Loading...
HomeMy WebLinkAbout2024-03-26 - AGENDA REPORTS - SAUGAS PHASE I BOUQUET CYN TRAIL PROJ C0066O Agenda Item: 5 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR 14) CITY MANAGER APPROVAL: ' DATE: March 26, 2024 SUBJECT: SAUGUS PHASE L BOUQUET CANYON TRAIL TO CENTRAL PARK, PROJECT C0066 - PLANS, SPECIFICATIONS, AND CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the Saugus Phase L Bouquet Canyon Trail to Central Park, Project C0066. 2. Find the Saugus Phase I: Bouquet Canyon Trail to Central Park project exempt from review under the California Environmental Quality Act (CEQA) pursuant to Title 14 of the California Code of Regulations, Article 19, Sections 15301 and 15304. 3. Award the construction contract to R.C. Becker and Son, Inc., in the amount of $672,306 and authorize a contingency in the amount of $100,846, for a total contract amount not to exceed $773,152. 4. Extend the current contract and authorize an increased expenditure authority for construction support services for the Saugus Phase L- Bouquet Canyon Trail to Central Park, Project C0066 with Dokken Engineering, Inc., in the amount of $10,000 and authorize a contingency in the amount of $1,500, for a revised total contract amount not to exceed $172,171. 5. Appropriate one-time funds in the amount of $462,130 in Measure M ATP funds (Fund 268) to the Saugus Phase L Bouquet Canyon Trail to Central Park, Project C0066, expenditure account C0066268-516101 and increase Measure M ATP revenue account 268-442614 by $462,130. Page 1 Packet Pg. 23 O 6. Authorize the City Manager or designee to execute all documents, including the License Agreement with Santa Clarita Valley Water Agency for Bouquet Canyon Trail, subject to City Attorney approval. BACKGROUND The project will construct a separated Class I trail that will improve bicycle and pedestrian access to Central Park, utilizing the existing southerly maintenance access road along the Bouquet Creek Channel. The Class I trail will have access points along Bouquet Canyon Road north of Espuella Drive and at Central Park's west driveway entrance as shown in the Location Map. Improvements include pavement rehabilitation, striping, and fencing on the existing maintenance access road, and new trail construction through Central Park. The construction of the trail will provide connectivity to the recently enhanced Class 11 buffered bicycle lanes fronting Central Park. This project supports the Building and Creating Community theme of the City of Santa Clarita's (City) five-year strategic plan, Santa Clarita 2025, and the City's adopted Non -Motorized Transportation Plan. The Saugus Phase L- Bouquet Canyon Trail to Central Park project is not subject to California Environmental Quality Act (CEQA) review pursuant to Title 14 of the California Code of Regulations, Article 19, Sections 15301 and 15304, which exempts from CEQA review of projects that consist of the repair, maintenance, or minor alteration of existing public or private facilities, or topographical features involving negligible or no expansion of existing or former use, the addition of safety devices, grading on land with a slope of less than 10 percent, and the creation of bicycle lanes on existing right-of-way. Examples include, but are not limited to, existing highways and streets, sidewalks, bicycle and pedestrian trails, and similar facilities, which includes alterations such as the addition of bicycle facilities. This project meets the criteria for these exemptions because it will be performing maintenance and minor alteration to the existing access road and the existing trail and will construct the missing sections needed for connectivity. The project involves a negligible or no expansion of use and does not create additional automobile lanes. Construction Solicitation Process An invitation to bid was prepared and published twice in The Signal newspaper, on January 31, and February 7, 2024, and was posted on BidNet. A total of three bids were submitted to the City and opened by Purchasing on February 29, 2024. Each of the bids included a base bid and one bid alternate. The basis for award was for the base bid only. The results of the bids are shown below: Company Location Bid Amount R.C. Becker and Son, Inc. Santa Clarita, CA $672,306 F.S. Contractors, Inc. Sylmar, CA $762,484 Foster Construction Santa Clarita, CA $775,837 Page 2 Packet Pg. 24 O Staff recommends awarding the construction contract to R.C. Becker and Son, Inc., the lowest responsive and responsible 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 construction contingency will cover the cost of unforeseen site conditions such as potential utility conflicts and fees, abandoned utilities not shown in record drawings, field adjustments, and additional work requested by the City. Civil Engineering Construction Support The City Council awarded a design contract for a total amount not to exceed $160,671 to Dokken Engineering, Inc. (Dokken) at the May 10, 2022, City Council meeting. Dokken was selected through a request for proposal process and is the Engineer of Record for this project. In order to provide appropriate construction and design support throughout the construction period, it is recommended that the existing contract amount with Dokken be increased by a total of $11,500, including contingency. This increase will allow Dokken to provide construction support at regular meetings, review submittals, respond to requests for information, and address design issues as the project is constructed. Dokken's proposal is available in the City Clerk's Reading File. Santa Clarita Valley Water Agency License Agreement The license agreement with Santa Clarita Valley Water Agency (SCVWA) allows the City to construct, operate, and maintain the short segment of Bouquet Canyon Trail located on SCVWA- owned property, northwest of Central Park. The license agreement has been reviewed and approved by the City Attorney's office and SCVWA attorney's office. The license agreement is available in the City Clerk's Reading File. The requested budget appropriation accounts for increased construction costs and alignment with Los Angeles County Flood Control District conditions regarding the width of the trail and additional fencing requirements. These funds will also be used for construction support costs, which include labor compliance services, staff oversight, utility fees, construction engineering, inspection, and project management. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Upon approval of the recommended actions, adequate funds will be available in expenditure accounts C0066268-516101 (Measure M ATP Fund) and C0066233-516101 (TDA 8 Fund) to support the recommended contract and project administrative costs. Page 3 Packet Pg. 25 O ATTACHMENTS Location Map Bid Proposal for R.C. Becker & Son, Inc. (available in the City Clerk's Reading File) Bid Proposal for Dokken Engineering, Inc. (available in the City Clerk's Reading File) License Agreement with Santa Clarita Valley Water Agency (available in the City Clerk's Reading File) Page 4 Packet Pg. 26 DocuSlgn Enveiope ID: 80445E29-6484-4434-AE45-BC25704B73E6 PROPOSAL FORM Bid #CIP-23-24-CO066 Saugus Phase I: Bouquet Canyon Trail to Central Park City Project No. C0066 City of Santa Clarita, California TO THE CITY OF SANITA CLARITA, AS CITY: In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: R.C. Becker & Son, Inc. Company Address: 28355 Kelly Johnson Pkwy. Santa Clarita, CA 91355 Phone: (661) 259-4845 Email: LMARTINEZ@RCBECKER.COM gy_ Lorraine Martinez Print Name Title: Secretary Signature: Date: 2/29/24 DocuSign Envelope ID: 80445E29-64B0-4434-AE45-BC25704B73EB NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CIP-23-24-00066 Saugus Phase I: Bouquet Canyon Trail to Central Park City Project No. C0066 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. 1. 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: 80445E29-64B0-4434-AE45-BC25704B73E6 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: 80445E29-6480-4434-AE45-BC25704B73E6 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; (5) 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 Coveraae Insurance (Services involvine real DroDertv 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: 80445E29-64B0-4434-AE45-BC25704B73E6 Pollution Liability and/or Asbestos Pollution Liability 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 Liability (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: 80445E29-64B0-4434-AE45-BC25704S73E6 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. have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature Date: 2/29/24 Printed Name: Lorraine Martinez - Secretary DocuSign Envelope ID: 80445E29-64B0-4434-AE45-BC25704B73E6 RID SCHFDLILF Bid #CIP-23-24-00066 Saugus Phase I: Bouquet Canyon Trail to Central Park City Project No. C0066 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. Bid Item Item Description Unit Quantity Unit Price Total No. GENERAL 1 Mobilization/Demobilization LS 1 $21,305.00 $21,305.00 2 Traffic Control LS 1 $1,115.71 $1,115.71 3 Water Pollution Control, LS 1 $4,421.60 $4,421.60 Implementation, and Maintenance of BMPs 4 Construction Survey LS 1 $15,840.00 $15,840.00 DEMOLITION 5 Clearing and Grubbing LS 1 $15,530.05 $15,530.05 6 Tree Removal EA 2 $2,015.68 $4,031.36 7 Remove Asphalt (Digouts) SF 400 $13.22 $5,288.00 8 Remove Asphalt SF 1,316 $3.12 $4,105.92 9 Remove Lodgepole Fence LF 100 $10.77 $1,077.00 10 Remove Chain Link Fence LF 40 $13.46 $538.40 11 Remove Steel Markers Along LS 1 Channel $4,178.28 $4,178.28 12 Remove Thrust Block Complete EA 1 $917.34 $917.34 DocuSign Envelope ID: 80445E29-64B0-4434-AE45-BC25704B73E6 13 Remove Block Wall Complete EA 1 $1,089.21 $1,089.21 14 Remove Masonry Wall with Reinforcement Along Channel LF 50 $55.31 $2,765.50 15 Remove Privacy Slats/Screening LF 230 $9.08 $2,088.40 EARTHWORK 16 Unclassified Excavation/Fill CY 375 $117.86 $44,197.50 17 Export CY 150 $39.17 $5,875.50 TRAIL IMPROVEMENTS 18 Double Seal Coat (Type 1) SF 31,361 $0.95 $29,792.95 19 Crushed Aggregate Base CY 250 $223.63 $55,907.50 20 Hot Mix Asphalt (Type D2-PG 64-10) TON 331 $180.46 $59,732.26 21 Chain Link Fence (5' Tall) LF 200 $74.88 $14,976.00 22 Privacy Slats LF 600 $20.10 $12,060.00 23 Privacy Screening (8' High) LF 400 $12.30 $4,920.00 24 Lodgepole Fence Driven into Native Soil LF 430 $38.88 $16,718.40 25 Lodgepole Fence with Standard Foundation LF 270 $60.42 $16,313.40 26 Lodgepole Fence Attached to Masonry Block Wall LF 2,170 $105.84 $229,672.80 27 Steel Fence at Flap Gate With Reflective Bands LS 1 $14,181.60 $14,181.60 28 Masonry Wall with Reinforcement LF 100 $72.23 $7,223.00 29 5' Wide Mod Walk Gate LS 1 $4,569.60 $4,569.60 30 14' Wide Drive Gate EA 2 $4,148.58 $8,297.16 31 4" Yellow Painted Pavement Stripe LF 3,840 $2.10 $8,064.00 32 4" White Thermoplastic Solid Line LF 90 $4.80 $432.00 33 12" White Painted Limit Line LF 10 $4.80 $48.00 34 Painted Pavement Marking EA 10 $150.00 $1,500.00 35 Furnish and Install Sign EA 12 $120.00 $1,440.00 36 Furnish and Install Sign Post EA 9 $300.00 $2,700.00 DocuSign Envelope ID: 80445E29-64B0-4434-AE45-BC25704B73E6 37 Furnish and Install Gateway Sign and post EA 2 $1,440.00 $2,880.00 38 Relocate Sign and Post EA 1 $300.00 $300.00 39 Pedestrian Barricade (Type 1) EA 1 $1,800.00 $1,800.00 40 Trail Header Board LF 2,400 $11.48 $27,552.00 41 0" Curb (Type A1-6) LF 50 $51.68 $2,584.00 42 Jute Netting SF 2,590 $2.11 $5,464.90 43 6" Curb (Type A1-6) LF 160 $44.38 $7,100.80 44 Adjust Utility Lid EA 4 $427.70 $1,710.80 TOTAL BASE BID AMOUNT: $672,305.94 TOTAL BASE BID AMOUNT IN WORDS: Six Hundred Seventy Two Thousand Three Hundred Five Dollars and Ninety Four Cents DocuSign Envelope ID: 80445E29-64B0-4434-AE45-BC25704B73E6 ALTERNATE BID SCHEDULE Bid #CIP-23-24-00066 Saugus Phase I: Bouquet Canyon Trail to Central Park City Project No. C0066 City of Santa Clarita, California Do NOT include this pricing in the total base bid amount. Fill out this form completely and upload it with your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit price shall govern. Do NOT enter this pricing on BidNet. 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 Alternate Bid Schedule constant throughout the duration of the project up to the last contract working day. Bid Item No. Item Description Unit Quantity Unit Price Total GENERAL 1 Mobilization/Demobilization LS 1 $825.00 $825.00 2 Traffic Control LS 1 $388.31 $388.31 3 Water Pollution Control, Implementation, and Maintenance of BMPs LS 1 $864.78 $864.78 4 Construction Survey LS 1 $3,960.00 $3,960.00 DEMOLITION 5 Clearing and Grubbing LS 1 $2,056.28 $2,056.28 6 Remove Chain Link Fence LF 264 $11.34 $2,993.76 EARTHWORK 7 Unclassified Excavation/Fill CY 117 $137.09 $16,039.53 8 Export CY 42 $37.39 $1,570.38 TRAIL IMPROVEMENTS 9 Crushed Aggregate Base (CY) CY 80 $256.56 $20,524.80 DocuSign Envelope ID: 80445E29-64B0-4434-AE45-BC25704B73E6 10 Hot Mix Asphalt (D2-PG64-10) TON 105 $157.26 $16,512.30 11 Lodgepole Fence with Standard Foundation per Plans LF 280 $60.42 $16,917.60 12 4" Yellow Painted Pavement Stripe LF 420 $2.10 $882.00 13 12" White Painted Limit Line LF 10 $4.80 $48.00 14 Painted Pavement Marking EA 4 $150.00 $600.00 15 Furnish and Install Sign EA 8 $120.00 $960.00 16 Furnish and Install Sign Post EA 4 $300.00 $1,200.00 17 Pedestrian Barricade (Type 1) EA 1 $1,800.00 $1,800.00 18 Trail Header Board LF 840 $10.58 $8,887.20 TOTAL ALTERNATE BID AMOUNT: $97,029.94 TOTAL ALTERNATE BID AMOUNT IN WORDS: Ninety Seven Thousand Twenty Nine Dollars and Ninety Four Cents DocuSign Envelope ID: 80445E29-64B0-4434AE45-BC25704B73E6 BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-23-24-00066 Saugus Phase I: Bouquet Canyon Trail to Central Park City Project No. C0066 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: R.C. Becker & Son, Inc. Business Address: 28355 Kelly Johnson Pkwy., Santa Clarita, CA 91355 Telephone No.: (661) 259-4845 State CONTRACTOR's License No. & Class: 258762 / A DIR No.: 1000001096 Original Date: 12/18/1968 Expiration Date: 6/30/2025 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: John Becker - President - 28355 Kelly Johnson Pkwy., Santa Clarita, CA 91355 (661) 259-4845 DocuSign Envelope ID: 80445E29-64Bd-4434-AE45-BC25704B73E6 Randy Becker - Vice President - 28355 Kelly Johnson Pkwy., Santa Clarita, CA 91355 (661) 259-4845 Lorraine Martinez - Secretary - 28355 Kelly Johnson Pkwy., Santa Clarita CA 91355 (661) 259-4845 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: None All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as hollows: NIA IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 29th day of 2024 February BIDDER: Lorraine Martinez - Secretary Name and Title of Signatory R.C. Becker & Son, Inc. Legal Name of Bidder 28355 Kelly Johnson Pkwy., Santa Clarita, CA 91355 Add ress (661) 259-4845 95-2567499 Telephone Number Federal Tax I.D. No. DocuSign Envelope ID: 80445E2M450-4434-AE45-BC25704B73E6 BIDDER'S QUESTIONNAIRE Bid #CIP-23-24-00066 Saugus Phase 1: Bouquet Canyon Trail to Central Park City Project No. C0066 City of Santa Clarita, California 1. Submitted by: R.C. Becker & Son, Inc. Telephone: (661) 259-4845 Principal Office Address: 28355 Kelly Johnson Pkwy., Santa Clarita, CA 91355 2. Type of Firm: ❑ C Corporation 9 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: 12/18/1968 State of Incorporation: California President's Name: John Becker Vice -President's Name: Randy Becker Secretary or Clerk's Name: Lorraine Martinez Treasurer's Name: Randy Becker 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: 80445E29-64B0-4434-AE45-BC25704B73E6 BIDDER'S QUESTIONNAIRE (cont'd) Bid #CIP-23-24-00066 Saugus Phase I: Bouquet Canyon Trail to Central Park City Project No. C0066 City of Santa Clarita, California 4. Name of person holding CONTRACTOR's license: John Carl Becker License number: 258762 Class: A Expiration Date: 6/30/2025 D.I.R. Registration # 1000001096 S. CONTRACTOR's Representative: Vince Tellez Title: Chief Estimator Alternate: Liz Johnson Title: Bid Coordinator 6. List the major construction projects your organization has in progress as of this date: A. Owner: City of Palmdale Project Location: 5100 E. Avenue S, Palmdale, CA 93552 Type of Project: Street Improvements B. Owner: City of Santa Clarita Project Location: Drayton & Springbrook, Santa Clarita, CA 91350 Type of Project: Street Improvements C. owner: William S. Hart Union School District Project Location: 24825 Newhall Ave., Santa Clarita, CA 91321 Type of Project: School Improvements DocuSlgn Envelope ID: 80445E29-64B0-4434-AE45-BC25704B73E6 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-23-24-00066 Saugus Phase I: Bouquet Canyon Trail to Central Park City Project No. C0066 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. R.G. Becker & Son, Inc. X BIDDER rraine Martine- Secretary 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: 80445E29-64B0-4434-AE45-BC25704B73E6 DESIGNATION OF SUBCONTRACTORS Bid # CIP-23-24-CO066 Saugus Phase I: Bouquet Canyon Trail to Central Park City Project No. C0066 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work Pavement Coatings Co. �1000003382 $24,618.38 Location and Place of Business 10240 San Sevaine Way, Jurupa Valley, CA 91752 Bid Schedule Item No's: Description of Work 18 Seal Coat & Crack Filling License No. Exp. Date: / / Phone ( ) 303609 9/30/24 (714) 826-3129 Subcontractor DIR Registration No.* Dollar Value of Work Interstate Striping & Signs, Inc. 1000007945 $16,370.00 Location and Place of Business 1200 Lawrence Dr. Suite 340, Newbury Park, CA 91320 Bid Schedule Item No's: Description of Work 1, 31-38 Striping & Signs License No. Exp. Date: / / Phone ( ) 838618 5/31/24 (805) 208-5925 Subcontractor DIR Registration No.* Dollar Value of Work C&W Construction Specialties, Inc. 1000007135 $268,090.80 Location and Place of Business 2419 Palma Dr., Ventura, CA 93003 Bid Schedule Item No's: Description of Work 21-27, 29-30 Fencing License No, Exp. Date: / / Phone ( ) 256795 7/31/25 (805) 642-7834 NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. DocuSign Envelope ID: 80445E29-64B0-4434-AE45-BC25704B73E6 REFERENCES Bid #CIP-23-24-00066 Saugus Phase I: Bouquet Canyon Trail to Central Park City Project No. C0066 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 Saugus Union School District - 24930 Ave. Stanford, Santa Clarita, CA 91355 Name and Address of Owner / Agency Lori Rubenstein - (661) 294-5300 Name and Telephone Number of Person Familiar with Project $750,702.20 Track & Field Improvements 1/31/22 Contract Amount Type of Work Date Completed 2 William S. Hart Union School District - 21380 Centre Pointe Pkwy., Santa Clarita, CA 91355 Name and Address of Owner / Agency Jack Kapp - (661) 259-0033 Name and Telephone Number of Person Familiar with Project $573,845.40 Parking Lot Repaving 8/31/21 Contract Amount Type of Work Date Completed 3. Saugus Union School District - 24930 Ave. Stanford, Santa Clarita, CA 91355 Name and Address of Owner / Agency Jim Sandefur - (661) 294-5300 Name and Telephone Number of Person Familiar with Project $1,097,256.00 Track & Playground Improvements 11/1/22 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: Broker: Tim Tomko, Alliant Insurance Services, Inc. - 333 S. Hope St. STE 3750, Los Angeles, CA 90071 - (213) 443-2473 Surety: Fidelity and Deposit Company of Maryland - 777 S. Figueroa St., Los Angeles, CA 90017 - (213) 443-2476 DocuSign Envelope ID: 80445E29-6480-4434-AE45-BC25704B73E6 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-23-24-00066 Saugus Phase 1: Bouquet Canyon Trail to Central Park City Project No. C0066 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 FORMA PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. DocuSign Envelope ID: 60445E29-5480-4434-AE45-BC25704B73E6 NON -COLLUSION AFFIDAVIT Bid #CIP-23-24-00066 Saugus Phase I: Bouquet Canyon Trail to Central Park City Project No. C0066 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) Lorraine Martinez being first duly sworn deposes and says that he/she is the Secretary (sole owner, a partner, president, etc.) of R.C. Becker & Son, Inc. 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: Sig ure Title Lorraine Martinez - secretary Addendum No. 1 February 6, 2024 Addendum No. 1 BID # CIP-23-24-CO066 Saugus Phase I: Bouquet Canyon Trail to Central Park City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this Bid. I. PRE -BID MEETING AND JOBWALK -- MODIFICATION The non -mandatary, pre -bid meeting to discuss the required scope of work will be held at 10:00 AM (PT) on February 8, 2024 via Zoom. It will no longer be held in person due to inclement weather. Please see the meeting details below. Join Zoom Meeting: https://santaclarita.zoom.us/'/­­84648373945 Meeting ID: 846 4837 3945 Passcode: 652632 One tap mobile: +16694449171„846483739454 US +12532050468„84648373945# US END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. 2/29/24 Co actor`s Repre tative Date R.C. Becker & Son, Inc. Company Name BID ft CIP-23-24-CO066 Addendum No. 2 February 9, 2024 Addendum No. 2 BID # CIP-23-24-CO066 Saugus Phase I : Bouquet Canyon Trail to Central Park City of Santa Clarita, California This addendum must be acknowledged via SidNet and should be included with the bid response. There was a non -mandatory, pre -bid meeting on February 8, 2024 beginning at 10:00 AM. The meeting was held Via Zoom. There were no questions asked. Attending Staff: • Mariela Delgado — Buyer, Administrative Services • Alyssa Herrera — PTS Office Clerk, Administrative Services • Lisa Campos — Project Development Coordinator, Public Works • Leslie Frazier —Engineer, Public Works • Annette Guzman — Administrative Analyst, Public Works • Gonzalo Hernandez — Public Works Inspector, Public Works • Alex Porlier — Project Manager, Public Works • Scott Bachrach — Project Technician, Neighborhood Services Attending Vendors: • Robert Neustadt - CW Construction Specialties • Sam Bennett —Summer Construction • Scott Hanke - Pavement Coating • Don Roser - D. John Roser, Inc The following was reviewed: • Project scope of work • Schedule, working days, hours, and traffic control requirements • Permit requirements • Bidding guidelines • Labor compliance guidelines • Environmental requirements Additional Information - Flood Channel Maintenance Trail: Please see the following links for site videos of the Flood Channel Maintenance Trail. • Bouquet Trail WB: https://www.Lqutube.corr/watch?u=VUFdBvxtCAI • Bouquet Trail EB https//www.youtube.com/watch?v=9RdQg78vLsM BID # CIP-23-24-00056 g} iaTA C< 4 y rP r r1 . L��Ttlai ct+s${fFo END OF ADDENDUM Addendum No. 2 February 9, 2024 This addendum must be acknowledged via BidNet and should be included with the response. 2/29/24 Can ctar's RepresUative Date R.C. Becker & Son, Inc. Company Name BID 1# CIP-23-24-00066 DocuSign Envelope ID: 4COEEFFB-367D-44CC-BFCE-37616677ED47 Addendum No-3 February 15, 2024 Addendum No. 3 BID # CIP-23-24-CO066 Saugus Phase I: Bouquet Canyon Trail to Central Park City of Santa Clarita, California This addendum must be acknowledged via .BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this Invitation for Bid (IFB): I. JOB WALK A non -mandatory, job walk of the flood maintenance trail will be held at 1:00 PM (PT) on February 21, 2024, at the Santa Clarita United Methodist Church, 26640 Bouquet Canyon Road, Santa Clarita, CA 91350 at the north end of the parking lot. It is highly recommended that bidders attend the job walk to have the opportunity to inspect the flood channel maintenance trail. SPECIFICATIONS 1. Steel Fence at Flap Gate and Mod Walk Gate shall comply with the latest edition of Caltrans Standard Specifications, Section 83 Railings and Barriers. Pedestrian Barricade shall comply with the latest edition of Caltrans Standard Specifications, Section 56 Overhead Sign Structures, Standards, and Poles Approved: DocuSfgned by: ��AS+lalilA. �t,% City Engineer iDsI✓ END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. r19V 9�� 2/29/24 Ca ctor's Reprefintative Date R.C. Becker and Son. Inc. Company Nome BID # CIP-23-24-CO066 DocuSlgn Envelope ID: 85949426-13B8-4E4A-80BC-D6348F34FAC3 Addendum No. 4 February 21, 2024 Addendum No. BID # CIP-23-24-CO066 Saugus Phase I: Bouquet Canyon Trail to Central Park City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this Invitation for Bid (IFB): I. JOB WALK NOTES A non -mandatory, job walk of the flood maintenance trail was held at 1:00 PM (PT) on February 21, 2024, at the Santa Clarita United Methodist Church, 26640 Bouquet Canyon Road, Santa Clarita, CA 91350 at the north end of the parking lot. There were no vendors in attendance. 11. SPECIAL PROVISIONS, PART 1- SELF PERFORMANCE 3-2 SELF -PERFORMANCE. Replace the entire subsection with the following: The Contractor shall perform, with its own organization, Contract work amounting to at least thirty percent (30%) of the Contract Price, except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed will be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. Where an entire Bid item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of a Bid item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contact Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Approved: [3ocuSuSfgned 4y: City Engineer END OF ADDENDUM BID # C I P-23-24-CO066 DocuSign Envelope ID: 85949426-13B8-4E4A-80BC-D6348F34FAC3 Addendum No. 4 February 21, 2024 This addendum must be acknowledged via BidNet and should be included with the response. L 2/29/24 Co ractor's Repre ntative Date R.C. Becker and Son. Inc. Company Name BID # CIP-23-24-CO066 DocuSign Envelope ID: 80445E29-64B0-4434 AE45-BC25704873E6 PROPOSAL GUARANTEE BID BOND Bits #CIP-23-24-00066 Saugus Phase I: Bouquet Canyon Trail to Central Park City Project No. C0066 City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that R.C. Becker and Son, Inc. as BIDDER, and Fideli and Deposit Company of Maryland as SURETY, are held and firmly bound unto the Ten Percent of City of Santa Clarita, as CITY, in the penal sum of Amount Bid dollars ($ 10% - ), 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 2nd Day of February 20 24. CONTRACTOR: tzlwairy.T iYC�-i Name and Title of Signatory Signature SURETY*: R.C. Becker and Son, Inc. Legal Name of Bidder 28355 Kelly Johnson Pkwy., Santa Clarita, CA 91355 Bidder Address 661-259-4845 Telephone Number elit�jyar�d Deposit Company of Maryland Name Maria Pena, Attorney -in -Fact 213-443-2476/mpena@alliant.com Phone Number and Email 95-2567499 Federal Tax I.D. No. 777 S Figueroa Street, Los Angeles, CA 90017 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. Surety signatures must be notarized prior to submittal. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code § 1189 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 j ss County of Los Angeles j On _ — before me, Patricia Arana, Notary Public, personally appeared Maria Pena! who proved to me on the basis of satisfactory evidence to be the personko whose namek4 is/aite subscribed to the within instrument and acknowledged to me that 4e�she4h" executed the same in 4i4her F authorized capacity, and that by 4s/herA4,e4 signature 4 on the instrument the person{4, or the entity upon behalf of which the person{ acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. a PATRICIAARANA ~ Notary Public - California Z ' _ (• , ' Las Angeles County r% = Commission R 2401773 Expires Apr 23, 2026 U. My (Seal) Comm. Signature: Patricia Arana, Notary Public ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint, C.K. NAKAMURA, Lisa L. THORNTON, E.S. ALBRECHT, JR., Maria PENA, Noemi QUIROZ, Natalie K. TROFIMOFF, Patricia S. ARANA, Tiffany CORONADO, Jessica ROSSER and Tim M. TOMKO all of Los Angeles, California, EACH, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 23rd day of September, A.D. 2019. S SAL)�-i taw� — ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 23rd of September, 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the. Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. i,t• /' �t1 jL :• ;�.- r+r:►~ A. Constance A. Dunn, Notary Public My Commission Expires: July 9, 2023 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attomevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate, and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attomey...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I Oth day of May, 1990. RESOLVED: "That the facsirile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day ofIRS ^ �. 0;rAL # "°L �. Brian M. Hodges, Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.reportsfclaims(a-)zurichna.com 800-6264577 California All -Purpose Acknowledgment 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 County of Los Angeles Ord {P `befe me, Name of Notar Public, Title personally appeared L_t) 'C�l r-c' �jv !AC\i(�'L who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to be within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. JACKIE CACERESPE4tEZ Notary Public • Caiifornia C Los Angeles County y_ ° Commission # 2,127939 My Comm. Expires Dec 19, 2026 OPTIONAL INFORMATION Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of to persons relying on the document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a Title or d scri lion of Document containing, pages, and dated (� By: (Y\C, DOKKEN E N G IN E E RING February 27, 2024 Ms. Lisa Campos City of Santa Clarita 23920 Valencia Blvd Santa Clarita, CA 91355 RE: Bouquet Canyon Trail, City Project No. C0066 Request for Additional Construction Support Budget Dear Ms. Campos: This is a request to increase the budget for construction support due to existing constraints in the flood channel, specialized fencing and fence attachments, and additional design support during trail construction. The current construction support budget is $6,310. Additional budget in the amount of $10,000 is requested to be added to our contract to increase the budget of Task 6 - Construction Support. The additional budget will not be used unless authorized by City staff during construction. Please feel free to call me on my cellular phone anytime at (858) 276-9726 or email me at mqreer@dokkenengineering.com if you have any questions. Sincerely, 0611— Mil�hael P. Greer, PE, TE Senior Engineer / Project Manager DOKKEN ENGINEERING 110 Blue Ravine Road, Suite 200 • Folsom, CA 95630 • Tele: 916 858-0642 • Fax: 916 858-0643 BOUQUET CANYON TRAIL LICENSE AGREEMENT This BOUQUET CANYON TRAIL LICENSE AGREEMENT ("Agreement") is made as of ("Effective Date"), by and between the Santa Clarita Valley Water Agency ("Licensor") and the City of Santa Clarita ("Licensee"; collectively, the "Parties"). RECITALS A. Licensor is the owner of the real property identified and described in Exhibit "A", attached hereto and incorporated herein by reference (the "Property"). B. Licensee would like a revocable license to use a portion of the Property for a shared use trail ("Trail") to be used and enjoyed by the general public. C. The location of the Trail on the Property (the "Licensed Area") is described and depicted in the attached Exhibit 1, which is fully incorporated herein by this reference. NOW, THEREFORE, the Parties agree as follows: 1. License. Licensor hereby grants to Licensee, its employees, agents, contractors and invitees, a revocable non-exclusive license and right to enter upon and over the Property ("License") for the sole purpose of constructing, operating and maintaining the Trail for the general public for recreational use ("Activity"). Licensee shall be solely responsible for all costs and expenses relating to the construction, operation and maintenance of the Trail and the Activity. The License and this Agreement are independent and unrelated to the Ground Lease By And Between The City Of Santa Clarita And The Santa Clarita Valley Water Agency Relative To Central Park Sports Facility and its amendments ("Ground Lease"). 2. No Interest in Land Granted. Nothing herein shall be deemed to grant to Licensee any fee interest, leasehold, easement, or other possessory interest in the Property, or any portion thereof, or any exclusive right or special status to negotiate or purchase. This Agreement grants a limited revocable license relating to the Activity upon specified terms and no more. 3. Term. This Agreement shall be effective upon the date specified above when both parties have executed this Agreement and shall terminate at midnight on January 1, 2038. The term of this Agreement shall run concurrently with the term of the Ground Lease, and a renewal of the term of the Ground Lease shall be a corresponding renewal of the term of this Agreement. 4. Conditions for Entry Onto Property. The Property shall be entered upon by the general public solely for the Activity. Such entry shall not unreasonably interfere with Licensor's ownership or use of the Property. All existing improvements located on the Property are to be protected in place, unless otherwise agreed to by the Licensor. Licensee shall be subject to the following terms and conditions: a. Licensor makes no representation, covenant, warranty or promise that the Property is fit for any particular use, including the use for which this Agreement and License are 55396.00018\34304595.1 granted and Licensee is not relying on any such representation, covenant, warranty or promise and accepts the Property in its "as is" condition. b. Licensee shall conduct the Activity in compliance with all applicable federal, state and local laws. C. At the completion of the Activity and/or the revocation of the License, Licensee will restore the Property to its original condition prior to this Agreement. d. Licensee shall not permit to be placed against the Property, or any part thereof, any design professionals', mechanics', materialmen's, contractors' or subcontractors' liens with regard to Licensee's actions on the Property. Licensee agrees to hold Licensor harmless for any loss or expense, including reasonable attorneys' fees and costs, arising from any such liens which might be filed against the Property. 5. Future Trail Section. Should the Licensee want to extend the Trail, the Parties agree that Licensee may develop the future trail section (Future Trail) described and depicted in the attached Exhibit 1 described as "Future Trail Section", which is fully incorporated herein by this reference. In such event, the Future Trail Section will be deemed to be a part of the Licensed Area and will be subject to the terms and provisions of this Agreement. 6. Notice. Prior to entering the Property for the construction, operation and maintenance of the Trail, Licensee shall provide Licensor with forty eight (48) hours advanced written notice at the address below. 7. Prohibition of Digging. Licensee is prohibited from taking samples or digging on the Property, unless related to construction and maintenance of Trail. Licensee shall indicate in writing the scope of any intended tests 48 hours prior to entry onto the Property for Licensor's review and approval. All results and findings of such permitted tests shall be made available for Licensor's at no cost. 8. Revocation of the License and Termination of this Agreement. The License may be revoked and this Agreement terminated by either party for or without cause upon ninety (90) days' written notice to the other party, or immediately by the Licensor if it is determined that the actions of Licensee are illegal, unsafe or a liability to the Licensor. The expenditure of funds, time and/or labor by Licensee in installing and maintaining the Trail shall not be deemed substantial in light of the expected expenditures, the value of the Trail and any related improvements, and the size and value of the Property, and shall not render the License irrevocable. Licensee acknowledges that Licensor has never represented that the License may become irrevocable and that it did not rely on any such representation in entering into this Agreement and/or constructing or and maintaining the Trail and any related improvements. 9. Indemnification. Except as to sole gross negligence or willful misconduct of the Licensor, Licensee agrees to indemnify, defend (with counsel approved by Licensor) and hold the Licensor, its officers, officials, agents and employees, harmless from and against all claims, damages, losses, liability, cost or expense, including defense costs and attorney's fees, including, -a- 55396.00018\34304595.1 but not limited to, bodily injury, death, personal injury or property damage, which arise out of or are in any way connected with the performance of the Activity by the Licensee, its officers, officials, agents, employees and contractors under the License and this Agreement, and the use of the Trail and any related improvements by the general public. Licensee shall also be responsible for any attorneys' fees the Licensor incurs in the event the Licensor has to file any action in connection with this Agreement. The parties expressly agree that any payment, attorney's fees, costs or expenses Licensor incurs or makes to or on behalf of an injured employee under the Licensor's workers' compensation insurance coverage shall be included as a loss, expense or cost for the purpose of this Section, and that this Section shall survive the expiration or early termination of this Agreement. 10. Insurance. Prior to Licensor's execution of this Agreement, Licensee shall provide to Licensor a certificate of insurance showing that Licensee is insured for commercial and general liability insurance and automobile liability insurance with minimum limits as follows: commercial and general liability insurance policies shall cover both bodily injury (including death) and property damage (including, but not limited to, premises operations liability, products -completed operations liability, independent contractor's liability, personal injury liability, and contractual liability) in an amount not less than $2,000,000 per occurrence and a general aggregate limit in the amount of not less than $2,000,000, unless otherwise approved or reduced by the Licensor in writing. Licensee's automobile liability policy shall cover both bodily injury and property damage in an amount not less than $2,000,000 per occurrence unless otherwise approved or reduced by Licensor in writing. Licensee shall procure and maintain, and require its subcontractors to procure and maintain, for a period of five (5) years following completion of the construction of the trail, errors and omissions liability insurance appropriate to their profession. Such insurance shall be in an amount not less than $1,000,000 per claim, and shall be endorsed to include contractual liability. These minimum amounts of coverage shall not constitute any limitation or cap on Licensee's indemnification obligations hereunder. Prior to Licensor's execution of this Agreement, copies of insurance policies or original certificates and additional insured endorsements evidencing the coverage required by this Agreement, for both commercial and general and automobile liability insurance, shall be filed with Licensor and shall include Licensor and its officers, employees and agents, as additional insureds. Said policies shall be in the usual form of commercial and general and automobile liability insurance policies, but shall include the following provisions: a. It is agreed that the Licensor, and its officers, employees and agents, shall be added as additional insureds under this policy and each policy shall contain a waiver of the insurer's right of subrogation against the Licensor. b. The policies shall not be canceled unless thirty (30) days prior written notification of intended cancellation has been given to Licensor by certified or registered mail, postage prepaid. C. The policies shall apply on a primary non-contributing basis in relation to any insurance or self-insurance available or applicable to the Licensor. Prior to the commencement of any work in the Licensed Area by any designer, architect, engineer and/or contractor retained by Licensee, Licensee shall provide to Licensor a certificate of insurance showing that the foregoing retained parties are insured for commercial and general liability -3- 55396.00018\34304595.1 insurance, automobile liability insurance and professional liability insurance with the minimum limits provided above. The Licensor, its officers, officials, employees and agents make no representation that the types or limits of insurance specified to be carried by Licensee pursuant to this Agreement are adequate to protect Licensee. If Licensee believes that any required insurance coverage is inadequate, it shall obtain such additional insurance coverage, as it deem adequate, at its sole expense. 11. Hazardous Substances Indemnity. Licensee expressly agrees to and shall indemnify, defend (with counsel reasonably approved by Licensor), release and hold the Licensor, its officers, officials, agents and employees harmless from and against any liability, loss, fine, penalty, fee, charge, lien, judgment, damage, entry, claim, cause of action, suit, proceeding (whether legal or administrative), remediation, response, removal, or clean-up and all costs and expenses associated therewith, and all other costs and expenses (including, but not limited to, attorneys' fees, expert fees, and court costs) in any way related to the disposal, treatment, transportation, manufacture, or use of any Hazardous Substances on, in, under, or about the Property by Licensee, or its respective officers, directors, agents, subcontractors, servants, employees or developers, or by any other third party acting under the control or request of Licensee, or by the general public, other than the Licensor and its respective officers, agents, servants, employees or developers. This indemnity, defense and hold harmless obligation shall survive the expiration or termination of this Agreement. 12. Hazardous Substances Defined. Hazardous Substances shall mean any (a) substance, product, waste or other material of any nature whatsoever which is or becomes listed, regulated, or addressed pursuant to CERCLA, 42 U.S.C. § 9601, et seq.; The Hazardous Materials Transportation Act, 49 U.S.C. § 1801, et seq.; the Resource Conservation and Recovery Act, 42 U.S.C. § 6901, et seq. ("RCRA"); The Toxic Substances Control Act, 15 U.S.C. § 2601 et seq.; The Clean Water Act, 33 U.S.C. § 1251, et seq.; The Hazardous Waste Control Act, California Health and Safety Code ("H. & S.C.") § 25100, et seq.; the Hazardous Substance Account Act, H. & S.C. § 25330, et seq.; the California Safe Drinking Water and Toxic Enforcement Act, H. & S.C. § 25249.5, et seq.; Underground Storage of Hazardous Substances H.& S.C. § 25280, et seq.; the Carpenter -Presley -Tanner Hazardous Substance Account Act (H & S.C. § 25300 et seq.); The Hazardous Waste Management Act, H. & S.C. §§ 25170.1, et seq.; Hazardous Materials Response Plans and Inventory H. & S.C. § 25001 et seq.; or the Porter -Cologne Water Quality Control Act, Water Code § 13000, et seq., all as amended, or any other federal, state or local statute, law, ordinance, resolution, code, rule, regulation, order or decree regulating, relating to, or imposing liability or standards of conduct concerning, any hazardous, toxic or dangerous waste, substance or material, as now or at any time hereafter in effect, (b) any substance, product, waste or other material of any nature whatsoever which may give rise to liability under any of the above statutes, (c) petroleum, crude oil or any substance which contains gasoline, diesel fuel or other petroleum hydrocarbons other than petroleum and petroleum products contained within regularly operated motor vehicles, and (d) polychlorinated biphenyls (PCB), radon gas, urea -formaldehyde, asbestos and lead. 13. Venue and Attorneys' Fees. Any action at law or inequity brought by either party for the purpose of enforcing a right or rights provided for by the License and this Agreement shall be tried in a court of competent jurisdiction in the County of Los Angeles, State of California, and -4- 55396.00018\34304595.1 the parties hereby waive all provisions of law proving for a change of venue in such proceedings to any other county. In the event either party shall bring suit to enforce any term of this Agreement or to recover any damage for and on account of the breach of any term or condition of this Agreement, it is mutually agreed that the prevailing party in such action shall recover all costs thereof, including reasonable attorneys' fees, to be set by the court in such action. 14. Notices. Service of any notices, bills, invoices or other documents required or permitted under this Agreement shall be sufficient if sent by one party to the other by United States mail, postage prepaid and addressed as follows: To Licensor: Santa Clarita Valley Water Agency Attn: General Manager 26521 Summit Circle Santa Clarita, CA 91350 Telephone: 661.513.1211 Email: mstone@scvwa.org To Licensee: The City of Santa Clarita Attn: City Manager 23920 Valencia Blvd. Santa Clarita, CA 91355 15. Assignment. It is mutually understood and agreed that the License and this Agreement are personal to Licensee and shall be binding upon Licensee and its successors and may not be assigned or transferred in any way without the prior written consent of the Licensor. Any transfer shall be void and of no effect. 16. Authority. The individuals executing this Agreement each represent and warrant that they have the legal power, right and actual authority to bind their respective entities to the terms and conditions hereof and thereof. 17. Severability. Each provision, term, condition, covenant, and/or restriction, in whole and in part, in this Agreement shall be considered severable. In the event any provision, term, condition, covenant, and/or restriction, in whole and/or in part, in this Agreement is declared invalid, unconstitutional, or void for any reason, such provision or part thereof shall be severed from this Agreement and shall not affect any other provision, term, condition, covenant, and/or restriction, of this Agreement and the remainder of the Agreement shall continue in full force and effect. -s- 55396.00018\34304595.1 CITY OF SANTA CLARITA SANTA CLARITA VALLEY WATER AGENCY By: Name: Title: Attest: By: Name: Title: Name: Title: 55396.00018\34304595.1 -6- EXHIBIT 1 (Description of the Trail Property) 55396.00018\34304595.1 4 f:' s FUTURE TRAIL SECTION ,. 3 ` J - 1 _ f 0 LEGEND: APN EXHIBIT 1. SANTA CLARITA VALLEY WATER AGENCY SUCCESSOR IN INTEREST TO CASTAIC LAKE WATER AGENCY Oj 2849-014-900 4O 2849-014-902 7O 2849-003-902 BOUQUET CANYON TRAIL LOS ANGELES COUNTY FLOOD CONTROL DISTRICT 2849-018-901 O5 2849-014-903 O8 2849-003-901 TO CENTRAL PARK CITY OF SANTACLARITA O3 2849-014-901 O6 2849-015-900 CENTRAL PARK LEASE AREA TRAIL SECTION