, the City of Lynwood has implemented a citywide slurry seal program. Slurry Seal projects are an important part of the city’s pavement management program. A slurry seal is a maintenance treatment that prolongs the life of asphalt at a fraction of the cost of full pavement (structural) repair. The treatment provides a new wearing surface of the road and protects it from sun and water damage. Discussion and Analysis: Slurry Seal Phase 2 project (“Project”) consisted of the construction of cold milling existing pavement for the city streets as needed, constructing 2” thick AC pavement and placing type 2 slurry. Striping was also rehabilitated to enhance vehicular and pedestrian safety. New signage was installed, and utility covers were adjusted. City Council City Council Regular Meeting 51 On October 18, 2022, the City awarded the contract to the lowest responsible bidder, Pavement Coatings Co. in the amount of $299,931.10. The Notice to Proceed was issued for construction to begin on November 28, 2022. Project Limits: The project limits for Slurry Seal Phase 2 included twenty-six (26) street segments throughout the City. Upon starting construction, Pavement Coatings Co. discovered that eight (8) street segments no longer qualified for slurry seal and instead were recommended for reconstruction. On December 20th, 2022, The City Council approved the removal of the eight (8) street segments from Slurry Seal Phase 2 project and the transfer of the segments into the Priority 2 Phase 2A Project. The street segments removed from project are as follows: Removed Segment Name From To 1 Bellinger Street Lynwood Road Butler Avenue 2 Carlin Avenue Alpine Avenue Oak Street 3 Carlin Avenue Oak Street Long Beach Blvd 4 Carlin Avenue Caste Gate Avenue Stoneacre Avenue 5 El Segundo Boulevard Santa Fe Avenue Peach Avenue 6 El Segundo Boulevard Peach Avenue Alpine Avenue 7 Magnolia Avenue Alpine Avenue Long Beach Blvd 8 Oak Street Euclid Avenue Orchard Avenue The final amount of the final constructed Slurry Seal Phase 2 street segments are as follows: Segment Name From To 1 Santa Fe Avenue Cedar Avenue Banning Avenue 2 Carlin Avenue Long Beach Blvd Bullis Road 3 Carlin Avenue Bradfield Avenue Muriel Drive 4 Carlin Avenue Muriel Drive Thorson Avenue 5 Cedar Avenue State Street Peach Street 6 Cedar Avenue Alpine Avenue Long Beach Blvd 7 Cedar Avenue Long Beach Blvd School Street City Council City Council Regular Meeting 52 8 Cedar Avenue School Street Bullis Road 9 3rd Avenue Josephine Street Cul-de-Sac 10 Flower Street Peach Street Lindbergh Avenue 11 Muriel Drive Carlin Avenue Palm Avenue 12 Niland Street End of Property Lavinia Avenue 13 Philadelphia Way Alameda Avenue Philadelphia Way 14 Peach Street Carlin Avenue Euclid Avenue 15 3rd Avenue Josephine Street Agnes Avenue 16 Virginia Street Long Beach Blvd School Street 17 Fernwood Avenue Beechwood Avenue State Street Approved Budget A budget of $388,924.21 from Measure M Bonds was approved by the City Council. The construction by Pavement Coatings Co. started on November 28, 2022. The original contract amount with Pavement Coatings Co. was $299,931.10. Du ring the construction phase, staff removed eight (8) street segments from the Project and reduced the construction cost. The change order issued reduced the project cost in the amount of $56,156.10. The new contract amount was $243,775.00. In addition, $33,140 was used for the construction management/construction inspection services by Transtech Engineers and an amount of $4,000 for Labor Compliance work was provided by Avant Garde Inc. The total cost of this project was $280,915.00 which is under the budget funding of $388,924.21. Original Contract Amount $299,931.10 Change Order (Credit for Removal of 8 Segments)($56,156.10) Contract Management and Inspection $33,140.00 Labor Compliance $4,000.00 TOTAL COST OF PROJECT $280,915.00 City Council City Council Regular Meeting 53 09-05-23 Slurry Seal Phase 2 Project Acceptance (Resolution) - PWD.docx SLURRY SEAL PHASE 2 -CHANGE ORDER LOG.pdf Construction was completed on January 27, 2023, and the Project is now ready for acceptance by the City Council. Once accepted, Staff can record the Notice of Completion at the County Recorder’s Office. Staff will then release retention 35 days after the project acceptance. Fiscal Impact: This CIP project 4011.68.125 had an approved FY23 Budget of $388,924.21 from Measure M Bonds. No additional appropriation was needed to complete the project. Coordinated With: City Manager’s Office Department of Finance and Administration Services ATTACHMENTS: Description City Council City Council Regular Meeting 54 1 RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD ACCEPTING THE SLURRY SEAL PHASE 2 FY 2022-2023 PROJECT (CIP 4011.68.125) AS COMPLETE; AUTHORIZING THE FILING OF THE NOTICE OF COMPLETION WITH THE LOS ANGELES COUNTY RECORDER’S OFFICE AND THE RELEASE OF THE 5% RETENTION 35 DAYS AFTER THE ACCEPTANCE. WHEREAS,as part of the 5-year CIP plan, the City of Lynwood has implemented a citywide slurry seal program. Slurry Seal projects are an important part of the city’s pavement management program; and WHEREAS,the project consisted of the construction of cold milling existing pavement for the city streets as needed. Constructing 2” thick AC pavement and placing type 2 slurry. Striping was also rehabilitated to enhance vehicular and pedestrian safety. New signage was installed, and utility covers adjusted; and WHEREAS, On October 18, 2022, the City awarded the contract to the lowest responsible bidder, Pavement Coatings Co. in the amount of $299,310.10; and WHEREAS,During construction, Pavement Coatings Co. determined that eight (8) street segments no longer qualified for Slurry Seal and instead were recommended for reconstruction; and WHEREAS, On December 20, 2022, staff brought a change order approval request to council to remove eight (8) street segments due to design issues. The street segments were added into the Priority 2 Phase 2A project as reconstruction, grind & overlay streets; and WHEREAS, The Slurry Seal Phase 2 street segments are Santa Fe Avenue from Cedar Avenue to Banning Avenue, Carlin Avenue from Long Beach Boulevard to Bullis Road, Carlin Avenue from Bradfield Avenue to Muriel Drive, Carlin Avenue from Muriel Drive to Thorson Avenue, Cedar Avenue from State Street to Peach Street, Cedar Avenue from Alpine Avenue to Long Beach Blvd, Cedar Avenue from Long Beach Blvd to School Street, Cedar Street from School Street to Bullis Road, 3rd Avenue from Josephine Street to Cul-de-sac, Flower Street from Peach Street to Lindbergh Avenue, Muriel Drive from Carlin Avenue to Palm Avenue, Niland Street from End of Property to Lavinia Avenue, Philadelphia Way from Alameda Avenue to Philadelphia Way, Peach Street from Carlin Avenue to Euclid Avenue, 3rd Avenue from Josephine Street to Agnes Avenue, Virginia Street from Long Beach Blvd to School Street, Fernwood Avenue from Beechwood Avenue to State Street; and WHEREAS, the construction of the Project started on November 28, 2022; and WHEREAS, the final date of construction was on January 27, 2023 and all work was completed in accordance with the project plans and specifications; and WHEREAS, one (1) contract change order reduced the contract amount by 55 1 $56,156.10; and WHEREAS, the total construction cost including construction management, inspection, and labor compliance is $280,915.00; and WHEREAS, the total construction budget was $388,924.21; and WHEREAS,no additional appropriation is needed. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES HEREBY FIND, PROCLAIM, ORDER, AND RESOLVE AS FOLLOWS: Section 1.The City Council for the City of Lynwood finds and declares that the forgoing recitals are true and correct and incorporates said recitals fully into this Resolution as substantive findings. Section 2.That the City Council of the City of Lynwood accepts the Slurry Seal Phase 2, FY 2022-2023 Project (CIP 4011.68.125) as complete in accordance with contract documents. Section 3. The City Council authorizes the Director of Public Works or his designee to process the recordation and filing of the Notice of Completion with the Los Angeles County Recorder’s Office. Section 4.The City Council authorizes the release of the 5% retention 35 days after acceptance. Section 5.Authorize the Mayor to execute the Resolution for and on behalf of the City of Lynwood. Section 6. This Resolution shall take effect immediately upon its adoption. Section 7. The City Clerk shall certify to the adoption of this resolution and hereafter the same shall be in full force and effect. (Signatures on Next Page) 56 3 PASSED, APPROVED and ADOPTED this 5th day of September 2023. Oscar Flores Mayor ATTEST: Maria Quinonez Ernie Hernandez City Clerk City Manager APPROVED AS TO FORM:APPROVED AS TO CONTENT: Noel Tapia Julian Lee City Attorney Director of Public Works 57 4 STATE OF CALIFORNIA ) ) COUNTY OF LOS ANGELES ) I, the undersigned, City Clerk of the City of Lynwood, do hereby certify that the foregoing Resolution was passed and adopted by the City Council of the City of Lynwood at a regular meeting held on the 5th day of September 2023, and passed by the following votes: AYES: NOES: ABSTAIN: ABSENT: Maria Quinonez, City Clerk STATE OF CALIFORNIA ) ) COUNTY OF LOS ANGELES ) I, the undersigned, City Clerk of the City of Lynwood, and the Clerk of the City Council of said City, do hereby certify that the above foregoing is a full, true, and correct copy of Resolution No.on file in my office and that said Resolution was adopted on the date and by the vote therein stated. Dated this 5th day of September 2023. Maria Quinonez, City Clerk 58 CONTRACT CHANGE ORDERS DESCRIPTION AMOUNT cco 01.1 Additional cost on Bid Item 2 (Traffic Control) to factor in the overhead cost due to eliminated work exceeding 25% of contract quantities on various bid items.$4,350.00 cco 01.2 Eliminate Bid Item 3 (Cold Mill Existing AC Pavement (2” Deep)) from the contract to its entirety. ($5,621.10) cco 01.3 Eliminate Bid Item 4 (Construct 2" Thick AC (C2-PG 64-10)) from the contract to its entirety. ($12,710.00) cco 01.4 Eliminate Bid Item 5 (Place Slurry Seal Type II with 3% Latex) from the contract to its entirety. See CCO 01.5 for the revised unit price for this work due to eliminated work exceeding 25% of contract quantity. ($170,100.00) cco 01.5 Revised unit price for Bid Item 5 (Place Slurry Seal Type II with 3% Latex) due to eliminated work exceeding 25% of contract quantity.$132,825.00 cco 01.6 Additional cost on Bid Item 6 (Install Crack Seal and Spray Weed Killer) to factor in the additional slurry seal areas added to the project. $2,800.00 cco 01.7 Eliminate Bid Item 7 (Adjust Existing Storm Drain/Sewer/Utility Manhole Frames and Covers to Finished Grade) from the contract to its entirety. ($3,700.00) cco 01.8 Eliminate Bid Item 8 (Adjust Water Valve Can and Cover to Finished Grade) from the contract to its entirety. ($5,500.00) cco 01.9 Adjust unit price of Bid Item 9 (Remove and Replace Existing Thermoplastic Striping, Legends, Arrows and Parking Stalls) due to reduced scope. $1,500.00 ORIGINAL AMOUNT $ 299,831.10 CHANGE ORDER TOTAL (52,156.10)$ TOTAL NEW CONTRACT 243,775.00$ ATTACHMENT A CITYWIDE SLURRY SEAL PHASE 2, FY 22-23 PROJECT 59 AGENDA STAFF REPORT DATE:September 5, 2023 TO:Honorable Mayor and Members of the City Council APPROVED BY:Ernie Hernandez, City Council PREPARED BY:Julian Lee, Director of Public Works Mark Flores, Director of Recreation & Community Services SUBJECT: REQUEST FOR FUNDING AND ACCEPTANCE FOR THE BURKE HAM PARK PLAYGROUND CIP PROJECT Agenda Item # 7.6. Recommendation: Staff recommends that the City Council adopt the attached resolution entitled: “A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD APPROVING A REQUEST FOR FUNDING FOR THE BURKE HAM PARK PLAYGROUND FOR PROJECT CLOSEOUT AND ACCEPTING THE PROJECT AS COMPLETE; AUTHORIZING THE FILING OF THE NOTICE OF COMPLETION WITH THE LOS ANGELES COUNTY RECORDER’S OFFICE AND THE RELEASE OF THE 5% RETENTION 35 DAYS AFTER THE ACCEPTANCE”. Background: The Yvonne Burke-John D. Ham Park is approximately 9 acres. It consists of an 8,645 square feet community center that was constructed in 2017, a concession stand, exercise stations, a baseball field, an outdoor basketball court, picnic areas with charcoal grills, public restrooms, walking path and a playground. Shortly after its grand opening in 2009, the existing playground at the park was found to be not large enough to meet the community’s actual need. The Parks Assessment conducted by the Recreation & Community Services Department in City Council City Council Regular Meeting 60 2016 reaffirmed the Department’s belief that the existing playground was too small to meet the community demand for playground space. The 2016 Parks Assessment found that many participating residents and playground users overwhelmingly selected the “add or replace amenity” option for their opinion of this playground. Due to the insufficient playground, the City went out to bid for the construction of a new playground structure and amenities. On September 2, 2020, A Notice Inviting Bids was advertised in the Daily Journal, Bid America and on the City’s website (Planetbids). After an analysis of all bidders, documents, licenses, and requirements it was determined that Civic Construction Associates was the lowest bidder. On November 17, 2020, The Burke Ham Park Playground was awarded to Civic Construction Associates (“CCA”) in the amount of $496,409.00. In February of 2021, construction began with an expected contract time of 55 working days per the Contract Documents. By Fall of 2021 concerns arose regarding the delays in the contract time and of CCA’s performance on the Project. After several months of attempting to get CCA to fulfil its obligations under the Construction Contract, the City’s Project Manager and the Architect assigned to the Project no longer believed that CCA was either willing or able to complete the Project in a manner consistent with its obligations. After conducting its due diligence regarding the numerous issues associated with the Project, the City formally issued a Notice of Default dated February 25, 2022, to CCA and its Surety, The Ohio Casualty Insurance Company (“Surety”), via certified mail and email, in accordance with the Contract Documents and the Performance Bond provided by CCA in the Construction Contract. The Notice of Default provided CCA with an opportunity to cure the defects noted in the Field Report within five (5) working days in accordance with Section 2.6.3 of the Contract Documents. Coincidentally, the City received a letter from the Surety’s legal counsel, also dated February 25, 2022, directing the City to redirect any payments due to CCA under the Construction Contract to the Surety as part of the Surety’s Indemnity Agreement with CCA. No response was provided by CCA prior to the expiration of the cure period. However, the City did receive emails from CCA in mid to late March of 2022 indicating that it was willing to continue working on the project. However, none of the defects noted in the Field Report had been corrected. In addition, CCA did not provide a formal notice address for service of process in the executed Construction Contract; The City Attorney’s Office sent certified letters to the address noted on the bid documents, which also matched the Surety’s records as well as the address CCA provided to the CA Secretary of State Business Registration and the CA State Contractor’s Licensing Board. Courtesy copies of all notices were also provided to the email address regularly used for communications with CCA. In response to the Notice of Default, the City received a letter from Surety’s in-house counsel dated March 4, 2022 requesting a number of due diligence items associated with its investigation of the Performance Bond claim. The City provided the due diligence items to the Surety as they became available and also conducted a site walk with the Surety’s consultant City Council City Council Regular Meeting 61 to assist in expediting the remaining/repair work. On April 19, 2022, the City Council formally terminated the Construction Contract and issued a Notice of Termination to the Surety, as required by Section 2.6.3, and provided a courtesy copy to CCA via certified mail and email. As of the date of the termination by the City Council, none of the remaining defects noted in the Field Report had been corrected. On May 19, 2022, in-house counsel for the Surety confirmed receipt of all the due diligence documents required at the time and reserved the right to request additional documents in the future. After reviewing the due diligence items, Surety on June 08, 2022 informed the City that it had found a replacement contractor. Discussion and Analysis: On July 5, 2022, the City Council Approved the Surety Takeover Agreement and allowed the replacement contractor TBH Construction to continue and complete the project. During the construction phase, fourteen (14) change orders were issued throughout the project. The Burke Ham Park Playground (Project) consist of a new playground system for children ages 5 through 12, park improvement with new landscape and hardscape, new lighting, new irrigation system, benches, new turf, a drinking fountain, a swing set, new park entry archway and new trees and planters. The revised contract amount was $549,348.22 which is under the original contract plus contingency amount. CCA was paid $151,501.25 of the original contract amount. The remaining balance of $397,446.57 has not been paid to Ohio Casualty Insurance Company. Construction management was provided by dSantana Arquitectura in the amount of $66,965. dSantana Arquitectura has a remaining balance of $12,897.97 for additional construction management services due to the project being transferred over to another contractor. The Project was completed on March 3, 2023 and the project is now ready for acceptance by the City Council. However, the project funding was not carried forward into Fiscal Year (FY) 2024 and the remaining contract balances did not get paid to both Ohio Casualty Insurance Company and dSantana Arquitectura in FY 2023 due to some conflict in the agreement and the change orders. Therefore, Staff is requesting City Council to approve funding for the Project to pay the remaining balances for the remaining construction cost and construction management work. The following list is the remaining balance and proposed fund source to complete the Project: City Council City Council Regular Meeting 62 Remaining Cost Ohio Casualty Insurance Company (Construction Cost)$397,446.57 dSantana Arquitectura (Construction Management)$12,897.97 Remaining Project Cost $410,343.54 Proposed Fund 2019 Lease Revenue Bonds for Park Improvements (Fund 9055)$415,000.00 Total Proposed Budget $415,000.00 Once City Council approves the funding, the project is ready for acceptance by the City Council. Once accepted, Staff can record the Notice of Completion at the County Recorder’s Office. Staff will then release retention 35 days after the project acceptance. Fiscal Impact: In Fiscal Year 2023, the Burke Ham Park Playground Project had a total project budget of $725,000 from 2019 Lease Revenue Bond that is now closed out and cannot be used. Staff is requesting City Council approve funding from 2019 Lease Revenue Bond to the Burke Ham Park Playground Project to complete and accept the project. APPROPRIATION FUND DEPT DIV OBJECT DESCRIPTION AMOUNT Budgetary Transfer Out 9055 2019 Lease Revenue Bond $415,000.00 Budgetary Transfer In 4011 68 To be determined 62015 Burke Ham Park Playground Project $415,000.00 Coordinated With: City Manager’s Office Department of Finance and Administration Services Department of Recreation & Community Services City Council City Council Regular Meeting 63 BURKE HAM PARK PROJECT-CHANGE ORDER LOG.pdf Resolution - Ham_Park_Playground_RFF_and_Acceptance.docx ATTACHMENTS: Description City Council City Council Regular Meeting 64 CONTRACT CHANGE ORDER CONTRACTOR REQUEST NO.Description AMOUNT 01 01 Previoulsy approved $1,400.00 02 02 Installation of Sod at Graded area instead of hydroseed $11,662.50 03 03 Purchased and installed additional shrubs $3,400.00 04 04 Per RFI #007T indicated field testing and verification of concrete mix be performed for the footings of the playground equipment. $1,479.40 05 05 Replace (3) of the non-backed benches with back supports. Delivery of (6) backed, benches to project site. $413.60 06 06 Improve and replace light fixtures at existing Marquee Sign $18,873.79 07 07 For the new "WELCOME" sign and under revised drawings, dated August 21, 2021, additional structural tubing - 2x4 and 2x2 - sections were required for structural support. $3,132.10 08 08 Per a Weekly Progress Meeting #003, dated 02 Nov 2022, City Engineer directed to improve the existing Marquee Sign. This will require remove and improve letter signage; and, to re-finish, i.e. sack-and-patch, sign surfaces. $8,395.61 09 09 Under a response to RFI #004-T and the REVISED Grading Plan, dated 14 Nov 2022, a 12"x12" catch basin inlet to be installed. This would require removal and replace a portion of concrete sidewalk; install 4-inch SDR, PVC pipe; and connect to existing storm drain lateral. $11,176.19 10 10 The bid documents did not indicate a color; however, the bid by SpectraTurf contemplated one color. Color selection of the playground surface was performed by the City, and it was decided that a 50/50 blend of the red and blue color will be implemented. $7,193.78 11 11 Existing Playground Equipment - removal of graffiti and clean.$5,657.43 ATTACHMENT A BURKE HAM PARK PLAYGROUND PROJECT - CHANGE ORDER LOG 65 12 12 During the installation of the new playground surface by SpectraTurf, the City requested and directed that the edge conditions along the playground surface of the existing playground equipment be replaced/repaired. As such, TBH Construction labor efforts were considered for the removal and haul off of materials, and SpectraTurf replaced, color- matched, and improved the edge conditions. $3,012.52 13 13 New Triangular (Sale) Shade Structure - de- scoped from project.-$18,118.00 14 16 Installation of Shade Structure de-scoped form project -$4,739.70 ORIGINAL CONTRACT AMOUNT $496,409.00 TOTAL CHANGE ORDER AMOUNT $52,939.22 TOTAL NEW CONTRACT $549,348.22 66 1 RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD APPROVING A REQUEST FOR FUNDING FOR THE BURKE HAM PARK PLAYGROUND FOR PROJECT CLOSEOUT AND ACCEPTING THE PROJECT AS COMPLETE; AUTHORIZING THE FILING OF THE NOTICE OF COMPLETION WITH THE LOS ANGELES COUNTY RECORDER’S OFFICE AND THE RELEASE OF THE 5% RETENTION 35 DAYS AFTER THE ACCEPTANCE WHEREAS,in 2016, the Department of Recreation and Community Services affirmed that the existing playground was too small to meet community demand for playground space; and WHEREAS,The Burke Ham Park Playground Project (Project) consists of a new playground system for children ages 5 through 12, park improvement with new landscape and hardscape, new lighting, new irrigation system, a shade structure, benches, new turf, a drinking fountain, a swing set, new park entry archway and new trees and planters.; and WHEREAS, On November 17, 2020, the City awarded the contract to the lowest responsible bidder, Civic Construction Associates in the amount of 496,409.00.; and WHEREAS, the project had a previously approved Budget of $725,000.; and WHEREAS, the construction of the Project started on February 24, 2021 and WHEREAS, On April 19, 2022, City Council formally terminated the construction contract with Civic Construction and issued a Notice of Termination to the Ohio Casualty Company (Surety).; and WHEREAS, On July 5, 2022, City Council approved Surety Takeover Agreement and allowed the replacement contractor TBH Construction to complete the project.; and WHEREAS, there were fourteen (14) contract change orders executed in the amount of $52,939.22.; and WHEREAS, the final date of construction was March 3, 2023 for Burke Ham Park Playground Project and staff found that all work was completed in accordance with the project plans and specifications.; and WHEREAS, the total construction cost including construction management, inspection, project management and labor compliance is $670,897.73; and WHEREAS, there is a remaining balance of $410,343.54 for Construction Cost from (Ohio Casualty Insurance Company) and Construction Management (dSantana Arquitectura) for the project.; and WHEREAS, the project budget was not carried forward to Fiscal Year 2024, therefore the remaining balances cannot be paid.; 67 1 WHEREAS,staff is requesting City Council to approve funding to the Burke Ham Park Project to pay the remaining balances and accept the project as complete. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES HEREBY FIND, PROCLAIM, ORDER, AND RESOLVE AS FOLLOWS: Section 1.The City Council for the City of Lynwood finds and declares that the forgoing recitals are true and correct and incorporates said recitals fully into this Resolution as substantive findings. Section 2.That the City Council of the City of Lynwood approves of funding to the Burke Ham Park Project from the following source and in the following amount APPROPRIATION FUND DEPT DIV OBJECT DESCRIPTION AMOUNT Budgetary Transfer Out 9055 2019 Lease Revenue Bond $415,000.00 Budgetary Transfer In 4011 68 To be determined 62015 Burke Ham Park Playground Project $415,000.00 Section 3. The City Council authorizes the Director of Public Works or his designee to process the recordation and filing of the Notice of Completion with the Los Angeles County Recorder’s Office. Section 4.The City Council authorizes the release of the 5% retention 35 days after acceptance. Section 5.Authorize the Mayor to execute the Resolution for and on behalf of the City of Lynwood. Section 6. This Resolution shall take effect immediately upon its adoption. Section 7. The City Clerk shall certify to the adoption of this Resolution and hereafter the same shall be in full force and effect. 68 3 PASSED, APPROVED and ADOPTED this 5th day of September 2023. Oscar Flores Mayor ATTEST: Maria Quinonez City Clerk APPROVED AS TO FORM:APPROVED AS TO CONTENT: Noel Tapia Ernie Hernandez City Attorney City Manager __________________________________ Julian Lee Director of Public Works 69 4 STATE OF CALIFORNIA ) ) COUNTY OF LOS ANGELES ) I, the undersigned, City Clerk of the City of Lynwood, do hereby certify that the foregoing Resolution was passed and adopted by the City Council of the City of Lynwood at a regular meeting held on the 5th day of September 2023, and passed by the following votes: AYES: NOES: ABSTAIN: ABSENT: Maria Quinonez, City Clerk STATE OF CALIFORNIA ) ) COUNTY OF LOS ANGELES ) I, the undersigned, City Clerk of the City of Lynwood, and the Clerk of the City Council of said City, do hereby certify that the above foregoing is a full, true, and correct copy of Resolution No.on file in my office and that said Resolution was adopted on the date and by the vote therein stated. Dated this 5th day of September 2023. Maria Quinonez, City Clerk 70 AGENDA STAFF REPORT DATE:September 5, 2023 TO:Honorable Mayor and Members of the City Council APPROVED BY:Ernie Hernandez, City Manager PREPARED BY:Julian Lee, Director of Public Works Pamela Torres, Senior Management Analyst SUBJECT: APPROVING AN AMENDMENT TO THE JOINT POWERS AGREEMENT WITH THE LOS ANGELES REGIONAL AGENCY Agenda Item # 7.7. Recommendation: Staff recommends that the City Council adopt the attached resolution entitled: “A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD APPROVING AN AMENDMENT TO THE JOINT POWERS AGREEMENT WITH THE LOS ANGELES REGIONAL AGENCY ”. Background: To reflect changes in legislation related to solid waste management, and specifically new organic waste reduction laws, CalRecycle (California’s Department of Resources Recycling and Recovery) has required that the City’s existing Joint Powers Agreement (JPA) with Los Angeles Regional Agency (LARA) be updated and amended. Discussion and Analysis: In 2002, CalRecycle (California’s Department of Resources Recycling and Recovery) approved the formation of the Los Angeles Regional Agency (LARA) for the purpose of meeting the waste reduction mandates set by State Assembly Bill 939. The City of City Council City Council Regular Meeting 71 09-05-23 LARA JPA (Resolution) - PWD.docx JPA approved by Board on 2022-12-15 (clean version).pdf Lynwood joined LARA in September 2002. LARA is a consortium of eighteen cities in Southern California and allows these agencies to combine efforts on programs and waste diversion tonnage to achieve cumulative benchmarks. Some of the advantages of LARA membership are: LARA submits a consolidated report on behalf of its members for all of the required Source Reduction & Recycling Element Programs Cities can focus on program implementation rather than numerical compliance LARA allows cities to share costs and conduct new “regional level” base year studies, if required Provide member cites a unified voice on issues and concerns faced by each member Network coordination and peer sharing LARA is able to average waste diversion and disposal over all cities in the agency, smoothing out fluctuations due to confusion about jurisdictional boundaries or changes in the Disposal Reporting System. CalRecycle requires Cities to comply with the requirements of SB1383, mandatory organic waste reduction law. The amended JPA will authorize LARA to report information related to compliance with organics recycling. The amendment also reflects recent changes to the waste diversion calculation methodology used by CalRecycle. Fiscal Impact: The City has paid the annual membership fee. No additional funding is needed with the recommended action. Coordinated With: City Manager's Office ATTACHMENTS: Description City Council City Council Regular Meeting 72 1 RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD APPROVING AN AMENDMENT TO THE JOINT POWERS AGREEMENT WITH THE LOS ANGELES REGIONAL AGENCY WHEREAS,the City of Lynwood desires to maximize its diversion of solid waste from landfills; and WHEREAS, The City has partnered with the Los Angeles Regional Agency (LARA) and its member agencies since 2002 to maximize diversion of solid waste; and; WHEREAS,Senate Bill 1383 established mandatory reduction of organic waste; and WHEREAS, Senate Bill 1383 also requires that LARA revise and amend its Joint Powers Agreement to reflect the required reporting and compliance monitoring related to organic waste recycling. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES HEREBY FIND, PROCLAIM, ORDER, AND RESOLVE AS FOLLOWS: Section 1.The City Council of the City of Lynwood hereby finds and declares that the foregoing recitals are true and correct and incorporates them herein as findings and as substantive part of this Resolution. Section 2. The City Council of the City of Lynwood authorizes the Mayor to execute the amended Joint Powers Agreement. Section 3. Authorize the Mayor to execute the Resolution for and on behalf of the City of Lynwood. Section 4. This Resolution shall take effect immediately upon its adoption. Section 5. The City Clerk shall certify as to the adoption of this Resolution and hereafter the same shall be in full force and effect. (Signatures on Next Page) 73 2 PASSED, APPROVED and ADOPTED this 5th day of September 2023. Oscar Flores Mayor ATTEST: Maria Quinonez Ernie Hernandez City Clerk City Manager APPROVED AS TO FORM:APPROVED AS TO CONTENT: Noel Tapia Julian Lee City Attorney Director of Public Works 74 3 STATE OF CALIFORNIA ) ) COUNTY OF LOS ANGELES ) I, the undersigned, City Clerk of the City of Lynwood, do hereby certify that the foregoing Resolution was passed and adopted by the City Council of the City of Lynwood at a regular meeting held on the 5th day of September 2023, and passed by the following votes: AYES: NOES: ABSTAIN: ABSENT: Maria Quinonez, City Clerk STATE OF CALIFORNIA ) ) COUNTY OF LOS ANGELES ) I, the undersigned, City Clerk of the City of Lynwood, and the Clerk of the City Council of said City, do hereby certify that the above foregoing is a full, true, and correct copy of Resolution No.on file in my office and that said Resolution was adopted on the date and by the vote therein stated. Dated this 5th day of September 2023. Maria Quinonez, City Clerk 75 Amended and Restated Joint Powers Agreement between the following jurisdictions: 1.City of Artesia 2.City of Beverly Hills 3.City of Bradbury 4.City of Downey 5.City of Duarte 6.City of Hermosa Beach 7.City of Hidden Hills 8.City of Los Angeles 9.City of Lynwood 10.City of Manhattan Beach 11.City of Palos Verdes Estates 12.City of Pomona 13.City of Rancho Palos Verdes 14.City of Redondo Beach 15.City of Rosemead 16.City of Sierra Madre 17.City of South Gate 18.City of Torrance Establishing the Los Angeles Area Integrated Waste Management Authority 76 Amended and Restated Joint Powers Agreement – Los Angeles Area Integrated Waste Management Authority This Joint Powers Agreement – Los Angeles Area Integrated Waste Management Authority; effective the ________ day of ___________, _______, ("Agreement") is made and entered into by and between the cities of: 1.Artesia 2.Beverly Hills 3.Bradbury 4.Downey 5.Duarte 6.Hermosa Beach 7.Hidden Hills 8.Los Angeles 9.Lynwood 10.Manhattan Beach 11.Palos Verdes Estates 12.Pomona 13.Rancho Palos Verdes 14.Redondo Beach 15.Rosemead 16.Sierra Madre 17.South Gate 18.Torrance each a municipal corporation, hereinafter also referred to individually as "Party” and collectively as “Parties”. 2 Printed on Recycled-Content Paper 77 Whereas, Section 6500, et seq., of the California Government Code (Title 1, Division 7, Chapter 5, Article 1) provides for agreements between two or more public agencies to jointly exercise any power common to the contracting parties, subject to certain mandatory provisions contained therein; and Whereas, the State of California has enacted the California Integrated Waste Management Act of 1989 (AB 939), California Public Resources Code § 40000 et seq., mandating that municipalities and county unincorporated areas divert material from disposal, and has promulgated regulations promoting material reuse and recycling; and Whereas, the foregoing Parties to this agreement have the power to provide waste management services including the storage, collection, recycling, and disposal of solid wastes within their respective jurisdictions; and Whereas, the foregoing Parties desire and agree to form a regional agency to report as a single entity the annual regional compliance with AB 939, AB 341, AB 1826, and SB 1383 reporting requirements and to work towards the implementation of regional waste reduction and regional recycling diversion programs, including, but not limited to, organics programs and compliance with both existing and similar future regulations and/or legislation; and Whereas, each of the foregoing Parties has a CalRecycle-approved Source Reduction and Recycling Element, a CalRecycle-approved Solid Waste Generation Study, a 3 Printed on Recycled-Content Paper 78 CalRecycle-approved Household Hazardous Waste Element, and a CalRecycle-approved Non-Disposal Facility Element; and Whereas, on the date above, this agreement was entered into by the Parties to this agreement whereby the Los Angeles Area Integrated Waste Management Authority is established to be a “Regional Agency” entity to provide cooperative solid waste reporting and program activities to the participating parties; and Whereas, the California Public Resources Code, Sections 40970 through Section 40975 allows cities and counties to form Regional Agencies to implement PRC Division 30, Part 2, Integrated Waste Management Plans, in order to reduce the cost of reporting and tracking of disposal and diversion programs by individual jurisdictions and counties and to increase the diversion of solid waste from disposal facilities; and Whereas, by this agreement, the Parties hereto wish to enter into this agreement to form a Regional Agency for purposes of combining disposal and diversion quantities for determining compliance with the California Integrated Waste Management Act of 1989 and to allow for the efficient operation of diversion programs on a region-wide basis and hereby authorize the Regional Agency to submit annual reports to CalRecycle on behalf of the Parties regarding the Parties’ compliance with Senate Bill 1383 (SB 1383) and corresponding regulations codified in Title 14, Division 7, Chapter 12 of the California Code of Regulations, consistent with the requirements prescribed by CalRecycle; and 4 Printed on Recycled-Content Paper 79 Whereas, the members of the Agency desire to revise the language of the agreement to reflect updated terminology and operating practices; Now, therefore, in consideration of the mutual promises and agreements herein contained, the parties hereto agree as follows: Section 1.Definitions 1.1 Agreement.This Agreement as it is now exists, or as it may be amended. 1.2 AB 341.Solid Waste: Diversion (Chesbro, Chapter 476,Statutes of 2011). 1.3 AB 939.The California Integrated Waste Management Act of 1989. 1.4 AB 1826.Mandatory Commercial Organics Recycling (Chesbro,Chapter 727, Statutes of 2014). 1.5 Agency/Regional Agency.Los Angeles Area Integrated Waste Management Authority, also referred to as Los Angeles Regional Agency, or LARA, formed pursuant to California Public Resources Code Sections 40970 through 40975 and approved by CalRecycle. 1.6 Agency Staff.Personnel employed by the City of Los Angeles responsible for administration of the Agency that may serve in the capacity of Manager, Executive Director, Administrator, and/or another capacity. 1.7 Annual Report.The report required by the State of California to measure compliance to the provisions of AB 939, AB 341, AB 1826, and SB 1383. 1.8 Board.Body consisting of a representative designated by the governing body of each member. 5 Printed on Recycled-Content Paper 80 1.9 Bylaws.The rules and regulations document enacted by the Agency to provide a framework for its operation and management. 1.10 CalRecycle.California Department of Resources Recycling and Recovery. CalRecycle is the successor agency to the California Integrated Waste Management Board (CIWMB). 1.11 Chair/Vice-Chair.Board representatives elected by a majority vote of the Board with responsibilities as stated in Section 10.3. 1.12 Fiscal Year.Any year beginning July 1 and ending June 30. 1.13 HHWE.Household Hazardous Waste Element 1.14 Jurisdiction.Incorporated Parties who may be Members of the Agency. 1.15 Member/Members.Jurisdictions who are parties to the Agreement. 1.16 NDFE.Non-Disposal Facility Element 1.17 SB 1383.Short-lived Climate Pollutants (SLCP): Organic Waste Reductions (SB 1383 Lara, Chapter 395, Statutes of 2016 , and implementing regulations, 14 CCR 18981.1, et seq.). 1.18 Secretary.Board representative elected by the Board with duties as stated in Section 10.5. 1.19 SRRE.Source Reduction and Recycling Element 1.20 Treasurer.Board representative elected by the Board with duties as stated in Section 10.4. Section 2.Purpose of Agreement 6 Printed on Recycled-Content Paper 81 This Agreement is made and entered into for the purpose of forming a Regional Agency pursuant to California Public Resources Code Sections 40970 through 40975, the Regional Agency being established for purposes of combining disposal and diversion quantities for determining compliance with AB 939, to allow for the efficient operation of diversion programs on a region- wide basis as allowed by Members under this agreement, and to allow for the development of Regional Integrated Waste Management Plans including a Source Reduction and Recycling Element, Household Hazardous Waste Element, and Non-Disposal Facility Element. The Agency will pool together the resources of its Members as stated in this agreement to provide AB 939 compliance as well as AB 341 and AB 1826 reporting and SB 1383 recordkeeping and reporting services to the Members. The Agency will be responsible for preparing the annual regional diversion rate calculation for the Regional Agency, and submitting the report to CalRecycle. The Members enter the agreement with the intent to benefit from the regional programs and regional reporting that the Agency will provide. Section 3.Term of Agreement The term of this agreement shall commence on __________, and shall continue until amended or terminated pursuant to the terms contained herein. 7 Printed on Recycled-Content Paper 82 Section 4.Powers of the Agency 4.1 The Agency is authorized to perform the following functions as required by the terms of this Agreement and the bylaws of the Agency: 4.1.1 to make and enter into contracts; 4.1.2 to apply for and accept grants, advances and contributions; 4.1.3 to make plans and conduct studies; 4.1.4 to incur and discharge debts, liabilities and obligations; 4.1.5 to hire agents and employees. 4.2 Such powers shall be exercised subject only to the limitations set forth in this Agreement, applicable law and such restrictions upon the manner of exercising such powers as are imposed by law upon the Members in the exercise of similar powers. In no event do these powers expressly granted restrict the individual power of each Member with regards to solid waste management under their jurisdiction. Furthermore, in no event shall the Agency be authorized to exercise any power not expressly granted by this Agreement. The Members hereby designate the City of Los Angeles as the Member required to be designated by Section 6509 of the California Government Code. Section 5.Responsibilities of the Regional Agency 5.1 This Agreement hereby creates and establishes an authority to be known as the “Los Angeles Area Integrated Waste Management Authority”. The Authority shall constitute a Regional Agency pursuant to Public Resources Code Section 40973. Said Agency shall be responsible for compliance with the waste diversion 8 Printed on Recycled-Content Paper 83 requirements set forth in the Public Resources Code, Article 1 of Chapter 6 (commencing with Section 41780). 5.2 The Agency will be responsible for providing the following services for the benefit of the Members: 5.2.1 The Agency will be responsible for preparing the Annual Report with collective information submitted by the Members and submitting the report to CalRecycle; 5.2.2 The Agency will develop standardized database tools for monitoring, tracking, and evaluating implemented jurisdiction-owned/operated diversion programs and make them available to all members; 5.2.3 The Agency will conduct a new “regional level” generation-based diversion study when required by CalRecycle or when a study is needed for a new baseline for its Members; 5.2.4 The Agency will provide legislative and regulatory analysis on pending regulations and legislation for Members; 5.2.5 The Agency will seek grant funding for additional Regional Agency activities. 5.2.6 The Agency will evaluate and disseminate information to Members about innovative waste management/recycling technologies. As directed by the Board and upon available funding, the Agency will conduct additional programs based on additional funding such as but not limited to: cooperative food waste donation for reuse, technical assistance for business recycling, investigate forming cooperative partnerships to develop additional capacity for processing and/or reuse of materials, and/or pool buying power of Members to lower the cost of recycled-content products. 9 Printed on Recycled-Content Paper 84 Section 6.Duties and responsibilities of Member Jurisdictions 6.1 Each Member will be responsible for funding and/or implementing programs recommended for implementation in their jurisdiction as adopted in their respective SRRE and for continued support of the associated programs as adopted in their respective HHWE. 6.2 Each Member will also provide funding of the Agency for its operation in accordance with Section 9, the implementation of regional programs, and for preparing the annual regional diversion rate calculation for the progress made by the Regional Agency. 6.3 Each Member shall provide the information required for annual report or new base year compilation to the Agency in a timely manner according to the format set forth by the Agency. The annual report information shall include, but not be limited to, all information required by AB 939, AB 341, AB 1826, and SB 1383. Section 7.Approval of Agreement by CalRecycle Pursuant to California Public Resources Code Section 40975(a), establishment of a Regional Agency requires authorization from CalRecycle, if CalRecycle finds that the formation of such a Regional Agency will not adversely affect compliance with PRC Division 30, Part 2. Integrated Waste Management Plans. Section 8.Agency Financial Requirements 10 Printed on Recycled-Content Paper 85 8.1 The Agency will follow the financial accounting requirements set forth in Government Code Section 6505, Section 6505.1, Section 6505.5, Section 6505.6, Section 6511, and Section 6512, herein incorporated by reference. 8.2 Agency Staff will prepare a budget for each fiscal year and present it to the Board before its approval by the City of Los Angeles. The assets, rights, debts, liabilities and obligations of the Agency shall not constitute assets, rights, debts, liabilities or obligations of any of the Members. However, nothing in this Agreement shall prevent any Member from separately contracting for or assuming responsibility for specific debts, liabilities or obligations of the Agency, provided that both the Agency and the Member approve such contract or assumption. 8.3 Payment of Civil Penalties Imposed by CalRecycle - The Members hereby agree that the responsibility for any civil penalties incurred pursuant to AB 939, AB 341, AB 1826, or SB 1383 shall be assigned to the Agency. Should a penalty be assessed against the Agency for non-compliance after all administrative remedies are exhausted; the Members hereby authorize the Agency to allocate responsibility to the Members based upon equal division of the monetary fine between all of the participating Members. Any modification to this basis for determining responsibility for any civil penalties will be codified in the operating Bylaws. Section 9.Funding 9.1 Members shall not be assessed the startup costs for the Agency of approximately $150,000, which have been borne by the City of Los Angeles. As a Member, the City 11 Printed on Recycled-Content Paper 86 of Los Angeles will contribute existing staff and resources totaling approximately $300,000 per year to the Agency. 9.2 The City of Los Angeles will provide $100,000 annually towards a new base year study to be prepared no less than three years but within five years from the original formation of the Agency. 9.3 Funding will be provided by each additional Member assessed as a fee per ton of the Member's landfill disposal. The fee will be codified in the Agency Bylaws and is subject to adjustments as directed by the Board. This fee will be due at the beginning of each fiscal year. Section 10.Structure of the Agency 10.1 Agency Staff.The City of Los Angeles shall employ staff for the Agency. Agency Staff shall, upon direction by the Board, plan, organize, and direct the administration and operations of the Agency, shall advise the Chair/Vice-Chair on policy matters, shall develop Agency budgets, shall reply to communications on behalf of the Agency, shall attend meetings of the Board, and carry out other duties as needed. 10.2 Board.The Board of the Los Angeles Area Integrated Waste Management Authority shall be comprised of a representative from each of the Members. The Board shall make all policy decisions on behalf of the Agency, review and approve budgets, and decide the disbursement of discretionary funds collected under Section 9.3. 10.3 Chair and Vice-Chair.The officers of the Board shall include a Chair and Vice-Chair elected by a majority vote of Members. Their duties are to: Preside over 12 Printed on Recycled-Content Paper 87 all meetings of the Board; Appoint all ad hoc committees subject to ratification by the Board; act as ex-officio members of all ad hoc committees. 10.4 Treasurer.The officers of the Board shall include a Treasurer elected by a majority vote of Members. His/her duties are to lead in the preparation and submission of Agency budgets to the Board and monitor expenditures with the assistance of the Agency administrative staff. 10.5 Secretary.The officers of the Board shall include a Secretary elected by a majority vote of the Members. His/her duties are to record attendance at all Agency meetings and keep a record of vote tallies when votes are taken by roll call. 10.6 Committees.Committees, subcommittees, and ad hoc committees shall be at the discretion of the Chair subject to ratification by the Board. The Chair may appoint any individual deemed qualified to serve on a Committee. 10.7 Meetings.The Board will hold regular meetings, at a minimum, on a quarterly basis. Special meetings of the Board may be called in accordance with the provisions of Section 54956 of the California Government Code. 10.8 Brown Act.All meetings of the Board shall be held subject to the provisions of the California Ralph M. Brown Act (Sections 54950 et seq. of the California Government Code) and other applicable laws of the State of California. 10.9 Minutes.Agency staff shall cause minutes of all meetings of the Board to be kept and shall, after each meeting, cause a copy of the minutes to be forwarded to each Member. Section 11.Addition of New Member Jurisdictions 13 Printed on Recycled-Content Paper 88 11.1 The Agency will have the authority through an action by the Board to add New Member Jurisdictions to the Agency without modification to the existing Agreement by the amendment of Attachment(s) to this Agreement. Attachment(s) shall list the Member Jurisdictions and contain additional signature pages for each New Member. Each New Member shall have equal rights and responsibilities of all Members. 11.2 New members must apply to the Board in writing no less than 90 days before the end of each fiscal year to be considered for membership. 11.3 New Members will be assessed a prorated share of assets held by the Agency such as the reserve fund. Section 12.Withdrawal and Termination 12.1 Any Member may voluntarily withdraw from this Agreement by filing with the Agency a written notice to withdraw no less than one hundred eighty (180) days prior to the close of the Agency’s fiscal year. 12.2 A Jurisdiction’s participation and membership may be terminated by the Agency for non-performance of its responsibilities and/or duties required under Sections 6.1, 6.2, and 6.3 of this Agreement. A vote by a majority of the Members is needed to terminate the agreement with respect to a Jurisdiction. When terminated, the Jurisdiction and CalRecycle will be notified in writing of the action on behalf of the Agency and all funds received by the Agency for the remainder of the current fiscal year after termination will be refunded to the Jurisdiction after deducting any applicable expenses. 14 Printed on Recycled-Content Paper 89 12.3 The withdrawing Jurisdiction shall also continue to be liable for its share of Agency obligations, including, but not limited to, operations costs and the General Budget, until the effective date of its withdrawal. 12.4 This Agreement may be terminated at any time by a written concurrence of a two-thirds (2/3) vote of the Board. Procedures for termination of the Agreement will be codified in the operating Bylaws. Section 13.Jurisdictional Responsibility Upon Termination In the event that this Agreement is terminated, individual Jurisdictions will assume responsibility for a share of any civil penalties incurred by the Agency during the term of the Jurisdiction as a Member. Jurisdictions will also be responsible individually for any civil penalties incurred individually. If this Agreement is terminated, each Jurisdiction will assume responsibility for compiling their own disposal information from haulers and facility operators for compliance with the monitoring and reporting system required pursuant to PRC Sections 41780, 41821.5, 42652.5, and 42653, and implementing regulations 14 CCR 18981.1 et seq., unless a subsequent regional agency formation agreement is approved specifically for this purpose. Each Jurisdiction is still responsible for the implementation of the programs described in their respective portion of the annual report including, but not limited to, programs responsive to AB 939, AB 341, AB 1826, and SB 1383. Section 14.Member Jurisdiction SRRE Implementation Each Member of the Agency is responsible for and shall continue to implement diversion programs in their adopted and approved SRRE that are specific to their Jurisdiction. Failure to 15 Printed on Recycled-Content Paper 90 implement these programs will provide cause for termination of the Agreement with respect to that Jurisdiction. Section 15.Contact Persons The name of the regional agency is the Los Angeles Area Integrated Waste Management Authority. The contact persons for all members are listed in Attachment A. The address and primary contact person is the following: Mr. Alex E. Helou City of Los Angeles LA Sanitation and Environment, SRCRD Los Angeles Regional Agency 1149 S. Broadway, 5th Floor Los Angeles, CA 90015 Telephone: (213) 485-2260 Section 16.Amendment This Agreement may be amended or modified at any time, in a manner consistent with and in furtherance of the purposes of this Agreement, with the written consent of a majority of the Member Jurisdictions within the Regional Agency. Section 17.Indemnification Pursuant to Government Code Section 895.4, the Parties agree as follows: 16 Printed on Recycled-Content Paper 91 17.1 Each Member Jurisdiction shall indemnify, defend and hold harmless the City of Los Angeles, the other Member Jurisdictions, the Agency, and their officers, agents and employees, from and against any and all claims, expenses, liability or damage arising out of injury to persons, loss of life, or damage to property which are attributable to any activity of that Member Jurisdiction or of any other person acting under authority of that Member Jurisdiction which results from activities conducted on behalf of the Agency. 17.2 The City of Los Angeles and the Agency shall indemnify, defend and hold harmless each Member Jurisdiction and its officers, agents and employees, from and against any and all claims, expenses, liability or damage arising out of injury to persons, loss of life, or damage to property which are attributable to any authorized activity of Agency, or of any other person acting under authority of Agency. Section 18.Miscellaneous Provisions 18.1 Successors and Assigns.This Agreement shall be binding upon and inure to the benefit of the successors and assigns of the respective Parties hereto, provided that no Party shall assign any rights, nor delegate any duties provided for hereby without the consent of the other Party. 18.2 Required Actions of the Parties.The Parties hereto agree to execute all such instruments and documents and to take all actions as may be required in order to consummate the transactions herein contemplated. 18.3 Entire Agreement.This Agreement contains the entire agreement between the parties hereto with respect to the subject matter hereof, and thereby supersedes all 17 Printed on Recycled-Content Paper 92 prior understandings and agreements, if any, with respect thereto, whether written or oral. No addition or modification of any term or provision shall be effective unless set forth in writing, signed by the Parties hereto. 18.4 Time of the Essence.Time is of the essence of each and every term, condition, obligation, and provision thereof. 18.5 Notices.All notices or other communications required or permitted hereunder shall be in writing and shall be delivered personally (including by means of professional messenger service) or sent by electronic mail or other electronic means or express mail or registered mail or certified mail, return receipt requested. Notices delivered personally or by express mail shall be considered given when received. Notices sent by registered or certified mail shall be considered given two (2) business days after deposit in the United States mail, postage prepaid, addressed to the person to receive such notice. Notices sent by electronic mail or other electronic means shall be considered given two (2) business days after sending. 18.6 Notices shall be addressed as appears below for the Agency, and as listed in the Attachment(s) for each party, provided that if any party gives notice of a change of name or address, notices to the giver of that notice shall thereafter be given as demanded in that notice. If to Agency:Los Angeles Regional Agency LA Sanitation and Environment, SRCRD 1149 S. Broadway, 5th Floor Los Angeles, CA 90015 18 Printed on Recycled-Content Paper 93 Attention: Alex E. Helou sanab939@lacity.org With a copy to:LA Sanitation and Environment 1149 S. Broadway, Ste. 900 Los Angeles, CA 90015 Attention: Director If to Members:Please see Attachment(s) 18.7 Applicable Law.This Agreement shall be governed by and construed in accordance with the laws of the State of California. 18.8 No Waiver.A waiver by any Party of the breach of any of the terms and conditions under this Agreement to be performed by any other Party shall not be construed as a waiver of any succeeding breach of the same terms and conditions of this Agreement. 18.9 Modifications.Except as expressly allowed in the Agreement, any alteration, change or modification of or to this Agreement, in order to become effective, must be made in writing and in each instance signed on behalf of each Party hereto. 18.10 No Obligations to Third Parties.Except as otherwise expressly provided herein, the provisions of this Agreement are intended to be solely for the benefit of the Parties hereto, and execution and delivery of this Agreement shall not be deemed to confer any rights upon, or obligate any of the Parties hereunder, to any person or entity other 19 Printed on Recycled-Content Paper 94 than the Parties hereto. [BALANCE OF PAGE INTENTIONALLY BLANK - SIGNATURES FOLLOW] 20 Printed on Recycled-Content Paper 95 AGENDA STAFF REPORT DATE:September 5, 2023 TO:Honorable Mayor and Members of the City Council APPROVED BY:Ernie Hernandez, City Manager PREPARED BY: Julian Lee, Director of Public Works Mark Flores, Director of Recreation and Community Services SUBJECT:AWARD OF CONTRACT TO GRINDLINE SKATEPARKS, INC. FOR THE DESIGN BUILD SERVICES FOR YVONNE BURKE – JOHN D. HAM PARK SKATE PARK AND APPROVAL TRANSFER OF FUNDS FROM CIP PROJECT NO. 4011.68.129 IN THE AMOUNT OF $350,000 Agenda Item # 8.1. Recommendation: Staff recommends that the City Council adopt the attached resolution entitled: “A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD AWARDING A CONTRACT TO GRINDLINE SKATEPARKS, INC. FOR THE DESIGN BUILD SERVICES FOR THE YVONNE BURKE – JOHN D. HAM PARK SKATE PARK; AUTHORIZING THE CITY MANAGER TO APPROVE AGREEMENT AMENDMENTS RELATED TO THE PROJECT, AUTHORIZING THE MAYOR TO EXECUTE THE AGREEMENT AND APPROVING THE TRANSFER OF FUNDS FROM CIP PROJECT NO. 4011.68.129 TO CIP PROJECT NO. 4011.67.854 IN THE AMOUNT OF $350,000.” Background: The City of Lynwood Parks and Recreation staff published an advertisement for a Request for Proposal (RFP) for Design Build Services for the Yvonne Burke- John D. Ham Park Skate Park seeking proposals from qualified firms to assist in the design and construction of a new skate park within the city’s Yvonne Burke-John D. Ham Park. The City was looking for a final project that has both the Skate Park and circuit of rollers, banked turns and features designed to be ridden completely by riders, in a flat, open layout (for easy supervision and viewing). City Council City Council Regular Meeting 96 Because this was a design-build RFP, contractors were able to team up with an architect or vice-versa in response to this RFP. A design-build project in the construction industry is where a single entity is responsible for both the design as well as the construction of a project. The advertisement for the Request for Proposal (RFP) was posted on March 6, 2023. A mandatory on-site meeting was held on March 22, 2023, at 10:00 A.M., Request for Information (RFI)/Questions were due for this project on March 29, 2023, at 2:00 P.M. with RFI answers released on April 6, 2023. The proposal submission deadline was on April 20, 2023, at 2:00 P.M. Discussion and Analysis: Per Public Contract Code 22170 (i), Local Agencies can solicit for services for design- build entities on “Qualification-based selection” and that price is not the sole factor as the basis of award. Therefore, the RFP for design-build services for this Skate Park allows city staff to evaluate proposals based on scale which includes the following criteria – Project Understanding and Approach, Firm Experience, Proposed Project Team and Qualifications, References, Project Schedule, and Fee Proposal. On April 20, 2023, the following three (3) entities submitted proposals: Proposal Design-Build Services Fee dSantana Arquitectura $3,980,000.00 HZS Engineering Inc $3,958,000.00 Grindline Skateparks, Inc.$1,539,999.50 The City received three proposals which were evaluated with the Rating Sheet that was included in the project bid documents. Item Weight City Council City Council Regular Meeting 97 Project Understanding and Approach 20% Firm Experience: Describe the experience of the firm, and of the individuals assigned, with related projects of a similar nature. 10% Proposed Project Team and Qualifications: Describe your staff’s unique qualifications and credentials for this type of work. 20% References: List at least three (3) references.30% Project Schedule: Describe your plan/schedule for completing the work.10% Fee Proposal 10% City staff scored the three proposals with the following scores: Ham Park Skate Park Proposal Grindline Skateparks, Inc. HZS Engineering Inc. dSantana Arquitectura Total Score 283 274 241 After reviewing and rating the submitted proposals, staff chose to interview two (2) of the three (3) firms. On May 24, 2023, interviews were conducted to understand the exact planning of design and construction. The two firms interviewed were Grindline Skateparks, Inc. and HZS Engineering, Inc. With the information obtained during the interview process, an analysis of the selected proposers was conducted, including a review of their bid schedule, license, references, and required documents. Grindline Skateparks, Inc. was the selected entity for the design-build project with a proposal amount of $1,539,999.50. The contractor has the necessary experience and the contractor’s license for this type of project. Grindline Skateparks showed that they have the better understanding of the City’s request. Their scope of work includes design-build of a skate park, pump track, lighting, electrical, fencing, parking lot, spectator viewing area, water station/fountain, closed circuit surveillance cameras, and amenities, including trash cans, benches, and natural shade (trees). It is estimated that this project will take approximately 454 calendar days to complete the work City Council City Council Regular Meeting 98 set forth in the specifications. Upon authorization, staff will circulate the contract documents for execution, set up a pre-construction meeting, and schedule work to commence. Proposal Evaluation: The tables below are the proposed construction budget and approved budget funding information: Current Budget 2019 Lease Revenue Funds $1,298,444 General Fund $100,000 New Per Capita Grant $221,556 Total Funding Available $1,620,000 Estimated Design-Build Cost Design Build Proposal Amount $1,539,999.50 10% Contingency $154,000.00 Construction Inspection (10%)$154,000.00 Project Management (5%)$77,000.00 Labor Compliance & Other (2%)$30,800.50 Total Projected Cost $1,955,800 Currently $1,620,000 is available to fund this project which is less than the estimated total project cost of $1,955,800. In order to cover soft cost and continue with the project, Staff is requesting City Council to approve a transfer of funds in the amount of $350,000 from Lynwood Storage Facility CIP Project (No. 4011.68.129) to Burke Ham Park Skate Park Project (No. 4011.67.854). Proposed Budget 2019 Lease Revenue Funds $1,298,444 General Fund $100,000 New Per Capita Grant $221,556 General Fund (Transfer from Account 4011.68.129)$350,000 Total Proposed Funding Available $1,970,000 City Council City Council Regular Meeting 99 Gridline Ham Park Skate Park Proposal.pdf Fiscal Impact: The approved FY24 Budget includes $1,620,000 in Lease Revenue, General, and New Per Capita Grant funds for the Design Build Services for the Yvonne Burke- John D. Ham Park Skate Park project. An additional appropriation of $350,000 is needed from CIP Project No. 4011.68.129 transferred over to CIP Project No. 4011.67.854. REDUCTION FUND DEPT DIV OBJECT DESCRIPTION AMOUNT Budgetary Transfer Out 4011 68 129 Lynwood Park Storage Facility $350,000.00 Budgetary Transfer In 1011 General Fund $350,000.00 APPROPRIATION FUND DEPT DIV OBJECT DESCRIPTION AMOUNT Budgetary Transfer Out 1011 General Fund $350,000.00 Budgetary Transfer In 4011 67 854 Burke Ham Park Skate Park $350,000.00 Coordinated With: City Manager’s Office Department of Finance and Administration Services Department of Recreation and Community Services ATTACHMENTS: Description City Council City Council Regular Meeting 100 09-05-23 Ham Park Skate Park Award (Resolution) - PWD.docx Contract Agreement- Ham Skate Park.pdf City Council City Council Regular Meeting 101 Request for Proposal Design and Build Services for Yvonne Burke - John D. Ham Park Skate Park. City of Lynwood, CA. 102 103 CA License #910106 "A" General Engineering Mir Fattahi Acting City Engineer City of Lynwood, CA. mfattahi@lynwoodca.gov Design and Build Services for Yvonne Burke - John D. Ham Park Skate Park. City of Lynwood, CA. Dear Mir Fattahi, Grindline Skateparks Inc. appreciates the opportunity to submit a proposal to the City of Lynwood for design and build services of the Yvonne Burke - John D. Ham Park Skatepark. Grindline was incorporated in Washington State on April 8, 2002 and has since been evolving the art and science of skateparks with a track record of over 300 successful Skatepark design and construction projects nationally and internationally on our resume. When it comes to skatepark specialists, our ability to translate the needs of a community into a new landscape of skateboard terrain is unrivaled by any other company in the world. Grindline can complete all skatepark specific design services including Site Analysis, Community Outreach, Conceptual Design, Cost Estimating, final Construction Documents, and Construction. Grindline will manage this project as the Prime Design Consultant to provide a single point of contact throughout the life of this project and we will leverage our ongoing professional relationships with local subconsultants Rick Engineering (for Civil Design), and Design West Engineering (for electrical engineering). Collectively, our team of subconsultants have local staff possessing necessary skills and qualifications required to support and compliment Grindline in providing a successful project for the City. We have previously worked together as a team in Anaheim, Vista, Lake Elsinore, San Juan Capistrano and Ventura. It is our understanding that the City of Lynwood is motivated to design and construct a “state of the art” skatepark utilizing the latest skate park design principles and construction with high quality materials to ensure durability and longevity. We understand that the design should accommodate all ages, abilities, and skill levels. We use our "Ladder of Progression" to ensure this is accomplished. We understand that the City is looking for the area to include both the Skate Park and Pump track, in a flat, open layout to ensure safety viewing opportunities for anyone in the area. Not only should the design facilitate service to skateboards but for all desired wheeled users as well. Not only focused on the functionality, but the design will engage with the surrounding area and blend into the area with a cohesive sense of place. The design will act as an expansion to the local geography by implementing thoughtful features and designs that blend worlds of functionality and aesthetics. The design will reflecting Lynwood's sense of place in the community. Using design elements to reflect the context of the skatepark within not only the park, but the City and entire region. We understand that the City is also looking to include lighting, electrical work, fencing, a parking lot, an area for spectators to view the space, a water station, surveillance camera, natural shade from trees, and other amenities like benches and trash cans. We have years of experience building skateparks to similar scopes, while simultaneously being of the highest quality standard as well as implementing safety through CPTED design philosophies. Our combination of world class skatepark design and local knowledge make our team the best fit for your project. Within our submission, you will find information about our team, previous project experience, and our design methodology. Our combination of world class skatepark design and knowledge make our team the best fit for your project. Collectively, we are enthusiastic about this project and the prospect of developing a skatepark that will meet the needs of the City and serve as an active recreation destination for the youth and families of the community. As the CEO of Grindline Skateparks, I am authorized to represent the firm in any negotiations and sign any legally binding contracts for this project. Sincerely, Matt Fluegge Chief Executive Officer GRINDLINE SKATEPARKS, INC. 4619 14th Ave SW, Seattle, WA 98106 | 206.932.6414 | inform@grindline.com 104 ADDENDUM 2 NOTICE TO ALL PROSPECTIVE BIDDERS: ADDENDUM NO. 1 City of Lynwood Project DESIGN BUILD SERVICES FOR THE: YVONNE BURKE-JOHN D. HAM PARK SKATE PARK The following modification/clarification is hereby made a part of the Contract Documents and supersedes, replaces, and/ or amends the provisions included in the original Contract Documents: 1.Exhibit G: City of Lynwood Contract Agreement-Construction Projects 2.Exhibit H: City of Lynwood Professional Services Agreement Proposals: Proposals shall include relevant past work summary, at least 3 references, and any additional firms that will be providing services to the city on behalf of the proposer and copy of the city's latest contract document. Include Exhibit G and Exhibit H with submitted proposals. The rest of the sections in the specifications shall remain unchanged. BY ORDEReF�T' E CITY OF _LYNWOOD, CALIFORNIA: By: --���=--�L==-==--------Mir T. F�1}a i, MsCE, PE City oyt-ynwood, Acting City Engineer Date: __ 5�/StJ�f_�_�_O _____ _ 105 ADDENDUM 3 City of Lynwood Project DESIGN BUILD SERVICES FOR THE: YVONNE BURKE-JOHN D. HAM PARK SKATE PARK ADDENDUM NO. 1 Statement of Acknowledgment _________________________________ ________________________________ Full Name (Print) Signature _________________________________ ________________________________ Date Title CC: Office of City Clerk Matt Fluegge 04/19/2023 Chief Executive Officer 106 ADDENDUM 4 107 ADDENDUM 5 Matt Fluegge 04/19/2023 Chief Executive Officer 108 ANTICIPATED WORK PLAN 6 Project Understanding - Based off the information provided by the City, our current understanding of the project is as follows: 1. Design-Build including: 2. Pre-Bid Mandatory Site Visit and Conceptual Design 3. Post-Award Detailed Design 4. Construction Scheduling - Each of our Project Managers have completed formal educational training, receiving post graduate certificates from University of Washington Project Management Program. We are well versed in Critical Path Method (or CPM) scheduling for both design and construction, and will tailor our customized CPM Master Schedule Template to your project specifically. Through close communication with the Project Team we will develop a list of appropriate tasks throughout the lifecycle of project, while identifying key deliverables and milestones within each of the project phases. Our experience with Microsoft Project software allows us to revise schedules on the fly if needed and communicate that information back to the project team. During construction each of our foreman is equipped with mobile daily reporting software which allows our PM’s to get information that may impact schedule and/or budget from the field immediately so that we can alert the Owner’s Representative and determine the best course of action. Budget Control - With Grindline’s vast experience in Skatepark projects, we understand the unique set of challenges that accompany the design/build approach. Here at Grindline we see the Design/Build approach as an opportunity to maximize a project budget through the following: 5. Preliminary organized framework that is easy for all parties to understand and decipher. 6. Complete budget transparency through design and construction. 7. Treating the Project Budget as a living document where changes can be easily tracked and traced. 8. Engaging all stakeholders to prioritize the project elements and maintain sort of a project “menu” based on those priorities. 9. Organized accounting and project tracking throughout in order to provide backup upon request for any project costs incurred. A revised budget document will be prepared and submitted at every design submittal phase throughout the design process. For use of preliminary estimating, we maintain a significant data base of past bids and proposals from the last 18 years and are constantly updating material and labor costs in the areas we work in. Grindline works on a nationwide basis with both public and private projects and we continually document budget trends to assist clients in developing realistic budgets. As we move through the project we will constantly value engineer the project to maximize your budget. As the design develops, we will reach out to and solicit local subcontractors for hard costs in order to lock in a project program based on the refined budget document. If the projected costs are significantly below budget levels, we will present and discuss possible project scope expansions to take advantage of project scale in lowering unit costs. Should the projected costs exceed the budget, we will revisit the design elements, materials and methods to determine where changes can be made without sacrificing important project goals. In both cases, the final decisions on scope increases or reductions remains with the Town, and in both cases, the project would not intentionally move forward without a resolution to the issue. Technical Approach Narrative • Skate Park • Pump Track • Lighting • Electrical • Fencing • Parking lot • Spectator Viewing Area • Water station/fountain • Closed Circuit Surveillance Cameras • Amenities: Trash Cans, benches • Natural shade (trees) 109 ANTICIPATED WORK PLAN 7 Paine's Park Skatepark - Philadelphia, PA Unforeseen Costs - While Unforeseen Costs can never be fully eliminated as a possibility in design and construction, the chances of incurring them can me minimized or often even eliminated. Using the Scheduling and Budget Control methodologies above is a key step to minimize/ eliminate these potential costs throughout both design and construction. In addition, a thorough preliminary investigation using all existing site information (utility maps, as-built drawings, drawings from adjacent improvements, etc.) along with information obtained within the project scope (geotechnical report/ existing conditions survey) can also greatly reduce the likelihood of unforeseen site conditions later in the project. If unforeseen conditions are discovered the following will be the project protocol: 1. Stop work affected by unforeseen conditions. 2. Notify the Town of discovery. 3. Identify critical path activities that can still be performed while the unforeseen condition is investigated and discussed. 4. Work with Town as a team approach, to mitigate unforeseen condition at minimal or no additional project cost. 5. If additional costs cannot be avoided submit a change order request in writing and receive written approval from Town prior to commencing work. Progress Reports and Required Meetings - We have provided review/coordination meetings in our scope of work at important milestones but the interval and timing of actual Progress Review Meeting will be determined at the Project Kick-off meeting. Prior to each Progress Review Meeting, the Design Team will submit an updated schedule and all completed or partially completed plans, specifications and estimates which have been developed or altered since the last Progress Review Meeting. 110 ANTICIPATED WORK PLAN 8 TASK 1: PROJECT STARTUP 1a Obtain site information: Grindline will review existing site information and determine what additional information is required to complete the design. We will schedule and acquire an Existing conditions Survey for the skatepark site. 1b Project Kick Off Meeting: Grindline will meet with the Steering Committee and any other key stakeholders to discuss and finalize project objectives including scope, schedule and budget. A communication plan will be made to identify preferred communication methods. Key meetings and deliverables will be scheduled and areas requiring coordination such as public meetings, online forums and exchange/review of documents will be identified. The discussion will identify any outstanding issues with the project, and propose solutions for any issues identified. 1c Site Visit: Grindline and the Project Team will do a site visit to review the existing conditions, explore opportunities and constraints of the site, evaluate and review current usage of existing skatepark, adjacent park facilities, and programming spaces to assist in design development. Existing Site Conditions - The proposed site for the skatepark is located at the Yvonne Burke-John D. Ham Park. The site is very flat so careful consideration will need to be taken to ensure that adequate drainage is provided for proposed skatepark drainage. The site has great site lines from almost all sides except for the North side due to the hill that connects to the 105. Josephine Street and Atlantic Avenue provide good lines of site into the park, and a buffer from the main roads from the pedestrian paths. There are a few larger trees on the proposed site which will also influence the design from a safety and placement stand point. Implementing CPTED (Crime Prevention Through Environmental Design) practices should be highly considered when designing for this area. A disruption to local vegetation will be kept to a minimum for construction purpose because of the open area of space. Current and Planned Improvements - The skatepark must integrate with existing and future adjacencies at the Downtown Recreation Complex. Restrooms, walkways, connection paths, park seating, non-skatepark play areas, and parking all play roles in the skatepark placement on site. We will look at the siting of current skatepark as well as connections to and from the skatepark. External Circulation & Public Safety - We look at how users get to the skatepark, whether by car, board, bike, foot, public transportation, and determine if any improvements need to be included in the current and future phases of the project to allow safe access to the skatepark. And, as in any park where younger citizens will gather, we put CPTED principles into practice to discourage or impede criminal behavior and, at the same time, encourage honest citizens to keep a watchful eye. Internal Circulation - Proper placement of amenities, traffic patterns, and circulation through the park are reviewed. We scrutinize the location and placement of the proposed skate features to create smooth flow through the skatepark and avoid potential collision routes or blind spots. We identify safe paths for spectators in the skatepark by properly locating entrances to the facility and including passive zones for viewing or resting areas. Scope of Services 1d Public Design Workshop #1: Grindline proposes a public design workshop on the same day as the kick off meeting and site visit to get input from stakeholders on the type of features to be included in the skatepark design. The goals of this workshop is introduce Grindline to community, explain the design/public input process, and share how the community drives the project development. We provide end users with the project specific knowledge the need to make informed decisions that will determine the ultimate vision for the skatepark. In order to address varied ideas and ideals about skatepark design, this meeting will be highly interactive. In addition to vetting important issues through meaningful discussion, we encourage other types of ‘hands on’ involvement such as writing, sketching, and real time modeling of park ideas/elements alongside our team. We then build consensus by identifying commonalities among different stakeholders to drive the skatepark design. Our social media channels are always open to collect feedback from the community in the event members cannot attend in person or wish to comment later the process. Project Approach & Delivery SITE ANALYSIS In order to properly site the skatepark and associated amenities we conduct a thorough site analysis of each location. Existing Site Conditions - We perform a close study of soils reports, topographic surveys, underground utilities, existing vegetation, site topography, and viewing opportunities to determine what should be altered or considered in the development of the new skatepark. The result is then used as a starting point for the design process. Current and Planned Improvements - The skatepark must integrate with existing and future adjacencies planned at the park. Restrooms, walkways, connection paths, park seating, non-skatepark play areas, and parking all play roles in the skatepark placement on site. External Circulation & Public Safety - We look at how users get to the skatepark, whether by car, board, bike, foot, public transportation,and determine if any improvements need to be included in the current and future phases of the project to allow safe access to the skatepark. And, as in any park where younger citizens will gather, we put CPTED principles into practice to discourage or impede criminal behavior and, at the same time, encourage honest citizens to keep a watchful eye. Internal Circulation - Proper placement of amenities, traffic patterns, and circulation through the park are reviewed. We scrutinize the location and placement of the proposed skate features to create smooth flow through the skatepark and avoid potential collision routes or blind spots. We identify safe paths for spectators in the skatepark by properly locating entrances to the facility and including passive zones for viewing or resting areas. PUBLIC INVOLVEMENT We engage park users and the surrounding community throughout the study with a professional, organized and fun attitude. We anticipate holding 2 public input sessions for this project. These meetings allow us to educate the community about the design process, establish open lines of communication, and provide them the knowledge so that they can make informed decisions that will determine the ultimate vision for the skatepark. In order to address community members’ varied ideas and ideals about skatepark design, our working sessions are highly interactive. In addition to vetting important issues through meaningful discussion, we encourage other types of ‘hands on’ involvement such as writing, sketching, and real time modeling of park ideas/elements alongside our team. We then build consensus by identifying commonalities among different stakeholders to drive the skatepark design. Our social media channels are always open to collect feedback from the community in the event members cannot attend in person or wish to comment later on the process. GRINDLINES K A T E P A R K S Boulevard Crossing Skatepark Public Meeting #1 Findings Tier 3 preferences were expressed less frequently than those in Tier 1 or Tier 2. If possible, they should be included in the fi nal design, but not at the expense of the elements in Tier 1 or Tier 2. Gaps This category is dominated by the request for stairs, with six (6) skaters expressing a preference for a stair set of some kind in the park. Two (2) skaters requested a euro gap, with one (1) mentioning that there is only one euro gap presently in Atlanta. Manual PadSix (6) skaters expressed the desire for a manual pad. Street ElementsSome skaters requested street elements throughout the park. Two (2) expressed a desire for a plaza style section. WallrideSeveral skaters expressed the desire for a place to practice wallrides. Skate ElementsTier 3 Findings Tier 3 Findings Examples Stairs Manual Pad Wallride GRINDLINES K A T E P A R K S Boulevard Crossing Skatepark Public Meeting #1 Findings Skate ElementsTier 1 Findings Tier 1 Findings Examples Tier 1 fi ndings represent the most requested features for the skatepark. They are the most important to skaters and therefore should be considered integral to the fi nal design. Bowl Skaters expressed an overwhelming desire for a bowl in the skatepark. Seven skaters suggested that the bowl be a backyard pool style or feature pool coping. Two (2) skaters expressed a preference for a large, pro-sized bowl. Their preference should understood knowing that many other skaters requested small elements in the park. We will touch on this fi nding shortly. TransitionThis category overlaps with the request for a bowl, since a bowl is a transition element, but there are specifi c additional desires expressed here. Seven (7) skaters expressed a preference for a hip of some kind, and fi ve (5) skaters requested quarterpipes or a miniramp section. Small ElementsMany skaters requested small elements throughout the park. Some expressed a desire for elements specifi cally designed for beginners, while others may simply prefer smaller, gentler elements to larger ones. Either way, this preference should be taken into consideration for the fi nal design. RailsSkaters hoping to grind or boardslide expressed the desire for steel rails in the park. Several rail types were suggested, the most popular being fl at bars (4) and A frame rails (2). Hip Pool Style Bowl Rail GRINDLINES K A T E P A R K S Boulevard Crossing SkateparkPublic Meeting #1 Findings These preferences were expressed less frequently than those in Tier 1, but nevertheless should be considered important to the fi nal design. Flow Much like the request for transition, the request for fl ow is broad (some requests contained the words transition andfl ow together), but there are signifi cant specifi c requests within this category. Six (6) skaters expressed the desire for a snake run, with an additional two (2) requesting a pump track. GrindThis category groups all requests for non-steel grindable surfaces. The overwhelming prefence here is for a ledge of some kind, with nine (9) skaters expressing that desire. BanksA total of twelve (12) skaters requested a bank of some kind be featured in the park. Two (2) skaters requested china banks. Pyramid Ten (10) skaters requested a pyramid be featured in the park. Because this request was broad and unspecifi c, there is room for creativity during design. Skate ElementsTier 2 Findings Tier 2 Findings Examples Snake Run Ledge China Banks above: analysis of findings from public meetings 111 ANTICIPATED WORK PLAN 9 Project Approach & DeliverySITE ANALYSISIn order to properly site the skatepark and associated amenities we conduct a thorough site analysis of each location.Existing Site Conditions - We perform a close study of soils reports, topographic surveys, underground utilities, existing vegetation, site topography, and viewing opportunities to determine what should be altered or considered in the development of the new skatepark. The result is then used as a starting point for the design process. Current and Planned Improvements - The skatepark must integrate with existing and future adjacencies planned at the park. Restrooms, walkways, connection paths, park seating, non-skatepark play areas, and parking all play roles in the skatepark placement on site.External Circulation & Public Safety - We look at how users get to the skatepark, whether by car, board, bike, foot, public transportation,and determine if any improvements need to be included in the current and future phases of the project to allow safe access to the skatepark. And, as in any park where younger citizens will gather, we put CPTED principles into practice to discourage or impede criminal behavior and, at the same time, encourage honest citizens to keep a watchful eye.Internal Circulation - Proper placement of amenities, traffic patterns, and circulation through the park are reviewed. We scrutinize the location and placement of the proposed skate features to create smooth flow through the skatepark and avoid potential collision routes or blind spots. We identify safe paths for spectators in the skatepark by properly locating entrances to the facility and including passive zones for viewing or resting areas.PUBLIC INVOLVEMENTWe engage park users and the surrounding community throughout the study with a professional, organized and fun attitude. We anticipate holding 2 public input sessions for this project. These meetings allow us to educate the community about the design process, establish open lines of communication, and provide them the knowledge so that they can make informed decisions that will determine the ultimate vision for the skatepark. In order to address community members’ varied ideas and ideals about skatepark design, our working sessions are highly interactive. In addition to vetting important issues through meaningful discussion, we encourage other types of ‘hands on’ involvement such as writing, sketching, and real time modeling of park ideas/elements alongside our team. We then build consensus by identifying commonalities among different stakeholders to drive the skatepark design. Our social media channels are always open to collect feedback from the community in the event members cannot attend in person or wish to comment later on the process. GRINDLINES K A T E P A R K S Boulevard Crossing SkateparkPublic Meeting #1 Findings Tier 3 preferences were expressed less frequently than those in Tier 1 or Tier 2. If possible, they should be included in the fi nal design, but not at the expense of the elements in Tier 1 or Tier 2. Gaps This category is dominated by the request for stairs, with six (6) skaters expressing a preference for a stair set of some kind in the park. Two (2) skaters requested a euro gap, with one (1) mentioning that there is only one euro gap presently in Atlanta. Manual PadSix (6) skaters expressed the desire for a manual pad. Street ElementsSome skaters requested street elements throughout the park. Two (2) expressed a desire for a plaza style section. Wallride Several skaters expressed the desire for a place to practice wallrides. Skate ElementsTier 3 Findings Tier 3 Findings Examples Stairs Manual Pad Wallride GRINDLINES K A T E P A R K S Boulevard Crossing SkateparkPublic Meeting #1 Findings Skate ElementsTier 1 Findings Tier 1 Findings Examples Tier 1 fi ndings represent the most requested features for the skatepark. They are the most important to skaters and therefore should be considered integral to the fi nal design. Bowl Skaters expressed an overwhelming desire for a bowl in the skatepark. Seven skaters suggested that the bowl be a backyard pool style or feature pool coping. Two (2) skaters expressed a preference for a large, pro-sized bowl. Their preference should understood knowing that many other skaters requested small elements in the park. We will touch on this fi nding shortly. TransitionThis category overlaps with the request for a bowl, since a bowl is a transition element, but there are specifi c additional desires expressed here. Seven (7) skaters expressed a preference for a hip of some kind, and fi ve (5) skaters requested quarterpipes or a miniramp section. Small Elements Many skaters requested small elements throughout the park. Some expressed a desire for elements specifi cally designed for beginners, while others may simply prefer smaller, gentler elements to larger ones. Either way, this preference should be taken into consideration for the fi nal design. RailsSkaters hoping to grind or boardslide expressed the desire for steel rails in the park. Several rail types were suggested, the most popular being fl at bars (4) and A frame rails (2). Hip Pool Style Bowl Rail GRINDLINES K A T E P A R K S Boulevard Crossing Skatepark Public Meeting #1 Findings These preferences were expressed less frequently than those in Tier 1, but nevertheless should be considered important to the fi nal design. FlowMuch like the request for transition, the request for fl ow is broad (some requests contained the words transition andfl ow together), but there are signifi cant specifi c requests within this category. Six (6) skaters expressed the desire for a snake run, with an additional two (2) requesting a pump track. Grind This category groups all requests for non-steel grindable surfaces. The overwhelming prefence here is for a ledge of some kind, with nine (9) skaters expressing that desire. Banks A total of twelve (12) skaters requested a bank of some kind be featured in the park. Two (2) skaters requested china banks. Pyramid Ten (10) skaters requested a pyramid be featured in the park. Because this request was broad and unspecifi c, there is room for creativity during design. Skate ElementsTier 2 Findings Tier 2 Findings Examples Snake Run Ledge China Banks above: analysis of findings from public meetings 1e Coordination Meeting #1: Grindline will summarize all information collected in task 1a - 1d in a Project Startup Report and submit for review by the Project Team. Via phone conference/online meeting, the Grindline and the Project Team will meet to discuss the Project Startup Report and finalize the direction for moving forward with the design of the Skatepark. Solutions will be proposed for any issues identified in the Project Startup Report TASK 1 DELIVERABLES Project Startup report addressing the following: • Site Inventory / Analysis identifying site opportunities and constraints • Recommendations for renovations and repairs to the existing park with associated costs for each item Updated schedule and preliminary budget • Summary of Input from Public Design Workshop #1 TASK 2: CONCEPTUAL DESIGN Skate parks are more than athletic facilities. They are gathering places and can be focal points for other activities like concerts, competitions or community events. Facilities must be designed to meet skating demands, incorporate areas for spectators, and to appropriately blend with their existing surroundings. Through the use of custom materials and the placement of green space in and around the design, the skatepark ties into the overall form and function of its setting. Conceptual Designs illustrate our skatepark philosophy to key stakeholders and the community in interactive, full color presentations of the custom skate features and facilities included in the project. 3D models allow us to clearly and effectively communicate our skatepark concepts to the client and community as well as assist in the development of accurate cost estimates and material take-offs. The result is a design produced from the ideas and recommendations of ALL stakeholders involved with the project. 2a Preliminary Concept: Based on the findings in the Project Startup and direction from the Project Team, Grindline will develop 3 Preliminary Conceptual Designs and submit for review. These will be submitted in both a plan view with elevations and multiple three-dimensional renderings, and include both the actual skatepark and proposed amenities. The submission will also include a revised budget document and quantity of material estimates for review. 2b Public Design Workshop #2: In a virtual meeting like Public Design Workshop #1, Grindline will present the Preliminary Concept and get feedback. Concepts will be presented through a combination of photos, Power Point slides, large presentation boards, and interactive 3-D models. Input collected at this meeting will be used to create the final concept. 2c Final Concept: Based on input and direction from Task 2b, Grindline will create a Final Concept and submit for review. Similar, to Task 2a, will be submitted in both a plan view with elevations and multiple three-dimensional renderings, and include both the actual skatepark and proposed amenities. The submission will also include cost and quantity of material estimates for review. 112 ANTICIPATED WORK PLAN 10 TASK 2 DELIVERABLES • Preliminary and Final Concepts submitted in 3d renders and site plan • Updated budget and quantity of material estimates with each submittal TASK 3 CONSTRUCTION DOCUMENTS Cutting edge design and drafting software are important tools for our designers, draftsmen and engineers use to convert concepts into permit ready construction drawings. The latest versions of AutoCAD and Rhinoceros software give us the ability to develop dimensionally correct design concepts from the beginning of design development. Viewing the 3D model alongside a full set of construction documents and technical specifications give us an opportunity to check adherence to local building codes and engineering requirements. Drawings are produced in ACI, ASTM, CSI, or state organizational formats. We are also well versed with ASTM Section F2334 – Standard for Above Ground Public Use Skatepark Facilities, ASTM F2480 - 06 Standard Guide for In-ground Concrete Skateparks, as well as Skaters for Public Skateparks Public Skatepark Development Guide, the industry’s most frequently used reference publications. 3a Coordination Meeting #3: Grindline will meet with the Project Team via phone / internet to discuss the Final Concept. The final approved concept will be used to create detailed plans and specifications for construction and meet any permitting requirements. 3b Construction Documents: Construction Documents will be submitted at 50%, 70%, and Permit/Build Safety levels, along with high quality, professional construction drawings, details, specifications and cost estimates for all aspects of the skate improvements. The documents will include an updated estimate of probable costs and material quantities for the skatepark. Construction document submissions will include the following: Manchester, VT Concept • Site Plan & Details • Grading Plan • Erosion Control Plan • Drainage Plan • Skatepark Materials Plan • Skatepark Vertical Controls • Skatepark Horizontal Controls • Skatepark Jointing Plan • Skatepark Sections • Skatepark and Site Details • Technical Specifications • Final cost estimate and quantity of materials estimate for skate - park • Building and Safety Permitting Sets. • Electrical/Lighting Plan and Details 3c Coordination Meeting #4: After each Construction Document submittal, Grindline will meet with the Project Team via phone / internet to have a “page turn” review of the submittal and gather feedback and direction on revisions to be included in the next submittal. 113 ANTICIPATED WORK PLAN 11 TASK 4 CONSTRUCTION Our sites are secured with a construction fence and necessary erosion control and environmental protection techniques are employed during the entire construction phase as required. Our skateparks are constructed of steel reinforced concrete/shotcrete meeting a minimum compressive strength of 4000 psi at 28 days. Using proprietary techniques developed over the years, we can form and sculpt concrete into virtually any shape imagined, giving us the ability to produce any skate feature requested by the project stakeholders. Concrete also provides an opportunity to add integral color pigments or concrete stains. Textures can be added by stamping the concrete with urethane molds. Brick and Granite textures are popular amongst skateboarders as they mimic the surfaces where skateboarding may not be allowed but still desirable. The majority of the concrete will be hand troweled to the buttery smooth finish that our craftsmen are well known for. We will use steel edging or Precast Concrete Coping on all grindable surfaces throughout each park to maximize park durability. Construction Management, Quality Control & Project Administration Having a dedicated Project and Construction Management Team always available, whether to attend Meeting or site visits at critical milestones or to respond to questions and issues that arise during the Design / Build process ensures the park is built to plan and budget. Working closely with the Client, we submit weekly progress reports and address any questions or proposed field changes that arise. Throughout the project, a high level of communication is maintained by the Site Superintendent, Foreman and Project Managers constantly providing the current status of the project, concerns and projected resolution, and expected completion date. Site Logistics Plan Upon approval of Final Construction Documents by the Client, Design/Build Team will mobilize our skatepark build team to the site to construct the skatepark according to plans and specifications. Grindline plans site logistics and staging to provide easy access to and from the site. Our Foremen are all OSHA 30 certified, and key construction personnel will have OSHA 10 at minimum as we conduct construction in a safe and efficient manner. Erosion control measures will be installed along with a 6’ Construction fence around entire jobsite for the duration of the project. Staging will take onsite as where we will have a laydown area and a secured 10x20 storage container. Grindline will serve as the General Contractor on the project and manage all subcontractors and suppliers. Weekly written progress reports will be submitted, along with any change directives and clarification drawings if needed. Upon substantial completion of construction, a walk through with the Town will occur to develop a punch list for project closeout. Grindline will provide skatepark manuals covering maintenance of the park and provide a one year written warranty on all materials and workmanship. TASK 4 DELIVERABLES • World Class, cast-in-place custom concrete Skatepark • Weekly Progress reports • One year Warranty • O&M Manual • As-Built or Redline Drawings TASK 3 DELIVERABLES • Final Approved Concept • 50%, 70%, and Permit/Building/Safety submittals Including Construction Document Submittals including Plans, Technical Specifications, and Cost Estimates. • Updated Schedule for remainder of the project 114 ANTICIPATED WORK PLAN 12 PROGRAMMING, OPERATIONS & MAINTENANCE At Grindline our motto is "Grindline for Life". When you hire Grindline we embrace your community and are with you long after the Grand Opening. While a Grindline skatepark is a self-sufficient venue for year-round recreation, planning and care will add to the success of the project. Grindline has done numerous projects with multiple phases (such as Hideaway Park in Winter Park) and we provide maintenance plans to enhance the lifespan of your skatepark. Grindline has valuable relationships with organizations such as Skate Like a Girl, United States Skateboarding Education Association, and the Stronghold Society who collectively advocate for skateboarding and host programs to give local youth access to the sport. Programs such as skate lessons, skate camps, contests and demonstrations provide opportunities to further support the skateboarding community. Our collective experience in the field of skatepark design and construction also gives us the knowledge to assess skateparks in terms of physical condition and carry out maintenance and repair actions to extend the life of a skatepark. On aging skateparks, we can evaluate the current function and condition of the skatepark, provide cost of repairs, and create a service plan for ongoing maintenance and/or repair. Tibbet's Valley Skatepark - Issaquah, WA 115 TEAM PROFILE 13 Our Company GRINDLINE SKATEPARKS, INC. Since 2002, the Grindline team has designed, sculpted, and skated millions of tons of concrete across the United States and around the World. Grindline has developed the full spectrum of skate terrain including street courses, bowl complexes, snake runs, pump tracks, hobbit trails, professional training facilities, skateable sculptures and all those features yet to be named. We translate the needs of local skaters into skatepark designs that will progress with them into the future. Our parks range in size from the largest skatepark in North America all the way down to a single skate obstacle. Regardless of square footage, skaters are riding our parks from dawn to dusk. We have designed and constructed over 300 skateparks to date, from Orcas Island in Washington State to the Holy Lands of Israel, giving us an intimate understanding of building community through skateboarding. As a contractor specializing in concrete construction, we are highly aware of the effects from the growing amount of hardscape on the environment. On every job, Grindline incorporates green construction techniques such as: • Recycled concrete for sub base materials • Fly-ash in our concrete and shotcrete mixes • On-site stormwater management • Recycling of construction materials such as formwork and site spoils Grindline has the appropriate financial and staffing resources to undertake a project of this scope and size. It is the normal means of business for Grindline to manage, design, and construct multiple projects at any given time such that each meets its specified objectives. Our office is staffed such that any given task can be performed on more than one project at any given time. Our multiple construction crews allow for us to construct multiple projects simultaneously. Our positive financial position includes a $250,000 revolving line of credit with a local commercial bank, surplus cash reserves held with a local bank, over $380,000 in positive working capital, a bonding program with an A+-rated Surety (Travelers) that supports $6,000,000 aggregate of projects with a $2,000,000 single project limit as well as revolving credit accounts with local and national material suppliers. ROC City Skatepark - Rochester, NY 116 TEAM PROFILE 14 Our Philosphy A successful skatepark is the result of an entire community coming together to work toward a common purpose. It’s our respon- sibility to engage all interest groups throughout the development of their park and motivate them to work together. We aim to empower skate advocates and community groups by giving them the tools and knowledge they need to make informed decisions about their park. The development process relies on a commitment to collaboration and communication amongst stakeholders. We facilitate the exchange of ideas and information related to aesthetics, safety, crime prevention, as well as programming, and meld these “needs” and “wants” into a successful skatepark. Our principal design philosophy is based on our recognition that every community and project site is unique, requiring a skatepark design tailored to its location. To do so, our approach is based on four fundamentals: • Open collaboration with the client and community through community involvement & public outreach • Timeless Designs that appeal to all ages and skill levels • Integration & Context • Efficient Engineering, Sustainable Design and Budget Management DESIGNING FOR DIFFERENT SKILL LEVELS Grindline’s designs offer a Ladder of Progression for skaters to incrementally develop their skills and advance their sport. The skatepark is more than a sum of all its individual elements, it is the overall experience of the park that brings end users back—day after day, week after week. Beginner Small and low street elements are among the most important to a balanced skatepark formula. These features can be can be equally enjoyed by skaters off all skill levels, but are especially fun for beginners. Intermediate Intermediate street elements and mellow tran- sitional features are key to successful skate- park planning. These features are accessible to the majority of skateboarders, and therefore are in higher demand. For skaters working to- wards advanced street skills, we can include various stair sets and sizes for “step by step” development. Advanced Grindline is renowned for including bigger and more challenging transitions that encourage higher speeds and large airs that seasoned skateboarders desire. With endless flow, ad- vance transitional and street features attract advanced users from near and far on a weekly basis. For advanced street skaters, the ele- ments incrementally grow in size and difficulty that encourages their continued progression and growth. Star Skatepark - Star, ID 117 TEAM PROFILE 15 OUR CAPABILITIES 9 It is important that skateparks incorporate the feel of the local community in creative ways. Grindline has extensive experience of working with communities during the public outreach process to determine how to tie a skatepark in with the community through the use of historical, cultural, geographical, or other thematic elements. Below are some examples. Natural Connections Hana Skatepark, Hana, Hawaii The community of Hana, Hawaii wanted the skatepark to reflect how important surf- ing is in the community and the volcanic nature of the Hawaiian Islands. Grindline came up with an organic flowing design with multiple volcanos centrally located. The organic flow reflects the local nature of surfing, while paying homage to the volca- nic nature of the Hawaiian Islands. Regional Context A-Dog Memorial Park, Burlington, VT Burlington’s new skatepark features a skateable sail sculpture to tie in with Burlington’s rich sailing history on adjacent Lake Champlain. It also features a manual pad that is shaped like the state of Vermont for a regional tie in. Cultural Connections S'klallam Tribe Skatepark, Port Gamble, WA The place of the salmon in the S'klallam tribe's history and culture cannot be overstated. The five stair above set was painted to represent the scales of the salmon in order to honor it's presence in the lives of the members of the S'klallam tribe. Local Identity & Unique Features Multi-Purpose Features McVicker Park Skatepark, Lake Elsinore, CA At McVicker Park, we created a unique seating/skating experience dubbed "Skatium seating." There was an elevation change from the parking lot to the skatepark where the City wanted to build concrete bleachers for event seating. By including transitions at the end of each riser, Grindline made the bleachers a unique skateable entrance to the park when not being used for events. Historical Re-use Paine's Park, Philadelphia, PA Paine’s Park in Philadelphia features recycled granite from both Love Park and City Hall, both of which were legendary skate spots in the late 90’s and early 2000’s. As the park is supposed to be the legal replacement for skater’s tired of getting kick out of Love Park, we brought an existing skate spot back to life for the skate- boarders of Philadelphia. OUR CAPABILITIES 9 It is important that skateparks incorporate the feel of the local community in creative ways. Grindline has extensive experience of working with communities during the public outreach process to determine how to tie a skatepark in with the community through the use of historical, cultural, geographical, or other thematic elements. Below are some examples. Natural Connections Hana Skatepark, Hana, Hawaii The community of Hana, Hawaii wanted the skatepark to reflect how important surf- ing is in the community and the volcanic nature of the Hawaiian Islands. Grindline came up with an organic flowing design with multiple volcanos centrally located. The organic flow reflects the local nature of surfing, while paying homage to the volca- nic nature of the Hawaiian Islands. Regional Context A-Dog Memorial Park, Burlington, VT Burlington’s new skatepark features a skateable sail sculpture to tie in with Burlington’s rich sailing history on adjacent Lake Champlain. It also features a manual pad that is shaped like the state of Vermont for a regional tie in. Cultural Connections S'klallam Tribe Skatepark, Port Gamble, WA The place of the salmon in the S'klallam tribe's history and culture cannot be overstated. The five stair above set was painted to represent the scales of the salmon in order to honor it's presence in the lives of the members of the S'klallam tribe. Local Identity & Unique Features Multi-Purpose Features McVicker Park Skatepark, Lake Elsinore, CA At McVicker Park, we created a unique seating/skating experience dubbed "Skatium seating." There was an elevation change from the parking lot to the skatepark where the City wanted to build concrete bleachers for event seating. By including transitions at the end of each riser, Grindline made the bleachers a unique skateable entrance to the park when not being used for events. Historical Re-use Paine's Park, Philadelphia, PA Paine’s Park in Philadelphia features recycled granite from both Love Park and City Hall, both of which were legendary skate spots in the late 90’s and early 2000’s. As the park is supposed to be the legal replacement for skater’s tired of getting kick out of Love Park, we brought an existing skate spot back to life for the skate- boarders of Philadelphia. OUR CAPABILITIES 9 It is important that skateparks incorporate the feel of the local community in creative ways. Grindline has extensive experience of working with communities during the public outreach process to determine how to tie a skatepark in with the community through the use of historical, cultural, geographical, or other thematic elements. Below are some examples. Natural Connections Hana Skatepark, Hana, Hawaii The community of Hana, Hawaii wanted the skatepark to reflect how important surf- ing is in the community and the volcanic nature of the Hawaiian Islands. Grindline came up with an organic flowing design with multiple volcanos centrally located. The organic flow reflects the local nature of surfing, while paying homage to the volca- nic nature of the Hawaiian Islands. Regional Context A-Dog Memorial Park, Burlington, VT Burlington’s new skatepark features a skateable sail sculpture to tie in with Burlington’s rich sailing history on adjacent Lake Champlain. It also features a manual pad that is shaped like the state of Vermont for a regional tie in. Cultural Connections S'klallam Tribe Skatepark, Port Gamble, WA The place of the salmon in the S'klallam tribe's history and culture cannot be overstated. The five stair above set was painted to represent the scales of the salmon in order to honor it's presence in the lives of the members of the S'klallam tribe. Local Identity & Unique Features Multi-Purpose Features McVicker Park Skatepark, Lake Elsinore, CA At McVicker Park, we created a unique seating/skating experience dubbed "Skatium seating." There was an elevation change from the parking lot to the skatepark where the City wanted to build concrete bleachers for event seating. By including transitions at the end of each riser, Grindline made the bleachers a unique skateable entrance to the park when not being used for events. Historical Re-use Paine's Park, Philadelphia, PA Paine’s Park in Philadelphia features recycled granite from both Love Park and City Hall, both of which were legendary skate spots in the late 90’s and early 2000’s. As the park is supposed to be the legal replacement for skater’s tired of getting kick out of Love Park, we brought an existing skate spot back to life for the skate- boarders of Philadelphia. OUR CAPABILITIES 9 It is important that skateparks incorporate the feel of the local community in creative ways. Grindline has extensive experience of working with communities during the public outreach process to determine how to tie a skatepark in with the community through the use of historical, cultural, geographical, or other thematic elements. Below are some examples. Natural Connections Hana Skatepark, Hana, Hawaii The community of Hana, Hawaii wanted the skatepark to reflect how important surf- ing is in the community and the volcanic nature of the Hawaiian Islands. Grindline came up with an organic flowing design with multiple volcanos centrally located. The organic flow reflects the local nature of surfing, while paying homage to the volca- nic nature of the Hawaiian Islands. Regional Context A-Dog Memorial Park, Burlington, VT Burlington’s new skatepark features a skateable sail sculpture to tie in with Burlington’s rich sailing history on adjacent Lake Champlain. It also features a manual pad that is shaped like the state of Vermont for a regional tie in. Cultural Connections S'klallam Tribe Skatepark, Port Gamble, WA The place of the salmon in the S'klallam tribe's history and culture cannot be overstated. The five stair above set was painted to represent the scales of the salmon in order to honor it's presence in the lives of the members of the S'klallam tribe. Local Identity & Unique Features Multi-Purpose Features McVicker Park Skatepark, Lake Elsinore, CA At McVicker Park, we created a unique seating/skating experience dubbed "Skatium seating." There was an elevation change from the parking lot to the skatepark where the City wanted to build concrete bleachers for event seating. By including transitions at the end of each riser, Grindline made the bleachers a unique skateable entrance to the park when not being used for events. Historical Re-use Paine's Park, Philadelphia, PA Paine’s Park in Philadelphia features recycled granite from both Love Park and City Hall, both of which were legendary skate spots in the late 90’s and early 2000’s. As the park is supposed to be the legal replacement for skater’s tired of getting kick out of Love Park, we brought an existing skate spot back to life for the skate- boarders of Philadelphia. OUR CAPABILITIES 9 It is important that skateparks incorporate the feel of the local community in creative ways. Grindline has extensive experience of working with communities during the public outreach process to determine how to tie a skatepark in with the community through the use of historical, cultural, geographical, or other thematic elements. Below are some examples. Natural Connections Hana Skatepark, Hana, Hawaii The community of Hana, Hawaii wanted the skatepark to reflect how important surf- ing is in the community and the volcanic nature of the Hawaiian Islands. Grindline came up with an organic flowing design with multiple volcanos centrally located. The organic flow reflects the local nature of surfing, while paying homage to the volca- nic nature of the Hawaiian Islands. Regional Context A-Dog Memorial Park, Burlington, VT Burlington’s new skatepark features a skateable sail sculpture to tie in with Burlington’s rich sailing history on adjacent Lake Champlain. It also features a manual pad that is shaped like the state of Vermont for a regional tie in. Cultural Connections S'klallam Tribe Skatepark, Port Gamble, WA The place of the salmon in the S'klallam tribe's history and culture cannot be overstated. The five stair above set was painted to represent the scales of the salmon in order to honor it's presence in the lives of the members of the S'klallam tribe. Local Identity & Unique Features Multi-Purpose Features McVicker Park Skatepark, Lake Elsinore, CA At McVicker Park, we created a unique seating/skating experience dubbed "Skatium seating." There was an elevation change from the parking lot to the skatepark where the City wanted to build concrete bleachers for event seating. By including transitions at the end of each riser, Grindline made the bleachers a unique skateable entrance to the park when not being used for events. Historical Re-use Paine's Park, Philadelphia, PA Paine’s Park in Philadelphia features recycled granite from both Love Park and City Hall, both of which were legendary skate spots in the late 90’s and early 2000’s. As the park is supposed to be the legal replacement for skater’s tired of getting kick out of Love Park, we brought an existing skate spot back to life for the skate- boarders of Philadelphia. Our Creativity The community of Hana, Hawaii wanted the skatepark to reflect how important surfing is in the community and the volcanic nature of the Hawaiian Islands. Grindline came up with an organic flowing design with multiple volcanos centrally located. The organic flow reflects the local nature of surfing, while paying homage to the volcanic nature of the Hawaiian Islands. Paine's Park in Philadelphia features recycled granite from both Love Park and City Hall, both of which were legendary skate spots in the late 90's and early 2000's. As the park is supposed to be the legal replacement for the skates's getting tired of getting kicked out of Love Park, we brought an existing skate spot back to life for the skateboarders of Philadelphia. Burlington’s new skatepark features a skateable sail sculpture to tie in with Burlington’s rich sailing history on adjacent Lake Champlain. It also features a manual pad that is shaped like the state of Vermont for a regional tie in. At McVicker Park, we created a unique seating/skating experience dubbed "Skatium Seating." There was an elevation change from the parking lot to the skatepark where the City wanted to build concrete bleechers for the event seating. By including transition at the end of each riser, we made the bleachers a unique entrance to the park when not being used for events. The place of the salmon in the S'klallam tribe's history and culture cannot be overstated. The five stair above set was painted to represent the scales of the salmon in order to honor it's presence in the lives of the members of the S'klallam tribe. The Tibbet's Valley Skatepark worked with a local artist to create one of a kind art work for the features of the skatepark. Not only giving the skatepark a unique look, but also tyeing it directly into the local community. It is important that skateparks incorporate the feel of the local community in creative ways. Grindline has extensive ex- perience of working with communities during the public outreach process to determine how to tie a skatepark in with the community through the use of historical, cultural, geographical, or other thematic elements. Below are some examples. Natural Connections Hana Skatepark Hana, HI Historic Re-Use Paine's Park Skatepark Philadelphia, PA Regional Context A-Dog Memorial Park Burlington, VT Multi- Purpose Features McVicker Park Skatepark Lake Elsinore, CA Cultural Connections S'klallam Tribe Skatepark Port Gamble, WA Artist Connection Tibbet's Valley Skatepark Issaquah, WA OUR CAPABILITIES 9 It is important that skateparks incorporate the feel of the local community in creative ways. Grindline has extensive experience of working with communities during the public outreach process to determine how to tie a skatepark in with the community through the use of historical, cultural, geographical, or other thematic elements. Below are some examples. Natural Connections Hana Skatepark, Hana, Hawaii The community of Hana, Hawaii wanted the skatepark to reflect how important surf- ing is in the community and the volcanic nature of the Hawaiian Islands. Grindline came up with an organic flowing design with multiple volcanos centrally located. The organic flow reflects the local nature of surfing, while paying homage to the volca- nic nature of the Hawaiian Islands. Regional Context A-Dog Memorial Park, Burlington, VT Burlington’s new skatepark features a skateable sail sculpture to tie in with Burlington’s rich sailing history on adjacent Lake Champlain. It also features a manual pad that is shaped like the state of Vermont for a regional tie in. Cultural Connections S'klallam Tribe Skatepark, Port Gamble, WA The place of the salmon in the S'klallam tribe's history and culture cannot be overstated. The five stair above set was painted to represent the scales of the salmon in order to honor it's presence in the lives of the members of the S'klallam tribe. Local Identity & Unique Features Multi-Purpose Features McVicker Park Skatepark, Lake Elsinore, CA At McVicker Park, we created a unique seating/skating experience dubbed "Skatium seating." There was an elevation change from the parking lot to the skatepark where the City wanted to build concrete bleachers for event seating. By including transitions at the end of each riser, Grindline made the bleachers a unique skateable entrance to the park when not being used for events. Historical Re-use Paine's Park, Philadelphia, PA Paine’s Park in Philadelphia features recycled granite from both Love Park and City Hall, both of which were legendary skate spots in the late 90’s and early 2000’s. As the park is supposed to be the legal replacement for skater’s tired of getting kick out of Love Park, we brought an existing skate spot back to life for the skate- boarders of Philadelphia. OUR CAPABILITIES 9 It is important that skateparks incorporate the feel of the local community in creative ways. Grindline has extensive experience of working with communities during the public outreach process to determine how to tie a skatepark in with the community through the use of historical, cultural, geographical, or other thematic elements. Below are some examples. Natural Connections Hana Skatepark, Hana, Hawaii The community of Hana, Hawaii wanted the skatepark to reflect how important surf- ing is in the community and the volcanic nature of the Hawaiian Islands. Grindline came up with an organic flowing design with multiple volcanos centrally located. The organic flow reflects the local nature of surfing, while paying homage to the volca- nic nature of the Hawaiian Islands. Regional Context A-Dog Memorial Park, Burlington, VT Burlington’s new skatepark features a skateable sail sculpture to tie in with Burlington’s rich sailing history on adjacent Lake Champlain. It also features a manual pad that is shaped like the state of Vermont for a regional tie in. Cultural Connections S'klallam Tribe Skatepark, Port Gamble, WA The place of the salmon in the S'klallam tribe's history and culture cannot be overstated. The five stair above set was painted to represent the scales of the salmon in order to honor it's presence in the lives of the members of the S'klallam tribe. Local Identity & Unique Features Multi-Purpose Features McVicker Park Skatepark, Lake Elsinore, CA At McVicker Park, we created a unique seating/skating experience dubbed "Skatium seating." There was an elevation change from the parking lot to the skatepark where the City wanted to build concrete bleachers for event seating. By including transitions at the end of each riser, Grindline made the bleachers a unique skateable entrance to the park when not being used for events. Historical Re-use Paine's Park, Philadelphia, PA Paine’s Park in Philadelphia features recycled granite from both Love Park and City Hall, both of which were legendary skate spots in the late 90’s and early 2000’s. As the park is supposed to be the legal replacement for skater’s tired of getting kick out of Love Park, we brought an existing skate spot back to life for the skate- boarders of Philadelphia. 118 TEAM PROFILE 16 Our Ability To Problem Solve Location Jamail Skatepark Houston, TX Volcom Brothers Skatepark Mammoth, CA Rhodes Skatepark Boise, ID Vista Skateparks System Vista, CA The site was located in Houston’s Buffalo Bayour Park (a bayou converted to an urban park/greenway) which was susceptible to hurricane related flood events and also included unpredictable soil with potential for expansion when extremely saturated. Several large boulders (some being immovable) we unearthed during excavation of the skatepark. The boulders that were moveable would have been a costly unforeseen condition if they were to be removed from the site. A site located under a freeway overpass with bridge pillars scattered throughout the site, potentially requiring easements and impeding skateboarding circulation. Ownership/ Lease agreements for the site were held by three public agencies: Idaho Department of Transportation, Ada County Highway District, and City of Boise. The Vista contract required that 2 skateparks be constructed on two adjacent sites, with a required skatepark size that would take up nearly the entire site footprint, leaving very little area to accommodate Southern California’s very strict on site water treatment requirements We worked with our structural, civil, and geotechnical sub consultants to design the skatepark bowls to both fill up with, and hold water during these events. This allowed the bowls to act as stormwater detention facilities during these events, while the weight of the water also acted as ballast to keep the bowls from lifting due to hydrostatic pressure from the expansive soils. Grindline was able to implement some value engineering to the project by designing around the immoveable boulders, while even utilizing a portion of them as actual skateable elements. This quickly executed field change also provided an enhanced aesthetic, tying the skate facility in with its surrounding context. The Grindline design/build team worked with all 3 agencies to design and construct approved skateable features around the pillars, while accommodating required maintenance access routes, and without compromising the structural integrity of the pillars themselves. The shape and texture of the pillars themselves provided an opportunity for visual enhancements through the addition of LED accent lighting. Our team implemented innovative “Modular Wetlands” into both skatepark designs. These pre-cast concrete vaults allow storm water to be treated as required within a much smaller footprint and also self-irrigated some plantings on the project. Problem Solution Just like every Grindline Skatepark, each designated project site is unique. Each distinctive construction site seems to come with at least one problem, sometimes completely unique to anything we have seen before. At Grindline we strive to identify these problems early in the design process, and turn them into opportunities to manifest, design, plan, and finally implement innovative solutions. The following list are just few examples of the problems we have come across, and the innovate solutions we have executed to mitigate them. 119 KEY PERSONNEL 17 Key Personnel Matt Fluegge CEO, Principal in Charge - Grindline Skateparks, Inc. As Grindline's CEO and Senior Project Manager, Matt has the authority and responsibility for the daily management of the project. He develops project scope and budgets, generates accurate cost estimates, oversees preparation of project documents, communicates with clients, and manages schedules. Matt has extensive interdisciplinary experience from leading design teams and working with architects, engineers, surveyors, and artists. Matt reviews and approves all project deliverables, attends site meetings, handles changes in the scope of contracts and gets final acceptance of the projects. Matt will be the primary contact for this project and his contact information can be found in the cover letter. Brett Johnson initially joined the Grindline Team as an intern while in his 3rd year of Washington State University’s Voiland College of Engineering and Architecture. With his degree in Civil Engineering and specialty in Structural Engineering, Brett brings highly valuable engineering knowledge to the world of skatepark design. Brett is one of Grindline’s Skatepark Designers and AutoCAD Draftsmen. He applies his engineering focus on designing safe and economical skateparks for a changing environment and increases the efficiency in the use of skatepark construction materials. Born and raised in Phoenix, Dave began riding skateboards at a young age which eventually led to an 8 year career as a professional skateboarder. In 1997, Dave switched gears and became involved in skatepark construction, becoming a member of the construction team that constructed the Vans skateparks across the nation. Soon after, Dave joined Rob Owen and Mark Hubbard to found Grindline Skateparks in 2002. Dave’s strengths are his attention to detail, and his ability to stay under budget and on schedule while coming up with creative ideas for skatepark elements. Dave has been the foreman on some of our highest profile projects such as the world class Jamail Skatepark in Houston, TX and the Seattle Center Skateplaza. Dave’s skateboard knowledge combined with his 20+ years of concrete construction experience allows him to come up with field alternates which wcan translate into plan ideas that value engineer and further improve our designs. For this project James will provide cost estimating and QC of construction documents during design. During construction, he'll provide construction support for our onsite foreman and construction crews. James works closely with the design and construction crews to bring projects in on schedule and on budget, with the quality of craftsmanship that Grindline is famous for. He is a highly skilled AutoCAD and Rhino technician with extensive insight towards graphic and drafting multimedia. James is responsible for the preparation of Grindline’s construction documents, taking the project from conceptual design to detailed construction bid documents. James Klinedinst Construction Project Manager - Grindline Skateparks, Inc. Brett Johnson Lead Skatepark Designer - Grindline Skateparks, Inc. Dave "Shaggy" Palmer Site Superintendent - Grindline Skateparks, Inc. 120 KEY PERSONNEL 18 Key Personnel Barry Cowan is an Associate Principal at RICK and serves as the Office Manager for the Irvine Office. Components of work served by the Irvine office under Barry’s direction are general civil land develop- ment, pavement rehabilitation, traffic and transportation engineering, water quality design, and land surveying and mapping. Work assignments consist of managing design teams, performing preliminary design, and PS&E for streets, highways, freeways and interchanges, as well as land development projects for both public and private clients. CA Engineer License #46568 Dan Burk is a Principal Project Engineer at RICK’s Orange County office. During the last 18 years at RICK, Dan has served as Project Engineer leading a staff of engineering designers and drafters in the preparation of preliminary and final construction documents for public and private clients, specifically in residential developments, roadway, highway, and commercial site improvements. CA Engineer License #65398 Dan Burk is a Principal Project Engineer at RICK’s Orange County office. During the last 18 years at RICK, Dan has served as Project Engineer leading a staff of engineering designers and drafters in the preparation of preliminary and final construction documents for public and private clients, specifically in residential developments, roadway, highway, and commercial site improvements. Barry Cowan, PE Associate Principal - RICK Engineering Company Dan Burk, PE Principal Project Engineer - RICK Engineering Company Devin Kelley, PE Assistant Project Engineer - RICK Engineering Company Roy has relationships with many of the local agencies after providing years of reliable design and service to this clientele. His experience includes design for buildings, sports fields, street lighting, and solar photovoltaic systems. Roy is a Senior Project Manager as well as the Electrical Department Head for the San Bernardino office. Roy joined the Design West team after working several years with Dream Engineering when the company was bought out in 2009. Roy brought an expertise in electrical applications, including parks and street projects. His greatest sector of work is with municipal clients. Beyond exterior lighting projects, he also great experience with essential service facilities, community buildings, government operations facilities, aviation buildings, and Federal government projects. His wide-ranging experience includes design for communication towers, generator systems, utility coordi- nation, electrical distribution, communications distribution (copper & fiber optic), commercial buildings, and industrial buildings. Roy is a proven team leader, both in how he runs his teams internally, and how he runs his project teams when working with clients. Roy Morales Electrical Department Head / Project Manager - Design West Engineering 121 KEY PERSONNEL 19 Spring Park Skatepark - Houston, TX. Key Personnel Mr. Bletsos will serve as the project Structual Engineer and manage Spire Structual Engineering Inc.'s scope of work. Principal of the company responsible for managing a group of engineers and drafters on a wide range of projects. Responsible for the entire project cycle from writing proposal, structural design, getting the project through plan check, and the construction phase. Projects include equip- ment anchorage for hospitals, tenant improvements, and structural analysis of the structure of specific equipment. The majority of the projects fall under OSHPD jurisdictions. CA Structural Engineer License #S5659 CA Civil Engineer License # C68288 Alexandros G. Bletsos, SE Principal - Spire Structual Engineering Inc. 122 KEY PERSONNEL 20 EDUCATION Post Graduate Project Management Program University of Washington Bachelor of Landscape Architecture Washington State University PROFESSIONAL EXPERIENCE 2003 - Present Principal Project Manager - Design Grindline Skateparks 2003 - Present Principal Project Manager - Build Grindline Skateparks Qualifying Party for State Contractor’s License ID, OR, CA, AZ, HI, NM, WV, FL, NC, SC, LA, MS, MT, WA, VA, UT, GA, TN OSHA 30 Certification CESCL Certified Erosion & Sediment Control Lead WA/OR Matt Fluegge Chief Executive Officer GRINDLINE As Grindline’s CEO, Matt has overall responsibility for managing the operations and administration for Grindline Skateparks. With 19 years of skatepark experience and 300+ projects completed, Matt ensures that all contract obligations are fulfilled and maintains a high level of communication with clients for the duration of their project. Matt oversees all of Grindline’s construction and design projects. He is responsible for developing project scope and budgets, generating accurate cost estimates, overseeing preparation of project documents, communicating with clients, and scheduling projects. Matt has extensive experience working with architects, engineers, surveyors, and artists on interdisciplinary design teams. BIO PROJECTS 2022 Anacortes, WA (design) Bainbridge Island, WA Edmonds, WA Buffalo, NY Phase 3 Ellicottville, NY 2021 Anchorage, AK Salida, CO Wilkeson, WA (Bacon and Eggs) Auburn, NY Buffalo, NY Phase 3 Black Diamond, WA Washington, DC Baltimore, MD Jamestown, NY Springville, NY Newton County, GA Seattle Center, WA Sun Prairie, WI North Bend, WA San Juan Capistrano, CA Dover, DE 2020 Salem, MA Sun Prairie, WI Atlanta, GA Parklane Portland, OR Milwaukee, WI (TURF) ROC City Skatepark *Galveston, TX Hudson, OH *Zionsville, IN Hapeville,GA Wauwatosa, WI Wilmington, DE Zelienople, PA 2019 Anchorage, AK Spokane, WA Kalama, HI Round Rock, TX Manchester, VT St. Helena, CA Adidas Corporate HQ Portland, OR Ann Arbor, MI Lake Elsinore, CA Edmonds, WA Detroit, MI Oregon City, OR Cookeville, TN North Bend, WA Maple Valley, WA Wenatchee, WA 2018 N. Houston BMX Park, TX Smithfield, UT Orcas Island, WA Chico, CA St Bernard Parish, LA Allentown, PA Bainbridge, WA Smithfield, UT Baltimore, MD Columbus, OH Maple Valley, WA Oklahoma City, OK Plymouth, MA Reading, PA Stony Point, NY 2017 Issaquah, WA Palisade, CO Seattle "Lake City", WA Wilmington, OH Darrington, WA Sheboygan, WI Leavenworth, WA Lapwai, ID Bellevue, WA Pine Point, MN San Diego, CA Coeur d'Alene, ID Olympia, WA Madisonville, KY 2016 Monroe, WA Amherst, NY Buckley, WA San Francisco 'Hilltop", CA Anaheim, CA Middleton, ID Lake Stevens, WA Sonoma, CA Bryan, TX Colfax, CA Boise, ID Ashdod, Israel Star, ID Marshfield, MA Union Gap, WA Coeur D’ Alene, ID 2015 Portage, WI Snoqualmie, WA Montague, MA Tuscaloosa, AL Kenmore, WA New Hanover County, NC McCook, NE Atlanta, GA Portland "Beech", OR Tuscon, AZ Pine Ridge, SD Wounded Knee, SD Hopkinsville, KY Amherst, NY Yellow Springs, OH Vista, CA Cypress, TX Oakland, CA Zelienople, PA Israel "Hadera" Israel "Netanya" 2014 Baker, MT Tulalip Tribes, WA Marshfield, MA Issaquah, WA Louisville, KY Cave Junction, OR Wilkeson, WA Newburgh, NY Wilmington, DE 2013 Philadelphia, PA Bingen, WA Phase II Carnegie, PA Arlington, TX Seattle "Benefit", WA Skatercity, Denmark Spring, TX Bob Burnquist, CA Corpus Christi, TX Scappoose, OR Rockton, Il Lakeland, TX Sturgeon Bay, WI Milford, CT Waco, TX Israel "Rishon" Israel "B'er Shiva" Port Gamble, WA 2012 Seattle, WA - Judkins Park - Roxhill Park Medford, NJ South Kitsap, WA Cleveland, OH Tehaleh, WA Sante Fe, NM Lahaina, HI College Park, MD Seatac, WA Hana, HI El Paso, TX Redlake, MN Westpoint, MS Copenhagen, Denmark Pine Ridge, SD 2011 Atlanta, GA - 4th Ward Ithaca, NY Herzelia, Israel Kfar Saba, Israel San Marcos Phase 2 San Antonio, TX Parkersburg, WV Tacoma, WA - Kandle Park Vashon, WA And more... 123 KEY PERSONNEL 21 EDUCATION Post Graduate Project Management Program, University of Washington Engineering Technology Western Washington University PROFESSIONAL EXPERIENCE 2005 - Present Project Manager Grindline Skateparks 2017 - Present Skatepark Assessment Specialist Grindline Skateparks 20 Years of Construction Experience OSHA 30 Certification CESCL Certified Erosion & Sediment Control Lead James Klinedinst Project Manager GRINDLINE James works closely with the design and construction crews to bring projects in on schedule and on budget, with the quality of craftsmanship that Grindline is famous for. He is a highly skilled AutoCAD and Rhino technician with extensive insight towards graphic and drafting multimedia. James is responsible for cost estimating and construction estimating for bids. He works alongside the design team to cost estimate projects and produce real-time costing based on actual construction costs. James is ready to offer prompt response to anything that may arise during the bid and construction process. James has 18 years of skatepark experience and 300+ completed projects with his time at Grindline. BIO PROJECTS 2019 Kalama, HI Manchester, VT Adidas, Portland, OR Lake Elsinore, CA Detroit, MI Cookeville, TN Maple Valley, WA 2018 N. Houston BMX Park, TX Smithfield, UT Orcas Island, WA Chico, CA St Bernard Parish, LA Allentown, PA Bainbridge, WA Smithfield, UT Baltimore, MD Columbus, OH Maple Valley, WA Oklahoma City, OK Plymouth, MA Reading, PA Stony Point, NY 2017 Issaquah, WA Palisade, CO Seattle "Lake City", WA Wilmington, OH Darrington, WA Sheboygan, WI Leavenworth, WA Lapwai, ID Bellevue, WA Pine Point, MN San Diego, CA Coeur d'Alene, ID Olympia, WA Madisonville, KY 2016 Monroe, WA Amherst, NY Buckley, WA San Francisco 'Hilltop", CA Anaheim, CA Middleton, ID Lake Stevens, WA Bryan, TX Colfax, CA Boise, ID Ashdod, Israel Star, ID Marshfield, MA Union Gap, WA Coeur D’ Alene, ID 2015 Portage, WI Snoqualmie, WA Montague, MA Tuscaloosa, AL Kenmore, WA New Hanover County, NC McCook, NE Atlanta, GA Portland "Beech", OR Tuscon, AZ Pine Ridge, SD Wounded Knee, SD Hopkinsville, KY Amherst, NY Yellow Springs, OH Vista, CA Cypress, TX Oakland, CA Zelienople, PA Israel "Hadera" Israel "Netanya" 2014 Baker, MT Tulalip Tribes, WA Marshfield, MA Issaquah, WA Louisville, KY Cave Junction, OR Wilkeson, WA Newburgh, NY Wilmington, DE 2013 Philadelphia, PA Bingen, WA Phase II Carnegie, PA Arlington, TX Seattle "Benefit", WA Skatercity, Denmark Spring, TX Bob Burnquist, CA Corpus Christi, TX Scappoose, OR Rockton, Il Lakeland, TX Sturgeon Bay, WI Milford, CT Israel "Rishon" Israel "B'er Shiva" Port Gamble, WA 2012 Seattle, WA - Judkins Park - Roxhill Park Medford, NJ South Kitsap, WA Cleveland, OH Tehaleh, WA Sante Fe, NM Lahaina, HI College Park, MD Seatac, WA Hana, HI El Paso, TX Redlake, MN Westpoint, MS Copenhagen, Denmark Pine Ridge, SD 2011 Atlanta, GA - 4th Ward Ithaca, NY Herzelia, Israel Kfar Saba, Israel San Marcos Phase 2 San Antonio, TX Parkersburg, WV Tacoma, WA - Kandle Park Auburn, WA 2010 Vashon, WA Delridge Seattle, WA Copenhagen, Denmark Aurora, CO Tacoma, WA - Norpoint Norfolk, VA Cleveland, OH College Park, MD Seattle, WA - Jefferson Park Bingen, WA Herndon, VA Lewiston, ID Bethlehem, PA Houston, TX - Spring Park Portland, OR - Steel Bridge 2009 San Jacinto, CA Muckleshoot Tribal Skatepark College Station, TX Portland, OR - Steel Bridge Aurora, CO Imperial Beach, CA Edwards, CO San Diego, CA - Campland Wilmington, OH St. Helena, CA Tacoma, WA - Norpoint Seattle, WA - Delridge Seattle, WA - Seattle Center Winter Park, CO - Phase 2 2008 Oceanside, CA Kelso, WA Lawrence, IN Fayetteville, WV Bakersfield, CA Yakima, WA Bainbridge, GA Bellevue, WA - Highlands Forks, WA Tualatin Hills, OR Myrtle Creek, OR and more... EDUCATION Post Graduate Project Management Program University of Washington Bachelor of Landscape Architecture Washington State University PROFESSIONAL EXPERIENCE 2003 - Present Principal Project Manager - Design Grindline Skateparks 2003 - Present Principal Project Manager - Build Grindline Skateparks Qualifying Party for State Contractor’s License ID, OR, CA, AZ, HI, NM, WV, FL, NC, SC, LA, MS, MT, WA, VA, UT, GA, TN OSHA 30 Certification CESCL Certified Erosion & Sediment Control Lead WA/OR Matt Fluegge Chief Executive Officer GRINDLINE As Grindline’s CEO, Matt has overall responsibility for managing the operations and administration for Grindline Skateparks. With 19 years of skatepark experience and 300+ projects completed, Matt ensures that all contract obligations are fulfilled and maintains a high level of communication with clients for the duration of their project. Matt oversees all of Grindline’s construction and design projects. He is responsible for developing project scope and budgets, generating accurate cost estimates, overseeing preparation of project documents, communicating with clients, and scheduling projects. Matt has extensive experience working with architects, engineers, surveyors, and artists on interdisciplinary design teams. BIO PROJECTS 2022 Anacortes, WA (design) Bainbridge Island, WA Edmonds, WA Buffalo, NY Phase 3 Ellicottville, NY 2021 Anchorage, AK Salida, CO Wilkeson, WA (Bacon and Eggs) Auburn, NY Buffalo, NY Phase 3 Black Diamond, WA Washington, DC Baltimore, MD Jamestown, NY Springville, NY Newton County, GA Seattle Center, WA Sun Prairie, WI North Bend, WA San Juan Capistrano, CA Dover, DE 2020 Salem, MA Sun Prairie, WI Atlanta, GA Parklane Portland, OR Milwaukee, WI (TURF) ROC City Skatepark *Galveston, TX Hudson, OH *Zionsville, IN Hapeville,GA Wauwatosa, WI Wilmington, DE Zelienople, PA 2019 Anchorage, AK Spokane, WA Kalama, HI Round Rock, TX Manchester, VT St. Helena, CA Adidas Corporate HQ Portland, OR Ann Arbor, MI Lake Elsinore, CA Edmonds, WA Detroit, MI Oregon City, OR Cookeville, TN North Bend, WA Maple Valley, WA Wenatchee, WA 2018 N. Houston BMX Park, TX Smithfield, UT Orcas Island, WA Chico, CA St Bernard Parish, LA Allentown, PA Bainbridge, WA Smithfield, UT Baltimore, MD Columbus, OH Maple Valley, WA Oklahoma City, OK Plymouth, MA Reading, PA Stony Point, NY 2017 Issaquah, WA Palisade, CO Seattle "Lake City", WA Wilmington, OH Darrington, WA Sheboygan, WI Leavenworth, WA Lapwai, ID Bellevue, WA Pine Point, MN San Diego, CA Coeur d'Alene, ID Olympia, WA Madisonville, KY 2016 Monroe, WA Amherst, NY Buckley, WA San Francisco 'Hilltop", CA Anaheim, CA Middleton, ID Lake Stevens, WA Sonoma, CA Bryan, TX Colfax, CA Boise, ID Ashdod, Israel Star, ID Marshfield, MA Union Gap, WA Coeur D’ Alene, ID 2015 Portage, WI Snoqualmie, WA Montague, MA Tuscaloosa, AL Kenmore, WA New Hanover County, NC McCook, NE Atlanta, GA Portland "Beech", OR Tuscon, AZ Pine Ridge, SD Wounded Knee, SD Hopkinsville, KY Amherst, NY Yellow Springs, OH Vista, CA Cypress, TX Oakland, CA Zelienople, PA Israel "Hadera" Israel "Netanya" 2014 Baker, MT Tulalip Tribes, WA Marshfield, MA Issaquah, WA Louisville, KY Cave Junction, OR Wilkeson, WA Newburgh, NY Wilmington, DE 2013 Philadelphia, PA Bingen, WA Phase II Carnegie, PA Arlington, TX Seattle "Benefit", WA Skatercity, Denmark Spring, TX Bob Burnquist, CA Corpus Christi, TX Scappoose, OR Rockton, Il Lakeland, TX Sturgeon Bay, WI Milford, CT Waco, TX Israel "Rishon" Israel "B'er Shiva" Port Gamble, WA 2012 Seattle, WA - Judkins Park - Roxhill Park Medford, NJ South Kitsap, WA Cleveland, OH Tehaleh, WA Sante Fe, NM Lahaina, HI College Park, MD Seatac, WA Hana, HI El Paso, TX Redlake, MN Westpoint, MS Copenhagen, Denmark Pine Ridge, SD 2011 Atlanta, GA - 4th Ward Ithaca, NY Herzelia, Israel Kfar Saba, Israel San Marcos Phase 2 San Antonio, TX Parkersburg, WV Tacoma, WA - Kandle Park Vashon, WA And more...124 KEY PERSONNEL 22 Brett Johnson initially joined the Grindline Team as an intern while in his 3rd year of Washington State University’s Voiland College of Engineering and Architecture. With his degree in Civil Engineering and specialty in Structural Engineering, Brett brings highly valuable engineering knowledge to the world of skatepark design. He uses his skateboarding experience, 3D modeling capabilities, and his advanced CAD drafting skills to both produce and display informed, functional, and buildable skatepark terrain. Brett applies his engineering focus on designing safe and economical skateparks for a changing environment and increases the efficiency in the use of skatepark construction materials. EDUCATION Bachelors in Civil Engineering Washington State University Pierce College University of Washington PROFESSIONAL EXPERIENCE 2020 - Present Lead Designer Grindline Skateparks 2015 - 2020 Design Associate Grindline Skateparks Brett Johnson Lead Designer BIO PROJECTS GRINDLINE 2022 Anacortes, WA (design) Bainbridge Island, WA Edmonds, WA Ellicottville, NY 2021 Anchorage, AK Salida, CO Wilkeson, WA (Bacon and Eggs) Auburn, NY Black Diamond, WA Washington, DC Baltimore, MD Jamestown, NY Springville, NY Newton County, GA Sun Prairie, WI North Bend, WA San Juan Capistrano, CA Dover, DE 2020 Salem, MA Sun Prairie, WI Atlanta, GA Parklane Portland, OR Milwaukee, WI (TURF) Hudson, OH Hapeville,GA Wauwatosa, WI Wilmington, DE Zelienople, PA 2019 Anchorage, AK Spokane, WA Manchester, VT Adidas Corporate HQ Portland, OR Lake Elsinore, CA Edmonds, WA Detroit, MI Cookeville, TN North Bend, WA Maple Valley, WA Wenatchee, WA 2018 N. Houston BMX Park, TX Smithfield, UT Chico, CA St Bernard Parish, LA Allentown, PA Smithfield, UT Baltimore, MD Columbus, OH Maple Valley, WA Plymouth, MA Reading, PA Stony Point, NY 2017 Issaquah, WA Palisade, CO Seattle "Lake City", WA Wilmington, OH Darrington, WA Leavenworth, WA Lapwai, ID Bellevue, WA Pine Point, MN San Diego, CA Olympia, WA Madisonville, KY 2016 Monroe, WA Amherst, NY Buckley, WA San Francisco 'Hilltop", CA Anaheim, CA Middleton, ID Lake Stevens, WA Sonoma, CA Bryan, TX Colfax, CA Boise, ID Star, ID Marshfield, MA Union Gap, WA Coeur D’ Alene, ID 2015 Portage, WI Snoqualmie, WA Montague, MA Kenmore, WA New Hanover County, NC Atlanta, GA Portland "Beech", OR Pine Ridge, SD Wounded Knee, SD Hopkinsville, KY Amherst, NY Yellow Springs, OH Vista, CA Cypress, TX Oakland, CA Zelienople, PA Israel "Hadera" Israel "Netanya" 125 KEY PERSONNEL 23 Jamail Skatepark Houston, TX Dave served as the Foreman for the Lee and Joe Jamail Skatepark in downtown Houston in 2008. This 35,000 sq ft skatepark required coordination with the prime contractor and construction of a large world class faculty in an active existing park. There were large underground pipes running through the site that had to be avoided during construction. The site is located in a former bayou and has a highly fluctuating water table level. Dave met the challenge of constructing this skatepark into an environmentally sensitive location and finished the project on time and within budget in June 2008. Seattle Center Skatepark Seattle, WA Dave was the Foreman on the Seattle Center Plaza Skatepark, which was one of the most challenging skatepark projects ever constructed. The park was constructed on top of an existing basement which serves as the kitchen facilities for Key Arena, a large venue for sporting and music events in Seattle. These facilities had to remain open throughout the construction. Construction needed to be coordinated around the various events that are constantly going on at the surrounding venues. Because of weight limitations of the existing roof, all the fill for the park is shaped out of foam. Spring Park Skatepark Spring, TX Dave Palmer succesfully executed the challenge of leading the construction of North America’s largest public concrete skatepark, completing the project—consisting of over 2200 cubic yards of concrete— in under 12 months. Dave formulated a plan to orchestrate two full crews working simultaneously on the project. One full crew to perform set up work, and another full crew chasing down the set up crew performing shotcrete & concrete. At peak times of the project Mr. Palmer was responsible for managing over 20 field crew members, monitoring both performance and quality. With the project also consisting of multiple integral concrete colors, acid staining, and other artistic features, a strategic plan had to be developed for pour sequencing. PROFESSIONAL EXPERIENCE 8 years as a professional skateboarder. 20+ years concrete skatepark construction. Founded Grindline in 2002. Foreman on over 80 Grindline skateparks. Dave Palmer Owner Site Superintendent KEY PROJECTS Seattle Center Skatepark Seattle, WAGRINDLINE 126 KEY PERSONNEL 24 Barry Cowan PE Barry Cowan is an Associate Principal at RICK and serves as the Office Manager for the Irvine Office. Components of work served by the Irvine office under Barry’s direction are general civil land development, pavement rehabilitation, traffic and transportation engineering, water quality design, and land surveying and mapping. Work assignments consist of managing design teams, performing preliminary design, and PS&E for streets, highways, freeways and interchanges, as well as land development projects for both public and private clients. Barry is familiar with local agency standards, relating to grading and drainage design, freeway/highway/street design, and cost estimates from his previous preliminary engineering and construction document preparation experience. He is responsible for quality control and assurance, project scheduling, budget tracking, and resource allocation. Representative project experience includes: • San Juan Capistrano Skate Park, San Juan Capistrano, CA • McVicker Canyon Skate Park, Lake Elsinore, CA • San Juan Capistrano Multi-Use Trail, San Juan Capistrano, CA • Recreation Centers for Sommers Bend Development, Temecula CA; Westridge and Westlake Developments, Lake Elsinore, CA • Multiple Street Intersection Improvement Projects, City of Lake Forest, Lake Forest, CA • Village at Laguna Hills, Merlone Geier Partners, Laguna Hills, CA • Westridge at Canyon Hills, Pardee Homes/TriPointe, Lake Elsinore, CA • Buena Park Mall Redevelopment Project, Merlone Geier, Buena Park, CA • Development Services On-Call Plan Checking Services, City of Anaheim, Anaheim, CA • Ocean Boulevard/Poppy Avenue Street Rehabilitation, Newport Beach, CA • Rancho Parkway and Sports Park Nursery Traffic Signal, Lake Forest, CA • Trabuco Road and Monroe Intersection Improvements, Irvine, CA • Irvine Business Complex Sidewalk Improvements, Irvine, CA • University of California, Irvine, Life and Safety Improvements, Irvine, CA • Antonio Gateway Improvement Project, Rancho Santa Margarita, CA • Santa Margarita Parkway Monument Gateway Improvements, Rancho Santa Margarita, CA • Cerritos Avenue Bike Corridor Improvement Project, Cypress, CA • Harbor Boulevard Roadway Improvements Project, Garden Grove, CA • Madison Avenue Street Improvements Project, Murrieta, CA • Thornton Water Main Replacement Project, Santa Ana, CA • Foothill Covina Transit Center, Foothill Transit Authority, Covina, CA PROJECT ASSIGNMENT Associate Principal YEARS OF EXPERIENCE 35 YEARS WITH RICK 35 EDUCATION BS, Civil Engineering Washington State University REGISTRATION Professional Engineer in CA, No. 46568 PROFESSIONAL AFFILIATIONS American Council of Engineering Companies (ACEC) Orange County - Board of Directors Member American Society of Civil Engineers (ASCE) San Diego Section ASCE Transportation Group - Past President American Public Works Association (APWA) Building Industry Association (BIA) Southern California Business Development Association (BDA) Orange County Institute of Transportation Engineers (ITE) Women’s Transportation Seminar (WTS) Orange 127 KEY PERSONNEL 25 Dan Burk PE Dan Burk is a Principal Project Engineer at RICK’s Orange County office. During the last 18 years at RICK, Dan has served as Project Engineer leading a staff of engineering designers and drafters in the preparation of preliminary and final construction documents for public and private clients, specifically in residential developments, roadway, highway, and commercial site improvements. Representative projects include: San Juan Capistrano Skate Park, San Juan Capistrano, CA: Dan served as the Project Manager in the performance of design and boundary surveys, the preparation of a Water Quality Management Plan, SWPPP, site precise grading plans and off-site utility plans. Dan oversaw design of the proposed hardscape, grading, sewer system, water system, and storm drain system, which included a lift station in order to drain the deeper bowls. Dan coordinated closely with the City management team, skate park designers and other subconsultants. McVicker Canyon Skate Park, Lake Elsinore, CA: Dan served as Project Manager for the McVicker Canyon Skate Park, a design-build project in the City of Lake Elsinore. The original McVicker Canyon Skate Park opened in 2002 and was the City's first skate park but was closed in October 2017 due to severe vandalism and deterioration that made it unsafe for the community. The new and improved 13,000 square foot skate park features amenities for all different talent levels, including a beginner bowl, quarter pipe, a-frame, and snake run bowl. Construction commenced in August of 2018 and was completed in January of 2019. As project manager, I directed and oversaw the design surveys, demolition plans, grading and storm drain plans, erosion control plans, water quality coordination, and construction support. SR-74 at Grand Avenue Roadway Widenings, Lake Elsinore, CA: Dan prepared Street Improvement Plans for the widening of SR-74 and Grand Ave in the City of Lake Elsinore. The plans included street widening, storm drain improvements, superelevation diagrams, signing & striping improvements, utility relocations, and a new signal at the intersection of Grand Ave & SR-74. Plans & supporting documents were processed through Caltrans District 8, the City of Lake Elsinore, and RCFC&WCD. The widening of SR-74 also required a Design Standard Decision Document (DSDD), which was processed through Caltrans concurrently with the plans. Westridge at Canyon Hills, Lake Elsinore, CA: Dan served as Project Manager for this 464 detached dwelling unit development with five (5) planning areas on 125 acres taking access from Railroad Canyon Road east of I-15. In addition, the project included the design and construction of a Rec Center, dog park, two (2) water quality basins, and a commercial lot. The project was initially mass graded into 5 superpads, each with a separate temporary debris/sediment basin. Total earthwork for the project exceeded 2.5 million cubic yards of cut and fill. The ultimate storm drain system consisted of over a mile of RCP ranging in size from 18” diameter to 60” diameter with over 60 drainage structures. The total contract amount was $2.9 million (including survey). PROJECT ASSIGNMENT Principal Project Engineer YEARS OF EXPERIENCE 23 YEARS WITH RICK 20 EDUCATION BS, Civil Engineering Washington State University REGISTRATION Professional Engineer in CA, No. 65398 PROFESSIONAL AFFILIATIONS American Public Works Association (APWA) American Society of Civil Engineers (ASCE) Building Industry Association (BIA) Southern California and Inland Empire 128 KEY PERSONNEL 26 Devin Kelley, PE Devin Kelley is an Assistant Project Manager at RICK. Devin graduated from Northern Arizona University in 2014 with a degree in Civil Engineering. During the summer of 2014, Devin served as an intern overseas in Uganda performing site analyses as well as designing water, sewer and greywater systems in developing areas. Most recently, Devin has worked as an engineering designer preparing project construction plans for public and private clients, specifically in roadway, residential and commercial site improvements. Representative projects include: San Juan Capistrano Skate Park, San Juan Capistrano, CA: Devin served as the Design Engineer in the preparation of the site precise grading plans and off-site utility plans. Devin worked on the proposed hardscape, grading, storm drain system, water system, and sewer system. Devin coordinated closely with the skate park designer and other consultants. Wingsweep PA 12, Temecula, CA: Devin served as the Design Engineer in the preparation of the rough grading, street improvement, storm drain, and water and sewer plans for this 100 plus unit subdivision. Devin designed the horizontal and vertical alignments of the proposed streets, storm drain, and water and sewer systems. Devin also generated three-dimensional surfaces of the proposed grading for the entire project site. Canyon Hills Estates, Lake Elsinore, CA: Devin served as the Design Engineer for this 300 plus unit subdivision. Devin took preliminary roadway designs and converted the designs into a 3D roadway vertical in CADD. Inland Center ADA Compliance Retrofit, El Cajon, CA: Devin served as the Design Engineer in generating a site plan to obtain ADA compliance to an existing site. Devin established the existing conditions at the site, including the location of current utilities and features on site. Devin designed the proposed hardscape and resurfacing to meet ADA compliance. Sommers Bend, Temecula, CA: Devin served as the Design Engineer in the preparation of the utility plans for Sommers Bend. Devin helped with the drafting of the storm water lines within the street. Roripaugh Ranch Phase 2, Temecula, CA: Design Engineer in the preparation of the water and sewer plans for this 200 plus unit subdivision. Devin designed the horizontal and vertical alignments of the proposed water and sewer systems. Roripaugh Ranch Recreation Center, Temecula, CA: Devin served as the Design Engineer in the preparation of the precise grading plan for the recreation area of the Roripaugh Ranch development. The precise grading plan consisted of designing hardscape slopes, establishing building finish floors, subterranean drainage design and addressing points of conflict with the landscape architect. Madison Avenue Street Improvements, Murrieta, CA: Devin served as the Design Engineer in the preparation of the preliminary street vertical for exhibit purposes. UC Irvine Fire Services Improvements, Irvine, CA: Devin served as the Design Engineer in reviewing and designing the proposed water lines, fire service lines, topography and existing utility research. PROJECT ASSIGNMENT Assistant Project Engineer YEARS OF EXPERIENCE 7 YEARS WITH RICK 5 EDUCATION BS, Civil Engineering, Northern Arizona University, 2014 REGISTRATION PE, CA No. 93925 PE, AZ No. 73674 PE, LA No. 0045328 PROFESSIONAL AFFILIATIONS Toastmasters 129 KEY PERSONNEL 2727 Design West Engineering WE SWEAT THE DETAILS The MEP systems behind any facility are the details that you expect to work, not notice. We see our role on your team in the same light. Our work is an integral part of your project functioning as it should. It goes far beyond just accurate engineering. It has everything to do with what we call good service. FIRM OVERVIEW In January of 2000, Design West Engineering was founded by partners Rob Cronk and Mark Galle. They set out to build an engineering company that would be focused, first and foremost, on delivering our architectural and construction partners with exceptional service. The idea was simple, the model worked, and the company has thrived. Now, Design West has become a leading engineering firm across the West Coast. Each team member is hand-selected to ensure the Design West standard for customer service is upheld and our staff has become known for technical excellence, outstanding communication, and pushing the boundaries of technology. In the end, it is all driven by the same focus: be the very best at serving our clients’ needs. Engineering Services Mechanical Electrical Plumbing Commissioning Fire Protection Technology Utility Coordination Energy Park Experience Design West’s team brings you expertise in parks and community buildings, having a long history of experience with countless city and county clients as well as various state and federal agencies. Beyond just designing to the project type, this experience includes successful support of public works bidding and construction administration services. It includes effective communication and collaboration with various regulatory agencies, utility companies, governmental departments, and multiple stakeholders. THE FOUR COMMITMENTS OF CUSTOMER SERVICE We know the only way to earn your trust is through consistent quality engineering, but exceptional customer service is the real foundation Design West is built on. We are committed to active collaboration, clear and consistent communication, purposeful creativity, and working with care. Our entire team knows it’s our job to make sure you don’t just like our work, but love working with us. 130 KEY PERSONNEL 28 Design West Engineering EXPERIENCE Design West, 2010 In Industry, 1999 EDUCATION Associate of Science, California State University, San Bernardino ENGINEER OF RECORD Leo Maya, PE,LEED AP BD+C California PE #E19480 ROY MORALES Electrical Department Head / Project Manager Roy has relationships with many of the local agencies after providing years of reliable design and service to this clientele. His experience includes design for buildings, sports fields, street lighting, and solar photovoltaic systems. Roy is a Senior Project Manager as well as the Electrical Department Head for the San Bernardino office. Roy joined the Design West team after working several years with Dream Engineering when the company was bought out in 2009. Roy brought an expertise in electrical applications, including parks and street projects. His greatest sector of work is with municipal clients. Beyond exterior lighting projects, he also great experience with essential service facilities, community buildings, government operations facilities, aviation buildings, and Federal government projects. His wide-ranging experience includes design for communication towers, generator systems, utility coordination, electrical distribution, communications distribution (copper & fiber optic), commercial buildings, and industrial buildings. Roy is a proven team leader, both in how he runs his teams internally, and how he runs his project teams when working with clients. FEATURED PROJECT EXPERIENCE: San Juan Capistrano SkateparkElectrical Department Head / Project Manager. Electrical plans and specifications for the San Juan Capistrano Skatepark. Scope included new service for the prefab restroom, power to pump and future power for site lighting. Johnson Park Gardena - Prop 68Electrical Department Head / Project Manager. Provided electrical design and specifications for Johnson Park, Rush Gym and Primm Pool Building. Project included a feasibility study for all locations prior to moving into design. Johnson Park (Approximately 4,500 SF) provided new security lighting for walkways and parking lot areas, new sports lighting for soccer field, tennis courts, skatepark and basketball courts, new controls for exterior lighting, and new power and lighting for expanded/modernized existing after school center. Existing park main service was removed and replaced with new. La Pintoresca ParkElectrical Department Head / Project Manager. Electrical design for La Pintoresca Park project. Scope provided new basketball / skatepark lighting. Manzanita SkateParkElectrical Department Head / Project Manager. Electrical plans and specifications for the Manzanita Skate Park project. Scope included design of new activity and security lighting, security cameras, and secured electrical outlets throughout the existing park. Locations and design were designed around new skate park and parking lot remodel. City of Redlands SkatePark at Sylvan ParkElectrical Department Head / Project Manager. Electrical plans for the skatepark at Sylvan Park for added security lighting around the skatepark area, upgrade to the electrical service, add GFI’s, and power the irrigation system. Ponderosa Park - SkatePark Lighting DesignElectrical Department Head / Project Manager. Electrical plans for the Ponderosa Park - Skatepark project. Scope included lighting design and circuitry for general activity and security lighting around the proposed skatepark design. 131 KEY PERSONNEL 29 26461 Rancho Parkway South, Lake Forest, CA 92630 949.916.3440 www.spirestructures.com Resume of Experience Alexandros G. Bletsos, SE Principal Education: Master of Science, 2001 Bachelor of Science, 2000 California State University, Sacramento University of California, Davis Major: Civil Engineering (Structural) Major: Civil Engineering (Structural) Registration: Registered Structural Engineer, License S5659 (CA) Registered Professional Engineer in Civil Engineering, License C68288 (CA) Work Experience: Spire Structural Engineering, Inc 2012-Present Lake Forest, CA Principal Principal of the company responsible for managing a group of engineers and drafters on a wide range of projects. Responsible for the entire project cycle from writing proposal, structural design, getting the project through plan check, and the construction phase. Projects include equipment anchorage for hospitals, tenant improvements, and structural analysis of the structure of specific equipment. The majority of the projects fall under OSHPD jurisdictions. John A. Martin & Associates 2004- 2012 Los Angeles, CA Senior Project Engineer Senior project engineer for a wide range of projects that include new design (commercial and public), retrofits, equipment anchorage, and non-linear analysis. The list of projects encompasses a diverse array including office buildings, schools, hospitals, and commercial. Projects covered all types of materials and structural systems. Several of the projects worked on were under DSA and OSHPD jurisdictions. ABS Consulting (formerly EQE International) 2002-2004 Irvine, CA Design Engineer Design engineer that designed and detailed seismic retrofits for several concrete tilt up retrofits. Performed calculations and detailed drawings for several interior remodels. Designed anchorage for electrical, mechanical, and medical equipment. Developed response spectra for several concrete vaults using the soil structure interaction program SASSI. 132 REFERENCES 30 • 2990 Summit Lane, Monroe GA 30655 • 404-992-5050 • jprine@ascension-pm.com • GRINDLINE SKATEPARKS, INC. July 12, 2021 To whom it concerns I have had the opportunity to work with Grindline on behalf of two of our clients; Athens- Clarke County, Georgia and now most recently Newton County, Georgia. In both cases, Grindline acted as a Design-Builder working with Parks & Recreational staff and others to ascertain their vision, budget, and needs into reality. Their ability to “listen” then provide solutions that match this vision and budget was very impressive. No wasted efforts or time in their approach. Design flowed immediately into permitting and then construction with no issues or complications. Newton County’s Denny Dobb’s Park Skatepark went from a Notice to Proceed to Completion in less than 16 weeks. Their field personnel exhibited both quality workmanship and craftmanship working to mold the concrete into complex shapes. You can see their experience in the materials utilized and efforts to provide a challenging but safe skateboard environment. I highly recommend, Grindline Skateparks, Inc. to anyone who is in need of this type of facility. Feel free to contact me with any further requested information concerning this quality company. Thomas J. Prine, CCM, LEED AP CEO, Senior Owner’s Representative 133 REFERENCES 31134 REFERENCES 32 135 ANTICIPATED PROJECT SCHEDULE 33 ID T a s k N a m e Dur a t i o n S t a r t Fini s h 1 No t i c e T o P r o c e e d 1 d a y Th u 5 / 1 8 / 2 3 Th u 5 / 1 8 / 2 3 2 DE S I G N 184 d a y s Tu e 6 / 6 / 2 3 Fri 2 / 1 6 / 2 4 3 Kic k - O f f M e e t i n g 0.3 3 d a y s Tu e 6 / 6 / 2 3 Tu e 6 / 6 / 2 3 4 Sit e V i s i t 0.3 3 d a y s Tu e 6 / 6 / 2 3 Tu e 6 / 6 / 2 3 5 De s i g n W o r k s h o p # 1 0.3 4 d a y s Tu e 6 / 6 / 2 3 Tu e 6 / 6 / 2 3 6 Su b m i t P r o j e c t S t a r t u p r e p o r t 0 d a y s Tu e 6 / 6 / 2 3 Tu e 6 / 6 / 2 3 7 Acqu i r e s u r v e y a n d g e o t e c h 30 d a y s We d 6 / 7 / 2 3 Tu e 7 / 1 8 / 2 3 8 Co o r d i n a t i o n M e e t i n g # 1 1 d a y We d 6 / 7 / 2 3 We d 6 / 7 / 2 3 9 De v e l o p P r e l i m i n a r y C o n c e p t u a l D e s i g n 20 d a y s Th u 6 / 8 / 2 3 We d 7 / 5 / 2 3 10 Su b m i t P r e l i m i n a r y C o n c e p t u a l D e s i g n 0 d a y s We d 7 / 5 / 2 3 We d 7 / 5 / 2 3 11 Cit y R e v i e w 10 d a y s Th u 7 / 6 / 2 3 We d 7 / 1 9 / 2 3 12 De s i g n W o r k s h o p # 2 1 d a y Th u 7 / 2 0 / 2 3 Th u 7 / 2 0 / 2 3 13 Re f i n e C o n c e p t 15 d a y s Fri 7 / 2 1 / 2 3 Th u 8 / 1 0 / 2 3 14 Su b m i t R e f i n e d C o n c e p t 0 d a y s Th u 8 / 1 0 / 2 3 Th u 8 / 1 0 / 2 3 15 Cit y R e v i e w 10 d a y s Fri 8 / 1 1 / 2 3 Th u 8 / 2 4 / 2 3 16 Co o r d i n a t i o n M e e t i n g # 2 0 d a y s Th u 8 / 2 4 / 2 3 Th u 8 / 2 4 / 2 3 17 Pre s e n t D e s i g n t o P & R C o m i s s i o n 1 d a y Fri 8 / 2 5 / 2 3 Fri 8 / 2 5 / 2 3 18 De v e l o p 5 0 % P S & E 25 d a y s Fri 8 / 2 5 / 2 3 Th u 9 / 2 8 / 2 3 19 Su b m i t 5 0 % P S & E 0 d a y s Th u 9 / 2 8 / 2 3 Th u 9 / 2 8 / 2 3 20 Cit y P l a n C h e c k 30 d a y s Fri 9 / 2 9 / 2 3 Th u 1 1 / 9 / 2 3 21 Co o r d i n a t i o n M e e t i n g # 3 1 d a y Fri 1 1 / 1 0 / 2 3 Fri 1 1 / 1 0 / 2 3 22 De v e l o p 7 0 % P S & E 20 d a y s Mo n 1 1 / 1 3 / 2 3 Fri 1 2 / 8 / 2 3 23 Su b m i t 7 0 % P S & E 0 d a y s Fri 1 2 / 8 / 2 3 Fri 1 2 / 8 / 2 3 24 Cit y P l a n C h e c k 30 d a y s Mo n 1 2 / 1 1 / 2 3 Fri 1 / 1 9 / 2 4 25 Co o r d i n a t i o n M e e t i n g # 4 1 d a y Mo n 1 / 2 2 / 2 4 Mo n 1 / 2 2 / 2 4 26 Bu i l d i n g / S a f e t y / P e r m i t S e t 20 d a y s Mo n 1 1 / 1 3 / 2 3 Fri 1 2 / 8 / 2 3 27 Su b m i t B u i l d i n g / S a f e t y / P e r m i t S e t 0 d a y s Fri 1 2 / 8 / 2 3 Fri 1 2 / 8 / 2 3 28 Bu i l d i n g / S a f e t y / P e r m i t S e t R e v i e w 40 d a y s Mo n 1 2 / 1 1 / 2 3 Fri 2 / 2 / 2 4 29 Fin a l D e s i g n A p p r o v a l 10 d a y s Mo n 2 / 5 / 2 4 Fri 2 / 1 6 / 2 4 30 CO N S T R U C T I O N 142 d a y s Mo n 2 / 1 9 / 2 4 Tu e 9 / 3 / 2 4 31 Pre - c o n s t r u c t i o n M e e t i n g 1 d a y Mo n 2 / 1 9 / 2 4 Mo n 2 / 1 9 / 2 4 32 Sk a t e p a r k C o n s t r u c t i o n 12 0 d a y s Tu e 2 / 2 0 / 2 4 Mo n 8 / 5 / 2 4 33 Pu n c h l i s t 10 d a y s Tu e 8 / 6 / 2 4 Mo n 8 / 1 9 / 2 4 34 Clo s e o u t 10 d a y s Tu e 8 / 2 0 / 2 4 Mo n 9 / 2 / 2 4 35 Fin a l A c c e p t a n c e 1 d a y Tu e 9 / 3 / 2 4 Tu e 9 / 3 / 2 4 5/1 8 Gri n d l i n e , O w n e r Gri n d l i n e , O w n e r Gri n d l i n e 6/6 Gri n d l i n e Gri n d l i n e , O w n e r Gri n d l i n e 7/5 Ow n e r Gri n d l i n e Gri n d l i n e 8/1 0 Ow n e r 8/2 4 8/2 5 Gri n d l i n e 9/2 8 Ow n e r Gri n d l i n e , O w n e r Gri n d l i n e 12/ 8 Ow n e r Gri n d l i n e , O w n e r Gri n d l i n e 12/ 8 Ow n e r 2/1 6 Gri n d l i n e , O w n e r Con t r a c t o r Gri n d l i n e , O w n e r Gri n d l i n e 9/3 142128 4111825 29162330 6132027 3101724 18152229 5121926 310172431 7142128 4111825 310172431 7142128 5121926 29162330 7142128 4111825 18152229 6132 y '23 Jun ' 2 3 Jul ' 2 3 Aug ' 2 3 Sep ' 2 3 Oct ' 2 3 Nov ' 2 3 Dec ' 2 3 Jan ' 2 4 Feb ' 2 4 Ma r ' 2 4 Apr ' 2 4 Ma y ' 2 4 Jun ' 2 4 Jul ' 2 4 Aug ' 2 4 Sep ' 2 4 Oct ' 2 4 Pag e 1 136 FEES 34 Item Labor Quantity Unit Cost Totals DESIGN $211,630.00 Project Management 1 ls $8,000.00 $8,000.00 Preliminary Investigation $26,000.00 Survey 1 ls $12,000.00 $12,000.00 Geotech 1 ls $14,000.00 $14,000.00 Community Engagement 1 ls $8,000.00 $8,000.00 Preliminary Design Development $23,180.00 Grindline 1 ls $8,500.00 Rick Engineering (Civil/LA)1 ls $10,640.00 Spire (Structural)1 ls $500.00 Design West (Electrical/Lighting) 1 ls $3,540.00 Construction Documents/Permitting $110,130.00 Grindline 1 ls $7,500.00 Rick Engineering (Civil/LA)1 ls $81,300.00 Spire (Structural)1 ls $5,500.00 Design West (Electrical/Lighting) 1 ls $15,830.00 $10,320.00 Rick Engineering (Civil/LA)1 ls $6,600.00 Spire (Structural)1 ls $1,000.00 Design West (Electrical/Lighting) 1 ls $2,720.00 CONSTRUCTION $1,127,500.00 Skatepark 1 allowance $525,000.00 Pump Track 1 allowance $145,000.00 Vert Ramp 1 allowance $150,000.00 Lighting/Electrical 1 allowance $125,000.00 Fencing 1 allowance $40,000.00 Parking Lot 1 allowance $85,000.00 Spectator Viewing Area 1 allowance $18,000.00 Water Station/Fountain 1 allowance $5,000.00 Cameras 1 allowance $7,500.00 Amenities 1 allowance $12,000.00 Trees 1 allowance $15,000.00 Subtotal $1,339,130.00 Design & Construction Fee 1 percentage 15%$200,869.50 $200,869.50 Total Services $1,539,999.50 $7,500.00 $12,000.00 $15,000.00 $40,000.00 $7,500.00 $18,000.00 $85,000.00 $5,500.00 $3,540.00 $10,640.00 $15,830.00 $81,300.00 $500.00 Yvonne Burke - John D. Ham Skatepark Fee Proposal $8,500.00 $12,000.00 $14,000.00 Rate $8,000.00 $8,000.00 $5,000.00 Construction Admin Services $6,600.00 $1,000.00 $2,720.00 $525,000.00 $145,000.00 $150,000.00 $125,000.00 4619 14th Ave SW, Seattle, WA 98106 | 206.932.6414 | inform@grindline.com 137 PAST & CURRENT PROJECTS 35 Grindline was selected to lead a multidisciplinary Design/Build team to design and construct two skateparks for the City of Vista. The City had two sites located one block apart. Both site were in a highly urban setting, so the skatepark designs needed to address issues such as pedestrian safety (a new signal and pedestrian barrier were designed for Santa Fe Ave), integration of parking (both sites have parking included in the alley), as well as the need for a restroom and a means for users to safely get from one skatepark to the other. After a series of community meetings the consensus was for the northern location to be designed as a street plaza and the southern site as the bowl/transition park. The bathroom was located at the northern site because it was more likely that this would be the location that parents would bring the kids to. During design it was decided that the alley would be the safest route for users trying to get from on park to the other, and so it was paved and designed to be skateable. Vis t a S k a t e p a r k S y s t e m Vis t a , C A OWNER City of Vista, CA GRINDLINE’S SCOPE Prime Designer & Contractor DESIGN April 2015 - February 2016 CONSTRUCTION March 2017 - January 2018 BUDGET Design: $86,000 Construction: $3,100,000 SIZE Approximately 11,000 sq ft for each park PROJECT TEAM Matt Fluegge Project Manager Micah Shapiro Lead Designer Bryan Hartman Site Superintendent CONTACT Jack Flaherty Vista Skatepark Coalition (760) 521-7458 jack@vistaskatepark.org 138 PAST & CURRENT PROJECTS 36 OWNER City of Leavenworth, WA GRINDLINE’S SCOPE Skatepark Designer & Contractor DESIGN October 2016 - March 2017 CONSTRUCTION March 2017 - July 2017 BUDGET Design and Construction: $175,000 SIZE 4,000 SQ FT PROJECT TEAM Matt Fluegge Project Manager Micah Shapiro Lead Designer David Palmer Site Supervisor CONTACT Joel Walinski 509 548-5275 jwalinski@cityofleavenworth.com Grindline was awarded the Leavenworth Skatepark Design Build project in fall of 2016. The local community had been heavily involved in getting the City to commit to the skatepark and there were many different opinion as to what elements and features should be included in the design. Through a series of community meetings as well as Internet meetings, grindline met with community members to work through issues and find consensus for the design of the park. As part of a larger park with many other existing uses, integration of the skatepark was of utmost importance. Incorporation of a Bavarian theme to match the theme of the town was an important desire of the community as well. Grindline addressed this by incorporating tiles in the bowl that match the diamond pattern on the Bavarian flag. Once the design was approved by the City and community Grindline mobilized and began construction. The park was completed on schedule and budget in July of 2017 and the park opened to an overwhelming positive response from the community. En c h a n t m e n t P a r k S k a t e p a r k Le a v e n w o r t h , W A 139 PAST & CURRENT PROJECTS 37140 PAST & CURRENT PROJECTS 38 Sa l i d a S k a t e p a r k Sa l i d a , C O OWNER City of Salida, CO GRINDLINE’S SCOPE Skatepark Designer & Contractor DESIGN August 2020 CONSTRUCTION November, 2020 - August 2022 BUDGET Design: $81,122 Construction: $711,416 SIZE 14,700 SQ FT PROJECT TEAM Matt Fluegge Project Manager Micah Shapiro Lead Designer Kevin Lane Foreman CONTACT Mike 'Diesel' Post Director of Parks and Recreation 719-966-9378 diesel.post@cityofsalida.co The City of Salida in Partnership with Friends of Salida Skatepark (FOSS), a non- profit organization committed to making this project happen, requested Design/Build Proposals for a new skatepark located at the forefront of Centennial Park, which already hosted an indoor aquatic center, as well as several outdoor active use areas. Grindline was selected as the Design/Builder for the project based a qualification based selection criteria. The existing site conditions required that the skatepark footprint to meander through the park’s existing mature trees, while carefully avoiding encroachment into any root system areas. The Grindline design team worked closely with both the City and FOSS to produce a skatepark with a variety of terrain as requested while utilizing the site context to design a park that appears as though it must have always been there. Additional aesthetic attention was given to the park by using an integral concrete color plan which reflected the Rocky Mountains, colored brick stamped banks, and even a heart shaped center island in one of the flow bowls to pay homage to the City’s mantra, “Heart of the Rockies.” 141 PAST & CURRENT PROJECTS 39142 PAST & CURRENT PROJECTS 40 Wenatchee Skatepark at Hale Park is the result of collective efforts led by the Community for Wenatchee Valley Skatepark (CWVS). For nearly a decade, CWVS advocated for a skatepark at city council meetings, staying on the city’s radar by throwing demos for kids with special needs and running free skate camps to get more of the community interested in skateboarding. Construction of the skatepark— designed and built by Grindline—began in the summer fof 2019. The park’s unique Apple Bowl ties the skatepark's design to the culture of the city. It's located in a highly visible area along an 11-mile loop trail that goes across the Columbia River into East Wenatchee, providing easy access for users on both sides of the river. Ha l e P a r k S k a t e p a r k We n a t c h e e , W A OWNER City of Wenatchee GRINDLINE’S SCOPE Skatepark Designer & Builder DESIGN January - May 2019 CONSTRUCTION June - September 2019 BUDGET $279,000 SIZE 5,000 SQ FT PROJECT TEAM Matt Fluegge Project Manager Micah Shapiro Lead Designer CONTACT Charlotte Mitchell, PE Capital Project Manager Parks, Rec & Cultural Services (509) 888-3662 cmitchell@wenatcheewa.gov 143 PAST & CURRENT PROJECTS 41144 PAST & CURRENT PROJECTS 42 Tor g u s e n S k a t e p a r k No r t h B e n d , W A OWNER City of North Bend, WA GRINDLINE’S SCOPE Skatepark Designer & Contractor DESIGN February 2019 - March 2020 PLANNED & ACTUAL CONSTRUCTION Planned: June 2020 - February 2021 Actual: June 2020 - February 2021 BUDGET Design: $67,165 Construction, Planned: $803,175 Construction, Actual: $658,824 SIZE 12,000 SQ FT PROJECT TEAM Matt Fluegge Project Manager Micah Shapiro Lead Designer Mackay & Sposito Engineer CONTACT Travis Stombaugh Executive Director Si View Metro Parks 425-831-1900 tstombaugh@siviewpark.org Dave Dembeck Operations Manager 425-222-5533 ddembeck@siviewpark.org Si View Metro parks knew the existing skatepark at Torguson park was no longer meeting the needs of the community and when parks staff reached out to local skateboarders, they overwhelmingly recommended Grindline as the fi rm to design the replacement. Grindline collaborated with the community to design a nearly 13,000 sq. ft. concrete skatepark outfi tted with exciting elements for all skill levels, as well as a central gathering area. The park consists of a one of a kind fl ow bowl, a pool style bowl, and a large street skate area to create 3 separate skating experiences. There is a progression of features throughout the park to easily provide users an ability to build their skills in an incremental fashion. Grindline was the lowest responsible bidder and was able to construct the park on schedule and budget during the challenging covid summer of 2020. The park opened to the public and has been getting rave reviews as one of the best skateparks in Western Washington. 145 PAST & CURRENT PROJECTS 43146 PAST & CURRENT PROJECTS 44 Si View Metro parks knew the existing skatepark at Torguson park was no longer meeting the needs of the community and when parks staff reached out to local skateboarders, they overwhelmingly recommended Grindline as the  rm to design the replacement. Grindline collaborated with the community to design a nearly 13,000 sq. ft. concrete skatepark out tted with exciting elements for all skill levels, as well as a central gathering area. The park consists of a one of a kind  ow bowl, a pool style bowl, and a large street skate area to create 3 separate skating experiences. There is a progression of features throughout the park to easily provide users an ability to build their skills in an incremental fashion. Grindline was the lowest responsible bidder and was able to construct the park on schedule and budget during the challenging covid summer of 2020. The park opened to the public and has been getting rave reviews as one of the best skateparks in Western Washington. Tor g u s o n P a r k S k a t e p a r k No r t h B e n d , W A OWNER Si View Metro Parks GRINDLINE’S SCOPE Skatepark Designer & Builder DESIGN April - December 2019 CONSTRUCTION June 2020 - February 2021 BUDGET Design - $67,165 Construction $635,000 SIZE 13,000 SQ FT PROJECT TEAM Matt Fluegge Project Manager Micah Shapiro Lead Designer CONTACT Travis Stombaugh Executive Director Si View Metro Parks P. 425-831-1900 TStombaugh@siviewpark.org Po n d e r o s a P a r k S k a t e p a r k An a h e i m , CA Grindline was selected to lead a multidisciplinary Design/Build team to design and construct a skatepark located in Ponderosa Park for the City of Anaheim. The site presented numerous challenges such as many mature trees and a large power line running through the middle of the skatepark site. Grindline was able to come up withe a design the met the needs of the local end users while meeting the City’s requirements and integrating with existing site conditions. The design features a unique, one of a kind pool style bowl that was designed with input from the local skateboarders to replicate an existing backyard swimming pool in Anaheim. It also features numerous street features and smaller transitions to provide something for everyone. The park was completed in June 2016 and has generated a buzz among southern California skateboarders with its’ unique design. OWNER City of Anaheim, CA GRINDLINE’S SCOPE Prime Designer & Contractor DESIGN February - December 2015 CONSTRUCTION December 2015 - June 2016 BUDGET Design: $86,000 Construction: $544,000 SIZE 10,000 SQ FT PROJECT TEAM Matt Fluegge Project Manager Micah Shapiro Lead Designer Bryan Hartman Site Superintendent CONTACT JJ Jimenez Community Services Department Associate Project Planner (714) 765-4901 jjimenez@anaheim.net “Forward Thinking and Timeless”. The City of Lake Elsinore’s project goal is a shared characteristic of Grindline. Throughout our history we have prided ourselves on leading the industry in innovation and “outside the box” thinking - traits applied to our design-build methods brought to Lake Elsinore for McVicker Skatepark’s re-invention. To truly think outside the box, sometimes you have to be willing to break the box. We removed the slab in its entirety as well as eliminated the existing fence. With space opened up, we redefined the footprint of and expanded the park both horizontally and vertically. We blended transitional and technical street features based on public input, arranged desired features creating unlimited flow options and endless lines. And, in the end, the skatepark will once again be at the heart of the McVicker community recreation. The final product – the utmost EXTREME skatepark facility imaginable. OWNER City of Lake Elsinore, CA GRINDLINE’S SCOPE Skatepark Designer & Contractor DESIGN April – June 2018 CONSTRUCTION July – December 2018 BUDGET Design: $79,500 Construction: $680,000 SIZE 13,500 SQ FT PROJECT TEAM Matt Fluegge Project Manager Micah Shapiro Lead Designer Dave Palmer Construction Manager CONTACT Johnathan O. Skinner, MPA Director of Community Services City of Lake Elsinore (951) 674-3124, ext. 266 jskinner@Lake-Elsinore.org Mc V i c k e r P a r k S k a t e p a r k La k e E l s i n o r e , C A 147 PAST & CURRENT PROJECTS 45 “Forward Thinking and Timeless”. The City of Lake Elsinore’s project goal is a shared characteristic of Grindline. Throughout our history we have prided ourselves on leading the industry in innovation and “outside the box” thinking - traits applied to our design-build methods brought to Lake Elsinore for McVicker Skatepark’s re-invention. To truly think outside the box, sometimes you have to be willing to break the box. We removed the slab in its entirety as well as eliminated the existing fence. With space opened up, we redefined the footprint of and expanded the park both horizontally and vertically. We blended transitional and technical street features based on public input, arranged desired features creating unlimited flow options and endless lines. And, in the end, the skatepark will once again be at the heart of the McVicker community recreation. The final product – the utmost EXTREME skatepark facility imaginable. OWNER City of Lake Elsinore, CA GRINDLINE’S SCOPE Skatepark Designer & Contractor DESIGN April – June 2018 CONSTRUCTION July – December 2018 BUDGET Design: $79,500 Construction: $680,000 SIZE 13,500 SQ FT PROJECT TEAM Matt Fluegge Project Manager Micah Shapiro Lead Designer Dave Palmer Construction Manager CONTACT Johnathan O. Skinner, MPA Director of Community Services City of Lake Elsinore (951) 674-3124, ext. 266 jskinner@Lake-Elsinore.org Mc V i c k e r P a r k S k a t e p a r k La k e E l s i n o r e , C A 148 PAST & CURRENT PROJECTS 46 OWNER City of San Francisco, CA GRINDLINE’S SCOPE Skatepark Designer & Contractor DESIGN April - September 2014 CONSTRUCTION July - December 2016 BUDGET Conceptual Design: $12,000 Construction: $375,000 SIZE 4,000 SQ FT PROJECT TEAM Matt Fluegge Project Manager Micah Shapiro Lead Designer Rob Owen Construction Foreman CONTACT J. Marien Coss Project Manager Capital Improvement Division San Francisco Parks & Rec Dept (415) 581-2557 marien.coss@sfgov.org Grindline was selected as the design firm to renovate the legendary Hilltop Skatepark (aka “the Dish”) in San Francisco. The existing skatepark was built in the early 80’s yet the design is dated and the park is in disrepair. The project goal was to develop a concept capturing the heritage of the existing park and provide an updated design. The skate spot had to integrate with other planned park improvements. Grindline conducted a collaborative community workshop with the community and the non profit organization Trust for Public Land and came up with 2 preferred concepts to be used for grant and funding applications. Each concept was created with different construction budget scenarios so final design can proceed based on the success of fund raising. Once a final budget was confirmed, Grindline created a final concept to meet the budget and to incorporate the comments and input of end users. Construction was completed in December 2016 and the park has received nothing but positive reviews since its opening Hil l t o p S k a t e p a r k Sa n F r a n s i s c o , C A 149 PAST & CURRENT PROJECTS 47 OWNER City of Oceanside, CA GRINDLINE’S SCOPE Prime Consultant & Contractor DESIGN June 2007 - May 2008 CONSTRUCTION June 2008 - January 2009 BUDGET Design (3 Parks): $147,000 Construction (MLK): $385,000 Construction (Melba Bishop): $440,000 Construction (Prince Park): $1,200,000 SIZE MLK: 7,000 SQ FT Melba Bishop: 8,000 SQ FT Prince Park: 20,000 SQ FT PROJECT TEAM Matt Fluegge Project Manager Micah Shapiro Lead Designer Rob Owen Site Superintendent CONTACT Nathan Mertz Project Manager City of Oceanside (7760) 435-5619 MLK Skatepark MLK Skatepark The City selected Grindline to design Oceanside’s Skatepark System across three park locations determined by the City staff. The nature of this project required Grindline to research demographics and physical conditions for each site to determine which type of skatepark would be successful at each identified space. The City’s skatepark committee consisted of a local skate shop’s employees, several skateboard company owners, other skate industry personnel, as well as the Tony Hawk Foundation’s Director, Miki Vukovich. Grindline collaborated with the committee and city throughout conceptual design and construction document submittals. The result was a cohesive skatepark system offering diverse terrain for all skate styles and abilities, receiving high praise from the skateboarding and local community alike. As the contractor hired to build two of the three parks, Grindline was prepared and responsive to changes during the construction phase. At the Bishop Skatepark, a last minute challenge arose. Due to maintenance concerns, the city changed a central green space to concrete. Grindline suggested this area become a centerpiece and designed a “volcano” feature bringing the skateability of the park to a new level. The “volcano” is now the focal point of the park. Prince Park Skatepark Melba Bishop SkateparkOc e a n s i d e S k a t e p a r k S y s t e m Oc e a n s i d e , C A 150 APPENDIX A: PROJECT EXPERIENCE LIST 48 2023 Allegany, NY Vashon Island, WA Phase 2 Cle Elum, WA Chehalis Tribe, WA Ephraim, UT Lincoln, NE Owego, NY Parklane, Portland, OR Enumclaw, WA Reading, PA Ridgefield, WA Muskegon, MI Pontiac, MI Petaluma, CA San Buenaventura, CA Tupelo, MS Gypsum, CO Vancouver, WA (Marshall Park) 2022 Port Huron, MI Chelan, WA Boise, ID (Molenaar Park) Cle Elum, WA Hilo, HI Hurricane, WV Kamiah, ID Lockport, NY Meridian, MS Newton County, GA Phase 2 (Denny Dobbs) Ocean City, MD Oroville, CA Republic, WA San Juan Capistrano, CA Sammamish, WA Troy, NY Tucson, AZ (Cushing St) Valparaiso, IN Anacortes, WA Bainbridge Island, WA Edmonds, WA Ellicottville, NY 2021 Greenfield, WI (The Turf Renovation) Anchorage, AK Salida, CO Wilkeson, WA (Bacon and Eggs) Auburn, NY Buffalo, NY Phase 3 Black Diamond, WA Washington, DC Baltimore, MD Jamestown, NY Springville, NY Newton County, GA Seattle Center, WA Sun Prairie, WI North Bend, WA San Juan Capistrano, CA Dover, DE 2020 Salem, MA Sun Prairie, WI Atlanta, GA Parklane Portland, OR Milwaukee, WI (TURF) ROC City Skatepark *Galveston, TX Hudson, OH *Zionsville, IN Hapeville,GA Wauwatosa, WI Wilmington, DE Zelienople, PA 2019 Anchorage, AK Spokane, WA Kalama, HI *Round Rock, TX Manchester, VT *St. Helena, CA Adidas Corporate HQ, Portland, OR *Ann Arbor, MI Lake Elsinore, CA Edmonds, WA Detroit, MI Oregon City, OR Cookeville, TN North Bend, WA Maple Valley, WA Wenatchee, WA 2018 N. Houston BMX Park, TX Smithfield, UT Orcas Island, WA Chico, CA St Bernard Parish, LA Allentown, PA Bainbridge, WA Baltimore, MD Columbus, OH Maple Valley, WA Oklahoma City, OK Plymouth, MA Reading, PA Stony Point, NY 2017 Issaquah, WA Palisade, CO Seattle "Lake City", WA Wilmington, OH Darrington, WA Sheboygan, WI Leavenworth, WA Lapwai, ID Bellevue, WA Pine Point, MN San Diego, CA Coeur d'Alene, ID Olympia, WA Madisonville, KY 2016 Monroe, WA Amherst, NY Buckley, WA San Francisco 'Hilltop", CA Anaheim, CA Middleton, ID Lake Stevens, WA Sonoma, CA Bryan, TX Colfax, CA Boise, ID Ashdod, Israel Star, ID Marshfield, MA Union Gap, WA Coeur D’ Alene, ID 2015 Portage, WI Snoqualmie, WA Montague, MA Tuscaloosa, AL Kenmore, WA New Hanover County, NC McCook, NE Atlanta, GA Portland "Beech", OR Tuscon, AZ Pine Ridge, SD Wounded Knee, SD Hopkinsville, KY Amherst, NY Yellow Springs, OH Vista, CA Cypress, TX Oakland, CA Zelienople, PA Israel "Hadera" Israel "Netanya" 2014 Baker, MT Tulalip Tribes, WA Marshfield, MA Issaquah, WA Louisville, KY Cave Junction, OR Wilkeson, WA Newburgh, NY Wilmington, DE 2013 Philadelphia, PA Bingen, WA Phase II Carnegie, PA Arlington, TX Seattle "Benefit", WA Skatercity, Denmark Spring, TX Bob Burnquist, CA Corpus Christi, TX Scappoose, OR Rockton, Il Lakeland, TX Sturgeon Bay, WI Milford, CT Waco, TX Israel "Rishon" Israel "B'er Shiva" Port Gamble, WA Past & Current Projects Spring, TX 2013Port Huron, MI 2022 KEY Design/Build *Maintenance Design Build 151 APPENDIX A: PROJECT EXPERIENCE LIST 49 2012 Seattle, WA - Judkins Park - Roxhill Park Medford, NJ South Kitsap, WA Cleveland, OH Tehaleh, WA Sante Fe, NM Lahaina, HI College Park, MD Seatac, WA Hana, HI El Paso, TX Redlake, MN Westpoint, MS Copenhagen, Denmark Pine Ridge, SD 2011 Atlanta, GA - 4th Ward Ithaca, NY Herzelia, Israel Kfar Saba, Israel San Marcos Phase 2 San Antonio, TX Parkersburg, WV Tacoma, WA - Kandle Park Auburn, WA 2010 Vashon, WA Villa Park, IL Delridge Seattle, WA Copenhagen, Denmark Aurora, CO Tacoma, WA - Norpoint Norfolk, VA Cleveland, OH College Park, MD Seattle, WA - Jefferson Park Bingen, WA Herndon, VA Lewiston, ID Bethlehem, PA Houston, TX - Spring Park Portland, OR - Steel Bridge 2009 San Jacinto, CA Muckleshoot Tribal Skatepark College Station, TX Portland, OR - Steel Bridge Aurora, CO Imperial Beach, CA Yonkers, NY Edwards, CO San Diego, CA - Campland Wilmington, OH St. Helena, CA Tacoma, WA - Norpoint Colerain, OH Seattle, WA - Delridge Seattle, WA - Seattle Center Winter Park, CO - Phase 2 2008 Oceanside, CA Kelso, WA Lawrence, IN Fayetteville, WV Bakersfield, CA Yakima, WA Bainbridge, GA Bellevue, WA - Highlands Forks, WA Tualatin Hills, OR Myrtle Creek, OR Canadaigua, NY Erie, PA Galveston, TX 2007 Tacoma, WA - Stewart Heights Silver City, NM Nantucket, MA Boston, MA Lahaina, HI Mooresville, NC Hendersonville, NC Glennwood Springs, CO Kremmling, CO Wheeling, WV Stamford, CT Sitka, AK Vancouver, WA Houston, TX Tuba City, AZ Phoenix, AZ Everett, WA Amarillo II, TX Farmington Hills, MI Bellefontaine, OH Idaho Falls, ID St. Helena, CA Oceanside, CA Wichita Falls, TX 2006 Lakeway, TX Kettle Falls, WA Grove City, OH Weed, CA Hudson, MA Jackson, WY Winter Park, CO Ridgeway, CO Galveston, TX Round Rock, TX Coos Bay, OR Corpus Christie, TX Irrigon, OR San Marcos, TX 2005 San Francisco, CA Houston, TX Battleground, WA Currituck, NC Yakima, WA Oxford, MS Austin, TX Prosser, WA Tyler, TX Duvall, WA Missoula, MT Atlantic Beach, FL Athens, GA Prairie Village, KS Shawnee, KS San Angelo, TX Amarillo, TX Fairplay, CO Aztec, NM Telluride, CO Jonesboro, AR 2004 Portage, MI Kokomo, IN Arlington, WA Leavenworth, WA Spokane Valley, WA Whiting, IN Carnation, WA Milton, WA Bellevue, WA - Highlands - Lakemont Bellingham, WA Longview, WA Clarkston, WA YMCA of Mukilteo, WA Dillon, MT McKinleyville, CA Carnation, WA Vancouver, WA Anchorage, AK 2003 Great Falls, MT Carbondale, CO Athens, OH Spokane, WA Cody, WY Sandpoint, ID Kent, WA Nags Head, NC - YMCA Trinidad, CO 2002 West Linn, OR Orcas Island, WA Seattle, WA - Ballard Skatepark Okinawa, Japan Port Angeles, WA Leavenworth, WA 2001 Butter Bowl, Seattle Bainbridge Island, WA Sumner, WA Baker City, OR Monroe, WA Butter Bowl, Seattle 2001Orcas Island, WA 2002 KEY Design/Build *Maintenance Design Build 152 BID FORMS 50 APPENDIX “B” Department of Industrial Relations (DIR) Contractor Registration Number Form Beginning July 1, 2014, contractors must register with the Department of Industrial Relations (DIR) before bidding on public works contracts in California. For more information, please refer to this section of the Department of Industrial Relations Website: http://www.dir.ca.gov/Public- Works/PublicWorks.html. Per this requirement, provide the following information: _______________________________________________________________________ Contractor Name _______________________________________________________________________ Contractor Department of Industrial Relations Registration Number: _______________________________________________________________________ Expiration Date of Registration Number *(THIS FORM MUST BE SUBMITTED WITH THE SEALED BID) * Grindline Skateparks, Inc. 1000032453 6/30/2023 153 1 RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD AWARDING A CONTRACT TO GRINDLINE SKATEPARKS, INC. FOR THE DESIGN BUILD SERVICES FOR THE YVONNE BURKE – JOHN D. HAM PARK SKATE PARK; AUTHORIZING THE CITY MANAGER TO APPROVE AGREEMENT AMENDMENTS RELATED TO THE PROJECT, AUTHORIZING THE MAYOR TO EXECUTE THE AGREEMENT AND APPROVING THE TRANSFER OF FUNDS FROM CIP PROJECT NO. 4011.68.129 TO CIP PROJECT NO. 4011.67.854 IN THE AMOUNT OF $350,000. WHEREAS,the City of Lynwood Parks and Recreation staff published an advertisement for a “Request for Proposal for Design Build Services for the Yvonne Burke- John D. Ham Park Skate Park” seeking proposals from qualified firms to assist in the design and construction of a new skate park within the city’s Yvonne Burke-John D. Ham Park; and WHEREAS,the advertisement for the Request for Proposal (RFP) was posted on March 6, 2023. A mandatory on-site meeting was held on March 22, 2023, at 10:00 A.M., Request for Information (RFI)/Questions were due for this project on March 29, 2023, at 2:00 P.M. with RFI answers released on April 6, 2023. The proposal submission deadline was on April 20, 2023, at 2:00 P.M.; and WHEREAS, the scope of services Include: design-build of a skate park, pump track, lighting, electrical, fencing, parking lot, spectator viewing area, water station/fountain, closed circuit surveillance cameras, and amenities, including trash cans, benches, and natural shade (trees); and WHEREAS, Per Public Contract Code 22170(i), local agencies can solicit for services for design- build entities on “Qualification-based selection” and that price is not the sole factor as the basis of award; and WHEREAS, on April 20, 2023, the city received proposals from three (3) entities; and WHEREAS, after reviewing and rating the submitted proposals, staff interviewed two (2) of the three (3) firms on May 24, 2023, to understand their exact planning of design and construction; and WHEREAS An analysis of the selected proposer was conducted, including a review of their bid schedule, license, references, and required documents. Grindline Skateparks, Inc. was the selected entity for the design-build project with a proposal amount of $1,539,999.05; and WHEREAS, the estimated project cost is $1,955,800; and WHEREAS, the FY24 Budget includes $1,620,000 in Lease Revenue, General, and New Per Capita Grant funds for the Design Build Services for the Yvonne Burke- John D. Ham Park Skate Park project; and 154 1 WHEREAS, an additional appropriation of $350,000 is needed from CIP Project No. 4011.68.129; and WHEREAS, the proposed project budget is increased from $1,620,000 to $1,955,800. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES HEREBY FIND, PROCLAIM, ORDER, AND RESOLVE AS FOLLOWS: Section 1.The City Council of the City of Lynwood hereby finds and declares that the foregoing recitals are true and correct and incorporates them herein as findings and as substantive part of this Resolution. Section 2. The City Council of the City of Lynwood authorizes the Mayor to execute the agreement between the City of Lynwood and Grindline Skateparks, Inc in a form approved by the City Attorney in the amount of $1,539,999.05. Section 3.The City Council of the City of Lynwood authorizes the City Manager to approve the transfer of funds for the following appropriation: REDUCTION FUND DEPT DIV OBJECT DESCRIPTION AMOUNT Budgetary Transfer Out 4011 68 129 Lynwood Park Storage Facility $350,000.00 Budgetary Transfer In 1011 General Fund $350,000.00 APPROPRIATION FUND DEPT DIV OBJECT DESCRIPTION AMOUNT Budgetary Transfer Out 1011 General Fund $350,000.00 Budgetary Transfer In 4011 67 854 Burke Ham Park Skate Park $350,000.00 Section 4. The project budget is increased from $1,620,000 to $1,970,000. Section 5. The City Council of the City of Lynwood authorizes the City Manager under LMC 6-3.15(d) to exceed the specific dollar amounts or percentage limitations under LMC 6-3.15(a) and authorizes the City Manager to approve consultant, vendor agreements, modifications, change orders, or agreement amendments related to the Project up to the available Project Budget. Section 6. Authorize the Mayor to execute the Resolution for and on behalf of the City of Lynwood. Section 7. This Resolution shall take effect immediately upon its adoption. 155 1 Section 8. The City Clerk shall certify as to the adoption of this Resolution and hereafter the same shall be in full force and effect. (Signatures on Next Page) 156 4 PASSED, APPROVED and ADOPTED this 5th day of September 2023. Oscar Flores Mayor ATTEST: Maria Quinonez City Clerk APPROVED AS TO FORM:APPROVED AS TO CONTENT: Noel Tapia Ernie Hernandez City Attorney City Manager ____________________________ Julian Lee Director of Public Works 157 5 STATE OF CALIFORNIA ) ) COUNTY OF LOS ANGELES ) I, the undersigned, City Clerk of the City of Lynwood, do hereby certify that the foregoing Resolution was passed and adopted by the City Council of the City of Lynwood at a regular meeting held on the 5th day of September 2023, and passed by the following votes: AYES: NOES: ABSTAIN: ABSENT: Maria Quinonez, City Clerk STATE OF CALIFORNIA ) ) COUNTY OF LOS ANGELES ) I, the undersigned, City Clerk of the City of Lynwood, and the Clerk of the City Council of said City, do hereby certify that the above foregoing is a full, true, and correct copy of Resolution No.on file in my office and that said Resolution was adopted on the date and by the vote therein stated. Dated this 5th day of September 2023. Maria Quinonez, City Clerk 158 CITY OF LYNWOOD CONSTRUCTION AGREEMENT FOR DESIGN AND CONSTRUCTION OF PROJECT NO. 4011.67.854. ENTITLED “Burke-Ham Park Skate Park – Design/Built” This agreement (the “Agreement”) is made and entered into on this _5th day of September 2023 by and between the City of Lynwood, a California Municipal Corporation ("City") and Grindline_Skateparks, Inc., a ("Contractor"). City and Contractor are sometimes hereinafter referred to individually as a “Party” and collectively as the “Parties.” R E C I T A LS City and Contractor, based upon the mutual promises contained herein, do hereby agree as follows: I. CONTRACT DOCUMENTS This Agreement consists of the following Contract Documents, the terms and conditions of which are expressly incorporated as component parts of this Agreement as if herein set out in full or attached hereto: A. Notice of Formal Inviting Design-Built Proposal Dated March 6th, 2023 B. Instructions to Bidders. C. Addenda. D. Contractor’s Proposal and Workers’ Compensation Certificate dated _April 20____, _2023_, and all other Documents attached thereto, including but not limited to: 1. Proposal Schedule(s) 2. List of Subcontractors 3. Anti-Trust Claim 4. Non-Collusion Affidavit 5. Bidder’s General Information 6. Bidder’s Insurance Statement E. Payment Bond. F. Performance Bond. G. Certificates/Proof of Insurance and Endorsements. H. Certified Copy of the Lynwood City Council Resolution, not required. I. Notice of Award dated ___________. J. Notice to Proceed dated ______________. K The Plans (Contract Drawings). L. Special Provisions M. Standard Specifications for Public Works Construction, “Greenbook” latest Edition. N. Appendices A through E of the Contract Documents. O. Reference Specifications. P Approved and Fully-Executed Change Orders. 159 Q. The Director of the Department of Industrial Relations’ Determination of Prevailing Wage Rates for Public Works for each craft or type of worker required to perform the Work under this Agreement. 160 II. CONTRACT PRICE The City agrees to pay, and the Contractor agrees to accept as full payment for the Work outlined in the Contract Documents, the Contract Price of ONE MILLION FIVE HUNDRED THIRTY NINE THOUSAND NINE HUNDRED NINETY NINE DOLLARS AND FIFTY CENTS ($1,539,999.50) subject to additions and deductions, if any, made in accordance with said Contract Documents. Progress payments shall not be made more often than once each thirty (30) days, nor shall progress payments paid be in excess of ninety percent (95%) of the Contract Price at time of completion. Final payment to Contractor will be processed thirty-five (35) days after the City has recorded the Notice of Completion. Contractor may, upon Contractor's written request, and approved by the City Council, at Contractor's expense, deposit substitute securities, as stated in Government Code Section 16430, and as authorized by Public Contract Code, Section 22300, in lieu of retention monies withheld to insure performance. Payment of undisputed amounts due under this Agreement, including the final payment due hereunder, is contingent upon the Contractor furnishing to the City an unconditional release by the Contractor of all claims against the City arising by virtue of this Agreement related to those amounts. Disputed claims in stated amounts may be specifically excluded by Contractor from the operation of any release. No payment, final or otherwise, shall operate to release the Contractor or its sureties from obligations arising under this Agreement or the bonds and warranties furnished hereunder. No payment shall be construed as an acceptance of any of the Work or of defective or improper materials. III. BONDS Within ten (10) calendar days of receiving the Notice of Award and prior to Contractor’s commencement of the Work, Contractor shall furnish to City, using the forms set forth in the Bid Documents, a Labor and Materials Payment Bond in an amount equal to one hundred percent (100%) of the Contract Price, and a Performance Bond in an amount equal to one hundred percent (100%) of the Contract Price, said bonds to be in conformance with the Contract Documents, including but not limited to, the General Specifications and Subsection 2.2.2 of the Special Provisions. 161 IV. INDEMNITY Contractor shall defend (with counsel of City’s choosing), indemnify and hold the City, its respective elected and appointed boards, officials, officers, agents, employees, representatives and volunteers (individually and collectively referred to hereinafter as “Indemnitees”) free and harmless from any and all claims, demands, causes of action, costs, expenses, liabilities, losses, damages or injuries, in law or equity, regardless of whether the allegations are false, fraudulent, or groundless, to property or persons, including wrongful death, to the extent arising out of or incident to any acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Work or this Agreement, including claims made by subcontractors for nonpayment, including without limitation the payment of all consequential damages and attorney fees and other related costs and expenses. Contractor shall defend, at Contractor’s own cost, expense and risk, with counsel of City’s choosing, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against Indemnitees. To the extent of its liability, Contractor shall pay and satisfy any judgment, award or decree that may be rendered against Indemnitees in any such suit, action or other legal proceeding. Contractor shall reimburse Indemnitees for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. The only limitations on this provision shall be those imposed by California Civil Code Section 2782. This obligation to indemnify and defend Indemnitees as set forth herein shall survive the termination of this Agreement and is in addition to any rights which City may have under the law. This indemnity is effective without reference to the existence or applicability of any insurance coverages which may have been required under this Agreement or any additional insured endorsements which may extend to City. V. INSURANCE Without limiting Contractor’s indemnification of Indemnitees as set forth in Section IV of this Agreement, Contractor shall obtain, provide and maintain, at its own expense, the types and amounts of insurance described in Subsection 2.7.2 of the Special Provisions of the Contract Documents. Such insurance shall be in force prior to Contractor commencing any Work under this Agreement and shall remain in force for the duration of this Agreement and for any other such period as may be required herein. Contractor shall provide proof of the required insurance coverage and the endorsements specified in Subsection 2.7.2 of the Special Provisions within ten (10) calendar days of receipt of the Notice of Award. VI. INELIGIBLE SUBCONTRACTORS In accordance with the provisions of Section 6109 of the California Public Contract Code, Contractor agrees that it shall not perform any work under this Agreement with a subcontractor who is ineligible to perform work on a public works contract pursuant to Sections 1777.1 and 1777.7 of the California Labor Code. Contractor further acknowledges that any contract on a public works project entered into between a contractor and debarred subcontractor is void as a matter of law, and a debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works 162 contract. Any public money that is paid or may have been paid to a debarred subcontractor by a Contractor for work performed on this Project shall be returned to the City. The Contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who have been allowed to work on the Project. VII. COMMENCEMENT OF WORK AND LIQUIDATED DAMAGES The Contractor shall commence the Work required by this Agreement within ten (10) calendar days of the date specified in the Notice to Proceed from the City, and shall complete all Work as specified in the Contract Documents within FOUR HUNDRED FIFTY FOUR (454) CALENDAR DAYS from the date in said Notice. City and Contractor have discussed the provisions of Government Code Section 53069.85 and the damages that may be incurred by City if the Work is not completed within the time specified in this Agreement. The City and Contractor hereby represent that at the time of signing this Agreement, it is impracticable and extremely difficult to fix the actual damage which will be incurred by City if the Work is not completed within the number of calendar days allowed. Accordingly, City and Contractor agree that the sum of $500.00 per calendar day is a reasonable sum to assess as Liquidated Damages to City by reason of the failure of Contractor to complete the Work within the time specified. VIII. CERTIFICATION UNDER LABOR CODE SECTION 1861 By signing this Agreement, Contractor makes the following certification required by Section 1861 of the California Labor Code: “I am aware of the provisions of Section 3700 of the California Labor Code which requires every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of any Work under this Agreement.” IX. APPRENTICES The Contractor acknowledges that, in accordance with Section 1777.5 of the State Labor Code, he/she will be held responsible for compliance with the provisions of this Section for all apprenticeable occupations. X. SUBSTITUTION OF SUBCONTRACTORS The Contractor hereby agrees to reimburse the City for costs incurred by the City in the substitution of subcontractors. Where a hearing is held pursuant to the provisions of Section 4100 et seq. of the Public Contract Code by the City or a duly appointed hearing officer, the Clerk of the City of Lynwood shall prepare and certify a statement of all costs incurred by the City for investigation and conduct of the hearing, including the costs of any hearing officer and shorthand reporter appointed. The statement shall then be sent to the Contractor, who shall reimburse the City for such costs. If not paid separately, such reimbursement may be deducted from any money due and owing to the Contractor prior to the City’s acceptance of the Project. 163 XI. LICENSES Contractor acknowledges and agrees that Contractor must have all appropriate contractor's licenses. Contractor further warrants and represents that he/she/they has/have the appropriate contractor's license to pursue the work hereunder. Contractor's failure to have or maintain all appropriate licenses during the entire term of this Agreement shall be cause for the immediate and summary termination of this Agreement by City. Contractor shall be liable for all City's costs incurred to complete the Work under this Agreement in the event of such termination. XII. EMPLOYMENT DISCRIMINATION PROHIBITED Pursuant to California Labor Code Section 1735 and other applicable provisions of law, the Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, political affiliation or sexual orientation in the performance of Work under this Agreement. The Contractor will take affirmative action to insure that employees are treated during employment or training without regard to their of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, political affiliation or sexual orientation. XIII. PREVAILING WAGES The Contractor is aware of the requirements of Labor Code Sections 1720 et seq. and 1770 et seq., as well as California Code of Regulations, Title 8, Section 16000 et seq. (“Prevailing Wage Laws”), which require the payment of prevailing wage rates and the performance of other requirements on certain “public works” and “maintenance” projects. Since the work covered by this Agreement involves an applicable “public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and since the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws as set forth in the foregoing statutes and in the Special Provisions of the Contract Documents. XIV. AUTHORITY TO EXECUTE The person or persons executing this Agreement on behalf of Contractor warrants and represents he/she/they has/have the authority to execute this Agreement on behalf of his/her/their corporation, partnership, or business entity and warrants and represents that he/she/they has/have the authority to bind Contractor to the performance of its obligations hereunder. 164 XV. ASSIGNMENT; GOVERNING LAW This Agreement may not be assigned by Contractor, in whole or in part, without the prior written consent of the City. This Agreement and any dispute arising hereunder shall be governed by the law of the state of California. XVI. NOTICES Any notices, bills, invoices, or reports required by this Agreement shall be deemed received on (a) the day of delivery if delivered by hand during Contractor’s regular business hours or by facsimile before or during Contractor’s regular business hours; or (b) on the third business day following deposit in the United States mail, postage prepaid, to the addresses set forth below, or to such other addresses as the Parties may, from time to time, designate in writing pursuant to the provisions of this Section. City Contractor City of Lynwood _______________________________ Attn: City Engineer Attn: ___________________________ 11750 Alameda Street _______________________________ Lynwood, CA 90262 _______________________________ Fax No. (310) 635-0493 Fax No.________________________ XVII. ATTORNEYS FEES Should either Party bring any action to protect or enforce its rights under this Agreement or the Contract Documents, the prevailing party in such action shall be entitled to recover, in addition to all other relief, its reasonable attorney’s fees and costs. XVIII. WARRANTY All Work shall be warranted by Contractor against defective workmanship and materials for a period of one (1) year form the date the Work is accepted as complete by the Lynwood City Council. The contractor shall replace or repair any such defective work in a manner satisfactory to Engineer, following notice from Engineer specifying the work to be done and the time in which replacement or repair shall be completed. If Contractor fails to make such replacement or repair within the time specified in the notice, the City may perform the needed repairs and Contractor’s sureties shall be liable for the cost thereof. XIX. ENTIRE AGREEMENT, WAIVER AND MODIFICATION This Agreement contains the completely final, entire, and exclusive agreement between the Parties with respect to the subject matter hereof, and no waiver, alteration, or modification of any of the provisions hereof or rights to act hereunder shall be binding unless made in writing signed by both Parties. Any attempted modification, amendment, or alteration in violation hereof shall be void. 165 IN WITNESS WHEREOF, each of the Parties hereto has caused the Agreement to be executed in its name on its behalf by a duly authorized officer as of this day and year first above written. CITY OF LYNWOOD CONTRACTOR ____________________________ LEGAL NAME OF FIRM By: _____________________________ By:__________________________ Oscar Flores Signature of Chairman of Board, Mayor President, or Vice President Attest: _____________________________ (Typed/Printed Name) By: ____________________________ _____________________________ Maria Quiñónez (Title) City Clerk By:___________________________ Signature of Secretary, Assistant Approved as to Form: Secretary, CFO, or Assistant Treasurer By: ____________________________ ______________________________ Noel Tapia (Typed/Printed Name) City Attorney ______________________________ (Title) [NOTARY REQUIRED FOR SIGNATURE(S) OF CONTRACTOR] 166 1.4.2 CONTRACT PERFORMANCE BOND (CALIFORNIA PUBLIC WORKS) KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the City of Lynwood (referred to hereinafter as "City") has entered into an Agreement dated September 5th, 2023 (referred to hereinafter as the “Agreement”) with Grindline Skateparks Inc. (hereinafter designated as “Contractor” or "Principal"), for construction of, Burke Ham Park Skate Park – Design/Built, Project No. 4011.67.854 (hereafter referred to as the “Project”). WHEREAS, the Work to be performed by the Contractor is more particularly set forth in the Agreement for the Project, the terms and conditions of which, including those set forth in the Contract Documents incorporated as component parts the of Agreement, are expressly incorporated herein by this reference; and WHEREAS, the Contractor is required by the Agreement to perform the terms thereof and to provide a bond both for the performance and guaranty thereof. NOW, THEREFORE, we,, the undersigned Contractor, as Principal, and , a corporation organized and existing under the laws of the State of , and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto City in the penal sum of _ ONE MILLION FIVE HUNDRED THIRTY NINE THOUSAND NINE HUNDRED NINETY NINE DOLLARS AND FIFTY CENTS ($1,539,999.50) lawful money of the United States, said sum being not less than 100 percent of the total amount payable by the City under the terms of the Agreement, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the bounden Principal, his/her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the undertakings, terms, covenants, conditions and agreements set forth in the Agreement and any alteration thereof made as therein provided, on his/her or its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill the one-year guarantee of all materials and workmanship; and indemnify and save harmless the City, its officers, officials, employees, authorized agents and volunteers, as stipulated in the Agreement, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. In the event suit is brought on this bond, said Surety will pay to City a reasonable attorney's fee to be fixed by the Court. 167 As a condition precedent to the satisfactory completion of the Agreement, unless otherwise provided for in the Agreement, the above obligation shall hold good for a period of one (1) year after the acceptance of the Work by City, during which time if Contractor shall fail to make full, complete, and satisfactory repair and replacements and totally protect the City from loss or damage resulting from or caused by defective materials or faulty workmanship. The obligations of Surety hereunder shall continue so long as any obligation of Contractor remains. Nothing herein shall limit the City’s rights or the Contractor or Surety’s obligations under the Contract, law or equity, including, but not limited to, California Code of Civil Procedure section 337.15. Whenever Contractor shall be, and is declared by the City to be, in default under the Agreement, the Surety shall remedy the default pursuant to the Agreement, or shall promptly, at the City’s option: (1) Take over and complete the Project in accordance with all terms and conditions in the Agreement; or (2) Obtain a bid or bids for completing the Project in accordance with all terms and conditions in the Contract Documents and upon determination by Surety of the lowest responsive and responsible bidder, arrange for a Contract between such bidder, the Surety and the City, and make available as Work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term “balance of the contract price” as used in this paragraph shall mean the total amount payable to Contractor by the City under the Agreement and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. (3) Permit the City to complete the Project in any manner consistent with California law and make available as Work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term “balance of the contract price” as used in this paragraph shall mean the total amount payable to Contractor by the City under the Agreement and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. Surety expressly agrees that the City may reject any contractor or subcontractor which may be proposed by Surety in fulfillment of its obligations in the event of default by the Contractor. The said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Agreement, or to the Project or to the Work to be performed thereunder, or the Specifications accompanying the same, shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement, or to the Project, or to the Work or to the Specifications. Said Surety also hereby waives the provisions of sections 2819 and 2845 of the California Civil Code. 168 No final settlement between the City and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, the above-bounden parties have executed this instrument this _____ day of _______________, ________, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. PRINCIPAL: (seal) _______________________________ By ____________________________ SURETY: (seal) _______________________________ By ____________________________ Attorney-in-Fact The rate of premium on this bond is ____ per thousand. The total amount of premium charged, $_______________. (These blanks must be filled in by corporate surety.) IMPORTANT: Surety companies executing Bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the Work or Project is financed, in whole or in part, with federal grant or loan funds, must also appear on the Treasury Department's most current list (Circular 570 as amended). Notary acknowledgements for Principal and Surety signatures and Power of Attorney for Surety must be attached. THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of Agent/Representative in California if different) __________________________________ ___________________________________________________ _________________________________ ___________________________________________________ (Telephone Number of Surety/Agent ___________________________________________________ Or Representative in California 169 STATE OF CALIFORNIA ) ) ss. COUNTY OF _______________ ) On this _____ day of _______________, in the year _____, before me, __________________________, a Notary Public in and for said state, personally appeared , known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as the Attorney-in-Fact of the (Surety) and acknowledged to me that he/she subscribed the name of the (Surety) thereto and his/her own name as Attorney-in-Fact. _____________________________________ Signature of Notary Public in and for said State (SEAL) My commission expires on: _____________ NOTE: A copy of the power of attorney to local representatives of the bonding company must be attached hereto. CERTIFICATE AS TO CORPORATE PRINCIPAL I, _______________________________________, certify that I am the ________________________________ Secretary of the corporation named as Principal to the within bond; that _________________ _________________________ who signed the said bond on behalf of the principal was then ___________________________ of said corporation; that I know his/her signature, and his/her signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said Corporation by authority of its governing board. _______________________________ Signature of Corporate Principal 170 1.4.3 CONTRACT PAYMENT BOND (CALIFORNIA PUBLIC WORKS) KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the City of Lynwood, (referred to hereinafter as "City") has entered into an agreement dated September 5th, 2023 (referred to hereinafter as the “Agreement”) with Grindline Skateparks Inc. (hereinafter designated as the "Contractor" or “Principal”), for Burke Ham Park Skate Park – Design/Built, Project No. 4011.67.854. WHEREAS, Contractor is required to furnish a bond in connection with the Agreement, and pursuant to Section 3247 of the California Civil Code. NOW, THEREFORE, we, , the undersigned Contractor, as Principal, and , a corporation organized and existing under the laws of the State of , and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto City and to any and all persons, companies or corporations entitled to file stop notices under Section 3181 of the California Civil Code, in the penal sum of One Million Five Hundred Thirty Nine Thousand Nine Hundred Ninety Nine Dollars And Fifty Cents ($1,539,999.50), lawful money of the United States, said sum being not less than 100 percent of the total amount payable by City under the terms of the Agreement, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if said Contractor, his/her or its heirs, executors, administrators, successors or assigns, or subcontractors, shall fail to pay for any materials, provisions, provender or other supplies, items, implements or machinery used in, upon, for or about the performance of the Work required by the Agreement; or fails to pay (1) any of the persons named in Civil Code Section 3181, (2) amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Agreement, or (3) for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to the work and labor provided pursuant to the Agreement, said Surety will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In the event suit is brought upon this bond, said Surety will pay to City a reasonable attorney's fee to be fixed by the Court. In addition to the provisions hereinabove, it is agreed that this bond will inure to the benefit of any and all persons, companies and corporations entitled to serve stop notices under Section 3181 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same; shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. Said Surety also hereby waives the provisions of sections 2819 and 2845 of the California Civil Code. 171 No final settlement between the City and the Contractor hereunder shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, the above-bounded parties have executed this instrument this _____ day of ____________, _____, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. PRINCIPAL: (seal) _______________________________ By _____________________________ SURETY: (seal) _______________________________ By _____________________________ Attorney-in-Fact IMPORTANT: Surety companies executing Bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the Work or Project is financed, in whole or in part, with federal grant or loan funds, must also appear on the Treasury Department's most current list (Circular 570 as amended). Notary acknowledgements for Principal and Surety signatures and Power of Attorney for Surety must be attached. THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of Agent/Representative in California if different) ________________________________ ___________________________________________________________ ___________________________________ ___________________________________________________________________ __________________________________ _________________________________________________________________ (Telephone Number of Surety/Agent _________________________________________________________________ or Representative in California) 172 STATE OF CALIFORNIA ) ) ss. COUNTY OF _______________ ) On this _____ day of _______________, in the year _____, before me, __________________________, a Notary Public in and for said state, personally appeared , known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as the Attorney-in-Fact of the (Surety) and acknowledged to me that he/she subscribed the name of the (Surety) thereto and his/her own name as Attorney-in-Fact. _____________________________________ Signature of Notary Public in and for said State (SEAL) My commission expires on: _____________ NOTE: A copy of the power of attorney to local representatives of the bonding company must be attached hereto. CERTIFICATE AS TO CORPORATE PRINCIPAL I, _______________________________________, certify that I am the ________________________________ Secretary of the corporation named as Principal to the within bond; that _________________ _________________________ who signed the said bond on behalf of the principal was then ___________________________ of said corporation; that I know his/her signature, and his/her signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said Corporation by authority of its governing board. _______________________________ Signature of Corporate Principal (CORPORATE SEAL) 173 1.4.4 CERTIFICATES / PROOF OF INSURANCE AND ENDORSEMENTS The Contractor shall not commence any of the Work or begin any performance under the Agreement until he/she obtains, at his/her own and sole cost and expense, all required insurance as stipulated by the City. The required insurance shall be provided by the Contractor in conformance with the requirements of Subsection 2.7.2 of the Special Provisions and may include the following: Workers' Compensation Insurance Commercial General Liability and Business Automobile Liability Insurance Course of Construction or Builder’s Risk Insurance Flood Insurance The insurance company or companies utilized by the Contractor shall be authorized and admitted to transact business in the State of California and to issue policies in the amounts required pursuant to the provisions of Subsection 2.7.2 of the Special Provisions. All insurance required shall be placed with insurers with a current A.M. Best's rating of no less than A:VII, and shall contain the endorsements specified in Subsection 2.7.2. Within ten (10) calendar days after receipt of the Notice of Award, Contractor shall furnish to the City for approval as to sufficiency and form, certificates of insurance and original endorsements evidencing the required coverage set forth in Subsection 2.7.2 of the Special Provisions. Endorsements and certificates are to be signed by a person authorized by the insurer to bind coverage on the insurer’s behalf. If the insurance called for is provided by more than one company, a separate certificate and the required endorsements shall be provided by each company. City reserves the right to request complete, certified copies of all required insurance policies and endorsements at any time. Failure to provide City with the required insurance coverage, proof of insurance and/or endorsements within ten (10) calendar days of receipt of the Notice of Award, may result in withdrawal of award and forfeiture of the Bidder's Bid Security. 174 ADDENDUM By executing this Addendum, Contractor acknowledges and agrees that the work performed pursuant to the above referenced Agreement is subjected to all applicable provisions. Payment of Minimum Compensation to Employees. Contractor shall be obligated to pay not less than the General Prevailing Wages Rate as required by applicable law. A.Prevailing Wage Requirements. California Labor Code requires the payment of not less than the general prevailing rate of per diem wages and rates for holiday and overtime and adherence to all labor standards and regulations. The General Prevailing Wages Rates may be adjusted throughout the term of this Agreement. Notwithstanding any other provision of this Agreement, Contractor shall not be entitled to any adjustment in compensation rates in the event there are adjustments to the General Prevailing Wages Rates. B.Reports. Contractor shall not perform on site work on this contract until labor compliance documents are filed. Contractor agrees to cooperate with the City to fulfill its notifications requirement to the DIR, as required by DIR’s PWC-100 form or any other required form, and Contractor agrees to provide to the City the information required by the DIR, as generally set forth in Labor Code Section 1773.3. By signing this form, Contractor, and all of its subcontractors, represents that it has registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions under Labor Code section 1771.1(a)] and paid the annual fee due to the DIR, unless the Contractor meets an exception recognized by the DIR or by the law. C.Furnishing of Electronic Certified Payroll Records to Labor Commissioner. Contractor and subcontractor agree to furnish the required electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement), in the manner and under the time frame required by law. D.Audit Rights. All records or documents required to be kept pursuant to this Agreement to verify compliance with the Wage Requirement shall be made available for audit at no cost to City, at any time during regular business hours, upon written request by the City Attorney, City Auditor, City Manager, or a designated representative of any of these officers. Copies of such records or documents shall be provided to City for audit at City Hall when it is practical to do so. Otherwise, unless an alternative is mutually agreed upon, the records or documents shall be available at CONTRACTOR’s address indicated for receipt of notices in this Contract. 175 E.Enforcement. 1.General. CONTRACTOR acknowledges it has read and understands that, pursuant to the terms and conditions of this Agreement, it is required to comply with the Wage Requirement and to submit certain documentation to the City establishing its compliance with such requirement. (“Documentation Provision.”) CONTRACTOR further acknowledges the City has determined that the Wage Requirement promotes each of the following (collectively “Goals”): a. It protects public job opportunities and stimulates the City’s economy by reducing the incentive to recruit and pay a substandard wage to labor from distant, cheap-labor areas. b. It benefits the public through the superior efficiency of well-paid employees. c. It increases competition by promoting a more level playing field among contractors with regard to the wages paid to workers. 2. CONTRACTOS’s Breach of Prevailing Wage/Living Wage Provisions. WITHOLDING OF PAYMENT: CONTRACTOR agrees that the Documentation Provision is critical to the City’s ability to monitor CONTRACTOR’s compliance with the City’s public wage obligations. CONTRACTORS further agrees its breach of the Documentation Provision or general public wage obligations results in the need for additional enforcement action to verify compliance with this Addendum. In light of the critical importance of the Documentation Provision, the City and CONTRACTOR agree that CONTRACTOR’s compliance with this Addendum is an express condition of City’s obligation to make each payment due to the CONTRACTOR pursuant to this Agreement. THE CITY IS NOT OBLIGATED TO MAKE ANY PAYMENT DUE THE CONTRACTOR UNTIL CONTRACTOR HAS PERFORMED ALL OF ITS OBLIGATIONS UNDER THESE PROVISIONS. THIS PROVISION MEANS THAT CITY CAN WITHOLD ALL OR PART OF A PAYMENT TO CONTRACTOR UNTIL ALL REQUIRED DOCUMENTATION IS SUBMITTED. Any payment by the City despite CONTRACTOR’s failure to fully perform its obligations under these provisions shall not be deemed to be a waiver of any other term or condition contained in this Agreement or a waiver of the right to withhold payment for any subsequent breach of this Documentation Provision or public wage obligations of the Contractor and the City. 176 AGENDA STAFF REPORT DATE:September 5, 2023 TO:Honorable Mayor and Members of the City Council APPROVED BY:Ernie Hernandez, City Manager PREPARED BY:Julian Lee, Director of Public Works George Cambero, Interim Utility Manager SUBJECT:AWARD OF CONTRACT TO DOMINGUEZ GENERAL ENGINEERING, INC. FOR THE WATER MAIN REPLACEMENT PROJECT FOR FY 2024 CALIFORNIA AVENUE, FERNWOOD AVENUE, AND SANTA FE AVENUE - PROJECT 4011.68.134 Agenda Item # 8.2. Recommendation: Staff recommends that the City Council adopt the attached resolution entitled: “A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD AWARDING A CONTRACT TO DOMINGUEZ GENERAL ENGINEERING, INC. FOR THE WATER MAIN REPLACEMENT PROJECT FOR FY 2024 CALIFORNIA AVENUE, FERNWOOD AVENUE, AND SANTA FE AVENUE - PROJECT 4011.68.134; AUTHORIZING THE CITY MANAGER TO APPROVE AGREEMENT AMENDMENTS RELATED TO THE PROJECT AND AUTHORIZING THE MAYOR TO EXECUTE THE AGREEMENT.” Background: As part of the City of Lynwood’s 5-year CIP Program, the City requested the design for water main replacement and improvements across multiple locations. The City of Lynwood worked with water system designer Pacific Advanced California Engineering, Inc. for the design of the Water Main Replacement Project for FY 2024 (“Project”). The work to be performed consists of water main installation, water main replacement, City Council City Council Regular Meeting 177 temporary high-lining, fire hydrants, water service, pavement restoration, and partial replacement of concrete sidewalks, curb and gutters, and driveways approaches. The project limits for the improvements are Santa Fe Avenue from 108 th Street to 109 th Street, California Avenue from Martin Luther King Jr. Boulevard. to 200 South of Martin Luther King Jr. Boulevard, Fernwood Avenue from Atlantic Avenue to Virginia Avenue, and Fernwood Avenue from Muriel Drive to Harris Avenue. Discussion and Analysis: In accordance with the Lynwood Municipal Code (LMC) Chapter 6 Subsection 6-3, on July 20, 2023, the Notice Inviting Bids (NIB) was advertised on the City’s website (PlanetBids). The Bid opening took place on the PlanetBids Platform on Monday, August 21, 2023, at 10:00 am (PST). The following eight (8) bids were received: Bidder Bid 1 Dominguez General Engineering, Inc.$1,065,380.00 2 CEM Construction $1,076,685.00 3 316 Engineering & Construction Inc.$1,173,819.00 4 Steve Bubalo Construction Co.$1,187,700.00 5 Stephen Doreck Equipment Rentals, Inc.$1,287,685.00 6 Big Ben Engineering $1,378,580.00 7 Cedro Construction $1,610,811.50 8 Colich & Sons L.P.$1,770,610.00 An analysis of all bidders was conducted, including a review of their bid schedule, license, references, and required documents. Dominguez General Engineering, Inc. was the lowest responsible bidder with a low base bid of $1,065,380.00. The contractor has the necessary experience and the contractor’s license for this type of project. It is estimated that this project will take approximately one hundred and forty (140) calendar days to complete the work set forth in the specifications. Upon authorization, staff will circulate the contract documents, set up a pre-construction meeting, and schedule work to commence. Bid Items and Construction Budget: City Council City Council Regular Meeting 178 The table below is the total proposed cost for the bid items provided by Dominguez General Engineering, Inc.: Description Amount Construction In Field Set-Up $80,000.00 California Avenue Upgrades $179,060.00 Fernwood Avenue by Atlantic Upgrades $146,800.00 Santa Fe Avenue Upgrades $115,400.00 Upgrades to Alleys by Thorson & Fernwood $544,120.00 Total Bid $1,065,380.00 The tables below are the proposed construction budget and approved budget funding information: Current Budget LUA 2017-A Revenue Bonds (FY 24 Approved)$1,110,000 LUA 2020-A Revenue Bonds (FY 24 Approved)$290,000 Total Available Funding $1,400,000 Estimated Construction Cost Construction Bid $1,065,380 10% Contingency $107,000 Construction Management/Construction Inspection (10%)$107,000 Project Management (8%)$86,000 Labor Compliance & Other (3%)$32,620 Total Projected Cost $1,398,000 Currently $1,400,000 is available to fund this project which is within the estimated project cost. Fiscal Impact: The City Council has approved FY24 Budget of $1,400,000 in the LUA 2017-A Revenue Bonds and LUA 2020-A Revenue Bonds fund for the Water Main Replacement for FY 2024 Project. 4011.68.134 no additional appropriation is needed. City Council City Council Regular Meeting 179 Dominguez Proposal Water Main Replacement FY 2023.pdf 09-05-23 Award of Water Improvement (Resolution) - PWD.docx Contract Agreement- Water Main Replacement (1).pdf Coordinated With: City Manager’s Office Department of Finance and Administration Services ATTACHMENTS: Description City Council City Council Regular Meeting 180 181 182 183 184 185 186 187 188 189 190 191 192 193 194 195 196 197 198 199 200 201 202 203 204 205 206 207 208 209 210 211 212 213 214 215 1 RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD AWARDING A CONTRACT TO DOMINGUEZ GENERAL ENGINEERING, INC. FOR THE WATER MAIN REPLACEMENT PROJECT FOR FY 2024 CALIFORNIA AVENUE, FERNWOOD AVENUE, AND SANTA FE AVENUE - PROJECT 4011.68.134; AUTHORIZING THE CITY MANAGER TO APPROVE AGREEMENT AMENDMENTS RELATED TO THE PROJECT AND AUTHORIZING THE MAYOR TO EXECUTE THE AGREEMENT WHEREAS,the City of Lynwood worked with water system designer Pacific Advanced California Engineering, Inc. for the design of the Water Main Replacement Project for FY 2024; and WHEREAS,the work to be performed consists of water main installation, water main replacement, temporary high-lining, fire hydrants, water service, pavement restoration, and partial replacement of concrete sidewalks, curb and gutters, and driveways approaches; and WHEREAS,the project limits for the improvements are Santa Fe Avenue from 108th Street to 109th Street, California Avenue from Martin Luther King Jr. Boulevard. to 200 South of Martin Luther King Jr. Boulevard, Fernwood Avenue from Atlantic Avenue to Virginia Avenue, and Fernwood Avenue from Muriel Drive to Harris Avenue; and WHEREAS, on July 20, 2023, the Notice Inviting Bids (NIB) was advertised on the City’s website (PlanetBids), and the Bid opening took place on the PlanetBids Platform on Monday, August 21, 2023, at 10:00 am (PST) with eight (8) bids received; and WHEREAS, an analysis of all bidders was conducted, including a review of their bid schedule, license, references, and required documents. Dominguez General Engineering, Inc. was the lowest responsible bidder with a low base bid of $1,065,380.00; and WHEREAS, the estimated project cost is $1,398,000.00; and WHEREAS, the current FY23 project budget has a total of $1,400,000.00 in LUA 2017-A Revenue bonds and LUA 2020-A Revenue bonds available. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES HEREBY FIND, PROCLAIM, ORDER, AND RESOLVE AS FOLLOWS: Section 1.The City Council of the City of Lynwood hereby finds and declares that the foregoing recitals are true and correct and incorporates them herein as findings and as substantive part of this Resolution. Section 2. The City Council of the City of Lynwood authorizes the Mayor to execute the agreement between the City of Lynwood and Dominguez General Engineering, Inc. in a form approved by the City Attorney in the amount of $1,065,380.00. Section 3. The City Council of the City of Lynwood authorizes the City Manager 216 2 under LMC 6-3.15(d) to exceed the specific dollar amounts or percentage limitations under LMC 6-3.15(a) and authorizes the City Manager to approve consultant, vendor agreements, modifications, change orders, or agreement amendments related to the Project up to the available Project Budget. Section 4. Authorize the Mayor to execute the Resolution for and on behalf of the City of Lynwood. Section 5. This Resolution shall take effect immediately upon its adoption. Section 6. The City Clerk shall certify as to the adoption of this Resolution and hereafter the same shall be in full force and effect. PASSED, APPROVED and ADOPTED this 5th day of September 2023. Oscar Flores Mayor ATTEST: Maria Quinonez City Clerk APPROVED AS TO FORM:APPROVED AS TO CONTENT: Noel Tapia ErnieHernandez City Attorney City of Manager Julian Lee Director of Public Works 217 3 STATE OF CALIFORNIA ) ) COUNTY OF LOS ANGELES ) I, the undersigned, City Clerk of the City of Lynwood, do hereby certify that the foregoing Resolution was passed and adopted by the City Council of the City of Lynwood at a regular meeting held on the 5th day of September 2023, and passed by the following votes: AYES: NOES: ABSTAIN: ABSENT: Maria Quinonez, City Clerk STATE OF CALIFORNIA ) ) COUNTY OF LOS ANGELES ) I, the undersigned, City Clerk of the City of Lynwood, and the Clerk of the City Council of said City, do hereby certify that the above foregoing is a full, true, and correct copy of Resolution No.on file in my office and that said Resolution was adopted on the date and by the vote therein stated. Dated this 5th day of September 2023. Maria Quinonez, City Clerk 218 CITY OF LYNWOOD CONSTRUCTION AGREEMENT FOR DESIGN AND CONSTRUCTION OF PROJECT NO. 4011.68.134 ENTITLED “WATER MAIN REPLACEMENT FY24 PROJECT” This agreement (the “Agreement”) is made and entered into on this _5th day of September 2023 by and between the City of Lynwood, a California Municipal Corporation ("City") and Dominguez General Engineering Inc., a ("Contractor"). City and Contractor are sometimes hereinafter referred to individually as a “Party” and collectively as the “Parties.” R E C I T A LS City and Contractor, based upon the mutual promises contained herein, do hereby agree as follows: I. CONTRACT DOCUMENTS This Agreement consists of the following Contract Documents, the terms and conditions of which are expressly incorporated as component parts of this Agreement as if herein set out in full or attached hereto: A. Notice Inviting Bids Dated Thursday, July 20th, 2023 B. Instructions to Bidders. C. Addenda. D.Contractor’s Proposal and Workers’ Compensation Certificate dated _August 21____, _2023_, and all other Documents attached thereto, including but not limited to: 1. Proposal Schedule(s) 2. List of Subcontractors 3. Anti-Trust Claim 4. Non-Collusion Affidavit 5. Bidder’s General Information 6. Bidder’s Insurance Statement E. Payment Bond. F. Performance Bond. G. Certificates/Proof of Insurance and Endorsements. H. Certified Copy of the Lynwood City Council Resolution, not required. I. Notice of Award dated _September 6th 2023____. J. Notice to Proceed dated ______________. K The Plans (Contract Drawings). L. Special Provisions M. Standard Specifications for Public Works Construction, “Greenbook” latest Edition. N. Appendices A through E of the Contract Documents. O. Reference Specifications. P Approved and Fully-Executed Change Orders. 219 Q. The Director of the Department of Industrial Relations’ Determination of Prevailing Wage Rates for Public Works for each craft or type of worker required to perform the Work under this Agreement. 220 II. CONTRACT PRICE The City agrees to pay, and the Contractor agrees to accept as full payment for the Work outlined in the Contract Documents, the Contract Price of One Million Sixty Five Thousand Three Hundred Eighty ($1,065,380) subject to additions and deductions, if any, made in accordance with said Contract Documents. Progress payments shall not be made more often than once each thirty (30) days, nor shall progress payments paid be in excess of ninety five percent (95%) of the Contract Price at time of completion. Final payment to Contractor will be processed thirty-five (35) days after the City has recorded the Notice of Completion. Contractor may, upon Contractor's written request, and approved by the City Council, at Contractor's expense, deposit substitute securities, as stated in Government Code Section 16430, and as authorized by Public Contract Code, Section 22300, in lieu of retention monies withheld to insure performance. Payment of undisputed amounts due under this Agreement, including the final payment due hereunder, is contingent upon the Contractor furnishing to the City an unconditional release by the Contractor of all claims against the City arising by virtue of this Agreement related to those amounts. Disputed claims in stated amounts may be specifically excluded by Contractor from the operation of any release. No payment, final or otherwise, shall operate to release the Contractor or its sureties from obligations arising under this Agreement or the bonds and warranties furnished hereunder. No payment shall be construed as an acceptance of any of the Work or of defective or improper materials. III. BONDS Within ten (10) calendar days of receiving the Notice of Award and prior to Contractor’s commencement of the Work, Contractor shall furnish to City, using the forms set forth in the Bid Documents, a Labor and Materials Payment Bond in an amount equal to one hundred percent (100%) of the Contract Price, and a Performance Bond in an amount equal to one hundred percent (100%) of the Contract Price, said bonds to be in conformance with the Contract Documents, including but not limited to, the General Specifications and Subsection 2.2.2 of the Special Provisions. 221 IV. INDEMNITY Contractor shall defend (with counsel of City’s choosing), indemnify and hold the City, its respective elected and appointed boards, officials, officers, agents, employees, representatives and volunteers (individually and collectively referred to hereinafter as “Indemnitees”) free and harmless from any and all claims, demands, causes of action, costs, expenses, liabilities, losses, damages or injuries, in law or equity, regardless of whether the allegations are false, fraudulent, or groundless, to property or persons, including wrongful death, to the extent arising out of or incident to any acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Work or this Agreement, including claims made by subcontractors for nonpayment, including without limitation the payment of all consequential damages and attorney fees and other related costs and expenses. Contractor shall defend, at Contractor’s own cost, expense and risk, with counsel of City’s choosing, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against Indemnitees. To the extent of its liability, Contractor shall pay and satisfy any judgment, award or decree that may be rendered against Indemnitees in any such suit, action or other legal proceeding. Contractor shall reimburse Indemnitees for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. The only limitations on this provision shall be those imposed by California Civil Code Section 2782. This obligation to indemnify and defend Indemnitees as set forth herein shall survive the termination of this Agreement and is in addition to any rights which City may have under the law. This indemnity is effective without reference to the existence or applicability of any insurance coverages which may have been required under this Agreement or any additional insured endorsements which may extend to City. V. INSURANCE Without limiting Contractor’s indemnification of Indemnitees as set forth in Section IV of this Agreement, Contractor shall obtain, provide and maintain, at its own expense, the types and amounts of insurance described in Subsection 2.7.2 of the Special Provisions of the Contract Documents. Such insurance shall be in force prior to Contractor commencing any Work under this Agreement and shall remain in force for the duration of this Agreement and for any other such period as may be required herein. Contractor shall provide proof of the required insurance coverage and the endorsements specified in Subsection 2.7.2 of the Special Provisions within ten (10) calendar days of receipt of the Notice of Award. VI. INELIGIBLE SUBCONTRACTORS In accordance with the provisions of Section 6109 of the California Public Contract Code, Contractor agrees that it shall not perform any work under this Agreement with a subcontractor who is ineligible to perform work on a public works contract pursuant to Sections 1777.1 and 1777.7 of the California Labor Code. Contractor further acknowledges that any contract on a public works project entered into between a contractor and debarred subcontractor is void as a matter of law, and a debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works 222 contract. Any public money that is paid or may have been paid to a debarred subcontractor by a Contractor for work performed on this Project shall be returned to the City. The Contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who have been allowed to work on the Project. VII. COMMENCEMENT OF WORK AND LIQUIDATED DAMAGES The Contractor shall commence the Work required by this Agreement within ten (10) calendar days of the date specified in the Notice to Proceed from the City, and shall complete all Work as specified in the Contract Documents within ONE HUNDRED AND FORTY (140) CALENDAR DAYS from the date in said “Notice to Proceed” from the City. City and Contractor have discussed the provisions of Government Code Section 53069.85 and the damages that may be incurred by City if the Work is not completed within the time specified in this Agreement. The City and Contractor hereby represent that at the time of signing this Agreement, it is impracticable and extremely difficult to fix the actual damage which will be incurred by City if the Work is not completed within the number of calendar days allowed. Accordingly, City and Contractor agree that the sum of $500.00 per calendar day is a reasonable sum to assess as Liquidated Damages to City by reason of the failure of Contractor to complete the Work within the time specified. VIII. CERTIFICATION UNDER LABOR CODE SECTION 1861 By signing this Agreement, Contractor makes the following certification required by Section 1861 of the California Labor Code: “I am aware of the provisions of Section 3700 of the California Labor Code which requires every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of any Work under this Agreement.” IX. APPRENTICES The Contractor acknowledges that, in accordance with Section 1777.5 of the State Labor Code, he/she will be held responsible for compliance with the provisions of this Section for all apprenticeable occupations. X. SUBSTITUTION OF SUBCONTRACTORS The Contractor hereby agrees to reimburse the City for costs incurred by the City in the substitution of subcontractors. Where a hearing is held pursuant to the provisions of Section 4100 et seq. of the Public Contract Code by the City or a duly appointed hearing officer, the Clerk of the City of Lynwood shall prepare and certify a statement of all costs incurred by the City for investigation and conduct of the hearing, including the costs of any hearing officer and shorthand reporter appointed. The statement shall then be sent to the Contractor, who shall reimburse the City for such costs. If not paid separately, such reimbursement may be deducted from any money due and owing to the Contractor prior to the City’s acceptance of the Project. 223 XI. LICENSES Contractor acknowledges and agrees that Contractor must have all appropriate contractor's licenses. Contractor further warrants and represents that he/she/they has/have the appropriate contractor's license to pursue the work hereunder. Contractor's failure to have or maintain all appropriate licenses during the entire term of this Agreement shall be cause for the immediate and summary termination of this Agreement by City. Contractor shall be liable for all City's costs incurred to complete the Work under this Agreement in the event of such termination. XII. EMPLOYMENT DISCRIMINATION PROHIBITED Pursuant to California Labor Code Section 1735 and other applicable provisions of law, the Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, political affiliation or sexual orientation in the performance of Work under this Agreement. The Contractor will take affirmative action to insure that employees are treated during employment or training without regard to their of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, political affiliation or sexual orientation. XIII. PREVAILING WAGES The Contractor is aware of the requirements of Labor Code Sections 1720 et seq. and 1770 et seq., as well as California Code of Regulations, Title 8, Section 16000 et seq. (“Prevailing Wage Laws”), which require the payment of prevailing wage rates and the performance of other requirements on certain “public works” and “maintenance” projects. Since the work covered by this Agreement involves an applicable “public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and since the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws as set forth in the foregoing statutes and in the Special Provisions of the Contract Documents. XIV. AUTHORITY TO EXECUTE The person or persons executing this Agreement on behalf of Contractor warrants and represents he/she/they has/have the authority to execute this Agreement on behalf of his/her/their corporation, partnership, or business entity and warrants and represents that he/she/they has/have the authority to bind Contractor to the performance of its obligations hereunder. 224 XV. ASSIGNMENT; GOVERNING LAW This Agreement may not be assigned by Contractor, in whole or in part, without the prior written consent of the City. This Agreement and any dispute arising hereunder shall be governed by the law of the state of California. XVI. NOTICES Any notices, bills, invoices, or reports required by this Agreement shall be deemed received on (a) the day of delivery if delivered by hand during Contractor’s regular business hours or by facsimile before or during Contractor’s regular business hours; or (b) on the third business day following deposit in the United States mail, postage prepaid, to the addresses set forth below, or to such other addresses as the Parties may, from time to time, designate in writing pursuant to the provisions of this Section. City Contractor City of Lynwood _______________________________ Attn: City Engineer Attn: ___________________________ 11750 Alameda Street _______________________________ Lynwood, CA 90262 _______________________________ Fax No. (310) 635-0493 Fax No.________________________ XVII. ATTORNEYS FEES Should either Party bring any action to protect or enforce its rights under this Agreement or the Contract Documents, the prevailing party in such action shall be entitled to recover, in addition to all other relief, its reasonable attorney’s fees and costs. XVIII. WARRANTY All Work shall be warranted by Contractor against defective workmanship and materials for a period of one (1) year form the date the Work is accepted as complete by the Lynwood City Council. The contractor shall replace or repair any such defective work in a manner satisfactory to Engineer, following notice from Engineer specifying the work to be done and the time in which replacement or repair shall be completed. If Contractor fails to make such replacement or repair within the time specified in the notice, the City may perform the needed repairs and Contractor’s sureties shall be liable for the cost thereof. XIX. ENTIRE AGREEMENT, WAIVER AND MODIFICATION This Agreement contains the completely final, entire, and exclusive agreement between the Parties with respect to the subject matter hereof, and no waiver, alteration, or modification of any of the provisions hereof or rights to act hereunder shall be binding unless made in writing signed by both Parties. Any attempted modification, amendment, or alteration in violation hereof shall be void. 225 IN WITNESS WHEREOF, each of the Parties hereto has caused the Agreement to be executed in its name on its behalf by a duly authorized officer as of this day and year first above written. CITY OF LYNWOOD CONTRACTOR ____________________________ LEGAL NAME OF FIRM By: _____________________________ By:__________________________ Oscar Flores Signature of Chairman of Board, Mayor President, or Vice President Attest: _____________________________ (Typed/Printed Name) By: ____________________________ _____________________________ Maria Quiñónez (Title) City Clerk By:___________________________ Signature of Secretary, Assistant Approved as to Form: Secretary, CFO, or Assistant Treasurer By: ____________________________ ______________________________ Noel Tapia (Typed/Printed Name) City Attorney ______________________________ (Title) [NOTARY REQUIRED FOR SIGNATURE(S) OF CONTRACTOR] 226 1.4.2 CONTRACT PERFORMANCE BOND (CALIFORNIA PUBLIC WORKS) KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the City of Lynwood (referred to hereinafter as "City") has entered into an Agreement dated September 5th, 2023 (referred to hereinafter as the “Agreement”) with Dominquez, General Engineering, Inc. (hereinafter designated as “Contractor” or "Principal"), for construction of, "WATER MAIN REPLACEMENT FY24 PROJECT" (hereafter referred to as the “Project”). WHEREAS, the Work to be performed by the Contractor is more particularly set forth in the Agreement for the Project, the terms and conditions of which, including those set forth in the Contract Documents incorporated as component parts the of Agreement, are expressly incorporated herein by this reference; and WHEREAS, the Contractor is required by the Agreement to perform the terms thereof and to provide a bond both for the performance and guaranty thereof. NOW, THEREFORE, we,, the undersigned Contractor, as Principal, and , a corporation organized and existing under the laws of the State of , and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto City in the penal sum of _ One Million Sixty Five Thousand Three Hundred Eighty Dollars ($1,065,380.00) lawful money of the United States, said sum being not less than 100 percent of the total amount payable by the City under the terms of the Agreement, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the bounden Principal, his/her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the undertakings, terms, covenants, conditions and agreements set forth in the Agreement and any alteration thereof made as therein provided, on his/her or its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill the one-year guarantee of all materials and workmanship; and indemnify and save harmless the City, its officers, officials, employees, authorized agents and volunteers, as stipulated in the Agreement, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. In the event suit is brought on this bond, said Surety will pay to City a reasonable attorney's fee to be fixed by the Court. 227 As a condition precedent to the satisfactory completion of the Agreement, unless otherwise provided for in the Agreement, the above obligation shall hold good for a period of one (1) year after the acceptance of the Work by City, during which time if Contractor shall fail to make full, complete, and satisfactory repair and replacements and totally protect the City from loss or damage resulting from or caused by defective materials or faulty workmanship. The obligations of Surety hereunder shall continue so long as any obligation of Contractor remains. Nothing herein shall limit the City’s rights or the Contractor or Surety’s obligations under the Contract, law or equity, including, but not limited to, California Code of Civil Procedure section 337.15. Whenever Contractor shall be, and is declared by the City to be, in default under the Agreement, the Surety shall remedy the default pursuant to the Agreement, or shall promptly, at the City’s option: (1) Take over and complete the Project in accordance with all terms and conditions in the Agreement; or (2) Obtain a bid or bids for completing the Project in accordance with all terms and conditions in the Contract Documents and upon determination by Surety of the lowest responsive and responsible bidder, arrange for a Contract between such bidder, the Surety and the City, and make available as Work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term “balance of the contract price” as used in this paragraph shall mean the total amount payable to Contractor by the City under the Agreement and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. (3) Permit the City to complete the Project in any manner consistent with California law and make available as Work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term “balance of the contract price” as used in this paragraph shall mean the total amount payable to Contractor by the City under the Agreement and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. Surety expressly agrees that the City may reject any contractor or subcontractor which may be proposed by Surety in fulfillment of its obligations in the event of default by the Contractor. The said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Agreement, or to the Project or to the Work to be performed thereunder, or the Specifications accompanying the same, shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement, or to the Project, or to the Work or to the Specifications. Said Surety also hereby waives the provisions of sections 2819 and 2845 of the California Civil Code. 228 No final settlement between the City and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, the above-bounden parties have executed this instrument this _____ day of _______________, ________, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. PRINCIPAL: (seal) _______________________________ By ____________________________ SURETY: (seal) _______________________________ By ____________________________ Attorney-in-Fact The rate of premium on this bond is ____ per thousand. The total amount of premium charged, $_______________. (These blanks must be filled in by corporate surety.) IMPORTANT: Surety companies executing Bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the Work or Project is financed, in whole or in part, with federal grant or loan funds, must also appear on the Treasury Department's most current list (Circular 570 as amended). Notary acknowledgements for Principal and Surety signatures and Power of Attorney for Surety must be attached. THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of Agent/Representative in California if different) __________________________________ ___________________________________________________ _________________________________ ___________________________________________________ (Telephone Number of Surety/Agent ___________________________________________________ Or Representative in California 229 STATE OF CALIFORNIA ) ) ss. COUNTY OF _______________ ) On this _____ day of _______________, in the year _____, before me, __________________________, a Notary Public in and for said state, personally appeared , known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as the Attorney-in-Fact of the (Surety) and acknowledged to me that he/she subscribed the name of the (Surety) thereto and his/her own name as Attorney-in-Fact. _____________________________________ Signature of Notary Public in and for said State (SEAL) My commission expires on: _____________ NOTE: A copy of the power of attorney to local representatives of the bonding company must be attached hereto. CERTIFICATE AS TO CORPORATE PRINCIPAL I, _______________________________________, certify that I am the ________________________________ Secretary of the corporation named as Principal to the within bond; that _________________ _________________________ who signed the said bond on behalf of the principal was then ___________________________ of said corporation; that I know his/her signature, and his/her signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said Corporation by authority of its governing board. _______________________________ Signature of Corporate Principal 230 1.4.3 CONTRACT PAYMENT BOND (CALIFORNIA PUBLIC WORKS) KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the City of Lynwood, (referred to hereinafter as "City") has entered into an agreement dated September 5th, 2023 (referred to hereinafter as the “Agreement”) with Dominguez, General Engineering, Inc. (hereinafter designated as the "Contractor" or “Principal”), for WATER MAIN REPLACEMENT FY24, PROJECT No. 4011.68.134. WHEREAS, Contractor is required to furnish a bond in connection with the Agreement, and pursuant to Section 3247 of the California Civil Code. NOW, THEREFORE, we, , the undersigned Contractor, as Principal, and , a corporation organized and existing under the laws of the State of , and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto City and to any and all persons, companies or corporations entitled to file stop notices under Section 3181 of the California Civil Code, in the penal sum of One Million Sixty Five Thousand Three Hundred Eighty Dollars ($1,065,380.00), lawful money of the United States, said sum being not less than 100 percent of the total amount payable by City under the terms of the Agreement, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if said Contractor, his/her or its heirs, executors, administrators, successors or assigns, or subcontractors, shall fail to pay for any materials, provisions, provender or other supplies, items, implements or machinery used in, upon, for or about the performance of the Work required by the Agreement; or fails to pay (1) any of the persons named in Civil Code Section 3181, (2) amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Agreement, or (3) for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to the work and labor provided pursuant to the Agreement, said Surety will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In the event suit is brought upon this bond, said Surety will pay to City a reasonable attorney's fee to be fixed by the Court. In addition to the provisions hereinabove, it is agreed that this bond will inure to the benefit of any and all persons, companies and corporations entitled to serve stop notices under Section 3181 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same; shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. Said Surety also hereby waives the provisions of sections 2819 and 2845 of the California Civil Code. 231 No final settlement between the City and the Contractor hereunder shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, the above-bounded parties have executed this instrument this _____ day of ____________, _____, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. PRINCIPAL: (seal) _______________________________ By _____________________________ SURETY: (seal) _______________________________ By _____________________________ Attorney-in-Fact IMPORTANT: Surety companies executing Bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the Work or Project is financed, in whole or in part, with federal grant or loan funds, must also appear on the Treasury Department's most current list (Circular 570 as amended). Notary acknowledgements for Principal and Surety signatures and Power of Attorney for Surety must be attached. THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of Agent/Representative in California if different) ________________________________ ___________________________________________________________ ___________________________________ ___________________________________________________________________ __________________________________ _________________________________________________________________ (Telephone Number of Surety/Agent _________________________________________________________________ or Representative in California) 232 STATE OF CALIFORNIA ) ) ss. COUNTY OF _______________ ) On this _____ day of _______________, in the year _____, before me, __________________________, a Notary Public in and for said state, personally appeared , known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as the Attorney-in-Fact of the (Surety) and acknowledged to me that he/she subscribed the name of the (Surety) thereto and his/her own name as Attorney-in-Fact. _____________________________________ Signature of Notary Public in and for said State (SEAL) My commission expires on: _____________ NOTE: A copy of the power of attorney to local representatives of the bonding company must be attached hereto. CERTIFICATE AS TO CORPORATE PRINCIPAL I, _______________________________________, certify that I am the ________________________________ Secretary of the corporation named as Principal to the within bond; that _________________ _________________________ who signed the said bond on behalf of the principal was then ___________________________ of said corporation; that I know his/her signature, and his/her signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said Corporation by authority of its governing board. _______________________________ Signature of Corporate Principal (CORPORATE SEAL) 233 1.4.4 CERTIFICATES / PROOF OF INSURANCE AND ENDORSEMENTS The Contractor shall not commence any of the Work or begin any performance under the Agreement until he/she obtains, at his/her own and sole cost and expense, all required insurance as stipulated by the City. The required insurance shall be provided by the Contractor in conformance with the requirements of Subsection 2.7.2 of the Special Provisions and may include the following:  Workers' Compensation Insurance  Commercial General Liability and Business Automobile Liability Insurance  Course of Construction or Builder’s Risk Insurance  Flood Insurance The insurance company or companies utilized by the Contractor shall be authorized and admitted to transact business in the State of California and to issue policies in the amounts required pursuant to the provisions of Subsection 2.7.2 of the Special Provisions. All insurance required shall be placed with insurers with a current A.M. Best's rating of no less than A:VII, and shall contain the endorsements specified in Subsection 2.7.2. Within ten (10) calendar days after receipt of the Notice of Award, Contractor shall furnish to the City for approval as to sufficiency and form, certificates of insurance and original endorsements evidencing the required coverage set forth in Subsection 2.7.2 of the Special Provisions. Endorsements and certificates are to be signed by a person authorized by the insurer to bind coverage on the insurer’s behalf. If the insurance called for is provided by more than one company, a separate certificate and the required endorsements shall be provided by each company. City reserves the right to request complete, certified copies of all required insurance policies and endorsements at any time. Failure to provide City with the required insurance coverage, proof of insurance and/or endorsements within ten (10) calendar days of receipt of the Notice of Award, may result in withdrawal of award and forfeiture of the Bidder's Bid Security. 234 ADDENDUM By executing this Addendum, Contractor acknowledges and agrees that the work performed pursuant to the above referenced Agreement is subjected to all applicable provisions. Payment of Minimum Compensation to Employees. Contractor shall be obligated to pay not less than the General Prevailing Wages Rate as required by applicable law. A. Prevailing Wage Requirements. California Labor Code requires the payment of not less than the general prevailing rate of per diem wages and rates for holiday and overtime and adherence to all labor standards and regulations. The General Prevailing Wages Rates may be adjusted throughout the term of this Agreement. Notwithstanding any other provision of this Agreement, Contractor shall not be entitled to any adjustment in compensation rates in the event there are adjustments to the General Prevailing Wages Rates. B. Reports. Contractor shall not perform on site work on this contract until labor compliance documents are filed. Contractor agrees to cooperate with the City to fulfill its notifications requirement to the DIR, as required by DIR’s PWC-100 form or any other required form, and Contractor agrees to provide to the City the information required by the DIR, as generally set forth in Labor Code Section 1773.3. By signing this form, Contractor, and all of its subcontractors, represents that it has registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions under Labor Code section 1771.1(a)] and paid the annual fee due to the DIR, unless the Contractor meets an exception recognized by the DIR or by the law. C. Furnishing of Electronic Certified Payroll Records to Labor Commissioner. Contractor and subcontractor agree to furnish the required electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement), in the manner and under the time frame required by law. D. Audit Rights. All records or documents required to be kept pursuant to this Agreement to verify compliance with the Wage Requirement shall be made available for audit at no cost to City, at any time during regular business hours, upon written request by the City Attorney, City Auditor, City Manager, or a designated representative of any of these officers. Copies of such records or documents shall be provided to City for audit at City Hall when it is practical to do so. Otherwise, unless an alternative is mutually agreed upon, the records or documents shall be available at CONTRACTOR’s address indicated for receipt of notices in this Contract. 235 E. Enforcement. 1. General. CONTRACTOR acknowledges it has read and understands that, pursuant to the terms and conditions of this Agreement, it is required to comply with the Wage Requirement and to submit certain documentation to the City establishing its compliance with such requirement. (“Documentation Provision.”) CONTRACTOR further acknowledges the City has determined that the Wage Requirement promotes each of the following (collectively “Goals”): a. It protects public job opportunities and stimulates the City’s economy by reducing the incentive to recruit and pay a substandard wage to labor from distant, cheap-labor areas. b. It benefits the public through the superior efficiency of well-paid employees. c. It increases competition by promoting a more level playing field among contractors with regard to the wages paid to workers. 2. CONTRACTOS’s Breach of Prevailing Wage/Living Wage Provisions. WITHOLDING OF PAYMENT: CONTRACTOR agrees that the Documentation Provision is critical to the City’s ability to monitor CONTRACTOR’s compliance with the City’s public wage obligations. CONTRACTORS further agrees its breach of the Documentation Provision or general public wage obligations results in the need for additional enforcement action to verify compliance with this Addendum. In light of the critical importance of the Documentation Provision, the City and CONTRACTOR agree that CONTRACTOR’s compliance with this Addendum is an express condition of City’s obligation to make each payment due to the CONTRACTOR pursuant to this Agreement. THE CITY IS NOT OBLIGATED TO MAKE ANY PAYMENT DUE THE CONTRACTOR UNTIL CONTRACTOR HAS PERFORMED ALL OF ITS OBLIGATIONS UNDER THESE PROVISIONS. THIS PROVISION MEANS THAT CITY CAN WITHOLD ALL OR PART OF A PAYMENT TO CONTRACTOR UNTIL ALL REQUIRED DOCUMENTATION IS SUBMITTED. Any payment by the City despite CONTRACTOR’s failure to fully perform its obligations under these provisions shall not be deemed to be a waiver of any other term or condition contained in this Agreement or a waiver of the right to withhold payment for any subsequent breach of this Documentation Provision or public wage obligations of the Contractor and the City. 236 AGENDA STAFF REPORT DATE:September 5, 2023 TO:Honorable Mayor and Members of the City Council APPROVED BY:Ernie Hernandez, City Manager PREPARED BY:Julian Lee, Director of Public Works Elizabeth Popescu, Senior Management Analyst SUBJECT:EMERGENCY MANAGEMENT PROGRAM ASSESSMENT AND IMPLEMENTATION PLAN Agenda Item # 8.3. Recommendation: Staff recommends that the City Council of the City of Lynwood approve a resolution to approve the Emergency Management Program Assessment and Implementation Plan. Background: Emergency Management in California is guided by overlapping and integrated laws and regulations at the federal and state levels in addition to industry standards. Federal regulatory requirements are tied to crucial assistance programs that fund disaster recovery, mitigation, and preparedness projects. At the state level, California regulates emergency management via a mixture of statutes, regulations, agreements, and plans containing directives, empowerments, and recommendations that vary significantly in specificity and detail. This has resulted in partial reliance on industry standards to interpret requirements. Discussion and Analysis: The COVID 19 Pandemic led to a significant period of transi tion and turnover among public service personnel throughout the United States. For the City of Lynwood (City), like many others, this resulted in a substantial loss of institutional knowledge. One of the programs heavily disrupted by this was emergency management (EM). Although the City did make progress by updating the Local Hazard Mitigation Plan in December of 2020, the City's executive leadership, understanding the criticality of this program, re-established ac tive management of the program and commissioned an outside expert to conduct an assessment. This assessment was designed to define key regulatory requirements and industry standards, determine the status of the program, and identify courses of ac tion for rebuilding the program. City Council City Council Regular Meeting 237 Recommended Implementation Plan.pdf Resolution - Emergency_Preparedness_Plan.docx The assessment involved a review of available program documenta tion and the collec tion of staff anecdotes and insights. These were collated and compared against key requirements and standards. The assessment findings indicate a series of immediate, mid-term, and long- term efforts that should be undertaken to renew the City’s EM program, fulfill regulatory requirements, and set the program up for sustainable operations. It is understood that these actions are resource contingent and that the City’s ability to complete them hinges on its combined capacity to allocate internal resources and access external support/funding. The following actions are recommended to renew the City’s Emergency Management program. It is understood that their implementation is contingent on the availability of staff time and funding. The full report prioritizes these actions and provides a recommended implementation timetable is in Attachment 1. Renew Operational Area Response and Recovery System (OARRS) Login Access Update the City Emergency Operations Plan Develop Emergency Declaration Templates Inventory, Evaluate, and Upgrade City Emergency Operations Center Ensure regular representation at Disaster Management Area E Meetings and California Emergency Services Association Events Begin Annual Hazard Mitigation Plan Reporting Develop and Implement Disaster Service Worker Training for All Staff Facilitate Specialized Training for Individuals with Designated Emergency Roles Implement a Progressive Exercise Program Identify and engage Community Partners/Stakeholders Develop a City Disaster Recovery Plan Expand Continuity Planning to Departments Fiscal Impact: Related expenditures are budgeted in the current adopted Citywide budget. Any large expenditures identified in the assessment will be brought back to the City Council for future consideration. Coordinated With: ATTACHMENTS: Description City Council City Council Regular Meeting 238 City of Lynwood Emergency Management Program Assessment Final Report - June 2023 Atachment 1: Recommended 5-Year Implementa�on Plan Note that the sequence and form of implementation of the actions below are contingent on the availability of personnel hours and funding. Efforts FY 2023-2024 FY 2024-2025 FY 2025-2026 FY 2026-2027 FY 2027-2028 Planning •Update Base Emergency Ops Plan (EOP) •Develop proclama�on, assistance request, and ini�al damage es�mate templates •EOP annual review (to integrate lessons learned and new components as needed) •EOP annual review •Disaster recovery plan grant applica�on •EOP annual review •Develop disaster recovery plan •EOP annual review •Apply for EOP update grant funding Organiza�on •Apply for emergency management (EM) staffing grant funds •Re-Start City Disaster Council Mee�ngs •Apply for EM staff grant funds •Inventory and document City’s Community Partners/ Stakeholders •Apply for EM staffing grant funds •Apply for EM staffing grant funds •Apply for EM staffing grant funds Equipping •Inventory emergency opera�ons center (EOC) & City Hall emergency equipment and supplies •Apply for EOC upgrade grant •Implement EOC upgrade •Purchase EOC and City Hall emergency equipment and supplies *Grant funding dependent •Scope and acquire public no�fica�on capability •TBD •TBD Training (Target % staff with training completed) •Develop & deliver Disaster Service Worker (DSW) Training (10%) •Develop training tracking process/system •Deliver DSW training / Annual Refresher (30%) •EOC Training (40%) •Senior Exec/Elected Official Training (80%) •DSW Training / Annual Refresher (60%) •Delivery EOC Staff Training (80%) •Deliver public alert training to EM/EOC staff •DSW Training / Annual Refresher (90%) •Deliver EOC Staff Training (90%) •Deliver Senior Exec/ Elected Official EM Training (95%) •DSW Training / Annual Refresher (95%) •EOC Staff Training (95%) Exercise/ Evalua�on •Conduct EOC orienta�on workshop (staff and execu�ve leaders) •Conduct 1x table-top exercise (TTX) for EOC/EOP •Conduct 2-3x quarterly TTXs (2 EOC/EOP, 1 execu�ve/elected) •Conduct 2-3x quarterly TTXs (2 EOC/EOP, 1 execu�ve/elected) •Conduct 1x func�onal exercise (EOC/EOP) •Conduct 2x quarterly TTXs (1 EOC/EOP, 1 execu�ve/ elected) •Conduct 1x recovery workshop •Conduct 1x func�onal exercise (EOC/EOP) •Conduct 2-3x quarterly TTX (1 EOC/EOP, 1 recovery, 1 execu�ve/ elected) •Conduct 1x full-scale ex. (FSE) *FSE is grant funding dependent Hazard Mi�ga�on •Annual Hazard Mi�ga�on Plan (HMP) Report •Annual HMP Report •Apply for HMP update grant and organize planning team •Annual HMP Report •HMP update *Grant funding dependent •HMP update (cont.)•Annual HMP Report 239 1 RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD, COUNTY OF LOS ANGELES, STATE OF CALIFORNIA, APPROVING THE CITY OF LYNWOOD’S EMERGENCY MANAGEMENT PROGRAM ASSESSMENT AND IMPLEMENTATION PLAN WHEREAS, in the event of a disaster or declared emergency, the primary mission of the City will be to protect lives and property, restore governmental services and clear public streets, the City intends to establish guidelines and regulations to establish a process by which the City may evaluate and implement internal and external practices to better prepare the City’s response to a declared emergency; and WHEREAS, the City Council of the City of Lynwood by incorporating guidelines, in the event of a declared emergency, will be better prepared to respond to emergency situations; and WHEREAS, the City Council of the City of Lynwood by adopting an Emergency Management Implementation Plan may be able to recoup funds from the Federal Emergency Management Agency (FEMA), or other Federal or State qualifying funds for expenditures related to the City’s response to a declared emergency. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES HEREBY FIND, DETERMINE, ORDER AND RESOLVE AS FOLLOWS: Section 1.The City Council of the City of Lynwood finds and declares that the foregoing recitals are true and correct, and incorporates said recitals fully into this Resolution as substantive findings. Section 2.The Emergency Management Program Assessment and Implementation Plan attached hereto and made part hereof as (Exhibit “A”) is approved and adopted. Section 3.The Mayor is authorized to execute this Resolution for and on behalf of the City of Lynwood. Section 4.The City Clerk shall certify to the adoption of this Resolution and hereafter the same shall be in full force and effect. 240 2 PASSED, APPROVED and ADOPTED this 5th day of September 2023. ______________________________ Oscar Flores Mayor ATTEST: ___________________________ Maria Quinonez City Clerk APPROVED AS TO FORM: APPROVED AS TO CONTENT: ________________________________________________________ Noel Tapia Ernie Hernandez City Attorney City Manager 241 3 STATE OF CALIFORNIA ) ) COUNTY OF LOS ANGELES ) I, the undersigned, City Clerk of the City of Lynwood, do hereby certify that the foregoing Resolution was passed and adopted by the City Council of the City of Lynwood at a regular meeting held on the 21st day of February 2023, and passed by the following votes: AYES: NOES: ABSTAIN: ABSENT: ________________________ Maria Quinonez, City Clerk STATE OF CALIFORNIA ) ) COUNTY OF LOS ANGELES ) I, the undersigned, City Clerk of the City of Lynwood, and the Clerk of the City Council of said City, do hereby certify that the above foregoing is a full, true and correct copy of Resolution No. ____________ on file in my office and that said Resolution was adopted on the date and by the vote therein stated. Dated this 21st day of February 2023. ________________________ Maria Quinonez, City Clerk 242 AGENDA STAFF REPORT DATE:September 5, 2023 TO:Honorable Mayor and Members of the City Council APPROVED BY:Ernie Hernandez, City Manager PREPARED BY: Julian Lee, Director of Public Works Mark Flores, Director of Recreation & Community Services SUBJECT: AWARD OF CONTRACT TO BRIGHTVIEW LANDSCAPE DEVELOPMENT FOR THE DESIGN BUILD SERVICES of THE LYNWOOD PARK – MEGA PARK PLAYGROUND PHASE 1 PROJECT (CIP PROJECT NO. 4011.68.109) Agenda Item # 8.4. Recommendation: Staff recommends that the City Council adopt the attached resolution entitled: “A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD AWARDING A CONTRACT TO BRIGHTVIEW LANDSCAPE DEVELOPMENT FOR DESIGN BUILD SERVICES FOR THE LYNWOOD PARK – MEGA PARK PLAYGROUND PHASE 1 PROJECT; AUTHORIZING THE CITY MANAGER TO APPROVE AGREEMENT AMENDMENTS RELATED TO THE PROJECT AND AUTHORIZING THE MAYOR TO EXECUTE THE AGREEMENT.” Background: The City of Lynwood Parks and Recreation staff published an advertisement for a Request for Proposal (RFP) for Design Build Services for the Lynwood Park – Mega Park Playground Phase 1” project seeking proposals from qualified firms to assist in the design and construction of a new playground within the City’s Lynwood Park. City Council City Council Regular Meeting 243 The playground theme is “Space” as a tribute to the original playground. Important elements the City wanted included were “Risk-taking play” – taller, more challenging playground equipment (for the older ages), separated playgrounds into age-group play areas, “Inclusive” playground elements which are imperative for children of all abilities to play together and space-themed equipment with at least one, tall “Rocket” structure play element. Because this was a design-build RFP, Contractors had the opportunity to partner with an architect, or vice versa, to submit a proposal for this design-build Request for Proposal (RFP). A RFP process allows city staff to evaluate proposals based on scale by several raters which includes the following criteria – project understanding and approach, firm experience, proposed project team and qualifications, references, project schedule, and fee proposal. A design-build project in the construction industry is where a single entity is responsible for both the design as well as the construction of a project. On April 4, 2023, The City Council approved staff to solicit proposals for Design-Build Services for the Lynwood Park-Mega Park Playground. The advertisement for the RFP was posted on April 7, 2023. A mandatory on-site meeting was held on April 19, 2023, at 10:00 a.m., Request for Information (RFI)/Questions were due for this project on April 26, 2023, at 2:00 p.m. The proposal submission deadline was on May 11, 2023, at 2:00 p.m. on the PlanetBids platform. Discussion and Analysis: Per Public Contract Code 22170 (i), Local Agencies can solicit for services for design- build entities on “Qualification-based selection” and that price is not the sole factor as the basis of award. Therefore, the RFP for design-build services for this Mega Park Playground allows city staff to evaluate proposals based on scale which includes the following criteria – Project Understanding and Approach, Firm Experience, Proposed Project Team and Qualifications, References, Project Schedule, and Fee Proposal. On May 11, 2023, the following two (2) entities submitted proposals: Proposal Design Build Service Fee BrightView Landscape Development $6,749,987.00 Landscape Structures, Inc.$3,941,401.00 City Council City Council Regular Meeting 244 The City received two proposals which they evaluated with the Rating Sheet that was included in the project documents. Item Weight Project Understanding and Approach 20% Firm Experience: Describe the experience of the firm, and of the individuals assigned, with related projects of a similar nature. 10% Proposed Project Team and Qualifications: Describe your staff’s unique qualifications and credentials for this type of work. 20% References: List at least three (3) references.30% Project Schedule: Describe your plan/schedule for completing the work.10% Fee Proposal 10% City staff scored the two proposals with the following scores: Lynwood Park Mega Park Playground Proposal Brightview Landscape Development Landscape Structures Inc. Total Score 283 272 An analysis of the submitted proposals was conducted, including a review of their bid schedule, license, references, and required documents. After reviewing and rating the submitted proposals, staff proceeded to the interviewed process for the two (2) firms. On June 5, 2023, staff interviewed BrightView Landscape Development and Landscape Structures Inc. to understand the details planning of design and construction process. During on the interview process, BrightView Landscape Development provided more upscale custom design playground products specific to the Lynwood Park whereas Landscape Structures Inc. simply proposed several “space” related playground equipment for the project. Attached proposals of the two (2) firms will show this significant difference. Furthermore, City staff identified that BrightView Landscape Development proposed a superior vision that conveyed a clear understanding of the City’s goal to provide a high quality and unique experience for the community. BrightView Landscape Development also has the necessary experience and the contractor’s license for this type of project. City Council City Council Regular Meeting 245 Therefore, BrightView Landscape Development was the selected entity for the design-build project although its proposed fee schedule was higher than the proposal from Landscape Structures Inc. In addition, BrightView Landscape Development originally submitted a proposal in the amount of $7,493,351.00. Cost negotiations were held between the City and BrightView Landscape Development and a new proposal amount of $6,749,987.00 was submitted. The Scope of Services include: a large, destination playground complex – the playground complex is to expand into most of the available space in the designated area. “Pour in place” surfacing; a short fence around entire area; expanded walkways; safety lighting; viewing/seating areas for guardians outside of the playground fence; water fountain/s; trash cans; and to keep as many trees as possible (with plans for replacements if some trees need to be replaced). The Scope of Services include: a large, destination playground complex – the playground complex is to expand into most of the available space in the designated area. “Pour in place” surfacing; a short fence around entire area; expanded walkways; safety lighting; viewing/seating areas for guardians outside of the playground fence; water fountain/s; trash cans; and to keep as many trees as possible (with plans for replacements if some trees need to be replaced). It is estimated that this project will take approximately 310 calendar days to complete the work set forth in the specifications. Upon authorization, staff will circulate the contract documents, set up a pre-construction meeting, and schedule work to commence. The tables below are the proposed construction budget and approved budget funding information: Current Budget General Fund $3,250,000 Measure A $1,300,000 2019 Lease Revenue $5,000,000 Total Funding Available $9,550,000 Estimated Design-Build Cost Design-Build Proposal Amount $6,749,987 10% Contingency $675,000 Construction Management/Construction Inspection (10%)$675,000 Project Management (8%)$540,000 Labor Compliance & Other (5%)$337,013 City Council City Council Regular Meeting 246 SWA-Brightview Landscape Mega Playground Phase 1 Proposal.pdf Landscape Structures Mega Play Ground Phase 1 Proposal.pdf Contract Agreement- Lynwood Park Mega Park Playground Phase 1.pdf Resolution - Lynwood_Park_Mega_Award.docx Total Projected Cost $8,977,000 Currently $9,550,000 is available to fund this project which is more than the estimated project cost of $8,977,000. Fiscal Impact: The City Council has approved FY24 Budget of $9,550,000 in General Funds, Measure A, and 2019 Lease Revenue funds for the Design Build Services for the Lynwood Park – Mega Park Playground Phase 1 project. No additional funding is needed. Coordinated With: City Manager’s Office Department of Recreation & Community Services Department of Finance and Administration Services ATTACHMENTS: Description City Council City Council Regular Meeting 247 PROPOSAL FOR May 11, 2023 Lynwood Mega Playground Phase I City of Lynwood 248 249 Cover Letter Pg. 04 Project Understanding & Approach Pg. 06 Preliminary Design Pg. 08 Project Schedule Pg. 12 Fee Proposal Pg. 13 Team Experience Pg. 14 Proposed Project Team Pg. 16 References Pg. 27 Qualifications Pg. 28 Appendix: Licenses & Certifications Pg. 45 Table of Contents Proposal copyright ©2023 by SWA Group. No portion of this proposal may be copied or distributed without the written permission of SWA Group. 250 4 I Lynwood Mega Playground I SWA May 11, 2023 Mir Fattahi Acting City Engineer City of Lynwood 11330 Bullis Rd Lynwood, CA 90262 Via: Planetbids RE: DesignBuild Services for the Lynwood Park - Mega Playground Phase 1 Dear Mr. Fattahi: Playgrounds are an essential community amenity; it is not just where children play, but where they learn to navigate their environments and learn from one another. We are confident that the Mega Playground can become an innovative and visionary playground complex for children of all ages and all abilities. Tying together the ideas of risk-taking play and inclusive play structures with the theme of ‘Space’ - will further strengthen the amenities at Lynwood Park, where many recreational acitivites take place with the support of the City’s team. Enclosed are our proposal and qualifications, jointly developed between BrightView, Kompan and SWA - a complete design-build team that is ready to expeditiously and efficiently deliver the brand-new Mega Playground. Collaboration and Strength of a Design-led Construction Team: BrightView Landscape Development, Kompan, and SWA propose a seamless and parallel process of design development, site preparation, and equipment procurement to construction to maximize on efficiency. If selected, SWA will manage and lead the design and construction documentation process. As landscape architects passionate about public parks, we are ready to deliver a regional destination for families. Simultaneous to this design process, BrightView, together with Kompan, will focus on the demolition and site preparation, as well as procurement and installation of the play equipment, furniture, surface treatments, and lighting elements outlined in the attached concept plan. Our team of experts is well suited to the needs of this project. Our engineering partner, PSOMAS will provide civil, structural and utility support. Simultaneously, P2S will provide the necessary plumbing and electrical support for a fully accessible playground and amenity area. We have also collected services for geotechnical engineering, soil analysis, and cost estimation specialists to determine the project’s needs. Our firms will work in alignment and with expediency for the City of Lywnood, to execute a cohesive design that addresses each park’s needs. BrightView In 2014, ValleyCrest & Brickman formed BrightView, bringing together over 140 years of landscaping experience. With 30 branches nationwide managing over 1,000 active job sites at any given time, BrightView’s ability to construct, operate and maintain landscapes is considered the industry’s leading standard. Locally in Southern California, BrightView has performed Design- Build services at The Great Park in Irvine, CA ($102M in two phases). Chad Benton will lead the BrightView team from kick-off through construction and project completion. Point of Contacts: Chad Benton Associate Branch Manager BrightView Landscape Development chad.benton@brightview. com Jon Teberg Director Kompan Playground Manufacturer JonTeb@Kompan.com Ying-yu Hung, FASLA Managing Principal SWA Landscape Architecture yhung@swagroup.com 251 SWA l Lynwood Mega Playground I 5 SWA Founded in 1960, SWA is a firm of landscape architects, urban planners, and urban designers experienced in delivering parks from the planning stage through design and construction. We endeavor to interact seamlessly with the City of Lynwood and its community members. SWA will ensure a direct connection between the project’s needs and budget, the design process, and our consultant’s deliverables. Ying-yu Hung (Registered Landscape Architect) will be the Lead Landscape Architect and Jeremy Klemic will act as the Project Manager. KOMPAN Since the establishment of the KOMPAN Play Institute in the 1980s, inclusive play and universal design have been part of KOMPAN’s DNA. Universal design welcomes all users, regardless of their abilities. It means an inclusive approach: All people cannot necessarily play on everything, but all should be able to play on something. We call it “Play for All”. Equality in playground access and use is a fundamental responsibility of our communities. KOMPAN will provide proper, documented solutions in accordance with inclusive play. Jon Teberg, will lead the team with Grant Bauer as the Project Manager and point-of-contact. Between these three firms we have designed, built, and managed the construction processes of notable parks and playground facilities. SWA will control the design process, while Kompan manufacturers the specialty equipment that will express the concept of the ‘Space Age’. Meanwhile, BrightView will commence with site demolition and preparation to have the project at ‘shovel ready’ upon the completion of the play equipment production. Please see our proposal for schedule and cost in the following pages, which strictly adhere to the expectations outlined in the RFP, pre-proposal meeting, and the subsequent addendum. We would be honored to partner with the City of Lynwood, community stakeholders, and pertinent commissions to renovate this community playground into a regional amenity. We would like to speak with you about this important project. We also acknowledge Addendum No. 1, issued on May 3, 2023. Sincerely, Chad Benton BrightView Jon Teberg Kompan Ying-yu Hung, FASLA SWA 252 6 I Lynwood Mega Playground I SWA PROJECT UNDERSTANDING & APPROACH The Lynwood Mega Playground (Phase I) will be a vital and cherished community amenity, with innovative playground equipment, improved open space, and family gathering areas. We recognize the City of Lynwood is seeking to create a dynamic playground with an efficient timeline from design to construction. The prepared scope intends to deliver the project within a 13 Month timeline. Design & Construction Team The synergy of the SWA, Kompan and BrightView team will continue throughout the entire project from kick-off through completion. It is understood that the delivery method of this project is to be Design-Build, as such the Team’s anticipated phases are: 1. Conceptual Development 2. Construction Drawings 3. Construction Completion Conceptual Development: (anticipated duration = 1 month -inclusive of City Review and approval) The renewed conceptual plan in the pages to follow meets the City’s desire to have a one of a kind, signature playground that will be a destination location for residents and visitors alike. Provision of a full Conceptual Package will warrant further development to verify custom play equipment design and layout of all play equipment and to ensure that the site design and layout meet the City’s intent for this unique playground. The design will include ‘Pour in Place’ surfacing, short fence around play area, expanded walkways, safety lighting, viewing/seating areas for guardinas, water fountains, trash cans, and attempt to keep all trees. Play equipment will harness the following elements: “Risk-taking play”, age-group separated areas, Inclusive play elements, a ‘Space’ theme with a Rocket structure. The package will include a refined conceptual plan and conceptual renderings and imagery for each play space, including the large equipment. To assure that the project will be within the anticipated budget the package will include a cost estimate by Kompan for the play equipment will be included in an overall cost estimate by BrightView for the construction of the entire project. The Conceptual Package will be provided to the City for review and approval of design and cost, prior to the placement of an order to Kompan for the play equipment to commence fabrication. It is to be noted that there is potential for site demolition to commence during this phase. Deliverables: • Conceptual Plan • Renderings • Cost Estimate • Geotechnical Report (for development of Construction details) • Arborist Review (for tree protection plan) Construction Drawings: (anticipated duration = 1 month - inclusive of City and BrightView review and comment) In conjunction with the continued site demolition and initial portions of the construction process the Design Team, SWA, Kompan, Psomas, P2S and Sweeny will develop the Construction Drawings. In coordination with BrightView it has been determined that to best meet the project schedule and allow for the Design/Build process to flow smoothly an initial submittal for 60% Construction Drawing package will be sufficient. This package will contain all necessary information, plans details and specifications for the construction team to progress efficiently with the work. The intent for this package is to provide definitive direction for the site work and confirmation of the cost. The Design Team will provide the Construction Drawings to both the City and BrightView for review and comment. It is expected that any comments or additional information needed will be addressed in an expedited, single revision for 100% CD submission accordingly in order to adhere to the construction schedule. SWA will manage the coordination of the Design Team and compilation of the Construction Drawing submittal. Deliverables for the 60% / 100% Construction Drawings inclusive of: 253 SWA l Lynwood Mega Playground I 7 • Tree Protection Plan • Demolition Plan • Grading and Drainage Plan • Horizontal Control Plan • Layout and Materials Plan • Paving Plan (inclusive of resilient surfacing) • Play Equipment Layout Plan • Planting Plan • Irrigation Plan • Lighting and Power Plan • Play Equipment Specifications / Cut sheets • Specifications • Details • Cost Estimate Construction Completion: (anticipated duration = 11 months -this duration should be BrightView’s overall time) It is expected that select construction activities will be able to take place during the previous two phases. The Design Team will be available to respond to any unforeseen conditions with the contractor accordingly during the first two phases of the project. Upon completion of the 60% Construction Drawings package the Design Team’s role will pivot to providing responses to any Requests for Information (RFI’s) and review of Submittals and Mock-ups during the Construction Completion phase. As the project is to be expedited the Design Team will endeavor to provide responses in a timely manner; 2 days for RFI’s and 5 days for submittals, with the intent to provide responses sooner if possible. SWA will manage the coordination of the Design Team and coordination of responses. SWA will also be available for site walks to review progress of construction and a final Punch Walk to review construction completion. Note: current scope of design and construction is not anticipated to include ADA improvements to the restrooms, sidewalk or parking nor LID stormwater infiltration improvements. Deliverables: • RFI review and responses • Submittal review and responses • Mock-up review and responses • Site walk (5 in total) • Punch Walk (back-punch included) Orange County Great Park - a Design-Build park project by BrightView Landscape Development. 254 8 I Lynwood Mega Playground I SWA Toddler Play Picnic TableSignage Sinage CIP Concrete Bench CIP Concrete Bench Talking Tube ‘Rings of Saturn’ Mesh Play Swings, Twisters, Universal Carousel, etc. Circular Concrete Stool ‘Saturn’ CONCEPTUAL PLAN 255 SWA l Lynwood Mega Playground I 9 0 10’20’40’ CIP Concrete Bench Signage‘Rings of Saturn’ Mesh Play Swings, Twisters, Universal Carousel, etc. Picnic Table Concrete Path Circular Concrete Stool Customized Skywalk Customized Rocket 256 10 I Lynwood Mega Playground I SWA ‘Skywalk’ customized play equipment. Shell Nest Swing Inclusive Twister Spinners under the ‘Ring’ Spinner Disc Balls at the ‘Ring’ Universal Carousel CONCEPTUAL RENDERING 257 SWA l Lynwood Mega Playground I 11 ‘Saturn’ and ‘Rings of Saturn’ customized play equipment. ‘Rocket’ customized play equipment. 258 12 I Lynwood Mega Playground I SWA SCHEDULE Nota Bene: Schedule is constructed with the assumption that the City will proceed with a Notice to Proceed on June 1, 2023. The estimated schedule is a 13 month timeline to July 2024. 259 SWA l Lynwood Mega Playground I 13 DESIGN+BUILD ROUGH ORDER OF MAGNITUDE BUDGET BREAKDOWN Project: Lynwood Mega Playground - Phase 1 Lynwood, CA Presented to: The City of Lynwood Description Qty.Unit Unit Price Amount GENERAL CONDITIONS/MOBILIZATION/SUPERVISION 529,900.00$ DESIGN SERVICES (SWA) 550,000.00$ PLAY EQUIPMENT INSTALL ONLY (KOMPAN) 976,594.00$ PIP (SpectraTurf) 297,440.00$ SITE MAKE READY 83,000.00$ TEMP SERVICES 110,715.00$ EARTHWORK 231,385.00$ SITE FURNISHINGS 65,250.00$ SITE LIGHTING 182,875.00$ HARDSCAPE FLATWORK 370,854.00$ PERIMETER FENCING 61,105.00$ LANDSCAPE 339,466.00$ 188,150.00$ 90 DAY ESTABLISHMENT 25,000.00$ SUBTOTAL 4,011,734.00$ PAYMENT and PERFORMANCE BONDS 1%40,117.00$ OPTION #1: BRIGHTVIEW (Lead D+B Contractor) TOTAL 4,051,851.00$ *City of Lynwood can contract with BrightView for all D+B services without KOMPAN Material, Tax and Freight. OPTION #1: KOMPAN DIRECT (Material, Tax and Freight Only) TOTAL 3,441,500.00$ OPTION #1: TWO CONTRACTS - GRAND TOTAL $ 7,493,351.00 OPTION #2: BRIGHTVIEW and KOMPAN COMBINED (Under one D+B Contract) 7,837,501.00$ *City of Lynwood can contract all services under one contract with contractors fee on all KOMPAN Materials *Note, Option #2 is ($344,150.) more expensive than Option #1 IRRIGATION Date: 5/11/2023 *City of Lynwood can purchase material only from KOMPAN to reduce fees and bond costs by D+B Contractor. Brightview Landscape Development, Inc.1 LYNWOOD MEGA PLAYGROUND ROM OPTION 1 and 2 05.11.23.xls FEE PROPOSAL & CONSTRUCTION BUDGET Nota Bene: BrightView’s cost proposal below strongly suggests the City of Lynwood to proceed with Option #1 in which the total fees for design services, equipment, and labor totals $7,493,351. The savings in Option #1 are due to the lowering fees when the City of Lynwood purchases equipment directly from Kompan. Note: BrightView’s Fee Proposal is 10% 260 14 I Lynwood Mega Playground I SWA BRIGHTVIEW As the nation’s leading landscape services company, BrightView’s more than 20,000 team members consistently bring excellent landscapes to life at thousands of client properties, fostering collaborative relationships that help drive our clients’ success. With comprehensive capabilities serving the entire landscape lifecycle, BrightView is a single-source solution for landscape needs. From design, to development, maintenance, and enhancements, BrightView is considered a trusted partner for properties both nationally and internationally in hospitality, higher education, healthcare and corporate campuses, among others. For the past six decades, BrightView has demonstrated a proven track record of unparalleled knowledge and technical ability, outstanding customer service and retention, relentless execution and a true understanding of customers’ needs. BrightView will function as the Design-Build manager during all phases of the project. BrightView will be responsible for overall team coordination and management, design leadership, preconstruction services, constructability review, procurement evaluation, etc. The design stages will be coordinated and led by BrightView’s Design-Build Manager who will be actively supported by members of our BrightView team, who will function as a design process coordinator and design quality control manager. In addition to our BrightView resources, we have assembled a team expressly to bring multiple perspectives and the depth of expertise needed to address the Mega Playground project. In considering our team, we sought project partners with first-hand experience in community park design with a specific focus on problem solving for best design solutions and constructability. Design-Build BrightView’s Design-Build service seeks to fully integrate the design and construction process to minimize project risks for the Client and accelerate the project completion schedule. Design-Build focuses on combining the design, permit, and construction schedules in order to streamline the traditional design-bid-build environment. This approach shortens the time it takes to complete the individual tasks of creating construction documents (working drawings and specifications), acquiring building and other permits, and constructing the project by bringing together design and construction professionals in a collaborative environment to complete these tasks concurrently. Additionally, Design-Build simplifies and internalizes the design and construction process reducing the Client’s administrative burden especially during the construction process. Clear benefits to Integrated Design-Build include: • Clearer accountability for risk within a construction process as design and construction are part of same team. This relationship eliminates the need for Owner to resolve misunderstandings between design and construction team that raise project costs, delay the schedule, and compromise quality. • Ability to accelerate the project schedule by integrating design and construction process. • Eliminates need for multiple Owner initiated RFP/Bidding processes allowing faster time to completion and opening of facilities. • Reduced administrative burden for Owner/Owner’s Representation with a single point of contact for both design and construction. Streamlined process allows the Owner minimize their role as a nexus for information for many mundane design and construction related processes. • Improved cost control throughout the design and construction process through integration of the design and construction team from the project start to finish. Project is designed with detailed understanding of construction costs and maintenance implications. 261 SWA l Lynwood Mega Playground I 15 SWA Open spaces serve the Los Angeles community and its vast neighborhoods in multiple ways: from enhancing an area with recreational amenities to increasing the real estate value and stimulating business growth to promote recreational amenities so that all residents can lead active lifestyles immersed in the natural environment. From urban parks and plazas to waterfronts, both international and domestic, SWA has planned and reimagined these unique spaces with specific consideration to ecological, health, and economic benefits. Public Parks and Open Spaces - A Place for Community Locally, SWA is engaged in numerous public agencies, non- profit institutions, developers, and architects in Los Angeles County through public realm improvements, from beachside bikeways to playgrounds, museums, and institutional campuses to city-scale planning and programming exercises. Our work covers diverse stakeholders from the City of Santa Monica, Culver City, Los Angeles, Redondo Beach, Manhattan Beach, and Hermosa Beach to permit holders and stakeholders such as the California Coastal Commission, US Army Corps of Engineers, LA County Flood Control District; in addition, we have served numerous non-profits such as Norton Simon Museum, MRCA, Tree People, Baldwin Hills Conservancy and the Friends of the Ballona Creek. In the City of Lynwood, SWA has been involved in several public park and placemaking projects including the now completed Ricardo Lara Linear Park (2016) and the soon to be completed Fernwood Park. We are also honored to be on the Lynwood Public Works On-Call for Landscape Architecture. Planning & Landscape Architecture SWA provides land planning and master planning services, and we integrate high-level landscape architecture into our planning work. Our plans make sensitive use of topography, landform, natural resources, vegetation, infrastructure, and buildings, resulting in more livable and sustainable projects. With the knowledge and practical know-how of building landscape architectural design, we vet planning studies for a balance of its visionary aspects and how to execute them in the subsequent phases of the project. SWA Group (SWA) is a national leader in placemaking, landscape architecture, and urban design. Throughout our 67-year history, SWA has embraced the idea that planning and design can shape the environment in fundamental ways. Our practice is a constant search for a better approach, or more interesting and informed response, to the wide array of environmental and urban challenges brought to us by our clients. Originally founded in 1957 as Sasaki Walker & Associates, SWA became one of the first companies on the West Coast to be owned by an Employee Stock Ownership Plan (ESOP) in 1973. This financial model has resulted in the company maintaining 100% employee-ownership and stability for over 60 years. The firm is structured to facilitate the role of planning and design in developing memorable places that have clarity in function, identity, and meaning. In addition to bringing strong aesthetic, functional, and social design ideas to each project undertaken by the firm, we are committed to integrating principles of environmental sustainability in all of our designs. At the core of our practice is a passion for imaginative, solution-oriented design that balances the needs of natural and built environments with social, cultural, and economic objectives to create value for our clients and the communities our work support. We propose landscape and urban design that shape the public realm to be inclusive and context-sensitive. Our designs can build stronger community ties, where families and friends meet and maintain their relationships, and visitors and guests immerse themselves in local businesses and cultural and recreational activities. 262 16 I Lynwood Mega Playground I SWA PROPOSED PROJECT TEAM & QUALIFICATIONS CITY OF LYNWOOD Mir Fattahi, Acting City Engineer SWA LANDSCAPE ARCHITECTURE Design and Documentation BRIGHTVIEW LANDSCAPE DEVELOPMENT Design-Build Manager, Oversight, Landscape Construction SUB-CONSULTANT TEAM PSOMAS Ryan Lynch, PE Civil Engineering P2S Gary Jewell Lighting / MEP Engineering SWEENEY Lance Sweeney Irrigation Engineering GEOCON Harry Derkalousdian, PE Geotechnical Engineering KOMPAN Playground Equipment & Installation Ying Yu Hung, PLA Managing Principal Lead Landscape Architect Jeremy Klemic, PLA Associate Principal Project Manager Jon Teberg Director Play Equipment Procurement Grant Bauer Sales & Procurement Chad Benton Assistant Branch Manager Design-Build Manager Tony Messina General manager Design-Build Manager Tim Carpenter Operations Manager General Superintendent 263 SWA l Lynwood Mega Playground I 17 Education Bachelor of Landscape Architecture, California Polytechnic University, San Luis Obispo, CA Experience Landscape Professional Experience Since 2000 Employed by BrightView Since 2003 In Current Position Since 2022 Chad Benton, BrightView Landscape Development ASSISTANT BRANCH MANAGER ROLE: DESIGN-BUILD MANAGER Chad is responsible for managing the sales and estimating process and supporting project management for BrightView’s Development team in Los Angeles. In this role, he is responsible for business development in the Los Angeles area. Chad’s specialty includes structure landscape, large parks, sports fields, business and technology, university campus, resorts and casinos, hospitality, health care facilities, high-end private residential, and design+build projects. He is also responsible for assisting in managing a team of estimators, project managers, project engineers and office staff. Representative Projects: Grand Park and Grand Park Playground, Civic Center, Downtown Los Angeles, CA: $5.4 M The renovation of an iconic civic open space in downtown Los Angeles, this project was built over structure and included a playground addition to a complete renova- tion of the park. This project was followed by the renovation of The Music Center Plaza shortly after. Tongva Park, Santa Monica, CA: $5.2 M This transformative park was built for the City of Santa Monica with and extensive playground area. This park is a treasured feature for both locals and tourists alike and is one of the most visited parks in the Southland. SOFI Stadium and Lake Park (Public Park), Inglewood, CA: $39 M (landscape) $40 M (water feature) New sports and entertainment center home to SoFi Stadium and surrounding park amenities and mixed-use projects. Early involvement with site landscape and water feature budgeting. Final contract negotiations and project start-ups. Lucas Museum of Narrative Art (Private Park at Ground Level), Exposition Park, Los Angeles, CA: $18 M The new home for George Lucas’s collection of narrative art. Nearing completion the project has public spaces, privately funded that will be opening soon. The project is built over-structure and has a sky garden roof top landscape in addition to ground level park areas. 264 18 I Lynwood Mega Playground I SWA Education California State Polytechnic University of Pomona B.S. Landscape Architecture - Class of 2000 Fullerton College A.A. Architecture - Class of 1996 Experience Landscape Professional Experience Since 1999 In Current Position Since 2019 Tony Messina, BrightView Landscape Development VICE PRESIDENT, GENERAL MANAGER ROLE: DESIGN BUILD MANAGER Tony specializes in design-build projects for residential and commercial landscapes, water features, theme parks, retail centers, schools, parks, street scapes and city redevelopment. Tony ensures all projects fulfill contract requirements for the branch office. As VP, his responsibilities include: • Planning, scheduling and administering a multi-million dollar branch budget • Ensuring all branch development jobs are completed according to plans, on budget and according to deadlines. • Creating a highly efficient environment that also is focused on exceptional service and quality. • Representing the company, building relationships with owners, clients, architects, contractors • Hiring results oriented, team players to staff the branch. • Always ensuring safety and efficiency. Representative Projects: Grand Park and Grand Park Playground, Civic Center, Downtown Los Angeles, CA: $5.4 M The renovation of an iconic civic open space in downtown Los Angeles, this project was built over structure and included a playground addition to a complete renova- tion of the park. This project was followed by the renovation of The Music Center Plaza shortly after. Tongva Park, Santa Monica, CA: $5.2 M This transformative park was built for the City of Santa Monica with and extensive playground area. This park is a treasured feature for both locals and tourists alike and is one of the most visited parks in the Southland. SOFI Stadium and Lake Park (Public Park), Inglewood, CA: $39 M (landscape) $40 M (water feature) New sports and entertainment center home to SoFi Stadium and surrounding park amenities and mixed-use projects. Early involvement with site landscape and water feature budgeting. Final contract negotiations and project start-ups. Lucas Museum of Narrative Art (Private Park at Ground Level), Exposition Park, Los Angeles, CA: $18 M The new home for George Lucas’s collection of narrative art. Nearing completion the project has public spaces, privately funded that will be opening soon. The project is built over-structure and has a sky garden roof top landscape in addition to ground level park areas. 265 SWA l Lynwood Mega Playground I 19 Experience Landscape Professional Experience since 1976 Employed by BrightView Since 1993 In Current Position Since 2000 Tim Carpenter, BrightView Landscape Dev. OPERATIONS MANAGER ROLE: GENERAL SUPERINTENDENT Tim Carpenter is in charge of branch operations for ValleyCrest’s San Fernando, Calif. Office, ensuring the safety and efficiency of the office and its projects. Mr. Carpenter’s effectiveness in this role evolved out of his many years as a Project Superintendent and General Superintendent. Mr. Carpenter’s’ responsibilities include: • Hiring results-oriented team members • Work load projections for the office • Customer relations • Quality control • Optimizing labor, tools, and equipment resources across multiple concurrent projects. Representative Projects: SPACE SHUTTLE ENDEAVOR MOVE I CUSTOMER: CALIFORNIA SCIENCE CENTER I CONTRACT VALUE: $3M Key role in the forward planning and executing the move of Space Shuttle Endeav- or from LAX to Exposition Park in Los Angeles, CA. The 122’ x 57’ x 78’ 150,000 lb. orbiter was moved as a complete unit through the streets of Los Angeles in 3 day, 14 mile non-stop operation. Total weight of the load including specialized transport machinery was 500,000 lbs. Planning, permitting and tree removals for the effort was a 2 year duration and tree replacement was another year after the move was completed. PROJECT: LAS VEGAS BOULEVARD (THE STRIP) BEATIFICATION PROJECT I CUS- TOMER: CLARK COUNTY I CONTRACT VALUE: $15M Removal & replacement of top 24” of soil in 3 miles of median islands, boring under streets to facilitate installation of landscape lighting & irrigation system. Land- scape scope included the installation of 255 Phoenix canariensis palm trees along with turf & shrubs. The entire project was done between the hours of 2:00 am and 10:00 am. The allowed 18 month construction duration was completed in 12 months. Lucas Museum of Narrative Art (Private Park at Ground Level), Exposition Park, Los Angeles, CA: $18 M The new home for George Lucas’s collection of narrative art. Nearing completion the project has public spaces, privately funded that will be opening soon. The project is built over-structure and has a sky garden roof top landscape in addition to ground level park areas. 266 20 I Lynwood Mega Playground I SWA Education Master of Landscape Architecture, Harvard University, Graduate School of Design, 1994 Bachelor of Arts, with honors, Architecture; University of California, Berkeley, 1990 Languages Native Chinese Speaker Registrations Registered Landscape Architect: #4374, California Professional Affiliations Fellow, American Society of Landscape Architects (ASLA) Select Awards ASLA Award of Excellence, Urban Design, Ricardo Lara Park, Lynwood, CA, 2021. ASLA SoCA Chapter Merit Award, North Beach Trail, Santa Monica, CA, 2021. ULI Community Impact Award, Ricardo Lara Park, Lynwood, CA, Design, 2018. ASLA Southern California Chapter Honor Award, Ricardo Lara Park, Lynwood, CA, Design, 2018. ASLA Southern California Chapter Merit Award, Bicentennial Park, Hawthorne, CA, Design, 2018. Ying-yu Hung, PLA, FASLA MANAGING PRINCIPAL, SWA ROLE: LEAD LANDSCAPE ARCHITECT Public parks in and around Los Angeles are of particular interest to Ms. Hung, as they have a direct impact in improving the quality of life, particularly in growing neighborhoods with young families with children. Of note, Ricardo Lara Linear Park and Bicentennial Park have received numerous awards from professional bodies such as the Urban Land Institute (ULI) and American Society of Landscape Architects (ASLA). Through every design project during her 25 years of practice, Ms. Hung investigates the desires and needs of the project’s ultimate stakeholders in order to ensure a final outcome that encourages the community to be both users and stewards of the public space. Representative Projects: Ricardo Lara Linear Park, Lynwood, California. Fernwood Park, Lynwood, California. Mega Playground Concept Drawings, Lynwood, California. Polliwog Park, Manhattan Beach, California. Bicentennial Park, Hawthorne, California. Bohnett Park Renovation, Santa Barbara, California. Canyon Country Community Center, Santa Clarita, California. Burton Chace Park, Maria del Rey, California. City of Santa Monica; Petanque Park, Palisades Park, Chain Reaction Park, Public Safety Facility, Reed Park, Santa Monica, California. Central Park Vision and Concept Design, Glendale, California. Glendale Sports Complex, Glendale, California King Harbor Public Amenities Plan, Redondo Beach, California. Culver City Media Park, Culver City, California. Franklin D. Roosevelt Park, Los Angeles, California. Santa Monica North Beach Trail, Santa Monica, California. Ballona Creek Vision Plan, Culver City, California. Milton Street Park, Los Angeles, California. Glendale Western Reservoir, Glendale, California. Puente Creek Bikeway, Los Angeles, California. Eaton Wash Bike Path Phase I, Los Angeles, California. Reseda Park on the LA River, Los Angeles, California. Natural Park at Ramona Gardens, Los Angeles, California. West Beach Splash Playground, Santa Barbara, California. 267 SWA l Lynwood Mega Playground I 21 Education University of California Los Angeles, UCLA Extension Landscape Architecture Program, 2006 University of California San Diego, Bachelors Degree in Urban Studies and Planning, 1999 Registrations Registered Landscape Architect: #6187, California Professional Affiliations/ Recognition Member, American Society of Landscape Architects LEED Certified Projects UCLA Hitch Suites & Commons - Platinum Waldorf Astoria - Gold CSULB Hillside Dining - Gold CSULB Liberal Arts - Gold Samsung Americas HQ - Silver Awards ASLA Southern California Chapter Merit Award, North Beach Trail, Santa Monica, CA, Design, 2021. Los Angeels Business Council, Mixed Use Award: Culver Steps, Culver City California, 2020 Jeremy Klemic, PLA, ASLA ASSOCIATE PRINCIPAL, SWA ROLE: PROJECT MANAGER / TECHNICAL SPECIALIST Jeremy Klemic is a Landscape Architect and Project Manager with over 20 years of experience in the field. Prior to joining SWA in 2011, he provided Landscape Design and Construction Administration services for several award-winning landscape architecture firms. At SWA, Mr. Klemic has been responsible for management and production for a number of award-winning projects in the United States and internationally. These include multiple civic, higher education, hospitality, and resort renovation projects. His construction experience, attention to detail and scheduling expertise help to ensure that projects are thoughtfully designed, completed on time, and within budget. Representative Projects: Fernwood Park, Lynwood, California. Polliwog Park, Manhattan Beach, California. Burton Chace Park, Marina del Rey, California. Santa Monica North Beach Trail, Santa Monica, California. City of Santa Monica; Petanque Park, Palisades Park, Chain Reaction Park, Public Safety Facility, Reed Park, Santa Monica, California. Milton Street Park; Los Angeles, California. Glendale Western Reservoir, Glendale, California. Glendale Sports Complex, Glendale, California. Palisades Petanque Courts, Santa Monca, California. Puente Creek Bikeway, Los Angeles, California. Eaton Wash Bike Path Phase I, Los Angeles, California. City of Thousand Oaks Demonstration Medians, Thousand Oaks, California. Canyon Country Community Center, Canyon Country, California. City of Thousand Oaks; Forestry Master Plan, Thousand Oaks, California. Glendale Galleria Brand Blvd Valet and Central Plaza; Glendale, California. Culver Steps & Main Plaza, Culver City, California. Community Outreach Experience: King Harbor Public Amenities Master Plan, Redondo Beach, California. City of Thousand Oaks; Forestry Master Plan, Thousand Oaks, California. Glendale Western Reservoir, Glendale, California. Santa Monica North Beach Trail, Santa Monica, California. 268 22 I Lynwood Mega Playground I SWA Education Bachelor of Arts, Economics. University of Iowa Master of Business Administration. University of California, Irvine Years of Experience 25 Years Experience 5 Years with Kompan Jon A. Teberg DIRECTOR, KOMPAN ROLE: PLAY EQUIPMENT PROCUREMENT DIRECTOR Jon is responsible for Kompan’s business in California. He oversees all sales and operations. He is responsible for maintaining Kompan’s high standards for quality, safety, and customer satisfaction throughout the design/build process. Representative Projects: Polliwog Park*, City of Manhattan Beach, California • City of Manhattan Beach – Currently under construction • Contract value: $1m Playground Wilmington Waterfront Promenade Park, Wilmington, California • LA port authority – Currently under construction • Contract value: $750k Playground LAPD SWAT Officer Randal Simmons Playground, City of Los Angeles, California • City of Los Angeles RAP – Currently under construction • Contract value: $1.2m Playground Lincoln Park, City of Los Angeles, California • City of Corona – Installed 2020 • Contract value: $500k Playground Highland Recreation Center, City of Los Angeles, California • City of Los Angeles RAP – Installed 2023 • Contract value: $790K Playground Beacon Park, Irvine, California Helen Diller Playground at San Francisco Civic Center, City of San Francisco, California Sea Haven Park, City of Marina, California Shafter Sports Park, Shafter, California Maruta Gardner Playground at Bonita Cove, City of San Diego, California Shoreview Park, City of San Francisco, California * = Projects with SWA 269 SWA l Lynwood Mega Playground I 23 Education Multimedia Art and Design Certification, Orange Coast College Years of Experience 15 Years Experience 5 Years with Kompan Grant Bauer DIRECT SALES REP, KOMPAN ROLE: PLAY EQUIPMENT PROCUREMENT COORDINATOR Grant is the Direct Sales Rep and the primary contact for Kompan clients in all aspects of design, installation, and post-sales activities. He has over 15 years of expeirence in playground consulting for various clients throughout Los Angeles. Grant specializes in playgrounds for outdoor fitness, multi-use arenas, and universally inclusive and accessible designs for public playgrounds. Representative Projects: Polliwog Park*, City of Manhattan Beach, California • City of Manhattan Beach – Currently under construction • Contract value: $1m Playground Wilmington Waterfront Promenade Park, Wilmington, California • LA port authority – Currently under construction • Contract value: $750k Playground LAPD SWAT Officer Randal Simmons Playground, City of Los Angeles, California • City of Los Angeles RAP – Currently under construction • Contract value: $1.2m Playground Lincoln Park, City of Los Angeles, California • City of Corona – Installed 2020 • Contract value: $500k Playground Highland Recreation Center, City of Los Angeles, California • City of Los Angeles RAP – Installed 2023 • Contract value: $790K Playground Beacon Park, Irvine, California Helen Diller Playground at San Francisco Civic Center, City of San Francisco, California Sea Haven Park, City of Marina, California Shafter Sports Park, Shafter, California Maruta Gardner Playground at Bonita Cove, City of San Diego, California Shoreview Park, City of San Francisco, California * = Projects with SWA 270 24 I Lynwood Mega Playground I SWA Role: MEP Education MBA, Management, San Diego State University BA, Biology/Zoology, UC Santa Barbara Registrations & Certifications Registered Environmental Manager, #REM 11111 Registered Environmental Assessor, #REA II 20249 General Engineering Contractor, California, #796975 A HAZ HIC Design-Build Institute of America Design Professional (DBIA) LEED Accredited Professional Professional Affiliations Construction Management Association of America (CMAA) Groundwater Resource Association (GRA) National Ground Water Association (NGWA) Professional Environmental Marketing Association (PEMA) Solid Waste Association of North America (SWANA) United States Green Building Council (USGBC) Travis Taylor, DBIA, LEED AP ASSOCIATE PRINCIPAL, DIRECTOR OF PROJECT MANAGEMENT, P2S ROLE: MEP Travis Taylor has over 25 years of professional experience in managing consulting, engineering, design and construction projects using traditional and alternative project delivery methods. Projects include infrastructure upgrades, HVAC improvements, energy assessments, environmental investigations/remediation, stormwater pollution prevention programs, permitting, and innovative waste-to- energy facilities. Travis has managed projects for small private, commercial, heavy industrial, port, university, institutional, municipal and federal clients throughout the United States. By combining management skills and technical expertise, he provides clients with creative and cost-effective solutions that satisfy both their short- and long-term needs. Representative Projects: Chace Park*, Marina del Rey, California Bohnett Park*, Santa Barbara, California Mt. San Antonio College Transit Center*, Walnut, California Ricardo Lara Park*, Lynwood, California Davenport Park Design, Long Beach, California Dept of Oil and Gas UST Closure Program, Long Beach, California Port of Long Beach Stormwater Pollution Control, Long Beach, California Conoco Phillips Pipeline Removal Disposition Study at Port of Long Beach to Wilmington Refinery, Los Angeles, California Cal Poly Pomona Student Housing Replacement Project Pomona, California CSU San Bernardino Infrastructure Upgrades San Bernardino, California CSU San Bernardino Central Plant Conversion San Bernardino, California Mt. San Antonio College New Student Center Walnut, California Mt. San Antonio College Building 26 AHU Replacement,Building 9A Fire Protection Upgrade, Walnut, California Providence Health Tarzana Medical Center Patient Wing Expansion, Tarzana, California Stormwater Pollution Control On-Call Site Remediation, Long Beach, California Urban Commons Due Diligence Infrastructure Assessment, Long Beach, California Queen Mary On-Ship Energy Conditions Assessment, Long Beach, California UC Riverside Student Recreation Center Control Upgrades Riverside, California * = Projects with SWA 271 SWA l Lynwood Mega Playground I 25 Gary Jewell LIGHTING SPECIALIST, SENIOR ELECTRICAL DESIGNER ENGINEER, P2S ROLE: MEP Gary Jewell has 31 years of electrical design experience ranging from tenant improvements to new construction. His experience includes power and lighting systems design for institutional, commercial, and industrial projects. He has extensive knowledge of lighting systems, products and applications. Gary has served as project manager, determining the project scope, coordinating with client, coordinating with sub-consultants and providing construction design documents. He has served as lead designer engineer on various power and lighting projects with responsibilities that include field investigation, creating proposals, developing construction documents, specifications and cost estimates, providing construction support and commissioning His broad knowledge of lighting design principles coupled with his ability to use the latest lighting design programs enables him to produce detailed lighting studies and analysis for numerous projects each year. Representative Projects: Chace Park*, Marina del Rey, California - with SWA Santa Monica Beach Trail Lighting*, Santa Monica, California- with SWA Schabarum Regional Park Lighting & Power Improvements, Rowland Heights, California 92nd Street Linear Park Lighting, Los Angeles, California La Ballona Bike Route Lighting, Culver City, California CSU Long Beach, Japanese Garden Landscape Lighting, Long Beach, California CSU Long Beach, George Allen Field Sports Lighting, Long Beach, California UC Santa Barbara, Recreation Center Lighting Renovation, Santa Barbara, California Cal Poly San Luis Obispo, LEED Gold Student Recreation Center Expansion & Remodel, San Luis Obispo, California CSU Fullerton, Arboretum Lighting, Fullerton California CSU Fullerton, Bikee Trail Lighting, Fullerton, California Long Beach City College, Physical Education & Fitness Center, Long Beach, California Long Beach City College, Gymnasium Lighting, Long Beach, California * = Projects with SWA Role: MEP Education Autodesk Building Systems Certifications LC Credential, National Council on Qualifications for the Lighting Professions (NCQLP) Professional Affiliations IESNA, Voting Member 272 26 I Lynwood Mega Playground I SWA Ryan J. Lynch, PE, QSD, LEED AP, ENV SP PROJECT MANAGER, PSOMAS ROLE: CIVIL ENGINEERING Ryan Lynch has 17 years of civil engineering experience focused on client and project management and communication. He has successfully managed projects that involve complex grading, drainage, and utilities solutions. Ryan is a strong, tactful, straight-forward communicator with a dedication to his client’s best interests. Representative Experience: Milton Street Park – Los Angeles, CA*: Civil engineering design for a new 1.2-acre urban park alongside the Ballona Creek Bike Trail. The park includes native plantings, bird watching platforms, bike trail enhancements, seating areas, outdoor picnic areas, and an onsite stormwater capture and treatment system. Fernwood Park – Lynwood, CA*: A new 0.75 acre linear park at the edge of a res- idential neighborhood. The park received grant funding for stormwater infiltration and includes four infiltration basins to treat stormwater from Fernwood Avenue. The Trust for Public Land and the City of El Monte (Project Partners), Zamora Park Renovation – El Monte, CA: Design and construction support for a 4.48-acre park. Offsite improvement plan for construction of a bus stop, on-site hydrology study, Low Impact Design plan, and a Storm Water Pollution Prevention Plan. Shallow infil- tration is intended to be used for water quality treatment in locations throughout the park. City of Beverly Hills, Beverly Gardens Park – Beverly Hills, CA: Civil engineering design services and construction support for the reconstruction of the existing historic park. The park design includes native and themed plantings, opportunities for active and passive recreation, and stormwater bioswales. The scope of ser- vices focused on grading and Americans with Disabilities Act compliance. Historic pergolas were analyzed for the structural condition and repairs were recommended. California State University, Fullerton, Student Housing, Design-Build – Fullerton, CA*: Project Manager provided civil engineering services for design and construc- tion support for the housing expansion project. The student housing building has three wings and contains a large communal courtyard, hillside seat walls, and a smaller intimate courtyard. The larger courtyard uses a large berm, and carefully placed walkways to separate the courtyard from adjacent parking. Civil utility relo- cations and upsizing were required to serve the project. The scope of work includ- ed schematic design phase, design development phase, construction document phase, bidding and construction support services, LID design for stormwater. * = Projects with SWA Education 2003/BS/Civil Engineering/University of Southern California Registrations/Certificates 2007/CA/Professional Engineer/ Civil/71441 Envision Sustainability Professional/ Institute for Sustainable Infrastructure LEED Accredited Professional 273 SWA l Lynwood Mega Playground I 27 REFERENCES Brightview Irvine Great Park Tom Banks, Senior Vice President Five Point Holdings (949) 842-9596 | tom.banks@fivepoint.com SoFi Stadium Rob Aylesworth, Director, Construction SoFi Stadium / Hollywood Park (310) 341-6489 | rob.aylesworth@hollywoodpark.com California State Park Jeff Brown, Director, Landscape Architecture California State Parks (619) 204-0187 | jbrown@parks.gov KOMPAN LAPD SWAT Officer Randal Simmons Playground - Los Angeles, CA City of Los Angeles RAP – Currently under construction Contract value: $1.2m Playground 221 N. Figueroa - Fourth Floor Ste. 400, Los Angeles. Ca 90012 Contact: Craig Raines Acting Landscape Architect II - Capital Projects + Planning Advanced Planning Group Department of Recreation and Parks City Of Los Angeles 213-202-2652 | craig.raines@lacity.org Highland Recreation Center - Los Angeles, CA City of Los Angeles RAP – Installed 2023 Contract value: $790K Playground 221 N. Figueroa - Fourth Floor Ste. 400, Los Angeles. Ca 90012 Contact: Craig Raines Acting Landscape Architect II - Capital Projects + Planning Advanced Planning Group Department of Recreation and Parks City Of Los Angeles 213-202-2652 | craig.raines@lacity.org Wilmington Waterfront Promenade Park - Wilmington, California LA port authority – Currently under construction Contract value: $750k Playground 425 South Palos Verdes Street, San Pedro, CA, USA 90731 Contact: Jane Ugalde Management Analyst 310-732-3344 | jugalde@portla.org Larwin Park – City of Buena Park City of Buena Park – Installed 2018 Contract value: $450k Playground 6650 Beach Blvd. Buena Park, CA 90622 Contact: Aaron France City Manager (714) 562-3550 | afrance@buenapark.com SWA Burton Chace Park (2020 - ongoing) James Bazinet, Landscape Architect JBAZINET@dpw.lacounty.gov | (626) 238-3393 Los Angeles County Public Works 900 S Fremont Ave Alhambra, CA 91803 Milton Street Park, Los Angeles (completed) Brian Baldauf, Chief of Watershed Planning brian.baldauf@mrca.ca.gov | (323) 221-9933 Mountains Recreation and Conservation Authority Los Angeles River Center & Gardens 570 W. Avenue 26, Suite 100 Los Angeles, CA 90065 274 28 I Lynwood Mega Playground I SWA Playgrounds are an essential amenity for the Great Park 275 SWA l Lynwood Mega Playground I 29 Great Park serves as a regional draw with numerous sports fields and recreational leagues that take place. DESIGNED AND BUILT BY BrightView DELIVERY METHOD Design-Build Size: 173 acres Schedule: Completed in 2018 Cost: $62 Million Client: Five Point Communities Five Point Communities 25 Enterprise, Suite 300 Aliso Viejo, California 92656 Jennifer Bohen, Sr. Vice President jennifer.bohen@fivepoint.com 949.349.1076 Great Park (Design-Build) IRVINE, CALIFORNIA BrightView used its expertise in national-level sport facilities design, construction, and maintenance to create this marque competitive sports park. Each venue includes multiple fields with independent championship facilities and options for flexible field use during special event occasions. The athletic facilities include: baseball, softball, soccer, tennis, and volleyball. Phase I encompassed 53 acres and opened to the public in August 2017, with a contract value of $98 million. The remaining 120 acres (Phase II) opened in September 2018, adding a new Baseball and Softball Complex, basketball courts, and additional soccer fields. 276 30 I Lynwood Mega Playground I SWA Various paths connect park users to the lightly programmed recreational areas. Planting is managed to reduce long term O&M DESIGNED AND BUILT BY BrightView DELIVERY METHOD Design-Build Size: 20 acres Schedule: Completed in 2015 Cost: $14.5 Million Client: Five Point Communities Five Point Communities 25 Enterprise, Suite 300 Aliso Viejo, California 92656 Jennifer Bohen, Sr. Vice President jennifer.bohen@fivepoint.com 949.349.1076 Pavilion Park (Design- Build) IRVINE, CALIFORNIA Pavilion Park sits on the former 3,700-acre Marine Corps Airbase and was achieved through a thoughtful and sophisticated design process executed in collaboration with the client, FivePoint. In particular, large heritage trees provide shade throughout, including an expansive terrace designed for community gatherings. A terrace features an art installation of wind chimes. Other notable features include a pool and spa, playgrounds, sport courts, and an extensive network of recreational paths. Locally native and drought friendly plants were also used to create a bold, simple, and distinctive landscape. Overall, the landscape embraces a holistic approach through resource conservation, addressed through astute planting and irrigation design, paving and drainage solutions, as well as methods of reducing long term operations and maintenance. 277 SWA l Lynwood Mega Playground I 31 Play features challenge children to navigate different levels of risk. Gathering spaces are plentiful in this community oriented park DESIGNED AND BUILT BY BrightView DELIVERY METHOD Design-Bid- Build Size: 173 acres Schedule: Completed in 2018 Cost: $13 Million Client: Five Point Communities Five Point Communities 25 Enterprise, Suite 300 Aliso Viejo, California 92656 Jennifer Bohen, Sr. Vice President jennifer.bohen@fivepoint.com 949.349.1076 Cadence Park IRVINE, CALIFORNIA Cadence Park is a place where wonder is encouraged and creativity blooms. Inspired by the natural music of songbirds, the park brings music, art, dance, and creativity into the environment for residents and visitors to investigate and enjoy. It is planned as one continuous green space running through the center of the neighborhood. The buzz and excitement of Birdsong Park culminates at the Arts Village - with a Music + Performing Arts Studio, a Visual Arts Studio, and a Tech/Digital Media Lab where residents can share, learn, practice, and build skills to express themselves through various forms of art. Sculpture Gardens are spotted throughout the park and offer quiet spaces for contemplation while a sunken amphitheater and performance deck offer spaces for neighbors to gather. 278 32 I Lynwood Mega Playground I SWA Art enhancements created by the community adds education opportunities The walking path provides residents with a well programmed and safe place to walk their dogs 279 SWA l Lynwood Mega Playground I 33 Dog owners are particularly fond of the numerous seating areas and dedicated dog run. The linear park runs alongside the I-105 making an ideal= walking path. Client: City of Lynwood Size: 1 mile Schedule: 2015 - 2016 Completed on budget and schedule - from concept to construction in one calendar year Scope: Landscape Architecture Community Outreach Sustainability Design Awards: 2021 ASLA Award of Excellence, Urban Design 2018 ULI Community Impact Award - Urban Open Space 2016 CMAA SoCA Award Ricardo Lara Linear Park LYNWOOD, CALIFORNIA Ricardo Lara Linear Park transforms a derelict stretch of a rail right-of-way to a vibrant public space for the community, where recreational amenities have been scarce and overdue. Nestled between the I-105 freeway and a densely populated residential area, the park fulfills an abundance of recreational and environmental programming in a historically park poor neighborhood. Dedicated to State Senator Ricardo Lara (D-Bell Gardens), the park was realized in part through his help in securing a $5 million grant from the California Department of Parks and Recreation’s Proposition 84 Fund. The dog park and walking trails have become popular amenities for families looking to exercise and interact with their neighbors. 280 34 I Lynwood Mega Playground I SWA Play equipment encourages young children to explore their surroundings safely 281 SWA l Lynwood Mega Playground I 35 Client: City of Lynwood Size: 1 ac Schedule: 2020 - present Scope: Landscape Architecture Fernwood Park LYNWOOD, CALIFORNIA The Fernwood Avenue Park Infiltration, Restoration, and Water Quality Improvement Project represents a significant opportunity for the city to enhance the water quality and availability of groundwater for residents, create public amenities including a kid’s play area that reduces pollutants in the watershed, strengthen the city’s commitment to environmental justice, and provide opportunities for environmental education throughout the park. Our experience working with Lynwood in designing and constructing the Ricardo Lara Linear Park has shown us the city’s deep commitment to improving the quality of life for its constituents. The Fernwood Avenue Park project is a significant environmental, educational, and beautification effort that will achieve multiple benefits for the community. 282 36 I Lynwood Mega Playground I SWA Polliwog Park Playground 2020.07.02 P.16 Site Drainage and Landscape SectionConceptual Section New bioswales at the site will transform the landscape into an active environmental feature Certain areas of the park have been sectioned for new features and purposes 283 SWA l Lynwood Mega Playground I 37 Owner: City of Manhattan Beach Date: April 2020 - present Size: 1/4 acre Scope: Full Service Landscape Architecture Delivery: Ongoing Polliwog Park MANHATTAN BEACH, CALIFORNIA - SWA & KOMPAN With a pond feature, botanical garden, and dog park, Polliwog Park is a high-use neighborhood amenity that provides active recreation and play to local families in the area. Having struggled with routine flooding in the past, the park is in need of not only repairs, but solutions in order to remain an active community feature. Through installation of stormwater retention basins, updated equipment and structures, and new paving and drainage plans, SWA will renew the park to its fullest capacities in both function and aesthetic. Polliwog Park will remain an essential piece of neighborhood culture for families and children in its new and updated form. All play equipment is supplied by KOMPAN. Polliwog Park Playground 2020.07.02 P.3 Site Location Manhattan Beach Middle School Begg Pool N Manhattan Beach Blvd. 19th St. N. R e d o n d o A v e . N. P e c k A v e . N. H e r r i n A v e . Site Location Flood-resistant paving and planting will refurbish an essential neighborhood playground; providing year- round use. The park itself is a large green feature within the residential neighborhood 284 38 I Lynwood Mega Playground I SWA The playground surfacing and ramps for the play structures are all certified accessible. 285 SWA l Lynwood Mega Playground I 39 Accessibility is critical for inclusive playgrounds Client: County of Los Angeles Department of Parks & Recreation Size: 20,066 SF Schedule: Project aims to be completed prior to Grant-Close Out in August of 2024 Design Services: 42 weeks Anticipated Construction Duration: 7 months Substantial Completion: November 2023 Project Acceptance: December 2023 Grant Close-Out: August 2024 Scope: Landscape Architecture Franklin D. Roosevelt Accessible Playground Replacement LOS ANGELES, CALIFORNIA The objective of the Franklin D. Roosevelt Playground Replacement Project is to replace the old playground infrastructure with new inclusive play structures and updated light fixtures. The project includes 5 playgrounds, two of which will be combined to create one large playground. There are two playgrounds for children aged 2-5 and another two for children aged 5-12. All new playground equipment installed, and newly graded ground surfacing is certified as fully accessible to make an inclusive playground. The theme for each playground was inspired by Southern California biomes, which are characterized by unique climates, vegetation, and wildlife, including forest, grassland, desert, and aquatic biomes. Each playground showcases a biome through the use of colors, play structures, and interpretive signage. SWA is providing full construction documentation service for the playground manufactuerer selected by the County of Los Angeles 286 40 I Lynwood Mega Playground I SWA Artistic interpretations of nature are placed throughout the park 287 SWA l Lynwood Mega Playground I 41 Exercise equipment is enjoyed by multiple generations Client: Trust for Public Land Size: 1.11 ac Schedule: 2016 - 2017 Scope: Landscape Architecture Sustainability Design Awards: ASLA Southern California Chapter Merit Award, Bicentennial Park, Hawthorne, CA, Design, 2018. Bicentennial Park HAWTHORNE, CALIFORNIA The City of Hawthorne has been home to many creative people in history: a legendary athlete and Olympian, Jim Thorpe; a world-famous movie star, Marilyn Monroe; and one of the most beloved American rock ‘n’ roll bands, The Beach Boys. The City is also at the center of the United States’ aerospace industry, home to Northrop Grumman and SpaceX. Yet today, more than 20% of the total population of Hawthorne lives below the poverty line and the community is victim to some of the worst environmental conditions in Southern California. Facilitated by The Trust for Public Land, the local community has worked for many years to redevelop the little-used and neglected Bicentennial Park property into a safe and welcoming recreational resource for city residents. Working closely with project stakeholders, SWA designers have developed a design for the park renovation inspired by Hawthorne’s history and heritage. Focusing on the playground as a main feature of the park, SWA proposed the concept “Where Creative Minds Grow.” Illustrative Master Plan of Bicentennial Park 288 42 I Lynwood Mega Playground I SWA 289 SWA l Lynwood Mega Playground I 43 Canyon Country Community Center SANTA CLARITA, CALIFORNIA; SWA PROJECT Located in the Los Angeles suburb of Santa Clarita, Canyon Country Community Center is slated to be a new hot spot for recreational activities in the neighborhood. SWA teamed with Gonzalez Goodale Architects to provide design documents for the site based on the previously developed master plan. Currently under construction, the site will provide a number of recreational features to the community, including a basketball court, children’s play areas, and outdoor plazas. Client: City of Santa Clarita Architect: Gonzalez Goodale Architects Size: 6.5 acres Schedule: 2016 - Ongoing Scope: Full Service Landscape Architecture 290 44 I Lynwood Mega Playground I SWA 291 SWA l Lynwood Mega Playground I 45 APPNEDIX: LICENSES AND CERTIFICATIONS BRIGHTVIEW DIR REGISTRATION BRIGHTVIEW CONTRACTOR LICESNSE 292 46 I Lynwood Mega Playground I SWA BRIGHTVIEW BONDING CAPACITY 293 SWA l Lynwood Mega Playground I 47 BRIGHTVIEW SAFETY RATING 294 48 I Lynwood Mega Playground I SWA SWA - PROFESSIONAL LICENSE FOR LANDSCAPE ARCHITECTURE (CALIFORNIA) 295 SWA l Lynwood Mega Playground I 49 KOMPAN - CONTRACTOR LICENSE 296 50 I Lynwood Mega Playground I SWA CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICA TE 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 HOL DER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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 right s to the certificate holder in lieu of such endorsement(s). PRODUCER Aon Risk Services Northeast, Inc. – New York Office 199 Water Street New York, NY 10038-3551 CONTACT NAME: PHONE (A/C No. Ext): (866) 283-7122 FAX (A/C, No): (800) 363-0105 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURED BrightView Landscape Development, Inc. INSURER A: ACE American Insurance Company 22667 INSURER B: ACE American Insurance Company 22667 INSURER C: ACE American Insurance Company 22667 INSURER D: American Guarantee & Liability 26247 INSURER E: INSURER F: 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 PER IOD 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. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YYYY) POLICY EXPIRATION DATE (MM/DD/YYYY) LIMITS A GENERAL LIABILITY EACH OCCURRENCE $2,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES (Ea occurrence) $2,000,000 CLAIMS MADE X OCCUR HDO G24555876 10/1/15 10/1/16 MED EXP (Any one person) $ 10,000 X CONTRACTUAL LIABILITY PERSONAL & ADV INJURY $2,000,000 X XCU HAZARD GENERAL AGGREGATE $4,000,000 GEN’L AGGREGATE LIMIT APPLIES PER: PRODUCTS – COMP/OP AGG $4,000,000 POLICY X PROJECT LOC B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $2,000,000 x ANY AUTO BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS H08878535 10/1/15 10/1/16 BODILY INJURY (Per accident) $ HIRED AUTOS NON –OWNED AUTOS PROPERTY DAMAGE (Per accident) $ PROPERTY DAMAGE (Per accident) D X UMBRELLA LIAB X OCCUR EACH OCCURENCE $as req. by contract EXCESS LIAB CLAIMS-MADE AUC 5085968-11 10/1/15 10/1/16 AGGREGATE $ as req. by contract DED RETENTION $ (Follows Form) C WORKERS’ COMPENSATION AND EMPLOYERS’ LIABILITY Y/N X X WC STATU- TORY LIMITS OTH-ER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N N/A C47855081 10/1/15 10/1/16 E.L. EACH ACCIDENT $2,000,000 (Mandatory in NH) If yes, describe under E.L. DISEASE – EA EMPLOYEE $2,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE – POLICY LIMIT $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required). Policy Provisions include a 30 day cancellation notice. SAMPLE FOR BID PURPOSES CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. (enter client name) (enter client street address) AUTHORIZED REPRESENTATIVE (enter client city state & zip) Aon Risk Services Northeast, Inc.. ACORD 25 (2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD BRIGHTVIEW SAMPLE COI 297 SWA l Lynwood Mega Playground I 51 INSR ADDL SUBRLTRINSRWVD DATE (MM/DD/YYYY) PRODUCER CONTACTNAME:FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person)$ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS AUTOS ONLYHIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH-STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 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. 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 any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE RLI Insurance Company Lloyds of London 6/24/2022 Greyling Ins. Brokerage/EPIC 3780 Mansell Road, Suite 370 Alpharetta, GA 30022 Carly Underwood 770.670.5324 770.670.5324 carly.underwood@greyling.com SWA Group 2200 Bridgeway Blvd. Sausalito, CA 94965 13056 085202 22-23 A X X X X PSB0006320 07/01/2022 07/01/2023 1,000,000 1,000,000 10,000 1,000,000 2,000,000 2,000,000 A X X PSA0002207 07/01/2022 07/01/2023 1,000,000 A X X X 0 PSE0002758 07/01/2022 07/01/2023 4,000,000 4,000,000 A N PSW0003590 07/01/2022 07/01/2023 X 1,000,000 1,000,000 1,000,000 B Professional Liability B1636P220006 07/01/2022 07/01/2023 Per Claim $2,000,000 Aggregate $4,000,000 Sample Certificate 1 of 1#S3306294/M3306015 SWAGROUPClient#: 25323 CUND1 SWA SAMPLE COI 298 52 I Lynwood Mega Playground I SWA POTENTIAL CONSTRUCTION STAGING PLAN 299 SWA l Lynwood Mega Playground I 53 300 Dallas Dubai Houston Laguna Beach Los Angeles New York SWA/Balsley San Francisco Sausalito Shanghai swagroup.com twitter.com/swagroup instagram.com/swagroup facebook.com/swagroup linkedin.com/company/swa-group 301 Lynwood Park –Mega Playground Phase 1 CITY OF LYNWOOD, CA 302 Design Build Services Proposal SPACE THEMED PLAYGROUND EXPANSION Presented by:In Partnership with:& 303 STATEMENT OF QUALIFICATIONS Since 1971, Landscape Structures Inc. has been the world’s leading manufacturer of commercial playground equipment. Our employee-owned company designs community and school playgrounds that encourage kids of all ages and abilities to learn persistence, leadership, competition, bravery, support, and empathy through play. We push the limits—of design, inclusion, play—to help kids realize there is no limit to what they can do today and in the future. For a better tomorrow, we play today. With thousands of playgrounds installed in the Southern California area, including over 50 inclusive play areas in the County of Los Angeles alone, Landscape Structures is an industry leader for designing and creating play for all. Our partnerships with organizations such as Inclusion Matters by Shane’s Inspiration, the STAR Institute, and The Miracle League have opened the way for municipalities everywhere to provide universally accessible play spaces that enrich lives. Furthermore, Landscape Structures has gathered a team of experts in the fields of child development, adaptive recreation, sensory play, and occupational therapy to form our Inclusive Play Advisory Board. They have been specifically engaged to provide valued guidance for the development of new products, concepts, and user experiences. Their input ensures that Landscape Structures continues to create play areas that address accessibility, age, and developmentally appropriate play activities, as well as sensory play. The Advisory Board shares their expert insights, best practices, latest research, and in-depth industry knowledge with us, helping to further advance the inclusive and sensory play movement. Inclusive play offers lasting benefits for children in their early years, especially focused on their four developmental skills: sensory, motor, cognitive, and social/emotional. All kids benefit from exploring the four defined areas of developmental skills at play. Multisensory experiences are beneficial because using more than one sense at a time helps build the brain more quickly. However, kids with disabilities may need to break that information into smaller parts. Some may require additional sensory input, others do better with less. Some may prefer to experience this input more frequently, others less frequently. That is why it is important for play areas—especially inclusive play areas—to provide a variety of age- appropriate developmental options for kids to choose from. With hundreds of inclusive playgrounds installed across the world, Landscape Structures is well-qualified and experienced as both a consultant and play equipment manufacturer in the design and construction of all types of play areas. Landscape Structures is a California Class-A licensed general contractor that has vast experience in designing accessible spaces and partners with landscape architects and construction firms capable of bringing those designs to reality. Landscape Structures and our partners can provide all services needed and prepare all required construction documents and plans per the specifications. Landscape Structures incorporates custom and standard play equipment with integrated and free-standing shade to create one-of-a-kind play space designs. We listen comprehensively and collaborate effectively to bring life to the design dreams, ideas, and needs of clients and communities worldwide. Landscape Structures and its resourceful team are vastly capable of effectively meeting the goals for the City of Lynwood’s proposed mega-playground project while completing it within established project budgets and schedules with unique style, industry-leading innovation, and passionate dedication. We look forward to the opportunity to collaborate with City of Lynwood staff on the creation of this amazing outdoor recreational destination playground for the kids of Lynwood and surrounding areas. We thank you for your time reviewing this response to the Lynwood Park Mega Playground Phase 1 Design Build RFP. (continued on next page)304 Landscape Structures maintains a strong status as an industry leader and will continue to be here for the City for generations to come. From our Landscape Structures and Aquatix facilities in Delano, Minnesota, to our SkyWays shade facility in Dallas, Texas, to our representative companies across the globe, our teams have proven time and time again that we make the best playgrounds in the world. We welcome the opportunity to prove that to the City’s staff and residents. Our innovative play and shade equipment will provide endless fun and imaginative play for a new generation of children in Lynwood. In addition to our in-house teams, we also have the finest installers and sub-contractors in the industry working with us daily to bring park and playground dreams to life. Our Certified Installers are trained year-round in how to properly turn your goals and our designs into reality. Our architectural, surfacing and installation auditing partners round out our team approach to completing projects, from pocket parks to destination playgrounds, on time and on budget. The experience and proven capabilities of our team members in the field can be seen at the thousands of Landscape Structures playgrounds installed worldwide, bringing our latest innovations to communities everywhere. Our people, process,and products are the result of a unique company culture. As an employee-owned business, we never settle for good enough. Each employee is committed to producing the highest-quality products available and feels empowered to make process changes that will ensure better productivity. Every decision counts. And we work hard to ensure that each piece leaving our facility is something we’re proud of and can stand behind for years to come. Nearly all our products are manufactured in America. It just makes sense. Keeping things close to home gives us greater control over quality, costs, and sustainability. But more than that, it provides jobs for people who are passionate about enriching local communities and investing in future generations. We’re proud to have a home in Delano, MN, and we’re proud to deliver on the American heritage of play and innovation to our customers. At Landscape Structures, we are also proud of the value we offer due to the low cost of ownership of our products. The durability and low maintenance requirements of our products make them a long-term, budget-friendly option for your playground. For those times when you do need a replacement part, our team will be there for you. Landscape Structures has the unique ability to manufacture any play component that it has ever created for the last 20+ years. So, whether it is an old part that needs replacing or a newer part that needs warranty service, we will be there for you as we have been for our customers for the past 52+ years. Continuous improvement is at the heart of our customer service philosophy. It's behind our industry-best order accuracy, on-time delivery record and flexibility. And it's how we can say with complete confidence:If you are not happy, we'll make things right—no matter what. More than just a contract, our warranty is our personal commitment that you'll be satisfied with your purchase now and far, far into the future. As an employee-owned company, we take great pride in the quality of everything we make. And we're so confident that you'll be delighted with your purchase that we back our products with the most comprehensive long-term warranties in the industry. In fact, our aluminum and steel posts have 100-year warranty coverage. It's just one more way we show how much we care about our customers and communities. You have the word of our more than 550 employee-owners. (continued on next page)305 We're also proud to lead the way in promoting healthy lifestyles for children and families, a cleaner environment,and strong communities. In our effort to create the most innovative and fun playground equipment, we never compromise on our commitment to manufacturing playground products that are safe for children as well as the environment.At every stage we work to exceed industry standards and expectations. We became the first U.S. playground equipment manufacturer and seventh company in Minnesota to achieve the highest standard for environmental commitment, ISO 14001:1998 Certification for conservation and recycling process, the 14001:2004 standard in 2005 and the updated standard 14001:2015 in 2017. Today, our mission of enhancing the lives of children through play while honoring the environment is more critical than ever as we address issues of environmental protection and childhood obesity that affect nearly every community. We are committed to working side by side with you to foster healthier kids and families, a cleaner planet, and vibrant, sustainable communities for the future. Since January 2008, Landscape Structures has partnered with American Forests to directly offset carbon dioxide (CO2) produced in our manufacturing processes. We make donations that are used to purchase trees to offset the total amount of CO2 generated for each play system made in our Delano, MN production facilities. Each year, we donate an average of more than 35,000 trees to American Forests. Our love of nature is even seen in our products. With in-house concrete capabilities, our durable GFRC products can bring the forest to the playground. This unique play style encourages kids to get outside with their friends and families and in-touch with nature. Contact us at your convenience with any questions or comments regarding this Design Build RFP Response. Please find contact information for Eric Lewis, your LSI Representative, on the Project Team page for RecWest Outdoor Products. If awarded this space-themed playground replacement project, LSI and RecWest will stand by the City of Lynwood in the years ahead—offering complimentary customer service for life, ensuring a safe, fun and memorable playground for decades to come. Thank you. 306 307 308 309 310 311 312 313 314 315 316 317 318 319 320 321 322 323 324 325 326 327 328 329 UNLESS OTHERWISE NOTED ON PLAN. The play components identified on this plan are IPEMA certified. (Unless model number is preceded with *) The use and layout of these components conform to the requirements of ASTM F1487. To verify product certification, visit www.ipema.org REQUIRED REQUIRED TOTAL DIFFERENT TYPES OF GROUND LEVEL COMPONENTS TOTAL ACCESSIBLE GROUND LEVEL COMPONENTS SHOWN TOTAL ELEVATED COMPONENTS ACCESSIBLE BY TRANSFERREQUIRED REQUIREDTOTAL ELEVATED COMPONENTS ACCESSIBLE BY RAMP TOTAL ELEVATED PLAY COMPONENTS 601 7th STREET SOUTH - P.O. BOX 198 PH: 1-800-328-0035 FAX: 1-763-972-6091DELANO, MINNESOTA 55328 SURFACING AREA OFACCESSIBLE/PROTECTIVE (POURED-IN-PLACE SUGGESTED) LANDSCAPE STRUCTURES, INC. COPYRIGHT: DESIGNED BY: DRAWING #: SYSTEM TYPE: THIS PLAY AREA DOES CONFORM TO IT IS THE MANUFACTURERS OPINION THAT THE A.D.A. ACCESSIBILITY STANDARDS, ASSUMING AN ACCESSIBLE PROTECTIVE SURFACING IS PROVIDED, AS INDICATED, OR WITHIN THE ENTIRE USE ZONE. THIS PLAY AREA & PLAY EQUIPMENT IS DESIGNED FOR AGES CHOOSE A PROTECTIVE SURFACING MATERIAL THAT HAS A CRITICAL HEIGHT VALUE TO MEET THE MAXIMUM FALL HEIGHT FOR THE EQUIPMENT (REF. ASTM F1487 STANDARD CONSUMER SAFETY PERFORMANCE SPECIFICATION FOR PLAYGROUND EQUIPMENT FOR PUBLIC USE, SECTION 8 CURRENT REVISION). THE SUBSURFACE MUST BE WELL DRAINED. IF THE SOIL DOES NOT DRAIN NATURALLY IT MUST BE TILED OR SLOPED 1/8" TO 1/4" PER FOOT TO A STORM SEWER OR A "FRENCH DRAIN". THIS CONCEPTUAL PLAN WAS BASED ON INFORMATION AVAILABLE TO US. PRIOR TO CONSTRUCTION, DETAILED SITE INFORMATION INCLUDING SITE DIMENSIONS, TOPOGRAPHY EXISTING UTILITIES, SOIL CONDITIONS, AND DRAINAGE SOLUTIONS SHOULD BE OBTAINED, EVALUATED, & UTILIZED IN THE FINAL DESIGN. PLEASE VERIFY ALL DIMENSIONS OF PLAY AREA, SIZE, ORIENTATION, AND LOCATION OF ALL EXISTING UTILITIES, EQUIPMENT, AND SITE FURNISHINGS PRIOR TO ORDERING. SLIDES SHOULD NOT FACE THE HOT AFTERNOON SUN. TOTAL ELEVATED PLAY COMPONENTS TOTAL ELEVATED COMPONENTS ACCESSIBLE BY RAMPREQUIRED TOTAL ELEVATED COMPONENTS ACCESSIBLE BY TRANSFERREQUIRED TOTAL ACCESSIBLE GROUND LEVEL COMPONENTS SHOWNREQUIRED TOTAL DIFFERENT TYPES OF GROUND LEVEL COMPONENTSREQUIRED 216 STAINLESS STEELTUBE SLIDE &CONCRETESLIDEEXIT 5" ARCH SWING221292 5" ARCH SWING221293 ADDITIONAL BAY 5" ARCH SWING221293 ADDITIONAL BAY 218671MOLDED SEAT(2-5)/HARNESSW/PROGUARD CHAINS8' BEAM HEIGHT 177351MOLDED SEAT/HARNESSW/PROGUARD CHAINS8' BEAM HEIGHT 174018 8' BEAM HEIGHTW/PROGUARD CHAINSBELT SEAT 174018 8' BEAM HEIGHTW/PROGUARD CHAINSBELT SEAT 176038 8' BEAM HEIGHTW/PROGUARD CHAINSFULL BUCKET SEAT 176038 8' BEAM HEIGHTW/PROGUARD CHAINSFULL BUCKET SEAT 72144 low e n d high e n d *CP016288PB PROSHIELD®PIPE BARRIERINFILL *CP016090PB 72"ROCKET SHIPENTRY LOLLIPOPCLIMBER, DB *CP016089PB 72"ROCKET SHIPENTRY LOOPARCH CLIMBER,DB *CP016088PB 72"ROCKET SHIPENTRY LOGOCLIMBER, DB *CP016087PB 72"ROCKET SHIPENTRY SNAKECLIMBER, DB *CP016086PB SET OF (4)ROCKET SHIPFINS WDIGIFUSE, DB *CP016082PBPLAYODYSSEYROCKET TOWER12' W/ ROOF,DB *CP016081PB TALLROCKET SPACETRAVEL PANELW BUBBLE,Above Deck *CP016079PB 84"CURVEDBUBBLE PANEL *CP016079PB 84"CURVEDBUBBLE PANEL *CP016079PB 84"CURVEDBUBBLE PANEL *CP016079PB 84"CURVEDBUBBLE PANEL *CP016079PB 84"CURVEDBUBBLE PANEL *CP016079PB 84"CURVEDBUBBLE PANEL *CP003412PB DIGIFUSE®SOLAR SYSTEMSIGN POSTTOPPER *CP006959PB 5-STEPDECK LINKWITH BARRIERS48" DECKDIFFERENCE *CP017594IND SPACEROVER, DB *CP006226IND GLOBALMOTION® WITHCENTER BAND-NO DIGIFUSE®PANELS, DB ® ® 249558WE-GO-ROUNDW/SPACEDIGIFUSEPANELS2 SEATSDB ONLY 130390DOUBLESWOOSH SLIDE ® *CP003080DTRFRIENDSHIPSWING/OODLESWING 265929HEDRA SCOUTW/POLYCARBONATE& PERF PANELS 12 62 46 42 37 TRANSFERPOINT LH LHSSEXIT PLATECONCRETE RAMP BERM120325 0 141683TENDERTUFF72" BENCH W/BACK 168099COZY DOME 128252LOOPLADDER 123284WIGGLE LADDER *CP003388PB 40" ABCCLIMBER WFLYING SAUCERACCENTS, DB 141683TENDERTUFF72" BENCH W/BACK 141683TENDERTUFF72" BENCH W/BACK 141683TENDERTUFF72" BENCH W/BACK 141683TENDERTUFF72" BENCH W/BACK STOP STOP STOPSTOP 5" ARCH SWING221293 ADDITIONAL BAY 174018 8' BEAM HEIGHTW/PROGUARD CHAINSBELT SEAT 174018 8' BEAM HEIGHTW/PROGUARD CHAINSBELT SEAT 265928HEDRA W/ALPINE,POLYCARBONATE &PERF PANELS 86 76 55 22 1/2 TRANSFERPOINT TRANSFERPOINT +10"ELEVATIONSIDEWALKREQUIRED HERE 24 16 16 EXTENSION EXTENSION16 8 EXTENSION8 8 EXTENSION 156232RAMP W/GUARDRAILAND CURBS (ASTM) 247179CURVASPINNERDB ONLY EXIT PLATECONCRETE RAMP BERM120325 0 ACCESSIBLE ROUTERAMP PROTECTIVE SURFACETOP OF EXIT PLATERAMP BERM OR COMPACTEDCONCRETE SLAB SUGGESTED RAMP BERM EXIT PLATE 8"/12" DECK TO GRADE/DB/RESILIENT SURFACING INSTALLATIONREFER TO RAMP BERM EXIT PLATE INSTALLATION SHEET AGGREGATE 16"HEIGHTPOD CLIMBER120711 16 237103FACET STEPPER14" HEIGHTDB ONLY 237934FACET BALANCEBEAM SINGLEDB ONLY 237103FACET STEPPER14" HEIGHTDB ONLY 166809E-POD/SEAT 16"HEIGHTPOD CLIMBER120711 168"HEIGHTPOD CLIMBER120710 816"HEIGHTPOD CLIMBER120711 16 8"HEIGHTPOD CLIMBER120710 8 16"HEIGHTPOD CLIMBER120711 16 16"HEIGHTPOD CLIMBER120711 16 166809E-POD/SEAT 237103FACET STEPPER14" HEIGHTDB ONLY 247189CHILL SPINNER 247189CHILL SPINNER 141683TENDERTUFF72" BENCH W/BACK 141683TENDERTUFF72" BENCH W/BACK 141683TENDERTUFF72" BENCH W/BACK 267724SKYWAYS SINGLE POSTHYPAR 12' X 12'W/8' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED 267724SKYWAYS SINGLE POSTHYPAR 12' X 12'W/8' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED ™ ™ ® 267724SKYWAYS SINGLE POSTHYPAR 12' X 12'W/8' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED 228213JINGLEMETALLOPHONE 228214WARBLE CHIMES 228217KETTLE JUNIORDRUM 250340CASCATA BELLS 228218KUNDU JUNIORDRUM 228215GOBLET JUNIORDRUM 182503WELCOME SIGN(LSI PROVIDED)2-5 YEARS 182503WELCOME SIGN(LSI PROVIDED)5-12 YEARS 277778WE-GO-SWINGW/1ACCESSIBLE BAY DB ONLY 10 111406ARCH ® ® REACH PANEL 135731SOUND CHIMES 164094BONGO REACHPANEL 164148RING-A-BELLREACH PANEL 191031CURB FORACCESSIBLE PANEL 191031CURB FORACCESSIBLE PANEL 191031CURB FORACCESSIBLE PANEL 127953 PANELSPERM HANDHOLD 127953 PANELSPERM HANDHOLD REACH PANEL 129043IMAGE REACH PANEL 127440TRAIL TRACKER 191031CURB FORACCESSIBLE PANEL 191031CURB FORACCESSIBLE PANEL PANELHOURGLASS123319 11624724" DECK DIFF.PERM. LADDER 165781TOWER EL SLIDEW/PIPE BARRIER1 VIEW TUBE144"DECK DB ONLY 111363TALK TUBEDIRECT BURY 111363TALK TUBEDIRECT BURY -111362TALK TUBE40' TUBING KIT 1 267724SKYWAYS SINGLE POSTHYPAR 12' X 12'W/8' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED 267724SKYWAYS SINGLE POSTHYPAR 12' X 12'W/8' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED 267726SKYWAYS SINGLE POSTHYPAR 16' X 16'W/12' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED ® ® ® ® 16 16EXTENSION EXTENSION16 *CP001203DTR DECK EXTFOR SWAY FUNGLIDER 156232RAMP W/GUARDRAILAND CURBS (ASTM) 8 156232RAMP W/GUARDRAILAND CURBS (ASTM) STEEL END PANELS 152907DECK LINKW/BARRIERS & THREE STEPS 40 48 40 EXTENSION 40 EXTENSION 40EXTENSION 40 EXTENSION TUNNEL SLIDE30" DIAMETER126367 111240BALCONY DECK 111240BALCONY DECK *CP000178 DTRPB MISSIONCONTROL PANEL 12253340-48" SPIRALCLIMBER 127953 PANELSPERM HANDHOLD 127953 PANELSPERM HANDHOLD 10"HEIGHTPOD CLIMBER158997 10 20"HEIGHTPOD CLIMBER158998 20 20"HEIGHTPOD CLIMBER158998 20 10"HEIGHTPOD CLIMBER158997 10 IND NOODLE POD164157 16" & 8" HIGH 816 8"HIGHIND NOODLE POD158108 217908DIGIFUSE BUBBLEPANEL000000010Space-WindowSpace-Cockpit 217908DIGIFUSE BUBBLEPANEL000000010Space-WindowSpace-Cockpit 177718RAIN SOUNDWHEEL PANEL 217909DIGIFUSE BARRIER000000001Space-Solar SystemSpace-Rocket 237934FACET BALANCEBEAM DOUBLEDB ONLY 237103FACET STEPPER14" HEIGHTDB ONLY 237103FACET STEPPER14" HEIGHTDB ONLY 237105FACET STEPPER28" HEIGHTDB ONLY 237104FACET STEPPER22" HEIGHTDB ONLY 237103FACET STEPPER14" HEIGHTDB ONLY 16 120901GRAB BAR 8 185852TRANSFERSTEP SPACE PANEL123483 ( ) ( ) 267723SKYWAYS SINGLE POSTHYPAR 10' X 10'W/14' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED 267723SKYWAYS SINGLE POSTHYPAR 10' X 10'W/14' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED 182504WELCOME SIGN5-12 YEARS 182504WELCOME SIGN5-12 YEARS 182504WELCOME SIGN2-5 YEARS ® ® ® ® ® ® ® 267726SKYWAYS SINGLE POSTHYPAR 16' X 16'W/14' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED AN ADDITIONAL 15".NOTE: BURY ITEM (PERM HH) (PERM HH) 2-5 AREA 5-12 AREA 2-5 AREA K.P . 1 K.P.1 K.P . 1 6"/8" RISE KICKPLATE(K.P.1) QTY. ( )3 K.P.1 6"/8" RISE KICKPLATE(K.P.1) QTY. ( )1 SCALE IN FEET: 0'5'10'20'40' 2-12 AREA 5-12 AREA 5-12 AREA 5-12 AREA 5-12 AREA 5-12 AREA 2-5 AREA 2-5 AREA 2-12 AREA 5-12 AREA 5-12 AREA 2-5 AREA UNLESS OTHERWISE NOTED ON PLAN. The play components identified on this plan are IPEMA certified. (Unless model number is preceded with *) The use and layout of these components conform to the requirements of ASTM F1487. To verify product certification, visit www.ipema.org REQUIRED REQUIRED TOTAL DIFFERENT TYPES OF GROUND LEVEL COMPONENTS TOTAL ACCESSIBLE GROUND LEVEL COMPONENTS SHOWN TOTAL ELEVATED COMPONENTS ACCESSIBLE BY TRANSFERREQUIRED REQUIREDTOTAL ELEVATED COMPONENTS ACCESSIBLE BY RAMP TOTAL ELEVATED PLAY COMPONENTS 601 7th STREET SOUTH - P.O. BOX 198 PH: 1-800-328-0035 FAX: 1-763-972-6091DELANO, MINNESOTA 55328 SURFACING AREA OFACCESSIBLE/PROTECTIVE (POURED-IN-PLACE SUGGESTED) LANDSCAPE STRUCTURES, INC. COPYRIGHT: DESIGNED BY: DRAWING #: SYSTEM TYPE: THIS PLAY AREA DOES CONFORM TO IT IS THE MANUFACTURERS OPINION THAT THE A.D.A. ACCESSIBILITY STANDARDS, ASSUMING AN ACCESSIBLE PROTECTIVE SURFACING IS PROVIDED, AS INDICATED, OR WITHIN THE ENTIRE USE ZONE. THIS PLAY AREA & PLAY EQUIPMENT IS DESIGNED FOR AGES CHOOSE A PROTECTIVE SURFACING MATERIAL THAT HAS A CRITICAL HEIGHT VALUE TO MEET THE MAXIMUM FALL HEIGHT FOR THE EQUIPMENT (REF. ASTM F1487 STANDARD CONSUMER SAFETY PERFORMANCE SPECIFICATION FOR PLAYGROUND EQUIPMENT FOR PUBLIC USE, SECTION 8 CURRENT REVISION). THE SUBSURFACE MUST BE WELL DRAINED. IF THE SOIL DOES NOT DRAIN NATURALLY IT MUST BE TILED OR SLOPED 1/8" TO 1/4" PER FOOT TO A STORM SEWER OR A "FRENCH DRAIN". THIS CONCEPTUAL PLAN WAS BASED ON INFORMATION AVAILABLE TO US. PRIOR TO CONSTRUCTION, DETAILED SITE INFORMATION INCLUDING SITE DIMENSIONS, TOPOGRAPHY EXISTING UTILITIES, SOIL CONDITIONS, AND DRAINAGE SOLUTIONS SHOULD BE OBTAINED, EVALUATED, & UTILIZED IN THE FINAL DESIGN. PLEASE VERIFY ALL DIMENSIONS OF PLAY AREA, SIZE, ORIENTATION, AND LOCATION OF ALL EXISTING UTILITIES, EQUIPMENT, AND SITE FURNISHINGS PRIOR TO ORDERING. SLIDES SHOULD NOT FACE THE HOT AFTERNOON SUN. TOTAL ELEVATED PLAY COMPONENTS TOTAL ELEVATED COMPONENTS ACCESSIBLE BY RAMPREQUIRED TOTAL ELEVATED COMPONENTS ACCESSIBLE BY TRANSFERREQUIRED TOTAL ACCESSIBLE GROUND LEVEL COMPONENTS SHOWNREQUIRED TOTAL DIFFERENT TYPES OF GROUND LEVEL COMPONENTSREQUIRED 216 STAINLESS STEELTUBE SLIDE &CONCRETESLIDEEXIT 5" ARCH SWING221292 5" ARCH SWING221293 ADDITIONAL BAY 5" ARCH SWING221293 ADDITIONAL BAY 218671MOLDED SEAT(2-5)/HARNESSW/PROGUARD CHAINS8' BEAM HEIGHT 177351MOLDED SEAT/HARNESSW/PROGUARD CHAINS8' BEAM HEIGHT 174018 8' BEAM HEIGHTW/PROGUARD CHAINSBELT SEAT 174018 8' BEAM HEIGHTW/PROGUARD CHAINSBELT SEAT 176038 8' BEAM HEIGHTW/PROGUARD CHAINSFULL BUCKET SEAT 176038 8' BEAM HEIGHTW/PROGUARD CHAINSFULL BUCKET SEAT 72144 low e n d high e n d *CP016288PB PROSHIELD®PIPE BARRIERINFILL *CP016090PB 72"ROCKET SHIPENTRY LOLLIPOPCLIMBER, DB *CP016089PB 72"ROCKET SHIPENTRY LOOPARCH CLIMBER,DB *CP016088PB 72"ROCKET SHIPENTRY LOGOCLIMBER, DB *CP016087PB 72"ROCKET SHIPENTRY SNAKECLIMBER, DB *CP016086PB SET OF (4)ROCKET SHIPFINS WDIGIFUSE, DB *CP016082PBPLAYODYSSEYROCKET TOWER12' W/ ROOF,DB *CP016081PB TALLROCKET SPACETRAVEL PANELW BUBBLE,Above Deck *CP016079PB 84"CURVEDBUBBLE PANEL *CP016079PB 84"CURVEDBUBBLE PANEL *CP016079PB 84"CURVEDBUBBLE PANEL *CP016079PB 84"CURVEDBUBBLE PANEL *CP016079PB 84"CURVEDBUBBLE PANEL *CP016079PB 84"CURVEDBUBBLE PANEL *CP003412PB DIGIFUSE®SOLAR SYSTEMSIGN POSTTOPPER *CP006959PB 5-STEPDECK LINKWITH BARRIERS48" DECKDIFFERENCE *CP017594IND SPACEROVER, DB *CP006226IND GLOBALMOTION® WITHCENTER BAND-NO DIGIFUSE®PANELS, DB ® ® 249558WE-GO-ROUNDW/SPACEDIGIFUSEPANELS2 SEATSDB ONLY 130390DOUBLESWOOSH SLIDE ® *CP003080DTRFRIENDSHIPSWING/OODLESWING 265929HEDRA SCOUTW/POLYCARBONATE& PERF PANELS 12 62 46 42 37 TRANSFERPOINT LH LHSSEXIT PLATECONCRETE RAMP BERM120325 0 141683TENDERTUFF72" BENCH W/BACK 168099COZY DOME 128252LOOPLADDER 123284WIGGLE LADDER *CP003388PB 40" ABCCLIMBER WFLYING SAUCERACCENTS, DB 141683TENDERTUFF72" BENCH W/BACK 141683TENDERTUFF72" BENCH W/BACK 141683TENDERTUFF72" BENCH W/BACK 141683TENDERTUFF72" BENCH W/BACK STOP STOP STOPSTOP 5" ARCH SWING221293 ADDITIONAL BAY 174018 8' BEAM HEIGHTW/PROGUARD CHAINSBELT SEAT 174018 8' BEAM HEIGHTW/PROGUARD CHAINSBELT SEAT 265928HEDRA W/ALPINE,POLYCARBONATE &PERF PANELS 86 76 55 22 1/2 TRANSFERPOINT TRANSFERPOINT +10"ELEVATIONSIDEWALKREQUIRED HERE 24 16 16 EXTENSION EXTENSION16 8 EXTENSION8 8 EXTENSION 156232RAMP W/GUARDRAILAND CURBS (ASTM) 247179CURVASPINNERDB ONLY EXIT PLATECONCRETE RAMP BERM120325 0 ACCESSIBLE ROUTERAMP PROTECTIVE SURFACETOP OF EXIT PLATERAMP BERM OR COMPACTEDCONCRETE SLAB SUGGESTED RAMP BERM EXIT PLATE 8"/12" DECK TO GRADE/DB/RESILIENT SURFACING INSTALLATIONREFER TO RAMP BERM EXIT PLATE INSTALLATION SHEET AGGREGATE 16"HEIGHTPOD CLIMBER120711 16 237103FACET STEPPER14" HEIGHTDB ONLY 237934FACET BALANCEBEAM SINGLEDB ONLY 237103FACET STEPPER14" HEIGHTDB ONLY 166809E-POD/SEAT 16"HEIGHTPOD CLIMBER120711 168"HEIGHTPOD CLIMBER120710 816"HEIGHTPOD CLIMBER120711 16 8"HEIGHTPOD CLIMBER120710 8 16"HEIGHTPOD CLIMBER120711 16 16"HEIGHTPOD CLIMBER120711 16 166809E-POD/SEAT 237103FACET STEPPER14" HEIGHTDB ONLY 247189CHILL SPINNER 247189CHILL SPINNER 141683TENDERTUFF72" BENCH W/BACK 141683TENDERTUFF72" BENCH W/BACK 141683TENDERTUFF72" BENCH W/BACK 267724SKYWAYS SINGLE POSTHYPAR 12' X 12'W/8' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED 267724SKYWAYS SINGLE POSTHYPAR 12' X 12'W/8' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED ™ ™ ® 267724SKYWAYS SINGLE POSTHYPAR 12' X 12'W/8' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED 228213JINGLEMETALLOPHONE 228214WARBLE CHIMES 228217KETTLE JUNIORDRUM 250340CASCATA BELLS 228218KUNDU JUNIORDRUM 228215GOBLET JUNIORDRUM 182503WELCOME SIGN(LSI PROVIDED)2-5 YEARS 182503WELCOME SIGN(LSI PROVIDED)5-12 YEARS 277778WE-GO-SWINGW/1ACCESSIBLE BAY DB ONLY 10 111406ARCH ® ® REACH PANEL 135731SOUND CHIMES 164094BONGO REACHPANEL 164148RING-A-BELLREACH PANEL 191031CURB FORACCESSIBLE PANEL 191031CURB FORACCESSIBLE PANEL 191031CURB FORACCESSIBLE PANEL 127953 PANELSPERM HANDHOLD 127953 PANELSPERM HANDHOLD REACH PANEL 129043IMAGE REACH PANEL 127440TRAIL TRACKER 191031CURB FORACCESSIBLE PANEL 191031CURB FORACCESSIBLE PANEL PANELHOURGLASS123319 11624724" DECK DIFF.PERM. LADDER 165781TOWER EL SLIDEW/PIPE BARRIER1 VIEW TUBE144"DECK DB ONLY 111363TALK TUBEDIRECT BURY 111363TALK TUBEDIRECT BURY -111362TALK TUBE40' TUBING KIT 1 267724SKYWAYS SINGLE POSTHYPAR 12' X 12'W/8' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED 267724SKYWAYS SINGLE POSTHYPAR 12' X 12'W/8' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED 267726SKYWAYS SINGLE POSTHYPAR 16' X 16'W/12' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED ® ® ® ® 16 16EXTENSION EXTENSION16 *CP001203DTR DECK EXTFOR SWAY FUNGLIDER 156232RAMP W/GUARDRAILAND CURBS (ASTM) 8 156232RAMP W/GUARDRAILAND CURBS (ASTM) STEEL END PANELS 152907DECK LINKW/BARRIERS & THREE STEPS 40 48 40 EXTENSION 40 EXTENSION 40EXTENSION 40 EXTENSION TUNNEL SLIDE30" DIAMETER126367 111240BALCONY DECK 111240BALCONY DECK *CP000178 DTRPB MISSIONCONTROL PANEL 12253340-48" SPIRALCLIMBER 127953 PANELSPERM HANDHOLD 127953 PANELSPERM HANDHOLD 10"HEIGHTPOD CLIMBER158997 10 20"HEIGHTPOD CLIMBER158998 20 20"HEIGHTPOD CLIMBER158998 20 10"HEIGHTPOD CLIMBER158997 10 IND NOODLE POD164157 16" & 8" HIGH 816 8"HIGHIND NOODLE POD158108 217908DIGIFUSE BUBBLEPANEL000000010Space-WindowSpace-Cockpit 217908DIGIFUSE BUBBLEPANEL000000010Space-WindowSpace-Cockpit 177718RAIN SOUNDWHEEL PANEL 217909DIGIFUSE BARRIER000000001Space-Solar SystemSpace-Rocket 237934FACET BALANCEBEAM DOUBLEDB ONLY 237103FACET STEPPER14" HEIGHTDB ONLY 237103FACET STEPPER14" HEIGHTDB ONLY 237105FACET STEPPER28" HEIGHTDB ONLY 237104FACET STEPPER22" HEIGHTDB ONLY 237103FACET STEPPER14" HEIGHTDB ONLY 16 120901GRAB BAR 8 185852TRANSFERSTEP SPACE PANEL123483 ( ) ( ) 267723SKYWAYS SINGLE POSTHYPAR 10' X 10'W/14' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED 267723SKYWAYS SINGLE POSTHYPAR 10' X 10'W/14' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED 182504WELCOME SIGN5-12 YEARS 182504WELCOME SIGN5-12 YEARS 182504WELCOME SIGN2-5 YEARS ® ® ® ® ® ® ® 267726SKYWAYS SINGLE POSTHYPAR 16' X 16'W/14' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED AN ADDITIONAL 15".NOTE: BURY ITEM (PERM HH) (PERM HH) 2-5 AREA 5-12 AREA 2-5 AREA K.P . 1 K.P.1 K.P . 1 6"/8" RISE KICKPLATE(K.P.1) QTY. ( )3 K.P.1 6"/8" RISE KICKPLATE(K.P.1) QTY. ( )1 SCALE IN FEET: 0'5'10'20'40' 2-12 AREA 5-12 AREA 5-12 AREA 5-12 AREA 5-12 AREA 5-12 AREA 2-5 AREA 2-5 AREA 2-12 AREA 5-12 AREA 5-12 AREA 2-5 AREA Lynwood Park -Mega Playground Phase 1 OVERHEAD VIEW 330 UNLESS OTHERWISE NOTED ON PLAN. The play components identified on this plan are IPEMA certified. (Unless model number is preceded with *) The use and layout ofthese components conform to therequirements of ASTM F1487. To verifyproduct certification, visit www.ipema.org REQUIRED REQUIRED TOTAL DIFFERENT TYPES OF GROUND LEVEL COMPONENTS TOTAL ACCESSIBLE GROUND LEVEL COMPONENTS SHOWN TOTAL ELEVATED COMPONENTS ACCESSIBLE BY TRANSFERREQUIRED REQUIREDTOTAL ELEVATED COMPONENTS ACCESSIBLE BY RAMP TOTAL ELEVATED PLAY COMPONENTS 601 7th STREET SOUTH - P.O. BOX 198 PH: 1-800-328-0035 FAX: 1-763-972-6091DELANO, MINNESOTA 55328 SURFACING AREA OFACCESSIBLE/PROTECTIVE (POURED-IN-PLACE SUGGESTED) LANDSCAPE STRUCTURES, INC.COPYRIGHT: DESIGNED BY: DRAWING #: SYSTEM TYPE: THIS PLAY AREA DOES CONFORM TO IT IS THE MANUFACTURERS OPINION THAT THE A.D.A. ACCESSIBILITY STANDARDS, ASSUMING AN ACCESSIBLE PROTECTIVESURFACING IS PROVIDED, AS INDICATED, OR WITHIN THE ENTIRE USE ZONE. THIS PLAY AREA & PLAY EQUIPMENT IS DESIGNED FOR AGES CHOOSE A PROTECTIVE SURFACING MATERIAL THATHAS A CRITICAL HEIGHT VALUE TO MEET THE MAXIMUM FALL HEIGHT FOR THE EQUIPMENT (REF.ASTM F1487 STANDARD CONSUMER SAFETYPERFORMANCE SPECIFICATION FOR PLAYGROUNDEQUIPMENT FOR PUBLIC USE, SECTION 8 CURRENT REVISION). THE SUBSURFACE MUST BE WELLDRAINED. IF THE SOIL DOES NOT DRAIN NATURALLY IT MUST BE TILED OR SLOPED 1/8" TO 1/4" PER FOOT TO A STORM SEWER OR A "FRENCH DRAIN". THIS CONCEPTUAL PLAN WAS BASED ONINFORMATION AVAILABLE TO US. PRIOR TOCONSTRUCTION, DETAILED SITE INFORMATION INCLUDING SITE DIMENSIONS, TOPOGRAPHY EXISTINGUTILITIES, SOIL CONDITIONS, AND DRAINAGESOLUTIONS SHOULD BE OBTAINED, EVALUATED, &UTILIZED IN THE FINAL DESIGN. PLEASE VERIFY ALLDIMENSIONS OF PLAY AREA, SIZE, ORIENTATION, ANDLOCATION OF ALL EXISTING UTILITIES, EQUIPMENT,AND SITE FURNISHINGS PRIOR TO ORDERING. SLIDES SHOULD NOT FACE THE HOT AFTERNOON SUN. TOTAL ELEVATED PLAY COMPONENTS TOTAL ELEVATED COMPONENTS ACCESSIBLE BY RAMPREQUIRED TOTAL ELEVATED COMPONENTS ACCESSIBLE BY TRANSFERREQUIRED TOTAL ACCESSIBLE GROUND LEVEL COMPONENTS SHOWNREQUIRED TOTAL DIFFERENT TYPES OF GROUND LEVEL COMPONENTSREQUIRED 216 STAINLESS STEELTUBE SLIDE &CONCRETESLIDEEXIT 5" ARCH SWING221292 5" ARCH SWING221293 ADDITIONAL BAY 5" ARCH SWING221293 ADDITIONAL BAY 218671MOLDED SEAT(2-5)/HARNESSW/PROGUARD CHAINS8' BEAM HEIGHT 177351MOLDED SEAT/HARNESSW/PROGUARD CHAINS8' BEAM HEIGHT 174018 8' BEAM HEIGHTW/PROGUARD CHAINSBELT SEAT 174018 8' BEAM HEIGHTW/PROGUARD CHAINSBELT SEAT 176038 8' BEAM HEIGHTW/PROGUARD CHAINSFULL BUCKET SEAT 176038 8' BEAM HEIGHTW/PROGUARD CHAINSFULL BUCKET SEAT 72144 low end high en d *CP016288PB PROSHIELD®PIPE BARRIERINFILL *CP016090PB 72"ROCKET SHIPENTRY LOLLIPOPCLIMBER, DB *CP016089PB 72"ROCKET SHIPENTRY LOOPARCH CLIMBER,DB *CP016088PB 72"ROCKET SHIPENTRY LOGOCLIMBER, DB *CP016087PB 72"ROCKET SHIPENTRY SNAKECLIMBER, DB *CP016086PB SET OF (4)ROCKET SHIPFINS WDIGIFUSE, DB *CP016082PBPLAYODYSSEYROCKET TOWER12' W/ ROOF,DB *CP016081PB TALLROCKET SPACETRAVEL PANELW BUBBLE,Above Deck *CP016079PB 84"CURVEDBUBBLE PANEL *CP016079PB 84"CURVEDBUBBLE PANEL *CP016079PB 84"CURVEDBUBBLE PANEL *CP016079PB 84"CURVEDBUBBLE PANEL *CP016079PB 84"CURVEDBUBBLE PANEL *CP016079PB 84"CURVEDBUBBLE PANEL *CP003412PB DIGIFUSE®SOLAR SYSTEMSIGN POSTTOPPER *CP006959PB 5-STEPDECK LINKWITH BARRIERS48" DECKDIFFERENCE *CP017594IND SPACEROVER, DB *CP006226IND GLOBALMOTION® WITHCENTER BAND-NO DIGIFUSE®PANELS, DB ® ® 249558WE-GO-ROUNDW/SPACEDIGIFUSEPANELS2 SEATSDB ONLY 130390DOUBLESWOOSH SLIDE ® *CP003080DTRFRIENDSHIPSWING/OODLESWING 265929HEDRA SCOUTW/POLYCARBONATE& PERF PANELS 12 62 46 4237 TRANSFERPOINT LH LHSSEXIT PLATECONCRETE RAMP BERM120325 0 141683TENDERTUFF72" BENCH W/BACK 168099COZY DOME 128252LOOPLADDER 123284WIGGLE LADDER *CP003388PB 40" ABCCLIMBER WFLYING SAUCERACCENTS, DB 141683TENDERTUFF72" BENCH W/BACK 141683TENDERTUFF72" BENCH W/BACK 141683TENDERTUFF72" BENCH W/BACK 141683TENDERTUFF72" BENCH W/BACK ST O P STOP STOP ST O P 5" ARCH SWING221293 ADDITIONAL BAY 174018 8' BEAM HEIGHTW/PROGUARD CHAINSBELT SEAT 174018 8' BEAM HEIGHTW/PROGUARD CHAINSBELT SEAT 265928HEDRA W/ALPINE,POLYCARBONATE &PERF PANELS 86 76 55 22 1/2 TRANSFERPOINT TRANSFERPOINT +10"ELEVATIONSIDEWALKREQUIREDHERE 24 16 16EXTENSION EXTENSION16 8 EXTENSION8 8EXTENSION 156232RAMP W/GUARDRAILAND CURBS (ASTM) 247179CURVASPINNERDB ONLY EXIT PLATECONCRETE RAMP BERM120325 0 ACCESSIBLE ROUTERAMP PROTECTIVE SURFACETOP OF EXIT PLATERAMP BERM OR COMPACTEDCONCRETE SLAB SUGGESTED RAMP BERM EXIT PLATE8"/12" DECK TO GRADE/DB/RESILIENT SURFACING INSTALLATIONREFER TO RAMP BERM EXIT PLATE INSTALLATION SHEET AGGREGATE 16"HEIGHTPOD CLIMBER120711 16 237103FACET STEPPER14" HEIGHTDB ONLY 237934FACET BALANCEBEAM SINGLEDB ONLY 237103FACET STEPPER14" HEIGHTDB ONLY 166809E-POD/SEAT 16"HEIGHTPOD CLIMBER120711 168"HEIGHTPOD CLIMBER120710 816"HEIGHTPOD CLIMBER120711 16 8"HEIGHTPOD CLIMBER120710 8 16"HEIGHTPOD CLIMBER120711 16 16"HEIGHTPOD CLIMBER120711 16 166809E-POD/SEAT 237103FACET STEPPER14" HEIGHTDB ONLY 247189CHILL SPINNER 247189CHILL SPINNER 141683TENDERTUFF72" BENCH W/BACK 141683TENDERTUFF72" BENCH W/BACK 141683TENDERTUFF72" BENCH W/BACK 267724SKYWAYS SINGLE POSTHYPAR 12' X 12'W/8' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED 267724SKYWAYS SINGLE POSTHYPAR 12' X 12'W/8' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED ™ ™ ® 267724SKYWAYS SINGLE POSTHYPAR 12' X 12'W/8' ENTRANCENOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED 228213JINGLEMETALLOPHONE 228214WARBLE CHIMES 228217KETTLE JUNIORDRUM 250340CASCATA BELLS 228218KUNDU JUNIORDRUM 228215GOBLET JUNIORDRUM 182503WELCOME SIGN(LSI PROVIDED)2-5 YEARS 182503WELCOME SIGN(LSI PROVIDED)5-12 YEARS 277778WE-GO-SWINGW/1ACCESSIBLE BAY DB ONLY 10 111406ARCH ® ® REACH PANEL 135731SOUND CHIMES 164094BONGO REACHPANEL 164148RING-A-BELLREACH PANEL 191031CURB FORACCESSIBLE PANEL 191031CURB FORACCESSIBLE PANEL 191031CURB FORACCESSIBLE PANEL 127953 PANELSPERM HANDHOLD127953 PANELSPERM HANDHOLD REACH PANEL 129043IMAGE REACH PANEL 127440TRAIL TRACKER 191031CURB FORACCESSIBLE PANEL 191031CURB FORACCESSIBLE PANEL PANELHOURGLASS123319 11624724" DECK DIFF.PERM. LADDER 165781TOWER EL SLIDEW/PIPE BARRIER1 VIEW TUBE144"DECK DB ONLY 111363TALK TUBEDIRECT BURY 111363TALK TUBEDIRECT BURY -111362TALK TUBE40' TUBING KIT 1 267724SKYWAYS SINGLE POSTHYPAR 12' X 12'W/8' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED 267724SKYWAYS SINGLE POSTHYPAR 12' X 12'W/8' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED 267726SKYWAYS SINGLE POSTHYPAR 16' X 16'W/12' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED ® ® ® ® 16 16EXTENSION EXTENSION16 *CP001203DTR DECK EXTFOR SWAY FUNGLIDER 156232RAMP W/GUARDRAILAND CURBS (ASTM) 8 156232RAMP W/GUARDRAILAND CURBS (ASTM) STEEL END PANELS 152907DECK LINKW/BARRIERS & THREE STEPS 40 48 40EXTENSION 40EXTENSION 40EXTENSION 40EXTENSION TUNNEL SLIDE30" DIAMETER126367 111240BALCONY DECK 111240BALCONY DECK *CP000178 DTRPB MISSIONCONTROL PANEL 12253340-48" SPIRALCLIMBER 127953 PANELSPERM HANDHOLD 127953 PANELSPERM HANDHOLD 10"HEIGHTPOD CLIMBER15899710 20"HEIGHTPOD CLIMBER158998 20 20"HEIGHTPOD CLIMBER158998 20 10"HEIGHTPOD CLIMBER158997 10 IND NOODLE POD164157 16" & 8" HIGH 816 8"HIGHIND NOODLE POD158108 217908DIGIFUSE BUBBLEPANEL000000010Space-WindowSpace-Cockpit 217908DIGIFUSE BUBBLEPANEL000000010Space-WindowSpace-Cockpit 177718RAIN SOUNDWHEEL PANEL 217909DIGIFUSE BARRIER000000001Space-Solar SystemSpace-Rocket 237934FACET BALANCEBEAM DOUBLEDB ONLY 237103FACET STEPPER14" HEIGHTDB ONLY 237103FACET STEPPER14" HEIGHTDB ONLY 237105FACET STEPPER28" HEIGHTDB ONLY 237104FACET STEPPER22" HEIGHTDB ONLY 237103FACET STEPPER14" HEIGHTDB ONLY 16 120901GRAB BAR 8185852TRANSFERSTEP SPACE PANEL123483 ( ) ( ) 267723SKYWAYS SINGLE POSTHYPAR 10' X 10'W/14' ENTRANCENOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED 267723SKYWAYS SINGLE POSTHYPAR 10' X 10'W/14' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED 182504WELCOME SIGN5-12 YEARS 182504WELCOME SIGN5-12 YEARS 182504WELCOME SIGN2-5 YEARS ® ® ® ® ® ® ® 267726SKYWAYS SINGLE POSTHYPAR 16' X 16'W/14' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED AN ADDITIONAL 15".NOTE: BURY ITEM (PERM HH) (PERM HH) 2-5 AREA 5-12 AREA 2-5 AREA K.P. 1 K.P.1 K.P. 1 6"/8" RISE KICKPLATE(K.P.1) QTY. ( )3 K.P.1 6"/8" RISE KICKPLATE(K.P.1) QTY. ( )1 SCALE IN FEET: 0'5'10'20'40' 2-12 AREA 5-12 AREA 5-12 AREA 5-12 AREA 5-12 AREA 5-12 AREA 2-5 AREA 2-5 AREA 2-12 AREA 5-12 AREA 5-12 AREA 2-5 AREA UNLESS OTHERWISE NOTED ON PLAN. The play components identified on this plan are IPEMA certified. (Unless model number is preceded with *) The use and layout ofthese components conform to therequirements of ASTM F1487. To verifyproduct certification, visit www.ipema.org REQUIRED REQUIRED TOTAL DIFFERENT TYPES OF GROUND LEVEL COMPONENTS TOTAL ACCESSIBLE GROUND LEVEL COMPONENTS SHOWN TOTAL ELEVATED COMPONENTS ACCESSIBLE BY TRANSFERREQUIRED REQUIREDTOTAL ELEVATED COMPONENTS ACCESSIBLE BY RAMP TOTAL ELEVATED PLAY COMPONENTS 601 7th STREET SOUTH - P.O. BOX 198 PH: 1-800-328-0035 FAX: 1-763-972-6091DELANO, MINNESOTA 55328 SURFACING AREA OFACCESSIBLE/PROTECTIVE (POURED-IN-PLACE SUGGESTED) LANDSCAPE STRUCTURES, INC.COPYRIGHT: DESIGNED BY: DRAWING #: SYSTEM TYPE: THIS PLAY AREA DOES CONFORM TO IT IS THE MANUFACTURERS OPINION THAT THE A.D.A. ACCESSIBILITY STANDARDS, ASSUMING AN ACCESSIBLE PROTECTIVESURFACING IS PROVIDED, AS INDICATED, OR WITHIN THE ENTIRE USE ZONE. THIS PLAY AREA & PLAY EQUIPMENT IS DESIGNED FOR AGES CHOOSE A PROTECTIVE SURFACING MATERIAL THATHAS A CRITICAL HEIGHT VALUE TO MEET THE MAXIMUM FALL HEIGHT FOR THE EQUIPMENT (REF.ASTM F1487 STANDARD CONSUMER SAFETYPERFORMANCE SPECIFICATION FOR PLAYGROUNDEQUIPMENT FOR PUBLIC USE, SECTION 8 CURRENT REVISION). THE SUBSURFACE MUST BE WELLDRAINED. IF THE SOIL DOES NOT DRAIN NATURALLY IT MUST BE TILED OR SLOPED 1/8" TO 1/4" PER FOOT TO A STORM SEWER OR A "FRENCH DRAIN". THIS CONCEPTUAL PLAN WAS BASED ONINFORMATION AVAILABLE TO US. PRIOR TOCONSTRUCTION, DETAILED SITE INFORMATION INCLUDING SITE DIMENSIONS, TOPOGRAPHY EXISTINGUTILITIES, SOIL CONDITIONS, AND DRAINAGESOLUTIONS SHOULD BE OBTAINED, EVALUATED, &UTILIZED IN THE FINAL DESIGN. PLEASE VERIFY ALLDIMENSIONS OF PLAY AREA, SIZE, ORIENTATION, ANDLOCATION OF ALL EXISTING UTILITIES, EQUIPMENT,AND SITE FURNISHINGS PRIOR TO ORDERING. SLIDES SHOULD NOT FACE THE HOT AFTERNOON SUN. TOTAL ELEVATED PLAY COMPONENTS TOTAL ELEVATED COMPONENTS ACCESSIBLE BY RAMPREQUIRED TOTAL ELEVATED COMPONENTS ACCESSIBLE BY TRANSFERREQUIRED TOTAL ACCESSIBLE GROUND LEVEL COMPONENTS SHOWNREQUIRED TOTAL DIFFERENT TYPES OF GROUND LEVEL COMPONENTSREQUIRED 216 STAINLESS STEELTUBE SLIDE &CONCRETESLIDEEXIT 5" ARCH SWING221292 5" ARCH SWING221293 ADDITIONAL BAY 5" ARCH SWING221293 ADDITIONAL BAY 218671MOLDED SEAT(2-5)/HARNESSW/PROGUARD CHAINS8' BEAM HEIGHT 177351MOLDED SEAT/HARNESSW/PROGUARD CHAINS8' BEAM HEIGHT 174018 8' BEAM HEIGHTW/PROGUARD CHAINSBELT SEAT 174018 8' BEAM HEIGHTW/PROGUARD CHAINSBELT SEAT 176038 8' BEAM HEIGHTW/PROGUARD CHAINSFULL BUCKET SEAT 176038 8' BEAM HEIGHTW/PROGUARD CHAINSFULL BUCKET SEAT 72144 low end high en d *CP016288PB PROSHIELD®PIPE BARRIERINFILL *CP016090PB 72"ROCKET SHIPENTRY LOLLIPOPCLIMBER, DB *CP016089PB 72"ROCKET SHIPENTRY LOOPARCH CLIMBER,DB *CP016088PB 72"ROCKET SHIPENTRY LOGOCLIMBER, DB *CP016087PB 72"ROCKET SHIPENTRY SNAKECLIMBER, DB *CP016086PB SET OF (4)ROCKET SHIPFINS WDIGIFUSE, DB *CP016082PBPLAYODYSSEYROCKET TOWER12' W/ ROOF,DB *CP016081PB TALLROCKET SPACETRAVEL PANELW BUBBLE,Above Deck *CP016079PB 84"CURVEDBUBBLE PANEL *CP016079PB 84"CURVEDBUBBLE PANEL *CP016079PB 84"CURVEDBUBBLE PANEL *CP016079PB 84"CURVEDBUBBLE PANEL *CP016079PB 84"CURVEDBUBBLE PANEL *CP016079PB 84"CURVEDBUBBLE PANEL *CP003412PB DIGIFUSE®SOLAR SYSTEMSIGN POSTTOPPER *CP006959PB 5-STEPDECK LINKWITH BARRIERS48" DECKDIFFERENCE *CP017594IND SPACEROVER, DB *CP006226IND GLOBALMOTION® WITHCENTER BAND-NO DIGIFUSE®PANELS, DB ® ® 249558WE-GO-ROUNDW/SPACEDIGIFUSEPANELS2 SEATSDB ONLY 130390DOUBLESWOOSH SLIDE ® *CP003080DTRFRIENDSHIPSWING/OODLESWING 265929HEDRA SCOUTW/POLYCARBONATE& PERF PANELS 12 62 46 4237 TRANSFERPOINT LH LHSSEXIT PLATECONCRETE RAMP BERM120325 0 141683TENDERTUFF72" BENCH W/BACK 168099COZY DOME 128252LOOPLADDER 123284WIGGLE LADDER *CP003388PB 40" ABCCLIMBER WFLYING SAUCERACCENTS, DB 141683TENDERTUFF72" BENCH W/BACK 141683TENDERTUFF72" BENCH W/BACK 141683TENDERTUFF72" BENCH W/BACK 141683TENDERTUFF72" BENCH W/BACK ST O P STOP STOP ST O P 5" ARCH SWING221293 ADDITIONAL BAY 174018 8' BEAM HEIGHTW/PROGUARD CHAINSBELT SEAT 174018 8' BEAM HEIGHTW/PROGUARD CHAINSBELT SEAT 265928HEDRA W/ALPINE,POLYCARBONATE &PERF PANELS 86 76 55 22 1/2 TRANSFERPOINT TRANSFERPOINT +10"ELEVATIONSIDEWALKREQUIREDHERE 24 16 16EXTENSION EXTENSION16 8 EXTENSION8 8EXTENSION 156232RAMP W/GUARDRAILAND CURBS (ASTM) 247179CURVASPINNERDB ONLY EXIT PLATECONCRETE RAMP BERM120325 0 ACCESSIBLE ROUTERAMP PROTECTIVE SURFACETOP OF EXIT PLATERAMP BERM OR COMPACTEDCONCRETE SLAB SUGGESTED RAMP BERM EXIT PLATE8"/12" DECK TO GRADE/DB/RESILIENT SURFACING INSTALLATIONREFER TO RAMP BERM EXIT PLATE INSTALLATION SHEET AGGREGATE 16"HEIGHTPOD CLIMBER120711 16 237103FACET STEPPER14" HEIGHTDB ONLY 237934FACET BALANCEBEAM SINGLEDB ONLY 237103FACET STEPPER14" HEIGHTDB ONLY 166809E-POD/SEAT 16"HEIGHTPOD CLIMBER120711 168"HEIGHTPOD CLIMBER120710 816"HEIGHTPOD CLIMBER120711 16 8"HEIGHTPOD CLIMBER120710 8 16"HEIGHTPOD CLIMBER120711 16 16"HEIGHTPOD CLIMBER120711 16 166809E-POD/SEAT 237103FACET STEPPER14" HEIGHTDB ONLY 247189CHILL SPINNER 247189CHILL SPINNER 141683TENDERTUFF72" BENCH W/BACK 141683TENDERTUFF72" BENCH W/BACK 141683TENDERTUFF72" BENCH W/BACK 267724SKYWAYS SINGLE POSTHYPAR 12' X 12'W/8' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED 267724SKYWAYS SINGLE POSTHYPAR 12' X 12'W/8' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED ™ ™ ® 267724SKYWAYS SINGLE POSTHYPAR 12' X 12'W/8' ENTRANCENOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED 228213JINGLEMETALLOPHONE 228214WARBLE CHIMES 228217KETTLE JUNIORDRUM 250340CASCATA BELLS 228218KUNDU JUNIORDRUM 228215GOBLET JUNIORDRUM 182503WELCOME SIGN(LSI PROVIDED)2-5 YEARS 182503WELCOME SIGN(LSI PROVIDED)5-12 YEARS 277778WE-GO-SWINGW/1ACCESSIBLE BAY DB ONLY 10 111406ARCH ® ® REACH PANEL 135731SOUND CHIMES 164094BONGO REACHPANEL 164148RING-A-BELLREACH PANEL 191031CURB FORACCESSIBLE PANEL 191031CURB FORACCESSIBLE PANEL 191031CURB FORACCESSIBLE PANEL 127953 PANELSPERM HANDHOLD127953 PANELSPERM HANDHOLD REACH PANEL 129043IMAGE REACH PANEL 127440TRAIL TRACKER 191031CURB FORACCESSIBLE PANEL 191031CURB FORACCESSIBLE PANEL PANELHOURGLASS123319 11624724" DECK DIFF.PERM. LADDER 165781TOWER EL SLIDEW/PIPE BARRIER1 VIEW TUBE144"DECK DB ONLY 111363TALK TUBEDIRECT BURY 111363TALK TUBEDIRECT BURY -111362TALK TUBE40' TUBING KIT 1 267724SKYWAYS SINGLE POSTHYPAR 12' X 12'W/8' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED 267724SKYWAYS SINGLE POSTHYPAR 12' X 12'W/8' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED 267726SKYWAYS SINGLE POSTHYPAR 16' X 16'W/12' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED ® ® ® ® 16 16EXTENSION EXTENSION16 *CP001203DTR DECK EXTFOR SWAY FUNGLIDER 156232RAMP W/GUARDRAILAND CURBS (ASTM) 8 156232RAMP W/GUARDRAILAND CURBS (ASTM) STEEL END PANELS 152907DECK LINKW/BARRIERS & THREE STEPS 40 48 40EXTENSION 40EXTENSION 40EXTENSION 40EXTENSION TUNNEL SLIDE30" DIAMETER126367 111240BALCONY DECK 111240BALCONY DECK *CP000178 DTRPB MISSIONCONTROL PANEL 12253340-48" SPIRALCLIMBER 127953 PANELSPERM HANDHOLD 127953 PANELSPERM HANDHOLD 10"HEIGHTPOD CLIMBER15899710 20"HEIGHTPOD CLIMBER158998 20 20"HEIGHTPOD CLIMBER158998 20 10"HEIGHTPOD CLIMBER158997 10 IND NOODLE POD164157 16" & 8" HIGH 816 8"HIGHIND NOODLE POD158108 217908DIGIFUSE BUBBLEPANEL000000010Space-WindowSpace-Cockpit 217908DIGIFUSE BUBBLEPANEL000000010Space-WindowSpace-Cockpit 177718RAIN SOUNDWHEEL PANEL 217909DIGIFUSE BARRIER000000001Space-Solar SystemSpace-Rocket 237934FACET BALANCEBEAM DOUBLEDB ONLY 237103FACET STEPPER14" HEIGHTDB ONLY 237103FACET STEPPER14" HEIGHTDB ONLY 237105FACET STEPPER28" HEIGHTDB ONLY 237104FACET STEPPER22" HEIGHTDB ONLY 237103FACET STEPPER14" HEIGHTDB ONLY 16 120901GRAB BAR 8185852TRANSFERSTEP SPACE PANEL123483 ( ) ( ) 267723SKYWAYS SINGLE POSTHYPAR 10' X 10'W/14' ENTRANCENOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED 267723SKYWAYS SINGLE POSTHYPAR 10' X 10'W/14' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED 182504WELCOME SIGN5-12 YEARS 182504WELCOME SIGN5-12 YEARS 182504WELCOME SIGN2-5 YEARS ® ® ® ® ® ® ® 267726SKYWAYS SINGLE POSTHYPAR 16' X 16'W/14' ENTRANCE NOTE: THE SKYWAYS SINGLE POST HYPAR IS NOT IPEMA CERTIFIED AN ADDITIONAL 15".NOTE: BURY ITEM (PERM HH) (PERM HH) 2-5 AREA 5-12 AREA 2-5 AREA K.P. 1 K.P.1 K.P. 1 6"/8" RISE KICKPLATE(K.P.1) QTY. ( )3 K.P.1 6"/8" RISE KICKPLATE(K.P.1) QTY. ( )1 SCALE IN FEET: 0'5'10'20'40' 2-12 AREA 5-12 AREA 5-12 AREA 5-12 AREA 5-12 AREA 5-12 AREA 2-5 AREA 2-5 AREA 2-12 AREA 5-12 AREA 5-12 AREA 2-5 AREA 331 332 Please Note: NOT ALL ASPECTS OF THIS PROPOSAL ARE SHOWN IN THE 3D RENDERS, SUCH AS FENCING & AMENITIES. 333 Please Note: NOT ALL ASPECTS OF THIS PROPOSAL ARE SHOWN IN THE 3D RENDERS, SUCH AS FENCING & AMENITIES. 334 Lynwood Park PLAYGROUND EQUIPMENT Models shown include standard play products only. Lynwood Park Phase 1 Model Information Lynwood, CA May 9, 2023 1174058-01-01 Double Swoosh Slide® Tunnel Slide Deck Link w/Steel Barriers Loop Ladder w/Permalene® Handholds Panel Vertical Ladder Spiral Climber Wiggle Ladder w/Permalene® Handholds Ramp w/Guardrails Balcony Deck Custom 12’ Rocket Ship Tower with Tunnel Slide, Double Slide & Sensory Tunnel 335 Lynwood Mission Control Center & Sway Fun Star Ship Models shown include standard play products only. Lynwood Park Phase 1 Model Information Lynwood, CA May 9, 2023 1174058-01-01 Bongo Reach Panel Chimes Reach Panel Curb DigiFuse® Barrier Panel DigiFuse® Bubble Panel Handhold Panel Hourglass Panel Image Reach Panel Rain Sound Wheel Panel™ Lynwood Park PLAYGROUND EQUIPMENT 336 Models shown include standard play products only. Lynwood Park Phase 1 Model Information Lynwood, CA May 9, 2023 1174058-01-01 Ring-a-Bell™ Reach Panel Space Travel Panel Trail Tracker® Reach Panel E-Pod® Step Grab Bar Talk Tube (Direct Bury) 12' Tower El Slide Hedra® Scout Hedra® 10’ Hedra®Single Tower with Stainless Steel Tunnel Slide & Concrete Slide Exit Lynwood Park PLAYGROUND EQUIPMENT 337 Lynwood Park PLAYGROUND EQUIPMENT Models shown include standard play products only. Lynwood Park Phase 1 Model Information Lynwood, CA May 9, 2023 1174058-01-01 Facet® Stepper 14" Facet® Stepper 22" Facet® Stepper 28" Noodle Pod® Step Noodle Pod® Steps (2) Pod Climber® 10" Pod Climber® 16" Pod Climber® 20" Pod Climber® 8" Global Motion Accessible Group Spinner 338 Custom Moon Rover with Satellite Dish plus Navigation & Communication Panels Models shown include standard play products only. Lynwood Park Phase 1 Model Information Lynwood, CA May 9, 2023 1174058-01-01 Cozy Dome® Rhapsody® Cascata® Bells Rhapsody® Goblet Drum Junior Rhapsody® Jingle® Metallophone Rhapsody® Kettle Drum Junior Rhapsody® Kundu Drum Junior Rhapsody® Warble® Chimes Chill® Spinner Curva® Spinner Lynwood Park PLAYGROUND EQUIPMENT 339 Models shown include standard play products only. Lynwood Park Phase 1 Model Information Lynwood, CA May 9, 2023 1174058-01-01 We-Go-Round® with DigiFuse® Panels 5" Arch Swing Frame 5" Arch Swing Frame Additional Bay Belt Seat w/Chains Full Bucket Seat w/Chains Molded Bucket Seat (2-5 yrs) w/Harness and w/Chains Molded Bucket Seat (5-12 yrs) w/Harness and w/Chains We-Go-Swing® Facet® Balance Beam Combination Friendship Swing & Oodle Swing Lynwood Park PLAYGROUND EQUIPMENT 340 Lynwood Park Playground MADE IN THE U.S.A. STATEMENT Lynwood Park Phase 1 Made in the U.S.A. Statement Lynwood, CA May 5, 2023 1174058-01-01 Total Product Made in the U.S.A. 99% Calculation includes standard play products only. *Our fabrication, rotomolding, welding and painting operations in Delano, Minnesota, U.S.A. produce the vast majority of our standard play components. 341 SPACE-THEMED DESIGN This Design Build Proposal was developed with RHA Landscape Architects-Planners to address the playground expansion notes and additional site needs as a highly experienced team. The render process used was not able to incorporate the site amenities and fixtures that have been accounted for in the Fee Proposal. The following design aspects are included in the proposed cost. •Additional Site Furnishings, appropriate for the size of the site •Drinking Fountains •4’ Perimeter fencing and gates for the main and swing set play areas •Removal of three trees (two mature trees and one young tree) •Planting six new trees •New LED light poles along sidewalks Our team would also like to recommend some design ideas for Lynwood Park that were not included in this proposal. •Themed Landscape Areas •Create a full moonscape play environment with boulders and rocks, decomposed granite, as well as interesting, strange, and other-worldly plants •Interpretative Educational Panels •Such as about the solar system or the history of space travel •Art or Space Travel Artifacts •Incorporated in and around the play environment •QR Codes •Links to additional space related educational information •Sensory Plants •To stimulate senses such as smell, sight, touch and sound •Perimeter Fencing •Placed away from the play equipment to enclose and secure the complete play environment •Custom Shade Panels •With Space themed images such as meteors or planets •Custom Themed Site Furnishings •Unique amenities customized for Lynwood Park •Misting Stations •To simulate a Decontamination Chamber and provide cooling •Shade and Trellis Structures with Solar Panels •With a look like launch pads or space stations that actually provide power to the play environment 342 SITE AMENITIES Destination playgrounds draw daily crowds of excited children with their dedicated parents and caretakers for an afternoon or possible full day of fun and recreation in the park. Planning and design for these big play sites requires including much more for the park than just fantastic play equipment and shade for protection from the sun. Whether it is benches to offer respite while watching kids play, picnic tables to provide a lunch spot, bike racks to secure “kid transportation”, trash and recycling receptacles to help keep the park clean, or drinking fountains to refresh active young bodies—including plentiful site amenities is a definite necessity in any large park and playground design. Our collaborative design approach encourages the inclusion of City staff in the specification process for the many site amenities that will be needed to offer a thoughtful, amazing, and comfortable open space for park-goers. While not specifically shown in the design images, the proposed cost for this project includes a budget allotment to provide enough high-quality site amenities for a site of this size. Available options from DuMor Site Furnishings include many styles of bench and table seating, receptacles, bicycle racks, and even planters. Murdock Manufacturing offers an array of drinking fountain options to provide hydration at just the right height for kids, adults, wheelchair-users, and even pets. And of course everything will be installed with the same level of care and detail as the inclusive play equipment. You have our word. 343 PROJECT TEAM RecWest Outdoor Products Inc. 31316 Via Colinas, Suite 118 Westlake Village, CA 91362 (818) 735-3838 info@recwest.com www.recwest.com Contact: Eric Lewis, Playground Consultant, CPSI (818) 735-3838 eric@recwest.com LSI is the Primary Contractor providing this Proposal as well as a commercial playground equipment manufacturer. RecWest is the sole representative for LSI in the County of Los Angeles. As a proven project manager, playground consultant, and sales representative for much of the County of LA, including the City of Lynwood, Eric Lewis will be the primary contact for this project. His most recently completed playground is the 15,000 SF West Creek Park Inclusive Play Area in Santa Clarita. Recent Projects: Admiral Kidd Park Inclusive Playground, City of Long Beach Farnsworth Park, Altadena, Los Angeles County Dept of Parks & Recreation Greater Whittier Aquatic Center Playground, Whittier, Los Angeles County Dept of Public Works Lincoln Park Inclusive Playground, Long Beach Civic Center, City of Long Beach Lucinda Garcia Park, City of Monrovia West Creek Park Inclusive Play Area, Valencia, City of Santa Clarita Representing: Landscape Structures Inc. (LSI) 601 7th Street Delano, MN 55328 (763) 972-3391 www.playlsi.com CA Class A Licensed Contractor #840892, exp. 6/30/2024 344 PROJECT TEAM RHA Landscape Architects-Planners, Inc. 6800 Indiana Avenue, Suite 245 Riverside, CA 92506 (951) 781-1930 www.rhala.com Contact: Doug Grove, President President, California Park and Recreation Society (2022-23) dougg@rhala.com Greg Meek, Principal gregm@rhala.com Sub-Consultant team member that will provide landscape architecture design services and arrange site survey and other services. RHA is LEED certified and a leader in the design of energy efficient, water wise parks and public spaces. RHA actively encourages the employment of environmentally friendly sustainable design practices and consults clients to use sustainable technologies and products to achieve innovative, resource conserving, maintenance friendly facilities which provide long term budget savings. Recent Projects: Acacia Park, City of El Segundo Concourse Park, City of Lake Forest Lucinda Garcia Park, City of Monrovia Marine Park Inclusive Playground, City of Santa Monica Orange Terrace Community Park, City of Riverside Stagecoach Park, City of Corona 345 PROJECT TEAM Play Foundations, Inc. 1330 N. Melrose Drive, Suite F Vista, CA 92083 (760) 295-8645 info@playfoundations.com www.playfoundations.com Contact: Jack Cox, President (760) 295-8645 Office (760)420-9689 Mobile jack@playfoundations.com Sub-Contractor team member that will provide site construction and equipment installation services. Since 2004, Play Foundations has been a preferred playground and site amenity installer committed to taking play area designs from concept to completion with top notch construction services. Handling installation, site work, and maintenance for private and public clients, their crew members take pride in the details and in making sure that areas are safe so that kids can go about their business of having fun. Play Foundations always finds their inner child with each play structure that gets installed. They strive for the highest standards of workmanship and stand by their finished product with warranties to match. Recent Projects: Admiral Kidd Park Inclusive Playground, City of Long Beach Blind Children’s Center Playground, City of Los Angeles Greater Whittier Aquatic Center Playground, Whittier, Los Angeles County Dept of Public Works Lincoln Park Inclusive Playground, Long Beach Civic Center, City of Long Beach Ramona Gardens CDC Playground, HACLA, City of Los Angeles Construction Team (50 years combined experience): Bill Weigel, Construction Project Manager Noel Velazquez,Superintendent Forest Tracko, Accounting Patty Velazquez, Administration 346 PROJECT TEAM SpectraTurf 555 South Promenade Avenue Corona, CA 92879 (800) 875-5788 www.spectraturf.com Contact: Mark Hollowell, Sales Representative (951) 741-4234 mbhollowell@spectraturf.com Sub-Contractor team member that will provide and install the unitary rubber safety surfacing for the playground. SpectraTurf is an innovative leader in manufacturing and installing rubberized playground safety surfacing, utilizing both pre- consumer and post-consumer reclaimed material components. SpectraTurf is a subsidiary of Pennsylvania-based Ecore International. Ecore and its subsidiaries are the largest processors and users of recycled rubber in the western hemisphere. Recent Projects: Farnsworth Park, Altadena,Los Angeles County Lincoln Park Inclusive Playground, Long Beach Civic Center, City of Long Beach Marine Park Inclusive Playground, City of Santa Monica Ninjago Training Camp, Legoland, Carlsbad Playa Vista Sports Park, Playa Vista, City of Los Angeles West Creek Park Inclusive Play Area, Valencia, City of Santa Clarita West Hollywood Park –Phase II, City of West Hollywood 347 Dore Burry Project Manager—Capital Projects Group County of Los Angeles Dept of Parks and Recreation (626) 588-5321 dburry@parks.lacounty.gov Ongoing Projects w/ Landscape Structures: Enterprise Park, Jesse Owens Park, Mona Park Tina Cherry Director of Library, Parks and Recreation Division City of Monrovia Community Services Team (626) 256-8226 tcherry@ci.monrovia.ca.us Recent Project w/ Landscape Structures & RHA: Lucinda Garcia Park REFERENCES Linda Cogswell Architectural Associate City of Santa Monica Architecture Division (310) 458-2205 x8728 linda.cogswell@smgov.net Recent Project w/ Landscape Structures & RHA: Marine Park Inclusive Playground Jorge Gutierrez, PLA Project Manager—Capital Projects Group County of Los Angeles Dept of Parks and Recreation (626) 588-5325 jgutierrez2@parks.lacounty.gov Ongoing Projects w/ Landscape Structures: East Rancho Dominguez Park, G.W. Carver Park Diane Silva Project Manager—Capital Projects Group County of Los Angeles Dept of Parks and Recreation (626) 588-5331 dsilva@parks.lacounty.gov Ongoing Project w/ Landscape Structures: Colonel Leon Washington Park 348 Enterprise Park Col Washington Park Jesse Owens Park Mona Park PROJECT REFERENCES West Creek Park Inclusive Play Area Marine Park Inclusive Playground East Rancho Dominguez Park George Washington Carver Park Lucinda Garcia Park Greater Whittier Aquatic Center Playground 349 FEE PROPOSAL PROJECT SCHEDULECity of Lynwood - Ph. 1 Mega Playground Area Page 1 of Exported on May 11, 2023 12:55:52 PM PDT Playground Equipment and Site Amenities:$1,542,875 Design, Engineering & Additional Services:$ 238,729 Construction & Installation Services:$1,408,451 Unitary Rubber Safety Surfacing:$ 458,238 Performance Bond:$ 107,893 Contingency:$ 185,215 DESIGN-BUILD SERVICES PROPOSAL TOTAL:$3,941,401 350 We make the best playgrounds in the world! Why? To us,there’s no question about why we’re committed to creating the best playgrounds in the world. Because play shapes kids into better adults. Through play, kids learn about themselves. They learn how to interact with others. They develop physically and emotionally, and establish behaviors that they will carry throughout their lives. Play is one of the most organic ways kids learn, and we have the opportunity to be part of that. Why do we make the best playgrounds in the world? Because play is everything. For a better tomorrow,we play today. 351 CITY OF LYNWOOD CONSTRUCTION AGREEMENT FOR CONSTRUCTION OF PROJECT NO. ______________ ENTITLED “________________________________________” This agreement (the “Agreement”) is made and entered into on this _____ day of ______________, 20___ by and between the City of Lynwood, a California Municipal Corporation ("City") and ______________________________, a ____________ ("Contractor"). City and Contractor are sometimes hereinafter referred to individually as a “Party” and collectively as the “Parties.” R E C I T A LS City and Contractor, based upon the mutual promises contained herein, do hereby agree as follows: I. CONTRACT DOCUMENTS This Agreement consists of the following Contract Documents, the terms and conditions of which are expressly incorporated as component parts of this Agreement as if herein set out in full or attached hereto: A.Notice Informal Inviting Design-Built Proposal Dated __________________ B.Instructions to Bidders. C.Addenda. D.Contractor’s Proposal and Workers’ Compensation Certificate dated ________________, _______, and all other Documents attached thereto, including but not limited to: 1. Bid Schedule(s) 2. List of Subcontractors 3. Anti-Trust Claim 4. Non-Collusion Affidavit 5. Bidder’s General Information 6. Bid Bond (Bid Security Form) 7. Bidder’s Insurance Statement E.Payment Bond. No. ________________. F.Performance Bond. No. ________________. G.Certificates/Proof of Insurance and Endorsements. H.Certified Copy of the Lynwood City Council Resolution, ________. I.Notice of Award dated ________________. J.Notice to Proceed dated ________________. K The Plans (Contract Drawings). L.Special Provisions M.Standard Specifications for Public Works Construction, “Greenbook” latest Edition. N.Appendices A through E of the Contract Documents. O.Reference Specifications. P Approved and Fully Executed Change Orders. Landscape Structures Inc.Minnesota corporation 352 Q.The Director of the Department of Industrial Relations’ Determination of Prevailing Wage Rates for Public Works for each craft or type of worker required to perform the Work under this Agreement. 353 II. CONTRACT PRICE The City agrees to pay, and the Contractor agrees to accept as full payment for the Work outlined in the Contract Documents, the Contract Price of ____________________________________ ($_______________) subject to additions and deductions, if any, made in accordance with said Contract Documents. Progress payments shall not be made more often than once each thirty (30) days, nor shall progress payments paid be in excess of ninety percent (90%) of the Contract Price at time of completion. Final payment to Contractor will be processed thirty-five (35) days after the City has recorded the Notice of Completion. Contractor may, upon Contractor's written request, and approved by the City Council, at Contractor's expense, deposit substitute securities, as stated in Government Code Section 16430, and as authorized by Public Contract Code, Section 22300, in lieu of retention monies withheld to insure performance. Payment of undisputed amounts due under this Agreement, including the final payment due hereunder, is contingent upon the Contractor furnishing to the City an unconditional release by the Contractor of all claims against the City arising by virtue of this Agreement related to those amounts. Disputed claims in stated amounts may be specifically excluded by Contractor from the operation of any release. No payment, final or otherwise, shall operate to release the Contractor or its sureties from obligations arising under this Agreement or the bonds and warranties furnished hereunder. No payment shall be construed as an acceptance of any of the Work or of defective or improper materials. III. BONDS Within ten (10) calendar days of receiving the Notice of Award and prior to Contractor’s commencement of the Work, Contractor shall furnish to City, using the forms set forth in the Bid Documents, a Labor and Materials Payment Bond in an amount equal to one hundred percent (100%) of the Contract Price, and a Performance Bond in an amount equal to one hundred percent (100%) of the Contract Price, said bonds to be in conformance with the Contract Documents, including but not limited to, the General Specifications and Subsection 2.2.2 of the Special Provisions. 354 IV. INDEMNITY Contractor shall defend (with counsel of City’s choosing), indemnify and hold the City, its respective elected and appointed boards, officials, officers, agents, employees, representatives and volunteers (individually and collectively referred to hereinafter as “Indemnitees”) free and harmless from any and all claims, demands, causes of action, costs, expenses, liabilities, losses, damages or injuries, in law or equity, regardless of whether the allegations are false, fraudulent, or groundless, to property or persons, including wrongful death, to the extent arising out of or incident to any acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Work or this Agreement, including claims made by subcontractors for nonpayment, including without limitation the payment of all consequential damages and attorney fees and other related costs and expenses. Contractor shall defend, at Contractor’s own cost, expense and risk, with counsel of City’s choosing, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against Indemnitees. To the extent of its liability, Contractor shall pay and satisfy any judgment, award or decree that may be rendered against Indemnitees in any such suit, action or other legal proceeding. Contractor shall reimburse Indemnitees for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. The only limitations on this provision shall be those imposed by California Civil Code Section 2782. This obligation to indemnify and defend Indemnitees as set forth herein shall survive the termination of this Agreement and is in addition to any rights which City may have under the law. This indemnity is effective without reference to the existence or applicability of any insurance coverages which may have been required under this Agreement or any additional insured endorsements which may extend to City. V. INSURANCE Without limiting Contractor’s indemnification of Indemnitees as set forth in Section IV of this Agreement, Contractor shall obtain, provide and maintain, at its own expense, the types and amounts of insurance described in Subsection 2.7.2 of the Special Provisions of the Contract Documents. Such insurance shall be in force prior to Contractor commencing any Work under this Agreement and shall remain in force for the duration of this Agreement and for any other such period as may be required herein. Contractor shall provide proof of the required insurance coverage and the endorsements specified in Subsection 2.7.2 of the Special Provisions within ten (10) calendar days of receipt of the Notice of Award. VI. INELIGIBLE SUBCONTRACTORS In accordance with the provisions of Section 6109 of the California Public Contract Code, Contractor agrees that it shall not perform any work under this Agreement with a subcontractor who is ineligible to perform work on a public works contract pursuant to Sections 1777.1 and 1777.7 of the California Labor Code. Contractor further acknowledges that any contract on a public works project entered into between a contractor and debarred subcontractor is void as a matter of law, and a debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works 355 contract. Any public money that is paid or may have been paid to a debarred subcontractor by a Contractor for work performed on this Project shall be returned to the City. The Contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who have been allowed to work on the Project. VII. COMMENCEMENT OF WORK AND LIQUIDATED DAMAGES The Contractor shall commence the Work required by this Agreement within ten (10) calendar days of the date specified in the Notice to Proceed from the City, and shall complete all Work as specified in the Contract Documents within __________ (___) WORKING DAYS from the date in said Notice. City and Contractor have discussed the provisions of Government Code Section 53069.85 and the damages that may be incurred by City if the Work is not completed within the time specified in this Agreement. The City and Contractor hereby represent that at the time of signing this Agreement, it is impracticable and extremely difficult to fix the actual damage which will be incurred by City if the Work is not completed within the number of working days allowed. Accordingly, City and Contractor agree that the sum of $500.00 per calendar day is a reasonable sum to assess as Liquidated Damages to City by reason of the failure of Contractor to complete the Work within the time specified. VIII. CERTIFICATION UNDER LABOR CODE SECTION 1861 By signing this Agreement, Contractor makes the following certification required by Section 1861 of the California Labor Code: “I am aware of the provisions of Section 3700 of the California Labor Code which requires every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of any Work under this Agreement.” IX. APPRENTICES The Contractor acknowledges that, in accordance with Section 1777.5 of the State Labor Code, he/she will be held responsible for compliance with the provisions of this Section for all apprenticeable occupations. X. SUBSTITUTION OF SUBCONTRACTORS The Contractor hereby agrees to reimburse the City for costs incurred by the City in the substitution of subcontractors. Where a hearing is held pursuant to the provisions of Section 4100 et seq. of the Public Contract Code by the City or a duly appointed hearing officer, the Clerk of the City of Lynwood shall prepare and certify a statement of all costs incurred by the City for investigation and conduct of the hearing, including the costs of any hearing officer and shorthand reporter appointed. The statement shall then be sent to the Contractor, who shall reimburse the City for such costs. If not paid separately, such reimbursement may be deducted from any money due and owing to the Contractor prior to the City’s acceptance of the Project. 356 XI. LICENSES Contractor acknowledges and agrees that Contractor must have all appropriate contractor's licenses. The contractor further warrants and represents that he/she/they has/have the appropriate contractor's license to pursue the work hereunder. Contractor's failure to have or maintain all appropriate licenses during the entire term of this Agreement shall be cause for the immediate and summary termination of this Agreement by City. Contractor shall be liable for all City's costs incurred to complete the Work under this Agreement in the event of such termination. XII.EMPLOYMENT DISCRIMINATION PROHIBITED Pursuant to California Labor Code Section 1735 and other applicable provisions of law, the Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, political affiliation, or sexual orientation in the performance of Work under this Agreement. The Contractor will take affirmative action to insure that employees are treated during employment or training without regard to their of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, political affiliation or sexual orientation. XIII. PREVAILING WAGES The Contractor is aware of the requirements of Labor Code Sections 1720 et seq. and 1770 et seq., as well as California Code of Regulations, Title 8, Section 16000 et seq. (“Prevailing Wage Laws”), which require the payment of prevailing wage rates and the performance of other requirements on certain “public works” and “maintenance” projects. Since the work covered by this Agreement involves an applicable “public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and since the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws as set forth in the foregoing statutes and in the Special Provisions of the Contract Documents. XIV. AUTHORITY TO EXECUTE The person or persons executing this Agreement on behalf of Contractor warrants and represents he/she/they has/have the authority to execute this Agreement on behalf of his/her/their corporation, partnership, or business entity and warrants and represents that he/she/they has/have the authority to bind Contractor to the performance of its obligations hereunder. 357 XV. ASSIGNMENT; GOVERNING LAW This Agreement may not be assigned by Contractor, in whole or in part, without the prior written consent of the City. This Agreement and any dispute arising hereunder shall be governed by the law of the state of California. XVI. NOTICES Any notices, bills, invoices, or reports required by this Agreement shall be deemed received on (a) the day of delivery if delivered by hand during Contractor’s regular business hours or by facsimile before or during Contractor’s regular business hours; or (b) on the third business day following deposit in the United States mail, postage prepaid, to the addresses set forth below, or to such other addresses as the Parties may, from time to time, designate in writing pursuant to the provisions of this Section. City Contractor City of Lynwood _______________________________ Attn: City Engineer Attn: ___________________________ 11750 Alameda Street _______________________________ Lynwood, CA 90262 _______________________________ Fax No. (310) 635-0493 Fax No.________________________ XVII. ATTORNEYS FEES Should either Party bring any action to protect or enforce its rights under this Agreement or the Contract Documents, the prevailing party in such action shall be entitled to recover, in addition to all other relief, its reasonable attorney’s fees and costs. XVIII. WARRANTY All Work shall be warranted by Contractor against defective workmanship and materials for a period of one (1) year form the date the Work is accepted as complete by the Lynwood City Council. The contractor shall replace or repair any such defective work in a manner satisfactory to Engineer, following notice from Engineer specifying the work to be done and the time in which replacement or repair shall be completed. If Contractor fails to make such replacement or repair within the time specified in the notice, the City may perform the needed repairs and Contractor’s sureties shall be liable for the cost thereof. XIX. ENTIRE AGREEMENT, WAIVER AND MODIFICATION This Agreement contains the completely final, entire, and exclusive agreement between the Parties with respect to the subject matter hereof, and no waiver, alteration, or modification of any of the provisions hereof or rights to act hereunder shall be binding unless made in writing signed by both Parties. Any attempted modification, amendment, or alteration in violation hereof shall be void. Landscape Structures In.c ontract dinistrator t Stree S eano M 358 359 1.4.2 CONTRACT PERFORMANCE BOND (CALIFORNIA PUBLIC WORKS) KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the City of Lynwood (referred to hereinafter as "City") has entered into an Agreement dated ___________________ (referred to hereinafter as the “Agreement”) with _______________________ (hereinafter designated as “Contractor” or "Principal"), for construction of, ______________________________________________, Project No. ________________. (hereafter referred to as the “Project”). WHEREAS, the Work to be performed by the Contractor is more particularly set forth in the Agreement for the Project, the terms and conditions of which, including those set forth in the Contract Documents incorporated as component parts the of Agreement, are expressly incorporated herein by this reference; and WHEREAS, the Contractor is required by the Agreement to perform the terms thereof and to provide a bond both for the performance and guaranty thereof. NOW, THEREFORE, we, , the undersigned Contractor, as Principal, and , a corporation organized and existing under the laws of the State of , and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto City in the penal sum of _______________________________________________ Dollars ($_______________) lawful money of the United States, said sum being not less than 100 percent of the total amount payable by the City under the terms of the Agreement, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the bounden Principal, his/her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the undertakings, terms, covenants, conditions and agreements set forth in the Agreement and any alteration thereof made as therein provided, on his/her or its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill the one-year guarantee of all materials and workmanship; and indemnify and save harmless the City, its officers, officials, employees, authorized agents and volunteers, as stipulated in the Agreement, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. In the event suit is brought on this bond, said Surety will pay to City a reasonable attorney's fee to be fixed by the Court. 360 As a condition precedent to the satisfactory completion of the Agreement, unless otherwise provided for in the Agreement, the above obligation shall hold good for a period of one (1) year after the acceptance of the Work by City, during which time if Contractor shall fail to make full, complete, and satisfactory repair and replacements and totally protect the City from loss or damage resulting from or caused by defective materials or faulty workmanship. The obligations of Surety hereunder shall continue so long as any obligation of Contractor remains. Nothing herein shall limit the City’s rights or the Contractor or Surety’s obligations under the Contract, law or equity, including, but not limited to, California Code of Civil Procedure section 337.15. Whenever Contractor shall be, and is declared by the City to be, in default under the Agreement, the Surety shall remedy the default pursuant to the Agreement, or shall promptly, at the City’s option: (1)Take over and complete the Project in accordance with all terms and conditions in the Agreement; or (2)Obtain a bid or bids for completing the Project in accordance with all terms and conditions in the Contract Documents and upon determination by Surety of the lowest responsive and responsible bidder, arrange for a Contract between such bidder, the Surety and the City, and make available as Work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term “balance of the contract price” as used in this paragraph shall mean the total amount payable to Contractor by the City under the Agreement and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. (3)Permit the City to complete the Project in any manner consistent with California law and make available as Work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term “balance of the contract price” as used in this paragraph shall mean the total amount payable to Contractor by the City under the Agreement and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. Surety expressly agrees that the City may reject any contractor or subcontractor which may be proposed by Surety in fulfillment of its obligations in the event of default by the Contractor. The said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Agreement, or to the Project or to the Work to be performed thereunder, or the Specifications accompanying the same, shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement, or to the Project, or to the Work or to the Specifications. Said Surety also hereby waives the provisions of sections 2819 and 2845 of the California Civil Code. 361 No final settlement between the City and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, the above-bounden parties have executed this instrument this _____ day of _______________, ________, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. PRINCIPAL: (seal) _______________________________ By ____________________________ SURETY: (seal) _______________________________ By ____________________________ Attorney-in-Fact The rate of premium on this bond is ____ per thousand. The total amount of premium charged, $_______________. (These blanks must be filled in by corporate surety.) IMPORTANT: Surety companies executing Bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the Work or Project is financed, in whole or in part, with federal grant or loan funds, must also appear on the Treasury Department's most current list (Circular 570 as amended). Notary acknowledgements for Principal and Surety signatures and Power of Attorney for Surety must be attached. THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of Agent/Representative in California if different) __________________________________ ___________________________________________________ _________________________________ ___________________________________________________ (Telephone Number of Surety/Agent ___________________________________________________ Or Representative in California 362 STATE OF CALIFORNIA ) ) ss. COUNTY OF _______________ ) On this _____ day of _______________, in the year _____, before me, __________________________, a Notary Public in and for said state, personally appeared , known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as the Attorney-in-Fact of the (Surety) and acknowledged to me that he/she subscribed the name of the (Surety) thereto and his/her own name as Attorney-in-Fact. _____________________________________ Signature of Notary Public in and for said State (SEAL) My commission expires on: _____________ NOTE: A copy of the power of attorney to local representatives of the bonding company must be attached hereto. CERTIFICATE AS TO CORPORATE PRINCIPAL I, _______________________________________, certify that I am the ________________________________ Secretary of the corporation named as Principal to the within bond; that _________________ _________________________ who signed the said bond on behalf of the principal was then ___________________________ of said corporation; that I know his/her signature, and his/her signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said Corporation by authority of its governing board. _______________________________ Signature of Corporate Principal 363 1.4.3 CONTRACT PAYMENT BOND (CALIFORNIA PUBLIC WORKS) KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the City of Lynwood, (referred to hereinafter as "City") has entered into an agreement dated ___________________ (referred to hereinafter as the “Agreement”) with _______________________ (hereinafter designated as the "Contractor" or “Principal”),for ______________________________________________, Project No. ________________. (Hereafter referred to as the “Project”). WHEREAS, Contractor is required to furnish a bond in connection with the Agreement, and pursuant to Section 3247 of the California Civil Code. NOW, THEREFORE, we, , the undersigned Contractor, as Principal, and , a corporation organized and existing under the laws of the State of , and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto City and to any and all persons, companies or corporations entitled to file stop notices under Section 3181 of the California Civil Code, in the penal sum of Dollars ($____________), lawful money of the United States, said sum being not less than 100 percent of the total amount payable by City under the terms of the Agreement, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if said Contractor, his/her or its heirs, executors, administrators, successors or assigns, or subcontractors, shall fail to pay for any materials, provisions, provender or other supplies, items, implements or machinery used in, upon, for or about the performance of the Work required by the Agreement; or fails to pay (1) any of the persons named in Civil Code Section 3181, (2) amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Agreement, or (3) for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to the work and labor provided pursuant to the Agreement, said Surety will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In the event suit is brought upon this bond, said Surety will pay to City a reasonable attorney's fee to be fixed by the Court. In addition to the provisions hereinabove, it is agreed that this bond will inure to the benefit of any and all persons, companies and corporations entitled to serve stop notices under Section 3181 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same; shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or 364 to the Specifications. Said Surety also hereby waives the provisions of sections 2819 and 2845 of the California Civil Code. No final settlement between the City and the Contractor hereunder shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, the above-bounded parties have executed this instrument this _____ day of ____________, _____, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. PRINCIPAL: (seal) _______________________________ By _____________________________ SURETY: (seal) _______________________________ By _____________________________ Attorney-in-Fact IMPORTANT: Surety companies executing Bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the Work or Project is financed, in whole or in part, with federal grant or loan funds, must also appear on the Treasury Department's most current list (Circular 570 as amended). Notary acknowledgements for Principal and Surety signatures and Power of Attorney for Surety must be attached. THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of Agent/Representative in California if different) ________________________________ ___________________________________________________________ ___________________________________ ___________________________________________________________________ __________________________________ _________________________________________________________________ (Telephone Number of Surety/Agent _________________________________________________________________ or Representative in California) 365 STATE OF CALIFORNIA ) ) ss. COUNTY OF _______________ ) On this _____ day of _______________, in the year _____, before me, __________________________, a Notary Public in and for said state, personally appeared , known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as the Attorney-in-Fact of the (Surety) and acknowledged to me that he/she subscribed the name of the (Surety) thereto and his/her own name as Attorney-in-Fact. _____________________________________ Signature of Notary Public in and for said State (SEAL) My commission expires on: _____________ NOTE: A copy of the power of attorney to local representatives of the bonding company must be attached hereto. CERTIFICATE AS TO CORPORATE PRINCIPAL I, _______________________________________, certify that I am the ________________________________ Secretary of the corporation named as Principal to the within bond; that _________________ _________________________ who signed the said bond on behalf of the principal was then ___________________________ of said corporation; that I know his/her signature, and his/her signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said Corporation by authority of its governing board. _______________________________ Signature of Corporate Principal (CORPORATE SEAL) 366 1.4.4 CERTIFICATES / PROOF OF INSURANCE AND ENDORSEMENTS The Contractor shall not commence any of the Work or begin any performance under the Agreement until he/she obtains, at his/her own and sole cost and expense, all required insurance as stipulated by the City. The required insurance shall be provided by the Contractor in conformance with the requirements of Subsection 2.7.2 of the Special Provisions and may include the following: •Workers' Compensation Insurance •Commercial General Liability and Business Automobile Liability Insurance •Course of Construction or Builder’s Risk Insurance •Flood Insurance The insurance company or companies utilized by the Contractor shall be authorized and admitted to transact business in the State of California and to issue policies in the amounts required pursuant to the provisions of Subsection 2.7.2 of the Special Provisions. All insurance required shall be placed with insurers with a current A.M. Best's rating of no less than A:VII, and shall contain the endorsements specified in Subsection 2.7.2. Within ten (10) calendar days after receipt of the Notice of Award, Contractor shall furnish to the City for approval as to sufficiency and form, certificates of insurance and original endorsements evidencing the required coverage set forth in Subsection 2.7.2 of the Special Provisions. Endorsements and certificates are to be signed by a person authorized by the insurer to bind coverage on the insurer’s behalf. If the insurance called for is provided by more than one company, a separate certificate and the required endorsements shall be provided by each company. City reserves the right to request complete, certified copies of all required insurance policies and endorsements at any time. Failure to provide City with the required insurance coverage, proof of insurance and/or endorsements within ten (10) calendar days of receipt of the Notice of Award, may result in withdrawal of award and forfeiture of the Bidder's Bid Security. 367 ADDENDUM By executing this Addendum, Contractor acknowledges and agrees that the work performed pursuant to the above referenced Agreement is subjected to all applicable provisions. Payment of Minimum Compensation to Employees. Contractor shall be obligated to pay not less than the General Prevailing Wages Rate as required by applicable law. A.Prevailing Wage Requirements. California Labor Code requires the payment of not less than the general prevailing rate of per diem wages and rates for holiday and overtime and adherence to all labor standards and regulations. The General Prevailing Wages Rates may be adjusted throughout the term of this Agreement. Notwithstanding any other provision of this Agreement, Contractor shall not be entitled to any adjustment in compensation rates in the event there are adjustments to the General Prevailing Wages Rates. B.Reports. Contractor shall not perform on site work on this contract until labor compliance documents are filed. Contractor agrees to cooperate with the City to fulfill its notifications requirement to the DIR, as required by DIR’s PWC-100 form or any other required form, and Contractor agrees to provide to the City the information required by the DIR, as generally set forth in Labor Code Section 1773.3. By signing this form, Contractor, and all of its subcontractors, represents that it has registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions under Labor Code section 1771.1(a)] and paid the annual fee due to the DIR, unless the Contractor meets an exception recognized by the DIR or by the law. C.Furnishing of Electronic Certified Payroll Records to Labor Commissioner. Contractor and subcontractor agree to furnish the required electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement), in the manner and under the time frame required by law. D.Audit Rights. All records or documents required to be kept pursuant to this Agreement to verify compliance with the Wage Requirement shall be made available for audit at no cost to City, at any time during regular business hours, upon written request by the City Attorney, City Auditor, City Manager, or a designated representative of any of these officers. Copies of such records or documents shall be provided to City for audit at City Hall when it is practical to do so. Otherwise, unless an alternative is mutually agreed upon, the records or documents shall be available at CONTRACTOR’s address indicated for receipt of notices in this Contract. 368 E.Enforcement. 1.General. CONTRACTOR acknowledges it has read and understands that, pursuant to the terms and conditions of this Agreement, it is required to comply with the Wage Requirement and to submit certain documentation to the City establishing its compliance with such requirement. (“Documentation Provision.”) CONTRACTOR further acknowledges the City has determined that the Wage Requirement promotes each of the following (collectively “Goals”): a.It protects public job opportunities and stimulates the City’s economy by reducing the incentive to recruit and pay a substandard wage to labor from distant, cheap-labor areas. b.It benefits the public through the superior efficiency of well-paid employees. c.It increases competition by promoting a more level playing field among contractors with regard to the wages paid to workers. 2.CONTRACTOS’s Breach of Prevailing Wage/Living Wage Provisions. WITHOLDING OF PAYMENT: CONTRACTOR agrees that the Documentation Provision is critical to the City’s ability to monitor CONTRACTOR’s compliance with the City’s public wage obligations. CONTRACTORS further agrees its breach of the Documentation Provision or general public wage obligations results in the need for additional enforcement action to verify compliance with this Addendum. In light of the critical importance of the Documentation Provision, the City and CONTRACTOR agree that CONTRACTOR’s compliance with this Addendum is an express condition of City’s obligation to make each payment due to the CONTRACTOR pursuant to this Agreement. THE CITY IS NOT OBLIGATED TO MAKE ANY PAYMENT DUE THE CONTRACTOR UNTIL CONTRACTOR HAS PERFORMED ALL OF ITS OBLIGATIONS UNDER THESE PROVISIONS. THIS PROVISION MEANS THAT CITY CAN WITHOLD ALL OR PART OF A PAYMENT TO CONTRACTOR UNTIL ALL REQUIRED DOCUMENTATION IS SUBMITTED. Any payment by the City despite CONTRACTOR’s failure to fully perform its obligations under these provisions shall not be deemed to be a waiver of any other term or condition contained in this Agreement or a waiver of the right to withhold payment for any subsequent breach of this Documentation Provision or public wage obligations of the Contractor and the City. 369 1 PROFESSIONAL SERVICES AGREEMENT This agreement (“Agreement”) is made as of ___________________, 20_____ by and between the City of Lynwood, a municipal corporation ("City") and _____________________________________. and Consulting (“Consultant”). City and Consultant are sometimes hereinafter individually referred to as a “Party” and collectively referred to as the “Parties.” R E C I T A L S WHEREAS, City desires to utilize the services of Consultant as an independent contractor to ________________________________________________ as set forth in the Scope of Services attached hereto as Exhibit A; and WHEREAS, Consultant represents that it is fully qualified to perform such consulting services by virtue of its experience and the training, education and expertise of its principals and employees. NOW, THEREFORE, in consideration of performance by the parties of the covenants and conditions herein contained, the parties hereto agree as follows: 1.Company's Scope of Services. The nature and scope of the specific services to be performed by Consultant are as described in Exhibit A. 2.Term of Agreement. This Agreement shall commence on ________________, 20_____ (the “Commencement Date”) and shall remain and continue in effect until tasks described in Exhibit A are completed, but in no event later than ____________, 20____ unless sooner terminated pursuant to the provisions of this Agreement. 3.Compensation. A. City agrees to compensate Consultant for services under this Agreement in compliance with the schedule set forth in Exhibit A. Consultant shall submit proper monthly invoices in the form and manner specified by City. Each invoice shall include a monthly breakdown of all monthly services performed together with the hours spent on each service. Consultant shall maintain appropriate and necessary documentation supporting the monthly invoices detailing the type of service provided. It shall be available for review by the City at all reasonable times upon request. B. Total payment to Consultant pursuant to this Agreement shall not exceed ___________________________________ dollars ($________________). C. If at the request of the City, Consultant is required to incur out of pocket expenses (including but not limited to, out-of-town travel and lodging) which are above and beyond the ordinary expenses associated with performance of this Agreement, Consultant shall be entitled to reimbursement of such expenses. Consultant shall only be reimbursed for those expenses which: (I) appear on Consultant’s monthly invoices; (II) are accompanied by a copy of the City’s written authorization for Consultant to incur such Landscape Structures Inc. 370 2 expenses; and (III) receipts documenting such expenses. 4.General Terms and Conditions. The General Terms and Conditions set forth in Exhibit B are incorporated as part of this Agreement. In the event of any inconsistency between the General Terms and Conditions and any other exhibit to this Agreement, the General Terms and Conditions shall control unless it is clear from the context that both parties intend the provisions of the other exhibit(s) to control. 5.Addresses. City of Lynwood City of Lynwood 11330 Bullis Road Lynwood, CA 90262 Attn: Jose Ometeotl, City Manager Company ____________________ ____________________ ____________________ ____________________ 6.Exhibits. All exhibits referred to in this Agreement are listed here and are incorporated and made part of this Agreement by this reference. Exhibit A – Scope of Work/Services and Compensation Schedule Exhibit B – General Terms and Conditions SIGNATURES ON FOLLOWING PAGE IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates written below. CITY CITY OF LYNWOOD By: ______________________________ ______________________ Mayor Date CONSULTANT ______________________________ Landscape Structures Inc. ttn ntract dnstratr t Street S ean Landscape Structures Inc. 371 372 4 EXHIBIT A SCOPE OF WORK/SERVICES (Insert Proposal) 373 EXHIBIT B GENERAL TERMS AND CONDITIONS 1.Status as Independent Contractor. A. Consultant is, and shall at all times remain as to City, an independent contractor. Consultant shall have no power to incur any debt, obligation, or liability on behalf of the City of Lynwood or otherwise act on behalf of Lynwood as an agent. Neither the City of Lynwood nor any of its agents shall have control over the conduct of Consultant or any of Consultant’s employees, except as set forth in this Agreement. Consultant shall not, at any time, or in any manner, represent that it or any of its agents or employees are in any manner agents or employees of the City of Lynwood. B. Consultant agrees to pay all required taxes on amounts paid to Consultant under this Agreement, and to indemnify and hold City harmless from any and all taxes, assessments, penalties, and interests asserted against City by reason of the independent Consultant relationship created by this Agreement. In the event that City is audited by any Federal or State agency regarding the independent status of Consultant and the audit in any way fails to sustain the validity of an independent Consultant relationship between City and Consultant, then Consultant agrees to reimburse City for all costs, including accounting and attorney's fees, arising out of such audit and any appeals relating thereto. C. Consultant shall fully comply with the workers' compensation law regarding Consultant and Consultant’s employees. Consultant further agrees to indemnify and hold City harmless from any failure of Consultant to comply with applicable worker's compensation laws. City shall have the right to offset against the amount of any fees due to Consultant under this Agreement any amount due to City from Consultant as a result of Consultant’s failure to promptly pay to City any reimbursement or indemnification arising under this Section 1. D.Consultant represents to the City, and City relies on Consultant’s representations, that Consultant shall serve solely in the capacity of an independent contractor to the City. Neither the City nor any of its agents will have control over the conduct of Consultant or any of Consultant’s employees, except as otherwise set forth in the Agreement. Consultant may not, at any time or in any manner, represent that it or any of its agents or employees are in any manner agents or employees of the City. The City has no duty, obligation, or responsibility to the Consultant’s agents or employees, including the Affordable Care Act coverage requirements. Consultant is solely responsible for any tax penalties associated with the failure to offer affordable coverage to its agents and employees under the Affordable Care Act with respect to Consultant’s agents and employees. Consultant warrants and represents that the City will not be responsible and will not be held liable for issues related to Consultant’s status as an independent contractor, including Consultant’s failure to comply with Consultant’s duties, obligations, and responsibilities under the Affordable Care Act. Consultant further agrees to defend, indemnify, and hold the City harmless for any and all taxes, claims, and penalties against the City related to Consultant’s obligations under the Affordable Care Act. 374 2.Standard of Performance Consultant shall perform all work to the highest professional standards and in a manner satisfactory to the City Manager or his/her designee. No additional or different tasks or services shall be performed by Consultant other than those specified in Exhibit A. 3.Indemnification. A. Consultant is skilled in the professional calling necessary to perform the services and duties agreed to be performed under this Agreement, and City is relying upon the skill and knowledge of Consultant to perform said services and duties. B.City and its respective elected and appointed boards, officials, officers, agents, employees and volunteers (individually and collectively, "Indemnities") shall have no liability to Consultant or any other person for, and Consultant shall indemnify, defend, protect and hold harmless Indemnities 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 attorneys' fees and disbursements (collectively "Claims"), which Indemnities may suffer or incur or to which Indemnities 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 other loss occurring as a result of or allegedly caused by Consultant’s performance of or failure to perform any services under this Agreement or by the negligent or willful acts or omissions of Consultant, its agents, officers, directors, subcontractor, sub consultant or employees, committed in performing any of the services under this Agreement. Notwithstanding the foregoing, the provisions of this subsection shall not apply to Claims occurring as a result of the City’s sole negligence or willful acts or omissions. C. Consultant agrees to obtain executed indemnity agreements with provisions identical to those set forth in this Section from each and every subcontractor, sub consultant or any other person or entity involved by, for, with or on behalf of Consultant in the performance of this Agreement. In the event Consultant fails to obtain such indemnity obligations from others as required in this Section, Consultant agrees to be fully responsible according to the terms of this Section. Failure of the City to monitor compliance with these requirements imposes no additional obligations on City and will in no way serve as a waiver of any rights hereunder. This obligation to indemnify and defend Indemnities as set forth herein shall survive the termination of this Agreement and is in addition to any rights which City may have under the law. This indemnity is effective without reference to the existence or applicability of any insurance coverage which may have been required under this Agreement or any additional insured endorsements which may extend to City. 4.Insurance. A. Without limiting Consultant’s indemnification of Indemnities pursuant to Section 3 of this Agreement, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement the types and amounts of insurance as described below: 375 (I)Consultant shall maintain Commercial General Liability Insurance with coverage at least as broad as Insurance Services Office Commercial General Liability Form CG 00 01 in an amount not less than $2,000,000 per occurrence, $4,000,000 general aggregate, for bodily injury, personal injury, and property damage. Defense costs must be paid in addition to limits. There shall be no cross- liability exclusion for claims or suits by one insured against another. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO “insured contract” language will not be accepted. (II)Consultant shall maintain Business Auto Coverage on ISO Business Auto Coverage Form CA 00 01 covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non-owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident. (III)Consultant shall maintain Workers’ Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance with on a state approved policy form providing statutory benefits as required by law with employer’s liability limits no less than $1,000,000 per accident for all covered losses; (IV)Consultant shall maintain Professional Liability or Errors and Omissions Insurance that covers the services to be performed in connection with this Agreement, in the minimum amount of $1,000,000 per claim and in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the effective date of this Agreement and Consultant agrees to maintain continuous coverage through a period no less than three (3) years after completion of the services required by this Agreement. B. City, its officers, officials, employees, and volunteers shall be named as additional insureds on the policy(ies) as to commercial general liability and automotive liability. C.All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or is on the List of Approved Surplus Line Insurers in the State of California, with an assigned policyholders’ Rating of A- (or higher) and Financial Size Category Class VI (or larger) in accordance with the latest edition of Best’s Key Rating Guide, unless otherwise approved by the City’s Risk Manager. D. All insurance policies shall provide that the insurance coverage shall not be non- renewed, canceled, reduced, or otherwise modified (except through the addition of additional insureds to the policy) by the insurance carrier without the insurance carrier giving City thirty (30) days' prior written notice thereof. Any such thirty (30) day notice shall be submitted to CITY via certified mail, return receipt requested, addressed to “Director of Human Resources & Risk Management,” City of Lynwood, 11330 Bullis Road, Lynwood, California, 90262. Consultant agrees that it will not cancel, reduce, or otherwise modify said insurance coverage. 376 E. Consultant shall submit to City (I) insurance certificates indicating compliance with the minimum worker's compensation insurance requirements above, and (II) insurance policy endorsements indicating compliance with all other minimum insurance requirements above, not less than one (1) day prior to beginning of performance under this Agreement. Endorsements shall be executed on City’s appropriate standard forms entitled "Additional Insured Endorsement". F. Consultant’s insurance shall be primary as respects the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees and volunteers shall be excess of Consultant’s insurance and shall not contribute with it. G.Consultant agrees that if it does not keep the aforesaid insurance in full force and effect, and such insurance is available at a reasonable cost. City may take out the necessary insurance and pay the premium thereon, and the repayment thereof shall be deemed an obligation of Consultant’s and the cost of such insurance may be deducted, at the option of City, from payments due Consultant. 5.Release of Information/Confidentiality. A.Consultant in the course of its duties may have access to confidential data of City, private individuals, or employees of the City. Consultant covenants that all data, documents, discussion, or other information developed or received by Consultant or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Consultant without written authorization by City. City shall grant such authorization if disclosure is required by law. All City data shall be returned to City upon the termination of this Agreement. Consultant, its officers, employees, agents, or subconsultants, shall not without written authorization from the City Manager, voluntarily provide declarations, letters of support, testimony at depositions, response to interrogatories, or other information concerning the work performed under this Agreement or relating to any project or property located within the City. Response to a subpoena or court order shall not be considered "voluntary" provided Consultant gives City notice of such court order or subpoena. Consultant’s covenant under this section shall survive the termination of this Agreement. B.Consultant shall promptly notify City should Consultant, its officers, employees, agents, or subconsultants be served with any summons, complaint, subpoena, notice of deposition, request for documents, interrogatories, request for admissions, or other discovery request, court order, or subpoena from any person or party regarding this Agreement and the work performed thereunder. City retains the right, but has no obligation, to represent Consultant and/or be present at any deposition, hearing, or similar proceeding. Consultant agrees to cooperate fully with City and to provide the opportunity to review any response to discovery requests provided by Consultant. However, City's right to review any such response does not imply or mean the right by City to control, direct, or rewrite said response 6.Ownership of Work Product. A.Consultant shall maintain complete and accurate records with respect to 377 sales, costs, expenses, receipts, and other such information required by the City that relate to the performance of services under this Agreement. Consultant shall maintain adequate records of services provided in sufficient detail to permit an evaluation of services. All such records shall be maintained in accordance with accepted accounting principles and shall be clearly identified and readily accessible. Consultant shall provide free access to the representatives of the City or its designees at reasonable times to such books and records; shall give the City the right to examine and audit said books and records; shall permit the City to make transcripts therefrom as necessary; and shall allow inspection of all work, data, documents, proceedings, and activities related to this Agreement. Such records, together with supporting documents, shall be maintained for a period of three (3) years after receipt of final payment. B.Upon completion of, or in the event of termination or suspension of this Agreement, all original documents, designs, drawings, maps, models, computer files, surveys, notes, and other documents prepared in the course of providing the services to be performed pursuant to this Agreement shall become the sole property of the City and may be used, reused, or otherwise disposed of by the City without the permission of the Consultant. With respect to computer files, Consultant shall make available to the City, at the Consultant's office and upon reasonable written request by the City, the necessary computer software and hardware for purposes of accessing, compiling, transferring, and printing computer files. 7.Conflict of Interest. A.Consultant covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which may be affected by the services to be performed by Consultant under this Agreement, or which would conflict in any manner with the performance of its services hereunder. Consultant further covenants that, in performance of this Agreement, no person having any such interest shall be employed by it. Furthermore, Consultant shall avoid the appearance of having any interest which would conflict in any manner with the performance of its services pursuant to this Agreement. B. Consultant covenants not to give or receive any compensation, monetary or otherwise, to or from the ultimate vendor(s) of services to City as a result of the performance of this Agreement, or the services that may be procured by the City as a result of the recommendations made by Consultant’s covenants under this section shall survive the termination of this Agreement. 8.Termination. Notwithstanding any other provision, this Agreement may be duly terminated at any time by the City at its sole discretion with or without cause by serving upon the consultant at least ten (10) days prior written notice (“Notice of Termination”). Upon receipt of said notice, the Consultant shall immediately cease all work under this Agreement, unless the notice provides otherwise. Unless expressly agreed upon in writing by the City, the City shall not be obligated to pay for any services rendered nor any costs or expenses paid or incurred after the date of termination. The effective date of termination shall be upon the date specified in the written Notice of Termination. Consultant agrees that in the event of such termination, Consultant must refund the City its prorated share, except for services satisfactorily rendered prior to the effective date of termination. Immediately 378 upon receiving written Notice of Termination, Consultant shall discontinue performing services, preserve the product of the services and upon payment for services, turn over to City the product of the services in accordance with written instructions of City. In the event this Agreement is terminated pursuant to this Section, the City shall pay to Consultant the actual value of the work performed up to the time of termination, provided that the work performed is of value to the City. Upon termination of the Agreement pursuant to this Section, the Consultant will submit an invoice to the City. 9.Personnel. Consultant represents that it has, or will secure at its own expense, all personnel required to perform the services under this Agreement. All of the services required under this Agreement will be performed by Consultant or under its supervision, and all personnel engaged in the work shall be qualified to perform such services. Consultant reserves the right to determine the assignment of its own employees to the performance of Consultant’s services under this Agreement, but City reserves the right, for good cause, to require Consultant to exclude any employee from performing services on City's premises. 10.Non-Discrimination and Equal Employment Opportunity. A. Consultant shall not discriminate as to race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation, in the performance of its services and duties pursuant to this Agreement and will comply with all rules and regulations of City relating thereto. Such nondiscrimination shall include but not be limited to the following: employment, upgrading, demotion, transfers, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. B. Consultant will, in all solicitations or advertisements for employees placed by or on behalf of Consultant state either that it is an equal opportunity employer or that all qualified applicants will receive consideration for employment without regard to race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. C. Consultant will cause the foregoing provisions to be inserted in all subcontracts for any work covered by this Agreement except contracts or subcontracts for standard commercial supplies or raw materials. 11.Assignment. Consultant shall not assign or transfer any interest in this Agreement nor the performance of any of Consultant obligations hereunder, without the prior written consent of City, and any attempt by Consultant to assign this Agreement or any rights, duties, or obligations arising hereunder shall be void and of no effect. 12.Performance Evaluation. For any Agreement in effect for twelve months or longer, the City Manager may require a written annual administrative performance evaluation within ninety (90) days of the first anniversary of the effective date of this Agreement, and each year thereafter throughout the term of this Agreement. The work product required by this Agreement shall be utilized as the basis for review, and any comments or complaints received by City during the review period, either orally or in writing, shall be considered. 379 City shall meet with Consultant prior to preparing the written report. If any noncompliance with the Agreement is found, City may direct Consultant to correct the inadequacies, or, in the alternative, may terminate this Agreement as provided herein. 13.Compliance with Laws. Consultant shall keep itself informed of State, Federal and Local laws, ordinances, codes and regulations which in any manner affect those employed by it or in any way affect the performance of its service pursuant to this Agreement. Consultant shall at all times comply with such laws, ordinances, codes and regulations. The City, its officers and employees shall not be liable at law or in equity occasioned by failure of Consultant to comply with this Section. 14.Licenses. At all times during the term of this Agreement, Consultant shall have in full force and effect all licenses (including a City business license) required of it by law for performance of the services hereunder. 15.Non-Waiver of Terms, Rights and Remedies. Waiver by either party of any one or more of the conditions of performance under this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by City of any payment to Consultant constitute or be construed as a waiver by City of any breach of covenant, or any default which may then exist on the part of Consultant, and the making of any such payment by City shall in no way impair or prejudice any right or remedy available to City with regard to such breach or default. 16.Attorney's Fees. In the event that either party to this Agreement shall commence any legal or equitable action or proceeding to enforce or interpret the provisions of this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including reasonable attorney's fees and costs, including costs of expert witnesses and Consultant. 17.Notices. Any notices, bills, invoices, or reports required by this Agreement shall be deemed received on (a) the day of delivery if delivered by hand during Consultant regular business hours or by facsimile before or during Consultant regular business hours; or (b) on the third business day following deposit in the United States mail, postage prepaid, to the addresses heretofore set forth in the Agreement, or to such other addresses as the parties may, from time to time, designate in writing pursuant to the provisions of this section. 18.Governing Law. This Agreement shall be construed and interpreted both as to validity and to performance of the Parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Los Angeles, State of California. However, the Parties may agree to submit any dispute to non-binding arbitration. 19.Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed to be the original, and all of which together shall constitute one and the same instrument. 20.Severability. If any provision or any part of any provision of this Agreement is found 380 to be invalid or unenforceable, the balance of this Agreement shall remain in full force and effect. 21.Entire Agreement. This Agreement, and any other documents incorporated herein by specific reference, represents the entire and integrated agreement between Consultant and City. This Agreement supersedes all prior oral or written negotiations, representations or agreements. This Agreement may not be amended, nor any provision or breach hereof waived, except in a writing signed by the Parties which expressly refers to this Agreement. Amendments on behalf of the City will only be valid if signed by the Mayor and attested by the City Clerk. 22.Authority. The person or persons executing this Agreement on behalf of Consultant warrants and represents that he/she has the authority to execute this Agreement on behalf of Consultant and has the authority to bind Consultant to the performance of its obligations hereunder. 23.Force Majeure. A Party’s performance of any obligation under this Agreement shall be suspended if, and to the extent that, the Party is unable to perform because of any event of Force Majeure. In any such event, the Party unable to perform shall be required to resume performance of its obligations under this Agreement upon the termination of the event or cause that excused performance hereunder. “Force Majeure” herein means an event which is beyond the reasonable control of a Party, including without limitation, (a) acts of God including flood, fire, earthquake, hurricane or explosion, pandemic; (b) war, invasion, hostilities (whether war is declared or not), terrorist threats or acts, riot or other civil unrest; (c) government order or law that prevents either Party from performing its obligations as set forth in this Agreement; (d) actions, embargoes or blockades in effect on or after the date of this Agreement; (e) action by any governmental authority that prevents either Party from performing its obligations as set forth in this Agreement; (f) national or regional emergency; (g) strikes, labor stoppages or slowdowns or other industrial disturbances, other than those involving the affected parties employees; (h) shortage of adequate power or transportation facilities. Neither Party shall be liable for any delay or default in, or failure of, performance resulting from or arising out of any Force Majeure event, and no such delay, default in, or failure of performance shall constitute a breach by either Party hereunder. Where a Force Majeure event gives rise to a failure or delay in either Party performing its obligations under this Agreement (other than obligations to make payment), those obligations will be suspended for the duration of the Force Majeure event. A Party who becomes aware of a Force Majeure event which gives rise to, or which is likely to give rise to, any failure or delay in performing its obligations under this Agreement, will forthwith notify the other and inform the other of the period for which it is estimated that such failure or delay will continue. The affected Party shall take reasonable steps to mitigate the effects of the Force Majeure event. 381 APPENDIX “B” Department of Industrial Relations (DIR) Contractor Registration Number Form Beginning July 1, 2014, contractors must register with the Department of Industrial Relations (DIR) before bidding on public works contracts in California. For more information, please refer to this section of the Department of Industrial Relations Website: http://www.dir.ca.gov/Public- Works/PublicWorks.html. Per this requirement, provide the following information: _______________________________________________________________________ Contractor Name _______________________________________________________________________ Contractor Department of Industrial Relations Registration Number: _______________________________________________________________________ Expiration Date of Registration Number *(THIS FORM MUST BE SUBMITTED WITH THE SEALED BID) * Landscape Structures Inc. 1000007542 6/30/25 382 CITY OF LYNWOOD CONSTRUCTION AGREEMENT FOR DESIGN AND CONSTRUCTION OF PROJECT NO. 4011.68.109. ENTITLED “Mega Park Playground Phase 1 – Design/Built” This agreement (the “Agreement”) is made and entered into on this _5 th day of September 2023 by and between the City of Lynwood, a California Municipal Corporation ("City") and Brightview Landscape Development, a ("Contractor"). City and Contractor are sometimes hereinafter referred to individually as a “Party” and collectively as the “Parties.” R E C I T A LS City and Contractor, based upon the mutual promises contained herein, do hereby agree as follows: I. CONTRACT DOCUMENTS This Agreement consists of the following Contract Documents, the terms and conditions of which are expressly incorporated as component parts of this Agreement as if herein set out in full or attached hereto: A.Notice of Formal Inviting Design-Built Proposal Dated April 7th, 2023 B.Instructions to Bidders. C.Addenda. D.Contractor’s Proposal and Workers’ Compensation Certificate dated _May 11____, _2023_, and all other Documents attached thereto, including but not limited to: 1.Proposal Schedule(s) 2.List of Subcontractors 3.Anti-Trust Claim 4.Non-Collusion Affidavit 5.Bidder’s General Information 6.Bidder’s Insurance Statement E.Payment Bond. F.Performance Bond. G.Certificates/Proof of Insurance and Endorsements. H.Certified Copy of the Lynwood City Council Resolution, not required. I.Notice of Award dated ___________. J.Notice to Proceed dated ______________. K The Plans (Contract Drawings). L. Special Provisions M. Standard Specifications for Public Works Construction, “Greenbook” latest Edition. N. Appendices A through E of the Contract Documents. O. Reference Specifications. P Approved and Fully-Executed Change Orders. 383 Q. The Director of the Department of Industrial Relations’ Determination of Prevailing Wage Rates for Public Works for each craft or type of worker required to perform the Work under this Agreement. 384 II. CONTRACT PRICE The City agrees to pay, and the Contractor agrees to accept as full payment for the Work outlined in the Contract Documents, the Contract Price of SIX MILLION SEVEN HUNDRED FOURTY NINE THOUSAND NINE HUNDRED EIGHTY SEVEN DOLLARS ($6,749,987.00) subject to additions and deductions, if any, made in accordance with said Contract Documents. Progress payments shall not be made more often than once each thirty (30) days, nor shall progress payments paid be in excess of ninety percent (95%) of the Contract Price at time of completion. Final payment to Contractor will be processed thirty-five (35) days after the City has recorded the Notice of Completion. Contractor may, upon Contractor's written request, and approved by the City Council, at Contractor's expense, deposit substitute securities, as stated in Government Code Section 16430, and as authorized by Public Contract Code, Section 22300, in lieu of retention monies withheld to insure performance. Payment of undisputed amounts due under this Agreement, including the final payment due hereunder, is contingent upon the Contractor furnishing to the City an unconditional release by the Contractor of all claims against the City arising by virtue of this Agreement related to those amounts. Disputed claims in stated amounts may be specifically excluded by Contractor from the operation of any release. No payment, final or otherwise, shall operate to release the Contractor or its sureties from obligations arising under this Agreement or the bonds and warranties furnished hereunder. No payment shall be construed as an acceptance of any of the Work or of defective or improper materials. III. BONDS Within ten (10) calendar days of receiving the Notice of Award and prior to Contractor’s commencement of the Work, Contractor shall furnish to City, using the forms set forth in the Bid Documents, a Labor and Materials Payment Bond in an amount equal to one hundred percent (100%) of the Contract Price, and a Performance Bond in an amount equal to one hundred percent (100%) of the Contract Price, said bonds to be in conformance with the Contract Documents, including but not limited to, the General Specifications and Subsection 2.2.2 of the Special Provisions. 385 IV. INDEMNITY Contractor shall defend (with counsel of City’s choosing), indemnify and hold the City, its respective elected and appointed boards, officials, officers, agents, employees, representatives and volunteers (individually and collectively referred to hereinafter as “Indemnitees”) free and harmless from any and all claims, demands, causes of action, costs, expenses, liabilities, losses, damages or injuries, in law or equity, regardless of whether the allegations are false, fraudulent, or groundless, to property or persons, including wrongful death, to the extent arising out of or incident to any acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Work or this Agreement, including claims made by subcontractors for nonpayment, including without limitation the payment of all consequential damages and attorney fees and other related costs and expenses. Contractor shall defend, at Contractor’s own cost, expense and risk, with counsel of City’s choosing, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against Indemnitees. To the extent of its liability, Contractor shall pay and satisfy any judgment, award or decree that may be rendered against Indemnitees in any such suit, action or other legal proceeding. Contractor shall reimburse Indemnitees for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. The only limitations on this provision shall be those imposed by California Civil Code Section 2782. This obligation to indemnify and defend Indemnitees as set forth herein shall survive the termination of this Agreement and is in addition to any rights which City may have under the law. This indemnity is effective without reference to the existence or applicability of any insurance coverages which may have been required under this Agreement or any additional insured endorsements which may extend to City. V. INSURANCE Without limiting Contractor’s indemnification of Indemnitees as set forth in Section IV of this Agreement, Contractor shall obtain, provide and maintain, at its own expense, the types and amounts of insurance described in Subsection 2.7.2 of the Special Provisions of the Contract Documents. Such insurance shall be in force prior to Contractor commencing any Work under this Agreement and shall remain in force for the duration of this Agreement and for any other such period as may be required herein. Contractor shall provide proof of the required insurance coverage and the endorsements specified in Subsection 2.7.2 of the Special Provisions within ten (10) calendar days of receipt of the Notice of Award. VI. INELIGIBLE SUBCONTRACTORS In accordance with the provisions of Section 6109 of the California Public Contract Code, Contractor agrees that it shall not perform any work under this Agreement with a subcontractor who is ineligible to perform work on a public works contract pursuant to Sections 1777.1 and 1777.7 of the California Labor Code. Contractor further acknowledges that any contract on a public works project entered into between a contractor and debarred subcontractor is void as a matter of law, and a debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works 386 contract. Any public money that is paid or may have been paid to a debarred subcontractor by a Contractor for work performed on this Project shall be returned to the City. The Contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who have been allowed to work on the Project. VII. COMMENCEMENT OF WORK AND LIQUIDATED DAMAGES The Contractor shall commence the Work required by this Agreement within ten (10) calendar days of the date specified in the Notice to Proceed from the City, and shall complete all Work as specified in the Contract Documents within THREE HUNDRED AND TEN (310) CALENDAR DAYS from the date in said Notice. City and Contractor have discussed the provisions of Government Code Section 53069.85 and the damages that may be incurred by City if the Work is not completed within the time specified in this Agreement. The City and Contractor hereby represent that at the time of signing this Agreement, it is impracticable and extremely difficult to fix the actual damage which will be incurred by City if the Work is not completed within the number of calendar days allowed. Accordingly, City and Contractor agree that the sum of $500.00 per calendar day is a reasonable sum to assess as Liquidated Damages to City by reason of the failure of Contractor to complete the Work within the time specified. VIII. CERTIFICATION UNDER LABOR CODE SECTION 1861 By signing this Agreement, Contractor makes the following certification required by Section 1861 of the California Labor Code: “I am aware of the provisions of Section 3700 of the California Labor Code which requires every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of any Work under this Agreement.” IX. APPRENTICES The Contractor acknowledges that, in accordance with Section 1777.5 of the State Labor Code, he/she will be held responsible for compliance with the provisions of this Section for all apprenticeable occupations. X. SUBSTITUTION OF SUBCONTRACTORS The Contractor hereby agrees to reimburse the City for costs incurred by the City in the substitution of subcontractors. Where a hearing is held pursuant to the provisions of Section 4100 et seq. of the Public Contract Code by the City or a duly appointed hearing officer, the Clerk of the City of Lynwood shall prepare and certify a statement of all costs incurred by the City for investigation and conduct of the hearing, including the costs of any hearing officer and shorthand reporter appointed. The statement shall then be sent to the Contractor, who shall reimburse the City for such costs. If not paid separately, such reimbursement may be deducted from any money due and owing to the Contractor prior to the City’s acceptance of the Project. 387 XI. LICENSES Contractor acknowledges and agrees that Contractor must have all appropriate contractor's licenses. Contractor further warrants and represents that he/she/they has/have the appropriate contractor's license to pursue the work hereunder. Contractor's failure to have or maintain all appropriate licenses during the entire term of this Agreement shall be cause for the immediate and summary termination of this Agreement by City. Contractor shall be liable for all City's costs incurred to complete the Work under this Agreement in the event of such termination. XII. EMPLOYMENT DISCRIMINATION PROHIBITED Pursuant to California Labor Code Section 1735 and other applicable provisions of law, the Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, political affiliation or sexual orientation in the performance of Work under this Agreement. The Contractor will take affirmative action to insure that employees are treated during employment or training without regard to their of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, political affiliation or sexual orientation. XIII. PREVAILING WAGES The Contractor is aware of the requirements of Labor Code Sections 1720 et seq. and 1770 et seq., as well as California Code of Regulations, Title 8, Section 16000 et seq. (“Prevailing Wage Laws”), which require the payment of prevailing wage rates and the performance of other requirements on certain “public works” and “maintenance” projects. Since the work covered by this Agreement involves an applicable “public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and since the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws as set forth in the foregoing statutes and in the Special Provisions of the Contract Documents. XIV. AUTHORITY TO EXECUTE The person or persons executing this Agreement on behalf of Contractor warrants and represents he/she/they has/have the authority to execute this Agreement on behalf of his/her/their corporation, partnership, or business entity and warrants and represents that he/she/they has/have the authority to bind Contractor to the performance of its obligations hereunder. 388 XV. ASSIGNMENT; GOVERNING LAW This Agreement may not be assigned by Contractor, in whole or in part, without the prior written consent of the City. This Agreement and any dispute arising hereunder shall be governed by the law of the state of California. XVI. NOTICES Any notices, bills, invoices, or reports required by this Agreement shall be deemed received on (a) the day of delivery if delivered by hand during Contractor’s regular business hours or by facsimile before or during Contractor’s regular business hours; or (b) on the third business day following deposit in the United States mail, postage prepaid, to the addresses set forth below, or to such other addresses as the Parties may, from time to time, designate in writing pursuant to the provisions of this Section. City Contractor City of Lynwood _______________________________ Attn: City Engineer Attn: ___________________________ 11750 Alameda Street _______________________________ Lynwood, CA 90262 _______________________________ Fax No. (310) 635-0493 Fax No.________________________ XVII. ATTORNEYS FEES Should either Party bring any action to protect or enforce its rights under this Agreement or the Contract Documents, the prevailing party in such action shall be entitled to recover, in addition to all other relief, its reasonable attorney’s fees and costs. XVIII. WARRANTY All Work shall be warranted by Contractor against defective workmanship and materials for a period of one (1) year form the date the Work is accepted as complete by the Lynwood City Council. The contractor shall replace or repair any such defective work in a manner satisfactory to Engineer, following notice from Engineer specifying the work to be done and the time in which replacement or repair shall be completed. If Contractor fails to make such replacement or repair within the time specified in the notice, the City may perform the needed repairs and Contractor’s sureties shall be liable for the cost thereof. XIX. ENTIRE AGREEMENT, WAIVER AND MODIFICATION This Agreement contains the completely final, entire, and exclusive agreement between the Parties with respect to the subject matter hereof, and no waiver, alteration, or modification of any of the provisions hereof or rights to act hereunder shall be binding unless made in writing signed by both Parties. Any attempted modification, amendment, or alteration in violation hereof shall be void. 389 IN WITNESS WHEREOF, each of the Parties hereto has caused the Agreement to be executed in its name on its behalf by a duly authorized officer as of this day and year first above written. CITY OF LYNWOOD CONTRACTOR ____________________________ LEGAL NAME OF FIRM By: _____________________________ By:__________________________ Oscar Flores Signature of Chairman of Board, Mayor President, or Vice President Attest: _____________________________ (Typed/Printed Name) By: ____________________________ _____________________________ Maria Quiñónez (Title) City Clerk By:___________________________ Signature of Secretary, Assistant Approved as to Form: Secretary, CFO, or Assistant Treasurer By: ____________________________ ______________________________ Noel Tapia (Typed/Printed Name) City Attorney ______________________________ (Title) [NOTARY REQUIRED FOR SIGNATURE(S) OF CONTRACTOR] 390 1.4.2 CONTRACT PERFORMANCE BOND (CALIFORNIA PUBLIC WORKS) KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the City of Lynwood (referred to hereinafter as "City") has entered into an Agreement dated September 5th, 2023 (referred to hereinafter as the “Agreement”) with Brightview Landscape Development (hereinafter designated as “Contractor” or "Principal"), for construction of, LYNWOOD PARK MEGA PARK PLAYGROUND PHASE 1 – Design/Built, Project No. 4011.67.854 (hereafter referred to as the “Project”). WHEREAS, the Work to be performed by the Contractor is more particularly set forth in the Agreement for the Project, the terms and conditions of which, including those set forth in the Contract Documents incorporated as component parts the of Agreement, are expressly incorporated herein by this reference; and WHEREAS, the Contractor is required by the Agreement to perform the terms thereof and to provide a bond both for the performance and guaranty thereof. NOW, THEREFORE, we,, the undersigned Contractor, as Principal, and , a corporation organized and existing under the laws of the State of , and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto City in the penal sum of SIX MILLION SEVEN HUNDRED FOURTY NINE THOUSAND NINE HUNDRED EIGHTY SEVEN DOLLARS ($6,749,987.50) lawful money of the United States, said sum being not less than 100 percent of the total amount payable by the City under the terms of the Agreement, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the bounden Principal, his/her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the undertakings, terms, covenants, conditions and agreements set forth in the Agreement and any alteration thereof made as therein provided, on his/her or its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill the one-year guarantee of all materials and workmanship; and indemnify and save harmless the City, its officers, officials, employees, authorized agents and volunteers, as stipulated in the Agreement, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. In the event suit is brought on this bond, said Surety will pay to City a reasonable attorney's fee to be fixed by the Court. 391 As a condition precedent to the satisfactory completion of the Agreement, unless otherwise provided for in the Agreement, the above obligation shall hold good for a period of one (1) year after the acceptance of the Work by City, during which time if Contractor shall fail to make full, complete, and satisfactory repair and replacements and totally protect the City from loss or damage resulting from or caused by defective materials or faulty workmanship. The obligations of Surety hereunder shall continue so long as any obligation of Contractor remains. Nothing herein shall limit the City’s rights or the Contractor or Surety’s obligations under the Contract, law or equity, including, but not limited to, California Code of Civil Procedure section 337.15. Whenever Contractor shall be, and is declared by the City to be, in default under the Agreement, the Surety shall remedy the default pursuant to the Agreement, or shall promptly, at the City’s option: (1) Take over and complete the Project in accordance with all terms and conditions in the Agreement; or (2) Obtain a bid or bids for completing the Project in accordance with all terms and conditions in the Contract Documents and upon determination by Surety of the lowest responsive and responsible bidder, arrange for a Contract between such bidder, the Surety and the City, and make available as Work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term “balance of the contract price” as used in this paragraph shall mean the total amount payable to Contractor by the City under the Agreement and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. (3) Permit the City to complete the Project in any manner consistent with California law and make available as Work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term “balance of the contract price” as used in this paragraph shall mean the total amount payable to Contractor by the City under the Agreement and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. Surety expressly agrees that the City may reject any contractor or subcontractor which may be proposed by Surety in fulfillment of its obligations in the event of default by the Contractor. The said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Agreement, or to the Project or to the Work to be performed thereunder, or the Specifications accompanying the same, shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement, or to the Project, or to the Work or to the Specifications. Said Surety also hereby waives the provisions of sections 2819 and 2845 of the California Civil Code. 392 No final settlement between the City and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, the above-bounden parties have executed this instrument this _____ day of _______________, ________, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. PRINCIPAL: (seal) _______________________________ By ____________________________ SURETY: (seal) _______________________________ By ____________________________ Attorney-in-Fact The rate of premium on this bond is ____ per thousand. The total amount of premium charged, $_______________. (These blanks must be filled in by corporate surety.) IMPORTANT: Surety companies executing Bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the Work or Project is financed, in whole or in part, with federal grant or loan funds, must also appear on the Treasury Department's most current list (Circular 570 as amended). Notary acknowledgements for Principal and Surety signatures and Power of Attorney for Surety must be attached. THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of Agent/Representative in California if different) __________________________________ ___________________________________________________ _________________________________ ___________________________________________________ (Telephone Number of Surety/Agent ___________________________________________________ Or Representative in California 393 STATE OF CALIFORNIA ) ) ss. COUNTY OF _______________ ) On this _____ day of _______________, in the year _____, before me, __________________________, a Notary Public in and for said state, personally appeared , known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as the Attorney-in-Fact of the (Surety) and acknowledged to me that he/she subscribed the name of the (Surety) thereto and his/her own name as Attorney-in-Fact. _____________________________________ Signature of Notary Public in and for said State (SEAL) My commission expires on: _____________ NOTE: A copy of the power of attorney to local representatives of the bonding company must be attached hereto. CERTIFICATE AS TO CORPORATE PRINCIPAL I, _______________________________________, certify that I am the ________________________________ Secretary of the corporation named as Principal to the within bond; that _________________ _________________________ who signed the said bond on behalf of the principal was then ___________________________ of said corporation; that I know his/her signature, and his/her signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said Corporation by authority of its governing board. _______________________________ Signature of Corporate Principal 394 1.4.3 CONTRACT PAYMENT BOND (CALIFORNIA PUBLIC WORKS) KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the City of Lynwood, (referred to hereinafter as "City") has entered into an agreement dated September 5th, 2023 (referred to hereinafter as the “Agreement”) with BRIGHTVIEW LANDSCAPE DEVELOPMENT (hereinafter designated as the "Contractor" or “Principal”), for LYNWOOD PARK MEGA PARK PLAYGROUND PHASE 1 – Design/Built, Project No. 4011.68.109. WHEREAS, Contractor is required to furnish a bond in connection with the Agreement, and pursuant to Section 3247 of the California Civil Code. NOW, THEREFORE, we, , the undersigned Contractor, as Principal, and , a corporation organized and existing under the laws of the State of , and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto City and to any and all persons, companies or corporations entitled to file stop notices under Section 3181 of the California Civil Code, in the penal sum of Six Million Seven Hundred Fourty Nine Thousand Nine Hundred Eighty Seven Dollars ($6,749,987.00), lawful money of the United States, said sum being not less than 100 percent of the total amount payable by City under the terms of the Agreement, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if said Contractor, his/her or its heirs, executors, administrators, successors or assigns, or subcontractors, shall fail to pay for any materials, provisions, provender or other supplies, items, implements or machinery used in, upon, for or about the performance of the Work required by the Agreement; or fails to pay (1) any of the persons named in Civil Code Section 3181, (2) amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Agreement, or (3) for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to the work and labor provided pursuant to the Agreement, said Surety will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In the event suit is brought upon this bond, said Surety will pay to City a reasonable attorney's fee to be fixed by the Court. In addition to the provisions hereinabove, it is agreed that this bond will inure to the benefit of any and all persons, companies and corporations entitled to serve stop notices under Section 3181 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same; shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. Said Surety also hereby waives the provisions of sections 2819 and 2845 of the California Civil Code. 395 No final settlement between the City and the Contractor hereunder shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, the above-bounded parties have executed this instrument this _____ day of ____________, _____, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. PRINCIPAL: (seal) _______________________________ By _____________________________ SURETY: (seal) _______________________________ By _____________________________ Attorney-in-Fact IMPORTANT: Surety companies executing Bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the Work or Project is financed, in whole or in part, with federal grant or loan funds, must also appear on the Treasury Department's most current list (Circular 570 as amended). Notary acknowledgements for Principal and Surety signatures and Power of Attorney for Surety must be attached. THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of Agent/Representative in California if different) ________________________________ ___________________________________________________________ ___________________________________ ___________________________________________________________________ __________________________________ _________________________________________________________________ (Telephone Number of Surety/Agent _________________________________________________________________ or Representative in California) 396 STATE OF CALIFORNIA ) ) ss. COUNTY OF _______________ ) On this _____ day of _______________, in the year _____, before me, __________________________, a Notary Public in and for said state, personally appeared , known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as the Attorney-in-Fact of the (Surety) and acknowledged to me that he/she subscribed the name of the (Surety) thereto and his/her own name as Attorney-in-Fact. _____________________________________ Signature of Notary Public in and for said State (SEAL) My commission expires on: _____________ NOTE: A copy of the power of attorney to local representatives of the bonding company must be attached hereto. CERTIFICATE AS TO CORPORATE PRINCIPAL I, _______________________________________, certify that I am the ________________________________ Secretary of the corporation named as Principal to the within bond; that _________________ _________________________ who signed the said bond on behalf of the principal was then ___________________________ of said corporation; that I know his/her signature, and his/her signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said Corporation by authority of its governing board. _______________________________ Signature of Corporate Principal (CORPORATE SEAL) 397 1.4.4 CERTIFICATES / PROOF OF INSURANCE AND ENDORSEMENTS The Contractor shall not commence any of the Work or begin any performance under the Agreement until he/she obtains, at his/her own and sole cost and expense, all required insurance as stipulated by the City. The required insurance shall be provided by the Contractor in conformance with the requirements of Subsection 2.7.2 of the Special Provisions and may include the following: Workers' Compensation Insurance Commercial General Liability and Business Automobile Liability Insurance Course of Construction or Builder’s Risk Insurance Flood Insurance The insurance company or companies utilized by the Contractor shall be authorized and admitted to transact business in the State of California and to issue policies in the amounts required pursuant to the provisions of Subsection 2.7.2 of the Special Provisions. All insurance required shall be placed with insurers with a current A.M. Best's rating of no less than A:VII, and shall contain the endorsements specified in Subsection 2.7.2. Within ten (10) calendar days after receipt of the Notice of Award, Contractor shall furnish to the City for approval as to sufficiency and form, certificates of insurance and original endorsements evidencing the required coverage set forth in Subsection 2.7.2 of the Special Provisions. Endorsements and certificates are to be signed by a person authorized by the insurer to bind coverage on the insurer’s behalf. If the insurance called for is provided by more than one company, a separate certificate and the required endorsements shall be provided by each company. City reserves the right to request complete, certified copies of all required insurance policies and endorsements at any time. Failure to provide City with the required insurance coverage, proof of insurance and/or endorsements within ten (10) calendar days of receipt of the Notice of Award, may result in withdrawal of award and forfeiture of the Bidder's Bid Security. 398 ADDENDUM By executing this Addendum, Contractor acknowledges and agrees that the work performed pursuant to the above referenced Agreement is subjected to all applicable provisions. Payment of Minimum Compensation to Employees. Contractor shall be obligated to pay not less than the General Prevailing Wages Rate as required by applicable law. A.Prevailing Wage Requirements. California Labor Code requires the payment of not less than the general prevailing rate of per diem wages and rates for holiday and overtime and adherence to all labor standards and regulations. The General Prevailing Wages Rates may be adjusted throughout the term of this Agreement. Notwithstanding any other provision of this Agreement, Contractor shall not be entitled to any adjustment in compensation rates in the event there are adjustments to the General Prevailing Wages Rates. B.Reports. Contractor shall not perform on site work on this contract until labor compliance documents are filed. Contractor agrees to cooperate with the City to fulfill its notifications requirement to the DIR, as required by DIR’s PWC-100 form or any other required form, and Contractor agrees to provide to the City the information required by the DIR, as generally set forth in Labor Code Section 1773.3. By signing this form, Contractor, and all of its subcontractors, represents that it has registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions under Labor Code section 1771.1(a)] and paid the annual fee due to the DIR, unless the Contractor meets an exception recognized by the DIR or by the law. C.Furnishing of Electronic Certified Payroll Records to Labor Commissioner. Contractor and subcontractor agree to furnish the required electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement), in the manner and under the time frame required by law. D.Audit Rights. All records or documents required to be kept pursuant to this Agreement to verify compliance with the Wage Requirement shall be made available for audit at no cost to City, at any time during regular business hours, upon written request by the City Attorney, City Auditor, City Manager, or a designated representative of any of these officers. Copies of such records or documents shall be provided to City for audit at City Hall when it is practical to do so. Otherwise, unless an alternative is mutually agreed upon, the records or documents shall be available at CONTRACTOR’s address indicated for receipt of notices in this Contract. 399 E.Enforcement. 1.General. CONTRACTOR acknowledges it has read and understands that, pursuant to the terms and conditions of this Agreement, it is required to comply with the Wage Requirement and to submit certain documentation to the City establishing its compliance with such requirement. (“Documentation Provision.”) CONTRACTOR further acknowledges the City has determined that the Wage Requirement promotes each of the following (collectively “Goals”): a. It protects public job opportunities and stimulates the City’s economy by reducing the incentive to recruit and pay a substandard wage to labor from distant, cheap-labor areas. b. It benefits the public through the superior efficiency of well-paid employees. c. It increases competition by promoting a more level playing field among contractors with regard to the wages paid to workers. 2. CONTRACTOS’s Breach of Prevailing Wage/Living Wage Provisions. WITHOLDING OF PAYMENT: CONTRACTOR agrees that the Documentation Provision is critical to the City’s ability to monitor CONTRACTOR’s compliance with the City’s public wage obligations. CONTRACTORS further agrees its breach of the Documentation Provision or general public wage obligations results in the need for additional enforcement action to verify compliance with this Addendum. In light of the critical importance of the Documentation Provision, the City and CONTRACTOR agree that CONTRACTOR’s compliance with this Addendum is an express condition of City’s obligation to make each payment due to the CONTRACTOR pursuant to this Agreement. THE CITY IS NOT OBLIGATED TO MAKE ANY PAYMENT DUE THE CONTRACTOR UNTIL CONTRACTOR HAS PERFORMED ALL OF ITS OBLIGATIONS UNDER THESE PROVISIONS. THIS PROVISION MEANS THAT CITY CAN WITHOLD ALL OR PART OF A PAYMENT TO CONTRACTOR UNTIL ALL REQUIRED DOCUMENTATION IS SUBMITTED. Any payment by the City despite CONTRACTOR’s failure to fully perform its obligations under these provisions shall not be deemed to be a waiver of any other term or condition contained in this Agreement or a waiver of the right to withhold payment for any subsequent breach of this Documentation Provision or public wage obligations of the Contractor and the City. 400 1 RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD AWARDING A CONTRACT TO BRIGHTVIEW LANDSCAPE DEVELOPMENT FOR DESIGN BUILD SERVICES FOR THE LYNWOOD PARK –MEGA PARK PLAYGROUND PHASE 1 PROJECT; AUTHORIZING THE CITY MANAGER TO APPROVE AGREEMENT AMENDMENTS RELATED TO THE PROJECT AND AUTHORIZING THE MAYOR TO EXECUTE THE AGREEMENT WHEREAS,the City of Lynwood Parks and Recreation staff published an advertisement for a “Request for Proposal for Design Build Services for the Lynwood Park – Mega Park Playground Phase 1” project seeking proposals from qualified firms to assist in the design and construction of Phase 1 of the playground expansion within the City’s Lynwood Park.; and WHEREAS, the advertisement for the Request for Proposal (RFP) was posted on April 7, 2023 on the City’s website (PlanetBids). A mandatory on-site meeting was held on April 19, 2023 at 10:00 a.m. Request for Information (RFI)/Questions were due for this project on April 26, 2023 at 2:00 p.m. with RFI answers released on May 3, 2023. The proposal submission deadline was on May 11, 2023 at 2:00 p.m.; and WHEREAS,the scope of services includes: a large playground complex, play surfacing, fencing, walkways, lighting, seating areas, water fountains, trash cans, and tree planting; and WHEREAS, Per Public Contract Code 22170(i), local agencies can solicit for services for design- build entities on “Qualification-based selection” and that price is not the sole factor as the basis of award.; and WHEREAS,on May 11, 2023, the City received proposals from two (2) entities.; and WHEREAS, after reviewing and rating the submitted proposals, staff interviewed the two (2) firms on June 5, 2023, to understand their exact planning of design and construction; and WHEREAS,an analysis of the selected proposer was conducted, including a review of their bid schedule, license, references, and required documents. BrightView Landscape Development was the selected entity for the design-build project with a proposal amount of $6,749,987.00.; and WHEREAS, the estimated project cost is $8,977,000.; and WHEREAS, The City’s FY 24 CIP budget includes $9,550,000 of the following funds for this project: General Fund - $3,250,000, Measure A – $1,300,000, 2019 Lease Revenue - $5,000,000, for the Lynwood Park Mega Playground Project.; and 401 1 WHEREAS, no additional funding is needed. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES HEREBY FIND, PROCLAIM, ORDER, AND RESOLVE AS FOLLOWS: Section 1.The City Council of the City of Lynwood hereby finds and declares that the foregoing recitals are true and correct and incorporates them herein as findings and as substantive part of this Resolution. Section 2. The City Council of the City of Lynwood authorizes the Mayor to execute the agreement between the City of Lynwood and BrightView Landscape Development in a form approved by the City Attorney in the amount of $6,749,987.00. Section 3. The City Council of the City of Lynwood authorizes the City Manager under LMC 6-3.15(d) to exceed the specific dollar amounts or percentage limitations under LMC 6-3.15(a) and authorizes the City Manager to approve consultant, vendor agreements, modifications, change orders, or agreement amendments related to the Project up to the available Project Budget. Section 5.Per the City’s amended Contracting and Purchasing Policy, the City Council of the City of Lynwood approves construction inspection services from on call engineering consultant Infrastructure Engineers. Section 6. Authorize the Mayor to execute the Resolution for and on behalf of the City of Lynwood. Section 7. This Resolution shall take effect immediately upon its adoption. Section 8. The City Clerk shall certify as to the adoption of this Resolution and hereafter the same shall be in full force and effect. (Signatures on Next Page) 402 3 PASSED, APPROVED and ADOPTED this 5th day of September 2023. Oscar Flores Mayor ATTEST: Maria Quinonez City Clerk APPROVED AS TO FORM:APPROVED AS TO CONTENT: Noel Tapia Ernie Hernandez City Attorney City Manager Julian Lee Director of Public Works 403 4 STATE OF CALIFORNIA ) ) COUNTY OF LOS ANGELES ) I, the undersigned, City Clerk of the City of Lynwood, do hereby certify that the foregoing Resolution was passed and adopted by the City Council of the City of Lynwood at a regular meeting held on the 5th day of September 2023, and passed by the following votes: AYES: NOES: ABSTAIN: ABSENT: Maria Quinonez, City Clerk STATE OF CALIFORNIA ) ) COUNTY OF LOS ANGELES ) I, the undersigned, City Clerk of the City of Lynwood, and the Clerk of the City Council of said City, do hereby certify that the above foregoing is a full, true, and correct copy of Resolution No.on file in my office and that said Resolution was adopted on the date and by the vote therein stated. Dated this 5th day of September 2023. Maria Quinonez, City Clerk 404