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