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