Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
AGENDA REPORT 2025 0402 CC REG ITEM 09D
CITY OF MOORPARK, CALIFORNIA City Council Meeting of April 2, 2025 ACTION APPROVED STAFF RECOMMENDATIONS, INCLUDING ADOPTION OF RESOLUTION NO. 2025- 4306. (ROLL CALL VOTE: UNANIMOUS) BY A. Hurtado. D. Consider Amendments to Agreements with Architerra, Inc. dba Architerra Design Group, Inc. and Phoenix Civil Engineering, Inc.; Consider Waiving the City’s Purchasing Requirements Pursuant to Resolution No. 2019-3829 for Additional Design and Construction Phase Services for the Inclusive Playground Project (C0063); Consider Resolution Amending the Fiscal Year 2024/25 Budget to Fund the Project; and Consider Making a Determination of Exemption Pursuant to the California Environmental Quality Act in Connection Therewith. Staff Recommendation: 1) Waive the City’s purchasing requirements, pursuant to Resolution No. 2019-3829; approve Amendment No. 2 with Architerra, Inc. dba Architerra Design Group, Inc. for Additional Design Services for the Inclusive Playground in the amount of $19,550, and authorize the City Manager to sign the Amendment, subject to final language approval of the City Manager; and 2) Waive the City’s purchasing requirements, pursuant to Resolution No. 2019-3829; approve Amendment No. 3 with Phoenix Civil Engineering, Inc. for Civil Engineering and Construction Management Services for the Inclusive Playground in the amount of $126,675; and authorize the City Manager to sign the Amendment, subject to final language approval of the City Manager; and 3) Adopt Resolution No. 2025-4306, Amending the Fiscal Year 2024/25 Budget by appropriating $151,686 from the Art In Public Places Fund (2007), reducing the appropriation from the Community Wide Park Fund (2010) by $712,974, appropriating $976,328 from the Special Projects Fund (3004), and reducing the revenue appropriation in the Community Wide Park Fund (2010) by $976,328 to fund construction of the Inclusive Playground Project (C0063). (Staff: Jeremy Laurentowski, Parks and Recreation Director) (ROLL CALL VOTE REQUIRED) Item: 9.D. MOORPARK CITY COUNCIL AGENDA REPORT TO: Honorable City Council FROM: Jeremy Laurentowski, Parks and Recreation Director BY: Chris Ball, Senior Management Analyst DATE: 04/02/2025 Regular Meeting SUBJECT: Consider Amendments to Agreements with Architerra, Inc. dba Architerra Design Group, Inc. and Phoenix Civil Engineering, Inc.; Consider Waiving the City’s Purchasing Requirements Pursuant to Resolution No. 2019-3829 for Additional Design and Construction Phase Services for the Inclusive Playground Project (C0063); Consider Resolution Amending the Fiscal Year 2024/25 Budget to Fund the Project; and Consider Making a Determination of Exemption Pursuant to the California Environmental Quality Act in Connection Therewith BACKGROUND In 2019, City staff began the process of planning and designing an inclusive playground. Inclusive playgrounds go beyond accessibility and include play features and design elements that appeal not only to individuals with mobility impairments, but also individuals with cognitive, developmental, sight, and hearing impairments. Inclusive playgrounds are designed not only to engage children and adults with disabilities, but also appeal to able- bodied children and adults, allowing individuals of all abilities to engage with their peers and play side-by-side in an inclusive, non-ability driven segregated setting. Currently the nearest fully inclusive playgrounds are in Ventura and Calabasas. An inclusive playground in Moorpark will therefore fill a recreational need in the east county, serving not only the Moorpark community but also the surrounding region. The inclusive playground project was included as a priority objective in the fiscal year (FY) 2019/20 City Council Goals and Objectives. Based on recommendations from the Parks and Recreation Commission, and concurrence from the City Council, Tierra Rejada Park was identified as the preferred location for the playground. To accommodate the inclusive playground, it was envisioned that the existing play equipment would be removed, and the playground area completely renovated and expanded to accommodate a new playground design with universally accessible play equipment and related site amenities. Improvements to the parking area were also planned that would increase the total number of available parking stalls and add additional Americans with Disabilities Act (ADA) compliant parking spaces. Item: 9.D. 134 Honorable City Council 04/02/2025 Regular Meeting Page 2 In November 2019, the City Council approved funding for the preparation of construction plans and specifications in order to submit a competitive grant application to the Land and Water Conservation Fund (LWCF) grant. The LWCF grant is a pass-through grant from the National Parks Service (NPS), managed by the California State Parks Department. The goal of LWCF is to provide new dedicated parklands, and park and recreation amenities to communities throughout the state. In order to prepare a competitive application, the landscape architecture design firm Architerra, Inc. dba Architerra Design Group, Inc. (Architerra) was selected to provide design services, with support from playground manufacturer Landscape Structures, Inc. Phoenix Civil Engineering, Inc. (Phoenix) was hired for engineering services, which included the preparation of plans and specifications for the project. In December of 2019 staff conducted several community outreach events, including a community workshop and an on-site meeting with members of the special needs community, to collect public input on the park design and amenities which was then incorporated during design development. Staff also identified public art opportunities that could be incorporated into the project. Eighty percent (80%) of the construction plans and specifications were prepared for the LWCF grant application, which was submitted in February 2020. Because the LWCF grant is a matching grant, the City was able to apply for $775,750 in grant funding, which was half of the engineer’s cost estimate at the time of $1,550,500. However, the grant awards were significantly delayed due to the COVID-19 pandemic, and although the City was notified in March 2022 that the inclusive playground project had been selected for funding, it was not until August 2022 that the grant agreement was actually received from the state and executed. In 2023 the City was also awarded $200,578 in grant funding from the Prop 68 Per Capita Grant, bringing the total grant award for the project to $976,328. Both the LWCF and Prop 68 grants are reimbursement grants, therefore funding from various non-general fund sources, including the Community Wide Park Fund (Fund 2010) and the Art in Public Places Fund (Fund 2007), were identified to cover the grant obligation. The total funding for the project in the adopted FY 2022/23 budget was approximately $1.9 million, which also included consulting expenses. With grant funding secured, staff continued work on the project and by the end of 2023, the plans and specifications were ready for bid and a new engineer’s estimate was completed. However, timing was not ideal, as the aftereffects of the pandemic resulted in associated supply chain delays, and inflationary price increases in construction supplies, materials and labor costs. The engineer’s estimate received in 2023 was $4.8 million, significantly exceeding the allocated funding. To address the prohibitive cost escalation, staff began to explore options to reduce the project scope and budget. However, based on discussions with the LWCF grant administrator, it was understood that due to the competitive nature of the grant, changes to the project could not include reductions to the primary components listed in the grant application, such as the inclusive playground, ADA parking, or shaded picnic areas. Because of this, staff was unable to reduce the project scope to the point that the identified 135 Honorable City Council 04/02/2025 Regular Meeting Page 3 funding sources could fully fund the City’s financing obligations associated with the project. By the end of 2024 it appeared unlikely that the project would be able to move forward and retain the previously awarded LWCF grant as a funding source. However, on March 6, 2025, City staff and LWCF grant administrators met to review the project status and discuss next steps. During the meeting the grant administrators provided new direction and offered to consider a two-year grant extension with a reduction in the project scope, if the City were able to provide a revised proposal that still provided the core deliverables that were originally approved, including accessible play areas with surfacing for children ages 2-5 and ages 5-12, ADA compliant parking, shaded picnic areas, and accessible walkways. This new direction from the LWCF grant administrators prompted staff to re-envision the project with a focus on installing the inclusive playground within the existing play area footprint and lower the estimated project cost to approximately $2,500,000. DISCUSSION In an effort to get these grant funds expended, the administrator of the LWCF funds is offering the City an opportunity to extend the deadline by two years, which would extend the grant performance period through June 30, 2027. This extension, and the new cost estimate, provides an opportunity to move the project forward with available funding sources. The revised project scope has been accepted by the LWCF administrator; however, approval of the extension is ultimately contingent on approval by NPS. To complete the extension request, funding must also be secured to cover the total project costs. Additionally, to continue progress on the project, staff will need to amend the current contracts for design and engineering services to provide for updated construction plans and specifications, as well as provide bid and construction phase support services. Project Scope Revisions To achieve substantial cost reductions, the project no longer involves a complete renovation and expansion of the playground and parking areas, but instead maintains the current playground size of approximately 9,000 square feet and achieves additional ADA parking capacity by modifying the existing parking layout. Attachment 1 provides a site plan of the revised project footprint showing how the primary project elements will be provided. This includes accessible playground equipment for children ages 2-5 and ages 5-12 with surfacing, a custom sensory wall, shaded picnic areas, new accessible walkways and eight ADA-compliant parking stalls. Related amenities, such as benches, picnic tables, a drinking fountain, bicycle racks, and an artistic entry feature are also included in the site plan. The updated parking lot layout changes the existing parking configuration by increasing the number of ADA compliant parking stalls from three (3) to eight (8) and reducing the number of standard parking stalls from twenty-nine (29) to twenty-one (21). Depending on the popularity of the playground, staff feels that these quantities should be adequate to meet the parking needs at the redesigned playground. However, should additional ADA parking, or standard parking spaces be needed, the City could consider expanding the parking lot at a future date, as funding becomes available. 136 Honorable City Council 04/02/2025 Regular Meeting Page 4 It should be noted that the existing walkways around the playground currently do not meet current ADA standards and will be replaced as a part of the inclusive playground project. However, maintaining the current layout of the walkways will cost considerably less than redesigning and expanding the playground areas as originally envisioned. This is due to the fact that grading, drainage, and landscape improvements will be minimal since these have already been established when the park was originally constructed. Staff reviewed the reduced playground footprint with the playground design team to confirm that it will be able to accommodate the majority of the inclusive play equipment that was planned for the original design. This will include a variety of swings and play structures, as well as a number of rocking and spinning elements specifically designed for the enjoyment of individuals of all abilities. A ”whimsical” theme was selected during the initial design development based on input collected from the community. This theme will be retained in the new design by embellishing play elements with custom stylized natural imagery to give the playground an “enchanted forest” impression. A highlight will be a custom sensory wall featuring a variety of natural elements (forest creatures, flowers, mushrooms, logs, etc.) that will provide children with stimulating tactile inputs to explore. Attachment 2 illustrates a selection of play elements that conceptually could be accommodated in the final playground design. The final play equipment selection and layout will be determined once the grant extension is secured and submitted to the City Council at a later date for consideration. Project Funding A requirement for consideration of the grant extension is that funding must be secured to fully cover the project costs. As noted earlier, both the LWCF and Prop 68 grants provide their funding as reimbursements. Therefore, the City must allocate the total project costs up front, with the understanding that the grant funds will be reimbursed to the funding sources upon project completion. The new cost estimate for the revised project scope is $2,535,047. The FY 2024/25 budget currently has an available budget of $1,908,708 for the Inclusive Playground Project (C0063), and an additional $211,299 can be utilized from the ADA Improvements Project (M0002). This brings the total available funding to $2,120,007. In order to fully fund the new estimated project costs, an additional $415,040 will be required. Insufficient funds are available in the Community Wide Park Fund (Fund 2010) to cover the additional project costs, therefore staff is proposing to release funding from Fund 2010 by reallocating expenses equal to the total grant amount of $976,328 from the Community Wide Park Fund (Fund 2010) to the Special Projects Fund (Fund 3004), as these expenses will be reimbursed to Fund 3004 upon receipt of the grant funds. 137 Honorable City Council 04/02/2025 Regular Meeting Page 5 Design and Engineering Services With approval of the reduced project scope and grant extension, the project plans and specifications will need to be revised to prepare the project for bidding. Therefore, staff requested proposals from Architerra and Phoenix to update and finalize the construction drawings and provide related bid and construction phase support services. Architerra will revise the plans to match the revised project footprint, which includes eliminating planned landscape and irrigation improvements as well as structural changes to the parking lot and electrical infrastructure. Architerra will also provide assistance with development of the bid package and answer request for information from prospective bidders and contractors. Architerra’s cost for these services is $17,000. The total amended contract cost for Architerra’s services on the project will be $123,215. Phoenix will update and finalize the civil drawings and engineering specifications to incorporate the City’s requested modifications and prepare a revised final design package that includes demolition, grading and construction details. Phoenix will also prepare a Stormwater Pollution Prevention Plan (SWPPP) for the project and provide bidding assistance to answer requests for information and review bid submissions. Phoenix was also asked to include construction management services as part of its proposal for construction phase services. Construction management services include the coordination of the entire construction phase of the project, managing project controls and schedule, ensuring compliance and conformance with the project plans and specifications, providing quality control and materials testing, and serving as lead coordinator between the general contractor, the design team, and the equipment manufacturer. Phoenix’s cost for construction document updates, SWPPP preparation and bid phase services is $38,465, and the cost for construction phase services is $84,410. The total amended contract cost for Phoenix’s services on the project will be $204,560. Given the unique understanding of the project design and specifications that both Architerra and Phoenix possess, staff is recommending that City Council retain Architerra and Phoenix to provide the services noted above rather than bid the services out separately, and consider waiving the City’s purchasing requirements for such services, pursuant to City Council Policy Resolution No. 2019-3829. Resolution No. 2019-3829 establishes that service contracts are to be awarded by informal bidding or request for proposals (RFP) process for services exceeding $75,000. However, Section 4.B. of the Policy establishes that the City Manager (as the purchasing agent) may waive the informal bidding or RFP requirement if the City Manager determines, based on consultation with the applicable department head, that the service to be performed can be competently and cost-effectively performed by a particular individual, firm or company, based on the City Manager’s and Department Head’s personal or direct prior experience in contracting with that individual, firm or company. The City Attorney has confirmed this provision, and the City Manager, after consulting with the Parks and Recreation Director, has agreed to waive the informal bidding or RFP process in this case. 138 Honorable City Council 04/02/2025 Regular Meeting Page 6 As noted earlier, approval of the grant extension is dependent on approval of the revised project scope by NPS. If the extension is not approved, the City will withdraw from the LWCF grant. There is no penalty associated with withdrawing from the LWCF grant, and the City could then reapply to the LWCF in a subsequent round of funding. There is no guarantee, however, that a subsequent application would be successful, as the LWCF grant project selection criteria are subject to change between grant cycles, and application ranking is relative to the other project applications received. However, the LWCF grant has been statutorily authorized for many years and the City can continue to apply in future rounds without penalty. ENVIRONMENTAL DETERMINATION The Community Development Director has evaluated the Inclusive Playground project for compliance with the California Environmental Quality Act (CEQA) and determined that the proposed action is categorically exempt from environmental review in accordance with Section 15301 (existing facilities). The proposed project involves the installation of playground equipment in an existing park and minor modifications to the parking lot layout with no proposed expansion of existing use. Therefore, no additional environmental review is required pursuant to CEQA. FISCAL IMPACT Funding in the amount of $1,456,123 from the Community Wide Park Fund (Fund 2010), $448,314 from the Art in Public Places Fund (Fund 2007), and $4,271 from General Fund (Fund 1000) is included in the FY 2024/25 budget for Project C0063. As noted above, an additional $415,040 is required to fully fund the project. Staff is requesting that funding equal to the total grant amount of $976,328 be moved from the Community Wide Park Fund (Fund 2010) to the Special Projects Fund (Fund 3004), as that these funds will be reimbursed upon receipt of the grant reimbursements. Additionally, staff is requesting a budget amendment allocating $151,686 from Fund 2007, and $263,354 from Fund 2010 to cover the additional costs for Project C0063. The current unassigned fund balances in Funds 2007, 2010, and 3004 are $4,217,253, $787,734, and $13,475,506 respectively. With approval of the budget amendment, the balance in Fund 2007 would be $4,065,567, the balance in Fund 2010 would be $524,380, and the balance in Fund 3004 would be $12,499,178. The additional cost for Architerra’s services is $19,550, which includes a contingency of $2,550, and the additional cost for Phoenix’s services is $126,675, which includes a contingency of $3,800, bringing the total cost for additional professional services to $146,225. Adequate funding is available; therefore no additional appropriation is required for these services. 139 Honorable City Council 04/02/2025 Regular Meeting Page 7 COUNCIL GOAL COMPLIANCE This action is consistent with City Council Goal 1, Objective 1.9: “Tierra Rejada Inclusive Playground and Public Art Installation.” STAFF RECOMMENDATION (ROLL CALL VOTE REQUIRED) 1.Waive the City’s purchasing requirements, pursuant to Resolution No. 2019-3829; approve Amendment No. 2 with Architerra, Inc. dba Architerra Design Group, Inc. for Additional Design Services for the Inclusive Playground in the amount of $19,550, and authorize the City Manager to sign the Amendment, subject to final language approval of the City Manager; and 2.Waive the City’s purchasing requirements, pursuant to Resolution No. 2019-3829; approve Amendment No. 3 with Phoenix Civil Engineering, Inc. for Civil Engineering and Construction Management Services for the Inclusive Playground in the amount of $126,675; and authorize the City Manager to sign the Amendment, subject to final language approval of the City Manager; and 3.Adopt Resolution No. 2025-____, Amending the Fiscal Year 2024/25 Budget by appropriating $151,686 from the Art In Public Places Fund (2007), reducing the appropriation from the Community Wide Park Fund (2010) by $712,974, appropriating $976,328 from the Special Projects Fund (3004), and reducing the revenue appropriation in the Community Wide Park Fund (2010) by $976,328 to fund construction of the Inclusive Playground Project (C0063). Attachment 1: Redesigned Site Plan Attachment 2: Sample Playground Elements Attachment 3: Amendment No 2 – Architerra, Inc. dba Architerra Design Group Attachment 4: Amendment No 3 – Phoenix Civil Engineering, Inc. Attachment 5: Draft Resolution No. 2025-____ 140 ATTACHMENT 1 141 Tierra Rejada Inclusive Playground Conceptual Playground Elements Presented By: ATTACHMENT 2 Sample equipment provided for illustrative purposes only. Final equipment selection to be determined based on final space and theme requirements. 142 A COMMITMENT TO INCLUSIVE PLAY COMPANY BACKGROUND Since 1971, Landscape Structures Inc. has been a leading manufacturer of commercial playground equipment in the world. We are a 100% Employee- Owned company, and manufacture all of our playground, shade and water play equipment in the USA. Landscape Structures has been committed to innovation in Inclusive Play for decades, way before it became the necessity it is today. We have designed and installed several hundred Inclusive Playgrounds all over the world. Including 100’s in California alone, and counting… Along with our in-house design and engineer teams dedicated to the innovation of inclusive play elements and designs, we have a special Inclusive Play Advisory Board and partners, that include: Our goal is to design playgrounds that increase and enhance community engagement and connectivity, while actively encouraging children of all ages and abilities to learn persistence, leadership, competition, bravery, support and empathy through play. We push the limits— of design, inclusion, and play—to help kids realize there is no limit to what they can do today, and in the future. We have of manufactured over 80,000 playgrounds that serve communities worldwide, including the City of Goleta. The STAR Institute for Sensory Processing Research The Sensory Processing Disorder Foundation Inclusion Matters by Shane’s Inspiration, Ingrid Kanics of Kanics Inclusive Design Services 143 Ingrid Kanics, OTR/LIngrid Kanics, OTR/L Kanics Inclusive Design ServicesKanics Inclusive Design Services Dr. Lucy Jane Miller, OTRDr. Lucy Jane Miller, OTR STAR Institute FounderSTAR Institute Founder Tiffany HarrisTiffany Harris Inclusion MattersInclusion Matters Founder Founder Jill MooreJill Moore Inclusive Play SpecalistInclusive Play Specalist Jeff BurleyJeff Burley Therapeutic Recreation SpecialistTherapeutic Recreation Specialist DashDash One of MANY professional testersOne of MANY professional testers INCLUSIVE PLAY ADVISORY BOARD 144 WE-GO-ROUND: Wheelchair Accessible Spinner 145 We-Go-Round Wheelchair Accessible Spinner The We-Go-Round Wheelchair Accessible Spinner is the only spinner of it's kind on the market. Children and/or caretakers in mobility devices are able to seamless enter, exit and operate the spinner autonomously. The We-Go-Round is truly inclusive of all ages and abilities, and easily one of the most popular play element on any playground. Custom Forest Graphic Panels Fit The Park’s aesthetic! 146 147 SwayFun Incluse Glider 148 149 150 We-Saw Inclusive Seesaw 151 © 2023 Kanics Inclusive Design Services, LLC Cognitive Skills Problem Solving Sensory Systems Engaged Vestibular + Proprioception Motor Skills Social Skills Cooperation Social Skill Development Imaginative Play We-Saw™ Balance Flexibility Core, Lower & Upper Body Strength The We-Saw™ provides children with movement up and down in space. Children can find the “just right” movement experience by sitting in the molded seats or on the center platform. Both seating options provide varying degrees of support that can be used as children need or want to engage in movement. The design allows for two children or a group of children to join in the We-Saw experience. The seats are large enough to accommodate teens and adults, allowing the experience to become a true group hangout. Regardless of the number of riders on the We-Saw, all will get to experience a fun vestibular experience in the presence of friends. 152 E nchanted Forest Themed Sensory Wall Images for Reference Only - Final Design will be developed to fit space requirements and exact theme needs. 153 Inclusive Friendship Swing or Flexx Swing 154 155 ©2024 Kanics Inclusive Design Services, LLC Cognitive Skills Problem Solving Sensory Systems Engaged Auditory Proprioception Tactile Vestibular+ Visual Motor Skills Social Skills Cooperation Imaginative Play Social Skill Development Flexx™ Swing Balance Coordination Motor Planning Core, Upper & Lower Body Strength The Flexx™ Swing design allows children and adults of all ages and abilities to swing with comfort in a hammock-type swing. For those who use mobility devices and can self-transfer, they can pull themselves into the Flexx Swing and enjoy swinging. The tighter weave of the net gives them more ways to grasp and get onto the swing. For children who need assistance with transfer, the Flexx Swing is set at an easy transfer height. The tight weave of the Flexx Swing provides a great deal of support to any child, taking the shape of the child’s body as they sit or lay in the swing. The Flexx Swing is comfortable to sit or lay on, and everyone will enjoy lounging in it as they swing alone or with friends. 156 Inclusive Full Harness Swings 157 158 Children with orthopedic disabilties may not be able to walk, BUT many are still able to crawl, climb, or scoot, like any other child. For this reason, our team has focused on designing with materials, such as our rubber belting, that allows/encourages children to comfortably navigate non-ramped play structures--even big, tall towers like the Super NetPlex! Super Netplex 8' or 12' Inclusive Play Tower 159 160 161 Smart Play Volo 162 Smart Play Volo 163 Smart Play Volo 164 © 2024 Kanics Inclusive Design Services, LLC Cognitive Skills Problem Solving Strategic Thinking Sensory Systems Engaged Auditory Proprioception Tactile Vestibular+ Visual Motor Skills Social Skills Cooperation Imaginative Play Social Skill Development Volo™ Agility, Balance, Coordination, Core Body Strength, Endurance, Eye-hand Coordination, Fine Motor, Lower Body Strength, Motor Planning, Upper Body Strength Volo™ provides children with multiple climbing pathways of play. Children using mobility devices can transfer at the base of Volo and choose from multiple routes to reach the top or navigate around the ring of the structure. All children have the choice of parallel paths above and below as well as around the interior LSI Flexx™ climbing net. The optional integrated shade provides relief from the direct sun allowing children to hang out in the net while they plan their next adventure within this unique structure. The Oodle® Seat Climber provides a great “time in” space for children who need to take a rest from all the action above. The structure includes integrated games of hide and seek and fine motor play as well as the thrill of sliding back down to earth on the slides and Firepole. Children of all ages, abilities and skill levels will have hours of fun playing together on Volo. 165 Custo m Gateway Feature 166 THANK YOU! Presented By: 167 AMENDMENT NO. 2 TO DESIGN PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MOORPARK AND ARCHITERRA, INC. dba ARCHITERRA DESIGN GROUP FOR INCLUSIVE PLAYGROUND DESIGN SERVICES AT TIERRA REJADA PARK This Amendment No. 2 to the Agreement between the City of Moorpark, a municipal corporation (“City”), and Architerra, Inc. dba , Architerra Design Group, a corporation, (“Consultant”), for inclusive playground design services (“Agreement”), is made and entered into on ______________________________. RECITALS WHEREAS, on November 27, 2019, the City and Consultant entered into an Agreement to have the Consultant provide playground design services; and WHEREAS, on January 19, 2023, the City and Consultant amended the Agreement to increase the compensation for services to be performed by Consultant by a value of thirty thousand one hundred seventy-five dollars ($30,175) for a total contract value of one hundred three thousand six hundred sixty-five dollars ($103,665); and WHEREAS, the City and Consultant now desire to amend the Agreement for additional design, bid and construction phase services and increase the compensation for services to be performed by Consultant from one hundred three thousand six hundred sixty-five dollars ($103,665) by a value of nineteen thousand five hundred fifty dollars ($19,550) for a total contract value of one hundred twenty-three thousand two hundred fifteen dollars ($123,215), and document said agreement to amend by jointly approving Amendment No. 2 to the Agreement. NOW, THEREFORE, it is mutually agreed by and between the parties to the Agreement as follows: I.Section 2, SCOPE OF SERVICES, is amended by replacing this section in its entirety as follows: “City does hereby retain Consultant, as an independent contractor, in a contractual capacity to provide inclusive playground design services, as set forth in Exhibits C, D and E. In the event there is a conflict between the provisions of Exhibits C, D, E, and this Agreement, the language contained in this Agreement shall take precedence. Consultant shall perform the tasks described and set forth in Exhibits C, D and E. Consultant shall complete the tasks according to the schedule of performance which is also set forth in Exhibits C, D and E. Compensation for the services to be performed by Consultant shall be in accordance with Exhibits C, D and E. Compensation shall not exceed the rates or total contract value of one hundred twenty thousand six hundred sixty-five dollars ($120,665) as stated in Exhibits C, D and E, plus a ATTACHMENT 3 168 Amendment No.2 to Agreement between City of Moorpark and Architerra, Inc. Page 2 contingency of two thousand five hundred fifty dollars ($2,550), for a total contract value of one hundred twenty-three thousand two hundred fifteen dollars ($123,215), without a written Amendment to the Agreement executed by both parties. Payment by City to Consultant shall be in accordance with the provisions of this Agreement.” II.Section 5, PAYMENT, is hereby amended by replacing the second paragraph in its entirety as follows: “The City agrees to pay Consultant monthly, in accordance with the payment rates and terms and the schedule of payment as set forth in Exhibits C, D and E, based upon actual time spent on the above tasks. This amount shall not exceed one hundred twenty thousand six hundred sixty- five dollars ($120,665), plus a contingency of two thousand five hundred fifty dollars ($2,550), for a total contract value of one hundred twenty-three thousand two hundred fifteen dollars ($123,215), for the total term of the Agreement unless additional payment is approved as provided in this Agreement.” III.Remaining Provisions: Except as revised by this Amendment No. 2, all of the provisions of the Agreement shall remain in full force and effect. In Witness Whereof, the parties hereto have caused this Amendment to be executed the day and year first above written. CITY OF MOORPARK ARCHITERRA, INC. dba ARCHITERRA DESIGN GROUP _______________________________ _______________________________ Troy Brown City Manager Richard Krumwiede President Attest: _______________________________ Ky Spangler City Clerk 169 ARCHITERRADESIGNGROUP.COM 10221-A TRADEMARK STREET, RANCHO CUCAMONGA, CA 91730 PHONE: (909) 484-2800 | FAX: (909) 484-2802 | CA PLA # 4302 03/17/25 Jeremy Laurentowski Parks and Recreation Director 799 Moorpark Avenue Moorpark, CA 93021 RE: LANDSCAPE ARCHITECTURAL SERVICES PROPOSAL, TIERRA REJADA UNIVERSALLY ACCESSIBLE PLAYGROUND & PARK REDESIGN IMPROVEMENTS LANDSCAPE ARCHITECTURAL AND ELECTRICAL ENGINEERING CONSTRUCTION ADMINISTRATION - MOORPARK, CA. ADG Job Number: 1950 Jeremy Laurentowski: This letter will confirm your authorization for Architerra Design Group to provide additional services, beyond our contract's original scope of services for the above referenced project. The scope of work and services within this Extra Service Agreement can generally be described as providing additional work for the Tierra Rejada Universally Accessible Playground to update and complete the construction documents, provide bidding assistance, and construction administration base on the value engineering design adjustments per direction provided by the City of Moorpark. The changes as described to Architerra Design Group will be to reduce the playground footprint to be closer to the existing size and layout, omit many of the non-essential previously proposed amenities, remove the most of the changes to the parking lot, remove all previously proposed lighting/electrical/EV charging improvements, provide the overheads as previously designed as a bid alternate on the landscape plans and bid form, remove all irrigation and planting now providing only some new trees (10) and bubblers, simplify the maintenance access road, reduce the amount of new fencing, and adjust the site as otherwise required to accommodate these changes. Architerra Design Group shall update the previously completed conceptual exhibit to reflect the above-mentioned changes. This will include time to redo the CAD base, adjust, and re-render the formal conceptual exhibit to be given to the City Council and Grant Committee for review and approval if needed. Architerra Design Group shall update the construction documents to reflect the changes and value engineering as directed by the City. This will include coordination of new demolition items and are with the Civil Engineer, updating the construction plans, construction details, removing the irrigation plan, removing the irrigation details, removing the irrigation calculations, simplifying the planting plan to show new trees only, simplifying the planting details to trees, adding some minor irrigation notes and details in EXHIBIT E 170 ARCHITERRADESIGNGROUP.COM 10221-A TRADEMARK STREET, RANCHO CUCAMONGA, CA 91730 PHONE: (909) 484-2800 | FAX: (909) 484-2802 | CA PLA # 4302 with the tree planting plan and details, and reducing the sheet specifications to match the reduced scope of work. The overhead as mentioned will be kept but noted to be a bid alternate. Architerra Design Group shall provide time for bidding assistance to the City for the landscape-scoped items. This will include time for providing descriptions, quantities, and take-offs to the simple bid form as well as time for answering requests for information (RFIs), and to help the City review bids received. Architerra Design Group shall provide time for construction administration which will include time to review contractor submittals, shop drawings, answering requests for information (RFIs), and a total of three (3) site inspections and reports. This Extra Service Agreement also includes time to coordinate with the Civil Engineer and Playground Manufacturer, as well as time for various Virtual Meetings with the City and Consultants as needed, up to 3-4 hours in total time. This Extra Service Agreement excludes cost estimates, tot-lot equipment design & details, demolition plans & details (coordination with Civil Engineer only), and grading and drainage plans & details as these will all be provided by others. This also excludes a title sheet as we will be inserted into the overall package being assembled by the Civil Engineer. This will also exclude any updates to the lighting and electrical engineering plans as these were requested to be omitted from the package. Architerra Design Group has provided time to coordinate with the Civil Engineer and Playground Manufacturer during this value engineering exercise. Conceptual Exhibit Update: $4,400.00 Construction Document Update: $7,400.00 Bidding Assistance: $1,600.00 Construction Administration: $3,600.00 Fixed Fee Total: $17,000.00 See "Exhibit A" attached for our hourly rates and reimbursable expenses. We request your written approval of this authorization for Extra Design Services by signing and returning one copy of this letter for our files. If this is not your understanding, or if you have questions regarding the above, please contact me immediately. Thank You: Approved: City of Moorpark By:___________________________ Gregg Denson Title:_________________________ President Date:_________________________ 171 ARCHITERRADESIGNGROUP.COM 10221-A TRADEMARK STREET, RANCHO CUCAMONGA, CA 91730 PHONE: (909) 484-2800 | FAX: (909) 484-2802 | CA PLA # 4302 "EXHIBIT A" Appended to and part of original Agreement for Professional Services between Architerra Design Group (ADG), and the City of Moorpark dated November 11, 2019. Fees for Professional Services Services outlined under the Scope of Services shall be provided for the fixed sum stipulated in the Agreement for Professional Services. Reimbursable Expenses The following costs shall be reimbursed at cost plus 15% and are not included in the Fee for Professional Services: A.Expense of reproductions for generation of original drawings, plan check submittals and construction bidding, including printing, Xerox copying, photo reproductions. B.All automobile mileage shall be paid at the standard rate for business automobile use as set forth by the Internal Revenue Service. C.Cost of postage and shipping expenses other than first class mail. D.Photographic services, film and processing. E.Cost of models, special rendered exhibits, promotional photography, special process printing, special equipment, special printed reports or publications maps and documents approved in advance by Client. F.Agency Processing and fees paid for securing approval of agencies having jurisdiction over the Project (Plan check fees, variance applications, etc.). G.Fees for additional special consultants retained with the approval of Client. Additional Services The Consultant may incur expenses and costs, which are not included in the Basic Fee for Service. If authorized by the client through written job change order confirmation, the Consultant will perform said Additional Services on a time and material basis, according to the following schedule: Principal $200.00/Hour Director of Design $175.00/Hour Project Manager $135.00/Hour Landscape Designer $125.00/Hour CAD $100.00/Hour Clerical $65.00/Hour 172 AMENDMENT NO. 3 TO DESIGN PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MOORPARK AND PHOENIX CIVIL ENGINEERING, INC. FOR CIVIL ENGINEERING SERVICES FOR INCLUSIVE PLAYGROUND AT TIERRA REJADA PARK This Amendment No. 3 to the Agreement between the City of Moorpark, a municipal corporation (“City”), and Phoenix Civil Engineering, Inc., a corporation (“Consultant”), for civil engineering services (“Agreement”), is made and entered into on ______________________________. RECITALS WHEREAS, on December 19, 2019, the City and Consultant entered into an Agreement to have the Consultant provide civil engineering services; and WHEREAS, on March 4, 2020, the City and Consultant amended the Agreement to increase the compensation for services to fifty-four thousand three hundred seventy dollars ($54,370); and WHEREAS, on January 19, 2023, the City and Consultant amended the Agreement to increase the compensation for services to seventy-seven thousand eight hundred eighty-five dollars ($77,885); and WHEREAS, the City and Consultant now desire to amend the Agreement for additional project design, bid and construction phase services and increase the compensation for services to be performed by Consultant from seventy-seven thousand eight hundred eighty-five dollars ($77,885) by a value of one hundred twenty-six thousand six hundred seventy-five dollars ($126,675) for a total contract value of two hundred four thousand five hundred sixty dollars ($204,560), and document said agreement to amend by jointly approving Amendment No. 3 to the Agreement. NOW, THEREFORE, it is mutually agreed by and between the parties to the Agreement as follows: I. AGREEMENT TITLE, is hereby changed in its entirety as follows: “DESIGN PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MOORPARK AND PHOENIX CIVIL ENGINEERING, INC. FOR CIVIL ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES FOR INCLUSIVE PLAYGROUND AT TIERRA REJADA PARK” II. Section 2, SCOPE OF SERVICES, is amended by replacing this section in its entirety as follows: “City does hereby retain Consultant, as an independent contractor, in a contractual capacity to provide engineering and construction management services, as set forth in Exhibits C, D, E and F. In the event there is a conflict between the provisions of Exhibits C, D, E, F, and this ATTACHMENT 4 173 Amendment No. 3 to Agreement between City of Moorpark and Phoenix Civil Engineering, Inc. Page 2 Agreement, the language contained in this Agreement shall take precedence. Consultant shall perform the tasks described and set forth in Exhibits C, D, E, and F. Consultant shall complete the tasks according to the schedule of performance which is also set forth in Exhibits C, D, E and F. Compensation for the services to be performed by Consultant shall be in accordance with Exhibits C, D, E, and F. Compensation shall not exceed the rates or total contract value of two hundred thousand seven hundred sixty dollars ($200,760), plus a contingency of three thousand eight hundred dollars ($3,800), for a total contract value of two hundred four thousand five hundred sixty dollars ($204,560), without a written Amendment to the Agreement executed by both parties. Payment by City to Consultant shall be in accordance with the provisions of this Agreement.” III. Section 5, PAYMENT, is amended by replacing the second paragraph in its entirety as follows: “The City agrees to pay Consultant monthly, in accordance with the payment rates and terms and the schedule of payment as set forth in Exhibits C, D, E and F based upon actual time spent on the above tasks. This amount shall not exceed two hundred thousand seven hundred sixty dollars ($200,760) plus a contingency of three thousand eight hundred dollars ($3,800), for a total contract value of two hundred four thousand five hundred sixty dollars ($204,560), for the total term of the Agreement unless additional payment is approved as provided in this Agreement.” IV. Remaining Provisions: Except as revised by this Amendment No. 3, all of the provisions of the Agreement shall remain in full force and effect. 174 Amendment No. 3 to Agreement between City of Moorpark and Phoenix Civil Engineering, Inc. Page 3 In Witness Whereof, the parties hereto have caused this Amendment to be executed the day and year first above written. CITY OF MOORPARK PHOENIX CIVIL ENGINEERING, INC. _______________________________ _______________________________ Troy Brown City Manager Jonathon Turner Principal Engineer Attest: _______________________________ Ky Spangler City Clerk 175 Mr. Jeremy Laurentowski March 19, 2025 City of Moorpark 799 Moorpark Ave. Moorpark, CA 93021 City of Moorpark – Tierra Rejada Park Inclusive Improvements Grading Design Project – Fee Amendment Proposal for Grading Redesign Dear Jeremy- I am pleased to provide you with this fee amendment proposal for engineering services associated with the Tierra Rejada Park Inclusive Improvements Parking Lot and Grading Redesign. After receiving the 100% deliverable, the City was faced with a design that exceeded the project budget. In order to continue with the eventual construction of the proposed park improvements, several modifications to the original design were identified. Elimination of the parking lot improvements to a future project, elimination of portions of the proposed landscape and park area improvements resulting in modifications to the grading plan and elimination of the retaining wall and elevated climbing wall area. Other modifications include reducing the play areas to nearly match the existing park play area boundaries. This will require removal of the existing sidewalk and design of accessible compliant walk paths in its place. Preparation of a Storm Water Prevention Plan (SWPPP) is included in this proposal due to the size of the project area being over an acre. Based on our conversations, I have prepared my fee amendment proposal to include the above mentioned modifications and preparation of the SWPPP in the following tasks: Task 103: Revised Final Plans and OPCC Deliverable Task 201: Preparation of Project Storm Water Pollution Prevention Plan (SWPPP) Task 301: Bid Phase Services Task 302: Construction Phase Services I appreciate the opportunity to submit this fee amendment proposal to assist you with this project. I have attached a scope of work and our professional services rate sheet. Our scope of work covers design services for the revisions requested by the City and services through bid phase and construction phase services. The timeline for the work on this project is to be completed by December 2025. Please let me know if you have any questions or would like to discuss my proposal. Sincerely, ______________________________ Jon Turner, PE Principal Engineer EXHIBIT F 176 Phoenix Civil Engineering, Inc. Proposal for Tierra Rejada Inclusive Park 2 of 5 Background/Project Understanding The City of Moorpark is going to begin the advertisement process for the Tierra Rejada Park Universally Accessible Playground. Phoenix Civil Engineering, Inc. (Phoenix) is in the process of finalizing design plans for this project. In order to continue with the eventual construction of the proposed park improvements, several modifications to the original design were identified. Elimination of the parking lot improvements to a future project, elimination of portions of the proposed landscape and park area improvements resulting in modifications to the grading plan and elimination of the retaining wall and elevated climbing wall area. Other modifications include reducing the play areas to nearly match the existing park play area boundaries. This will require removal of the existing sidewalk and design of accessible compliant walk paths in its place. Preparation of a Storm Water Prevention Plan (SWPPP) is included in this proposal due to the size of the project area being over an acre. Phoenix will assist with the bidding process once the City of Moorpark approves the plans and begins the advertisement process for the Tierra Rejada Park Universally Accessible Playground. Phoenix will assist the City with engineering services during construction as outlined below. As a subconsultant to Phoenix, Union Materials Testing (UMT) will provide material testing services (soils/concrete) during construction. Based on our conversations, I have prepared my fee amendment proposal to include the above mentioned modifications and preparation of the SWPPP in the following tasks: Phase 1: Design Services Task 103: Revised Final Plans and OPCC Deliverable The City provided review comments relating to the 100% deliverable package (plans and specifications) and has revised the design with the landscape architect requiring modification to other areas to reduce the overall project cost. Elimination of the parking lot modifications, reduction of the play areas to the existing limits, and installation of sidewalk around the play areas to the restroom building will be done. A walkway to the street will be included. The updated/revised deliverables will be provided to the City and consultant team for their incorporation into a revised final design package. The sheets to be included in the plan set deliverable are: • Demolition Sheet • Grading Sheets (3) • Detail Sheets (2) The following efforts are included in this task: • Incorporation of design modifications on the final deliverable package into the Contract Documents. • Finalization of the plans and specifications. • Delivery of the project AutoCAD files of the plans to the Landscape Architect for inclusion in the final deliverable to the City. Deliverable: One electronic set of final plans (22 x 34 size) and OPCC will be provided to the Landscape Architect. One electronic copy of the project deliverables package (Civil 3D 2022, MS Word, and .pdf files) will be provided to the City through a Box.com link. 177 Phoenix Civil Engineering, Inc. Proposal for Tierra Rejada Inclusive Page 3 of 6 Phase 2: SWPPP Preparation Task 201: Preparation of Project Storm Water Pollution Prevention Plan (SWPPP) It is our understanding that this project is required to meet the SWPPP requirements because it is over one acre. Because of the size of the project, a Storm Water Pollution Prevention Plan is required. The SWPPP will serve as the overall guidance document for project compliance with the Construction General Permit for Storm Water. The purpose of the SWPPP is to generally describe the project pollution prevention requirements that must be implemented in the field in order to meet the requirements of the 2022 Construction General Permit, State Water Resources Control Board (SWRCB) Order No. 2022- 0057-DWQ. A SWPPP will be prepared for the proposed development and improvements in accordance with the MS4 permit and the County of Ventura NPDES permit. The Permit Registration Documents (PRDs) will be prepared and processed, including the Notice of Intent (NOI). All PRDs will be posted to the SWRCB online database, Storm Water Multi-Application Report Tracking System (SMARTS). The City will act as the Legally Responsible Person (LRP). The Contractor will be responsible for QSP services during construction. The following efforts are included in this task: • Preparation of the site SWPPP package that reflects the proposed improvements and the best management practices for the project. • Filing of the document with the State via the SMARTS interface is included (as a data submitter). Deliverable: One electronic (Box link) copy with the SWPPP document in .pdf format will be provided to the City for their files. The City will need to add Phoenix Staff (as data submitters) to the project. Phase 3: Bid and Construction Phase Services Task 301: Bid Phase Services This task will provide bid phase services to the City. Bid phase services include reviewing and responding to requests for information, attendance and conducting a prebid meeting/site visits on behalf of the City, reviewing construction bids and providing a recommendation of award to the City. Deliverable: Requests for information responses and the recommendation of award letter will be provided to the City for their files as well as one electronic copy of the files (MSWord and .pdf). Task 302: Construction Phase Services As part of this task, Phoenix will provide construction phase support to the City for the project. This includes up to 20 hours per month of the Principal Engineer conducting the pre-construction meeting with the Contractor and City staff, reviewing the project shop drawing submittals, assisting in the preparation of the weekly construction meetings with the Contractor and the City, performing the construction observation on a part-time basis (25 half days), reviewing schedules, providing engineering design during construction, minor utility/park design layout coordination, reviewing pay requests, preparation of project change orders, preparation of responses to requests for information and materials testing. Phoenix will 178 Phoenix Civil Engineering, Inc. Proposal for Tierra Rejada Inclusive Page 4 of 6 manage and coordinate the construction project review and inspections with the Landscape Architect, but it is assumed the Landscape Architect will be under contract directly with the City. The following efforts are included in this task: • Meetings and Site Visits: Attendance at the project construction kick off meeting with the contractor and City staff. The meeting will be held by at City Hall or through Zoom. Meeting summary and meeting agenda will be prepared by the Construction Manager. Phoenix will provide construction management services for up to 5 months, it is possible that the construction duration for the project will last up to 5 months. Weekly meetings will be held through Zoom with the City and the Contractor. Up to 12 site visits will be performed by the Construction Manager to review site conditions as well as assist with field modifications. • Shop Drawing Submittals: Review the project shop drawing submittals. It is anticipated that 11 civil submittals will be reviewed. In preparing this proposal, it was estimated that two reviews of the submittals will be conducted for approval. • Requests For Information: Respond to contractor’s requests for information (RFIs) as submitted by the Construction Manager. It is anticipated that up to 11 civil requests for information responses will be prepared during the construction phase. The responses will be prepared by Phoenix Civil Engineering and distributed to the Contractor. • Project Management and Construction Observation: Construction management and coordination tasks include direct contractor interface, design team interface, construction observation of the improvements and coordination with the other design disciplines, preparation, review and execution of project change orders, review of progress pay requests, coordination with outside utilities and City staff. It is anticipated that onsite observation will be provided at critical stages during construction activities and on a part-time basis (includes up to 25 half days). Phoenix will manage and coordinate with the design team and equipment manufacturer. • Materials Testing: As part of this task, materials testing will be provided by Union Materials Testing, Inc. (UMT). Field compaction tests will be performed by UMT and reported on field reports summarizing the test locations, soil density, relative compaction values and other relevant field data. The technician will test in-place density of subgrade/base grade prior to concrete placement. The technician will sample each soil type for maximum density/optimum moisture determination used to calculate relative compaction. For base materials, one sieve analysis and sand equivalent will be performed to verify compliance with Caltrans/SSPWC requirements. The UMT field technician will provide compaction testing on an on-call basis in coordination with the Phoenix field engineer. Compaction testing will be performed with a nuclear density gauge during grading, backfilling and pavement operations. UMT staff will be responsible for observation and testing during subgrade preparation and base rock placement in concrete paved areas; as well as during concrete placement. • Project Close-Out and Record Drawings: Final record drawings (civil) will be created showing any changes during construction. The contractor will keep a current copy of red-line markups to be provided to Phoenix at the end of construction. Project files (PDFs, .doc, .xls, .dwg) will be compiled and transferred to the City at the end of the project. The design disciplines will be responsible for preparing their project record drawing information as part of a separate contract with the City. Deliverable: One electronic copy of all preliminary and final shop drawings and RFIs that have been reviewed for conformance will be provided to the contractor and the City. All project management files will be compiled at the end of the job and will be transferred to the City via Box.com. 179 Phoenix Civil Engineering, Inc. Proposal for Tierra Rejada Inclusive Page 5 of 6 Schedule The work associated with Tasks 103 through 302 will be made a top priority. Every effort will be made to keep the project schedule moving along. Fees Work associated with Tasks 103 through 302 is estimated to cost $122,875. A breakdown of the level of effort is listed below: Task 103: Final Plans and OPCC Deliverable $25,365 Task 201: Preparation of Project Storm Water Pollution Prevention Plan (SWPPP) $7,040 Task 301: Bid Phase Services $6,060 Task 302: Construction Phase Services $62,410 Geotechnical Materials Testing $22,000 Assumptions The following assumptions apply to this proposal: • The City will be responsible for payment of any fees associated with any required permits, inspections, or filings. Including but not limited to fees required for approvals by agencies (including the City of Moorpark) having jurisdiction over the project, including surveys, plan check, permits and other fees not listed. • Additional large format printing costs will be billed at cost. • Subconsultants are marked up 10%. • Structural Engineering, Electrical Engineering, Environmental or Landscape Architect services are not included. It is assumed those services are being provided to the City under a separate contract. • Phoenix will manage and coordinate with the equipment manufacturer; but it is assumed their services will be provided under a separate contract with the City. • This proposal assumes the current Landscape Design Layout (Exhibit A) will not change. Any changes to this layout, requiring a civil re-design will require an additional scope and fee amendment. • The proposed scope of field exploration services does not include location of underground utilities. Phoenix Civil or subconsultants will not be responsible for damage to any unlocated or mislocated utilities due to incorrect information provided by the utility or City. • This proposed scope of work assumes that the subsurface soils and groundwater are free of hazardous substances and specifically excludes the search for, and evaluation of, hazardous materials in soil, water, or air. • QSP services are not included in this proposal. Stormwater compliance inspection and sampling can be added as a task during construction. • This proposal includes an updated rate sheet. The rate sheet from the original agreement in 2019 is no longer valid. • Site visits are included for the duration of the project, but not assumed to be daily. This proposal includes up to 25 half time visits. More time may be required during specific construction activities. The principal engineer will provide management services up to 20 hours per month; inclusive of meetings, site visits, submittal/RFI reviews, and general coordination. 180 Phoenix Civil Engineering, Inc. Proposal for Tierra Rejada Inclusive Page 6 of 6 • This proposal assumes that the construction duration will be no longer than 150 days (5 months) and will occur in 2025. • Construction observation is assumed to take place during standard industry work times M-F 7-4 or 8-5. Work outside of these hours will incur overtime expenses. • If the construction work extends beyond December 2025, the materials testing firm and Phoenix fee will be need to be revised. • The contractor shall keep current red-line mark ups of the plans and provide a copy at the end of construction. These will show any changes or deviations from the design plans to be used in the preparation of the record drawings. Phoenix will prepare civil drawings only, and will coordinate the drawings to be completed by consultants directly • Submittal and RFI review included in this proposal is for civil improvements only. Phoenix will oversee the process and send the applicable submittals and RFIs to the appropriate party. 181 Phoenix Civil Engineering, Inc.|535 E. Main Street, Santa Paula, CA 93060 | 805.658.6800 www.phoenixcivil.com | accounting@phoenixcivil.com Standard Fee Schedule Effective January 2025-2026 Position Rate Engineering Principal Engineer $195 Senior Project Engineer $175 Project Engineer $160 Associate Engineer $145 Assistant Engineer $125 CADD CADD Manager/Senior Designer $145 Engineering Technician $115 Field Support Senior Construction Inspector (PW) $170 Construction Inspector (PW) $165 Administrative Support Technical Assistant $95 Office Administrator $65 Rate Notes Costs associated with printing and scanning plans and specifications will be billed at $0.8/square foot. Subconsultants will be marked up by 10%. Rates shown with Prevailing Wage (PW) are subject to State of California prevailing wage law and are subject to increases. These rates are used for field inspection. Overtime will be charged at 1.5x the hourly rate for 8-12 hours daily and at 2x the hourly rate for hours worked over 12 hours daily. 182 ATTACHMENT 5 RESOLUTION NO. 2025-____ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MOORPARK, CALIFORNIA, AMENDING THE FISCAL YEAR 2024/25 BUDGET TO APPROPRIATE $151,686 FROM THE ART IN PUBLIC PLACES FUND (2007), REDUCE THE APPROPRIATION FROM THE COMMUNITY WIDE PARK FUND (2010) BY $712,974, APPROPRIATE $976,328 FROM THE SPECIAL PROJECTS FUND (3004), AND REDUCE THE REVENUE APPROPRIATION IN THE COMMUNITY WIDE PARK FUND (2010) BY $976,328 TO FUND CONSTRUCTION OF THE INCLUSIVE PLAYGROUND AT TIERRA REJADA PARK (C0063) WHEREAS, on June 19, 2024, the City Council adopted the Operating and Capital Improvement Budget for Fiscal Year 2024/25; and WHEREAS, a staff report has been presented to City Council requesting a budget amendment to appropriate $151,686 from the Art In Public Places Fund (2007), reduce the appropriation from the Community Wide Park Fund (2010) by $712,974, appropriate $976,328 from the Special Projects Fund (3004), and reduce the revenue appropriation in the Community Wide Park Fund (2010) by $976,328 to fund construction of the Inclusive Playground project (C0063) at Tierra Rejada Park; and WHEREAS, Exhibit “A” hereof describes said budget amendment and its resultant impact to the budget line items. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF MOORPARK DOES HEREBY RESOLVE AS FOLLOWS: SECTION 1. An aggregate budget amendment of $415,040 from the Art In Public Places Fund (2007), the Community Wide Park Fund (2010), and the Special Project Fund (3004) to fund construction of the Inclusive Playground Project at Tierra Rejada Park, as more particularly described in Exhibit “A”, attached hereto, is hereby approved. SECTION 2. The City Clerk shall certify to the adoption of this resolution and shall cause a certified resolution to be filed in the book of original resolutions. PASSED AND ADOPTED this 2nd day of April, 2025. __________________________ Chris R. Enegren, Mayor ATTEST: ___________________________________ Ky Spangler, City Clerk Attachment: Exhibit “A” – Budget Amendment 183 Resolution No. 2025 - Page 2 FUND BALANCE ALLOCATION: Fund Title Unassigned Fund Bal Revision Amended Balance ART IN PUBLIC PLACES (2007)4,217,252.97$ (151,686.00)$ 4,065,566.97$ COMMUNITY WIDE PARK (2010)787,734.00$ 712,974.00$ 1,500,708.00$ SPECIAL PROJECTS (3004)13,475,505.83$ (976,328.00)$ 12,499,177.83$ Total 18,480,492.80$ (415,040.00)$ 18,065,452.80$ REVENUE APPROPRIATION: Account Number Current Budget Revision Amended Budget 2010-000-G0025-46330 (200,578.00)$ 200,578.00$ -$ 2010-000-G0026-46530 (775,750.00)$ 775,750.00$ -$ -$ -$ -$ -$ -$ -$ Total (976,328.00)$ 976,328.00$ -$ EXPENDITURE APPROPRIATION: Account Number Current Budget Revision Amended Budget 1000-541-C0063-55300 4,271.12$ -$ 4,271.12$ 2007-541-C0063-55500 448,314.00$ 151,686.00$ 600,000.00$ 2010-541-C0063-55300 142,122.69$ 142,122.69$ 2010-541-C0063-55500 1,314,000.00$ (712,974.00)$ 601,026.00$ 3004-541-C0063-55500 -$ 976,328.00$ 976,328.00$ Total 1,908,707.81$ 415,040.00$ 2,323,747.81$ EXHIBIT A BUDGET AMENDMENT FOR ART IN PUBLIC PLACES FUND (2007), COMMUNITY WIDE PARK FUND (2010), AND SPECIAL PROJECTS FUND (3004) FOR THE INCLUSIVE PLAYGROUND PROJECT (C0063) FY 2024/2025 184