Loading...
HomeMy WebLinkAbout2024-04-09 - AGENDA REPORTS - RINK SPORTS PAVILION PHASE 1O Agenda Item: 4 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR 14) CITY MANAGER APPROVAL: ' DATE: April 9, 2024 SUBJECT: THE RINK SPORTS PAVILION - PHASE 1 (GRADING), PROJECT P3034 - PLANS AND SPECIFICATIONS, CONSTRUCTION CONTRACT, AND SUPPORT SERVICES CONTRACTS DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for The Rink Sports Pavilion — Phase I (Grading), Project P3034. 2. Award the construction contract to R.C. Becker & Son, Inc., in the amount of $477,839 and authorize a contingency in the amount of $47,784, for a total contract amount not to exceed $525,623. 3. Extend the current contract and authorize an increased expenditure authority for construction support services for The Rink Sports Pavilion — Phase I (Grading), Project P3034, with Anil Verma Associates, Inc. in the amount of $44,807 and authorize a contingency in the amount of $4,480, for a total additional contract amount not to exceed $49,287. 4. Extend the current contract and authorize an increased expenditure authority for geotechnical support services for The Rink Sports Pavilion — Phase I (Grading), Project P3034, with R.T. Frankian and Associates in the amount of $56,200 and authorize a contingency in the amount of $11,240, for a total additional contract amount not to exceed $67,440. 5. Extend the current contract and authorize an increased expenditure authority for construction management services for The Rink Sports Pavilion — Phase I (Grading), Project P3034 with RP Development Services in the amount of $274,914 and authorize a contingency in the amount of $27,491, for a total additional contract amount not to exceed $302,405. 6. Appropriate one-time funds in the amount of $980,201 to The Rink Sports Pavilion, Project Page 1 Packet Pg. 24 O P3034, from the Facilities Fund (Fund 723) to expenditure account P3034723-516101. 7. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The Rink Sports Pavilion (Rink), formerly referred to as the Santa Clarita Roller Skating Rink, will be the first of its kind in the City of Santa Clarita (City) and will offer the community a new intergenerational recreation amenity. The Rinks multi -use facility will offer a roller-skating rink with overlays of a basketball court, pickleball courts, a volleyball court, spectator seating, an audio/disc jockey booth with a sound and lighting system, designated area for special events, and a commercial kitchen/concession area to meet the future needs of the community. Other improvements include landscape and hardscape enhancements surrounding the facility. The project is located at the Santa Clarita Sports Complex, adjacent to the gymnasium, as shown on the attached Location Map. This project supports the Building and Creating Community theme of the City of Santa Clarita's five-year strategic plan, Santa Clarita 2025. The Rink will be constructed in two phases. Phase I construction includes the rough grading, relocation of the sand volleyball court to a temporary site, grading certification of the building pad, and utility adjustments. Phase II will include the construction of the Rink building, landscaping, walkways, utility connections, and parking lot improvements. Phase I construction is anticipated to begin in Summer 2024. Phase II design is anticipated to be completed and construction is anticipated to start by the end of the year. The California Environmental Quality Act (CEQA) requirements were previously completed for the final build out (Phases IV -VI) of the Santa Clarita Sports Complex. On December 19, 2006, the City of Santa Clarita Planning Commission passed, approved, and adopted Resolution P06- 31, approving Master Case 06-114, Conditional Use Permit 06-009, and adopted the Initial Study and Mitigated Negative Declaration for the project. A Notice of Completion was posted at the State Clearinghouse Number 2006111072. An invitation to bid was prepared and published twice, on February 14 and 21, 2024, and was posted on BidNet. A total of two bids were submitted to the City and opened by Purchasing on March 12, 2024. Each of the bids included a base bid and two bid alternates. The basis for award was the total for the base bid. The results of the bids are shown below: Company Location Bid Amount R.C. Becker & Son, Inc. Santa Clarita, CA $460,539 Toro Enterprises, Inc. Oxnard, CA $608,173 Staff recommends awarding the construction contract to R.C. Becker & Son, Inc., the lowest responsive and responsible bidder, in the amount of $477,839, which includes $460,539 for the base bid, $17,300 for both bid alternates, and authorizing a contingency in the amount of $47,784 for a total contract amount not to exceed $525,623. The contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. Staff reviewed the bid response for accuracy and conformance to the contract documents and found it Page 2 Packet Pg. 25 O to be complete. The bid proposal adheres to the project's plans and specifications and is available in the City Clerk's Reading File. The requested construction contingency will cover the cost of unforeseen site conditions such as potential utility conflicts and fees, abandoned utilities not shown in record drawings, field adjustments, change order requests made by the contractor, and additional work requested by the City. Construction Support Services Anil Verma Associates, Inc., (AVA) was awarded a design contract for this project in April 2022 through a Request for Proposal (RFP) process. The City Council subsequently authorized contract amendments in April 2023 and November 2023 to increase the total contract amount in order to complete the design and required contract documents for the project, for a total contract amount of $1,663,300. AVA is the architect of record. In order to provide appropriate construction and design support throughout Phase I construction, it is recommended that the existing contract with AVA be increased by a total of $49,287, including contingency. This increase will allow AVA to provide construction support at regular meetings, review submittals, respond to requests for information, and address design issues as the project is constructed. R.T. Frankian and Associates (RTFA) was awarded a contract in June 2023 through an RFP process for as -needed services to prepare a geotechnical investigation report, for a total contract amount of $32,700. RTFA also prepared the geotechnical report for the Santa Clarita Sports Complex in 2009. Based on RTFA's experience, familiarity with the project, and the need for geotechnical field observation services, staff is recommending that the existing contract with RTFA be increased by a total of $67,440, including contingency. This increase will allow RTFA to provide construction support at regular meetings and perform soil testing and observation services required for the construction work. RP Development Services was awarded a contract for constructability review by the City Council in April 2023. The contract was awarded through an RFP process for a total contract amount of $274,844. In order to provide appropriate construction management services through Phase I construction and continue the constructability review services for Phase II, it is recommended that the existing contract with RP Development Services be increased by a total of $302,405, including contingency. This increase will allow RP Development Services to provide construction management services and support at regular meetings, review submittals, respond to requests for information, address design issues as Phase I is constructed, and allow for continued constructability review services for Phase II. The requested budget appropriations will be used for construction cost, construction support cost fees, and services associated with the project such as temporary power and project administrative costs. Page 3 Packet Pg. 26 O ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Upon approval of the recommended actions, adequate funds will be available in expenditure accounts P3034228-516101 (American Rescue Plan Act Fund) and P3034723-516101 (Facilities Fund) to support the recommended contracts and project administrative costs. ATTACHMENTS Location Map Proposal for R.C. Becker and Son, Inc. (available in the City Clerk's Reading File) Proposal for Anil Verma Associates, Inc. (available in the City Clerk's Reading File) Proposal for R.T. Frankian and Associates (available in the City Clerk's Reading File) Proposal for RP Development Services (available in the City Clerk's Reading File) Page 4 Packet Pg. 27 N 4.a "' of SANTA CILARITA rs+- Location Map for Feet The Rink Sports Pavilion, 0 125 250Y Phase 1 - Grading P3034 Street centerlines developed & maintained V Legend by City of Santa Clarita GIS — r P3034 The City of Santa Clarita does not warrant _ + the accuracy of the data and assumes no Z Existing Parcel Boundary liability for any errors or omissions. '' Q Q Map prepared by: City of Santa Clarita a GIS Division ~ 0 Q:\PROJECTS\PW\240322s1\The Rink Sports Pavilion Phase 1 "- _ A. 40t' z LU L 1 `7IhI4Y`�'rv\�, }� V , i 4 .+ + tr•y+W (/� 411p. d 110 a. 00 a d4d 6 x Ir W CC .�. h LC vw PNiLLw o �N�CL % C ray i(�� r Ro `� '�rnrcwargy C a r52ao + . • t� ,w ,��°n. ce oao� m.� 0 c � � o s f,0 :MAcsM �,EwnP� z -- 0 J �.PP� �v r ��� aEA� qo E es rW x " V 0 f oN� NF o� o r 11 Packet Pg. 28 PROPOSAL FORM Bid #CIP-23-24-P3034 The Rink Sports Pavilion, Phase 1- Grading City Project No. P3034 City of Santa Clarita, California TO THE CITY OF SANTA CLARITA, AS CITY: In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: R.C. Becker Inc. Company Address: 28355 Kelly Johnson Pkwy. Santa Clarita, CA 91355 Phone: (661) 259-4845 Email: LMARTINEZ@RCBECKER.COM By: Lorraine Martinez Print Name Title: S"e�cretary Signature: _ 1_Wtt2 Date: 3/12/24 RID SCHEDULE Bid #CIP-23-24-P3034 The Rink Sports Pavilion, Phase I - Grading City Project No. P3034 City of Santa Clarita, California Fill out this form completely and submit with the bid response. Line item pricing must be entered on BidNet. In the event any mathematical discrepancies are found, please refer to Section B, Bid Instructions. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices in this Bid Schedule constant throughout the duration of the project up to the last contract working day. ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL GENERAL (Rink and Volleyball) 1 Mobilization/Demoblization, Bonds, Insurance LS 1 $ 33,499.18 $ 33,499.18 2 Pothole Existing Storm Drain and Sewer Lines EA 2 $ 1,359.43 $ 2,718.86 3 Dust Control and Implement Best Management Practices LS 1 $ 5,371.27 $ 5,371.27 4 Construction Survey Crew (California Licensed) LS 1 $ 19,800.00 $ 19,800.00 5 Construction Trailer (8x20 w/ Furniture) MO 3 $ 11,980.39 $ 35,941.17 DEMOLITION (Rink) (Includes Offsite Disposal) 6 Clear and Grub Pad Area (Assumes average 1" ground material removal) SF 38,000 $0.09 $ 3,420.00 7 Remove Existing Irrigation Systems and Low Voltage Wiring LS 1 $ 1,281.83 $ 1,281.83 8 Remove Storm Drain Pipes and Structures LS 1 2 288.34 2$288.34 9 Sawcut AC Pavement / Sidewalk LF 135 $ 8.22 $ 1,109.70 10 Remove AC Pavement SF 1,392 $ 2.04 $ 2,839.68 11 Remove PCC Sidewalk SF 576 $ 2.60 $ 1,497.60 12 Remove PCC Curb / Mow Strip LF 402 $6.16 $ 2,476.32 13 Remove Planters (Curb and Plants) LS 2 r 1,$4s.79 2$297.58 14 Remove and Dispose of Play Equipment LS 1 $ 1,156.09 $ 1,156.09 15 Remove, Salvage and Store Pavers at Staging Area SF 3,847 $ 3.57 1 ,733.79 16 Remove Trees EA 2 $143.03 $ 286.06 17 Remove Lodge Pole Fence LS 1 $572.08 $ 572.08 18 Remove Trash Can LS 1 $143.02 $143.02 19 Remove Volleyball Court (Equipment to City; Sand to disposal area) LS 1 $ 5,577.51 $ 5,577.51 20 Remove Signs LS 2 $143.03 $ 286.06 UNDERGROUND UTILITY DEMO (Rink) (Inc. Trench and Compacted Backfill) 21 Remove and Recompact Abandoned Potable Water Line LF 35 $72.00 $ 2,520.00 22 Terminate 8" Potable Water Line at Basketball Court LS 1 $ 3,600.00 $ 3,600.00 23 Remove and Recompact Abandoned Fire Water Line LF 34 $72.00 $ 2,448.00 24 Terminate 10" Fire Water Line at Basketball Court LS 1 $ 3,840.00 $ 3,840.00 25 Remove and Recompact Abandoned Gas Line LF 33 $ 72.00 2, 76.00 26 Terminate 2" Gas Line at Basketball Court LS 1 $ 2,640.00 $ 2,640.00 27 Remove and Recompact Abandoned Sewer Line LF 20 $ 72.00 $ $1, 440.00 28 Terminate Sewer Line at North Grading Limits LS 1 $ 3,120.00 $ 3,120.00 29 Remove and Recompact Electrical / Communications Conduits LF 410 $ 57.00 $ 23,370.00 30 Terminate Electrical / Communications Conduits at Grading Limits LS 1 $ 7,980.00 $ 7,980.00 EARTHWORK (Rink and Volleyball) 31 Unclassified Excavation (Rink Including Pothole Locations) Cy 3,240 $8.32 $ 26,956.80 32 Unclassified Fill (Rink Including Potholing Locations) Cy 3,300 $ 7.86 $ 25,938.00 33 Export to Disposal Site (Rink) Cy 128 $130.30 $ 16,678.40 34 Fine Grading (Rink) SF 26,794 $ 0.29 $ 7,770.26 35 Unclassified Excavation (Volleyball) Cy 122 $63.96 $ 7,803.12 36 Unclassified Fill (Volleyball Including Backfill of 2" X 12" Forms) Cy 118 $24.70 $ 2,914.60 37 Export to Disposal Site (Volleyball) CY 4 $163.71 $ 654.84 38 Earthen V Dicthes (Volleyball) LF 231 $ 9.91 $ 2,289.21 39 Scarify and Recompact 6" Prior to Placement of Fill SF 25,000 $ 0.17 4, 50.00 IMPROVEMENTS (Rink and Volleyball) 40 Construction Fence (Rink) (6' High x 12' Panels with LF 950 $51.00 $ Screen) 48,450.00 41 Construction Gates (Rink) (6' High, 20' Wide, Double EA 5 $ $ Swing) 3,118.80 15,594.00 42 Install Temp AC Ramp + PVC Drain Pipe (Rink) LF 40 $126.94 $ 5,077.60 43 Install Traffic Rated Pull Box (Rink) EA 1 $ $ 8,580.00 8,580.00 44 Install Volleyball Poles (x2) and Net (Volleyball) EA 1 $ $ 7,432.35 7,432.35 45 Install Volleyball Sand (Volleyball) CY 184 $280.56 $ 51, 623.04 46 Install 2x12 Headers (Volleyball) LF 268 $ 29.64 $ 7,943.52 47 Install 4" Minus Rock (Volleyball) EA 3 $615.39 $ 1,846.17 48 Regrading Dirt Path (Volleyball) SF 1,540 $1.99 $ 3,064.60 49 Concrete - Sidewalk/ Landing (Volleyball) SF 462 $14.27 $ 6,592.74 STORM DRAIN (Rink and Volleyball) 50 Relocate and Recompact Storm Drain Inlet & LS 1 $ $ Reconnect (Rink) 3,600.00 3,600.00 51 Connect to Existing Drainage Inlet (Volleyball) LS 1 $ $ 2,400.00 2,400.00 52 3" Perforated PVC Pipe Wrapped in Filter Fabric LF 152 $72.00 $ (Volleyball) 10,944.00 53 3" Solid PVC Pipe (Volleyball) LF 36 $69.60 $ 2,505.60 TOTAL BASE BID: $ 460,538.99 TOTAL BASE BID AMOUNT IN WORDS: Four Hundred Sixty Thousand Five Hundred Thirty Eight Dollars and Ninety Nine Cents CITY OF SANTA CLARITA/ THE RINK SPORTS PAVILION Date: Revised October 16, 2023 ADD. S ERVIC E #3 DSDC Contract No. : REP No. ENG-21-22-133034 ANTI VERMA ASSOCIA iES, INC &COFFMAN ENGINEERS TASK DESCRIPTION: PROIlCT ARElITICTIRI -VIII.GI.11RING STRUCTURAL ENGINEERING ®®®®®®®®®®®®®®®®®®®®®®®®®®®®®® TOTAL ESTIMATED COST DURING BIDDING AND CONSTRUCTION $44,807 'R F(:A GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY City of Santa Clarita 23920 Valencia Boulevard Santa Clarita, California 91355 Attention: Mr. Ross Pistone January 26, 2024 P039-2023-004 Job No. 2004-037-004 Subject: Proposal — Geotechnical Observation and Testing Services Proposed Roller Skating Rink and Temporary Volleyball Court Existing Santa Clarita Sports Complex Southeast of Golden Valley Road and Centre Pointe Parkway Santa Clarita_ California It is with pleasure that we present this proposal that includes an estimate of the costs to provide geotechnical services associated with the subject site. SCOPE OF SERVICES The scope of work being proposed is based on discussions and/or information that was provided for our use. Based on this information, we have prepared a detailed table of our proposed services and estimated costs. Please see Attachment A — Scope of Services. Please contact us if you would like us to modify the scope of services in this proposal. ESTIMATED EXPENSES The cost for our services is based on the rates indicated on the attached Fee Schedule. A detailed estimate broken down by task number is provided in Attachment A — Scope of Services. The estimate provided in Attachment A is for budgetary purposes. The estimate is not a fixed cost. Our services will be billed on a time and materials basis in accordance with the attached Fee Schedule. We will only invoice for work and services actually performed. Furthermore, should you or your representative request services beyond those defined in Attachment A — Scope of Services, such services will be invoiced in accordance with the rates R. T. FRANKIAN & ASSOCIATES 26027 HUNTINGTON LANE SUITE A SANTA CLARITA CALIFORNIA 91355 TEL. (818) 531-1501 WWW.RTFRANKIAN.COM City of Santa Clarita January 26, 2024 P039-2023-004 2004-037-004 Page 2 indicated on the attached Fee Schedule. This cost estimate is valid for a period of 60 days from the date of this proposal. Invoicing generally takes place every two weeks. CALIFORNIA PREVAILING WAGES It is our understanding that the project is subject to California Prevailing Wages. Therefore, the cost estimates presented in this Addendum Proposal are based on our attached current Prevailing Wage Fee Schedule. ADDITIONAL SERVICES Additional requested or required services not included within the scope of services described herein would be invoiced in accordance with the attached Fee Schedule. HEALTH AND SAFETY In accordance with safety requirements of governmental agencies, when the scope of work entails subsurface exploration, we will notify Underground Service Alert (USA) prior to our field investigation; USA requires notification at least 60-72 hours (three working days) prior to excavation, not counting USA holidays. It is expected that the property may have private internal utility lines or obstructions that are not within the purview of USA. Therefore, the client is responsible for locating, removing, relocating, or protecting any existing private lines, conduits, utilities, irrigation systems, or other obstructions, either above or below ground, which may interfere with the scope of work being performed. We assume no responsibility for damage to any private obstructions not clearly and obviously marked immediately prior to the performance of our explorations. AUTHORIZATION In order to ensure mutual understanding of the scope of work proposed, we request that you review, sign, and return the attached agreement. We will counter -sign and return one fully executed Agreement to you. The information presented to us has been filled in, please sign, and complete the Agreement with the information requested. If you should find that any of the statements on the Agreement are incorrect, please correct them. Upon receipt of the signed Agreement, we will schedule our services. •1• RTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY City of Santa Clarita January 26, 2024 P039-2023-004 2004-037-004 Page 3 Should you desire to discuss or clarify the proposed scope of work or any other aspect of this proposal, please do not hesitate to contact our office. ESS/p � W . RASp��F,� No. GE 2558 AWR/j h OF Yours very truly, R. T. FRANKIAN & ASSOCIATES C L'S-t' �✓ RU-� Alan W. Rasplicka Principal Geotechnical Engineer Attachments: Attachment "A" — Scope of Services Fee Schedule Agreement RTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY RT M. d GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY PROPOSAL SUMMARY 1/26/2024 Attachment A P039-2023 004 City of Santa Clarita 2004-037 Subject: Proposed Roller Skating Rink and Temporary Volleyball Court Ueotechnical Observation and'1'estmg Services Task # I Task Description Total 1 Coordination with Design Team $6,000.00 2 Grading $50,200.00 3 Construction $58,800.00 Total: $115,000.00 SCOPE OF WORK Our firm prepared a "Report of Geotechnical Investigation," dated June 20, 2023 (Job No. 2004-037-003) that summarized our geotechnical recommendations for the construction of the proposed roller-skating rink at the subject site. That report included geotechnical recommendations for the grading and construction phases of the proposed development and is the basis for the anticipated earthwork summarized in this proposal. Geotechnical recommendations for earthwork related to the proposed temporary volleyball court were not included in our June 20, 2023 report. It should be noted that we have accrued costs, as discussed below, following the issuance of our June 20, 2023 report. The site of the proposed roller-skating rink presently consists of relatively level, undeveloped land. The grading recommendations presented in our June 20, 2023 report indicate that the soils within 3 feet of existing grade, or 3 feet below final grade, whichever is deeper, should be removed and replaced at an elevated moisture content of at least 130% of optimum moisture content. Since we are not aware of any geotechnical recommendations regarding the grading for the proposed temporary volleyball court, we have assumed that the grading in that area will consist of scarification of the surface soils, and compaction of the exposed subgrade soils to at least 90 percent of the maximum dry density of the soil. The roller-skating rink and temporary volleyball court areas are indicated on attached Sheet G-100 City of Santa Clarita January 26, 2024 P039-2023-004 2004-037-004 Continued on Next Page Page 1 of 3 We have not been presented with a construction schedule or any other information that indicates the projected duration of the required grading and construction activities for the roller-skating rink and temporary volleyball court areas. Therefore, the estimates presented above for the grading and construction phases of the proposed developments are based on similar projects in which we provided geotechnical observation and testing services. The estimates are based on our field representatives providing services for the various tasks, and the durations, specified below. GEOTECHNICAL OBSERVATION AND TESTING Geotechnical observation and testing services should be provided during the grading and construction phases of the roller- skating rink and temporary volleyball court projects. We have separated the above cost estimates for the grading and construction phases based on the services and times indicated below. The actual number of trips, and the amount of time required for each trip, will affect the cost for our services. We will only for those services we provide. As indicated above, we have accrued costs following the issuance of our June 20, 2023 "Report of Geotechnical Investigation" report and are requesting authorization to invoice for those services as part of this proposal. The accrued costs include office engineering and job discussions regarding reviewing and commenting on the Civil Plan preparation, responding to questions from the project architect, paver design, temporary excavation and grading recommendations, and the temporary volleyball court. We have also accrued costs for outside services related to corrosion testing and a corrosion study report. GRADING PHASE -Site Grading for Roller -Skating Rink — Full time (10 days at 8 hrs./day). -Site Grading for Roller -Skating Rink — Part time (6 days at 4 hrs./day). -Site Grading for Volleyball Court — Part time (4 days at 4 hrs./day). In addition to the field observation and testing services outlined above, it is anticipated that we will incur costs for trip charges, job supervision, office engineering, job discussions, laboratory maximum dry density (3) and expansion (10) tests, and the preparation of a report summarizing the results of our observations and testing performed during the grading of the site. The report will include a City of Santa Clarita "Rough Grade Certification" that will be required as part of obtaining a building permit. The estimate also includes the costs to review, sign, and stamp a copy of the project Grading Plans. CONSTRUCTION PHASE -Observation of Roller -Skating Rink Foundation Excavations (5 days at 4 hrs./day). -Observation and Testing of Roller -Skating Rink Soil Subgrade (5 days at 4 hrs./day). -Observation and Testing of Miscellaneous Underground Utility Line Backfills (12 days at 4 hrs./day). -Miscellaneous Observation and Testing Services (8 days at 4 hrs./day). -Paver Subgrade (6 days at 4 hrs./day). Continued on Next Page City of Santa Clarita January 26, 2024 P039-2023-004 2004-037-004 Page 2 of 3 In addition to the field observation and testing services outlined above for the construction phase, it is anticipated that we will incur costs for trip charges, job supervision, office engineering, job discussions, two outsourced R-value tests for paver design, and the preparation of a Final Report summarizing the results of our observations and testing performed during the construction phase of the development. The report will include a City of Santa Clarita "Final Grade Certification" that will be required as part of obtaining a Certificate of Occupancy. The cost estimate for the construction phase presented above includes these costs as well as the costs to review, sign, and stamp the project Foundation Plans as part of the building permit process. Field observation and testing services will only be provided when requested by The City of Santa Clarita or their designated representatives. The total cost for the geotechnical observation and testing services will be related to the number of services provided in addition to the number of hours accrued providing those services. City of Santa Clarita January 26, 2024 P039-2023-004 2004-037-004 Page 3 of 3 FEE SCHEDULE P039-2023-004 City of Santa Clarita Geotechnical Services — Geotechnical Observation and Testing Services Proposed Roller Skating Rink and Temporary Volleyball Court City of Santa Clarita Sports Complex, Santa Clarita, California Proposal No. P039-2023-004; Job No. 2004-037-004 PERSONNEL MANAGING PRINCIPAL/CONSULTING GEOTECHNICAL ENGINEER PRINCIPAL ENGINEER/PRINCIPAL GEOLOGIST ....................................... GEOTECHNICAL ENGINEER/ENGINEERING GEOLOGIST ..................... SENIOR PROJECT SUPERVISOR/ENGINEER/GEOLOGIST ....................... (Includes Deputy Grading Inspector) PROJECT ENGINEER/SUPERVISING FIELD ENGINEER ............. SENIOR FIELD ENGINEER/SENIOR FIELD GEOLOGIST ............. FIELD TECHNICIAN............................................................................. ASSITANT FIELD TECHNICIAN DRAFTING/CAD................................................................................... LABORATORY TESTING...................................................................... CLERICAL................................................................................................ COURT APPEARANCES AND DEPOSITIONS (4 hour minimum) FXPFNSFS FIELD SERVICE TRIP CHARGE............................................................................. MILEAGE (from office to destination and return; excludes field service trips) REPRODUCTION...................................................................................................... SUBCONTRACTED EQUIPMENT............................................................................................ (Drill Rig, Backhoe, Unskilled Labor, Consultants, and Deputy Inspectors, etc.) TRAVEL EXPENSES, SUBSISTENCE, VEHICLE RENTAL, FREIGHT, OTHER OUTSIDE EXPENSES................................................................. FIELD SERVICE CONDITIONS RATE ($/HOUR .................. $185.00 .................. $175.00 .................. $165.00 $155.00 .................. $140.00 .................. $140.00 .................. $130.00 .................. $750.00 $100.00/visit ...$0.92/mile ... Cost + 22% ... Cost + 22% Cost + 22% MINIMUM FEE FOR FIELD SERVICES....................................................................................................... $575.00/ trip OVERTIME - After 8 working hours per day & Saturdays...............................................................1-1/2 time - After 12 working hours, Sundays & Holidays........................................................ Double Time (Four-hour minimum charge on weekends & holidays) FIELD SERVICES will be billed at Field Technician, Senior Field Engineer or Supervising Field Engineer rate, depending on manpower availability and/or experience required due to complexity of project. Occasional site visits by the responsible Project/Senior/ Geotechnical Engineer or Engineering Geologist may be required to check on progress or to answer technical questions that arise. FEES ARE DUE AND PAYABLE ON PRESENTATION OF INVOICE. R. T. FRANKIAN & ASSOCIATES reserves the right to charge the maximum legal interest on unpaid balance and collection fees, if required, to secure payment. $-22 RTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY WORK AUTHORIZATION AGREEMENT PLEASE SIGN AND RETURN TO R. T. FRANKIAN & ASSOCIATES, 26027 HUNTINGTON LANE, SUITE A, SANTA CLARITA, CALIFORNIA 91355 PHONE: (818) 531-1501 1. JOB ADDRESS: City of Santa Clarita Sports Complex Proposed Roller Rink and Temporary Volleyball Court 2. TYPE OF STRUCTURE: 3. SCOPE OF STUDY: Geotechnical Observation and Testing Services 4. FEE: Time and Expense (Estimate $115,000) See Proposal P039-2023-004 Dated January 26, 2024 5. PORTION OF FEE IN ADVANCE OF WORK (RETAINER): n/a 6. CLIENT: City of Santa Clarita, Attn: Mr. Ross Pistone 23920 Valencia Boulevard, Santa Clarita, California 7. ENGINEER: 8. ARCHITECT: 9. DISTRIBUTION OF REPORT: CLIENT 10. CONDITIONS OF AGREEMENT: Consultant Services This AGREEMENT is between CLIENT and R. T. FRANKIAN & ASSOCIATES (herein after called RTF&A). RTF&A services are limited to those outlined in our proposal P039-2023-004, dated 1/26/2024, pursuant to the terms of this AGREEMENT. Fee And Payment RTF&A's fee for the above services is listed in Item 4, above. RTF&A's fee shall be paid as follows and shall not be subject to financing or any other contingency: (a) The retainer fee must be paid upon execution of this AGREEMENT before any services are rendered. Fee includes charges for equipment used during exploration. (b) Fee is for services described in the attached proposal only. (c) Fee is due and payable upon presentation of a statement. RTF&A reserves the right to charge up to 18% interest on unpaid balance. CLIENT agrees to pay collection fees, if required, to secure payment. (d) CLIENT must notify RTF&A in writing of any requirement for payment of California Prevailing Wages, Davis -Bacon, Walsh -Healy Act, Contract Services Act, or any other requirement for payment of specific wages and/or fringe benefits. Should it be determined that prevailing wage rates are required to be paid, RTF&A will pay those wages (to the extent they are required to be paid) and will be entitled to increase our fees in accordance with our current Prevailing Wage Fee Schedule. JOB NO: 2004-037-004 P039-2023-004 DATE: 1 /26/2024 PHONE: (661) 857-2066 EMAIL: RPistone-NCksanta-clarita.com PHONE: EMAIL: PHONE: EMAIL: ENG. ARCH. Additional Fees and Payment The terms and conditions of AGREEMENT will also apply to additional services requested by CLIENT or his agent on this project. Additional services will be charged on a time and expense basis using the Fee Schedule of RTF&A then in effect. Client Responsibilities (a) CLIENT assures that right of entry to site is granted by this AGREEMENT. (b) CLIENT will remove or protect his property, inside and out, including all landscaping, shrubs, and flowers, and RTF&A shall not be responsible for damage to lawns, shrubs, landscapes, walks, sprinkler systems, or underground utilities and installations caused by movement of earth or equipment. (c) CLIENT will locate for RTF&A all underground utilities and installations. RTF&A will not be responsible for damage to any such utilities or installations not so located, and any such damage may, at RTF&A's option, be repaired by RTF&A and billed at cost plus 15% to CLIENT. Submission, Not Offer Neither the submission of this AGREEMENT nor any quotation shall be considered binding until and unless this AGREEMENT is executed by both parties and any required retainer fee paid. This AGREEMENT must be executed by the actual or prospective owner of the job site. CLIENT MAY ACCEPT, REJECT, OR MODIFY ANY ELEMENT OF THE AGREEMENT AND UNDERSTANDS THAT THE ATTACHED TERMS AND CONDITIONS AND FEE SCHEDULE ARE EXPRESSLY INCORPORATED INTO THIS AGREEMENT AND ARE A PART HEREOF. R. T. FRANKIAN & ASSOCIATES, INC. CLIENT: This AGREEMENT must be executed by the actual or prospective owner of the job site. By: By: (Print) (Title) Date: (Signature) Date: TERMS AND CONDITIONS 1. Use of Report. - All RTF&A reports and work remain the property of RTF&A until all of RTF&A's fees and costs have been paid in full. RTF&A reserves the right to withhold delivery of any report or work product. 2. Client Information and Responsibility. 2.1 CLIENT will make available to RTF&A all information regarding existing and proposed conditions of the site, including but not limited to plot plans, topographic surveys, hydrographic data and previous soil data with borings, field or laboratory tests and written reports. CLIENT will immediately transmit to RTF&A any new information which becomes available or any change in plans and shall indicate to RTF&A all property lines, underground utilities and installations and is responsible for the accuracy thereof. 2.2 CLIENT will indemnify RTF&A against any inaccurate or misleading information furnished by CLIENT. 2.3 CLIENT shall keep the site free and clear of children, animals, persons or property (including all landscaping, shrubs and flowers) which are likely to or do interfere with RTF&A's access to site or its ability to perform under this AGREEMENT and shall provide RTF&A with free access to site and a safe place to store its equipment and perform its services. 2.4 CLIENT shall provide a representative at the site to supervise and coordinate the job upon 24-hour request by RTF&A. 3. Remedies: The following rights and remedies shall be cumulative: 3.1 RTF&A shall have the right to stop work if any payment has not be made when due and may keep the project idle until all payments due are received. 3.2 The provisions of this AGREEMENT shall be specifically enforceable. 4. Dispute Resolution: In an effort to resolve any conflicts that arise during the design and construction of the project or following the completion of the project, CLIENT and RTF&A agree that all disputes between them arising out of or relating to this AGREEMENT or the project shall be submitted to nonbinding mediation unless the parties mutually agree otherwise. 5. Test Holes: RTF&A agrees to cover all open test holes and place a cover on each such hole prior to leaving site unattended. All test holes will be backfilled upon completion of the job. Settlement of backfill may occur. CLIENT is responsible to fill in all settlement of test holes. If CLIENT requests test holes to remain open after completion of RTF&A's work, CLIENT agrees to pay for all costs in connection with covering and backfilling said test holes at a later date and shall indemnify RTF&A for all claims, demands and liabilities arising from the test holes remaining open and also from the later backfilling and covering of said holes. 6. Limitation of Liability: 6.1 For purposes of this Section 5, the term RTF&A shall include not only RTF&A but its agents, servants and employees. 6.2 For any injury or damages to persons or property on account of any error, omission or other professional negligence, RTF&A's liability to CLIENT and to any partner, principal, agent, employee, contractor, subcontractor or other person who performs work on site, and to any person who obtains title to or possession of site or any part thereof (or those claiming under or through any of the foregoing) shall be such that the total aggregate liability of RTF&A to all those named will not exceed RTF&A's fee, or the sum of $50,000, whichever is greater. 6.3 RTF&A shall have the right to post these terms and conditions on site and to notify anyone of said terms and conditions. 6.4 No action or claim arising out of or connected with the site or any part thereof, or the services to be rendered by RTF&A hereunder, may be brought against RTF&A by CLIENT, or by any partner principal, agent, employee, contractor, subcontractor or other person who performs work on site, any person who obtains title to or possession of site or any part thereof, or those claiming under or through any of the foregoing, unless such action is commenced within two (2) years from the date this AGREEMENT. 6.5 This AGREEMENT is entered into solely for the benefit of CLIENT and RTF&A is in no way intended to benefit or extend any right or interest to any third party. It is the intention of the parties that any benefit derived by any third party is merely incidental to and unintended by this AGREEMENT. 7. Disclaimer of Warranties: No warranty, expressed or implied, of any kind, is made or intended in connection with work actually performed by RTF&A underthis AGREEMENT, or bythe fact that RTF&A is furnishing oral or written reports or findings. 8. Indemnity. As used herein, indemnity or indemnify shall mean that CLIENT will hold and save RTF&Afree and harmless and indemnify and keep RTF&A indemnified from and against any and all liability, claims, demands, actions, causes of action, costs or expenses, including but not limited to reasonable attorney fees incurred by RTF&A as the results of (i) CLIENT failing to properly perform any provision required to be performed by CLIENT pursuant to this AGREEMENT or (ii) as a result of RTF&A being made a party to any litigation, or (iii) as a result of RTF&A rendering professional services hereunder, or (iv) as a result of the act or event against which RTF&A is indemnified, or (v) as a result of any hazardous material or underground storage tank discovered on the site. 9. Change in Condition or Services: 9.1 Fluctuations in the level of groundwater may occur due to variations in rainfall, temperature and other factors not evident at the time measurements are made and reported. The level of groundwater may also vary across the site. 9.2 Subsurface conditions, excavation characteristics and geologic structure will be projected from individual borings or test holes placed on the site; this should not be construed to reflect any variation which may occur between the borings or test holes. 9.3 Should changes be made in the design or location of structures on the site, no report or findings should be considered valid unless the changes are reviewed and approved by RTF&A. 9.4 RTF&A shall not be responsible for injury or damage to the site or any improvements now or hereafter located thereon, including any structures. 9.5 When any or all RTF&A's services are to be on an intermittent or "on call" basis, RTF&A will be unable to provide an opinion concerning any such work unless RTF&A field representatives have timely and sufficient opportunities for testing and observation during construction. 9.6 RTF&A's services do not include supervision or coordination or scheduling of work, or a review or evaluation of the adequacy of any contractor's safety measures in or near the site. 9.7 RTF&A will not be responsible for general safety on the site or for the work of others. Page 1 of 2 1 agree with the terms and conditions on this page. Please initial box. RTFaA GEOTECHNIC AL ENGINEERING & ENGINEERING GEOLOGY TERMS AND CONDITIONS 9.8 RTF&A is entering into the AGREEMENT on CLIENT's representations to RTF&A that no hazardous materials or underground storage tanks exist on or under the site. In the event any hazardous materials or underground storage tanks are discovered, such shall constitute a change in condition so that RTF&A may terminate this AGREEMENT or be entitled to payment on the basis of additional work being performed. In either event, RTF&A is hereby authorized to take immediate measures to protect the health, safety and property of CLIENT, RTF&A, and others from the hazardous materials and underground storage tank, and any and all costs related to or concerning said hazardous materials or underground storage tank, shall be borne by CLIENT. 9.9 As used herein "hazardous materials" shall include but not be limited to any materials or substances in whatever form that are known or suspected to be harmful to human health and safety, as well as materials classified as pollutants or contaminants by any federal, state or local law or regulation. 10. Merger Clause: This AGREEMENT, including any Schedule, constitutes a final, complete and total integration of any and all understandings between the parties. No prior AGREEMENTS or understandings pertaining to the subject matter of this AGREEMENT shall be effective for any purpose. Any subsequent change, alteration, addition or modification must be mutually agreed upon, in writing, and signed by both parties. 11. Individual Responsibility: If CLIENT is a corporation, the individual(s) signing this AGREEMENT on behalf of CLIENT guarantee that CLIENT will perform its duties hereunder and warrants each individual is duly authorized to sign this AGREEMENT on behalf of CLIENT. 12. Assignment. The rights and obligations of CLIENT shall not be assigned or delegated without the prior written consent of RTF&A. Subject to the foregoing, each party to this AGREEMENT binds itself, its successors, administrators and assigns in respect to all covenants and promises of this AGREEMENT. 13. Termination ofAgreement 13.1 In the event either party desires to terminate this AGREEMENT prior to completion of the project, written notification of such intention to terminate must be rendered to the other party and RTF&A shall be paid for all services performed to the termination date. In the event that CLIENT notifies RTF&A of such intention to terminate RTF&A's services prior to completion, RTF&A reserves the right to complete pending analysis, dispose of samples, put equipment in order, and where considered necessary, to complete a report on the work performed to date. In the event of CLIENT's termination of this AGREEMENT, a termination charge to cover RTF&A's costs shall be paid by CLIENT to RTF&A in addition to any other fees or charges. 13.2 If the site or any part thereof is destroyed by earthquake or other catastrophe RTF&A will be paid for all work performed theretofore, and both parties will be relieved of any further obligations hereunder. 14. Force Majeure: RTF&A shall have no liability for any delay or for any act or event caused by acts of God, CLIENT or CLIENT's agent, weather, labor trouble, acts of public utilities, public bodies or public officials, acts or contractors or subcontractors, or other contingencies beyond the reasonable control of RTF&A. 15. Notices: Any notice required or permitted hereunder shall be given by personal service or registered or certified mail, return receipt requested, addressed as indicated, but such address may be changed by written notice given by one party to the other from time to time. Notice shall be deemed received twenty-four (24) hours after deposit in the mail or upon personal service. 16. Validity: Should any provision of this AGREEMENT be held invalid or in violation of any law or regulation, any such provision shall be deemed stricken from this AGREEMENT and shall not affect the validity of the remaining provisions of this AGREEMENT as a whole. 17. Miscellaneous Provisions: 17.1 The paragraph or section headings are for the purposes of convenience only and are not an integral part of this AGREEMENT. 17.2 This AGREEMENT shall be deemed executed at Santa Clarita, California, when signed by an officer of RTF&A. Neither submission of this AGREEMENT nor any quotation shall be considered binding on RTF&A. 17.3 CLIENT acknowledges that late payment by CLIENT to RTF&A of RTF&A's fees and costs will cause RTF&A to incur expenses not contemplated bythis AGREEMENT, the exact amount of which are extremely difficult and impracticable to fix. Therefore, if any payment due from CLIENT is not received by RTF&A within ten (10) days of its due date, CLIENT shall pay to RTF&A an additional sum of up to eighteen percent (18%) of the overdue amount as a late charge. This late charge represents a fair and reasonable estimate of the costs that RTF&A will incur by reason of late payment by CLIENT. Neither the imposition nor acceptance of any late charge shall prevent RTF&A from exercising any of the other rights and remedies available to RTF&A hereunder. "Received" as used herein means the money is paid to RTF&A in cash, or credited to RTF&A's account, without the possibility of said credit being revoked or refunded. Page 2 of 2 1 agree with the terms and conditions on this page. Please initial box. RTFaA GEOTECHNIC AL ENGINEERING & ENGINEERING GEOLOGY RPDEVELOPMENT SERVICES January 8, 2024 Araz Valijan, MPA Project Manager Public Works City of Santa Clarita 23920 Valencia Boulevard, Suite 300 Santa Clarita, CA 91355 Re: The Rink Sports Pavilion / 2024 Consulting Services Ms. Valijan, Thank you for allowing RP Development Services the opportunity to provide this proposal update 1. KEY ACTIVITIES a. I have and will continue to assist you with the following activities L Phase I Gradinq 1. Provide onsite support during the grading phase 2. Maintain daily activity logs 3. Coordinate soils inspections 4. Coordinate survey staking 5. Schedule all City required inspections 6. Process Request for Information (RFI's) 7. Process Change Order Request (COR's) 8. Photograph daily project activities ii. Phase II Plans and Specifications 1. Review Plans as submitted by the Architect 2. Review Specifications as submitted by the Architect 3. Review Division 00 Sections 4. Review Division 01 Sections 5. Prepare Bid Check List 6. Assist with Bid Process from Posting to Award 2. WORK HOURS and OTHER EXPENSES a. Work hours will be from 6:00 AM to 2:00 PM, one hour will be added to each workday for travel to and from my home office. Mileage will be billed at the current IRS rate and Cell Phone expenses will be $100.00 per month. Thank you for your consideration, if you have any questions, please feel free to contact me at (661) 810-2534. Sincerely, Ross Pistone Sole Proprietor RP Development Services 5206 Village 5 Camarillo, CA 93012 **See Attached for Proposal Cost RP DEVELOPMENT SERVICES 5206 Village 5 (661) 810-2534 Camarillo CA. 93012 Ross Pistone PROJECT MANAGEMENT SUPPORT 12024 Hourly Rate $162.00 Year Description Hours Unit Price 2024 Consulting Services Phases 1 ! 1697 $ 162.00 II Not to Exceed Hours Mileage will be billed at the current IRS Rate Cell Phone will be billed at $100.00 per month January 8, 2024 2024 CHANGE ORDER PROPOSAL rpdservices@aol.com The Rink Sports Pavilion P-3034 N/A Cost $ 274,914.00 TOTAL $ 274,914.00