Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2023-06-27 - AGENDA REPORTS - SAND CANYON TRAIL PHASE IV PROJ T3024
Agenda Item: 12 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR 14) CITY MANAGER APPROVAL: ' DATE: June 27, 2023 SUBJECT: SAND CANYON TRAIL - PEDESTRIAN BRIDGES, PHASE IV, PROJECT T3024 - PLANS AND SPECIFICATIONS AND CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: 1. Approve plans and specifications for the Sand Canyon Trail — Pedestrian Bridges, Phase IV, Project T3024. 2. Award the Sand Canyon Trail — Pedestrian Bridges, Phase IV construction contract to Wright Construction Engineering Corp., in the amount of $814,814 and authorize a contingency in the amount of $162,963, for a total contract amount not to exceed $977,777. 3. Extend the current contract and authorize an increased expenditure authority for construction support services for the Sand Canyon Trail — Pedestrian Bridges, Phase IV project with Tetra Tech, Inc., in the amount of $48,499 and authorize a contingency in the amount of $7,275, for a total additional contract amount not to exceed $55,774. 4. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The Sand Canyon Trail project will provide an approximately 2.8-mile multi -use trail along the west side of Sand Canyon Road from Placerita Canyon Road to Lost Canyon Road. The construction of this project has been separated into six phases. To date, trail segments for Phases V and VI have been completed. Phases I,11, IlI, and IV are substantially complete, and the remaining segments will be constructed once the necessary easements from property owners have been obtained. Page 1 Packet Pg. 174 This component of Phase IV of the Sand Canyon Trail project will construct two prefabricated steel truss pedestrian bridges along Sand Canyon Road, within the segment of Sky Ranch Road to Iron Canyon Road, as shown on the attached Location Map. Improvements include excavation and placement of bridge footings, placement of pedestrian bridges, and minor grading improvements. The proposed enhancements will provide trail users with a safe path of travel outside the vehicular travel way and offer the community a continuous trail segment connection over existing drainages. This project supports the Building and Creating Community theme of the City of Santa Clarita's (City) five-year strategic plan, Santa Clarita 2025. On July 29, 2021, City staff determined Phase IV of the Sand Canyon Trail project to be exempt under the California Environmental Quality Act, Article 19, Sections 15301, 15303, and 15304. The project is exempt under Classes 1, 3, and 4. Class 1 exemptions include alterations to existing bicycle and pedestrian trails, Class 3 exemptions include a limited number of new small structures, and Class 4 allows for minor grading without removing healthy, mature, and scenic trees. A Notice of Exemption was filed with the Los Angeles County Registrar Recorder who posted the notice between August 3, 2021, through September 2, 2021. As a part of Phase IV, this project meets the criteria for these exemptions because it will address sections of the existing trail, add lodge pole fencing, construct two new pedestrian and equestrian trail bridges, and perform minor grading for bridge abutments, sections of the trail, and other minor grading and activities. Solicitation Process An invitation to bid was prepared and published twice in The Signal newspaper on May 12 and 19, 2023, and was posted on BidNet. Five bids were submitted to the City and opened by Purchasing on June 7, 2023. The results of the bids are shown below: Company Taylor Jane Construction Wright Construction Engineering Corp NoHo Constructors Toro Enterprises, Inc. Bedrock Group, Inc. Location Total Bid Nipomo, CA $777,619 San Marcos, CA $814,814 Studio City, CA $966,000 Oxnard, CA $1,160,814 La Canada, CA $1,277,200 Upon reviewing the bids, staff determined the response from the apparent low bidder, Taylor Jane Construction, to be non -responsive for failure to provide required documentation. Therefore, staff recommends awarding the project to Wright Construction Engineering Corp., the second lowest bidder. This 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 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 contingency will cover the cost of unforeseen conditions such as potential for adjustments to engineer grades, utility conflicts, abandoned utilities not shown in record drawings, environmental measures, and additional work requested by the City. Page 2 Packet Pg. 175 Construction Support and Monitoring Services In December 2021, the City contracted with Tetra Tech, Inc. (Tetra Tech) to update the design for the bridge component of the Sand Canyon Trail project, with a current contract amount of $27,504. Tetra Tech serves as Engineer of Record and their knowledge and expertise are necessary for successful completion of the project. Staff has negotiated a fair and reasonable price with Tetra Tech for the work required to complete this project. The recommended action to extend the current contract and increase expenditure authority by $55,774 including contingency will ensure the project's successful completion. This increase will allow Tetra Tech to provide the necessary construction support and monitoring services associated with the construction of the project, ensuring compliance with the design plans and specifications. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Adequate funds are available in expenditure accounts T3024233-516101 (TDA Article 8 Fund), T3024238-516101 (TDA Article 3 Fund), T3024305-516101 (Park Dedication - Quimby Fund), and T3024601-516101 (General Fund - Capital Fund) to support the recommended contracts and project administrative costs. ATTACHMENTS Location Map Bid Proposal for Wright Construction Corp. (available in the City Clerk's Reading File) Proposal for Tetra Tech, Inc. (available in the City Clerk's Reading File) Page 3 Packet Pg. 176 City Of SANTA CLARITA 12.a Location Map for Sand Canyon Trail, Feet 0 300 6oC Phase IV Bridges, Project T3024 9 J r o Legend Street afSanta developed & mainta < by City of SantClarity GIS Streets The City of Santa Clarita does not war i the accuracy of the data and assumes C liability for any errors or omissions. u Project Locations Map prepared by: City of Santa Clarit U 641 GIS Division < Q:\PR03ECTS]PW\Z30523a1\Project l 3 0 X iv 1t Mom--• t 1. r i.l -"� f .'I >= 8 Location Map low .K�dA � _ • � •� LTA . . -Aid '` �. �Ro !gyp n + F WIT; `W7 pill h A 1 U _l f E Packet Pg. 177 � DocuSign Envelope ID: DE7F7B48-3905-466E-8D8A-1 FEB6134613380 DocuSign Envelope ID: E9483982-0603-4511-9EDD-201ACD02AEA1 Addendum No. 1 June 2, 2023 Addendum No. 1 BID # CIP-22-23-T3024 Sand Canyon Pedestrian Bridges City Project No. T3024 City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the bid response. I. PRE -BID MEETING There was a non -mandatory, pre -bid meeting on May 23, 2023 beginning at 9:00 AM (PT). The meeting was located at 26767 Sand Canyon Road, Santa Clarita, CA 91387. Attending Staff: • Jackie Lillio —Senior Engineer, Public Works • Danielle Marquez —Buyer, Administrative Services • Rafael Macias— Public Works Inspector, Public Works • Raul Navarro —Supervising Public Works Inspector, Public Works • Valerie Ferchaw — Urban Forestry Administrator, Administrative Services Attendine Vendors: • Patrick Robinson, BOSCO Constructors • Barry Greenstein, NOHO Constructors • Colin Davis, Rain For Rent • Chris Thomas, R.EShultz Construction, Inc. • Tom Gibson, Toro Enterprises • Jason Lau, Los Angeles Engineering The following questions were asked and answered: Q1) When is the projected start date? Al) The City anticipates to award the contract at the end of June 2023. Once contract documents have been executed, a start date for procurement of material will be provided shortly after. Q2) Is there prior arrangements with Edison for the deenergizing of power lines? A2) Yes, arrangements have been made to deenergize power lines for the placement of the bridges. Q3) Is there an engineer's estimate? A3) Yes, $800,000 - $850,000. Q4) Is there a soils report? A4) Yes, please see Exhibit B of the bid package. BID # CIP-22-23-T3024 DocuSign Envelope ID: E9483982-0603-4511-9EDD-201ACD02AEA1 Addendum No. 1 June 2, 2023 Q5) For third -party inspections, will there be a cost? A5) City will provide third -party inspections. Q6) Are we able to contact Edison to shut down the power again, if needed? A6) Yes. Q7) Is there a list of pre -approved bridge manufactures? A7) No. Q8) Is surveying a part of the scope? A8) Yes. Refer to Bid Schedule, line item #3. Q9) Are there any stream diversions? A9) No. Q10) Are there provisions for ground water disposal? A10) No. Ground water to be disposed offsite if present. Q11) Is there an absolute deadline for construction? A11) No. Please refer to Section 6 of the contract documents for project working days. Q12) Is there an allowance for excavation within the Oak Trees? Al2) No. Please refer to contract documents for work in the vicinity of Oak Trees. Q13) Will the adjacent property owners be willing to accommodate placement of bridge/materials? A13) Contractor will need to make arrangements with property owners. Q14) How will be get access to south abutment on Bridge #1? A14) The City will obtain the permits for access. Q15) Will the contractor be responsible for grading the trails? A15) Contractor will be responsible for grading the transitions from existing trail to bridge as shown on plans. Q16) How do we get access to the road across the way? A16) Access is available via Sultus Street. The following was reviewed: • Project scope of work • Bidding Guidelines II. OAK TREE PRESERVATION AND PROTECTION GUIDELINES Please see the attached guidelines for Oak Tree Preservation and Protection. III. OAK TREE PRESERVATION ORDINANCE Please see the attached City's Oak Tree Preservation Ordinance from Municipal Code Chapter 17.51.040. BID # CIP-22-23-T3024 DocuSign Envelope ID: E9483982-0603-4511-9EDD-201ACD02AEA1 Addendum No. 1 June 2, 2023 IV. UPDATE TO SECTION F — SPECIAL PROVISIONS The following specifications have been added to the 'General Tree Protection Measures' (300-1.2.3) in Section F — Special Provisions, Part 3 — Construction Methods: • The contractor, and all their sub -contractors, shall adhere to the City of Santa Clarita's 'Oak Tree Preservation' Ordinance and 'Oak Tree Preservation and Protection Guidelines' at all times throughout the project. • The contractor, and all their sub -contractors, shall adhere to all recommendations issued by the City's Project Arborist in the field during all required monitoring. ADDENDUM ATTACHMENTS: • Pre -Bid Meeting Sign -In Sheet • Oak Tree Preservation and Protection Guidelines • Oak Tree Preservation Ordinance, Municipal Code Chapter 17.51.040 Approved: DocuSigned by: t�@W436... City Engineer END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. 6/3/23 Contrarwrs Representative Date Wright Construction Engineering Corp Company Name BID # CIP-22-23-T3024 DocuSign Envelope ID: DE7F7B48-3905-466E-8D8A-1 FEB6B46B380 BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-22-23-T3024 Sand Canyon Pedestrian Bridges City Project No. T3024 City of Santa Clarita, CA Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the Subcontractor Designations form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. Bidder's Name: Wright Construction Engineering Corp Business Address: 2625 S Santa Fe Ave., San Marcos, CA 92069 Telephone No.: (760) 599-3915 X:102 State CONTRACTOR's License No. & Class: 995153, Class "A" DIR No.: 1000026974 Original Date: 7/28/15 Expiration Date: 6/30/25 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: Wesley Wright- President, Vice -President, Treasurer & Secretary- 3725 Trieste Dr., Carlsbad, CA 92010- (760) 822-0751 CERTIFICATE OF CORPORATE RESOLUTION WRIGHT CONSTRUCTION ENGINEERING CORP. I, Wesley Wright, President of Wright Construction Engineering Corp., organized and existing under the laws of California and having its principal place of business at 3725 Trieste Dr. Carlsbad, California, hereby certify that the following is a true copy of a resolution adopted by the Board of Directors of the Corporation at a meeting convened and held on July 1, 2014 at which a quorum was present and voting throughout and that such resolution is now in full force and effect and is in accordance with the provisions of the charter and by-laws of the Corporation. RESOLVED: That the President, Wesley Wright, of the Corporation is hereby authorized to sign any contracts or forms on behalf of the Corporation. RESOLVED FURTHER: That the President, Wesley Wright, is hereby authorized and directed to certify to any interested party that this resolution has been duly adopted, is in full force and effect, and is in accordance with the provisions of the charter and by-laws of the Corporation. I further certify that this Corporation is duly organized and existing, and has the power to take the action called for by the foregoing resolution. DIRECTORS President l_ /ics President Secretary _ Treasurer `Z Witness my hand seal of this corporation on this 1st day of July, 2014. Date -o-z A4 Date Date Date DocuSign Envelope ID: DE7F7B48-3905-466E-8D8A-1 FEB6B46B380 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership orjoint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: N/A All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: N/A IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 1st day of June 2023 . BIDDEEt: _ Stgnature Wesley Wright- President Name and Title of Signatory Wright Construction Engineering Corp Legal Name of Bidder 2625 S Santa Fe Ave., San Marcos, CA 92069 Address (760) 599-3915 46-5724187 Telephone Number Federal Tax I.D. No. DocuSign Envelope ID: DE7F7B48-3905-466E-8D8A-1 FEB6B46B380 BIDDER'S QUESTIONNAIRE Bid #CIP-22-23-T3024 Sand Canyon Pedestrian Bridges City Project No. T3024 City of Santa Clarita, California 1. Submitted by:NN right Construction Engineering Corp Telephone: (760) 599-3915 Principal Office Address: 2625 S Santa Fe Ave., San Marcos, CA 92069 2. Type of Firm: ❑ C Corporation El S Corporation ❑ Individual/Sole Proprietor or Single —Member LLC ❑ Partnership ❑ Limited Liability Company "C" C-Corp ❑ Limited Liability Company "S" S-Corp ❑ Limited Liability Company "P" Partnership ❑ Other 3a. If a corporation, answer these questions: Date of Incorporation: 5/14/14 State of Incorporation: California President's Name: Wesley Wright Vice -President's Name: Wesley Wright Secretary or Clerk's Name: Wesley Wright Treasurer's Name: Wesley Wright 3b. If a partnership, answer these questions: Date of organization: N/A State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. DocuSign Envelope ID: DE7F7B48-3905-466E-8D8A-1 FE6664613380 BIDDER'S QUESTIONNAIRE (cont'd) Bid #CIP-22-23-T3024 Sand Canyon Pedestrian Bridges City Project No. T3024 City of Santa Clarita, California 4. Name of person holding CONTRACTOR's license: Wesley Wright License number: 995153 Class: "A" Expiration Date: 7/31/24 D.I.R. Registration # 1000026974 5. CONTRACTOR's Representative: Jason Merritt Title: Project Manager Alternate: Nikki Chandler Title: Accounting Manager List the major construction projects your organization has in progress as of this date: A. owner: Riverside County Flood Control & Water Conservation District Project Location: Norco, CA Type of Project: Installation of Concrete Channel & Storm Drain System B. owner: Desert Recreation District Project Location: Mecca, CA Type of Project: Installation of Concrete Channel, Storm Drain Pipe & Energy Dissipater's C. owner: County of San Diego Project Location: Vista, CA Type of Project: Installation of Culvert Headwalls DocuSign Envelope ID: DE7F7B48-3905-466E-8D8A-1 FEB6B46B380 BID SCHEDULE Bid #CIP-22-23-T3024 Sand Canyon Pedestrian Bridges City Project No. T3024 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.1. DESCRIPTION CITY UNIT PRICE UNIT TOTAL MOBILIZATION/DEMOBILIZATION 1 LS $90,000.00 $90,000.00 2 WATER POLLUTION CONTROL, IMPLEMENTATION & MAINTENANCE OF BMPs 1 LS $20,000.00 $20,000.00 3. CONSTRUCTION SURVEYING 1 LS $7,500.00 $7,500.00 4 ALLOWANCE FOR DRAINAGE/STREAMBED IMPROVEMENTS 1 LS $25,000 $25,000 BRIDGE #1 5. CLEARING AND GRUBBING 1 LS $30,000.00 $30,000.00 6. STRUCTURE EXCAVATION 189 CY $200.00 $37,800.00 7. STRUCTURE BACKFILL 84 CY $220.00 $18,480.00 8. IMPORTED FILL MATERIAL 84 CY $100.00 $8,400.00 9. STRUCTURAL CONCRETE (BRIDGE) 31 CY $2,400.00 $74,400.00 10. BAR REINFORCEMENT STEEL (BRIDGE) 9,500 LB $2.00 $19,000.00 11. JOINT SEAL (TYPE B) 12 LF $200.00 $2,400.00 12. HANDRAILING (BRIDGE) 156 LF $100.00 $15,600.00 13. MISCELLANEOUS METAL (BRIDGE) 1 LS $60 000.00 $60 000.00 14. FURNISH PREFABRICATED STEEL TRUSS 1 EA $49,360.00 $49,360.00 15. ERECT STEEL TRUSS 1 LS $20,000.00 $20,000.00 16. CAST -IN -DRILLED -HOLE (CIDH) PILES 108 LF $485.00 $52 380.00 17. LODGE -POLE GUARDRAIL FENCE 14 LF $150.00 $2,100.00 18. HYDRO SEED/JUTE NETTING AFTER GRADING 250 SF $2.55 $637.50 19. BRIDGE DELIVERY AND ERECTION TRAFFIC CONTROL 1 LS $15,000.00 $15,000.00 BRIDGE #2 20. 1 STRUCTURE EXCAVATION 118 CY 1 $75.00 $8,850.00 DocuSign Envelope ID: DE7F7B48-3905-466E-8D8A-lFEB6B46B380 21. STRUCTURE BACKFILL 60 CY $200.00 $12,000.00 22. IMPORTED FILL MATERIAL 60 CY $100.00 $6,000.00 23. STRUCTURAL CONCRETE (BRIDGE) 32 CY $1,725.00 $55,200.00 24. BAR REINFORCEMENT STEEL (BRIDGE) 11,000 LB $2.00 $22,000.00 25. JOINT SEAL (TYPE B) 12 LF $200.00 $2,400.00 26. HANDRAILING (BRIDGE) 150 LF $100.00 $15,000.00 27. MISCELLENEOUS METAL (BRIDGE) 1 LS $62,000.00 $62,000.00 28. FURNISH PREFABRICATED STEEL TRUSS 1 EA $50,569.00 $50,569.00 29. ERECT STEEL TRUSS 1 LS $15,000.00 $15,000.00 30. LODGE -POLE GUARDRAIL FENCE 14 LF $150.00 $2,100.00 31. HYDRO SEED/JUTE NETTING AFTER GRADING 250 SF $2.55 $637.50 32. BRIDGE DELIVERY AND ERECTION TRAFFIC CONTROL 1 LS $15,000.00 $15,000.00 TOTAL BASE BID AMOUNT: $ 814,814.00 TOTAL BASE BID AMOUNT IN WORDS: Eight Hundred Fourteen Thousand Eight Hundred Fourteen And Zero Cents ocuSign Envelope ID: DE7F7l348-3905-466E-8D8A-1 FEB6B46B380 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-22-23-T3024 Sand Canyon Pedestrian Bridges City Project No. T3024 City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files. Wright Construction Engineering Corp BIDDER Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). ocuSign Envelope ID: DE7F7l348-3905-466E-8D8A-1 FEB6B46B380 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-22-23-T3024 Sand Canyon Pedestrian Bridges City Project No. T3024 City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files. Wright Construction Engineering Corp BIDDER Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). DocuSign Envelope ID DE7F7l348-3905-466E-8D8A-1 FE1366466380 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #CIP-22-23-T3024 Sand Canyon Pedestrian Bridges City Project No. T3024 City of Santa Clarita, California This bidder X proposed subcontractor , hereby certifies that it has —X has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has X , has not filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: -Wright Construction Engineering Corp By: Title" PrOident Date: . - - 6/ 1 /23 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. DocuSign Envelope ID: DE7F7B48-3905-466E-8D8A-1 FEB6B46B380 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-22-23-T3024 Sand Canyon Pedestrian Bridges City Project No. T3024 City of Santa Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. DocuSign Envelope ID: DE7F7B48-3905-466E-8D8A-1 FEB6B46B380 NON -COLLUSION AFFIDAVIT Bid #CIP-22-23-T3024 Sand Canyon Pedestrian Bridges City Project No. T3024 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) Wesley Wright being first duly sworn deposes and says that he/she is the President (sole owner, a partner, president, etc.) of Wright Construction Engineering Corp the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Bidder;_ Signature Title President DocuSign Envelope ID: DE7F7648-3905-466E-8MA-1 FE666466380 NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CIP-22-23-T3024 Sand Canyon Pedestrian Bridges City Project No. T3024 City of Santa Clarita, California SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS 1. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Purchasing Agent. Questions and requests for modification of these terms must be negotiated and approved prior to bid submission and are at the full discretion of the City. 2. You should check with your Insurance advisors to verify compliance and determine if additional coverage or limits may be needed to adequately insure your obligations under this agreement. These are the minimum required and do not in any way represent or imply that such coverage is sufficient to adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements shall not in any way act to reduce coverage that is broader or includes higher limits than those required. The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. 3. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. I. INDEMNIFICATION: City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from DocuSign Envelope ID: DE7F7B48-3905-466E-8D8A-1 FEB6B46B380 City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. II. INSURANCE CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liability Insurance During the entire term of this Agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the Agreement and any extension thereof in the amount indicated above or the following minimum limits: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Products/Completed Operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must include work performed "by or on behalf' of the CONTRACTOR. Policy shall contain no language that would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the CONTRACTOR. DocuSign Envelope ID: DE7F7B48-3905-466E-8D8A-1 FEB6B46B380 Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coverage Insurance (Services involving real property only) CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance DocuSign Envelope ID: DE7F7B48-3905-466E-8D8A-1FEB6B46B380 Pollution Liabilitv and/or Asbestos Pollution Liabilitv and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liabilitv (if Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000] combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. DocuSign Envelope ID: DE7F7B48-3905-466E-8D8A-1FEB6B46B380 Primary and Additional Insured All of such insurance shall be primary and shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Purchasing Agent shall be submitted to the CITY prior to execution of this Agreement on behalf of the CITY. Requirements Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this Agreement, CITY may cancel the Agreement immediately with no penalty. Should CONTRACTOR'S insurance required by this Agreement be canceled at any point prior to expiration of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Purchasing Agent, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Purchasing Agent. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR'S activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature:"Y Date: 6/1/23 Printed Name: Wesley Wright DocuSign Envelope ID: DE7F7B48-3905-466E-8D8A-1FEB6B46B380 PROPOSAL FORM Bid #CIP-22-23-T3024 Sand Canyon Pedestrian Bridges City Project No. T3024 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: Wright Construction Engineering Corp Company Address: 2625 S Santa Fe Ave., San Marcos, CA 92069 Phone: Email: JMerrittkwcec.net By: Wesley Wright Print Name Title: President Signatufe:. Date 6/1/23 DocuSign Envelope ID: DE7F7B48-3905-466E-8D8A-1 FEB6B46B380 PROPOSAL GUARANTEE BID BOND Bid #CIP-22-23-T3024 Sand Canyon Pedestrian Bridges City Project No. T3024 City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that Wright Construction Engineering Corp as BIDDER, and Markel Insurance Company as SURETY, are held and firmly bound unto the Ten percent of o City of Santa Clarita, as CITY, in the penal sum of amount bid dollars ($_ 10/o ), which is ten percent (10%) of the total amount bid by BIDDER to CITY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this 26th Day of May CONTRACTOR: SURETY*: - President Name and Title of Signatory Wright Construction Engineering Corp Legal Name of Bidder 2023. i 2625 S Santa Fe Ave.. San Marcos, CA 92069 Bidder Address Signature (760) 599-3915 46-5724187 Telephone Number Federal Tax I.D. No. Ph No: 800-431-1270 biaine.williamson(@.market.com Phone Number and Email 4521 Highwood Pkwy, Glen Allen, VA 23060 Address *Provide BIDDER and SURETY name, phone number, email, and the name, title, address, and phone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Contractor and Surety sicinatures must be notarized prior to submittal. CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California I County of San Bernardino SS. On MAY 2 6 2023 before me, Rebecca Elizabeth Adcock, Notary Public Name and Title of Officer (e.g., "Jane Doe, Notary Public") personally appeared Cynthia J. Youno Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person a ►- Rebecca Elizabeth Adcock acted, executed the instrument. COMMISSION # ALIFOR L '•: ' "-i�' NOTARY PUBLIC • CAt IFORNW t ';�SAN to 4ARDINO COUNTY I certify under PENALTY OF PERJURY under the laws of Mycomm.ExP1f0° 348 -2024 the State of California that the foregoing paragraph is true and correct. WITNESS my hand d official �seal. Signat a of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: O Individual O Corporate Officer Title O Partner -- O Limited O General 0 Attorney -in -Fact O Trustee 0 Guardian or Conservator Other: Signer is Representing: Top of thumb here No. 3601-2 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE Amended Certificate of Authority THIS IS TO CERTIFY that, pursuant to the Insurance Code of the State of California, Markel Insurance Company of Illinois, organized under the laws of Illinois, subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, and Miscellaneous as such classes are now or may hereafter be defined in the Insurance .Laws of the State of California THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of arty, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended IN WITNESS WHEREOF, effective as of the 14'h day of April, 2021, I have set my hand and caused my official seal to be affixed this 14'h day of April, 2021. Ricardo Lara Imuranee Commissioner I .;,, - i j. By Valerie Sarfaty for Catalina Hayes -Bautista Insurance Chief Deputy NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority. Failure to do so will be a violation of Insurance Code section 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. 912358911 POA# 510028 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris, Texas and Markel insurance Company (the "Company"), a corporation duly organized and existing under the laws of the state of Illinois, and having its principal administrative office in Glen Allen, Virginia, does by these presents make, constitute and appoint: Jay P. Freeman, Cynthia J. Young, Christina Mountz, Adriana Valenzuela Thpir true and lawful agent(s) and attorneys) -in -fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety or jointly, as co -sureties, and as their act and deed any and all bonds and other undertaking in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Fifty Million and 001100 Dollars ($50,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED, That the President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the act and deed of the 5ureTec insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the lath day of January , 2023 - SureTec Insurance Company gUR►NpF s%�tsttr+�+'+Cr,,� Marke surance mpany �����. By: 9� �`1 y t2 ',• ;.�i4R�,•'�i': By: Michael C. Keimig, President �i, * ss•� ndey Jenli g Vice President State of Texas County of Harris: On this 24th day of January , 2023 A. D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, to me personally known to be the individuals and officers described in, who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid, and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. .•...... JULIE E. MCCLARY Notary Public State of Texas Commission 12947684 5 J i MCCIary, Notary Public COmrnI551or1 Expires March 29, 2026 My commission expires 3/29/2026 We, the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the 26th day of MAY 2023 Snsuf Co any Markel Insurance Company By: By: M. Brent Beaty, Assistant secretary Andre arquis, Assista eCfeta Any Instrument Issued in excess of the penalty stated above is totally vo4o and withoutanyvafidty. SICO23 For verification of the authority of this Power you may call (713)SU-08(XIon any business day between 8:3v AM and 5:00 PM CST. 5 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California 1 County of San Diego j On June 1, 2023 , before me, Nicola Carnes , Notary Public, personally appeared Wes W. Wri who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of State of California that the foregoing paragraph is true and correct. *my NIct J. CAMS Notary Public . California San Diego county Commission / 2323246 Comm. Expires Mar E, 2024 NOTARY SEAL ABOVE Description of attached document Title or type of document: Document Date: Signer(s) Other than Named Above: WITNESS my hand and official seal. SIGNATUR Z�" a-4i OPTIONAL Number of Pages: DocuSign Envelope ID: DE7F7l348-3905-466E-8D8A-1 FE13664613380 REFERENCES Bid #CIP-22-23-T3024 Sand Canyon Pedestrian Bridges City Project No. T3024 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1 *SEE ATTACHED LIST OF REFERENCES* Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 2. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 3. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder intends to procure insurance bonds: List of References Job 4 Project Name Description Date Completed Agency Agency Contact Contract Amount Percent Complete Diamond Bar Community Center Install CIDH Piles, v-ditch, concrete Cityof Diamond Bar. Chris Malpica-(909)839-7042 $645,995.05 100%Slope 50 Stabilization Project slabs, curb, gutter, landscaping& 5/19/23 21810Copley Dr., CMalpica@DiamondBarCA.Gov irrigation Diamond Bar, CA 91765 Dunlap Boulevard Bridge & Crossing Excavation& Backfill, Install CIDH City of Yucaipa Landon Kern - (909) 797-2489 49 Replacement Project Crossing Piles, precast girders, abutments, 2/27/23 34272Yucaipa Blvd „ $1,134,109.20 100% Wilson Creek Channel- Phasel wingwalls, casings & conduits Yucaipa, CA 92399 Ikern@yucaipa.org Demolition, excavation, concrete Cityof Monrovia. 48 LibraryPark Restroom foundation, sidewalk, water& 2/9/23 321 S.Myrtle St., Christopher Castruita-(626)256-8224 $107,294,78 100D0 � sewer lines & prefabricated Monrovia, CA 91016 ccastruita@ci.monrovia.ca.us restroom Talbert Channel Storm Drain Repair Demolition, excavation, installation Cityof Fountain Valley Kyle Hilton-(714)593-4516 47 Project of RCP Pipe, concrete collar, rip rap p p 8/29RZ 10200 Slater Ave., Kyle.Hilton@fountainvalley.Org 595,600,.o0 100% & asphalt Fountain Valley, CA92708 Springvale&Carlson Channel Demolition of Damaged Concrete, Cityof Poway Jeff Beers-(858)24 46 Install of Reinforcing Steel& 7/5/22 13325 Civic Center Drive $211,688,03 100p� /0 Rehabilitation Project Shotcrete Channel Poway, CA 92064 Ibeers@powy.orgay.org Grading Of Channel, Install of PIP Cityof National City Sean Gill-(951)532-6483 45 Paradise Creek Mitigation Project Wall, Articulated Block, Rip Rap, 6/24/22 1243 National City Boulevard sgill@itcsinc.net $887,309,54 100% Access Pad, Headwall &Shotcrete National City, CA 91950 Excavation & Grading of Channel, City of Ch i no Okan Demi rci- (714) 319-6137 5494,824.80 �0 100p 44 Pine Avenue Road Repair Install ofCMP Pipe, Concrete 3116122 13220 Central Avenue okan.demirci@transtech.org Backfill&Rip Rap Chino, CA91710 G rossmont Reservoir Overflow Install of PIP Retaining Wall, Brow Helix Water District Chris McRae- (619) 6673278 43 Retrofit Project Ditch, Conduit, Fencing Gates& 1119122 7811 University Avenue chris.mcrae@helixwater.org 5356,791.92 100% Signs La Mesa, CA 91942 Lake Channel Removal of Vegetation & Grading of Helix Water District Aneld Anub-(619)667{273 $215,310.OD 100p� 42 Improvement Improvement Project Slope, Install ofRip Ra Geo rid, p p p g 7 1/5, �2 7811 University Avenue Y aneld.anub@helixwater.org Geotextile& AggregateRoad La Mesa, CA 91942 Carlsbad State Beach Energy Removal of Existing Energy City of Carlsbad Steve Didier- (760) 994-9485 p// 41 Dissipater Replacement Project Dissipater, Install of New Energy 1218121 1635 Farady Avenue steven.didier@carlsbadca.gov $86,602.64 100% Dissipater &Rip Rap Carlsbad. CA 92009 Install Storm Drain, BioClean Filter, Casa Romantica Cultural Center Amy Behrens-(949)498.2139. 40 Casa Romantica Parking lot Pavers, Sidewalk, Handrail, Asphalt, 4/23/21 415 Avenida Granada behrens@casaromantica.org $645,124.57 100%Improvements Landscaping, &Striping San Clemente, CA 92672 Rathbun Creek Trail Phase lB- Install of Pedestrian Bridge, City of Big Bear Lake Israel Gomez-(909)866-5831 39 Bridges Design & Installation Sidewalk Landings, CIDH Piles, 2/8/21 39707 Big Bear Boulevard igomez@citVbigbearlake.com $174,307.50 100% Project Abutments& PIP Retaining Wall Sbig Bear Lake, CA92315 38 Frost Avenue Draina a g Construct Curb Inlet w/Local City of Carlsbad Faraday Ave., Graham Jordan-(760)602-2462. $53,556.25 100% improvements Depression, &Asphalt Slot Patch 11/17/20 1635 Graham.Jordan@carlsbadca.gov Carlsbad, CA 92008 RD 339 Yard Timber Retaining Wall Rem oval of Timber Wall, Install of County of Los Angeles Andrew Chdpw,l26)458�975. $336,311.62 100% 37 Replacement Off -Sys PIP Wall, Concrete Stairs, Handrail, 12/9/20 900 S. Fremont Ave., AChoie@pw.lacounty.gov (2018WOOLSEYFIRE) &AC Pavement Al hambra, CA 91803 Job # Project Name Description Date Completed Agency Agency Contact Contract Amount Percent Complete Removl of Damaged CMP Pipe, City of Santa Ana 36 Dyer Road Strom Drain Repair Install of new 24: RCP Pipe, Install of 10/23/20 20 Civic Center Plaza, Victor So{714) 647-5076 $64,400.00 1W% Asphalt and Loop Detectors Santa Ana, CA927O1 vso@santa-ana.org San Marcos Boulevard Slope Installation of24"Piles, curb, City of San Marcos Perryn White-(760)759-0441 0 35 Stabilization gutter, sidewalk, asphalt, striping, 9/29/20 1 Civic Center Drive, Pwhite@san-marcos. net $716,858.00 100 �0 lighting, waterworks, & striping San Marcos, CA92O69 Mt. Rubidoux Park Stormwater, Install of Masonry Rock Retaining City of Riverside Parks &Rec. Alisa Sramala{951)8262021 34 Erosion Contro 1, Trail and Site Wall, Timber Steps, Post &Chain 5,14,20 6927 Magnolia Ave. 2nd Floor ASramala@riversideca.gov $335,000.00 100% Improvements Barrier, Faux Wood Handrail & Riverside, CA92522 Swales Removalofold concrete staircase& Cityof Laguna Beach Bob Koch-(949)412-6546 33 Cliff Driveto High Drive Stairway installationofnewconcrete 2128120 505S.ForestAve rkoch@lagunabeachcity.net $246,265.66 0 0 100% Replacement staircase, handrails &landxaping Laguna Beach, CA 92651 Removal ofold concrete staircase& City oflaguna Beach Tom Sandefur-(949)497-0339 32 Pearl Street Beach Access installation of new concrete 213/20 5O5S.Forest Ave taandefur@lagunabeachcity.net $1,020,000,00 100% Rehabilitation staircase, handrails &landxaping Laguna Beach, CA 92651 Reche Rd at Live Oak Elementary Installation of sidewalk, curb, County of San Diego Mike Moen (619)933-7242 31 School & PotterJunior High School gutter, structures, RCP, AC, drainage 1/15/20 550OOverland Ave. Suite310. MMoen@kleinfelder.com $1,050,340.75 100% Road Improvements ditch, landscape, & irrigation San Diego, CA92123 30 fideBeach Park Slope paving Removal of [racked and detiorated Cityof Solana Beach Dan Goldberg-(858)720-2474. $41,980.00 0 100% Removal concreteslopepaing 119,120 635SCoastHighway1O1 dgoldberg@cosb.org Solana Beach, CA 92O75 29 RDO Drainage Upgrades -Casa De Construct 24"RCP Storm Drain, Cityof Oceanside Victor -(760) $128 782 00 q 00% Amparo Transition Structure, & Inlet w/ 12/18/19 300 North Coast Highway eca.or02 Welasco@oteansideca.org sco@o local depression Oceanside, CA 92O54 28 Pickleball Courts Install Concrete Padsfor Basketball City of San Luis Obispo. Mark Williams-(805)781-7057. $146,037.50 100% & Pickleball Courts, Paint Courts, 8/31/19 919 Palm Street mawillia@slocity.org Curb Ramps & Fencing San Luis Obispo, CA934O1 SDWD 10-Inch Water Main Removal ofexisting 10"steel water San Dieguito water District Blair Knoll - (760) 633-2793 27 main (in casing), installation of new 3/5/19 16OCalleMagdalena Bknoll@encinitaxa.gov $78,607.67 100% Replacement Project 10"PVC water main Encinitas, CA 92024 Emergency Linda Installation of additional Cityof San Clemente Greg Deist-(949)337-3139 26 reinforcements bracing for existing / g g :/1Oj19 91O Calle Negocio >28,211.07 100% PuPromp Lane Pump Station Phase IV Lion ha retai ning wall, North Side San Clemente, CA92673 DeistG@san<lemente.org Streambank Restoration, Habitat Riverside County Flood Control District 25 Meadowview Stream Restoration Restoration, Filtrexx Compost Roll 11 j5; 18 1995 Market Street David Garcia - (951) 315-0730 $ 385,546.55 100% Stage 6O System Installation Riverside, CA925O1 Dhgarcia@rivco.org D1 Detention Basin at Rancho Wash Construct concretes P litter 9/6/16 City of Rancho Cucamonga 1O5O0CivicCenterDrive Romeo David-909 774-4070 ( $296,570.68 100% structure, connect to existing CMP RomeD.David@cityofrc.us Rancho Cucamonga, CA 91730 23 S. Palm Drive nlationd La za Installation of 22 pneumatic bollards including Cityof Palm Springs Me.Lytaike ar-(76Opring 861 $222,368.68 100% SafetyCanyo Safety Bollard Installation Bollard retractable 7/25/ 13 320O E.TahquitzCanyon Way Mike.Lytar@palmspring�a.gov 4t @palmspringxa.gov monolithic (Doting, pavers Palm Springs, CA 92262 22 Queda Way Retaining Wall Installation ofa new retaining wall, lagging, City of Laguna Beach Tri Nguyen - (949) 497-0741 $209,021.62 100% Replacement Project CIDH Piles, timber concrete 7/10/18 5O5 S. Forest Ave TNguyen@lagunabeachcity.net and asphalt work Laguna Beach, CA 92651 Page 2 of 4 .. # Project Name Description Date Completed Agency Agency Contact Contract Amount Percent Complete Reinforcement to Existing retaining City of San Clemente 21 Emergency Protection for Linda wall, Installation of Draina a 7/6/18 910 Calle Negocio Greg Deist-949 337-3139 $82,589.71 100% Lane Pump Station Phase III Components, Steel Kicker DeistG@san-clemente.org Installation San Clemente, CA92673 20 Citywide Drainage Improvements Parkway drains, small storm drain, 7/2/18 City of Diamond Bar 21810 Copley Drive David Sloan - (909) 839-7043 $410,985.73 0 100% Project Bioclean Inlet Structure DSloan@tait.com Diamond Bar, CA 91765 Construct a new park, install Cityof Wildomar Cameron Luna -(951 677-7751 X 245 — O/ 19 Malaga Park Project concrete monument sign, landscape &Irrigation 5/3/18 23873 Clinton Keith Road Wildomar, CA92595 CLuna@cityofwildomar.org $294,980.02 100% Cambridge Ave/ Edinburg Ave Alley Installation ofa new 4"Water main, San Dieguito Water District Blair Knoll -(760) 633-2793 i5 Abandon Existing water main, Re- 4/13/18 160 Calle Magdalena Bknoll@encinitasca.gov $142,694.34 100% Water Improvements Project connect resident service laterals Encinitas, CA 92O24 Install a new 150 KW generator, Padre Dam Municipal Water District Brian Hague -(619)258-4751 17 Santee Lakes Generator Project including gated enclosure, and 2/28/18 9310 Fanita Parkway BHague@padre.org $197,294.71 100% automatic transfer switch Santee, CA 92071 Bolero Pressure Reducing Station Removeemsting waterworks vault, City of Carlsbad 16 Vault Replacement and Design Install new waterworks vault, install 1/9/18 1635 Faraday Ave Dallas Poore- (619) 804-8180 $259,796.99 100% Improvements Project new waterworks components Carlsbad, CA 92008 DPoore@fortitudeec.com Installation ofa pre -fabricated City of Big Bear Lake 15 Rathbun Creek Phase SA Bridge pedestrian 12/18/17 P.O. BOX10000 Andrew Simmons-(909)-866-5831 $114,542.30 q O/ 100% Installation work approach slabs, Site work Big Bear Lake, CA 92315 ASim moos@citybigbearlake.com Cress Street Wall and Sidewalk Soldier Pile Reinforcing Wall, City of Laguna Beach Tom Sandefur - (949) 497-0339 i4 Improvements Sidewalk Improvements, Atrium 11/15/17 505 S. Forest Ave Taandefur@lagunabeachcity.net $400,138.00 100O/ /0 Drain System Laguna Beach, CA 92651 13 MTD1Improvementrak mDrain Reinforced Concrete Pipe, Sidewalk and ADARamp Improvements, 7/16/17 City of Baldwin Park 14403E.PacificAvenue David Lopez-(626)9rk.com $1,205,039.60 100% Improvements Dlopez@baldwinpark.com Structures Baldwin Park, CA 91706 12 Laurel Ave Storm Drain Storm Drain and Catch Basin 6/23/17 City of Manhattan Beach 1400 Highland Ave Tim Birthisel (310)802-5365 $105,541.16 100% Replacement Installation Tbirthisel@citymb.info Manhattan Beach, CA 90266 it Cabot Road Bioswale Bioswale Installation, Drainage Structure/Splitter 411/17 City of Laguna Hills Ken Rosenfield(949) 707-2655 $376,732.OS 100% structure 24035 El Toro Road krownfield@lagunahillsca.gov installation. Laguna Hills, CA92653 Repair existing concrete influent Padre Dam Municipal Water District Arne Sandvik -(909) 305-2947 10 Ray Stoyer WRF Concrete Repairs and effluent channels. Replaceold 4/1/17 9310 Fanita Parkway $431,281,73 100% and damaged plumbing Santee, CA92071 asandvik@padre.org Emergency Protection for Linda B Y Increase la lagging existing City of San Clemente Greg Deis 9 Lane Pump Station Phase ll soldier pile reinforcing wall reinforci 2/9/17 910 Calle Negocio n-cl9)337-3139 DeistG@sanclemente.org $73,399A3 100% San Clemente, CA 92673 8 Huntington Beaches Sand Import 8,500 CY of sand from the lower Santa Ana River to 2/7/17 City of Huntington Beach 2000 Main Street Scosmith h-(714y-hb.og $453,864.00 100% Replenishment Replenishment various Ssmith@su rfcity-h 6.org Huntington Harbor beaches Huntington Beach, CA92648 7 Milligan drive Bridge Renovations RemovCity hpr 12/20/16 of Laguna Beach 505 S. Forest Ave $314,669.79 100% dge.Reeacewitsting pre -can ast bridge. Replace with pretart bridge tnguyen@lagunabeachcity.net guyenyen-(949)497ity.n Laguna Beach, CA 92651 Page 3 of 4 • # ProjectDescription Date Completed Agency Agency Contact Contract Amount Percent Complete For'Beach O Sand Import 12,000 CV of sand to San City of San Clementepportunistic 9le Aeryn Donnelly-(949j 361-8267 $430.900,00 100� aO6eplenishment Project Clemente's North Beach 12/9/16 Negocio DonnellyA@san-clemente.org ent San Clemente, CA 92673 Slope Restoration, Storm Drain, City of Encinitas 5 HWY 101 Storm Drain and Slope Road Repair, Runoff Mitigation, 6JZ 2/16 SOS S. Vulcan Ave. Nick Diele-(76O) 633-2782 $667,821.26 100% Repair Work took place adjacent a coastal Ndiele@encinitasca.gov lagoon Encinitas, CA 92O24 4 Franklin Lift Station Wet Well Expansion clan existing wet well at City of La Verne "D" Jerrysa@citMesa - 90avern8749 $613,429.27 100% Expansion a sewage pump station. 6%3/16 3660 Street Jmesa@cityogaverne.org Included a 24-hour bypass La Verne, CA91750 .3 Juanita Cooke Greenbelt Trail Construct pedestrian 8: horoetrail, 5/9/16 City of Fullerton 3O3 W. Commonwealth Ave Paul L 7.ca.us 6 $206,358.00 100% Landscape and Irrigation PauIL@ci.fullerton.w.us [L@cir ullert Fullerton, CA92832 El Portal Beach Access Demolish existing beach access City of San Clemente 361-.org ADon Rehabilitation Project stairs, Construct new beach access 12/11/15 91O Calle Negocio DuneDonnsan( l9) DonnellyA@santlem ente.org $g50,3O4.O0 u 1UU� stairs &handrail San Clemente, CA 92673 1 Emergency Protection for Linda Install soldier pilewall at toe of City of San Clemente Greg Deist-(949j337-3139 $107,000.00 100% Lane Pump Station Phase 1 slope protect p p existing pump 8/4/15 91O Calle Negocio DeistG@san�lemente.org station San Clemente, CA 92673 Page 4 of 4 OTETRA TECH June 9th, 2023 Jackie Lillio, Senior Engineer City of Santa Clarita 23920 Valencia Boulevard, Suite 300 Santa Clarita, CA 91355 Reference: Proposal to Provide Construction Phase Services for the San Canyon Trail Project Dear Jackie Lillio: Tetra Tech welcomes the opportunity to submit our proposal to provide the City of Santa Clarita with design and construction support services for the Sand Canyon Trail Project. Our engineers have experience designing similar pedestrian bridge projects and supporting agencies on these type of projects during the construction phase. SCOPE OF SERVICES Tetra Tech's Scope of Services for the above referenced project is attached as Exhibit "A". FEE Tetra Tech proposes to complete the scope of work included in the attached Exhibit "A". We will complete the scope of work on a lump sum (fixed price) basis with an estimated fee not to exceed $48,499.00. This would bring the new project total cost to $76,003.00. This amount is based on the enclosed Fee Proposal Table, Exhibit "B", which outlines the estimated hours per classification to complete each task. Please acknowledge your approval by signing and dating this letter proposal below and returning it to me, and Tetra Tech will proceed immediately with this work. We look forward to partnering with the City of Santa Clarita on this important infrastructure project. Respectfully submitted, Authorized Signature Printed Name Title Date Enclosure(s) Attachment(s) Approval and Notice to Proceed Authorized Signature Printed Name Title Date 17885 Von Karman Avenue, Suite 500, Irvine, CA 92614-6213 Tel 949.809.5000 Fax 949.809.5010 tetratech.com OTETRA TECH Exhibit "A" Scope of Services As outlined in this scope of services, Tetra Tech will perform engineering services for the City of Santa Clarita (City) during the construction phases of the San Canyon Trail Project. TASK 10.0 CONSTRUCTION PHASE SERVICES Tetra Tech will provide engineering support during the construction phase and perform the following tasks: Attend Meetings and Perform Structural Observation • Attend preconstruction meeting. • Weekly Construction Meetings via Teleconference (12 one -hour meetings assumed). • Perform one (1) structural observation of placement of bar reinforcing for concrete piles for Bridge 91 (1 total). • Perform three (3) structural observation of placement of bar reinforcing for abutment footing for Bridge 91 & Bridge #2 • Perform two (2) structural observation of placement of formwork and bar reinforcing for abutment and wing walls. • Perform two (2) observations for Bridge Truss Setting for each bridge. • Perform field walk at the conclusion of construction with the City for final project punch list and project acceptance (1 total). Review and Respond to Request for Information (RFI) Tetra Tech engineers will assist the City by responding to Contractor RFIs when requested by the City in writing. Tetra Tech will prepare RFI responses for City review and concurrence. This scope includes review and response to eight (8) RFIs. Review Contractor Submittals Tetra Tech engineers will review contractor submittals when requested by the City to verify submittals are in general conformance with the contract documents. Each submittal will be reviewed and returned to the City, stamped with our shop drawing stamp and marked accordingly. This scope includes our review and comment on thirteen (13) submittals as listed below: 1. Abutment/Footing Concrete Mix Design 2. Pile Concrete Mix Design 3. Pile Installation Plan/Certifications 4. Reinforcing Steel Shop Drawings (Bridge #1) 5. Reinforcing Steel Shop Drawings (Bridge #2) 6. Anchor and Grout Container (Bridge #1 and #2) 7. Bearing Pad Certificate/Compliance (Bridge #1 & #2) 8. Miscellaneous Metals Shop Drawings (Bridge #1 & #2) 9. Lodge Pole Guardrail Shop Drawing (Bridge #1 & #2) 10. Bridge Truss Shop Drawing (Bridge #1) 11. Bridge Truss Design Calculations (Bridge #1) 12. Bridge Truss Shop Drawing (Bridge 92) 13. Bridge Truss Design Calculations (Bridge 92) Review Truss Submittals A Tetra Tech engineer experienced in reviewing steel truss shop drawings and calculations will review; 1) conceptual schematic, 2) shop drawings and 3) truss calculations. Specific comments will be provided to the City to be forwarded to the contractor. Note: Our construction support will exclude review of contractor submittals related to construction means and methods including, but not limited to falsework and shoring submittals. Construction support is to aid the City. This scope of work requires the City to provide a resident engineer to conduct the daily oversite and construction management of this project including progress payment reviews, general field reviews, and compliance with the project specifications. It is assumed the City will be responsible for preparing meeting agendas and minutes. Allowance The following will be performed based on variability of submittal/RFI and construction sequencing: • Tetra Tech engineers will review contractor submittals when requested by the City to verify submittals or RFIs are in general conformance with the contract documents. Each submittal will be reviewed and returned to the City, stamped with our shop drawing stamp and marked accordingly. This scope includes our review and comment on four (4) submittals • Additional Site Visit/Structural Observation (1 Additional) © Price Proposal ..Price Summary/ Totals Task Totals Exhibit B�� Construction Phase Services .. on Setup Technology d .. ©L1 Total Price Submitted Contract Type: Fixed Price Pricing by Resource ... .. Task PricingTotals Project Phases / Tasks Task 10.0 Construction Phase Services 10.1 Construction Meetings Construction meetings (12 Total) 10.2 Structural Observations Rebar Placement (Piles) Rebar Placement (Pile Cap - Bridge #1) Bridge Truss Setting (Bridge #1) Bridge Truss Setting (Bridge #2) Punchlist Field Walk 10.3 Review Contractor Submittals Abutment Concrete Mix Design (Bridge #1 & #2) Pile Concrete Mix Design (Bridge #1) Pile Installation Plan/Certifications (Bridge #1) Reinforcing Steel Shop Drawings (Bridge #1) Reinforcing Steel Shop Drawings (Bridge #2) Anchor and Grout Container (Bridge #1 & #2) Bearing Pad Certificate/Compliance (Bridge #1 & #2) Miscellaneous Metals Shop Drawing (Bridge #1 & #2) Lodge Pole Guardrail Shop Submittal (Bridge #1 & #2) Bridge Truss Shop Drawing Submittal (Bridge #1) Bridge Truss Shop Design Calculations (Bridge #1) Bridge Truss Shop Drawing Submittal (Bridge #2) Bridge Truss Shop Design Calculations (Bridge #2) 10.5 Allowance Additional Submittals/RFIs (4 Additional) Additional Site Visit/Structural Observation Tetra Tech - Confidential and Proprietary Page 1 of 1 Printed 6/9/2023